Loading...
HomeMy WebLinkAboutContract Award Date: 7/26/2004 CAG v r M O Awarded to: Santana Trucking&Excavating,Inc. 23316 Redmond Fall City Rd. Redmond,WA 98053 $46,250.88 — �Y Bidding Requirements, City of Renton �-s— Forms, Contract Forms, Conditions of the Contract, Plans and Specifications �O City of Renton MAPLEWOOD CREEK SEDIMENT BASIN 2004 MAINTENANCE PROJECT PROJECT NO. SWP-27-2057 City of Renton 1055 South Grady Way Renton WA 98055 General Bid Information: 425-430-7200 Project Manager: Raymond van der Roest 425-430-7392 ® Printed on Recycled Paper TRUCKING&EXCAVATING,INC. 23316 NE Red-Fall City Rd.,#647 Redmond, Washington 98053 (425)868-1111 -Fax: 868-1611 August 4, 2004 Project: Maplewood Creek Sediment Basin 2004 Maintenance Project City of Renton The following is a list of names, addresses and phone numbers of the responsible people for SANTANA TRUCKING&EXCAVATING,INC.for the aforementioned project: Responsible Officer: Robert J.Thompson,President Santana Trucking&Excavating,Inc. 23316 Redmond-Fall City Road,#647 Redmond,WA 98053 Telephone: (425)868-1111 , Project Manager: Keggen M. Thompson Santana Trucking&Excavating,Inc. 23316 Redmond-Fall City Road,#647 Redmond, WA 98053 wr Telephone:(425)868-1111 Emergency: (425)864-0647 err Superintendent: Mark Carter Santana Trucking&Excavating,Inc. rr 23316 Redmond-Fall City Road,#647 Redmond, WA 98053 Telephone:(425)868-1111 Emergency: (206)730-4752 Bonding Agent: r Mike Cotton Bush,Cotton,&Scott,LLC. PO Box 3018 Bothell, WA 98041 Telephone: (425)4894500 TRUCKING&EXCAVATING,INC. 23316 NE Red-Fall City Rd.,#647 so Redmond, Washington 98053 (425)868-1111 •Fax:868-1611 im August 4,2004 Letter of Authorization To whom it may concern, Santana Trucking&Excavating,Inc. has authorized the certain people to sign job contracts for Santana Trucking&Excavating,Inc. The following is a list of names and sample signatures of the company personnel who are authorized to sign job contracts: Robert J.Thompson,President eggen M. Thompson, stimator/Project Manager do am err w r iY1 REGISTERED AS PROVIDED BY LAW AS CONST CONT GENERAL REGIST. # EXP. DATE CC01- SANTATE236BJ 04/29/2006 EFFECTIVE DATE 01/11/1977 SANTANA TRCKNG/EXCVTNG INC 23316 NE RED—FALL CITY RD 647 REDMOND WA 98053 sit» Deiach And Disoav s� do go +rn all do do .... . ..... ... 'T CITY OF RENTON BUSINESS LICENSE WL 2004 Licensee has made application for a City of Renton business license in accordance with the 24469 1/30/2004 22725 NE RED/FALL CITY RD provisions of Title V, Business Regulations go Chapter 1, Code of General Ordinances of the City of Renton and agrees to comply with all the requirements of said ordinance. Licensee shall further comply with and all other City Code - Ordinances, State Laws and Regulations applicable to the business activity licensed. Post SANTANA TRUCKING&EXC INC this License at place of business. 23316 NE RED/FALL CITY RD#647 REDMOND WA 98053 City of Renton Licensing Division 1055 South Grady Way r Renton,WA 98055 (425)430-6851 DP 313312/94 yr ilk Yllll i !tl ' do W CITY OF RENTON RENTON, WASHINGTON CONTRACT DOCUMENTS for the MAPLEWOOD CREEK SEDIMENT BASIN 2004 MAINTENANCE PROJECT PROJECT NO. SWP-27-2057 July 2004 �w BIDDING REQUIREMENTS CONTRACT FORMS CONDITIONS OF THE CONTRACT SPECIFICATIONS PLANS a aQ' co - 287 7 ®� �Q/STE .. NAL �11EXPIRES 10/16/057 we CITY OF RENTON 1055 South Grady Way Renton, WA 98055 Ilr ® Printed on Recycled Paper CITY OF RENTON JW SWP-27-2057 Maplewood Creek Sediment Basin 2004 Maintenance Project ow 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 q0 Example Schedule of Prices Call for Bids *Combined Affidavit& Certificate Form: aw Non-Collusion Anti-Trust Claims Minimum Wage Form ,fir *Bid Bond Form *Proposal *Schedule of Prices 40 *Receipt of Addenda **Subcontractors List (not required on this project) ❖Bond to the City of Renton -.*-Fair Practices Policy Affidavit of Compliance '� ❖Contract Agreement(Contracts other than Federal -Aid FHWA) ❖City of Renton Standard Endorsement Form ❖City of Renton Insurance Information Form IV Insurance Information Prevailing Minimum Hourly Wage Rates(New job classifications) Statement of Intent to Pay Prevailing Wages rm Affidavit of Prevailing Wages Paid Certificate of Payment of Prevailing Wages Environmental Regulations AN City of Renton Supplemental Specifications Special Provisions Hydraulic Project Approval go 1999 Cleaning Memo and Photos 1996 Design Plans(partial) Standard Details(not included) Construction 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. +r * Submit with Bid(yellow sheets) ** Submit with Bid or within 24 hours of bid(yellow) ❖ Submit at Notice of Award(green sheets) aw CITY OF RENTON Planning/Building/Public Works Department 1055 South Grady Way .r Renton, Washington 98055 4w so CITY OF RENTON SUMMARY OF FAIR PRACTICES POLICY ADOPTED BY RESOLUTION NO. 3229 It is the policy of the City of Renton to promote and provide equal treatment and service to all citizens and to ensure equal employment opportunity to all persons without regard to race, color, national origin, ethnic background, gender, marital status, religion, age or disability, when the City of Renton can reasonably accommodate the disability, of employees and applicants for employment and fair, non- discriminatory treatment to all citizens. All departments of the City of Renton shall adhere to the W following guidelines: (1) EMPLOYMENT PRACTICES - The City of Renton will ensure all employment related activities included recruitment, selection, promotion, demotion, training, retention and 00 separation are conducted in a manner which is based on job-related criteria which does not discriminate against women, minorities and other protected classes. Human resources decisions will be in accordance with individual performance, staffing requirements, governing civil service rules, and labor contract agreements. (2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton will cooperate fully with all organizations and commissions organized to promote fair practices and equal opportunity in employment. (3) AFFIRMATIVE ACTION PLAN - The City of Renton Affirmative Action Plan and Equal Employment Program will be maintained and administered to facilitate equitable representation with the City work force and to assure equal employment opportunity to all. It shall be the responsibility of elected officials, the Mayor, the Affirmative Action Officer, department administrators, managers, supervisors, Contract Compliance Officers and all employees to carry out the policies, guidelines and corrective measures set forth in the Affirmative Action Plan and Equal Employment Program. (4) CONTRACTORS' OBLIGATIONS - Contractors, sub-contractors, consultants and 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 �r 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. CITY OF RENTON: RENTON CITY COUNCIL: ayor Council President )Art - City Cler rr 01 c-FairPracices.DOC\ M CITY OF RENTON SG&fARYOFA11aWCANSW2WDLSABff_r SACTPOLICY ., ADOPTED BYR0OLU770NN0. 3007 The policy of the City of Renton is to promote and afford equal treatm= and service to all citizens and to assure employment oPPortunitY to Persons with disabilities, when the City Renton can reasonably disability. This policy shall be based on the � Y accommodate the Principles of equal employment opportunity, the Americans With Disabilities Act and other applicable guidelines as set fob is federal,state and local laws. All of Renton shall adhere to the following guidelines: of the City wr (1) EMPLOYMENT PRACTICES - All activities relating to employment such as recruitment,selection,Promotion,temination and training shall be conducted in a non- ar discriminatory manner. Personnel decisions will be based on individual performance, staffing mquirements, and in accordance with the Americans With Disabilities Act and other applicable laws and regulations. (2) COOPERATION WITH HUMAN RIGHTS ORGANt7ATiONS _ The City of Keaton will cooperate fully with all organizations and crntmiissions organized to Promote fair practices and equal opportunity for persons with' disabilities in employment aid receipt of City services,activities and programs. '" R C (3) AMERICAN WITH DISABILITIES ACT POLICY-The City of Renton Americans With Disabilities Act Policy will be maintained to facilitate equitable representadon within the City work force and to assure equal employment opportunity and equal access to City services, achvities and programs to all People with disabilities. It shall 10 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 wr (4) CONTRACTORS' OBLIGATION - Contractors, subcotractors, consultants and supplies conducting business with the City of Renton shall abide by the requirements of the Americans With Disabilities Act and promote access to services, activities and Programs for people with disabilities. Copies of this policy shall be distributed to all City employees,shall appear in all operational documentation of the City, including bid calls,and-shall be prominently displayed in appropriate City facilities. CONCURRED W by the City Council of the City of Renton, Washington, "" this 4th. day of October 1993. vW C RENTON RENTON CITY COUNCIL: Mayor =Unmi President Attest: ow City Cleric >w. CITY OF RENTON Maplewood Creek Sediment Basin 2004 Maintenance Project SWP-27-2057 SCOPE OF WORK The work involved under the terms of this contract document shall be full and complete installation of the Project, as shown on the plans and as described in the construction specifications, including but not limited to: MW • constructing a flow bypass structure and divert the creek into an existing bypass pipe • removing approximately 1,000 cy of sediment from the Maplewood Creek Sediment Basin and flow splitter • hauling and disposing of sediment • restoring flow to the sediment basin +o" • hand placing streambed gravel at selected locations • and landscape planting and hydroseeding around the basin. The estimated project cost is $36,000 to $42,000. A total of 15 working days is allowed for completion of the project. uwr 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. 4W *a *W m ow ::11111 =1. 111111`I �� i� �r=■� �I _-�-=:�_r11- -•TAI ,� i-_! ♦ � -•nta,�tt'-j1 1♦T __ __ ` nliii ■ •,�/• -�'.� ��/�i� �■�■ �1 �- jai`pinuun�l t ■;■��t\\pl■►� ...�- ./,`e a ..�■� ,�••- �. ii i9� , ��O,�J�/,q�Q ��:�i� • err�•�'� soon—, son AM 7� i�� �I, � `�I�%j��=.�iiniit,�: :t.\1��' ���,/ �■� � -�Itt11►�.� . � \ '�.1.11====-� -. �•. -- �-�- �.. ��r•■� ♦�>•1f11111111111it11 ��1 �Q ��� t y _�/ 1►►►► � 111\�i --mil — \� a�iq�♦Qi•♦♦♦� �� Maplewood ■���.11 II Ii�'� ► ����♦♦♦♦b as IF aq. MAPLEWOOD CREEK GRAVEL� � -- -� �I uuu■�-: „ iii � \,''���� ,,��I �•'1► ,-1 O.ii .n C- tea•p���nn�� �i�,/11111111 * ` .•. �� �� un� ■,. a c� �pdUf �11��� • �■uuu•q►v =_ + •♦♦.��►♦iii♦i`aaa aa:�•�•it•��������� '�I'� —,• •w� :- ) •ice••�••�•Q�•a� �i�•y�•♦•�.:�� • � t• i :11 •11 •' .11 PLACEMENT • • of • Existing Replace Gravel in Creek Reference#: Maplewood Creek • •n: Maplewood Golf Course Maple • Prepared: Renton, • County, : Sheet 1 of • w_rr �. 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 retainage shall be done in accordance with Section 1-09.9(2) "Retainage and Section" 1-09.9(3) "Contracting Agency's Right to Withhold and Disburse Certain Amounts" located in City of Renton Supplemental Specifications. �r 16. Basis For Approval MW 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 rr 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 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. rrr 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 prevailing wage rate forms as they become available during the duration of the «. contract. The wage rates shall be included as part of any subcontracts the Contractor may enter into for work on this project. 19. Employment of Resident Employees The CONTRACTOR and subcontractors shall employ Washington State residents in accordance with the requirements of RCW 39.16. ,r. 20. Pollution Control Requirements Work under this contract shall meet all local, state and federal requirements for the prevention of wr. 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. 21. Standard Specifications All work under this contract shall be performed in accordance with the following standard specifications except as may be exempted or modified by the City of Renton Supplemental Specifications, Special Provisions 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. 1. WSDOT/APWA "1996 Standard Specifications for Road, Bridge and Municipal Construction" and 'Division 1 APWA Supplement"hereinafter referred to by the abbreviated title "Standard Specifications." wr A. Any reference to "State," "State of Washington," "Department of Transportation," "WSDOT,"or any combination thereof in the WSDOT/APWA standards shall be modified to read "City of Renton,"unless specifically referring to a standard specification or test method. B. All references to measurement and payment in the WSDOT/APWA standards shall be detected and the measurement and payment provisions of Section 1-09.14,Measurement .r+ and Payment(added herein)shall govern. 22. If a soils investigation has been completed, a copy may be included as an appendix to this document. If one has not been provided for this project by the City or Engineer, the Bidders shall familiarize themselves adequately with the project site and existing subsurface condition as needed to submit their bid. Upon approval of the City,the Bidder may make such subsurface explorations and investigations as they see fit. 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. aw aw 4W 23 Bidder's Checklist w ❑ It is the responsibility of each bidder to ascertain if all the documents listed on the attached index are included in their copy of the bid specifications. If documents are missing, it is the sole responsibility of the bidder to contact the City of Renton to obtain the missing documents prior to bid opening time. wr. ❑ 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? aw rr 60 r .. w " E X A M P L E - SCHEDULE OF PRICES " This Example shows how the Schedule of Prices should be filled out. The prices are for illustration only, and do not represent actual unit prices for those items. The Unit Price for all bid items, all extensions, and Total amount of the bid must be filled in. Handwritten words and figures are acceptable (must be legible). FOR EACH BID ITEM 1 Write the Unit Price in words and figures(number). The words and figures must be equal. Example: Nine hundred dollars, $900.00. 2 Multiply the Quantity by the Unit Price, write the result in the"Amount'column as a figure. Example: Bid Item#2, 200 Linear Foot x$1.20=$240.00 3 Add the Amounts for all bid items and write the result in the"Subtotal' column (example: $5,468.35). 4 Multiply the Subtotal by the Sales Tax, write the result in the"Sales Tax"column. +.. Example: $5,468.35 x 8.8% =$481.21 5 Add the Subtotal and the Sales Tax, write the result in the"TOTAL"column (example: $5,949.56). RECHECK THE WORDS, FIGURES, AND MATH The bid may be rejected if the Unit Price(in words) is not the same as the Unit Price(in figures). EXAMPLE ITEM APPROX. ITEM NAME WITH UNIT PRICE UNIT PRICE AMOUNT 4W IE::::::: NO. QUANTITY (Unit Prices to be written in words) (figure) (figure) 1. 1 Erosion Control Lump Sum $ Nine hundred dollars $ 900.00 $ 900.00 2. 200 Clear Fence Line Linear Foot $ One dollar and twentv cents $ 1.20 $ 240.00 3. 150 Topsoil Cubic Yard $ Three dollars and 22 cents $ 3.22 $ 483.00 4. 2 Chain Link Gate Each $ One thousand two hundred dollars _ $ 1,200.00 $ 2,400.00 5. 0.40 Hydro-seed Acre $ Two thousand three hundred dollars _ $ 2,300.00 $ 920.00 .. 6. 1 Restoration Lump Sum $ Five Hundred twenty five dollars and $ 525.35 $ 525.35 thirtvfive cents + Subtotal $ 5,468.35 8.8% Sales Tax $ 481.21 owl TOTAL $ 5,949.56 07c-Example Sched Prices.doc rrr CITY OF RENTON MAPLEWOOD CREEK SEDIMENT BASIN 2004 MAINTENANCE PROJECT SWP-27-2057 CALL FOR BIDS Sealed bids will be received until 2:30 p.m., Tuesday, July 20, 2004, at the City Clerk's office, 7th floor, and will be opened and publicly read in conference room 511 on the 5th floor, Renton City Hall, 1055 South Grady Way,Renton,WA 98055. d The work to be performed within 15 working days from the date of commencement under this contract shall include,but not be limited to: Constructing a flow bypass structure and divert the creek into an existing bypass pipe, removing approximately 1,000 cy of sediment from the Maplewood Creek Sediment Basin and flow splitter, hauling and disposing of sediment, restoring flow to the sediment basin, hand placing streambed gravel at selected locations,and landscape planting and hydroseeding around the basin. The estimated project cost is $36,000 to$42,000. The City reserves the right to reject any and/or all bids and to waive any and/or all informalities. Approved plans and specifications and contract forms may be obtained from the City of Renton, Planning/Building/Public Works Department, sixth floor Customer Service Counter, 1055 South Grady Way, Renton, WA 98055. There is a non-refundable fee of $25.00 ($22.98 plus $2.02 sales tax) for each set. If ordered by mail, add $5.00 for postage, which is also non-refundable. No �* telephone orders will be accepted. Questions regarding this call for bids or the plan holders lists should be directed to the Public Works .. Customer Service Counter at the above address or at (425) 430-7200. If a bidder has any questions regarding the project, please contact the Project Manager, Daniel Carey at (425) 430-7293, 1055 South Grady Way,Renton,WA 98055. "' 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 I. Walton,City Clerk Published: Daily Journal of Commerce July 1, 6, & 13, 2004 .r CITY OF RENTON MAPLEWOOD CREEK SEDIMENT BASIN 2004 MAINTENANCE PROJECT SWP-27-2057 CALL FOR BIDS Sealed bids will be received until 2:30 p.m., Tuesday, July 20, 2004, at the City Clerk's office, 7th floor, and will be opened and publicly read in conference room 511 on the 5th floor, Renton City Hall, 1055 South Grady Way,Renton, WA 98055. The work to be performed within 15 working days from the date of commencement under this contract shall include, but not be limited to: rr Constructing a flow bypass structure and divert the creek into an existing bypass pipe, removing approximately 1,000 cy of sediment from the Maplewood Creek Sediment Basin and flow splitter, hauling and disposing of sediment, restoring flow to the sediment basin, hand placing streambed .ri gravel at selected locations, and landscape planting and hydroseeding around the basin. The estimated project cost is $36,000 to$42,000. The City reserves the right to reject any and/or all bids and to waive any and/or all informalities. Approved plans and specifications and contract forms may be obtained from the City of Renton, •r Planning/Building/Public Works Department, sixth floor Customer Service Counter, 1055 South Grady Way, Renton, WA 98055. There is a non-refundable fee of $25.00 ($22.98 plus $2.02 sales tax) for each set. If ordered by mail, add $5.00 for postage, which is also non-refundable. No r„ telephone orders will be accepted. Questions regarding this call for bids or the plan holders lists should be directed to the Public Works Customer Service Counter at the above address or at (425) 430-7200. If a bidder has any questions regarding the project, please contact the Project Manager, Daniel Carey at (425) 430-7293, 1055 South Grady Way,Renton,WA 98055. 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 I. Walton, City Clerk Published: Daily Journal of Commerce July 1, 6, & 13, 2004 ■r rr CITY OF RENTON Combined Affidavit and Certification forth: Non-Collusion,Anti-Trust,and Minimum Wade ++ (Non-Federal Aid) NON-COLLUSION AFFIDAVIT Being duly sworn, deposes and says,that he is the identical person who submitted the foregoing or bid,and that such bid is genuine and not sham or collusive or made in the interest or on behalf of any sal +� 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 ,r to any other person any advantage over other Bidder or Bidders. AND CERTIFICATION RE: ASSIGNMENT OF �. ANTI-TRUST CLAIMS TO PURCHASER Vendor and purchaser recognize that in actual economic practice overcharges resulting from anti-trust violations are in fact usually borne by the purchaser. Therefor, vendor hereby assigns to purchaser any r. 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 do 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. FOR: NON COLLUSION AFFIDAVIT, ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER AND MINIMUM WAGE AFFIDAVIT arr Ma lewood Creek Sediment Basin 2004 Maintenance Pro'ect Name of Project Name of Bidder's Firm ;y Sig-na �of Authorized Representa � t�y ' ;� er +A-.. o �o�raRp V o Subscribed and sworn to before me on this N Z day of Notary in State of Washington Notary (Print) T ra My appointment expires: p arr vwr BID BOND FORM Herewith find deposit in the form of a certified check, c�eck, cash, or bid bond in the amount of which amount is not le8is than five percent of the total bid. Sign he A" Know All Men by These Presents: i That we, Santana Truckin & Excavatin Inc. United„States Fidelity and Guarant Com an as Principal, and _ y p yas Surety,_are held and;firmly bound unto the City of Renton, as Obligee, in the penal sum of five ercent of total bid amount Dollars, for the payment of which the Principal and the Surety bird themselves, their heirs, executors, administrators, successors and assigns, jointly land severally, by these presents_ The condition of this obligation is such that if the Obligee shall mike any award to the Principal for Maplewood Creek Sediment Basin 2004 Main ' nce Proiect according to the terms of the proposal or bid made by the Principal therefore, and the Principal shall duly make and enter into a contract with the Oblige in accordance with the terms of said ro osal or P P 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, pa and forfeit Y to the Obligee the penal amount of the deposit specified in the call forbids, then this obligation shall be null and void; otherwise ' it shall be and remain in full force and effect and the Surety shall�orthwit forfeit to the Obligee, as penalty and liquidated damages, the am€,aunt of this bond. SIGNED, SEALED AND DATED THIS 20th DAY OF July . , 200 4 Sant -� —' C i Excavating� ,. c, 4W Princip United Fidel aad Guaranty Company + Jim S. Kuich, Attorney-in-fact Received return of deposit in the sum of$ r rtr rr S'tFhul Surety St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company Fidelity and Guaranty Insurance Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Underwriters,Inc. AN Seaboard Surety Company St.Paul Medical Liability Insurance Company Bond No. Bid Bond RIDER CONTAINING am DISCLOSURE NOTICE OF TERRORISM COVERAGE an This disclosure notice is required by the Terrorism Risk Insurance Act of 2002 (the "Act"). No action is required on your part. This Disclosure Notice is incorporated in and a part of the attached bond, and is effective the date of the bond. an You should know that, effective November 26, 2002, any losses covered by the dal attached bond that are caused by certified acts of terrorism would be partially reimbursed by the United States under a formula established by the Act. Under this as formula, the United States reimburses 90% of covered terrorism losses exceeding the statutorily established deductible paid by the insurance company providing the dW coverage. Under the Act, there is a cap on our liability to pay for covered terrorism losses if the aggregate amount of insured losses under the Act exceeds $100,000,000,000 during the applicable period for all insureds and all insurers combined. In that case, we will not be liable for the payment of any amount which exceeds that aggregate amount of $100,000,000,000. a� The portion of your premium that is attributable to coverage for acts of terrorism is 0.00. dw IMPORTANT NOTE: THE COST OF TERRORISM COVERAGE IS SUBJECT TO CHANGE ON ANY BONDS THAT PREMIUM IS CHARGED ANNUALLY. am laa 40 X00 Theg ftl POWER OF ATTORNEY Seaboard Surety Company United States Fidelity and Guaranty Company St.Paul Fire and Marine Insurance Company Fidelity and Guaranty Insurance Company St.Paul Guardian Insurance Company Fidelity and Guaranty Insurance Underwriters,Inc. St.Paul Mercury Insurance Company +ora Power of Attorney No. 24148 Certificate No. 2103628 KNOW ALL MEN BY THESE PRESENTS:That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York,and that St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company and St.Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota,and that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland,and ritli that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters,Inc.is a corporation duly organized under the laws of the State of Wisconsin(herein collectively called the "Companies"), and that the Companies do hereby make,constitute and appoint Steven K.Bush,M.J.Cotton,Nancy J.Osborne,Mike Amundsen,Darlene Jakielski,S.M. Scott, Julie M.Glover,Jim W.Doyle,Michael A.Murphy,Lawrence J.Newton,Andy D.Prill, Roxana Palacios,Jim S.Kuich,Viki Baum and John C.Beeson rr of the City of Bothell State Washington their true and lawful Attorneys)-in-Fact, each in their separate capacity if more than one is named above,to sign its name as surety to,and to execute,seal and acknowledge any and all bonds,undertakings, contracts and other written instruments in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed and sealed this 8th day of January 2,004 Seaboard Surety Company United States Fidelity and Guaranty Company St.Paul Fire and Marine Insurance Company Fidelity and Guaranty Insurance Company airs St.Paul Guardian Insurance Company Fidelity and Guaranty Insurance Underwriters,Inc. St.Paul Mercury Insurance Company $�ETy F10.E 6 TL pPOR�TF " 1927 ^€ , ; i= xcu�saono wcoxro�tto do �sqO i�o., ��.;SeAG,oji It',SEAL / in 1898 1977 1951 PETER W.CARMAN,Vice President State of Maryland City of Baltimore THOMAS E.HUIBREGTSE,Assistant Secretary On this 8th day of January 2004 before me, the undersigned officer, personally appeared Peter W. Carman and �r Thomas E.Huibregtse, who acknowledged themselves to be the Vice President and Assistant Secretary,respectively,of Seaboard Surety Company,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,United States Fidelity and Guaranty Company,Fidelity and Guaranty Insurance Company,and Fidelity and Guaranty Insurance Underwriters,Inc.;and that the seals affixed to the foregoing instrument are the corporate seals of said Companies;and that they,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing the names of the corporations by themselves as duly authorized officers. GGp EAS(F`2 /W A44-e^-AAJ.15— r In Witness Whereof,I hereunto set my hand and official seal. �rAR),1 o k/c My Commission expires the I st day of July,2006. 0 p REBECCA EASLEY-ONOKALA,Notary Public 9E Ci1 t ilr 86203 Rev.7-2002 Printed in U.S.A. rw Fand f Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Seaboard Surety Company,St.Paul Insurance Company, St. Paul Guardian Insurance Company, St.Paul Mercury Insurance Company,United States Fidelity and Guaranty Company, aranty Insurance Company,and Fidelity and G uaranty Insurance Underwriters,Inc.on September 2, 1998,which resolutions are now in full force and i s follows: RESOLVED,that in connection with the fidelity and surety insurance business of the Company,all bonds,undertakings,contracts and other instruments relating to said business may be signed,executed,and acknowledged by persons or entities appointed as Attorney(s)-in-Fact pursuant to a Power of Attorney issued in accordance with these resolutions. Said Power(s)of Attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company,either by the Chairman,or the President,or any Vice President,or an Assistant Vice President,jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved,printed or lithographed. The signature of each of the foregoing officers and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Attomey(s)-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and subject to any limitations set forth therein,any IN such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company,and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is validly attached;and RESOLVED FURTHER,that Attorney(s)-in-Fact shall have the power and authority,and,in any case,subject to the terms and limitations of the Power of ab Attorney issued them,to execute and deliver on behalf of the Company and to attach the seal of the Company to any and all bonds and undertakings,and other writings obligatory in the nature thereof,and any such instrument executed by such Attomey(s)-in-Fact shall be as binding upon the Company as if signed by an Executive Officer and sealed and attested to by the Secretary of the Company. 1,Thomas E.Huibregtse,Assistant Secretary of Seaboard Surety Company,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company, St.Paul Mercury Insurance Company,United States Fidelity and Guaranty Company,Fidelity and Guaranty Insurance Company,and Fidelity and Guaranty Insurance Underwriters,Inc.do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I hereunto set my hand this day of •/�* 9 jiORPON��t-�'y w:cAPYDNAlf:�� �IME�pIpR� 1 ••v�nruMtED / Wi"`�� ��SE AL?o't o`,SBAL;p � 1996��. y9n $ j�1 gait *O a�o ';`.........%a+� ss.._...:�+� *tt►�F Thomas E.Hutbregtse,Assistant Secretary OF hEW wys���^Ilo„E� fSMNN� �AHt ,mn ` To verify the authenticity of this Power of Attorney,call 1-800-421-3880 and ask for the Power of Attorney clerk. Please refer to the Power of Attorney number, the above-named individuals and the details of the bond to which the power is attached. IY19 to 1rr1 Ir t CITY OF RENTON MAPLEWOOD CREEK SEDIMENT BASIN 2004 MAINTENANCE PROJECT I PROPOSAL TO TIIE 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 b which a Y 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.) Printed Name: Od"l�c'�h� v, - saw �- Ext.�N C, Signature. �r Address: Names of Members of Partnership: �� .r OR Name of President of Corporation � rr� Name of Secretary of Corporation Corporation Organized under the laws of �c do With Main Office in State of Washington at do MAPLEWOOD CREEK SEDIMENT CITY OF ASIN RENT 004 MAINTENANCE PROJECT Note: Unit prices for all items,all extensions and SCHEDULE OF�PR1bCES shown. Show uni t prices in both words and figures. Where conflict occurs the written or typed words shall prevail. See Special Provisions for Bid Item descriptions. ITEM APPROX. ITEM NAME WITH UNIT PRICE NO. QUANTITY (Unit Prices to be written in words UNIT PRICE AMOUNT (figure) (figure) 1• 1 Mobilization Lump Sum $ $ ©tom© $ oa � 2. 1 Construct Bypass Structures, Drain Basin Lump Sum $ �s - $ 3. 1 Remove, Haul, Dispose of Sediment Lump Sum $ `. 1 Refill Basin, Remove Bypass Lump Sum $ $= $ 1'S Q Q 5. 18 Gravel Placement—Detail 1 Ton 6. 18 Gravel Placement—Detail 2 Ton $ 7. 15 Plant— Douglas Spiraea Each $ 8. 15 Plant—Snowberry Each $ 9• 15 Plant—Vine Maple Each $ 10.- 20 Plant—Red Stem Dogwood Each $ 11.- 20 Plant—Native Willows Each 12.- 0.10 Hydroseeding Acre $ 13.- 1 Minor Changes Lump Sum $One Thousand Dollars and no cents _ $11000 $1,000 Subtotal $ 8.8% Sales Tax $ 3 °7 41 TOTAL $ 07-Sched Prices.doc an CITY OF RENTON MAPLEWOOD CREEK SEDIMENT BASIN 2004 MAINTENANCE PROJECT ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA NO. DATE: NO. DATE: NO. DATE: NO. DATE: NO. DATE: F rr do 7 SIGNED: TITLE: as NAME OF COMPANY: .. ADDRESS: °Z33\ I do CITY/STATE/ZIP: so TELEPHONE: as d i CITY OF RENTON irr FAIR PRACTICES POLICY Cw� AFFIDAVIT OF COMPLIANCE -�''�N 774,464 _yGr1*V6 x /,��� hereby confirms and declares that Wr (Name of contractor/subcontractor/consultant) I. It is the policy of .SrFy?.tail ,yww6,e&C,*4!w p�N6� /.v�- to offer equal (Name of contractor/subcontractor/consultant) opportunity to all qualified employees and applicants for employment without regard to the race, creed,color, sex,national origin,age,disability or veteran status. II. f � iV& 4JCc4y Ti�G,��complies with all applicable (Name of contractor/subcontractor/consultant) federal, state and local laws governing non-discrimination in employment. II. When applicable, Vi�f,[/if jla�iN6 �j� gc�Q�i r/G /.VC. will seek out and (Name of contractor/subcontractor/consultant) negotiate with minority and women contractors for the award of subcontracts. Printt__RAgent/Repressentative's Name /Agye--G T 1 mil/ Print e Ws ' A epr sentative's St re O Date i ed Instructions: This document MUST be completed by each contractor, subcontractor and consultant. Include or attach this document(s)with the contract. Mforms/envrmtal/envirpolft i "o BOND TO THE CITY OF RENTON KNOW ALI,MEN BY THESE PRESENTS: BOND 46TD9835 That we,the undersigned Santana Trucking & Excavating, Inc. United States Fidelity and Gua as prittc'tpal,and rant Company _ corpoAtion organized and lCxisting under the laws of the State of Maland _ as a surety corporation,and qualified ur er the Iaws of the State of Washington to become surety upon bonds of contractors with municipal corporati ns,as surety are rr jointly and severally held and firmly bound to the City of Renton in the penal sum of $ _Forty Six Thousand Two Hundred Fifty and 88/100 Dollars ( 46,250.88) rr for the payment of which sum on demand we bind ourselves and our successors,heirs,adz inistrators or person representatives,as the case may be. This obligation is entered into in pursuance of the statutes of the State;of Washington,the Jrdinance of the City of Renton.. Dated at Washington this day of ryaJ , ; ,20041 Nevertheless,the conditions of the above obligation are such that: I k WHEREAS,under and pursuant to Public Works Construction Contract CAG-04-096 pro iding for construction of Maplewood Creek Sediment Basin 2004 Maintenance Project the principal is required to furnish a bond for the faithful performance of the contract;and WHEREAS,the principal has accepted;or is about to accept,the contract.,and undertake 10 perform the work therein provided for in the manner and within the time set forth; err NOW,THEREFORE,if the principal shall faithfully perform all of the provisions of said ,ontract in the manner and within the time therein set forth,or within such extensions of time as znay be ranted under said err contract,and shall pay all laborers,mechanics,subcontractors and material,men,and all p, 1 rsons who shall supply said principal or subcontractors with provisions and supplies for the carrying on of 6aid work,and shall hold said City of Renton harmless from any loss or damage occasioned to any person or p6crty by reason of any carelessness or negligence on the part of said principal,or any subcontractor in the pelfortrtance of said +or work,and shall indemnify and hold the City of Renton.harmless from any damage or expe��se by reason of failure ofperformancc as specified in the contract or from defects appearing or developi in tl>e material or workmanship provided or performed under the contract within a period of one year after it acceptance thereof .r by the City of Renton,then and in that event this obligation shall be void;but otherwise it hall be and remain in full force and effect. Santana Trucking & Excavati nc. %Sure tates Fide ity and Guaranty Company do Principal - - — .-.----- Jim S. Kuich Attorney—in—fact do Title Title Approved by tarry Warren 2/14/92 do r �{ St.Paul Tire and Marine Insurance Company United States Fidelity and Guaranty Company L St.Paul Guardian Insurance Company Fidelity and Guaranty Insurance Company rb St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Underwriters,Inc. Seaboard Surety Company St.Paul Medical Liability Insurance Company ii111 Bond Pao. —rD q8,3S,- rr� DER CONTAINING DISCLOSURE NOTICE OF TERRORISAI COVERAGE ,r. This disclosure notice is required by the Terrorism Risk Insurance Act of 2002 (the "Act"). No action is required on your part. This Disclosure Notice is incorporated in and a part of the attached bond, and is effective the date of the bond. You should know that, effective November 26, 2002, any losses covered by the attached bond that are caused by certified acts of terrorism would be partially reimbursed by the United States under a formula established by the Act. Under this formula, the United States reimburses 90% of covered terrorism losses exceeding the statutorily established deductible paid by the insurance company providing the coverage. Under the Act, there is a cap on our liability to pay for covered terrorism losses if the aggregate amount of insured losses under the Act exceeds $100,000,000,000 during do the applicable period for all insureds and all insurers combined. In that case, we will not be liable for the payment of any amount which exceeds that aggregate amount of .r $100,000,000,000. .r The portion of your premium that is attributable to coverage for acts of terrorism is 0.00. go IMPORTANT NOTE: THE COST OF TERRORISM COVERAGE IS SUBJECT TO CHANGE ON ANY BONDS THAT PREMIUM IS CHARGED ANNUALLY. wr ar Theg ftl POWER OF ATTORNEY Seaboard Surety Company United States Fidelity and Guaranty Company St.Paul Fire and Marine Insurance Company Fidelity and Guaranty Insurance Company St.Paul Guardian Insurance Company Fidelity and Guaranty Insurance Underwriters,Inc. St.Paul Mercury Insurance Company rir Power of Attorney No. 24148 2103641 Certificate No. KNOW ALL MEN BY THESE PRESENTS:That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York,and that St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company and St.Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota,and that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland,and that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters,Inc.is a corporation duly organized under the laws of the State of Wisconsin(herein collectively called the "Companies"), and that the Companies do hereby make,constitute and appoint Steven K.Bush,M.J.Cotton,Nancy J.Osborne,Mike Amundsen,Darlene Jakielski,S.M. Scott, Julie M.Glover,Jim W.Doyle,Michael A.Murphy,Lawrence J.Newton,Andy D.Prill, Roxana Palacios,Jim S.Kuich,Viki Baum and John C.Beeson 1W of the City of Bothell State Washington their true and lawful Attorneys)-in-Fact, each in their separate capacity if more than one is named above,to sign its name as surety to,and to execute,seal and acknowledge any and all bonds,undertakings, contracts and other written instruments in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed and sealed this 8th day of January _ 2004 Seaboard Surety Company United States Fidelity and Guaranty Company St.Paul Fire and Marine Insurance Company Fidelity and Guaranty Insurance Compa y St.Paul Guardian Insurance Company Y Fidelity and Guaranty Insurance Underwriters,Inc. I St.Paul Mercury Insurance Company t J,COR FONA�F�i 1A; IW;:�pRYORAr �' � m SE SERLs' NO y9� g 19 PETER W.CARMAN,Vice President �� f• State of Maryland �•! r City of Baltimore THOMAS E.HUIBREGTSE,Assistant Secretary do On this 8th day of January 2004 before me, the undersigned officer, personally appeared Peter W. Carman and Thomas E.Huibregtse, who acknowledged themselves to be the Vice President and Assistant Secretary,respectively,of Seaboard Surety Company,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,United States Fidelity and Guaranty Company,Fidelity and Guaranty Insurance Company,and Fidelity and Guaranty Insurance Underwriters,Inc.;and that the seals affixed to the foregoing instrument are the corporate seals of said Companies;and that they,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing the names of the corporations by themselves as duly authorized officers. �O�GGp EAS�`�y ��f__""""��u'�/^7'7�•aG�t. In Witness Whereof,I hereunto set my hand and official seal N07'-4 �� et�C S My Commission expires the 1 st day of July,2006. '�io o REBECCA EASLEY-ONOKALA,Notary Public AE CiTI i� 86203 Rev.7-2002 Printed in U.S.A. rr This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Seaboard Surety Company,St.Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company, Fidelity and Guaranty Insurance Company,and Fidelity and Guaranty Insurance Underwriters,Inc.on September 2, 1998,which resolutions are now in full force and effect,reading as follows: RESOLVED,that in connection with the fidelity and surety insurance business of the Company,all bonds,undertakings,contracts and other instruments relating to said business may be signed,executed,and acknowledged by persons or entities appointed as Attorney(s)-in-Fact pursuant to a Power of Attorney issued in accordance with these resolutions. Said Power(s)of Attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the IN Company,either by the Chairman,or the President,or any Vice President,or an Assistant Vice President,jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved,printed or lithographed. The signature of each of the foregoing officers and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Attomey(s)-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and subject to any limitations set forth therein,any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company,and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is validly attached;and RESOLVED FURTHER,that Attorney(s)-in-Fact shall have the power and authority,and,in any case, subject to the terms and limitations of the Power of OR Attorney issued them,to execute and deliver on behalf of the Company and to attach the seal of the Company to any and all bonds and undertakings,and other writings obligatory in the nature thereof,and any such instrument executed by such Attorney(s)-in-Fact shall be as binding upon the Company as if signed by an Executive Officer and sealed and attested to by the Secretary of the Company. I,Thomas E.Huibregtse,Assistant Secretary of Seaboard Surety Company,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company, St.Paul Mercury Insurance Company,United States Fidelity and Guaranty Company,Fidelity and Guaranty Insurance Company,and Fidelity and Guaranty Insurance Underwriters,Inc.do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I hereunto set my hand this /V day of $�Ty F\0.E 6 \0.N..�MSG JP ' , •ro �! "11 * O � �9 Q•tORPO.R�>,1 Q.GORiONATF T �� p . 40 ••vunnnvltED W/•-�v� + �� d••••.....•�a'� .S••; �+ �4y,e�� Thomas E.Huibregtse,Assistant Secretary A�OF hEW� s��A��F lS.MN M TG verify the authenticity of this Power of Attorney,call 1-800-421.3880 and ask for the power of Attorney clerk. Please refer to the Power of Attorney number, the above-named individuals and the details of the bond to which the power is attached. to ilk as IIIt CONTRACTS OTHER THAN FEDERAL-AID FHWA THIS AGREEMENT,made and entered into this p- i between THE CITY OF RENTON, Washington, a municipal corpo oration o the State of 04. by and hereinafter referred to as "CITY"and Santana Trucking& Excavatine Inc thereinafter ngton, m referred to as "CONTRACTOR." WITNESSETH: 1) The Contractor shall within the time stipulated, (to-wit: within fifteen 1151 working days from date of commencement hereof as required by the Contract, of which this agreement is a component part)perform all the work and services required to be performed, and provide and furnish all of the labor, materials, appliances, machines, tools, equipment, utility and transportation services necessary to perform the Contract, and shall complete the construction and installation work in a workmanlike manner, in connection with the City's Project identified as SWP-27-2057 for improvement by construction and installation of. Maplewood Creek Sediment Basin 2004 Maintenance Project All the foregoing shall be timely performed, furnished, constructed, installed and completed in strict conformity with the plans and specifications, including any and all addenda issued by the City and all other documents hereinafter enumerated, and in full compliance with all applicable codes, ordinances and regulations of the City of Renton and any other governmental authority t having jurisdiction there over. It is further agreed and stipulated that all of said labor, materials, appliances, machines, tools, equipment and services shall be furnished and the construction installation performed and completed to the satisfaction and the approval of the City's Public Works Director as being in such conformity with the plans, specifications and all requirements of or arising under the Contract. 2) The aforesaid Contract, entered into by the acceptance of the Contractor's bid and signing of this agreement, consists of the following documents, all of which are component parts of said Contract and as fully a part thereof as if herein set out in full, and if not attached, as if hereto attached. a) This Agreement b) Instruction to Bidders t 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 iw Kforms/envnntaVenvirpolft to 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 69 over and perform the Contract, provided, however, that if the surety within fifteen (15) days after the serving upon it of such notice of termination does not perform the Contract or does not commence performance thereof within thirty (30) days from the date of serving such IN notice, the City itself may take over the work under the Contract and prosecute the same to completion by Contract or by any other method it may deem advisable, for the account and at the expense of the Contractor, and his surety shall be liable to the City for any excess cost or other damages occasioned the City thereby. In such event, the City, if it so elects, may, without liability for so doing, take possession of and utilize in completing said Contract such materials, machinery, appliances, equipment, plants and other properties belonging to the Contractor as may be on site of the project and useful therein. 4) The foregoing provisions are in addition to and not in limitation of any other rights or remedies available to the City. 5) Contractor agrees and covenants to hold and save the City, its officers, agents, representatives and employees harmless and to promptly indemnify same from and against any and all claims, actions, damages, liability of every type and nature including all costs and legal expenses incurred by reason of any work arising under or in connection with the Contract to be performed hereunder, including loss of life, personal injury and/or damage to property arising from or out of any occurrence, omission or activity upon, on or about the premises worked upon or in any way relating to this Contract. This hold harmless and indemnification provision shall likewise apply for or on account of any patented or unpatented invention, process, article or appliance manufactured for use in the performance of the Contract, including its use by the City, unless otherwise specifically provided for in this Contract. In the event the City shall, without fault on its part, be made a party to any litigation commenced by or against Contractor,then Contractor shall proceed and hold the City harmless and he shall pay all costs, expenses and reasonable attorney's fees incurred or paid by the City in connection with such litigation. Furthermore, Contractor agrees to pay all costs, expenses and reasonable attorney's fees that may be incurred or paid by City in the enforcement of any of the covenants,provisions and agreements hereunder. Nothing herein shall require the Contractor to indemnify the City against and hold harmless the City, from claims, demands or suits based solely upon the conduct of the City, its officers or employees and provided further that if claims or suits are caused by or result from the iW concurrent negligence of(a) the Contractor's agents or employees and (b)the City, its agents, officers and employees, and involves those actions covered by RCW 4.24.115, this indemnity provision with respect to claims or suits based upon such concurrent negligence shall be valid im H:fonns/enmital/envirpol/bh Yrr alt'" and enforceable only to the extent of the Contractor's negligence or the negligence of the Contractor's agents or employees. 6) Any notice from one party to the other party under the Contract shall be in writing and shall be dated and signed by the party giving such notice or by its duly authorized representative of such party. Any such notice as heretofore specified shall be given by personal delivery thereof or by depositing same in the United States mail,postage prepaid,certified or registered mail. 7) The Contractor shall commence performance of the Contract no Iaer than 10 calendar days after Contract final execution,and shall complete the full performance of the Contract not later than fifteen 1151 working days from the date of commencement. For each and every working day of delay after the established day of completion, it is hereby stipulated and agreed that the damages to the City occasioned by said delay will be the sum of per Section 1-08.9 of Standard Specifications as liquidated damages (and not as a penalty) for each such day, which shall be paid by the Contractor to the City. 8) Neither the final certificate of payment not any provision in the Contract nor partial or entire use of any installation provided for by this Contract shall relieve the Contractor of liability in respect to any warranties or responsibility for faulty materials or workmanship. The Contractor shall be under the duty to remedy any defects in the work and pay for any damage to other work resulting thereof, which shall appear within the period of one (1) year from the date of final acceptance of the work, unless a longer period is specified. The City will give notice of observed defects as heretofore specified with reasonable promptness after discovery thereof, and Contractor shall be obligated to take immediate steps to correct and remedy any such defect,fault or breach at the sole cost and expense of Contractor. 9) The Contractor and each subcontractor, if any, shall submit to the City such schedules of quantities and costs,progress schedules,payrolls,reports,estimates,records and miscellaneous data pertaining to the Contract as may be requested by the City from time to time. 10) The Contractor shall furnish a surety bond or bonds as security for the faithful performance of the Contract, including the payment of all persons and firms performing labor on the construction project under this Contract or furnishing materials in connection with this Contract; said bond to be in the full amount of the Contract price as specified in Paragraph 11. The surety or sureties on such bond or bonds must be duly licensed as a surety in the State of Washington. go I d i H:forms/envrmtaUenvirpoVbh 11) The total amount of this contract is the sum of $46,250.88 Forty Six Thousand,Two Hundred and Fifty Dollars and 88 cents in written words which includes Washington State Sales Tax. Payments will be made to Contractor as specified in the "Special Provisions"of this Contract. ift im 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. ONT CITY OF RENTO/N j r en artner/Ow Mayor - Q,��,y K'e o ATTEST Secretary 'Bo h n i e Z. 1,0,x14 or,, -- City Clerk Dba Firm Name _. check one .- 0 Individual 0 Partnership corporation Incorporated in an Attention: If business is a CORPORATION,name of the corporation should be listed in full and both President and Secretary must sign the contract,OR if one signature is permitted by corporation by-laws,a copy of the by-laws shall be furnished to the City and made a part of the contract document. If business is a PARTNERSHIP,full name of each partner should be listed followed by d/b/a(doing business as)and firm or trade name;any one partner may sign the contract. If business is an INDIVIDUAL PROPRIETORSHIP,the name of the owner should appear followed by d/b/a and name of the company. +�r irr stir H:fonns/envnntaVenvirpoVbh kin 08/12/2004 12:56 FAX 0 005/006 air AECEIVEO: 8/11/04 13:39; -}CONOVER KIRKLAND; N 647; PAGE 2 f;zi-11-2004 1329 CITY OF RENTON PBPW 425 430 7241 P-02/04 City of Renton 4s Human Resources &Risk Management Department . . . � Insurance Information dorm FOR rA2V ewood Creek Sediment Basin Z004_Maintenance Ptoiect PROJECT NUMBER s7-Z057 STAFF CONTACT:Daniel Caren ` Certificate of Insurance indicates the covaages/limits specified in 9yes ❑ No Are the following coverages and/or conditions in dit ct? eyes ❑ No The Comutercial General Liability policy form is aD ISO 1993 .Yes ❑ NO "n Occurrence Form or Equivalent? (If no,attach a copy of the policy witb required coverages clearly identified) r� w CO 0043 Amendawry Endorsement PmVided?'� (�5 Yes ❑ No General Aggregate provided on a"per project basis(CG2503)?• K Yes © No Additional Insured wording provided?' ]a Yes [] NO ` Coverage on a primary basis and nail-eontriburing basis?' (21 Yes ❑ No Waiver of Subrogation Clause applilz?• Yes ❑ No �r Seve rabiliity of Interest Clause(Cross Liabilt y)applies? Yes ❑ No Notice of Cancellation/Non-Repewal amended to 45 days?* Yes ❑ No *To be shown or cenjficate of hhrrrrmce'' AM BEST'S RATING FOR CARRIER GL Auto ,f ___ Usti )l V Professional ' -This Questionnaire is issued as a matter of information. This questionnaire is not an insuranCC policy and does not amend, extend or alter the coverage afforded by the policies indicated on the attached CERTIFICATE OF INSURANCE. The CITY 01` RENTON, at its option, shall obtain copies of the policies and/or specific declaration pages FROM awarded bidder prior to execution of contract Ul.Otile)l �AcAtf VLI Agency/Broker sled r Ptimt Name) M,sz> V(i . Address conrple (sign ) ' Name of pason to contact Telephone Numbs YOM TATS QUM770MAIRE kV$T BE COAPLE7ED FOR EACH LINE OF COPMGE AND ' ATTACHED TO CERTIFICATE OFMURANCE .air 1 08/12/2004 12:57 FAX _ 0006/006 do RECEIVED: 6/11/04 13:36; ->CONOVER KIRKLAND; #e47; PAGE 3 AaJG-11-2004 0:29 CITY OF RENTON PBPW 425 430 7241 P.03/04 .o ENDORSENWENT I In consideration of the premium charged,it is hereby agreed and understood that Policy Number issued by Insurance Company, is amended to include the following terms and conditions as respects Contract rr Number issued by the(OWNER). 1. ADDITIONAL INSURED. The OWNER their elected or appointed officers, officials, employees, subcousultants, and volunteers are included as additionally insured with regard to damages and defense of +• claims arising,from: (a)activities performed by or on behalf of the NAMED INSURED;or(b)products and completed operations of the NANM INSURED, or(c)pretnises owned, leased or used by the NAMED INSURED. r 2. CONTRIBUTION NOT REQUIRED. As respects. (a)work performed by the NAMED INSURED for or on behalf of the OWNER;or(b)products sold by the NAMED INSURED to the OWNER;cr(c)premises leased by the NAMED INSURED from the OWNER,the insurance afforded by this policy shall be primary+• insurance as respects the OWNER, or any other insured, its elected or appointed officers, officials, employees,subconsultants or volunteers;or stand in an unbroken chain of coverage excess of the NAMED INSURED'S scheduled underlying primary coverage. In either evem,any other insurance maintained by the .. OWNER, or arty other instvcd, its elected or appointed officers, officials, employees, subeonsultants or Ivolunteers shall be in excess oftbis insurance and shall not contribute with it. 3. SEVERABILITY OF INTEREST. The inclusion of more than one Insured under this policy Shall not rr I affect the rights of any Insured as respects any claim,suit or judgment made or brought by or for any other Insured or by or for any employee of any other Insured. This policy shall protect each Insured in the same manner as through a separate policy bad been issued to each, except that nothing herein shall operate to increase the companys Lability beyond the amount or amounts for which the company would have been liable had only one insured been.named. 4. CANCELLATION NOTICE. The insurance aftrded by this policy shall not be suspended, voided, r I canceled, reduced in coverage or in limits except after FORTY-FIVE (45) days' prior written notice by certified mail return receipt Miested has been given to the OWNER Such notice shall be addressed to(a) the OWNER and(b)the CONTRACTOR "e1 ( S. CLAIM REPORTING- The OWNER has no obligation to report occurrences unless a claim bas been filed with the OWNER. I 6. AGGREGATE LIMIT. The General Aggregate Limit undA of ranee. tes separately to the above named co, r for the above teamed OWNER + I S I lt- G� e L� Dnic Authorized Rcpmf&tativc Siguantre err M 091ti9utyaeepkdoct as AC+OfD TM CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) PRODUCER (425)822-3500 FAX 08/11/2004 (425)822-3510 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Conover Insurance Agency (K) ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE err 11250 Kirkland Way HOLDER.THIS CERTIFICATE DOES NOT AMEND, EXTEND OR Kirkland, WA 98033 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Cheryl Phillips INSURERS AFFORDING COVERAGE NAIC# INSURED Santana Trucking and Excavating, Inc. INSURER A: °"' 23316 NE Red-Fall City Rd. INSURER B: Transportation Ins Co #647 Am Casualty Co of Reading Pa INSURER C: Redmond, WA INSURER D: aYll INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICAT ' .Y OF ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF S POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. nm LTR NS R TYPE OF INSURANCE POLICY NUMBER DATE MM/DD/Y1 DATE MM/DD/YY LIMITS GENERAL COMMERCIALG 2074918928 04/25/2004 04/25/2005 EACH OCCURRENCE $ +� X COMMERCIAL GENERAL LIABILITY 1,OOO,OOO CLAIMS MADE -1 OCCUR PREMISES Ea occurence $ 50,00 A MED EXP(Any one person) $ 5,OOO Aw PERSONAL&ADV INJURY $ 1,000,00 GENERAL AGGREGATE $ 2,000,OOO GEN'L AGGREGATE LIMIT APPLIES PER POLICY jE 0 LOC PRODUCTS-COMP/OP AGG $ 2,000,00c AUTOMOBILE LIABILITY 2074918301 04/25/2004 04/25/2005 ar�I X ANY AUTO COMBINED SINGLE LIMIT (Ea accident) $ ALL OWNED AUTOS 1,000,00C SCHEDULED AUTOS BODILY INJURY $ B (Per person) WI X HIRED AUTOS X NON-OWNED AUTOS BODILY INJURY $ (Per accident) PROPERTY DAMAGE rlll (Per accident) $ GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO OTHER THAN EAACC $ AUTO ONLY: AGG $ EXCESS/UMBRELLA LIABILITY 2074918671 04/2Z/7nn, n. /2005 E ACH OCCURRENCE $ X OCCUR CLAIMS MADE 2,000,000 A AGGREGATE $ AOTHER EDUCTIBLE $ 2,OOO,OOO RETENTION $ 10,00 $ COMPENSATIONAND 2074918928 04/25/2004 04/25/2005 S'LIABILITY TORY LIMITS X ER aril RIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ 1,OOO,OO EMBER EXCLUDED ibe under E.L.DISEASE-EA EMPLOYE $ 1,000,00( OVISIONS below E.L.DISEASE-POLICY LIMIT $ 1,000,00( DESCRIPTION OF O PERATIONS/LOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS ity of Renton is named as an additional insured with respect to the operations of the named insured per form G17957-G attached. ertificate cancels and replaces certificate dated 08/06/2004 r CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE a� EXPIRATION DATE THEREOF,THE ISSUING INSURER WILENDEAVOR TO MAIL City of Renton 4_DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, Attn. Human Resources & Risk Management Dept. BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY �r 105 5 S. Grady Way, 6th Floor OF ANY KIND UPON THE INSURER,ITS AGENTS OR REPRESENTATIVES. Renton, WA 98055 AUTHORIZED REPRESENTATIVE And Emerick CPHILL ACORD 25(2001/08) CACORD CORPORATION 1988 IMPORTANT If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed.A statement ar on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement.A statement on this certificate does not confer rights to the certificate .r. holder in lieu of such endorsement(s). r DISCLAIMER „m The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. do s do .r are are r r do Am ACORD 25(2001/08) rw CNA (Ed. 057-G (Ed. 01/01) -� IMPORTANT: THIS ENDORSEMENT CONTAINS DUTIES THAT APPLY TO THE ADDITIONAL INSURED IN THE EVENT OF OCCURRENCE, OFFENSE, CLAIM OR SUIT. SEE PARAGRAPH C.1. 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 COVERAGE This endorsement modifies insurance provided under the following: i� COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: Designated Project: 4W City of Renton dw (Coverage under this endorsement is not affected by an entry or lack of entry in the Schedule above.) A. WHO IS AN INSURED (Section II) is amended to not in addition to, the Limits of Insurance shown include as an insured any person or organization, in the Declarations. including any person or organization shown in the 3. The coverage provided to the additional insured schedule above, (called additional insured) whom you are required to add as an additional insured on by this endorsement and paragraph f. of the definition of this policy under a written contract or written insured contract" under agreement; but the written contract or written DEFINITIONS (Section V) do not apply to agreement must be: "bodily injury" or "property damage" arising out of the "products-completed operations hazard" I. Currently in effect or becoming effective during unless required by the written contract or written the term of this policy; and agreement. When coverage does apply to "bodily injury" 2. Executed prior to the "bodily injury," Y J ry" or "property damage" arising out y J ry," "property of the "products-completed operations hazard" damage," or"personal and advertising injury". such coverage will not apply beyond: rr B. The insurance provided to the additional insured is a. The period of time required by the written limited as follows: contract or written agreement; or 1. That person or organization is an additional insured solely for liability due to your negligence b• 5 years from the completion of "your work" r specifically resulting from "your work" for the w the project which is the subject of the additional insured which is the subject of the written contract or written agreement, written contract or written agreement. No whichever is less. .r coverage applies to liability resulting from the 4. The insurance provided to the additional insured sole negligence of the additional insured. does not apply to "bodily injury," "property 2. The Limits of Insurance applicable to the damage," or "personal and advertising injury" additional insured are those specified in the arising out of an architect's, engineer's, or written contract or written agreement or in the surveyor's rendering of or failure to render any Declarations of this policy, whichever is less. professional services including: These Limits of Insurance are inclusive of, and a. The preparing, approving, or failing to � G-17957-G are or approve pprove maps, shop drawings, prepare (Ed. 01/01) Page 1 of G-1 7957-G CNA (Ed. 01/01) opinions, reports, surveys, field orders, (3) Agree to make available any other change orders or drawings and specifications; and insurance which the additional insured has for a loss we cover under this .r b. Supervisory, or inspection activities Coverage Part. performed as part of any related f. We have no duty to defend or indemnify an architectural or engineering activities. additional insured under this endorsement .. C. As respects the coverage provided under this until we receive written notice of a claim or endorsement, SECTION IV — COMMERCIAL suit' from the additional insured. GENERAL LIABILITY CONDITIONS are amended 2. Paragraph 4.b. of the Other Insurance as follows: Condition is deleted and replaced with the 1. The following is added to the Duties In The following: Event of Occurrence, Offense, Claim or Suit 4. Other Insurance Condition: .. e. An additional insured under this b. Excess Insurance endorsement will as soon as practicable: This insurance is excess over any other insurance naming the additional insured r. (1) Give written notice of an occurrence or as an insured whether primary, excess, an offense to us which may result in a contingent or on any other basis unless claim or"suit' under this insurance; a written contract or written agreement (2) Tender the defense and indemnity of specifically requires that this insurance any claim or "suit to any other insurer be either primary or primary and which also has insurance for a loss we noncontributing. cover under this Coverage Part; and arr rr rr G-17957-G „r (Ed. 01/01) Page 2 of 2 INSURANCE INFORMATION FORMS ............. r CITY OF RENTON CONSTRUCTION CONTRACTS INSURANCE AND RELATED REQUIREMENTS MINIMUM INSURANCE COVERAGES AND REQUIREMENTS The(CONTRACTOR)shall obtain and maintain the minimum insurance coverages set forth below. By requiring such minimum insurance, CITY OF RENTON shall not be deemed or construed to have assessed the 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. •r Coverages +�* (1) Commercial General Liability-ISO 1993 Form or equivalent. Coverage to include: • Premises and Operations • Explosion,Collapse and Underground Hazards ""'� • Products/Completed Operations • Contractual Liability (including Amendatory Endorsement CG 0043 which includes defense coverage assumed under contract) rrr • Broad Form Property Damage • Independent Contractors • Personal/Advertising Injury rr • Stop Gap Liability (2) Automobile Liability including all �r • Owned Vehicles • Non-Owned Vehicles • Hired Vehicles (3) Workers'Compensation • Statutory Benefits(Coverage A)-Show WA L&I Number �r (4) Umbrella Liability • Excess of Commercial General Liability and Automobile Liability. Coverage should be as err broad as primary. (5) Professional Liability - (whenever the work under this Contract includes Professional Liability, including Advertising activities) the (CONTRACTOR) shall maintain professional liability covering wrongful acts,errors and/or omissions of the(CONTRACTOR)for damage sustained by reason of or in the course of operations under this Contract. r (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. r rr to 09-Insurancepk.doc\ No 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 *General Aggregate to apply per project(ISO Form CG2503 or equivalent) Automobile Liability Bodily Injury/Property Damage $ 1,000,000 (Each Accident) Workers'Compensation Coverage A(Workers'Compensation)-Show WA L&I Number Umbrella Liability Each Occurrence Limit $ 1,000,000 General Aggregate Limit $ 1,000,000 Products/Completed Operations Aggregate $ 1,000,000 Professional Liability(If required) Each Occurrence/Incident/Claim $ 1,000,000 Aggregate $ 2,000,000 (The City may require the CONTRACTOR keep this policy in effect for up to two(2)years after completion of the project) Pollution Liability(If required) To apply on a per project basis No Per Loss $ 1,000,000 Aggregate $ 1,000,000 at 09-Insurancepk.doc\ ADDITIONAL REQUIREMENTS (CONTRACTOR) shall Name CITY OF RENTON, and its officers, officials, agents, employees and volunteers .. as Additional Insureds(ISO Form CG 2010 or equivalent). (CONTRACTOR)shall provide CITY OF RENTON Certificates of Insurance and copies of policies, if requested, prior to commencement of work. Further, all policies of insurance described above shall: r 1) Be on a primary basis nor contributory with any other insurance coverages and/or self-insurance carried by CITY OF RENTON. 2) Include a Waiver of Subrogation Clause. 3) Severability of Interest Clause(Cross Liability) rr� 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 rrr RENTON by certified mail. The (CONTRACTOR) shall promptly advise the CITY OF RENTON in the event any general aggregates are reduced for any reason, and shall reinstate the aggregate and the(CONTRACTOR'S,expense to comply with the +� minimum limits and requirements as stated above and shall furnish to the CITY OF RENTON a new certificate of insurance showing such coverage is in force. The CITY OF RENTON may require the CONTRACTOR to keep Professional Liability coverage in effect for two(2)years after completion of the project. +rr r�r rr rrr +rr aw rrr 09-Insurancepk.doc\ r w Y ACORD r. CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDDN ) PRODUCER FAX THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE INSURED INSURER A: INSURER B: INSURER C: INSURER D: INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED,NOTWITHSTANDING ANY REQUIREMENTS,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES,AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR POLICY EFFECTIVE POLICY EXPIRATION LTR TYPE OF INSURANCE POLICY NUMBER DATE MMIDDIYY DATE MMIDDIYY (#2) LIMITED a) EACH OCCURRENCE $ 1,000,000 GENERAL LIABILITY (#1) X COMMERCIAL GENERAL LIABILITY b) FIRE DAMAGE(Any one fire) $ 50,000 CLAIMS MADE XD OCCUR C) MED EXP(Any one person) $ 5,000 d) PERSONAL&ADV INJURY $ 1,000,000 e) GENERAL AGGREGATE $ 2,000,000 GENL AGGREGATE LIMIT APPLIES PER: f) PRODUCTS-COMP/OP AGG $ 1,000,000 POLICY ❑PROJECT ❑LOC AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT (#3) X ANY AUTO a) (Ea accident) $ 1,000,000 ALL OWNED AUTOS BODILY INJURY $ SCHEDULED AUTOS b) (Per person) HIRED AUTOS BODILY INJURY NON-OWNED AUTOS C) (Per accident) $ d) PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ 8 ANY AUTO EA ACC NIA AUTO ONLY: AGG $ EXCESS LIABILITY EACH OCCURRENCE $ (#4) F�OCCUR ❑CLAIMS MADE AGGREGATE EEET DEDUCTIBLE $ RETENTION $ (#5) WORKERS COMPENSATION AND WC STATU- OTH- ER LIABILITY TORY LIMITS E.L.EACH ACCIDENT $ E.L.DISEASE-EA EMPLOYEE $ E.L.DISEASE-POLICY LIMIT $ (#6) OTHER DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS (#7) City of Renton is named as an additional insured ( ) CERTIFICATE HOLDER OX ADDITIONAL INSURED;INSURER LETTER: CANCELLATION (#8) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELED BEFORE City of Renton THE EXPIRATION DATE THEREOF,THE ISSUING COMPANY WILL MAIL Attn: 45 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO T 1055 South Grady Way THE LEFT. Renton, WA. 98055 AUTHORIZED REPRESENTATIVE or r.r Certificate of Insurance Guidelines ar The following is an attempt to further clarify the requirements that are mandated by the City of Renton in referenced to projec /events and the limits of insurance coverage you are expected to provide the City. First and foremost, it is important to remember that the limits being shown in the attached form are only minimum limits. There may be times when the project/ event will need additional coverage in some areas. INSR 1. General Liability Insurance protecting the person or LTR TYPE OF INSURANCE organization from liability exposures. Make sure that the Commercial General Liability and Occurrence # GENERAL LIABILITY (Occur) boxes are checked. There are several areas in the General Liability area. These we designate as X COMMERCIAL GENERAL LIABILITY "limits". CLAIMS MADE OCCUR # 2 Limits 'Lx J a EACH OCCURRENCE $ 1,000,000 wrr 2. Limits: The amount of insurance coverage the b FIRE DAMAGE (Any one fire) $ 50,000 insured (you, in this case) has purchased. C MED EXP (Any one person) $ 5,000 2a. Each Occurrence: amount is the most the d PERSONAL &ADV INJURY $ 1,000,000 "'" insurance policy will pay for one occurrence. e GENERAL AGGREGATE $2,000,000 This limit is$1,000,000 minimum, subject to increase. f PRODUCTS -COMP/OP AGG $ 1,000,000 r. 2b. Fire Damage: amount is the most the insurance 2e. General Aggregate: this amount is the most the policy will pay for a fire that you are responsible for in insurance policy will pay during the policy regard- premises that you lease or that are in your care, less of the number of claims. This limit is $2,000,000. custody or control. This number is pretty standard at There are few exceptions to this minimum limit. $50,000. 2f. Products-Completed Operations Aggregate• This is 2c. Medical Expenses (Any one Person): this is"no-fault' the most the insurance policy will pay for liabilities medical expense insurance provided to other parties arising out of the Products-Completed Operations injured during the event/project on the property. exposure. This coverage is generally provided with the This is required for all projects/events conducted General Liability policy. The minimum limit here is in the city. $1,000,000. This provides for products or business operations conducted away from your premises once 2d. Personal &Advertising Iniurv• provides$1,000,000 the project/event is completed or abandoned. coverage for personal injury(not bodily injury) including a COMBINED SINGLE LIMIT slander, libel, false arrest, malicious prosecution, (Ea accident) $ 1,000,000 invasion of privacy and advertising liability for exposure {.� BODILY INJURY of any advertising activities. S./ (Per person) $ BODILY INJURY $ # 3 AUTOMOBILE LIABILITY C (Per accident) 7HIRED ANY AUTO PROPERTY DAMAALL OWNED AUTOS (Per accident) SCHEDULED AUTOS 3a. Combined single Limit• This is the most the insuranc policy will pay for bodily injury and property damage AUTOS combined for each accident. This limit is$1,000,000. NON-OWNED AUTOS This area of coverage includes both the Bodily Injury and the Property. 3b. Bodily Injury(Per person): This is what the insuranc policy would pay for bodily injury to one person from th, accident. Not needed if Combined Single Limit is in 3. Automobile Liability: This coverage insures against effect. • liability claims arising out of the use of a covered auto. The box"Any Auto"should be checked. This area of 3c. Bodily Iniury(Per accident)• This is what the insurar coverage is determinable on whether any vehicles will policy would pay for bodily injury from each accident, be used during the project/event. If there will not be regardless of the number of persons injured. Not need any automotive involvement,there will be no need for if Combined Single Limit is in effect this coverage. 3d. Property Damage• This is what the insurance policy "" would pay for third party property damage resulting froi nnP.arr.iriPnt dwinn vrnir nrniPrt/Pvant rw EXCESS LIABILITY 4. Excess Liability: Provides liability coverage on top of the I* OCCUR CLAIMS MADE primary(General and Auto) General liability policy and may # 4 provide excess limits over Auto Liability. If you are unable i provide the limits for the General Liability and Auto Liability DEDUCTIBLE this area needs to be filled in to provide an"umbrella"form coverage that,when added to the General and Auto Liabili- RETENTION $ ties,will meet or exceed the limits required by the City. at r WORKERS'COMPENSATION AND EMPLOYERS' LIABILITY 5. Workers' Compensation and Employers'Liability: Plea list state number on certificate,where indicated. If number # 5 is not known, provide copy of State Certificate of Workers' i Compensation Coverage. If self-insured, please indicate on the certificate. OTHER 6. Other: This area is designated for any other coverage that may apply to your individual project/event needs, such as # 6 Professional Liability. go rr DESCRIPTION OF OPERATIONS/VEHICLES/ EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS # 7 7. Description of Operations/ Locations/Vehicles/Special Items: This section is provided for descriptive text regardin the project/event. Please fill out with any assigned numbers, project/event names, contact people, etc. You may add the additional language in this area; however,you will need to provide the City with an Additional Insured Endorsement,as well. CANCELLATION # 8 8. Cancellation Clause: The City of Renton requires a SHOULD ANY OF THE ABOVE DESCRIBED POLICIES non-qualified cancellation clause. Therefore,the BE CANCELED BEFORE THE EXPIRATION DATE cancellation language must read as follows:"Should any THEREOF,THE ISSUING COMPANY WILL MAIL 45 of the above-described policies be canceled before the DAYS WRITTEN NOTICE TO THE CERTIFICATE ri expiration date thereof,the issuing company will mail 45 HOLDER NAMED TO THE LEFT. days written notice to the certificate holder named to the left. DESCRIPTION OF OPERATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS # 9 CITY OF RENTON named as additional insured 9. Additional Insured Status: The City must be named as an additional insured on all projects/events where insurance , is required. Although the proper wording may appear in the"Descriptions" box, it is still necessary for the Additional Insured Endorsement to be provided as well. ON PREVAILING MINIMUM HOURLY WAGE RATES rr State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section-Telephone(360)902-5335 PO Box 44540,Olympia,WA 98504-4540 �• Washington State Prevailing Wage Rates For Public Works Contracts The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects,workers'wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements is provided on the Benefit Code Key. +ter KING COUNTY Effective 03-03-04 (See Benefit Code Key) Over Classification PREVAILING Time Holiday Note y� WAGE Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $ BOILERMAKERS 31.86 1N 5D JOURNEY LEVEL $33.32 1 BRICK AND MARBLE MASONS JOURNEY LEVEL $38.37 1M 5A CABINET MAKERS(IN SHOP) " JOURNEY LEVEL $16.67 1 CARPENTERS ACOUSTICAL WORKER $38.06 1M 5D 0' BRIDGE,DOCK AND WARF CARPENTERS $37.90 1M 5D CARPENTER $37.90 1M 5D err CREOSOTED MATERIAL $38.00 1M 5D DRYWALL APPLICATOR $38.74 1M 5D FLOOR FINISHER $38.03 11M 5D AN FLOOR LAYER $38.03 1M 5D FLOOR SANDER $38.03 1M 5D MILLWRIGHT AND MACHINE ERECTORS $38.90 1M 5D PILEDRIVERS,DRIVING,PULLING,PLACING COLLARS AND WELDING $38.10 1M 5D SAWFILER $38.03 1M 5D SHINGLER $38.03 1M 5D STATIONARY POWER SAW OPERATOR $38.03 1M 5D STATIONARY WOODWORKING TOOLS $38.03 1M 5D CEMENT MASONS JOURNEY LEVEL $38.94 1 M 5D ilm DIVERS 8 TENDERS DIVER $79.57 1M 5D 8A DIVER TENDER $40.67 1M 5D DREDGE WORKERS ASSISTANT ENGINEER $38.37 1B 5D 8L r�r ASSISTANT MATE(DECKHAND) BOATMEN $37.91 16 5D 8L $38.37 113 5D 8L ENGINEER WELDER $38.42 1113 5D 81- LEVERMAN,HYDRAULIC $39.85 113 5D 8L MAINTENANCE $37.91 113 5D 8L MATES $38.37 16 SD 81- OILER DRYWALL TAPERS $38.02 1B 5D 8L JOURNEY LEVEL $38.59 1J 51B ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL $18.69 1 �r Page 1 >r a KING COUNTY +w Effective 03-03-04 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ELECTRICIANS-INSIDE CABLE SPLICER $48.51 1D 6H CABLE SPLICER(TUNNEL) $52.31 1D 6H CERTIFIED WELDER $46.79 1D 6H CERTIFIED WELDER(TUNNEL) $50.41 1D 6H CONSTRUCTION STOCK PERSON $24.33 1D 6H JOURNEY LEVEL $45.06 1D 6H JOURNEY LEVEL(TUNNEL) $48.51 1D 6H ELECTRICIANS-MOTOR SHOP CRAFTSMAN $15.37 2A 6C JOURNEY LEVEL $14.69 2A 6C ELECTRICIANS-POWERLINE CONSTRUCTION CABLE SPLICER $48.96 4A 5A CERTIFIED LINE WELDER $44.65 4A 5A GROUNDPERSON $32.13 4A 5A Ali HEAD GROUNDPERSON $33.93 4A 5A HEAVY LINE EQUIPMENT OPERATOR $44.65 4A 5A JACKHAMMER OPERATOR $33.93 4A 5A JOURNEY LEVEL LINEPERSON $44.65 4A 5A LINE EQUIPMENT OPERATOR $37.87 4A 5A POLE SPRAYER $44.65 4A 5A POWDERPERSON $33.93 4A 5A ELECTRONIC&TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $12.07 1 ELEVATOR CONSTRUCTORS MECHANIC $49.28 4A 6Q MECHANIC IN CHARGE $54.18 4A 6Q FABRICATED PRECAST CONCRETE PRODUCTS ALL CLASSIFICATIONS $11.60 2K 6S FENCE ERECTORS FENCE ERECTOR $18.71 1 FENCE LABORER $12.77 1 FLAGGERS JOURNEY LEVEL $27.18 IN 5D GLAZIERS JOURNEY LEVEL $38.96 2E 5G '; HEAT&FROST INSULATORS AND ASBESTOS WORKERS $39.93 1 F 5E MECHANIC HEATING EQUIPMENT MECHANICS MECHANIC $33.65 1 HOD CARRIERS&MASON TENDERS JOURNEY LEVEL $32.34 IN 5D INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC $15.65 1 INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL $9.07 1 INLAND BOATMEN CAPTAIN $33.50 1K 5B COOK $28.96 1K 5B DECKHAND $28.16 1K 5B ENGINEER/DECKHAND $30.61 11K 56 MATE,LAUNCH OPERATOR $32.05 1K 5B Page 2 KING COUNTY ' Effective 03-03-04 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code INSPECTION/CLEANING/SEALING OF SEWER&WATER SYSTEMS BY REMOTE CONTROL CLEANER OPERATOR,FOAMER OPERATOR $9.73 1 GROUT TRUCK OPERATOR $11.48 1 HEAD OPERATOR $12.78 1 w TECHNICIAN $7.16 1 TV TRUCK OPERATOR $10.53 1 INSULATION APPLICATORS JOURNEYLEVEL IRONWORKERS $37.90 1M 5D ow JOURNEY LEVEL $41.02 1B 5A LABORERS ASPHALT RAKER $32.34 IN 5D BALLAST REGULATOR MACHINE $31.86 IN 5D Am BATCH WEIGHMAN $27.18 IN 5D BRUSH CUTTER $31.86 IN 5D BRUSH HOG FEEDER $31.86 IN 5D BURNERS $31.86 IN 5D pr CARPENTER TENDER $31.86 1N 5D CASSION WORKER $32.70 IN 5D CEMENT DUMPER/PAVING $32.34 IN 5D CEMENT FINISHER TENDER $31.86 IN 5D go CHANGE-HOUSE MAN OR DRY SHACKMAN $31.86 1 N 5D CHIPPING GUN(OVER 30 LBS) $32.34 1N 5D CHIPPING GUN(UNDER 30 LBS) $31.86 IN 5D CHOKER SETTER $31.86 IN 5D CHUCK TENDER $31.86 IN 5D CLEAN-UP LABORER $31.86 IN 5D CONCRETE DUMPERICHUTE OPERATOR $32.34 IN 5D CONCRETE FORM STRIPPER $31.86 IN 5D CONCRETE SAW OPERATOR $32.34 IN 5D W CRUSHERFEEDER $27.18 IN 5D CURING LABORER $31.86 IN 5D DEMOLITION,WRECKING&MOVING(INCLUDING CHARRED $31.86 IN 5D DITCH DIGGER $31.86 IN 5D DIVER $32.70 IN 5D DRILL OPERATOR(HYDRAULIC,DIAMOND) $32.34 IN 5D DRILL OPERATOR,AIRTRAC $32.70 IN 5D DUMPMAN $31.86 IN 5D EPDXY TECHNICIAN $31.86 IN 5D EROSION CONTROL WORKER $31.86 IN 5D FALLER/BUCKER,CHAIN SAW $32.34 IN 5D FINAL DETAIL CLEANUP(i.e.,dusting,vacuuming,window cleaning;NOT $24.86 IN 5D construction debris cleanup) ys FINE GRADERS $31.86 IN 5D FIRE WATCH $27.18 IN 5D FORM SETTER $31.86 IN 5D GABION BASKET BUILDER $31.86 IN 5D GENERAL LABORER $31.86 IN 5D GRADE CHECKER&TRANSIT PERSON $32.34 1 N 5D GRINDERS $31.86 1N 5D GROUT MACHINE TENDER $31.86 1N 5D Page 3 AW rw rr r KING COUNTY Effective 03-03-04 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code GUARDRAIL ERECTOR $31.86 IN 5D HAZARDOUS WASTE WORKER LEVEL A $32.70 IN 5D HAZARDOUS WASTE WORKER LEVEL B $32.34 IN 5D HAZARDOUS WASTE WORKER LEVEL C $31.86 IN 5D HIGH SCALER $32.70 IN 5D HOD CARR]ER/MORTARMAN $32.34 IN 5D 11111 JACKHAMMER $32.34 IN 5D LASER BEAM OPERATOR $32.34 1 N 5D MANHOLE BUILDER-MUDMAN $32.34 IN 5D MATERIAL YARDMAN $31.86 IN 5D vo MINER $32.70 IN 5D NOZZLEMAN,CONCRETE PUMP,GREEN CUTTER WHEN USING HIGH $32.34 1 N 5D PRESSURE AIR&WATER ON CONCRETE&ROCK,SANDBLAST, GUNITE,SHOTCRETE,WATER BLASTER PAVEMENT BREAKER $32.34 IN 5D PILOT CAR $27.18 1 N 5D PIPE POT TENDER $32.34 IN 5D PIPE RELINER(NOT INSERT TYPE) $32.34 IN 5D PIPELAYER&CAULKER $32.34 IN 5D PIPELAYER&CAULKER(LEAD) $32.70 IN 5D PIPEWRAPPER $32.34 IN 5D POTTENDER $31.86 IN 5D POWDERMAN $32.70 IN 5Di POWDERMAN HELPER $31.86 IN 5D POWERJACKS $32.34 IN 5D RAILROAD SPIKE PULLER(POWER) $32.34 1N 5D RE-TIMBERMAN $32.70 1N 5D j RIPRAP MAN $31.86 IN 5D RODDER $32.34 IN 5D SCAFFOLD ERECTOR $31.86 IN 5D SCALE PERSON $31.86 IN 5D SIGNALMAN $31.86 IN 5D SLOPER(OVER 20") $32.34 IN 5D SLOPER SPRAYMAN $31.86 IN 5D SPREADER(CLARY POWER OR SIMILAR TYPES) $32.34 1 N 5D SPREADER(CONCRETE) $32.34 IN 5D +IMF STAKE HOPPER $31.86 IN 5D STOCKPILER $31.86 IN 5D TAMPER&SIMILAR ELECTRIC,AIR&GAS $32.34 IN 5D TAMPER(MULTIPLE&SELF PROPELLED) $32.34 IN 5D Ito TOOLROOM MAN(AT JOB SITE) $31.86 IN 5D TOPPER-TAILER $31.86 IN 5D TRACKLABORER $31.86 IN 5D TRACK LINER(POWER) $32.34 1N 5D TRUCK SPOTTER $31.86 IN 5D TUGGER OPERATOR $32.34 IN SD VIBRATING SCREED(AIR,GAS,OR ELECTRIC) $31.86 1N 5D VIBRATOR $32.34 IN 5D VINYL SEAMER $31.86 IN 5D WELDER $31.86 IN 5D WELL-POINT LABORER $32.34 IN 5D `" Page 4 { 1 so KING COUNTY Effective 03-03-04 Am (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code LABORERS-UNDERGROUND SEWER&WATER it/'` GENERAL LABORER $31.86 IN 5D PIPE LAYER $32.34 IN 5D LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $11.07 1 a, LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $10.63 1 LANDSCAPING OR PLANTING LABORERS $8.42 1 LATHERS JOURNEY LEVEL $38.74 1M 5D MACHINISTS(HYDROELECTRIC SITE WORK) A' MACHINIST $16.84 1 METAL FABRICATION(IN SHOP) FITTER $15.86 1 LABORER $9.78 1 11{ill! MACHINE OPERATOR $13.04 1 PAINTER $11.10 1 WELDER $15.48 1 MODULAR BUILDINGS 4w CABINET ASSEMBLY $11.56 1 ELECTRICIAN $11.56 1 EQUIPMENT MAINTENANCE $11.56 1 PLUMBER $11.56 1 PRODUCTION WORKER $9.26 1 ' TOOL MAINTENANCE $11.56 1 UTILITY PERSON $11.56 1 WELDER $11.56 1 PAINTERS Ilw JOURNEY LEVEL $30.77 2B 5A PLASTERERS JOURNEY LEVEL $39.33 1R 5A PLAYGROUND&PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $8.42 i PLUMBERS&PIPEFITTERS JOURNEY LEVEL $48.71 1G 5A POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $36.41 IT 5D 8L 4w BACKHOE,EXCAVATOR,SHOVEL (3 YD&UNDER) $39.03 IT 5D 8L BACKHOE,EXCAVATOR,SHOVEL (OVER 3 YD&UNDER 6 YD) $39.49 IT 5D 8L BACKHOE,EXCAVATOR,SHOVEL(6 YD AND OVER WITH $40.01 1T 5D 8L BACKHOES, (75 HP&UNDER) $38.64 IT 5D 8L o, BACKHOES, (OVER 75 HP) $39.03 IT 5D 8L BARRIER MACHINE(ZIPPER) $39.03 IT 5D 8L BATCH PLANT OPERATOR,CONCRETE $39.03 IT 5D 8L BELT LOADERS(ELEVATING TYPE) $38.64 IT 5D 8L BOBCAT $36.41 IT 5D 8L BROOMS $36.41 IT 5D 8L BUMP CUTTER $39.03 IT 5D 8L CABLEWAYS $39.49 IT 5D 8L CHIPPER $39.03 IT 5D 8L COMPRESSORS $36.41 IT 5D 8L CONCRETE FINISH MACHINE-LASER SCREED $36.41 IT 5D 8L CONCRETE PUMPS $38.64 IT 5D 8L Page 5 tr .r KING COUNTY Effective 03-03-04 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $39.03 IT 5D 8L CONVEYORS $38.64 IT 5D 8L CRANES, THRU 19 TONS,WITH ATTACHMENTS $38.64 IT 5D 8L CRANES, 20-44 TONS,WITH ATTACHMENTS $39.03 IT 5D 8L CRANES, 45 TONS-99 TONS,UNDER 150 FT OF BOOM(INCLUDING $39.49 IT 5D 8L JIB WITH ATACHMENTS) CRANES,100 TONS-199 TONS,OR 150 FT OF BOOM(INCLUDING JIB $40.01 IT 5D 8L WITH ATTACHMENTS) CRANES,200 TONS TO 300 TONS,OR 250 FT OF BOOM(INCLUDING JIB $40.55 IT 5D 8L WITH ATTACHMENTS) CRANES,A-FRAME, 10 TON AND UNDER $36.41 IT 5D 8L CRANES,A-FRAME,OVER 10 TON $38.64 IT 5D 8L CRANES,OVER 300 TONS,OR 300'OF BOOM INCLUDING JIB WITH $41.07 IT 5D 8L ATTACHMENTS CRANES,OVERHEAD,BRIDGE TYPE(20-44 TONS) $39.03 IT 5D 8L CRANES,OVERHEAD,BRIDGE TYPE(45-99 TONS) $39.49 IT 5D 8L CRANES,OVERHEAD,BRIDGE TYPE(100 TONS 8 OVER) $40.01 IT 5D 8L CRANES,TOWER CRANE UP TO 175'IN HEIGHT,BASE TO BOOM $40.01 IT 5D 8L CRANES,TOWER CRANE OVER 175'IN HEIGHT,BASE TO BOOM $40.55 IT 5D 8L CRUSHERS $39.03 IT 5D 8L DECK ENGINEER/DECK WINCHES(POWER) $39.03 IT 5D 8L DERRICK,BUILDING $39.49 IT 5D 8L DOZERS,D-9 8 UNDER $38.64 IT 5D 8L DRILL OILERS-AUGER TYPE,TRUCK OR CRANE MOUNT $38.64 IT 5D 8L DRILLING MACHINE $39.03 IT 5D 8L ELEVATOR AND MANLIFT,PERMANENT AND SHAFT-TYPE $36.41 IT 5D 8L EQUIPMENT SERVICE ENGINEER(OILER) $38.64 IT 5D 8L lyi FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $39.03 IT 5D 8L FORK LIFTS,(3000 LBS AND OVER) $38.64 IT 5D 8L FORK LIFTS,(UNDER 3000 LBS) $36.41 IT 5D 8L GRADE ENGINEER $38.64 IT 5D 8L GRADECHECKER AND STAKEMAN $36.41 IT 5D 8L GUARDRAIL PUNCH $39.03 IT 5D 8L HOISTS,OUTSIDE(ELEVATORS AND MANLIFTS),AIR TUGGERS $38.64 IT 5D 8L HORIZONTAUDIRECTIONAL DRILL LOCATOR $38.64 IT 5D 8L HORIZONTAUDIRECTIONAL DRILL OPERATOR $39.03 IT 5D 8L HYDRALIFTSBOOM TRUCKS(10 TON 8 UNDER) $36.41 IT 5D 8L HYDRALIFTSBOOM TRUCKS(OVER 10 TON) $38.64 IT 5D 8L LOADERS,OVERHEAD(6 YD UP TO 8 YD) $39.49 IT 5D 8L LOADERS,OVERHEAD(8 YD&OVER) $40.01 IT 5D 8L X11 LOADERS,OVERHEAD(UNDER 6 YD),PLANT FEED $39.03 IT 5D 8L LOCOMOTIVES,ALL $39.03 ST 5D 8L MECHANICS,ALL $39.49 IT 5D 8L MIXERS,ASPHALT PLANT $39.03 IT 5D 8L MOTOR PATROL GRADER(FINISHING) $39.03 IT 5D 8L MOTOR PATROL GRADER(NON-FINISHING) $38.64 IT 5D 8L MUCKING MACHINE,MOLE,TUNNEL DRILL AND/OR SHIELD $39.49 IT 5D 8L OIL DISTRIBUTORS,BLOWER DISTRIBUTION AND MULCH SEEDING $36.41 IT 5D 8L OPERATOR PAVEMENT BREAKER $36.41 IT 5D 8L PILEDRIVER(OTHER THAN CRANE MOUNT) $39.03 IT 5D 8L PLANT OILER(ASPHALT,CRUSHER) $38.64 IT 5D 8L POSTHOLE DIGGER,MECHANICAL $36.41 IT 5D 8L Page 6 > ' KING COUNTY Effective 03-03-04 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code POWER PLANT $36.41 IT 5D 8L sw PUMPS,WATER $36.41 IT 5D 8L QUAD 9,D-10,AND HD-41 $39.49 IT 5D 8L REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $39.49 IT 5D 8L EQUIP a w RIGGER AND BELLMAN $36.41 IT 5D 8L ROLLAGON $39.49 IT 5D 8L ROLLER,OTHER THAN PLANT ROAD MIX $36.41 IT 5D 8L ROLLERS,PLANTMIX OR MULTILIFT MATERIALS $38.64 IT 5D 8L to ROTO-MILL,ROTO-GRINDER $39.03 IT 5D 8L SAWS,CONCRETE $38.64 IT 5D 8L SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $39.03 IT 5D 8L OFF-ROAD EQUIPMENT(UNDER 45 YD) to SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $39.49 IT 5D 8L OFF-ROAD EQUIPMENT(45 YD AND OVER) SCRAPERS,CONCRETE AND CARRY ALL $38.64 IT 5D 8L SCREED MAN $39.03 IT 5D 8L SHOTCRETE GUNITE $36.41 IT 5D 8L wo SLIPFORM PAVERS $39.49 IT 5D 8L SPREADER,TOPSIDE OPERATOR-BLAW KNOX $39.03 IT 5D 8L SUBGRADE TRIMMER $39.03 IT 5D 8L TOWER BUCKET ELEVATORS $38.64 IT 5D 8L 00 TRACTORS,(75 HP&UNDER) $38.64 IT 5D 8L TRACTORS,(OVER 75 HP) $39.03 IT 5D 8L TRANSFER MATERIAL SERVICE MACHINE $39.03 IT 5D 8L TRANSPORTERS,ALL TRACK OR TRUCK TYPE $39.49 IT 5D 8L Aw TRENCHING MACHINES $38.64 IT 5D 8L TRUCK CRANE OILER/DRIVER(UNDER 100 TON) $38.64 IT 5D 8L TRUCK CRANE OILER/DRIVER(100 TON&OVER) $39.03 IT 5D 8L TRUCK MOUNT PORTABLE CONVEYER $39.03 IT 5D 8L WHEEL TRACTORS,FARMALL TYPE $36.41 IT 5D 8L YO YO PAY DOZER $39.03 IT 5D 8L POWER EQUIPMENT OPERATORS-UNDERGROUND SEWER& (SEE POWER EQUIPMENT OPERATORS) POWER LINE CLEARANCE TREE TRIMMERS } JOURNEY LEVEL IN CHARGE $32.01 4A 5A SPRAY PERSON $29.79 4A 5A TREE EQUIPMENT OPERATOR $30.71 4A 5A TREE TRIMMER $28.43 4A 5A TREE TRIMMER GROUNDPERSON $20.89 4A 5A REFRIGERATION&AIR CONDITIONING MECHANICS MECHANIC $46.46 1G 5A RESIDENTIAL BRICK&MARBLE MASONS JOURNEY LEVEL $27.05 1 vo RESIDENTIAL CARPENTERS JOURNEY LEVEL $23.47 1 RESIDENTIAL CEMENT MASONS JOURNEY LEVEL $22.64 1 RESIDENTIAL DRYWALL TAPERS JOURNEY LEVEL $38.59 1J 5B RESIDENTIAL ELECTRICIANS JOURNEY LEVEL $26.24 1 Page 7 r wq AM so KING COUNTY Effective 03-03-04 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code RESIDENTIAL GLAZIERS JOURNEY LEVEL $26.84 2E 5G RESIDENTIAL INSULATION APPLICATORS JOURNEY LEVEL $17.60 1 RESIDENTIAL LABORERS JOURNEY LEVEL $18.12 1 RESIDENTIAL PAINTERS JOURNEY LEVEL $18.36 1 RESIDENTIAL PLUMBERS&PIPEFITTERS JOURNEY LEVEL $22.95 1 RESIDENTIAL REFRIGERATION&AIR CONDITIONING 4p JOURNEY LEVEL $46.46 1G 5A RESIDENTIAL SHEET METALWORKERS JOURNEY LEVEL(FIELD OR SHOP) $19.48 1 RESIDENTIAL SOFT FLOOR LAYERS JOURNEY LEVEL $31.52 1B 5A RESIDENTIAL SPRINKLER FITTERS(FIRE PROTECTION) JOURNEY LEVEL $25.58 1B 5C RESIDENTIAL TERRAZZO/TILE FINISHERS JOURNEY LEVEL $26.30 1 ' RESIDENTIAL TERRAZZO/TILE SETTERS JOURNEY LEVEL $35.63 1H 5A ROOFERS JOURNEY LEVEL $34.53 1R 5A USING IRRITABLE BITUMINOUS MATERIALS $37.53 1R 5A SHEET METAL WORKERS JOURNEY LEVEL(FIELD OR SHOP) $45.43 11 6L SIGN MAKERS&INSTALLERS(ELECTRICAL) SIGN INSTALLER $23.36 1 SIGN MAKER $16.84 1 SIGN MAKERS&INSTALLERS(NON-ELECTRICAL) SIGN INSTALLER $17.31 1 SIGN MAKER $15.61 1 qtr SOFT FLOOR LAYERS JOURNEY LEVEL $31.52 1B 5A SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL $12.44 1 5S SPRINKLER FITTERS(FIRE PROTECTION) JOURNEY LEVEL $46.19 1B 5C STAGE RIGGING MECHANICS(NON STRUCTURAL) JOURNEY LEVEL $13.23 1 SURVEYORS CHAIN PERSON $9.35 1 INSTRUMENT PERSON $11.40 1 PARTY CHIEF $13.40 1 TELEPHONE LINE CONSTRUCTION-OUTSIDE CABLE SPLICER $27.84 2B 5A HOLE DIGGER/GROUND PERSON $15.69 2B 5A INSTALLER(REPAIRER) $26.70 2B 5A JOURNEY LEVEL TELEPHONE LINEPERSON $25.91 2B 5A SPECIAL APPARATUS INSTALLER 1 $27.84 2B 5A 1 SPECIAL APPARATUS INSTALLER II $27.28 2B 5A Page 8 > r KING COUNTY Effective 03-03-04 #M (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code TELEPHONE EQUIPMENT OPERATOR(HEAVY) $27.84 2B 5A TELEPHONE EQUIPMENT OPERATOR(LIGHT) $25.91 2B 5A TELEVISION GROUND PERSON $14.89 2B 5A TELEVISION LINEPERSON/INSTALLER $19.81 2B 5A TELEVISION SYSTEM TECHNICIAN $23.43 2B 5A TELEVISION TECHNICIAN $21.11 26 5A TREE TRIMMER $25.91 2B SA TERRAZZO WORKERS&TILE SETTERS JOURNEY LEVEL $35.63 1 H 5A TILE,MARBLE&TERRAZZO FINISHERS FINISHER $29.46 1 H 5A TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $30.40 1 K 5A TRUCK DRIVERS too ASPHALT MIX(TO 16 YARDS) $35.91 IT 5D 8L ASPHALT MIX(OVER 16 YARDS) $36.49 IT 5D 8L DUMP TRUCK $35.91 IT 5D 8L DUMP TRUCK&TRAILER $36.49 1 T 5D 8L OTHER TRUCKS $36.49 IT 5D 8L TRANSIT MIXER $23.45 1 WELL DRILLERS&IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $17.71 1 OILER $12.97 1 WELL DRILLER $17.68 1 !rr Page 9 ow wr 5 P. ALL HOURS WORKED ON SATURDAYS(EXCEPT MAKEUP DAYS)AND SUNDAYS SHALL BE PAID AT ONE AND ONE- I HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. Q. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS(EXCEPT CHRISTMAS DAY)SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON CHRISTMAS DAY SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE_ I. T. ALL HOURS WORKED ON SATURDAYS,EXCEPT MAKE-UP DAYS,SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED AFTER 6:OOPM SATURDAY TO 6:OOAM MONDAY AND ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. U. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS(EXCEPT LABOR DAY)SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. W. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS(EXCEPT MAKE-UP DAYS)SHALL BE PAID AT ONE AND ONE- HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. 2. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. THE FIRST SIX(6)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF SIX(6)HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ti C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. D. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. THE FIRST EIGHT(8)HOURS WORKED ON HOLIDAYS SHALL BE PAID AT STRAIGHT TIME IN ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. E. ALL HOURS WORKED ON SATURDAYS OR HOLIDAYS(EXCEPT LABOR DAY)SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS OR ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. F. THE FIRST EIGHT(8)HOURS WORKED ON HOLIDAYS SHALL BE PAID AT THE STRAIGHT HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. G. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE INCLUDING HOLIDAY PAY. } H. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIldES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TINES THE HOURLY RATE OF WAGE.ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY. I. ALL HOURS WORKED ON SATURDAYS AND HOLIDAYS(EXCEPT LABOR DAY)SHALL BE PAID AT ONE AND ONE- HALF TINES THE HOURLY RATE OF WAGE. ALL HOURS WORKED:•ON SUNDAYS AND ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. J. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL 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 TINIES 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 THE HOLIDAY PAY. M. ALL HOURS WORKED ON SATURDAYS,SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. 0. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. a~ 4. A. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SATURDAYS,SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE.THE HOURLY RATE OF WAGE. or aMr HOLIDAY CODES 5. A. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(7). w 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). AM C. HOLIDAYS: NEW YEAR'S DAY,PRESIDENTS'DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). D. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,THE 1, FRIDAY AND SATURDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). E. HOLIDAYS: NEW YEAR'S DAY,PRESIDENTS'DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY, PRESIDENTIAL ELECTION DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS m, DAY(9). 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). Aw H. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,THANKSGIVING DAY,THE DAY AFTER THANKSGIVING DAY,AND CHRISTMAS(6)_ I. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,AND CHRISTMAS DAY(6). N. HOLIDAYS: NEW YEAR'S DAY,PRESIDENTS'DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,VETERANS' ar DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(9). 0. PAID HOLIDAYS: NEW YEAR'S DAY,WASHINGTON'S BIRTHDAY,INDEPENDENCE DAY,LABOR DAY, THANKSGIVING DAY,AND CHRISTMAS DAY(6). P. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY AND SATURDAY AFTER THANKSGIVING DAY,THE DAY BEFORE CHRISTMAS,AND CHRISTMAS DAY(9). qw Q. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY, AND CHRISTMAS DAY(6). R PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY, IV DAY AFTER THANKSGIVING DAY,ONE-HALF DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY.(7 1/2). S. PAID HOLIDAYS: NEW YEAR'S DAY,PRESIDENTS'DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY, THANKSGIVING DAY,AND CHRISTMAS DAY(7). OF T. PAID HOLIDAYS: SEVEN(7)PAID HOLIDAYS. V. PAID HOLIDAYS: SIX(6)PAID HOLIDAYS. a" W. PAID HOLIDAYS: NINE(9)PAID HOLIDAYS. X. HOLIDAYS: AFTER 520 HOURS-NEW YEAR'S DAY,THANKSGIVING DAY AND CHRISTMAS DAY. AFTER 2080 HOURS ift -NEW YEAR'S DAY,WASHINGTON'S BIRTHDAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY, THANKSGIVING DAY,CHRISTMAS DAY AND A FLOATING HOLIDAY(8). Y. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,PRESIDENTIAL ELECTION DAY, THANKSGIVING DAY,THE FRIDAY FOLLOWING THANKSGIVING DAY,AND CHRISTMAS DAY(8). law go Z. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,VETERANS DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). 6. A. PAID HOLIDAYS:NEW YEAR'S DAY,PRESIDENTS'DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). B. PAID HOLIDAYS: NEW YEAR'S EVE DAY,NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY, THANKSGIVING DAY,DAY AFTER THANKSGIVING DAY,CHRISTMAS EVE DAY,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). 6. H. HOLIDAYS: NEW YEAR'S DAY,MARTIN LUTHER KING JR.DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). I. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(7). L. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY,THE LAST WORKING DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY.(8) Q. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,VETERAN'S DAY THANKSGIVING DAY,THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY. UNPAID HOLIDAY_ PRESIDENTS'DAY. S. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS EVE DAY,AND CHRISTMAS DAY(8). T_ PAID HOLIDAYS: NEW YEAR'S DAY,PRESIDENTS'DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,THE LAST WORKING DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY(9). U. HOLIDAYS: NEW YEAR'S DAY,DAY BEFORE NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY, LABOR DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,THE DAY BEFORE CHRISTMAS DAY,CHRISTMAS DAY(9). V. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,DAY AFTER THANKSGIVING DAY,CHRISTMAS EVE DAY,CHRISTMAS DAY, EMPLOYEE'S BIRTHDAY, AND ONE DAY OF THE EMPLOYEE'S CHOICE(10). W. PAID HOLIDAYS: NEW YEAR'S DAY,DAY BEFORE NEW YEAR'S DAY,PRESIDENTS DAY,MEMORIAL DAY, INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,DAY AFTER THANKSGIVING DAY,CHRISTMAS DAY,DAY BEFORE CHRISTMAS DAY(10). X PAID HOLIDAYS: NEW YEAR'S DAY,DAY BEFORE OR AFTER NEW YEAR'S DAY,PRESIDENTS DAY, MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,DAY AFTER THANKSGIVING DAY,CHRISTMAS DAY,DAY BEFORE OR AFTER CHRISTMAS DAY,EMPLOYEE'S BIRTHDAY(11). NOTE CODES 8. A. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TINES 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 I00'-$1.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100'TO 175'-52.25 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 175'TO 250'-55.50 PER FOOT FOR EACH FOOT OVER 175 FEET OVER 250'-DIVERS MAY NAME THEIR OWN PRICE,PROVIDED IT IS NO LESS THAN THE SCALE LISTED FOR 250 FEET C. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS,THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE: OVER 50'TO 100'-51.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100'TO 150'-51.50 PER FOOT FOR EACH FOOT OVER 100 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 rrr B:$0.50, AND LEVEL C:$0.25. M. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS:LEVELS A&B:$1.00, LEVELS C&D:$0.50. ww 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. wr awr i r 4W vw w Forms and Publications - Washington State Department of Labor and Industries - L&I Pre-... Page 1 of 2 9 Forms and Publications AW Prevailing Wage Online Survey Statement of Intent to Pay Request for Release Building a better Web with preV3111n Wage you 9 S Wage Claim Form •r - - Affidavit of Wages Paid Complaint Report Form Electronic filing How to obtain forms and Certified Project Payroll publications Provided by Google Prevailing Wage Home Statement of Intent to Pay Prevailing Wages (F700-029- s Wage Rates ; 000) General Information i Forms and I ■ Completed by each employer when awarded a public works Publications I contract Electronic Filing 1 ■ $25 filing fee View Approved Forms ' Scopes of Work Affidavit of Wages Paid (F700-007-000) 1 Laws and Rules ■ Completed by each employer when work is completed Debarred Contractors 1 "" ■ $25 filing fee Wage Surveys i Prevailing Wage Intent and Affidavit forms were revised February, 2002 Advisory Committee I Effective January 1, 2003, only versions dated 2-02 and later Employment i will be accepted 'Standards Construction ■ The notary requirement has been eliminated MW Compliance ■ The 4-part form has been reduced to a 2-part form Find a Contractor ! ■ Clear instructions on the back of the forms Specialty Compliance :Home i Electronic Filin4 L&I Home i Intent and Affidavit forms can also be submitted via the Contact us Internet. Find out more about it. rr Certified Project Payroll (F700-065-000) Upon receiving a written request by any interested party, a contractor must, within 10 days, submit Certified Project Payroll (pdf format) records to the awarding agency and to the Department of Labor and Industries. WAC 296-127-320 Request for Release (F263-083-000) The prime contractor must submit the Request for Release form to the Contractor Compliance/Release Unit at L&I when the project is complete. 4r Wage Claim Form (F700-039-000) If an employee has not been paid the proper prevailing wage, ift the employee is entitled to file a wage claim with the department. This involves filling out a form and providing information showing work hours and rates of pay. In a wage claim investigation, the employer has the right to know the AW name of the claimant. RCW 39.12.065. Wage Claim Form (pdf as http://www.Ini.wa.gov/prevailingwage/f&p.htm 05/09/2003 .Nw Department of Labor and Industries STATEMENT OF INTENT TO Prevailing Wage (360)902-5335 PAY PREVAILING WAGES www.Ini.wa.gov/prevailingwage ''1 •�• Public Works Contract 25.00 Filing Fee Required •This form must be typed or printed in ink. Project Name ContractN •Fill in all blanks or form will be returned for correction(see back). •Please allow a minimum of 10 working days for processing. Contract Awarding Agency(public agency-not federal or private) :::::A ,,PRVEDFORM WILL 1B MAILED;TO THIS ADDRESS Address Contractor,company or agency name,address,city,state&ZIP+4 City State ZIP+4 "EXAMPLE" Awarding Agency Project Contact Person Phone IT OBTAIN LATEST FORMS FROM Caumy where wodtwWbeperfmned Citywhae work will beperfomxd THE STATE DEPT OF LABOR & IND. Bid due date (m/d/y) Date contract awarded (rn/d/y) Prime contractor(has contract with the public agency) Contractor Registration No. Do oar intend to use subcontractors? Do you intend to use apprentices? a Ye No C3 Yes C]No Craft/trade and occupation (Do NOT list apprentices) Rate of Rate of hourly Estimated no. hourly pay fringe benefits of workers t am Mawr rrr VW i 40 Company name,address,city,state,ZIP+4 Indicate total dollar amount Q of your contract �D I hereby certify that the above information is correct and that all ----_.------- workers I employ on this Public Works Project will be paid no less than the Prevailing Wage Rate(s) as determined by the Industrial Statistician of the Department of Labor and Industries. Contractor Registration No. UBI Tide ignamre Email address Phone number For.L2f�1 t1sr.Osi . ." For l&T t)sr 0ii1 ( ) Check Nwnbc C]$25 or $ "W APPROVED: Department of Labor and Industries Issued By. +rr Industrial Statistician F700.029-000 statement of intent to pay prevailing wages 10-02 After APPROVAL send white copy to Awarding nu am Canary copy-L&I Department of Labor and Industries aw Prevailing Wage AFFIDAVIT OF WAGES PAID (360)902-5335 Public Works Contract www.Ini-wa.gov/prevailingwage $2$.00 Filing Fee Required •This form must be typed or printed in ink. project Narne Contract •Fill in all blanks or form will be returned for correction(see back). •Please allow a minimum of 10 working days for processing. Contract Awarding Agency(public agency not federal or private) V0 —Address............ x-, Contractor,company or agency name,address,city,state&ZIP+4 City State nP+4 tv "EXAMPLE" Awarding Agency Project Contact Person Phone# OBTAINLATEST FORMS FROM County where-oik was performed City where work was perforniod THE STATE DEPT OF LABOR & IND. Bid due date (rn/(.Vy) Date contract awarded (nMY)- Prime contractor(has contract with the public agency) Contractor Registration No. Date work completed (nildly) Date Intent filed (rn/d/y) Craft/trade/occupation and apprentices (For apprentices,give name, Number Total#hrs Rate of Rate of hourly qW registration trade,dates of work on project,stage of progression,wage and fringe) of Workers worked-ea trade Hourly Pay fringe benefits 4W aw am Company name,address,city,state,ZIP+4 Indicate total dollar amount ----------- of your contract $ 1 hereby certify that the above information is correct and that all wv workers I employed on this Public Works Project were paid no less than the Prevailing Wage Rate(s) as determined by the Industrial Statistician of the Department of Labor and Industries. Contractor Registration No. UBI Title Signature Email address Phone number •at-O.-HU ARON. Ojeck Number- ❑$25 or $_ ROM CERTIFIED: Department of Labor and Industries Issued By rrrrn E FRTIFI By By- Industrial Statistician F700-007-000 affidavit of wages 11-02 After APPROVAL send white ogy to Awarding Agtacy. Canary copy-L&I 4W CERTIFICATION OF PAYMENT OF PREVAILING WAGES VW Date: Ref: Pay Estimate No. err Project Maplewood Creek Sediment Basin 2004 Maintenance Proiect 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. wr Company Name By: .w Title: w VW ENVIRONMENTAL REGULATION LISTING -00- 10 ------------ ----------- ....... �.► REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND PRESERVATION OF PUBLIC NATURAL RESOURCES In accordance with the provisions of Chapter 62, Laws of 1973, H. B. 621, the Contract or shall secure any permits or licenses required by, and comply fully with all provisions of the following laws, ordinances,and resolutions: King County Ordinance No 1527 requires Building and Land Development Division and Hydraulics Division review of grading and filling permits and unclassified use permits in flood „W hazard areas. Resolution No. 36230 establishes storm drain design standards to be incorporated into project design standards to be incorporated into project design by Engineering Services. Review by Hydraulics Division. o` King County Ordinance No 800 No 900 No 1006 and Resolution No 8778 No 24553 No 24834, No. 6894 and No 11242 contained in King County Code Titles 8 and 10 are provisions for disposition of refuse and litter in a licensed disposal site and provide penalties for failure to low comply. Review by Division of Solid Waste. Puget Sound Air Pollution Control Agency Regulation 1• A regulation to control the emission of ON air contaminants from all sources within the jurisdiction of the Puget Sound Air Pollution Control Agency (King, Pierce, Snohomish, and Kitsap Counties) in accordance with the Washington, Clean Air Act, R.C.W. 70.94. of WASHINGTON STATE DEPARTMENT OF ECOLOGY W.A.C. 18-02: Requires operators of stationary sources of air contaminants to maintain records of emissions, periodically report to the State information concerning these emissions from his operations, and to make such information available to the public. See Puget Sound Pollution Control Agency Regulation 1. w R.C.W. 90-48: Enacted to maintain the highest possible standards to ensure the purity of all water of the State consistent with public health and public enjoyment thereof, the propagation r and protection of wildlife,birds, game, fish,and other aquatic life,and the industrial development of the state, and to that end require the use of all known available and reasonable methods by industries and others to prevent and control the pollution of the waters of the State of Washington. It is unlawful to throw, drain, run or otherwise discharge into any of the water of this State any organic or inorganic matter that shall cause or tend to cause pollution of such waters. The law also provides for civil penalties of$5,000/day for each violation. .r R.C.W. 70.95: Establishes uniform statewide program for handling solid wastes which will prevent land, air and water pollution. Makes it unlawful to dump or deposit solid wastes onto or under the surface of the ground or into the waters of this State except at a solid waste disposal site for which there is a valid permit. R.C.W. 76-04.370: Provide for abatement of additional fire hazard (lands upon which there is .r forest debris) and extreme fire hazard (areas of additional fire hazard near buildings, roads, campgrounds, and school grounds). The owner and/or person responsible is fully liable in the event a fire starts or spreads on property on which an extreme fire hazard exists. +rr R.C.W. 76.04.010: Defines terms relating to the suppression or abatement of forest fires or forest fire conditions. w R.C.W. 70.94.660: Provides for issuance of burning permits for abating or prevention of forest fire hazards, instruction or agricultural operations. REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND PRESERVATION OF PUBLIC NATURAL RESOURCES R.C.W. 76-.04.310: Stipulates that everyone clearing land or clearing right-of--way shall pile and burn or dispose of by other satisfactory means, all forest debris cut thereon, as rapidly as the clearing or cutting progresses, or at such other times as the department may specify, and in compliance with the law requiring burning permits. R. C. W. 78-44: Laws governing surface mining (including sand, gravel, stone, and earth from borrow pits) which provide for fees and permits, plan or operation, reclamation plan, bonding, , and inspection of operations. W.A.C. 332-18: Delineates all requirements of R.C.W. 76-04 pertaining to land clearing and burning. U.S.ARMY CORPS OF ENGINEERS Section 1 of the River and Harbor Act of June 13, 1902: Authorizes Secretary of Army and Corps of Engineers to issue permits to any persons or corporation desiring to improve any navigable river at their own expense and risk upon approval of the plans and specifications. Section 404 of the Federal Water Pollution Control Act(PL92-500 86 Stat. 816): Authorizes the Secretary of the Army, acting through the Corps of Engineers, to issue permits for the discharge of dredged or fill material into the navigable waters at specified disposal sites. Permits may be denied if it is determined that such discharge will have adverse effects on municipal water supplies, shell fish beds and fishery areas and wildlife or recreational areas. r> MISCELLANEOUS FEDERAL LEGISLATION Section 13 of the River and Harbor Act approved March 3, 1899: Provides that discharge of refuse without a permit into navigable waters is prohibited. Violation is punishable by fine. Any citizen may file a complaint with the U. S.Attorney and share a portion of the fine. rrr PERMITS REQUIRED FOR THE PROJECT ARE AS FOLLOWS: KING COUNTY BUILDING AND LAND DEVELOPMENT DIVISION wr King County Resolution No. 25789 requires an unclassified use permit for filling, quarrying (including borrow pits and associated activities such as asphalt plants, rock crushers) and refuse disposal sites and provides for land reclamation subsequent to these activities. A copy is available at the Department of Public Works or Building and Land Development Division. Shoreline Management Act 1971 requires a permit for construction on State shorelines. Permit acquired by Public Works and reviewed by Building and Land Development Division. King County Ordinance No. 1488 requires permit for grading, land fills, gravel pits, dumping, quarrying and mining operations except on County right-of-way. Review by Building and Land Development Division. WASHINGTON STATE DEPARTMENT OF FISHERIES AND GAME Chapter 112 Laws of 1949: Requires hydraulics permit on certain projects. (King County Department of Public Works will obtain.) r.r REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND PRESERVATION OF PUBLIC NATURAL RESOURCES WASHINGTON STATE DEPARTMENT OF ECOLOGY W.A.C. 173-220: Requires a National Pollutant Discharge Elimination System (NPDES) permit r. before discharge of pollutants from a point source into the navigable waters of the State of Washington. W.A.C. 372-24: Permit to discharge commercial or industrial waste waters into State surface or ground water (such as gravel washing, pit operations, or any operation which results in a discharge which contains turbidity). W.A.C. 508-12-100: Requires permit to use surface water. W.A.C. 508-12-190: Requires that changes to permits for water use be reviewed by the Department of Ecology whenever it is desired to change the purpose of use, the place of use, the point of withdrawal and/or the diversion of water. +�■ W.A.C. 508-12-220: Requires permit to use ground water. W.A.C. 508-12-260: Requires permit to construct reservoir for water storage. rr+ W.A.C. 508-12-280: Requires permit to construct storage dam. W.A.C. 508-60: Requires permit to construct in State flood control zone. King County Public Works secures one for design. Contractor secures one for his operation(false work design, etc. WASHINGTON STATE DEPARTMENT OF NATURAL RESOURCES ow R.C.W. 76.04.150: Requires burning permit for all fires except for small outdoor fires for recreational purposes or yard debris disposal. Also the Department of Natural Resources reserves r.r the right to restrict burning under the provisions of R.C.W. 76.04.150, 76.04.170, 76.04.180, and 70.94 due to extreme fire weather or to prevent restriction of visibility and excessive air pollution. a. R.C.W. 76.08.030: Cutting permit required before cutting merchantable timber. R.C.W. 76.08.275: Operating permit required before operating power equipment in dead or down timber. rr R.C.W. 78.44.080: Requires permit for any surface mining operation (including sand, gravel, stone,and earth from borrow pits). UNITED STATES ARMY CORPS OF ENGINEERS M, Section 10 of River and Harbor Act of March 3 1899: Requires permit for construction (other than bridges, see U. S. Coast Guard administered permits) on navigable waters (King County Department of Public Works will obtain.) FIRE PROTECTION DISTRICT R.C.W. 52.28.010 52.28.020 52.28.030 52.28.040 52.28.050: Provides authority for, requirements of, and penalties for failure to secure a fire permit for building an open fire within a fire protection district. +w. REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND PRESERVATION OF PUBLIC NATURAL RESOURCES UNITED STATES COAST GUARD Section 9 of River and Harbor Act of March 3 1899 General Bride Act of M_arch 23, 1906, and General Bridge Act of 1946 as amended August 2, 1956: Requires a permit for construction of bridge on navigable waters(King County Department of Public Works will obtain). King County Department of Public Works will comply with pertinent sections of the following laws while securing the aforementioned permit: Section 4(f) of Department of Transportation Act,National Environmental Policy Act of 1969, Water Quality Improvement Act of 1970. PUGET SOUND AIR POLLUTION CONTROL AGENCY r Section 9.02(d) (2) (iii) of Regulation I: Request for verification of population density. Contractor should be sure his operations are in compliance with Regulation I, particularly Section 9.02 (outdoor fires), Section 9.04 (particulate matter -- dust), and Section 9.15 (preventing particulate matter from becoming airborne). ENVIRONMENTAL PROTECTION AGENCY Title 40 Chapter Ic Part 61: Requires that the Environmental Protection Agency be notified five (5) days prior to the demolition of any structure containing asbestos material (excluding residential structures having fewer than five(5)dwelling units). The above requirements will be applicable only where called for on the various road projects. Copies of these permits, ordinances, laws, and resolutions are available for inspection at the Office of the Director of Public Works, 900 King County Administration Building, Seattle, WA. 98104. It shall be the responsibility of the Contractor to familiarize himself with all requirements therein. All costs resulting therefrom shall be included in the Bid Prices and no additional compensation shall be made. All permits will be available at construction site. > rw► City of Renton SUPPLEMENTAL SPECIFICATIONS for the 1997 Standard Specifications - for Road, Bridge, and Municipal Construction Y ♦ e Nfi Adopted May 19, 1997 . ML Washington State Department of Transportation American Public Works Association Washington State Chapter CITY OF RENTON STANDARD SPECIFICATIONS The City of Renton Standard Specifications for Municipal Construction (hereafter referred to as The Renton Uff Standards) shall apply to all work performed within the public right-of-way by, or for, the City of Renton; or work performed as an extension, betterment or addition to any of the City's utility, or transportation systems. The Renton Standards are comprised of the following documents: Standard Specifications The Standard Specifications are "The 1996 Standard Specifications for Road, Bridge, and Municipal *, Construction (English)" published by the Washington State Department of Transportation and the American Public Works Association, Washington Chapter. WSDOT Amendments WSDOT Amendments are changes to the Standard Specifications published on a quarterly basis by WSDOT. The included Index to Amendments lists all amendments received and acknowledged by the time of publication of this document. These Amendments shall be considered a part of the Standard Specifications. Standard Plans The Standard Plans are selected pages of "ne Standard Plans for Road and Bridge Construction" as published by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association, adopted by the City of Renton, and bound together with those standard plans f created by the City of Renton. An appendix contains the original WSDOT/APWA index showing the disposition (Adopted, Replaced, or Deleted) of all original pages. Supplemental Specifications The City of Renton Supplemental Specifications is a compilation of the revisions made to the original WSDOT/APWA document, as modified by the adopted WSDOT Amendments, and is produced to be used together with the original document(s). Where changes are being made to the 1996 Standard Specifications sufficient amounts of the original (WSDOT/APWA) text is reproduced to provide clarity and context. All original text being deleted is shown with a line through the characters. (This is delet All replacement text or text being added is shown as underlined tie. Sections being deleted in their entirety are so stated and not shown. When a section is described as being revised, sufficient text from the original section is shown with cross-outs and boldface to show the revisions. When a section is supplemented, existing text that is not being changed is not shown unless needed to clarify the meaning of the added text. Each item in the Supplemental Specifications signifies the source that wrote the item in parentheses following the listing of the section number and title: (APWA) Signifies an item taken verbatim from the Division 1 APWA Supplement to the 1996 Standard Specifications. (SA) Signifies that the section has been modified from the original State text by an amendment produced by WSDOT. The text of the subject section is shown as modified by the amendment, otherwise WSDOT Amendments are not shown in this document except for their listing in the Index to Amendments. (RC) Signifies an item produced by the City of Renton or an APWA or State Amendment that has been rewritten by Renton. Those documents listed above shall govern all work, except as these standards may be modified or superseded by project-specific plans, special provisions or other documents officially approved by the City of Renton. All work within the public right-of-way performed by other agencies or private parties working under permit authority of the City of Renton shall follow these standards with the exception of those requirements which pertain to payment and financing_ Copies of the Renton Standards are on file at the Customer Service desk of the Planning/Building/Public Works Department, Municipal Building, Renton, Washington 98055, where they may be examined and copied by any interested party. r- Page-Rs-i Revision Dale_May 19, 1997 Table of "~ CITY 0FREYTONSTANDARD SPECIHCATlONS-------------------'--------'--------------_ DivisionGeneral Requirements........................................................................................................... 1-0D Definitions and Terms --'----------------------------'-'------.-'--_______ - z�2B�yrnmdur�and Cou�doox----------_-------'-'--'---------_____________----- ^ 1�3 A~n�aand%xcc�io`wf Contract...................................................................................... 1�4 Smpevf�e}Y*ck-----'-----'--'---------' '--'---'^ -------'----------------------'-- 3 «�n s�5 Cvu�v mfT�nrk-----'--'--'-------'-----' --' 3-'_---------'----'-'--------''-- 3�6{�mumlnf ----'-'---'~'---'-------'--.--'-------'---'---____--'— ' ����|����a�R�o������t��b� ---- ^ '-'-----------'------'--'-'-'-'---'- 7 1�8Brwmx��vu and DtnX7c�_--------^-'-'-----'----'-------------_-________ '--' 1�9&��nzr=um,�and 3ayoocn�'-~,.---'-----'------_-__-----'--'~'-'-------~_'____-'-'^~ 1-10 Temporary Traffic Control ' ----' --'' -'-'-'---'~`-~'-'-`---------'~---~~-~-'------'~'---'..-Xs 1'I1 Renton Surveying Standards----------'-~~-------'-----'---------~-------'--- =~ Division Earthwork............................................ --'---'-___-------��--'-~-'--_____________, 2-02 Removal of Strmchn-es and Obstructions ~'~~-'-'-'-`---'--~---~-~-~^'-----'-'-'--'-'-22 2-03 Roadway Excavation aodEmbankment o��%���_.--''--'--- ---~---------'-----'-----'--~---~-------'22 ---- '-----~~-~'------~-~-----`'--'--'---'---^---------~'--'-'-'-.23 z-06DubgradePreparation.......................-.-'---- ...............................................................%3 2,09 Structure Excavation ........................,�����������������������.............................._23 Division Production From Quarry and Pit Sites and Stockpiling.................................................................z5 3 No supplemental specifications were necessary........................................................................25 � Division Buses-------------------------~~------------------------------------- 4 No supplemental qpmxricutivos were necessary.........................................................................z5 Division 5 Surface Treatments and Pavements..........................................................................................z6 5-04 Asphalt Concrete Pavement.............................................................................................z6 DivisionStructures.................................................................. ........................................................29 6-zx Rockeries.....................................................................................................................2w Division 7 Drainage Structures, Sr*ooSe-crs�Sanitary Sewers,Water Mains,and Conduits.............................s0 7u01Drains....................................................................... ................................................30 7-02 Culverts.....................................................................................................................30 7-03 Structural Plate Pipe,Pipe Axch,AzcY,and Underpass.........................................................30 7-04 Storm Sewers..............................................................................................................30 7-05 Manholes,Inlets,and Catch Basin '--,----'--'-----------'-----~-----'---'---'--'-31 7-08 Gen" Pipe Installation Requirements................................................. ...........................y2 7-10 TrcochExx-,Bedding,and Bnckxill for Witter Mains............................................................34 7-11 Pipe Installation for Water Mains....................................................................................s4 7'12 Valves for Water Mains.................................................................................................37 7-1e Hydrants....................................................................................................................30 7-1; Service Connections......................................................................................................39 r-zr Sanitary Sewers...........................................................................................................39 Division Miscellaneous Construction -----'--'----'~---'----'--------'_______________________---40 8-49 Raised Pavement Markers...............................................................................................40 8-10 Guide Posts..................................................................................................................4Q 9'19 Monument Cases.--'-----------'-'-'-'-'---'--------_______________________---4m m-ou Cement Concrete Sidewalks................... .........................................................................4m ~~ 8-17 Impact Auenouatvr Systems..............................................................................................48 8-20 Illumination,Traffic Signal System�,and Electrical..................�-----------'----------41 8-22 Pavement oeumaog........................................................................................................47 8-2s Temporary Pavement hmrmings........................................................................................48 U� Page-RS-d Revision Date:May 19, 19917 Division9 Materials...........................................................................................................................49 9-00 Definitions and Tests......................................................................................................49 9-02 Bituminous Materials.....................................................................................................49 9-04 Joint and Crack Sealing Materials..................................... ..... ...50 9-05 Drainage Structures, Culverts,and Conduits.................................................._....................50 9-06 Structural Steel and Related Materials..............................................................................51 9-08 Paints.........................................................................................................................51 9-23 Concrete Curing Materials and Admixtures.........................................................................52 r. 9-29 Illumination,Signals,Electrical........................................................................................52 9•-30 Water Distribution Materials...........................................................................................58 INDEX TO WSDOT AMENDMENTS ......................................................................................................60 WSDOTAMENDMENTS..................................................................................... ....60 1- Page-RS-id Revision Date:May 19, 1997 1-81 Definitions and Terms 1-01 Definitions and Terms Department shall also refer to the Deaartmrnt of Division 1 Planning/Building/Public Works Administrator. Special Provisions(RC) - General Requirements Modifications to the Standard specifications spoeifi"Ziens and supplemental specifications that apply to an individual project. The special provisions tray descnibe work the 1-01 Definitions and Terms specifications do not cover. Such work shall contnlY first with the special provisions and then with any specifications that apply 'jhc SECTION 1-01.1 IS REVISED BYADDING THE FOI1,OH7NG: Contractor shall include all costs of doing this work vrithin the bid I-01.1 General(RC7 State(RC) Whenever reference is made to the State Commission, The state of Washington acting through its representatives Department of Transportation Secretary of Transportation, Ile State shall also refer to The City of Renton and its authorized Owner Contracting Agency or Engineer, such reference shall be r resen tract s oboe applicable. de fined to mean the City of Renton acting through its City Council, Contras Documents of the employees, and duly authorized representatives for all contracts The component parts of the contract which may inchoe but administered by the City of Renton. are not limited to, the Proposal Form, the Contract Font, bps. insurance cemficates, various other certifications and affidayk the SECTION 1-013 IS REVISED AND SUPPZJULEN7BD BY Contract Provisions the Contract Plans, Working Drawings the IRE FOLLOWING Standard Specifications, the Standard Plans Addendum and 1-01.3 Definitions(RC, APWA) ciange Orders. _ Dates(APWA) Act of god(RC) Bid Openwg Date(APWA) 'Act of God' means an earthquake flood cyclono, or other The date on which the Contracting Agency publicly opens and cataclysmic phenornenon of nature. A rain,windstorm,high water reads the bids. or other natural phenomenon of unusual intensity for the m Award Date(APWA,RC) locality of the work which might reasonably have been anticipated The date of the formal decision of the Contracting Agency to from historical records of the general locality of the work, shall not accept the lowest response-ble and responsive Bidder for the work. be construed as an act of god. Conrad lsretttiion Date(APWA) Consulting Engineer(RC) The-date the Contracting Agency_ officially binds the agency to The Comraaimg Agency's design consultant,who may or may the Contract. not administer the construction program for the Contracting Notice to Proceed Date(APWA) _ The date stated in the Notice to Proceed on whist the Contract Day(RQ time begins- Unless otherwise designated day(s) as used in the Contract Contract Completion Date(APWA, RC) Doffs,shall be understood to mean worldng days. The date by which the wont is contractually reguuired to be Or Equal(RC) oompleted. The Contract Completion Date will be stated in the Where the term 'or equal' is used herein, the Contracting Notice to Proceed. Revisions of this date wM be authorized in Agency, or the Cot>tractuig Agency on recommendation of the writing by the Engineer whenever there is an extension to the emincer,sball be the sole judge of the quality and suitability of the Contract time. proposed substitudon. Final Acceptance Date(APWA,RC) The respombility and cost of furnishing necessary evidence, The date on which the Contracting Agency aceePa wO� deaeotutraticos or other information required to obtain the as complete"Per contract requireme>its. approval of alternative materials or processes by the Owner shall Material(AMA) be entirely borne by the Contractor. Any Pilistance specified for use in the construction of the o (RC) project and its appurtenances which enters into and forms a hart owner of The City of Renton or its authorized representative. Also the fmislied structure or improvement and is capable of being so reterrcd to as Contracting Agency. used and is furnished for that purpose- Plans(RQ Materia!man(APWA) The contract plans and/or standard plans which show location, A person or organization who furnisher 1_raw material, character, and dimensions of prescnb rnr ed work inchiding layouts, supply, cononry, � or mamla or fabricated profiles,cross-sections,and other details. product and does not perform labor at the Project Site a supplier. Drawings may either be bound in the same book as the Notice of Award(APWA) balance of the Contract Documents or bound in separate sets, and The written notice from the Cots=ate A��-to the are a pan of the Contact Documents regardless of the method of sinful Bidder signifying the Contractin=g era s a me binding. of the Bid. The terms 'Standard Drawings' or 'Standard Details' Notice to Proceed(APWA) generally used in specifications refers to drawings bound either The written notice from the Contracting Agency or Engineer with the specification documents or included with the Plans or the to the Contractor authorizing and djretxini the Contractor to City of Renton Standard Plans. proceed with thiti Work and establish' the date on whim Secretary,Secretary of Transportation(RC) Contract Time begins. The chief executive officer of the Department and other authorized representatives. The chief executive officer to the t, Page-SP-1 Revision Date:May 19, 1997 1-02 Bid Procedures and Conditions 1-03 Award and Execution of Contract 1-02 Bid Procedures and Conditions within 5 (five) years from the date of submission Fail h after notice label such materials or failure to timely 1e o rid of SEC77ON 1-02.1 IS DELETED AND REPLACED BY THE request for public disclosure has been given shall br 'dimes a FOLLOWING: are, b the submitting vendor of an claim that such materials arc,in fact,so exempt. 1-02.1 Qualifications of Bidder(APWA) SECTION 1-02.12 IS SUPPLEMENTED BY ADDING THE Bidders shall be qualified by experience financing FOLLOWING: equipment, and organization to do the work called for in the 1-02.12 Public Opening of Proposals ApWA C tract Documents.The Contracting Agency reserves the right to take whatever action it deems necessary to ascertain the ability of The Contracting Agency reserves the ri ght to po „e I the Bidder to perform the work satisfactorily. This action may date and time for bid opening. Notification to bidder will be b„ include a pre qualification procedure prior to the Bidder being addenda. the Bidder's a proposal form pr any contract or a preaward survey of SEC77ON 1-02.13 PARAGRAPH 1 IS REVISED AS FOLLOWS; the Bidder's qualifications prior to award. SECTION 1-02.2 IS DELETED AND REPLACED BY THE 1-02.13 Irregular Proposals(RQ FOLLOWING: a. The bidder is not prequalifed when so_ reg�iired; 1-02.2 Bid Doct ments(ArWA) SEC770N I-02.14 IS REVISED IN ITEM 3 IN PARAGRAPH., Information,as--to where Bid Documents can be obtained or TO READ: reviewed will be found in the Call for Bids for the Work placed in 1-02.14 Disqualification of Bidders (APWA) the Contracting Agency's official newspaper. 3. A bidder is not p;cqualified for the work or to the full SBCTTON 1-02.401 IS SUPPL8111E1VTED BY RSYISING SENTENCE I,PARAGRAPH I T O READ: extent of the bid; 1-02.4(2) Subsurface Information(APWA) 1-03 Award and Execution of Contract If the Contracting Agency has made subsurface investigation - of The site of the proposed work, the boring log data and soil SEC77ON 1-03.1 IS SUPPLEMENTED AS FOLLOWS: sample ing � arw gege made �le do by the 1-03.1 Consideration of Bids C APWA) Contracting Agency will be made available for inspection the bidders. The total of extensions, corrected where necessa _ry and SECTION I-M.5 IS SUPPLEMENTED BY ADDING THE including sales taxes where applicable, will be used by the FOLLOWING: Contracting Agency for award purposes and to fix the amount of the contract bond. 1-025 Proposal Form(APWA) All bids will be based on total sum of all schedules of prices. The Engineer reserves the right to arrange the Bid Forms with No partial bids will be accepted unless so Stated in the call for bids Altauates,Additives.or Deductives if such be to the advantage of or special provisions. The City reserves the right however to . the Contracting Agency. The Bidder shall bid on all Additives award all or any schedule of a bid to the lowest bidder at its Deductives, or Alternates set forth in the Proposal Forms unless discretion. otherwise specified in the Special Provisions. SECTION 1-03.2 IS SUPPLF_1fEN7BD BY ADDING TES SECTION 1-02.6 IS SUPPLE ELATED BY ADDING THE FIDI1,oWING:. FOLLOWING: 1-03.2 Award of Contract(RC) 1-02.6 Preparation of Proposal(RC) The contract, bond form, and all otber forms requiring All prices shall be in legible execution, together with a list of all other forms or doffs P g figures and Eiae�words)written in strew] bidder WM be ink or typed.The proposal shall include required to be submitted by the forwarded to the successful bidder within 10 days of the award. 1. A unit price for each item(omitting digits more than four e Th number of copies to be ezewted by the Contractor shall be places to the right of die decimal point), each unit price shall also The by the Contracting Agency. be written in words;where a conflict arises the written words shall Prevail. SEC77ON 1-03.3 IS REVISED AND SUPPLEMENTED AS SECTION 1-02.6(1) IS AN ADDED SUPPLEMENTAL FOLLOWS: SECTION. 1-033 - Execution of Contract(APWA,RQ 1-02.6 U1 Proprietary Information (RC) within 20 10 calendar days after receipt from the Ciry of the Vendors should, in the bid proposal identify clearly any forms and doammats enquired to be completed by the material(s) which constitute '(valuable) formula designs Contract o , the successful bidder shall return the drawings, and research data' so as to be exempt from public signed Contracting ,Agency-prepared contract, an insurance disclosure, RCW 42.17.310,or any materials otherwise claimed to certification as required by Section 1-07.18, and a satisfactory bond be exempt, along with a Statement of the basis for such claim of as required by law and Section 1-03.4. If the bidder expariences exemption- 77he Department (or State) will give notice to the circumstances beyond their Control that prevents return of the vendor of any request for disclosure of such information received contract documents within 20 10 calendar days after the award Page-SP-2 Revirion Date:May 19, 1997 1-04 Scope of the Work 1-05 Control of Work date, die Contracting Agency may grant up to a maximum of 20 10 SECT70N 1-44.4 IS SUPPLEMENTED 14'IT'H 1 additional calendar days for return of the documents, provided the FOLLOWING. �E Contracting Agency deems the circumstances warrant it_ 1-04.4 Changes1RQ The Contracting Agency is prohibited by RCW 39.06.010 from executing a contract with a Contractor who is not registered Renton does not have a formal poticy or guWelincs on cost or licensed as required by the laws of the state_ In addition, the reduction alternatives, but will evaluate such proposals by the Contracting Agency requires persona doing business with the Contractor on a case-by-case basis.- - r.. Contracting Agency to possess a valid City of Renton business SECTION 1-04.11 IS SOPPL811E11TBD AS FOLLOWS: license prior to award. When the Bid Form provides spaces for a business license 1..04.11 F%A Cleanup(RC) number, a Washuhgton State Contractors registration number, or both the Bidder shall insert such information in the spaces 3. All salvage material as noted on the alai and taken from provided. The Contracting Agency requires legible copies of the any of the discarded f taities shall, at the erigrneer's disceetion, be Contractor's Registration and business Ikense be submitted to the carefully salvaged and delivered to the City shops Am cost Engi»cer as part of the Contracting Agency's post-award incurred in salvaging and de&ering such items shall be considered information and evaluation activities. incidental to the protect and no compensation will be made. SECIION 1-03.4 IS SVFTLIsMENTED BY ADDING THE 71he contract price for'Finish and Ckainrp,_lunm sum.. shall be full compmsation FOLLOWING TO=FMT PARAGRAPH: for all work, and materials j� required to perform final deanap_ If this M item does not appear 143.4 Contract Bond (APWA) in the contract documents then fmal dean up shall be considered incidental to_the contrail and to other pay item and no further 5. Be accompanied by a power of attorney for the Surety's shall be made. officer empowered to sign the bond. 7. Be signed by an officer of die Contractor empowered to 1-05 Control of Work _ r sign official statements (sole proprietor or partner). If the Contractor is a cwPoratian, the bond must be sinned by the SECT70N 1-053 IS REVISED AS FOLLOWS: president or vice-president,unless accompanied by written proof of the anthority of the individual signing the bond to bind the 1-05.3 Plans and Woridng Drawings TQ corporation(i.e.,corporate resolution,power of attarneY or a letter to such effect by the president or vice-president). The Contractor shall submit suppkmeutal working drawings as required for the performance of the work-.11c drawings shall be 1-04 Scope of the Work on measuring 24 by 6� or on.sheets with dnensions in multiples of 9-1l2 by 11 inches. SECTION 1-04.1 IS SUPPLMIENTED BY ADDING TM? SEC77ON 1-05_.4 IS SUPPLEMENTED BY ADDING.-7 H9 FOLLOWING: FOLLOWING: 1-04.1 Latent of the Contract_R Q 1-05.4 Conformity with and Deviations from Plans and Stakes(RC) - "` The Cortracior is encouraged to provide to the Euglmeer Prior to nrr>jen payments an estimate of lump sum work accomplished If the project calls for Contractor supplied surviving. the to date The Erwitixr's calculauons and decisions shall be final in Contractor shall provide all required survey woric, including sudi Ord to the actual pmeenwe of my lump sum pay item wort as me>moned in Secti ons 1-05.4, 1-055;1-11 and elsewhere accongAished and eligible.for payment unless another spWhe in these specifications as being provided by the Engineer. method of calculating hump sum payments is provided elsewhere in SEC77ON 1-05.5 THE VACANT SECTION IS REPLACED BY the motions. THE FOLLOWING. SECTION 1-04.2 IS REVISED AS FOLLOWS: 1-05.5 Construction Stakes (RC) 1-04.2 Coordination of Contract Documents, Plans, if the project calls for Contractor implied s„rvevinQ @ie Special Provisions Specifications, and Addenda Contractor shall provide a1l required sturvey Wes• nil (IC) wort;as mentioned in Sections 1-05.4 1-05.5 I-11 and elsewbere in these specifications as being provided by the ice'A Any inconsiste>:cy in the pants of the contract shall be resolved for this survey work shall be included m Contractor SZ� by following this order of precedence(e.g., 1 presiding over 2,3, Surveying,*this s era lump stns 4.S,6,and 7;2 presiding over 3,4,5,6,and 7; and so forth): 1. Addenda 1-05.5(1) General (APWA,RCZ 2. Proposal Form ww"N •,or wr71-provide 3_ Special Provisions The Engineer or Contractor supplied 1rr 4. Specs act Plans construction stakes and marks establishing lines slopes and as stipulated in Sections 1-05 5(1) and 1-05.52 and will pertonm 5. Arnerhdrrhents to the Standard Specifications sssthnhe full 6. Supplemental Specificatioi_ such work t>ct $ection 1-11 The Contractot shall 7. Standard Plans responsibility for detailed dimensions elevations, and expavauon 6.8. Standard Specifications slopes measured from the Engineer or Contractor sup rp i� surveyor furnished stakes and marks. 1= Page-SP-3 R"Won Date:May.19-1.997 1-05 Control of Work 1-05 Control of Work The Contractor shall provide a wort site which has been with major grade changes shall be slope staked to estabtish grade 1 prepared to permit construction staking to proceed in a safe and before offset hubs are set. orderly manner. The Contractor shall keep the Engineer or Contractor supplied surveyor informed of staking requirements and 1-05 Bri a and Structure Sutyeys fAFWA I provide at least 48 hours notice to allow the Engineer or Contractor For all smtctural work such as budges and retain n y ss the supplied surveyor adequate time for setting stakes_. Contractor shall retain as a part of Contractor ornn;L�a.:.. vin an Stakes marks, and other reference points, including existing experienced team of surveyors under direst st>pervision of a monumentation, set by Contracting Agency forces shall be licensed surveyor. The Contractor shall ensure that ,- �.Id I carefully preserved by the Contractor. The Contractor will be tneasurm=ts and locations match and fulfill the ntend� an charged for the costs of replacing stakes, markers and dimensions. The Contractor sha11 provide all surveys r aUired to monumentation that were not to be disturbed but were destroyed or complete the structure,except the following prunary survey control damaged by the Contractor's operations. This charge will be which will be provided by the Engineer: deducted from monies due or to become due to the Contractor- 1. Centerline or offsets to centerline of the stnxture Any claim by the Contractor for extra compensation by reason 2. Stations of abunnents and pier centerlines. of alterations or reconstruction work allegedly due to error is the 3. A adficient number of bench marks for levels to enable Engineer's line and grade, will not be allowed unless the original the Contractor to set grades at reaspi bly short distances. comml points set by the Enginctr still exist, or unless .other 4. Mommnaus and control points as shown on the S factory suibstaatiating evidence to prove the error is furnished Drawings- the F,ngineer.Three consecutive points set on lime or grade shall be The Contractor shall establish all secondary survey controls the minimum pouts used to determine any variation from a straight both horizontal and vertical, as necessary to assure proper line or grade. Any such variation shall, upon discovery, be pLicumm of all project elemems based on the p Control fe ported to the Fmgincer. In the absence of such report the points provided by the Engineer. S!Ma work shall be within the Contractor shall be liable for any error in alignmxnt or grade. fotlowin tolerances: The Contractor shall provide all,surveys required other than 1._Stationing +.01 foot those to be performed by the Engineer. All survey work shall be 2- Aligmneru +.01 foot(between successive points) done in accordance with Section 1-11 SURVEYING STANDARDS 3. _lure Elevations+.01 foot(from plan deviations) of these specifications. 4. Substrxture Elevatiom+.05 foot(from plan elevations) The Contractor shall keep updated survey field notes in a Dtnimg the progress of the Work, the Contractor shall make standard field book and in a format set by the Engineer,per Section available to the Fmgineer all field books inctndmg storey 1-11.1(3). These field notes shall include all survey work information,footing elevations,cross sections and quantities. performed by the Contractor's surveyor in establishing line, grade The Contractor shall be fully responsible for the close and slopes for the constriction work. Copies of these field notes coordination of field locations and measurements with appropriate shall be provided the Engineer upon request and upon completion dirnensions of structural members being fabricated. of the contract work the field book or books shall be submitted to the Engineer and become the property of the Con wtim Agency. 1-05.5(4) Contractor Supplied Surveying(RC) U the survey work provided by the Cozmactor does not meet When the contract provides for Contractor S!rpplied the standards of the Engineer, then the Contractor shalt, upon the Surveying, the Contractor shall supply the survey work required Enjnen's written rtgucst, remove the individual or individuals for the proiem The Cormaaor shall retain as a part of the doing the survey work and the survey work will be eompte" by Contractor Orgai»zation an experienced team of surveyors under the Engineer at the Contmaor's expense. Costs for completing the the direct super Asiat of a professional land surveyor licensed by ME!Ty work required by the Engineer will be deducted from the State of Washington. All survey work shall be done m monies due or to become due the Contractor. accordance with Sections 1-05.4, 1-05.5 and 1-11. All costs for survey work required to be performed by the The Contractor and/or Surveyor dml inform the Fnonea in Conuactor shall be included in the prices bid for the various items wrong of any errors d'isqrep.ncies,and emissions to the plans that which comprise the improvement or be included in the bid item for prevent the Contractor and/or Surveyor from coustzuaing the 'Contractor Supplied-Surveying' per hump stun if that item is protect in a manner satisfactory to the Pngmexr All error included in the contracts. discrepancies and omissions must be corrected to the satisfaction of the E grocer before the survey work may be conumied- I-W—W) Roadway and Utility Surveys(APWA) The Contractor shall coordinate his work with the S�rveyor The Engineer shall furnish to the Contractor one time only,or and perform his operations in a manner to protect all survey stakes Contractor supplied auveyor will provide as needed, all principal from harm The Contractor shall inform the Surveyor of tt?c lines, grades,and measurements the Engineer deems necessaty for Contractor's intent to remove any survey stakes armor point completion of the Wort These shall genually eortsist of one initial before physically m wvimg them. uilt sex of: The surveyor shall be responsible for mmy1g'^° As-13 1. Slope stakes for establishing grading, records for the project The Contractor shag coordinate his 2. Curb grade stakes, operations and assist the Surveyor in mainta accurate As-Burt 3. Centerline finish grade stakes for pavement sections records for the proie ct. wider than 25 f�,and If the Contractor and Surveyor fail to provide as clued by 4. Offset points to establish line and grade for undergro und the Engineer and/or these plans and sp xificafionS accurate AS- unilitie s such as water, sewers, and storm drains (with offsets, 50' Built records and other work the Engineer deems neccessary true �c�r-urap, Engineer may elect to$rovide at Contractor expense a surveyor to On alley coruuvction projects with minor grade changes, the provide all As-Built records and other work as directed by the Engineer or Contractor supplied surveyor shall provide offset hubs Engineer. The Engineer shall deduct expenses irtarred b on one side of the alley to establish the alignment and grade. Alleys Fnginmr-supplied surveying from moneys owed to the Contractor. Page-SP-4 Revision Dote.May 19, 1997 1-05 Control of Work 1-05 Control of Work Payment per Section 1-04.1 for all work and materials provided by this Section nor shall the exercise of this n t diminish required for the full and complete survey work required to the Contracting Agency's right to pursue a.m. otl— avemle for complete the project and as-built drawings-shall be included in the additional remedy or damages wuh inspect to the IF-oniraaor's lump sum price for 'Contractor Supplied Surveying.' failure to perform the Work as required. 1-05 Contractor Provided As-Built Information SEC77ON 1-O5.10 IS SDPPLSMEIYTED By ADDING THE (RQ FOLLOWING: It shall be the contractors responsibility to record the location 1-05.10 Guarantees (APWA,RQ prior to the backfAling of the trenches, by centerline station,offset, and depth below pavement, of all existing utilities uncovered or If within one year after the Acceptance Dates of the Work the Contracting Agency, defective and i ,Q Work is crossed during his work as covered under this projecL uunauthr, It shall be the contractors responsibility to have his surveyor discovered, the Contractor shall pmmptly upon written order by locate by ccnterfine station, offset and elevation each major item of the Contracting Age'y, return and in accordance with the work done under this contract per the survey standard of Section 1- Fpgmeer s insumctions, either correct such Work,or if such has been rejected by the Eagmeer. remove it from Project Site L. Major items of work shall include but not be limited to: m the ! Manholes, Gtch basins and Inlets, Valves, vertical and and replace it with non defective and authorized W� all without Horimnml Beads, Junction boxes. Cleanouts, Side Sewers, Street cost to the Contracting Agency. If the Contractor does not lights & Standards, Hydrants, Major Changes in Design Grade, promptly comply with the written order to correct dtfecjj and VaWts,Culverts,Signal Poles,Electrical Cabinets. unauthorized Wort, or if an emergency exists the Co in, After the completion of the work covered by this contract,the Agency reserves the right to have defectrye and hinauthorized Work contractors surveyor shall provide to the City the hard covered corrected or removed and replaced pursuant to Section 1-0S 8 field book(s) containing the as4x It rates and one set of white Owner's Right to Correct Defectdve and d Work.' prints of the project drawings upon which he has plotted the notes -The Conractor agrees the above one year limitation d MH not of the contractor locating ex isting utilities, and one set of white exclude or diminish the Conttatuing Agency's tights under any law to obtain damages and recover tests resin Priam of the project drawings upon which he has plotted the as- ring from defective and bm"k location of the new work as be recorded in the field book(s). .� work discovered after one year but prior to the This drawing shall bear the surveyors seal and signature certifying expiration of the legal time period set forth in RCW 4.16.040 . it's lacy_ limiting actions upon a contract in writing,or liability expressed or All costs for as-built wort shall be included in the contract irnylied arising out of a writtert agreement. item'Contractor Supplied Surveying.' The Contractor shalt warrant good title to all materials, supplies, and equipment purchased for. or.incorporated in the THE VACANT SEMON 1-05.8,1S REPLACED BY.• Work. Nothing contained in this paragraphc however:shall ddeat 1-05.8 Contracting Agency's Right to Correct or impair the right of persons furnishing materials or labor, to Defective and Unauthorized Work(APWA) recover under any bond given by the' Contractor for- their or aW rights under imy law permitting stub to. If the Contractor fails to remedy defective or affiuithorized look to finds due the Contractor in the hands of the Contacting work within the time specified in a written notice from the Agency. Fngineer,or fails to perform any part of the Wort required by the Tux provisions of this paragraph shall be inserted in an Contract Doamm=, the Engineer may correct and remedy such scibcontratxs and material contra=,-and notice of its provisions work as may be identified in the written notice, by such means as shall be given to all persons firrnichino materials for the Wirt the Enghxer may deem necessary, including the use of Contracting when no formal contract is entered into for such materials. Agency fortis. Section 1-05.11 is deleted and the first two seuences of the If the Contractor fails to comply with a written order to fourth paragraph of section 1-08.9 is deleted and replaced by the remedy what the Engineer determines to be an emergency following: sitmdon, the Fi zinar may have the defective and unauthorized 1-05.11 FSnal Inspection(APWA) Work corrected immediately, have the rejected Work removed aria replaced, or have Work the Contractor refuses to perform comple" by using Contracting Agency or other forces. An 1-05.11(1) Substantial Completion Date(APWA) emergency sinration is any sitmW m which, in the opinion of the When the Contactor considers the work to be Y +�• Engineer, a delay in its remedy could be potentially unsafe, or complete, the Contractor shall so hho- the 2eff and request might cause serious risk of loss or damage to the public. the Fngineer establish the Substantial C^�*+pl �- To be Direct or indirect costs incurred by the Contracting Agency considered substantially complete the following-tom must be attn-butable to correcting and remedying defective or unauthorized met: Work, or Wort the Contractor failed or refused to perform, shall 1 The Contracting Agency must have full and unrestricted and be paid by the Contractor. Payment wilt be deducted by the use and benefit of the facilities both Elvin the operational Engineer from monies due,or to become due the Contractor. Such safety standpoint. direct and indirect costs shall include in particular, but without 2 Only minor incidental work,_replacemeiu of temporary limitation, compensation for additional professional services substitute facilities, or correction or repair work rmains to reach required, and costs for repair and replacunent of work of others physical completion of the work- fie items of wont destroyed or damaged by correction, removal or replacement of The Contractor's request snail list the spec' the Contractor's unauthorized work- in subparagraph cwt above that remains to be completed m order to No adjustment in contract time or compensation will be reach physical completion The Engineer may also tstabl>sb the allowed because of the delay in the performance of the Wort Substantial Completion Date unilaterally. attributable to the exercise of the Contracting Agency's rights f- Page-SP-5 Revision Date_May 19, 1997 L 1-05 Control of Work 1-05 Control of Work If after this inspection, the Engineer concurs with the Completion Date cannot be established until testin and corgi Contractor that the Work is substantially complete and ready for its have been completed to the satisfaction of the EngIn intended use, the Engineer, by written notice-to the Contractor, The costs for power, Ras, labor, material. °tnplies and will set the Substantial Completion Date. If, after this inspection everything else needed to successMly complete operatlon,t the Engineer does not consider the Work substantially complete and shall be included in the various contract prices related to&!, �m ready for its intended use,the Engineer will, by written notice, so bang tested, unless spectficatly set forth otherwise ,n the Did notify the Contractor giving the reasons therefor. Form- Upon receipt of written notice concurring in or denying Operational and test periods, when required by the Fns substantial completion, whichever is applicable, the Contractor shall not affect a manufacturer's guaranties or warranties furnished shall pursue vigorously, diligently and without unauthorized under the terms of the Contract. interruption, the Work necessary to reach Substantial and Physical Completion. The Contractor shall provide the Engineer with a SECTION 1-05 12 IS DELBTSD AND REPLACED WITH Tgg gi FOLLOWING.revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work. 1-05.12 FInA Acceptance(APWA) The above process shall be repeated until the Engineer The Contractor must perform all the obligations Under the establishes the Substantial Completion Date and the Conuactor Contract before the Corihpietroa Date can be established A considers the work physically compIcte and wady for Fiiul Comte of Completion for the Work issued by the Ca»itacximg n Agency will establish the Completion Date and certify theWort as 1-05.11(2) KnAl'inspection Date(APWA) complete. The Final Conn-ad Price tray then be calculated- The When the Contractor considers the Work physically complete following must occur before the Completion We can be and ready for Final Inspation, the Contractor by Written Notice, established and the Final Conhad Price calmdated- 1. The physical work on the prtoiect must be complete, shall request the F*ineer to schedule a final inspection. The 2. the mum furnish an n regttirtd F will set a date for Final Ir>spectioa.The Engimeer and the by the Contract and required by law. ne�sary to allow the Cor><ractor will rhea make a Firul Inspection and die Engineer will Contracting��to certify the Contract as complete. notify the Contractor in writing of all partic[ilars in which the Final A Certificate of Completion for the Work, signed by the Lispaxion reveals the Work incomplete or unacceptable. The Contracting Agency, will constitute scomtance of the Work. The for shall inrnedatdy take such correarve as are issrianc�e of this Certificate of Complaron will not constitite necessary to remedy the i'isted deficiencies- Corrective work shall affiance of tmautlhotized or defective work or material_ be pursued vigorously, diligently, and without interruption until phyp* completion of the listed deficiencies. This process Will Failure of the Contactor to perform al] of the Contractor's eotuimw until the Engineer is satisfied the listed deficiencies have obligations under the Contract shall not bar the Contracting Agency been oorrectecL from unilaterally certifying the Contract complete so the Engineer If action to correct the listed deficiencies is not initiated within may calculate a Final Contract Price as provided in Section 1-09.9. 7 days after receipt of the Written Notice listing the deficiencies, SECTION 1-05 Z3 .IS SUPPLEMENTED BY REVISING the Engineer may, upon Written Notice to the Contractor. take PAR4GR4PH 7 TO READ: whatever saps are necessary to correct those deficiencies pursuant to Section 1.05,8. 1-05.13 - Superintendents,Labor,and Equipment of Upon correction of all deficiencies, the Engineer will notify Contractor:(APWA) the Contractor and the Contracting Agency, in writing, of the date upon which the Work was considered physically complete. 'That Whenever the Contracting Agency evaluates the Contractor's date shall constitute the Physical completion date of the Contract, wiH to ifica these pursuant to Section 1-02.1 the Contracting Agency but shall not imply all the obligations of the Contractor under the will take tixse performance � Contract have been fulfilled. �into account SECI7ON I-05 IS SUPPLEMUVTED BY ADDING THE 1-05.11(3) Operational Testing(APWA) FOLLOWING NSW SEC71ONS: It is the intent 8f the Contracting Agency to have at the Completion Date a complete and operable system. Therefore when I-05.16 Water and Power(APWA) the Work involves the installation of machinery or other The Contractor shall make nary arrangements and shall t> I spiral equipment; street lighting, electrical distribution or bear the costs for power and water necessary for the performance sigma!systems;buildim,or other similar work it may be desirable of the Work. for the Fmineer to have the Contractor operate and test the Work , for a period of time after finial inspection but prior to the Physical 1-05.17 Oral Agreements (APWA) Completion Date. Whenever items of work are listed in the Contract Provisions for operational testing they shall be fully tested No oral agreement or conversation with any officer agent_, under operating conditions for the time period specified to eamm employee of the Conaacti+o Agency either before or after their acceptability prior to the Physical Completion Date. During czeartion of the�+�+►*�_ ,* shall affect or modify! of the terms he and following the test period,the Contractor shall correct any items obligations contained in any of the documents 2ompr>-SM - of workmanship, materials, or equipment which proves faulty, or contract. Such oral agreennernt or conversation shall be considered that are not in first class operating condition-Equipment, electrical as miofficial information and in no way bind^'° 1822 the controls, meters, or other devices and equipment to be tested Contracting Agency, unless subsequently put in writing. during this period, shall be tested under the observation of the Enginm, so that the Engineer may determine their suitability for the purpose for which they were installed- The Physical f- Page-SP-6 Revision Date.May 1.9, 1997 1-06 Control of Material 1-07 Legal Relations and Respo isibilities to the public 1-06 Control of Material its payment if the Contractor bases a bid o:3 a misutrderstood tax liabili . SEC77ON 1-06.02(2) IS SUPPLEMENTED BY ADDING THE The Contractor shall include all ContrLctor_paid taxes in the FOLLOTV7NG: unit bid prices or other contract amounts, In some cases however state retail sales tax will not be includetL_ Section 1-07.2(3) 1-06.2(2) Statistical Evaluation of Materials for descn-bes this exception. Acceptance The Contracting Agency will pay the retained Percersage only if the Contractor has obtamed from the Wauhin!ton State UNLESS STATED OTHERWISE IN THE SPECIAL Department of Revenue a certificate showing that � ��« PROVISIONS STATLSITCAL EVALUATION WILL NOT BE related taxes have been paid (RCW 60.28.05p1_ The Contractin USED BY THE CITY OF RENTON_ Agency may deduct from its payments env amount the Contractor may owe the Washmgton State Ott 1-07 Legal Relations and Responsibilities to of Revenue whether the amount owed relates to this contract or the Public not. Any amount so deducted will be txiid into the Prover State fund. SECHON 1-071 IS SUPPLEMENTED BY ADDING THE FiOLLDWZNG: 1-07.2(2) State Sales Tax-Rule 171(ApWA) . WAC 458-20-171, and its related rules scow to build' {� 1-07.1 Laws to be Observed (APWA) repairing, or improving streets, roads, etc. which are owned by a municipal corporation, or Political-subdivision of the state or by The Contractor shall indemnify, defend,and save harmless the the United States, and whncb are used Primarily for foot or Cormactizng Agency ('including any agents, officers, and vehicular traffic. This includes storm or e�mbiixd sewer sysieor emplo)ees) against any claims that may arise because the within and included as a part of the street or toad drainage system Contractor(or say employee of the Contractor or subcontractor or and power lines when such are part of the roadway I'ttting system materiatman)violated a legal requirement. For work performed in such cases, the Contractor shall include In cases of conflict between diMrent safety regulations, the Washington State Retail Sales Taxes in the various unit Bid Item mote stringent regulation shall m*- prices, or other contract amounts, including those that the - The Washington State Dgmrmxnt of Labor and Industries Contractor pays on the purchase of the materials, equipment., or shall be the sole and paramotmt dative agency re qxk=-ble supplies used or consumed in doing the work. for the administration of the provisions of the Washington 9r. Industrial Safety and Health Act of 1973 (WISHA). 1-07.2(3) State Sales Tax-Rule 170(APWA) The Contr2dor shall maintain at the Project Site office, or WAC 4%20-170, and its related rules, apply to the other well known place at the Project Site,all articles wry for constructing and repairing of new or existing buildings, or other _ ppMft first aid to the injured. The Contractor shall establish, swict ores,upon real property. This inciudes,but is not limited to, li. pablidi,and make]mown to all employees,procedures for the construction of streets, roads highways* etc-, owned:by the immediate removal to a hospital, or doctor's care, persons, State of Washington;water mains and their appartenanceg sanitary inchuft employees, who may have been injured on the Project sewer and sewage disposal systems nnkss such sewers cad S'rte. Employees should not be permitted to work on the Proiect disposal systems are within,and a part of a strut or road drainage She before the Contractor has estabtishcd and made known system; telephone telegraph,electrical power dzsd-ibution fines;or pr mdu es for removal of injured per ens to a hospital of a_ other conduits or litres in or above streets or roads, unless such doctor's cam power lines become a part of a street or road lighting system: and The Contractor shall have sole responsibility for the safety, installing or attaching of arty article of tangible Personal prvPertY in . . e[ t;y,and adequacy of the Contractor's plant. appliances,and or to real Property,whether or not stilt personal property betx>mes methods,and for any damage or injury resulting from their failure, a part of the realty by virtue of instaUa6m or improper maintenance, use, or operation. The Contractor shall For work performed m such cases the Contractor shall conea be solely and completely responsible for the conditions of the from the Contracting Agency, retail sales tax on the full-contract Project Site, including safety for all persons and property in the price- The Contracting Agency will automatieallY add this sales performance of the work. Ibis requiremeru shall aPPbF tax to each payment to the Contractor For this �• the coatintiovsjy, and not be limited to normal working hours. The Contractor shall not include the retail sales tax m the tint Bid Item related or implied duty of the Engineer to conduct construction prices or in any other contract amount subject to Rule 170, with review of the Coamwtor's performance does not, and shall not, be the following exception. intended to inc review aW adequacy of the Contractor's safety Exception- The Contracting Agency will not add in sales tax measures in,oa,or near the Project Site. for a payment the Contractor or a subcorXractor makes on the purchase or rental of tools machinery o;•; 0= or consumable SEMON 1-07-2 IS DELETED AND REPLACED BY TSE sales taxes shall be PtOLIAR'11VG: supplies not integrated into true proiext. Stuck included in the unit Bid Item prices Dr '^ a_nY other contract 1-07.2 State Sales Tax(APWA) amount. � 1-07.2L) Services (APWA) 1-07.2(1) GENERAL(APWA) The Contractor shall not collect retail sales tax from me The Washington State Department of Revenue has issued Contracting Agency on any contract wholly for professional or special rules on the state sales tax. Sections 1-07.2(1) through 1- other services (as defined in State Department of Revenue Rules 07.2(4) are meant to clarify those riles. The Contractor should 138 and 224). contact the Washington State Department of Revenue for answers to questions in this area- The Contracting Agency will not adjust 1, Page-SP-7 Revision Date:May 19, 1997 `d 1-07 Legal Relations and Responsibilities to the Public 1-07 Legal Relations and Responsibilities to the Public SECTION I-07.5(2) IS SUPPLEMENTED BY REVISING THE turbidity shall not exceed 5 NTU over background 4irbid'ity when T17-E AND SENTENCE 2, PARAGRAPH 2 TO READ: the background turbidity is 50 NTU or less,or have more thy„a l0 percent increase m turbidity when the background urtbid,ty is^'o.0 1.07.5(2) State Department of Fish and Wildlife&-4f than 50 NTU; for other classes of waters refer to WAC 1 Wildl;Co -ad 14"a (APWA, SA) 045_1 f pperty ��,,,..le If the work in (1) through (3) above differs little from what The tern turbidity means the optical to o �� the cotntract requires, the Contracting Agency will measure and pay demonstrating the scatt=ing and absorption of light canes by for it at unit contract prices. But if contract items do not cover suspended material as expressed in NepineIometnc'llirbidity Units those areas, the Contracting Agency will pay pursuant to Section 1- and measured with a calibrated turbidtmeter. Discharges to a State waterway caused by aggreeate washing 09.4_ drainage from aggregate pit sites, and stockpiles or dcWatering of abaue M411 be incident-'4,0 -OMM"Pay kvgn&� pits and excavations shall not increase the existing turbidity of the receiving waters. - SECTION 1-07) IS SUPPLEMENTED BY ADDING THE Turbid water from the Project Site shall be treated before FOLLOWING NEW SECTION: being discharged into stream or other State waters. Turbidity may 1-07.11(11) City of Renton Affidavit of Compliance removed by the use of lagoons or holding ponds, settling basins overflow weir, polymer water treatment, dischargine to t=zottnd RRG surface, by percolation, evaporation or by passitzg throfigh gravel Each Contractor,;Subcontractor, Consult.m and or Supplier sand or fiber filters. shall complete and submit a copy of the `City-of Renton Fair 2. Erosion Control: Temporary erosion control shall be Practices Policy Affidavit of Compliance'. A copy of this exercised by tninimiang exposed areas and slopes fzaril permanent docament will be bound in the bid doairnents. are effective.The minimum exposed area and slopes will -• be defined in the Special Provisions.Plastic sheet covering shah be placed over exposed ground areas to protect from rain erosion. SEC77ON I-07.13(1)IS SUPPLEMEMED AS FOLLOWS: Other alternative methods for erosion control under certain 1-07.13(1) General(RC) situations may include netting,mulching hing with binder,and swdnng. Should rvaing and erosion ooan the Contractor shall be During unfavorable- weather and other conditions, the responsible for restoring damaged areas and for clean-rip of eroded contractor shall pursue only such portions of the work as shall not material hiclnding that in ditches, catch basins, manholes, and be damaged thereby. culverts and other pi)es. No portion of the work whose satisfactory quality or 3. Chlorine Residual: Water containing chlorine residual effidency w►li be affected by unfavorable conditions shall be shall not be discharged directly into storm drains, streams,or State r r 1- ritxed while these conditions exist, unless by special means or waters.Chlorine water may be discharged into sanitary sewers or pt autions acceptable to the engineer, the contractor shall be able disposed on land for percolation. Chlorine residual may be reduced to overcome them. - chemically with a reducing agent such as tmdinin dmosulphate. Water shall be periodically tested for chlorine residual. SECTION 1-07.14 (APWA) IS SUPPLEMENTED BY 4. Vehicle and Equipment Washing: Water used for REWSING ALL REFERENCES TO -STATE, COhiMISSlONI washing vehicles and equipment shall not be allowed to enter.storm SECRETARY' OR "STATE' TO READ `CONTRACTING drains streams or other State waters unless separation of petroleum AGENCY." products fresh concrete products or other deleterious material is accomplished prior to discha_ a Detergent solution may be SEC77ON 1-07.15 IS REVISED AND SUPPLEMENTED AS discharged into sanitary sewers or allowed to be held on the Arotmd FOLLOWS: for percolation. A recirculation system for detergent wasbazg as recommended Steam cleaning units shall provide a device for oil 1-07.15 Temporary Water Pollution Erosion Control separation. Fiatd['ms and (APWA,-RC) 5 Oil and C bemical Storage and Handling' I If done according to the approved plan or the Engineer's storage of oil and chemicals shall not take place to waterways The storage shall be made in dike tanks and barrels ordem temporary water pollution/erosion control work will be and with drip pans provided under the dispensing, area- Sh�'°ff measured and paid for xymmm to Section 3-04.41-04.1 throe shall be the limp sum item for "Temporary Water Pollution/Erosion lock valves shall s. provided on tanks Shut-tiff ritual=s onl Control.: - - provided on hosts Oil and chemicals shall be dispe[>szd__—�' during daylight hours finless the dispensing area is PrnvutY ' H no pay item appears in the contract for 'Temporary dater sills- Disposal of waste shall not lk allowed on oil and elzemieal � Pollution/Erosion Control' then all labor, arterials, tools and Shan be Fencing shall be provided around oil stora�e__Locics equipment used to complete the work shall be considered incidental provided on valves,pumps,and tanks. to other pay items in the Contract and no further compcasation 6_ Sewage If a sanitary sewer line is encountered slid repair Than be made. or relocation work is required the Contractor shall p In addition to other requirements in the Contract Documents sewn flow blocking and sealing of the sanitary sewer line Sanitary - dtis temporary work shall include, but is not limited to, the shall be pumped out collected and hauled by tank truck or following water quality considerations: pumped directly to a sanitary system manhole for di�ha 1. Turbid Water Treatment Before Discharge: without existing sewers shall'be maintained by the Contractor Determination of turbidity in surface waters shall be at the In inusniption of service by the use of temporary sower bYp--mss• discretion of the Engineer; for Lake Class Receiving Waters,. addition, the excavated materials adjacent to and around turbidity shall not exceed 5 NTU (Nephelometric Turbidity Units) of a sanitary sewer line shall be removed from the Project Site and over background conditions; for Class AA and Ctass A Waters, �. Page-SP-8 Revision Date:May 19, .1997 1-07 Legal Relations and Responsibilities to the Public 1-07 Legal Relations and Responsibilities to the public deposited info refuse trucks for haul to a sanitary fill site other temporary obstacles shall be removed b the contractor and Equipment and tools in contact with the above materials shall be immediately replace, after the trench is backfrllod in a._:_ vci'� washed by pressure water lines and the attendant wash water position- The contractor shall notify the CAntracitno a Chcy and discharged into a sanitary sewer line for transmission to a sewage property Owner at least 24 hours in advance of any work done on treatment plant. casements or rights-of-way. 1-07.16 Protection and Restoration of Property Damage to existing structures outside of casement areas that may result from dewatering and/or other consUmc; SECTION 1-07.16(1) IS SUPPLEMENTED BY ADDING THE under this contract shall be restored to their on �,ti condition or FOLLOWING_ better. The original condition shall be estabii.shed by nhotoEppt, taken and/or inspection made prior to construction. All such work 1-07.16(1) Private/Public Property(RC) shall be done to the satisfaction of the Owners and the The Contracting Agency will obtain all casements and Contracting Agency at the expense of the contractor franchises required for the proiect. The contractor shall limit his D. Streets. The contractor will assume all rhsibi of operation to the areas obtained and shall not trespass on private restoration of the surface of all slr (traveled ways)used by him property. if damaged. The Contracting Agency may provide certain lands, as In the event the contractor does not have labor or material indicated in connection with the work under the contract togaher immediately available to make necessary 1Cn�irc ,,, enter with the right of access to such lands. The contractor shall not shall so inform the Con radrng Agency. The C--0 ��� er. umrasormbty encumber the premises with his equipment or will make the necessary repairs and the cost of such tt S�]l be materials. paid by the contractor. The contractor shall provide, with no liability to the The contractor is tesponst-ble for Contracting Agency, any additional sand and access thereto not doar�hng any damage that is pre-e�g or caused shown or described that may be reauh-ed for temporary othexs.Restoration of excavation m City struxts shall bee m construction facilities or storage of materials. He shall constrW accordance with the C7ty of Renton new* Restor oa all access roads,detour roads,or ether ih mporary work as required Regu&rme ds, which is available at the Public Works Department by his operations. The contractor sha0 confine his equipment, Customer Services counter on the 4th floor, Renton Municipal stame, of material, and operation of his workers to those arras Bu ilding,200 Mill Avenue Smith. shown and described and such additional areas as he may provide. SECT70N 1-07.1715 SiTPPLEMSN7ID BYADDING: A. General. All construction wore under this contract on lhrw easmoents,right-of-way,over private property or franchise,shall be 1-07.17 Utilities and Similar Facilities(APVPA,RC) confined to the limits of such casements rigbt-of-way or franchise. An work shall be accomplished so as to cause the least amount of In addition to the other requirements pursuant to RCW disturbance and a minimum amount of damage. The contractor 19.122, an act relating to underground utilities and prescribing shall schedule his work so that trenches across easements shall not penalties,the Contiractor shall: be kft open during weekends or holidays and trcacbcs shall not be 1. call the utr7itim underground location center for field d open for morn than 48 hours. location of the utilities; B. Structures. The contractor shall remve such existing Call Before You Dig ,. stntctures as may be necessary for the performance of the work and, ^�,,, if tequircd, shall rebuild the structures thus removed in as good a The 48 Hour Locators condition as found. He shall also repair all existing structures which may be damaged as a result of the work under this contract . 1_ oo -5 555 C. Easernmts. Cultivated areas and other surface 1 8 iahprovemcrds. All cultivated areas,either agricultural or lawns,and and other surface improvements which are damaged by actions of the 2 not begin excavation until all known contractor shall be restored as nearly as possible to their original facilities in the vicinity of the ProPosed excavation have been conditiom located and marked. Prior to excavation on an casement or private right-of- Location and dimensions shown on the Plans for abating way, the contractor shall strip top soil from the trench or facilities arc m accordance with available iaforasairon wrthexut construction area and stockpile it in such a manner that it may be unenyt wing or other verdrcatioa IT a imlitY is known replaced by hint, upon complexion of construction. Ornamental or inspected of having underground facilities within The are of the trees and shrubbery shall be carefully removed with the earth ProP�� eaccavation and that urtility is not a subsrxuber to the gwe surrounding their roots wrapped in burlap and replanted in their utilities u ndergro nd location center then the Coni 11CW shall original positions within 48 houm individual notice to that utility. All shrubbery or trees destroyed or damaged, shall be ff in the prosecution of the work, it beco>nts ntry to replaced by the contractor with material of equal quality at no mterrupt existing surface drainage sewers, nmdetdrartis, tothdunt• additional cost to the Contracting Agency. In the event that it is utilities similar underrround strucarrrs or pares thereof, the necessary to trench through any lawn area, the sod shall be contractor shall be responsible for arid shall take all one Y carefully art and rolled and replaced after the trenches have been precautions to protect and provide tempo'°*9 backfillcd_ The lawn area shalt be cleaned by sweeping or other The contractor shall at his own expeau repair all dan-Ae to means,of all earth and debris. such facilities or structures due to this conga5 2n operation to tthe The contractor shall use rubber wheel equipment similar satisfaction of the City;except for City owned facilities will to the small tractor-type backhocs used by side sewer contractors for be n-paired by the utility department at cero-ictor's exrpcase or try all work, including excavation and bacicfill,on casements a rights- the contractor as directed by the City. of-way which have lawn areas- All fences,markers,mail boxes or t- Rage-SP-9 Revision Date-. May 19, 1997 1-07 Legal Relations and Responsibilities to the Public 1-d7 Legal Relations and Responsibilities to the Pubric SEC77ON I-07.18 IS DELETED AND REPLACED BY THE and shall be cause for immediate termination of the contract at the FOLLOWING_ option of the City. 1-07.18 Public Liability d Property Damage Tbe Contractor shall obtain and maintain the minimum tur insurance coverage set forth below. By requiring such mn m urn Insurance Q insurance, the City of Renton shall not be deemed or consuiwt.� State Amendment to 1-07.18 is not used_ Renton uses the have assessed the risks that may be applicable to the Contractor The Contractor shall assess its own risks and if it deems following: appropriate and/or prudent, maintain higher limits and/or_ h_rc, SECTION I-07.18(I)IS,REPLACED WITH THE FOLLOWING: coverage. Coverage shall include: ' 1-07.18(1) General(RC) (1) Commercial General Liability - ISO 1993 Foy or The contractor shall obtain and maintain in full force and equivalent. Coverage will be wntten on an oceurrence basis effect from the Contract Execution Date to the Completion Date, and include: public liability and property damage insurance with an insurance • Premises and Operations (including CG2503• Gener Cotropany(ies) or through sources approved by the State bmvrance Aggregate to apply per project,if app[icabk). Commissioner pursuant to RCW 48. • Explosion,Collapse and Underground Hazards The Contractor shall not begin work under the Contract until • Products/Completed Operations the recpnred insurance has been obtained and approved by the :Contractual Liabr'lit'y (Mduding Amendatory Contracting Agency nwnnce shall provide coverage to the Fndorserne at CG 0043 or equivalent which includes Contractor, all subcontractors, Contracting Agency and the defense coverage assumed under contract) Contracting Agency's .consultant. The coverage shall protect • Broad Form Property Damage &Zaiiut claims for bodily injuries, personal injuries, including • Independent Contractors acddmW death, as well as claims for prnpegy damages whkh • Peisonal/Advertising Injury nay_arise from mW act or omission of the Contractor or the • Stop Gap Liability stubcontmaor, or by anyone directly or indirectly employed by () Automobile Liability including all either of them. • Owned Vehicles If warranted work is required the Contractor shall provide the • Non-Owned Yehicles City proof that insurance coverage and limits established under the • Hired Vehicles team of the Conwict for work are in full force and effect during the 3) Workers'Coon period of warranty work. • Statutory Benefits (Coverage A) - Show Washington The Contracting Agency may request a copy of the actual Labor&lndustries Number declaration pages(s)for each insurance policy effecting coverage(s) (4) Umbrella Liability(when necessary) required on the contract prior to the date work can mences.Failure • Excess of Commercial General Liability and of the Contractor to fully comply during the tam of the Contract Automobile Liability. Coverage should be as broad as with the requirements described herin will be conddered-a material primary. breach of contract and shall be caused for imme&zte ta'mination of -(5)- Professional Lrvbiky - (whenever the.work tinder`this the Contract at the option of the Contracting Agency.- Contract includes Professional Liability, Cox-archiiecftnal, SECTION 1-07.18(2)IS REPLACED WITH THE FOLLOWING: advertising or computer proggn mm :Ed the CONTRACTOR shall maintain- professional liability 1-07.18(2) Coverages(RQ covering wrongfitl acts errors and/or omissions of the As part of the response to this proposal,the Contractor shall CONTRACTOR for damage sustained by reason of or in submit a completed CFO of Renton Insrvance Wormation form the course of operations under this Contract. " which details specific coverage and limits for this coact. (6) The Contracting Agepe reserves the rid l to request M&OC . All coverage provided by the Contractor shag be in a form and a derwtium by a tiny acceptable to the Contracting rt�n additional coverages as may ty appropriate based on Ageency. The City requires that all insurers: work perfortnedG.a pollution liability). 1) Be licensed to do business within the State of Washington. CONTRACTOR shall Name = OF RENTON and its 2) Coverage to be on an 'oocu rence' basis (Pro fessional officers officials, agents, employees and volunteers as Additional Liability and Pollution coverage are able when Insured(ISO Form CG 2010-or eg�valeat) The CONTRACTbR written on a claims-made basis). The City tray also retluire shall provide CITY OF RINTON Certificates of I r proof of professional liability coverage be provided for up to mmmenoemcst of work. The City reserves the n°ht to raiuest to two(2)years after the cotnpldion of the project_ copies of insurance policies if at their sole discretion it is d 3) The City may request a copy of the actual declaration appropriate Further, all p6ticies of msumnce described above page(s) for each insurance policy affewng coverages) shall: ` required by the Contract prior to the date wort commences. 1) Be on a primary basis not rnntribtttoi' with a_ny oilier required 4) Possess a minimum A.M. Best rating of AVII (A rating of hmnance coverage and/or self-insurance Mined A JOI or better is preferred.) If any insurance carrier OF RENTON. possesses a rating of less than AVII, the City may make an 2) Include a Waiver of Subrogation Clause. exception. 3) Severability of Interest Clause(Cross LiakRit The City reserves the right to approve the security of the insurance coverage provided by the insurance company(ies),terms, 4) Policy dory net be non-renewed,forty-five ewed canceled or mawriall conditions, and the Certificate of bmurance. Failure of the c}iaiiged or uttered unless forty five (45)days Prior written Contractor to fully comply during the term of the contract with notice is provided to CITY OF RENTON Now- Contractor these requirements will be considered a material breach of contract shall be provided to CITY OF RENTON by certified mail. Page-SP-10 Revision Date_May 19, 1997 1-07 Legal Relations and Responsibilities to the Public 1-07 Legal Relations and Responsibilities to the public REPLACE SUPPLEMENTAL SPECIFICATION SECTION I- no obligation or liability of an e kind 07.18(3) 'LIMITS'WIT V THE FOLLOWING: company, its agcnu or representatives- n the 1-07.18(3) Limits(RC) c. Amend the cancellation clause to state: 'poli LIl"M REQUIRED not be non-reimwed,canceled or mater: l!y Winged or Providing coverage In these stated amounts shall not be altered unless 45-days prior written 201-6 is provided constmed to relieve the contractor from liability_ In excess of to the City". Notification shall be provided to-t e`tty such limits. The CONTRACTOR shall carry the following by certified mail. Brits of liability as required below: For Professional Liability coverage only Instead of the Commercial General Liability cancellation language specified above, the City win t a ProducmCompleted Operations $2.000,000 rs t that the consultant's broker provide the required notification. Agg7egate Each Occurrence Limit $1,000,000 SECTION I-07.10 IS REVISED AS FOLLOWS_ Petsonal/Adrertising Injury $1,000,000 1-07.20 Patented Devices Materials Fire Damage(Any One Fire) $50.000 + t and Processes Medial Payments(Any One Person) 55.000 (APWA) . Stop Gap Liability $1,000,000 General Aggregate to apply per proiect Tice Contractor shall asstmae all costs arising from the rise of *� (LSO Form CG2503 or eq mvAen0 patented devices,maMr:alc or processes used on or incorporated in **Amount may vary based on prc ices risk the wow. and al's to may. defend, and save harmless Ammobile 1.12br7gy Tbe Agaicv and their Bodily bittay/Property Damage $1,000,000 duty authormed agents and empkryees fmm all actions of amY (Each Accident) nature for. or on account of the use of any patented devi= worlsrs'Compcasation materials.or pros. f Suntory shins Benefits-Coverage A Variable SECTION 1-07.22 LS SUPPLEMENTED BY FOLLOWING. (Slaw Waslmzgtoa Labor and Indasu-ies Ntmtber) _ . Umbrella L3abilky 1-07.22 Use of Explosives(APWA) Ewb Ocrurmme limit 1� .000,000 General Ajuurfxw Limit 31,000,000. Explosives shall not be used without specific authority of the Operations S1,000.000 Engineer,and theft only under such restrictions as may be required A ate by the proper authorities. Explosives shall be handled and used in Professional Liability(If requires strict compliance with WAC 296-52 and such local laws, rules and Each Occ u r=/incident/Claim $1.000,000 r muladons that may apply.The individual in charge of the blasting Aggregate $2.000.000 Shad have a current Washington stare Blaster Uses License: - .. The City may require the CONTRACTOR to keep The for shaH obtain, fly witfi, and try for such professional liability coverage in effect for up to two(2)years after permits and casts as are Yin conjunctiem with blasting ooaupletion of the project ° ' .. The Contractor shall promptly advise the CITY OF RENTON When the use raexplosives is necessary for the pre Of is writing in the event arty general aggregate or other aggregate the Work, the Contractor's insurance shall contain a special clause limps arc reduced. At their own expense. the CONTRACTOR permrttutg the blasting. w01 reinstate the aggregate to comply with the minimum limits and 1-07.23 Public Convenience and Safety requirer nests as stated in Section 1-07_18(3) and shall furnish the CITT OF RENTON a new Cafcate of hmuance showing such SECTION I-07 23(1) IS SUPPLSMSNTED BY ADDING 77M coverage is in force. FOLLOWING PARAGRAPH i SUMON I-07.18(4)IS REPLACED WITH THE FOLLOWING 1-07.23(1) Construction Under TYafFic(RQ SDPPLEIiLBNTAL SPECIFICATTON 'EVIDENCE OF The contractor shall be responsible for controlling dust and IINSURANCS': mud within the project limits and on any street which. within 20 days of award of the conuact the CONTRACTOR sized by his equipment for the dmatioa of the pricer. shall provide evidence of .inswmnce by submitting to the The contractor shall be prepared to use vt�ermg ' CONTRACTING AGENCY the following: tower sweepers and other pieces of'yi°' as d 1) City of Renton Insurance information Form (attached necessary by the engineer to avoid f* tii1°a . herein)withourt modification Dust and mud control shall be considered as incidenrtal to 2) Certificate of Insurance (Accord Form 25s or equivalent) the project and no compensation will be made for this conforming to iterns as specified in Sections 1-07.180), 1- section. 07.18(2), and 1-07.18(3). as revised above. Other requirees arc as follows: Complaints of dust mud or unsafe practices and/or mrtt a. Stn7ce slue following or similar wording: 'TI»s property damage to private OwnerstLip will be wansmrtied to the contractor and prompt action in correcting them will Cetificate is issued as a matter of information only be requiro by the contractor. and confess no rights upon the Certificate Holder'; b. Strike the wording regarding cancellation notification to the City: 'Failure to mail such notice shall impose r. Page-SP-11 Revision Date:May 19, 1997 1-08 Prosecution and Progress 1-08 Prasecation and Progress SECTION 1-07.24 IS DELETED AND REPLACED BY THE SECTION 1-07.26(APWA) IS REVISED BY CHANGING AIL FOLLOWING_ REFERENCES TO `COMMISSION THE SEGRBTARY' OR I 1.-07.24 R ghts of Way (APWA) `STATE"TO READ `CONTRACTINGAGBNCY.-- SECTION 1-07.27 (APWA) IS REVISED BY CHANGING Street right of way lines, limits of easements, and limits of ALL REFERENCES TO -STAYS- OR "SF.CRIrrARy, construction permits are indicated on the Drawings. The READ -CONTRACTING AGENCY." TO Contractor's construction activities shall be confined within these L limits unless arrangements for use of private property are made. 1 1-08 Prosecution Generally, the Contracting Agency will have obWrxd, prior flon and Progress 11 to Bid opening all rights of way and easements, both permanent ' and temporary, necessary for carrying out the completion of the SECTION I-08.I IS DELETED AND REPLACED BY THE Work. Exceptions to this are noted in the Contract Documents or FOLLOWING: brought to the Contractor's attention by a duly issued Addendum. 1 48.1 Preliminary Matters (APWA) Whenever any of the Work is accomplished on or through property other than public right of way, the Contractor shall meet and fulfill all covenants and stipulations of any easement agreetnea 1-08.1(1)Preconstruction Conference(APWA) obtained by the Contracting Agency from the owner of the private The Engineer will furnish the Contractor with up to 10 copies property. Copies of the easement agreements are incladed in the of the Cataract Doamnents. Additional documents may be Contract Provisions or-made available to the Contractor as soon as furnished upon request at the cost of reproduction. Prior to practical afar they have been obtained by the Engineers undertaking each part of the Work the Contractor shalt eartf Whenever easements or rights of entry have not been acquired snOy and compare the Contract Documents and check and verify prior to advertising„these areas are so noted on the Drawiagss._The pertinent figures shown thcteit and all applicable field Contractor shall not proceed with any portion of the Work in areas measnremerits. The Contractor shall promptly report in writing to where right of way, easements or rights of entry have not been the Engineer any conflict, error or discrepancy which the acquired until the Engb)eer certifies to the Contractor that the right Contractor may discover. of way or went is available or that the right of entry has been After the Contract has been exectrt but prior to the received. If the Contractor is delayed due to ads of omission on the Contractor beginning the Work, a preconstinction conference will part of the Contracting Agency in obtaining casemcros, rights of be held betweea the f'.ontrador, the Engineer and suds other entry or right of way, the Contractor will be entitled to an interested pasties as may be invited. The purpose of the emcleasion of time. The Corsraaor agrem that such delay shall not preconstruction conference will be: be a breach of contract 1. To review the initial progress schedule; East property ownw shall be given 48 hours notice prior to 2. To establish a working understanding among the various entry by the Contractor. This includes entry onto easeamas and patties associated or affected by the Work; private property where private improvements must be a4u ted._ 3. To establish and review procedures for progress paymertt., Me Contractor shall be amble for providing, without notifications,approyaK submittals,etc.; expense or liability to the Contracting Agency,any additional land 4. To establish normal working hours for the Wort; and access thereto that die.Contractor may desire for temporary 5. To review safety standards and traffic control;and construction facilities, storage of materials, or other Contractor 6. To discuss such other related items as may be pertinent_to needs. However, before using any private property, whether the Wort adjoining the Work or riot, the Contractor shall file with the The Contractor shall prepare and submit at the precot=action Engineer a written permission of the private property owner, and, meeting the lbHowing: upon vacating the premises, a written release from the property 1. A breakdown of all hmmp sum items; owner of each property disturbed or otherwise interfered with by 2 A preliminary schedule of working drawing submittals:and reasons of construction pursued under this contract.The st tmmt 3 A list of material sources for approval if applicable. , sball be signed by the private property owner,or proper au dwriri 4. A Project Schedule. acting for the owner of the private property affected,stating that permasion has been granted to use the property and all wce=fy 1-08.1(1)SubCDntracting(APWA) permits have been obtained or, in the case of a release, that the Work done by the Contractor's own organization shall account restoration of the property has been satisfactorily accomplisbed. for at least 30 percent of the Awarded Contract Price. Before The statement shall include the parcel number, address,and date of computing this percentage however,The Contractor nmay subtract signamm. Written releases mast be filed with the Engineer before (from the Awarded Contract Price) the costs of any the Completion Date will be established_ work on itcrns the contract lstovisioas specifically desrt rnaY be first excluded from the Awarded Contract Price. The Contractor sham not subcontract wo ardless of tier unless the Engineer apprOVCS in ritj= Each miaest to subcontract shall be on the form the Engi* -r otovides• If tnc ' Engineer mqucests, the Contractor shall Provide Proo fdW the subcontractor has the experience abHity. and Klttipmeart the work requires. Each subcontract shall conuin a provision which tt the subcontractor to comply with Section 1-07 9 aA to firm all certificates, submittals, and statements required by the Contract Documents. Along with the request to sublet the Contractor slWl su the names of any contracting firms the subcontractor proposes iO Page-SP-12 Revision Date:May 19, 1997 148 Prosecution and Progress 1-08 Prosecution and Progress use as lower tier subcontractors. Collectively, these tower tier Permission to work between the hours of 10.-00 .M and 7 OQ subcontractors shall not do work that exceeds 25 percent of the a-m. during weekdays and between the hours of 10 00 rn, and total amount subcontracted to a subcontractor. When a 9:00 a.m. on weekends or holidays MAX also be sub to noise subcontractor is responsible for construction of a specific structure control requirements. Approval to continue work .i. nose or structures, the following wort may be performed by lower tier hours may be revoked at any time the Contracmr exceeds the subcontractors without being subject to the 25 percent limitation: Contracting Agency's noise control regulations or complaints are 1. Famishing&M driving of piling,or received from the public or adlotning proverty owners r 2. Furnishing and installing concrete reinforcing and post- the noise from the Contractors operations. The Co 0 mnsioni steel. Except for the 25 percent limit, lower tier have no claim for shall r►g damages or delays should such �_�� subcontractors shall meet the same requirements as revoked for these reasons. subcDntractors. Permission to work Saturdays, Stmdays htitiAa.,r ,..�__ The Engineer will approve the request only if satisfied with than the agreed upon normal straight time working lotus Monday th the proposed subcontractor's prior record, equipment, experience, through Friday may be given subject to certain Omer conditions set Iles and ability to perform the wort.Approval to subcontract shall not: forth by the Conuacung Agency or Fit zineer. IMM conditions 1. Relieve the Contractor of any responsbility to carry out the may include but are not limited to. tegtirtmQ the En 'Hm tr or taich contract, assistants:as the Engines may deem necessary to be present during 2. Relieve the Contractor of any obligations or liability under the Work; ttxtmnng the Contractor to reimbmse the Co»g the contract and the Contractor's bond, Agency for the cost of aagmeerine salaries paid Cbaarng 3. Create arty contract between the Contracting Agency and Agency employees who worked dwing such Hines• the the subcontractor,or Work performed on Saturdays and holidays as working days with 4. Convey to the subcoturactor any rights against the, regards to the Contract Time;and mruidctu>^o irw Contracting Agency. as multiple working days with rrspeci to Contract Time evea- The Cbrgraczing Agency will not consider as subcontracting: though the multiple shifts occur m a singke 24 4ioor period. (1) pmdtase of sated, gravel,crusbed stone, aushed slag, batched Assistants may include, but are. not limited tai survey crews- eonaete sure gates, ready mix concrete, off-sire fabricated personnel from the Contracting Agency's material testing lab- . structural steel, outer off-site fabricated items, and any other inspectors; and other Ca=cting Agency eMloyen when in the materials supplied by established and recognized commercW opinion of the Enginer-r,such work necessitates their presence. , pbw;or(2)delivery of these materials to the work site in vehicles owned or operated by such plants or by recognized imdependew or 1-08.1 Reimbursement for Overtime Work of commercial hauling companies. Contracting Agency Employees("WA) However, the State L&I may determine that RCW 39.12 Where the Contractor elects to work on a Saturday, Sasnday, applies to die employees of such firms identified in (1) and (2) or other holiday, or longer than an 8-bour work shift on a negulnr above in accordance with WAC 296-127. If this should occur, the working day, as defined in the Standard-Specifications, such work provision_s of Section 1-07.9, as modified or supplemented, shall shall be considered as overtime worm On all such overtime work- 222!iz an inspector will be present,and a survey crew may be tiequired at The Contractor shall certify to the actual amounts paid to any the discretion of the Engineer. The C ritractor shall teimlmrse the Dissdvam aged, Minority. or Wornea•s Business Enterprises firms Cow Agency for the full amount of the straight time plus that were subcontractors, manufacturers, regular dealers, or overtime costs for employees of the Contracting Agency regm ed service providers on the contract. This certification shall be to work overtime hours. supplied with the Final Application for Payment on the form The Contactor by these Specifications does hereby authorize provided by the Engineer. - the FEngineer to deduct such costs from the amount dire or to 11. If dissatisfied with any part of the subcontracted work, the become due the Contractor. Engineer may request in writing that the subcontractor be rrmoved. SECTION 1-08.4 IS DBI.ETED AND RSPIACED BY 7719'Ilse Contractor shall comply with this request at once and shall not a loy the subcontractor for any further work under the contract. FOLLOWING: t` 1-08.4 Notice to Proceed and Prosecution of the Work 1-08.1 Hours of Work(A.PWA) (APWA) _. Except in the rase of emergency or unless otherwise approved by tdre Contracting Agency,the normal straight time working hours Notice to Proceed well be given after the oct has been 4W for the Contract shall be any consecadve, 84iour period between executed and the contract bond and evidence- of iasutanc'es have 7:00 a.m.and 6:00 p.m- of a working day with a nuximum 14hour been approved and filed by the Owner The Contractor elan not lunch break and a 5-day work week. The normal straigbt time 8- continence the Work until the Notice to Proceed has 6eea C!°y hoar working period for the contract shall be established at the the Engineer. shall The Contractor all connience cones°° precorumuaion conference or prior to the Contractor commencing activities on the Project Site within ten d-rs of the NOace 1° the Work. Proceed Date The Work thereafter shun be If a Contractor desires to perform work on holidays, vigorously, and without unauthorized inreirnDtlOn until Pays Saturdays,Sundays, or before 7:00 a.m. or after 6:00 p.m. on any completion of the work There shall be no vol our day, the Contractor shall apply in writing to the Engineer for slowing of operations by the Contractor without prior aPpr'oval of permission to work such times. Permission to work longer than an the Engineer. Such approval shall not relieve the Contractor from &hour period between 7:00 a.m. and 6:00 p.rrL is not required. the Contractual •obligation to complete the work within the Such requests shall be submitted to the Engineer no later than noon prescribed Contract Time_ on the working day prior to the day for which the Contractor is requesting permission to work. r- Page-SP-13 Revision Date_May 19, 1997 1-09 Measurement and Payment 1-09 Measurement and Payment , SECTION 1-08.5 IS DELETED AND REPLACED WITH THE SECTION 1-08.9 IS REVISED PER SECT70N 1-0S.I1. FOLLOWING: 1-08.10 Termination of Contract (APWA) 1-08.5 'Ilene For Completion (Contract Time) (APWA, RC) SECTION I-08.I0(I)IS SUPPLEWENTED BY REVI4nurr• r r DBPART1NUG OF The Work shall be 7-D `STATE TREASURER.be physically completed in its entirety within TRANSPORTATION' IN TEE LAST the time specified in the Contract Documents or as extended by the PARAGRAPH S TO READ `CONTRACTING AGENCyNTENCE Engineer. The Contract Time will be stated in `working days", I shall begin on the Notice To Proceed Date, and shall end on the SECTION I-08.11 IS A NEW SECTION_ Contract Completion Date. A nonworking day is defined as a Saturday, a Sunday, a day 1-08.11 Contractor's Plant and Equipment (RC) on which the contract specifically suspends work, or one of these The contractor alone shall at all times be holidays: January 1, adequacy, efficiency,and sufficiency of his and his subible for the stibcom, tors Monday of Fabruwy, ' ehnay, Day, July 4, Labor Day, p�and equipment. The Owner shall have the ngl�n to make use November 11.Tbankcgtving Day, the day after Thanlagiving,and of the contractor's plant and equipment in dze performance of airy Christmas Day. When The day before Christmas shall be a work on the site of the work_ bol'hday when Christmas Day occurs on a Tuesday or Friday- The The use by the Owner of such plant and-e�uipme»t shall be day after Christmas shall be a holiday when Christmas Day ousts considered as extra work and paid for accordingly. on a Monday. Wednesday, or Thursday. When Christmas Day Neither the Owner Thor the erWrieer assume any resDohsibil ty occurs on a Saturday, the two preceding working days shall be at any tirne, for the security of the site from the time et»ractor-s observed as holidays.--When"Christmas day occurs on a Sunday, operations have commenced until final acceptmxe of the work by the two working days following shall be observed as holidays. the engineer and the Owner. The contractor shall anploy such Wheg holidays other than Cirisuhas fall on a Saturday, the nxasures as additional fehcmg, barricades,and watd>mca apyia preceding Friday will be counted as a inn-worsting day and when as he deems necessary for the public safety and for the t mteicsion they fall on a Sunday the following Monday will be counted as a of the site and his plant and equh mail. The Owner will be non-worldng day. The Contract Tirne has been established to allow proceed keys for all fenced,secured areas. for p"iods of normal inclement weather which, from historical records, is to be expected during the Contract Time, and during 1-08.12 Attention to Work(RC) which periods, work is anticipated to be performed. Each The contractor shall give his personal attention to and shall ai�ive working day,beginning with the Notice W Proceed Date supervise the work to the end that it shall be prosecuted faitbfultY and onus with the Physical Completion Date shall be charged to and when he is not personally present on the work:site he sbari at the Contract Time as u occurs except a day or tart of a day which all times be represented by a competent superintendent.who shall is desittaated a nonworking day or an Engineer deternwied have fiiil authority to execute the same, wind to supply materials tnzroro be Engineer day. tools, and labor without delay, and who shad be the legal The ) te number furnish the Contractor a weekly report representative of the contractor. The contractor shall be liable for aho�ving (1) the ncunber of working days charged against the Contract Time for the preceding week- m the Contract Tune in the faithful observance of any instructions delivered to him or to working days' (3) the mmiber of working days remaining it the his authorized representative. Contract Time- (4) the number of nonworking days; and (5)any partial or whole days the Engineer declared unworkable.the 1-09 Measurement and Payment previous we&- This weekly report will be correlated with the Corm-actor's current approved progress schedule.If the Contractor SECTION 1-09.I IS SUPPLEALENT D BY ADDING THE elects to work 10 hours a day and 4 days a week(a 4-10 schedule) FOLLOWING. and the fifth day of the week in which a 4-10 shift is worked would ordinarily be charged as a working day then the fifth day of that 1-09.1 Measurement of Quantities(RC) week will be charged-as a working day whether or not the CochtratYOr works on that day. when items are specified to be paid for by ton, it will-be the Contractor's responsibility to see that a certified weight ticM is The Contractor will be allowed 10 calendar days from the date given to the jnsmor on the project at LhC time of ddiverY of of each report in which to file a writes protest of an alleged materials for each truckload delivered Pay quantities will be discrepancy in the Contra" Tune as reported. Otherwise the report will be deemed to have been accepted by the Co>xhactor as prepared on the basis of said tally tickets delivered to the Irspedor at the time of delivery of materials. Tickets not receipt b Inspector will not be honored-for payment. The requirements for scheduling the Final Inspection and Whee itenm are specified to be paid by the ton, the followin establishing the Substantial Completion, Physical Completion, and system wi'11 be used: Completion Dates are specified in Sections 1-05.11 and 1-05.12. F truck shall be clearly numbered to the satisfaction of the Engineer and dwe shall be no duplication of numbers- Duplicate tickets shall be prepared to acoompanY each truckload of material delivered to the project TU tickets shall bear at least the following information: 1_ Truck Number- 2- Truck tare weight(stamped at source). 3. Gross truck load weight in torts (stamped at sotirte). 4. Net load weight(stamped at source). 5. Driver's name and cute. Page-SP-I4 Revision Dale_May 19,1997 1-09 Measurement and Payment 1-09 Measurement and Payment 6. Location for delivery. LABORATORY' TO READ "CONTRACTING AGENCY'S 7. Pay item number. MATERIAL LABORATORY.' 8. Contract number and/or name. The Contractor shall submit a breakdown of costs for each SECTION 1-09.9 IS DELETED AND REPLACED BY THE lump sum Bid Item. The breakdown shall list the items included in FOLLOWING. the lump stun together with a unit price of labor, rnaterials and 1-09.9 Payments (APWA) equipment for each item. The summation of the detailed unit prices for each item shall add up to the lump suns Bid. The unit 1-09.9(1) Progress Pa price values may be used as a guideline for determining progress yments (AMA) payments or deductions or additions in payment for ordered work Progress payments for coMpleted work and material on hand changes. The detailed cost breakdown of each lump sum item shall will be based upon progress estimates prepared by the En&mcr A be submitted to the Engineer prior to the Preconstruction progress estimate cutoff date will be established t'— Conference. preconstruethon meeting. "� 1QO Within 3 days after the progress mate cutoff dam not SECTION 149.2(APWA)IS SUPPLEMFIVTED BY REVISING more often than once a mamlr) the Contractor >t att submit to the All REFERENCES TO `MATERIAL RECEIVER"TO READ 'BNGINEBR:' Engineer for review an ApnIrcation for Payment filled curt and signed by the Contractor, covering the work nth prior to the SECTTON 1-09.3 IS SUPPLEMENTED BY ADDING THE progress estimate curtoff date.The Apalrcaiuon for p shall be FOLLOWING. accompamed by doemnentation EM22 trrhg the Contracto{s Applimdon for Payment. 1-09.3 Scope of Payment(APWA, RQ If payment is requested for materials and not Unless modified otherwise in the Contract Provisions, the Bid incorporated to the work,but delivered and stored at approved sites pursuant to the ConcraaX Documents the Aimlication for Payment Items fisted or referrn in the"Payment"clause of each Section shalt be accompanied by a bill of sale, invoice, or other of the Standard Specifications well be the only items for which documentation warranting dhat the Contractor has received the won will be made for the Work descnbed in or specified materials and egurPmeW and evidence that the materials and in that particular Section when the Contractor performs the eqU4MXUt are covered by appropriate insuppce or outer specified Work.Should a Bid Item be listed in a'Payment"danse arrangements to protect the Engineer's interests therein. - but not in the Proposal Form,and Work for that item is performed The initial progress estimate will be made not later than 30 by the Contractor and the work is not stated as included in or days after the Contractor commences the Work.,and successive ». incidental to a pay item in the contract and is not wort that would progress estimates will be made every month d=rafter until the be required to complete the intent of the Contras per Section 17 Completion Date. Progress estimates made.during Progress of the 04.1, then payment for that Work will be made as for Extra Work Work are tentative, and made only fur the purpose of determining pursuant to a Change Order. progress payment. The progress estimates are subject to change at The worsts'Bid Item,- 'Contract Item,"and"Pay Item,"and any time prior to the calculation of the Final Payment per similar terrns used duoughout- the Contract Doctunents are Section 1-09.9(4). s w"Mous, The value of the progress estimate will be the sum of the If the 'payment' clause in the motions relating to any fonowiw. tome Bid Item price in the Proposal Form requires that said unit Bid 1. Unit Price Items in the Bid Form — the approximate Item price cover and be aged compensation for certain work guaruti ty of acceptable units of Work completed multiplied by the or material essential m the item,lira the work or material will not Unit Price. be measured or paid for under any other Unit Bid Item which maY 2 Lump Sum Items in the Bid Form — the estimated err appear elsewhere in the Proposal Farm or Specifications. percentage complete multiplied by the Bid Forms amount for each Pluralized unit Bid Items appearing in these Specifications are changed to singular form. Lip Sum Item. Payment for Bid Items listed or referenced in the"Pavmeru' 3 Materials on Hand 9t) t of imorced cost of clause of any particular Section of the Specifications shelf be material delivered to lob site or other storage aria approved by the considered as including all of the Work required, specified, or �q Change Orders entitlement for approyed—ex" cost or desm-ibed in that particular Section. Payment items writ] generally completed extra worst as determined by the End i be listed generically in the [ions, and specifically in the with the bid form. Wben items are to be `famished" under one payment Progress payments will be made in accordance item and 'insta1led" under another payrnent item, such items shall progress estimate less: 1 Pive(5)percent for rztained*sett'-mtage- be furnished FOB project site, or, if specified in the Special 2 The amount of Progress Paytrhe its previously made. Provisions, delivered to a designated site. Materials to be Agency for "furnished," or 'furnished and installed' under these conditions. 3 Ent in withheld it the Contra ts. sha11 be the responsibility of the Contractor with regard to storage disbtrrrogres in accordance with the Conrad Doc�a until such items ace incorporated into the Work or, if such items progress payments for work pefortrhed shall not be evrderuoe are not to be i of acceptable performance or an admission by the Contra incorporated into the wort delivered to the applicable Agency that any work has been satisfactorily completed- Conumctmg Agency storage site when provided for in the ding Payments will be made by warrants, issued by��� Specifications. Payment for material 'furnished,' but not Yet Agency's fiscal officer,against the appropriate fund source for the incorporated into the Work, may be made on monthly estimates to ormed a the extent allowed. project_ Payments received on account of work perf by subcontractor are subject to the provisions of RCW 39.04-250. SECTION 1-09.8(APWA)IS SUPPLEMENTED BY REVISING ALL REFERENCES TO -HEADQUARTERS' MATERIAL Page-SP-IS Revision Date_May 19, 1997 r 1-09 Measurement and Payment 1-09 Measurement and Payment 1-09.9(2) Retainage(AMA,RCZ 1-09.9(3) Contracting Agency's Right to Whhbold Pursuant to RCW 60.28 there will be retained from monies and Disburse Certain Arnotuits(.- ' earned by the Contractor on progress estimates a suns not to exceed In addition to monies ret deed pursuant to RCW 60.28 and 5 percent of the monies earned by the Contractor. Such retai a subject to RCW 39.04.250, RCW 39,12, and RCW 3976 the shall be used as a must fund for the protection and payment (1)to Contractor authorizes the En to withhold tine State with respect to taxes imposed pursuant to Title 82, RCW due or deduct an arratint from any payment or pavane,»� ''ve which may be due from such Contractor, and (2)the claims of any Contractor which, in the Engineer's opinion, mar be nea.r� to person arising under the Contract. cover tine Contracting Agency's costs for or to rm,Kt.. is Monies reserved under provisions of RCW 60.28 shall, at the following situations: option of the Contactor,be: l. Damage to another contractor when there is evidence ' 1. Retained in a fund by the Contracting Agency. thereof and a claim bas been filed. 2. Deposited by the Contracting Agency in an interest- 2. When the Contractor has not paid fees or cha rc bearing account in a bank, mutual savings bank, or savings and public authorities or municipalities which the Contractor is loan association Interest on monies so retained may be paid to the obligated to pay. , Contractor). 3. Utilizing material, tested and instiected by the Erigin 3. Placed in escrow with a bank or trust company by the for puEposcs not connected with the Work(Section 1-05,6) Coming Agency. When the monies reserved are to be placed in 4. Landscape damage assessments per Section 1-07.16, escmw the Contracting Agency will issue a check representing the 5. For overtime--Work performed by CitY per] per , sum of the mor i reserved payable to the bank or trust company . Section 1-08.1(4). and 'the Contractor jointly. Such check shall be converted into 6. Anticipated or actual failure of the Contractor to bonds and securities chosen by the Contractor and approved by the complete the Work on time: ' Contracting Agency-arid the bonds and securities held m escrow. a. Per Section 1-08.9 Liquidated Damage;or Interest on the bonds=and securities may be paid to the Contractor b. Lack of construction progress based upon the Eminm-s as the interest accrum review of the Contractor's approved progress schedule which The Contractor shall designate the option desired eu—the indicates the Work will not.be completed within the Contract Time When calculating an anticipated time ovetznn the Faitincrr will at make aIIowanccs for weaiber delays approved unavoidable delays least 10 working days prior to the first progress payment for the and smpensions of the Work. The amount wAbheid under this contract. Ile Contractor in choosing option (2) or (3) agrees to subparagraph wiU be based upon the ligaidated damages amount assurne Puff responsibility to pay ali costs which may accrue from per day set forth in Contract Documents multiplied by the number escrow services,brokerage charges or both, and further agrees to of days the Cormacior's approved progress schedule,m the opinion assume all risks m connexion with the investment of the retained of the Engineer, indicates the Contract may exceed the Contract percentag es in securities. The Contracting Agency may also, at its T"irne. option, accept a bond for all or a portion of the con tractor's 7. Failure of the Contractor to perform--any of the retainage. Contractor's othrr obligations trader the contract, kclndmg but not Release of retained percentage wiD be made 60 days following limited to: the Completion Date (pursuant to RCW 39.12, RCW 39.76 and a. Failure of the Contractor to provide the Engineer with a RCW 60.28)provided the following conditions are met: field office when required by the Contract Provisions. I. On contracts totaling more than$20,000.00, a release has b. Failure of the Contractor to protect survey. stakes; . been obtained from the Washington State Department of Revenue markers, etc., or to provide adequate survey work as required by (RCW 60.28.051). Section 1.055. 2. No claims, as provided by law, have bees filed against c. Failure of the Contractor to correct defective -or the retained percentage_ unaudmized work(Section 1-05.8) 3. Affidayit of Wages Paid is on file with the Contracting d. Failure of the Contractor to furnish a &Sanufaemte's Agency for the Contractor and all Subcontractors regardless of tier Certificate of Compliance in lieu of material tin¢and n , (RCW 39.I2.040). as required by Section 1-06.3. In the event claims are fried the Contractor will be paid such a Failure to submit weekly payrolls Intent to Pa Y. retained percentage kss an amount sufficient to pay any such Prevailing Wage forms or correct tmderpayinent to employees of daims together with a sum determined by the Contracting Agency the Contractor or subcontractor of any tier as Section Sufficient to pay the cost of foreclosing on claims and to cover 1-07.9. attorocy's fees. f FarBnre of the Contractor to pay worker's benefits (P>ile Retainage will not be reduced for any reason below the- 50 and Title 51 RCW)as rWUired by Section 1-07.10. minis n m limit provided by law. g Failure of the Contractor to submit and obtain Ioval Pursuant to Section 1-07.10, the Contractor is responsible for of a progress sdiedtde per Section 1-08.3. submitting to the State L&I a'Request for Release'form in order Ile Contractor authorizes the Engineer to act as agent for the for the Contracting Agency to obtain a• release from that Contractor disbursing such fiords as have been withheld to department with respect to the payments of kdtrst W insurance this section to a party or parties who are entitled to�a ' be medical aid rerns. The Contracting Agency will ensure the Disbursement of such funds, if the Engineer elects to do so.w� ium Washkgton State Employment Security Department and arty made only after giving the Contractor 15 calendar dam °r applicable Contracting Agency department or organization are written notice of the Contracting Agency's intent to do so and u ratified of Contract completion in order to obtain releases from prior to the expiration of the 15-calendar day period, those departments or agency organizations. 1. no legal action has commenced to resolve the validity dim the claims,and 2. the Contractor has not protested such disbursement. ' Page-SP-16 Revision Date_May 19,1.997 I-09 Measurement and Payment 1-09 Measurement and pa yment A proper accounting of all funds disbursed on behalf of the of the responsibility to oarnply with all laws ordinances euud Contractor in accordance with this section will be made. A regulations — Federal, State, or local — that erect � « payment made pursuant to this section shall be considered as Thc date the Contracting A e unilaterall se payment made under due terms and conditions of the Contract The Pr Estimate constitutes the final Ftueal Contracting Agency shall not be liable to the Contractor for such 05.12). date Section I- payment trade in good faith. If legal action is instituted to determine the validity of the 1-09.11 Disputes and Claims claims prior to expiration of the 15-day period mentioned above the Engineer will hold the funds until determination of the action or SECTION I-09.11(2)IS REVISED AS FOLLOWS_ written settlement agreement of the parties. 1-09.11(2) Claims (APWA) 1-09.90 Final Payment(APWA) Failure to submit with the Final Application for payment Final Upon Acceptance of the Work by the Contracting Agency the ch information and details as final arnount to be paid the Contractor will be calculated based described in this section for any claim shall operate a waiver of upon a Final Progress Estimate made by the Engiutca. Acceptance the claims by the Contractor as provided in Section 1-09.9. by the Contractor of the Final Payment shall be and shall operate as SECTION I-09.11(3)IS DELETED AND REPLACED BY THE I. to the Contracting Agency of all claims and alt liabilities of dee Contractor, other than claims in stated amounts as may be 1-09.11(3) Time limitations and Jurisdiction specifically excepted in writing by the Contractor .(APWA) woflq 2. for all things done or furnished in pion with the This contract shall be steed and intern Meted in amordance with the laws of the State of wtshjngt�.The ve:me of My daims � 3. for every act and neglect by the Contracting Agency and or causes of actions arising from this contact tdhall be in the 4. for all other calms and liability relating to or arising out Superior Court of the com>ty where the work iS perforated. of tfic work For convenience of the panics to this contract, it is Muftnuy Ads em-C (tri Contractor , final, Contract or oS Surety ) shall not agrud that�,claims or causes of aaron which the oot>;ractor has release the Contractor or the Contractor's Surety froth airy against the Contracting Agency arising from this contract shall be obligation required tinder the terms of the Contract Documents or brought within 180 days from the date of Final Acceptance of the the Co»aa Boot oor shall such payment constitute a waiver of contract by the Coming Agency. The parties understand and the C atraaing Agency's ability to investigate and act upon agree that the Cont:-,actor's kihrre to bring suit within the time fiudiugs of non-compliance with the wMBE requirements of the Contract;nor shall such payment preclude the Contacting Agency Period provided shag be a complete bar to any such calms or causes of action from recovering damages,senimg penalties,or obtaining such other It is further mutually agreed by the parties that whey any reahedies as may be permitted by law. claims or causes of action which a Contractor asserts against the Before the Work will be accepted by the Contracting Agency Contracting Agency arising from this contract are filed-with the the Contractor shall submit an affidavit, on the form provided by Contracting Agency or initiated in court. the Contractor shall the Engineer, of amounts.paid to certified disadvantaged (DB) permit the Contracting Agency to have timely access to arty records enmority . (MBE) or women business entegnises (WBE) deemed necessary by the Contracting Agency to assist in evaluating mating in the Work. Such affidavit strap certify the amounts the claims or actions. paid to the DB,MBF,or WBE subcontractors regardless of tier. On Federalty-funded projects the Contractor may also be 1-09.13 Arbitration required to exectnte and furnish the Contracting Agency an affidavit certifying that the Contractor has not extended any loans Arawity SECTION I-09.13(2) (RC) IS SUPPLEMS11r!'ED BY or gift and money pursuant to Section 1-07.19 of these REPLACING ALL REFERENCES 7'0 "T'HURSTtON COUNTY' SOU the Contractor fails, refuses, or is tenable to sign and return WIT'S THE WORDS "SING COtINT'Y." the Final Progress Estimate or any other documeam.rewired for SECTION I-09.I3(3)IS SVPPLEM9NTED BY ADDING: the final acceptance of the contract, the Contracting Agency 1-09.13(3) Procedures to Pursue Arbitration(RG� reserves the right to establish a completion date and unilaterally accept the contract. Unndateral acceptance will occur only after the The fhx iM and decision of the board of arbitrators shall be final and binding on the parties unless the avvr9eyed party. Contractor has been provided the opportunity, by written request 10 days, challenges the findings and decision by serving and filing from the Engineer, to voluntarily submit such domnents. If voluntary compliance is not achieved formal notification of the a petition for review by the superior of King County= impending unHateral acceptance will be provided by certified letter Washington The grounds for the petition for review are limited to from the Fmgineer to the Contractor which win provide 30 calendar showing that the findings and decision: days for the Contractor to subunit the necessary documents. The 1 Are not responsive to the questions sub • 30-calendar day deadline shall begin on the date of the postmark of 2 is contrary to the tenru of die contras or any component the certified letter from the Engineer requesting the necessary thereof; documents. This reservation by the Contracting Agency to 3 pp Is arbitrary and/or is not based upon the alicable facts unilaterally accept the contract will apply to contracts that are and the law controlling the issues submitted to arbitmuOn. The board of arbitrators shall support its decision by setting forth in completed in accordance with Section 1-08.5 or for contracts that g � and conclusions based on the eyudenec are terminated in accordance with Section 1-08.10. Unilateral writing their findings acceptance of the contract by the Contracting Agency does not in adduced at any such hearing. any way relieve the Contractor of the provisions under contract or Page-SP-17 Revision Date.May 19, 1997 1-10 Temporary Traffic Control 1-10 Temporary Traffic Control , The arbitration shall be conducted in accordance with the If the Engineer requires the Contractor to ftnrnish addition statutes of the State of Washington and court decisions governing channeiizing devices, pieces of equipment, or servrtxs which ciul' such procedure- not be usually anticipated by a prudent Contractor f^r the The costs of such arbitration shall be borne equally by the City_ maintenance and protection of traffic, then a new item or items and the contractor unless it is the board's majority opinion that the may be established to pay for such iteins. Further for contractor's filing of the protest or action is capricious or without consideration of payment for these items are that arti not reasonable foundation. In the latter case, all costs shall be borne covered by other pay items to the bid proposal the., not by the contractor. specified in the Special Provisions as incidental and the accumulative cost for the use of each individual channelizIn 1-10 Temporary Traffic Control device piece of equipment, or service must exceed "rv% in total ' cost for the duration of their need. la the event of disarm the Engineer will determine what is usually antrcxpattd by a prudent SECT70N I-IO.I IS SUPPLEMENTED BY ADDING THE contractor. The cost for these items welt be by aereed FOLLOWING: prig gems ' established by the Engineer,or by force account Additional items 1-10.1 General C required as a result of the Contractor's modfi ica to The When the bid proposal includes an item for 'Traffic Control," control plan(s)appearing in the contract shall not be covered by the the work required for this item shall be all items described in provisions in this magma$ ' Section 1-10 including,but not limited to: If the total cost of all the work under the oontracI increases or ! Furnishing and rna-t�ain;n,¢ barricades, flashers, decreases by more than 25 percent,an equitable aditistmernt Will be construction signing and other channelization devices, considered for the item Traffic Control-to address the instate or unless a pay item is in the bid proposal for any specific decrease• device and the Special- Provisions specify furnishing, SECTION I-I0.2(I) TRAFFIC CONTROL SUPERVISOR IS maintaining and payment in a different manna for that REVISED AS FOLLOVa device; 2. Furnishing traffic control labor,equipment,and supervisory 1-10.2(1) Traffic Control SupetvisorT Z(SA) personnel for all traffic control labor, 3. Farrnishing any necessary vehicles) to set up and remove SupcPAsoh=T4he Contractor shall designate an individual or the Class B construction signs and other traffic control individuals to perform the Traffic Control Supervisor's(I'CS)duties. - for the project The TICS shall be certified ins&-a worksite traffic devices contro 4. Furnishing labor and vehicles for patrolling and maintaining in position all of the construction signs and the traffic . The TCS shall assure that pcwmnaUy control devices, unless a pay item is in the bid proposal to f all the duties of the TCS are performed during the dtustioa_ specifically pay for this work,and of the contrail. S. Furnishi',ng labor, material, and equipment necessary for 7. Ensuring that corrections arc made if traffic control cleaning up, removing, and replacing of the art nct devices are not functioning as require&-The TCS may signs and the traffic control devices destroyed or damaged make minor revisions to the traffic control plan to during the life of the project. acconunodate site conditions as long as the original intent of the traffic control plan is maintained and the revision 6. Removing existing signs as specified or a directed by the is in conformance engineer and delivering to the City Shops or storing and re- with establisbed standard_t_ installing as directed by the Engineer. - 7. Preparing a traffic control plan for the project and designating the person responsible for traffic control at the work site. .-The traffic control plan shall include descriptions of the traffic control methods and devices to be Possession of a current Sagging card used by the prime contractor, and subcontractors, shall be by the TCS is mandatory. submitted at or before the preconstruction conference, and SECTION I-10.2(2)IS SUPPLEMENTED AS FOLLOWS shall be subject to review and approval of the Engineer. 8. Contacting police, fire, 911, and ambulance services to 1-10.2(2) Traffic Control Phnsfgg notify them in advance of any work that will affect and The Contractor shall be'r�esponsible for acairig drat traffic control is installed and maintained in conformance.to established traveled portion of a roadway. ate the standards The Contractor shall continuotislY 9. Assuring that all traveled portions of roadways are open to operation of the traffic control plan and take aeon to traffic during peak traffic periods, 6:30 a.m. to 8:30 a.m., correct any problems that become evideat during opeaatron- ' and 3:00 p.m. to 6:00 p.m., or as specified in the special provisions, or as directed by the Engineer. SECTION 1-I0.3(3)HAS BEEN REVISED AS FOLLOWS: 10. Promptly removing or covering all nonapplicable signs_ 1-10.3(3) Coms1ruction Signs during periods when they are not needed. All signs required by the approved traffic: control plan(s).o If no bid item 'Traffic Control' a well as any other appropriate signs prescribed by the Engineer—' appears in the proposal then required to conform with established standards, will be furnished all work required by these sections will considered incidental and Contractor. ' their cost shall be included in the other items of work. —� Page-SP-l8 Revision Date:May 19, 1997 1-I1 Renton Surveying Standards 1-11 Renton Surveying Standards No separate pay item will be provided in the bid proposal for The item -Traffic Control" will be considered for an table Class A or Class B construction signs. adjustment per Section 1-04.6 only when the total contract Price increases or decreases by more than 25 percent _ 1 etbcr-costs for the work to affi provide Class A or Class B construction signs shall be included in The Lump Sum twit contract price V4;4 ,shall be full the unit contract price for the various other items of the work in the pay for all costs involved in furnishing the pilot car(s),pilot car bid proposal. driver(s),and the appropriate pilot car sign(s)for an SEC77ON 1-10.3(6)IS REVISED AS FOLLOWS: car operation. Any necessary flaggas will be paid under the item for traffic control labor. 1-10.30 One-Way Piloted Traffic Control Through "Traffic contract-f Lump Sum wait Construction Zone Fria i=-hour-shall be full pay for all costs for the labor provided for performing those construction operations described in Section 1-103(1) and as authorized by the Engineer The Lump Stun wait contract price �talt be full pay for all costs for performing the work described in Section 1-103(3) and Section 1-103(4 This payment will itxdtrde all labo;,exittipmen� and vehicles T{ necessary for the initial acquisition, the initial installation of �1' Class A signs,and ultimate return of an Con Con&uctor-Furnished One-Way Piloted Trrrffie Control. The Agency_ Contractor sfWl furnish the pilot car(s)and driver(s)for the pilot car furnished control area. Any necessary Baggers shall be famished by the Contractor. „ The Lump Sum unA contract price wait be full pay for all costs involved in furnishing the person(s)assigned as the "Traffic Control Supervisor" d•^^^ an Enginc» DELETE SEC77ON 1-10.4 AND REPLACE WITH: All costs for the vehicle(s)required for the Traffic Control Supervisor shall be included in the Lmp 1-10.4 Messm-ement(RC)(SA) Sum wait contract price for"Traffic Control Superusioc.^ _ No specific unit of measurement will apply to the lump sum _ u"AMP GUM item of"Traffic Control"_ SEMON MO.S IS REVISED AND SUPPLIDUEMF_D AS i „ FOLLOWS. 1-10.5 Payment(RC) be paid. Payment for all labor, materials, and equipment described in Section 1-10 will be made in accordance with Section 1-04.1, for the following bid items when thcy-araincluded in the proposal -fYaffic Control,"hump sum. The lump stun contract price shah be full pay for all coats not " covered by other specific pay items in the bid proposal for The Lump Sum un4 contract price gets 61tall be f11n finishing, installing, maintaining, and removing a-ATic control pay for all costs involved in furnishing the veNcle or vehicles devices required by the contract and as directed by the Engineer in for the work described in Section 1-103(2}.� conformance with armed standards and in such a matmer as to ` maximize safety,and minimize disruption and inconvenience to the I-boa= public.. Progress payment for the hump sum item -Traffic Control- 1-11 Renton Surveying Standards will be made as follows: a_ When the initial warning signs for the begkning of the project and the end of construction signs are installed 1-11 1(1) Responsibility for surveys L and approved by the Engineer, 30 percent of the All surveys and survey reports shall be ^MPIE54 under the amount bid for the item will be paid_ direct supervision of a person registered to practice land VM b. Payment for the remaining 70 percent of the amount under the provisions of Chapter 18.43 RCW. bid for the item will be All surveys and survey reports shall be Pre9 in accordance paid on a prorated basis in v,� the requirerpents established by the Board of R�rstration for accordance with the total job progress as determined Professional Englneers and Land Surveyors under the provrsrons of by progress payments. Chapter 18.43 RCW. t, Page-SP-l9 Revision Dale:May 19, 1997 a 1-11 Renton Surveying Standards 1-11 Renton Surveying Standards 1-I1 1(2) In those cases where an electronic data collector is used a Surveil Datum and Precision (RC) hard , The horizontal component of all surveys shall have as its copy print out in ASCII text format will accompany the field notes coordinate base: The North American Datum of 1983191. 1-11.1(5) Corners and Monuments (RC) All horizontal control for projects must be referenced to or in conjunction with a minimum of two of the City of Renton's Survey A point on a land boundary, at the jtnncture of two or Control Network monuments. The source of the coordinate values more boundary lines. A monument is usually set at such po nts t_ used will be shown on the survey drawing per RCW 58.09.070. physically reference a corner's location on the Around. The horizontal component of all surveys shall meet or exceed _Momanew Any physical object or structure of record whirr, the closure requirements of WAC 332-130-060. The control base marks or accurately references: ' lines for all surveys shall meet or exceed the requirements for a Chsss A survey revealed in Table 2 of the Minim= Standard A corner or other survey goon established by or under the Detail Requirements for ALTA/ACSM Land Title Srlrveys jointly supervision of an individual per section 1-11.1(1) and any established and adopted by ALTA and ACSM in 1992 or corner or monument established by the General Land CtffMe comparable classification in future editions of said document- The and its successor the Bureau of Land Managem= indudizi¢ angular and linear closure and precision ratio of traverses used for section subdivision comers down to and inchidmg one` survey control shall be revealed on the face of the survey drawing, sixteenth corners;and as shall the method of adjustment. • Any permancr!gy momnimted boundary, right of way Tire horizontal con ponent of the control system for surveys aligrmnent,or horizontal and vertical control points established using global positioning system methodology shall exhibit at least 1 by any govctmnencal agency or Private surveyor including : part in 50,000 precision in line length dependent error analyse at a street intersections but cxclurding dependent interior lot 95 percent confidence level and performed par== to Federal Geodetic Control Subcommittee Standards for GPS control surveys corners' as defused in Gei3mdric Geodetic Aeayncy Standards do S,beci)Y wwns for Using GPS Relative Positioning Tedurfgucs dated 1-I1.1(6) Control or Base Line Survey(RC) August 1 1989 or comparable classification in future editions of Control or Base lAw Surveys shall be established for all said document_. consmicdon projects that will cm to permanent strtrcar es such as The vertical component of all surveys shall be based on roads, sidewalks, bridges, utility lines or appurtenances, sigffiI or NAVD 1988 the North American Vertical Datum of 1988, and light poles, or any non-single family building. Control or Base tied to at Least one of the City of Renton Survey Control Network Line Surveys shall consist of such number of permanent benchmarks.If there are two such benchmarks within 3000 feet of monuments as are required such that every structure may be the project site a tie to both shall be made. Ilse benchmark(s)used observed for staking or 'as-buiding' while ocarpying one such will be shown on the drawing. If a City of Renton benchmark does monument and sighting another such monument. A minimum of , not exist within 3000 feet of a project, one must be set on or near two of these permanent monuments shall be existing monuments, the project in a permanent manner that will remain intact recognized and on record with the City of Renton. The Control or daoaAhout the duration of the project. Source of elevations Base Line Survey shall occupy each momiment in ham, and shall (benchmark)will be shown on the drawing as well as a description satisfy all licable of Section 1-11.1 herein. - of any bench marks established. The drawing depiSpM the survey shall be neat, legible, and drawn to an appropriate scale North orientation should be clearly 1-11.1(3) Subdivision Information(RC) presented and the scale shown graphically as well as noted- The Those surveys dependent on section subdivision shall reveal drawing must be of such quality d at a reducti on thereof to one-half ( the controlling momrments used and the subdivision of the original scale remains legible. . applicable quarter section. If recording of the :survey with the King 92!! Recorder s 'lliose surveys dependent on tetracement of a plat or short plat requirp5t it will be prepared on 18 inch by 24 inch M t and will dWI reveal the controlling monuments nreassaernents, and comply with all Provisions of Chapttt 58.09 RCR1_ A methodology used in that reuacement. photog .pwc mylar of the drawing will be submitted to the City of Renton and upon their review and accePtanex Pee the c 1-11.10 Feld Notes (RC) eW Of the PrIDj a the oriel will be recorded with the Fr Ad notes shall be kept in conventional format in a standard King County Recorder. bound field book with waterproof pages. In cases where an If recording is not required the survey dra°^^° 511aI1 be electronic data collector is used field notes must also be kept with a pretax on 22 inch by 34 inch mylar and the original or a sketch and a record of control and base line traverses describing photographic mylar thereof will be submitted to the City of RentoP- station occupations and what measurements were made at each Tlse survey drawings shall meet or exceed the point WAC 332-130-050 and shalt conform to the City of Renton s Every point located or set shall be identified by a number and Drafting Standards American Public Works A byinbots a description. Point numbers shall be unique within a complete shall be used whenever possible, and a legend sb l 'alt job. The Preferred method of point numbering is field notebook, symbols used if each point marked by a symbol is noi�at ' page and point set on that page. Example; The first point set or each use.._ found on page 16 of field book 348 would be identified as Point An electronic Iisting of all principal points shown on the No_348.16.01,the second point would be 348.16.02,etc. drawing shall be submitted with each drawing The liisti no stnoula Upon completion of a City of Renton project, either the field include the point number designation (corresponding with notebook(s) provided by the City or the original field notebook(s) t11e field notes) a brief description of the point and northing used by the surveyor will be Riven to the City. For all other work, casting and elevation (if applicable) values all in ASCII f surveyors will provide a copy of the notes to the City upon request- on 1BM PC compatible media- Page-SP-20 Revision Date_ May 19, 1997 1-11 Renton Surveying Standards 1-11 Renton Surveying Standards 1-11.10 Precision Levels(RC) 1-11.1(12) Monument Setting and Referent (p Vertical Surveys for the establishment of bench marks shall All property or lot corners, as defined m 1-11 1(Sl satisfy all applicable requirements of section 1-05 and 1-11.1. established or reestablished on a plat or other recorded sury shall Vertical surveys for the establishment of bend[ marks shall be referenced by a permanent marker at the Conxr Point per I meet or exceed the standards, specifications and procedures of third 11.2(l). In situations where such markers are inn ract;cal Orin order elevation accuracy established by the Federal Geodetic danger of being destroyed, e.g., the front corners of tors a witness Control Committee. marker shall be set. In most cases this will be the extension of the Bench marks must possess both permanence and vertical lot line to a tack in lead in the curb. The relati between the stability. Descriptions of bench marks must be complete to insure witness monuments and their respective corners shag b both recoverablilty and positive identification on recovery. described on the face of the plat or survey()t e or f record e e 'Tacks m lead on the extension of the lot side lines have been set in the 1-11.1(8) Radial and Station—Offset Topography curbs on the extension of said line with the curb.- In all other cases the corner shall meet the requirements of cry- on 1 11 2(1) Topographic surveys shall satisfy all applicable requirements herein. of section 1-11.1 herein. All non corner monuments as defined in 1-1 gal shall meet M poises occupied or back sighted in developing radial the requirements of section 1-11.2(2) herein If the monument topography or establishing baselines for station—offset topography falls with in a paved portion of a right of way or other area, the shall meet the requirements of section 1-11.1 herein. mommient shall be set below the t r and surface and contained The drawing and elecmoak listing requirements set forth in within a lidded case kept separate from the monument and flush wcdm 1-11.1 herein shall be observed for all topographic surveys, with the pavement surface,per section I-112(31_ In the case of rids of way centerline monume=all Points of 1-11.1(9) Radial Topography(RCS curvature(PC),points of tangency(PT).street intersections,center Elevations for the points occupied or back sighted in a radial points of ctd de sacs shall be set. If the point of huersecion. PI, topographic survey shall be determined either by 1)spirit levermg for the tangents of a curve fall within the paved portion of the right with misdomre not to exceed 0.1 feet or Federal Geodetic Conmol of way,a momrmevt can be set at the PI instead of the PC and PT Committee third order elevation accuracy moons, OR 2) of the cu ve- tr wometm leveling with elevation differences detummed m at For all non corner monuments set while under contrau to the least two directions for each point and with misclosure of the City of Renton or as part of a City of Renton approved subdivision circuit not to exceed 0.1 feet- of property, a City of Renton Monument Card.(furnished'by the I 1-11.1(10) Station—Offs To city) idmrfymg the monume� point of intersection(PI), point of po ruphy(RC) tangency (M, point of airvatnre(PC), one-siueeadt cwrrner, Plat Elevations of the baseline and topographic points shall be monument, street imrrseetion, etc., complete with a description of . determined by spirit levding and shall satisfy Federal Geodetic the monument,a minimum of two reference points and HAD 83/91 Control Committee specifications as to the turn points and shall not ordinates and HAVD 88 elevation shall be filed out and filed exceed 0.1 foot's error as to side shots. with the city. I-11.1(11) As-Built Survey(RC) 1-11.2 Materials All inwevementc required to be 'as-but$' (host suction survey)per City of Renton Codes, THE 4 Bu$dmg Regulations 1-11.2(1) Property/Lot Cornets(RC)- and TITLE 9 Public Ways and Property, must be located located both Corners per 1-11.1(5)shall be marked in a permanent manner horimnWly and vertically by a Radial survey or by a Station offset such as 1/2 inch diameter rebar 24 indres in length, durable metal survey. The'as4xn'h'survey must be based on the same base line plugs or caps tack in lead etc and permanently marked or tagged or control smyey used for the construction staling survey for the nature of improvements being 'as-bnih'. The 'as-bur'lt' survey for all with the stn-veyor s idcntifcation=namber. 'Ibe sr�e subsurface improvemmts should_occur Prior to backfi ing. Close the marker used can be determined fiy the surveyor as the time of installation cooperation between the installing contractor and the 'as-bunting' surveyor is therefore required. 1-11.2(2) - Monuments(RC) All'as-built'stuveys shall satisfy the requirements of section Momtments per 1-11.1(5) shall meet the requiremrnss as Set 1-11.1(1) herein and shall be based upon control or base line forth in City of Renton Standard Pl=Page H031 and permanently surveys made in conformance with these Specificatiom. marked or tagged with the surveyor's identification number. The field notes for -as-built' shall meet the requirements of section 1-11.1(4) herein and submiued with stamped and signed 1-11.2(3) Monument Case and Cover(RC) 'as-built' drawings which incudes a statement certifying the Materials shall meet the requirements of section 9-22 and City ■ accuracy of the'as built'. of Renton Standard Plans page H031. The drawing and electronic Fisting requirements set forth m section 1-11.10 herein shall be observed for all 'as-built' surveys. t- ■ Page-SP-21 Revision Date.May 19,1997 2-02 Removal of Structures and Obstructions 2-03 Roadway Excavation and Embankment Dliv1S1OII 2 Eanhwork quantities and changes will be comr�,e..i t eiu rn b manually or m b means of electronic data rocess Earthwork use of the average end_area method. Any changes to the - work as directed by the Engineer that would alter rhea• �.6a shall be calculated by the Engineer and submitted to the r for his review and verification 2-02 Removal of Structures and Any excavation or embankment beyond the limits;�,t;.�,�, - Obstructions the Plans, unless ordered by the Engineer, shall not be on All work and material required to rewrn these niece to original conditions, as directed by the Eagrrieer shall be,,,,, •,� SECTION Z-02.3(3j IS REVISED AND SUPPLEMENTED AS •� by the Contractor at his sole expense- All areas shall be excavated filled and/or backfilled as necessary to comply with the grades shown o n the 2-02.3(3) Removal of Pavement, Sidewalks, and and ba�1ed areas, fine grading s i p � the , and the.compaction of the final laver. In art sections fine �tir,s In removing pavement, sidewalks, and curbs, the Contractor shall" shall begin within the final six (6) mclies of cut.I�mal gra�nu� shall produce a surface which is smooch ev withoat abrupt !. Haul brokui-tip pieces ' en,clan es m grade. ' to some off- Cover. U44-hiA the tight orw%, with at —shed project site- Excavation for curbs and gutters shall be accoMDE by cutting aoarra dye to the cross sections grades and devat ions shown. Care shall be taken not to excavate below the specdied - S. When an atti where pavement has been removed is to be grades. The contractor shall maintain all excavations free from opened to traffic before pavement patching has been completed detrimental Quantities of leaves, brush sticks, trash and other temporary mix asphalt conmft hatch shall be require& debris until final acceptance of the Work:. • Temporary patching shall be placed to a minimum depth of 2 Following removal of topsoil or excavation-to tirade and inches immediately after backfilling and compaction are complete be fore placement of fills or base cause, the tahbgrMde under the and before the road is opened to traffic. MC cold mix or MC hot sway shall be trcoofiroIIed to identif y any, soft or loose alias mix shall be used at the discretion of the Engineer_ which may warrant additional compaction or excavation and If pavements. sidewalks, or cubs lie within an excavation replacement. area and are not unentioned as separate pay items, their removal The Contractor shall provide temporary drainage or protection will be paid for as part of the quantity removed in excavation. If to keep the subgrade free from standing water. ;WS Acceptable excavated native soils shall be used for fill in the merttiaaed as a separate item in the proposal, they will be measured area requiring fills. Care shall be taken to place excavated material , and paid for as provided tinder Section 2-02.5, and will not be at the optimum moisture content to achieve the. qxx f' ed included in the quantity calculated for excavation. compaction- Any native material used for fill shall be free of SECTION 2-02.5 IS SUPPLEMENTED BY ADDING. organics and debris and have a maximum particle size of 6 inches. It shall be the responsibility of the Contractor to prevent the 2-02.5 Payment 2 native materials from becoming saturated with water. The 2.. 'Saw Cutting'.per Lineal Foot. measures may include sloping to drain, compacting the native 3. 'Remove Sidewalk',per Square Yard. materials, and diverting runoff away from the mattrW& H the 4. 'Remove Curb and Gutter' Per Lineal Foot Contractor fails to take such preventative measures any costs or S. 'Cold Mot',per Ton delay related to drying the materials shall be at her own expense. 6 'Remove Asphalt Concrete Paves_'per square yard If the native materials become sattnated, it shall be the 7. 'Remove Cement Concrete pavement,'per square yard responsibility nt -of the Contractor to dry the materials., to the 8. -Remove existing .per optiunum moisture content If sufficient acceptable native souls are All costs related-to--the removal and di�>sal of and T�available to complete construction of the roadway embankment, obstructions including saw rotting excavation. bacruca re and Gravel Borrow shall be rased. 9=14 OS asphalt shall be considered incidental to and included in If subgiade trimmer is not required on the protect,all pow other items unless designated as specific bid items in the proposal of Section 2-03 shall apply as though a s tbgrade trimmer were specified. If sufficient acce le native soils as duumiried the 2-03 Roadway Excavation and Engineer,are not available to complete construction of the roadway Embankment embankment, Gravel Borrow meeting the requirements of Section 9-03.14 of the Standard Specifications shall be used. SECTION 2-03.3 IS SUPPLEMENTED BY ADDING THE SECTTON 2-03.4 IS SUPPLEMENTED BY ADDING TSE FOLLOWING: FOLLOWING: 2-03.3 Construction Requirements(RC) 2-03.4 Measurement(RC) Roadway excavation shall include the removal of all materials The Contracting Agency will use the following methods to excavated from within the limits shown on the plans Suitable measure work performed unless specific exceptions in "the" excavated material shall be used for embankments while surplus seaions provide otherwise: excavated material or unsuitable material shall be disposed of by I- At the discretion of the engineer, roadway excavation, the Contractor. borrow excavation and unsuitable foundation excavation --by the ' Page-SP-22 Revision Date:May 19, 1997 2-04 Haul 2-09 Structure Excavation cubic yard (adjusted for swell) may be measured by trick in the 2-06 Subgrade Preparation hauling vehicle at the point of loading_ The contractor shall provide truck tickets for each load removed. Each ticket shall have the truck number,time and date,and be approved by the engineer_ SECTION 2-06.5 IS SUPPLEMENTED BY ADDING T8E FOLLOWING: SECTION 2-03.S IS REVISED AS FOLLOWS: 2-03.5 Payment (R 2-06.5 Payment (RC} CS Subgrade preparation and maintenance incl ut;ne =allcosts sha11 be considered as incidental to the Payment will be made for the following bid items when they construction and are included in the proposal: thereof shall be included in the ro riate unit or 1 suns 1. 'Roadway Excavation" or "Roadway Excavation—Area contract bid prices. A(B, C,etc.)", per cubic yard_ When the Engineer orders excavation 2 feet or less below 2_09 Structure Excavation subgrade, unit contract prices for roadway excavation and haul shall apply. If he orders excavation more than 2 feet below SEC77ON 2-09.1 IS SUPPLEMENTED BY subgrade, that part below the 2-foot depth shall be paid for as F�DIlOWl1VG. ADDING T1gE provided in Soaiow-3--04.4 Item 3 of this payment section. In this use, all items of work other than roadway excavation shall be paid 2-09.1 Description (RCS u unit contras prices. This work also includes the excavation,haul and dicnns_l of The unit contract price per cubic yard shall be full pay for �uiasurtable materials such��� �� excavating. loading, placing, or otherwise disposing of the swampy or unsuitable material. materials including buried IM and stumps, 2-09-3 iThe unit contract price per cubic yard shall Cow° On Requirements include haul. SECTION 2-0.3(7)D IS REVISED AS FOLLOWS. 3. 'Unsuitable Foundation Excavation'.per cubic yard. The unit contract price per cubic yard for 'Unsuitable 2-09.3(1)D Disposal of Excavated Material(RC) Foundation Excavation" shall be full pay for excavating. loading, An costs for disposing of excavated material within the project and disposing of dx material. limits shall be included in the unit contract price for structure excavatioa..Class A or B. 14 however. the Coatmcto; mu&t 'Ica The unit contract price per - cubic yard shall include haul_ 7_ IN If the contract includes structure excavation, Class A or B. including haul, the unit contract price shall include all costs for loading and hauling the material the full required distance= otherwise all such disposal costs shall be considered incidental_to_ Payment for the°pork• embankment compaction will not be made as a separate item.All SECTION 2-09.4 IS REVISED AND SUPPLEMENTED AS costs for embankment compaction sball be included in other bid FYILLOWS items involved. 2-09.4 Measurement (RQ ® 2-04 Haul Graveli backfilL All gravel backSll will be measured by the cubic yard in place determined by the neat lines required by the SECTION 2-0d_S IS REVISED AND SIIPPLEMEIYIED AS Plans or by the ton as measured in conformance with section 1-092 FOLLOWS: Gravel bacUll used for pipe bedding shall be incidental to d e installation of the pipe or paid for as other gravel un 2-04.5 Payment (RQ specific separate pay item is included in the contract for gravel baddill for pipe bedding. SECTION 2-09.5 IS REVISED AND SUPPLEMENTED AS " FOLLOWS: All costs for the hauling of material to, from, or on the rob site shall be considered incidental to and included in the unit pri ce 2-09.5 Payment of other units of work. Payment will be made for the following bid items when they are included in the proposal: `Structure Excavation Class A", per cubic yard- -Structure Excavation Class B", per cubic yard_ `Structure Excavation Class A Incl_ Haul".per cubic yard_ "Structure Ekcavation Class B Incl.Haul". per cubic yard_ ® The unit contract price per cubic yard for the bid items listed as 1 through 4 above shall be full pay for all labor, materials, tools, equipment, and pumping or shall be included in the unit bid Price of other itenva of work if 'Structure Excavation or Page-SP-23 Revision Date_May 19, 1997 2-09 Structure Excavation 2-09 Structure Excavation ' "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 baci fll material is required for backfilling within the limits of the structure excavation,-it shalt also be required as backfill material for the extra excavation at the Contractor's expense. Any ' excavation or backfill material being paid by unit price shall be calculated by the Engineer only for the neat line measure nent of the excavation and shall not include the extra excavation beyond the neat line. , If there is no bid item for shoring or extra excavation Class B on a square foot basis and the nature of the excavation is such that shoring or extra excavation is required, then shoring or extra exavation shall be considered hwidmW to the work involved and ' no further compensation shall be made. `Gravel BaddU(Kind)_for('Type of Excavation}, per Cubic Yard or per Ton% . When gravel backfill is paid by the ton,the Contractor shall take care to assure to the satisfaction of the Engineer that such per ton bacNrli is only being used for the purpose and not for purposes where backfill is incidental or being paid by cubic yard. Evidence that per ton gravel backfill is not being used for its designated purpose shall be zrounds for the Engineer to deny payment for such load tickets. Unless included in the contract as a separate pay item,,gravel backfill used for pipe bedding shall be co>ssidered incidental to the installation of the pipe or shall be induded in the gravel backfill used to backfill the tre d4 if a separate pay item is included for trench backfill. r. 1 Page-SP-24 Revision Date.May 19,Y997 ' 3 No supplemental specifications were necessary 4 No supplemental specifications were neessa rY Division 3 Production From Quarry and Pit Sites Division 4 and Stockpiling Bases 3 No supplemental specifications were necessary 4 No supplemental specifications were No supplanental specifications were necessary for Division 3. necessary No supplemental specifications were necessary for Division 4. r t Page-SP-25 Revision Date_May 19, I997 5-04 Asphalt Concrete Pavement 5-44 Asphalt Concrete Pavement (2) Division 5 _"went Surface Treatments and Pavements s2ug33" teWhen a sample from tmcompaaed mix is nrr t,a the 5-04 Asphalt Concrete Pavement Contractor shall ensure that the samples can —be obtained in p accordance with WSDOT Test Method 712.—Xh-Pla;fe�ll SECTION 5-04.3(8)A IS REVISED AND SUPPLEMENTED AS bauliugelzicia- FOII.OWS: B. Definition of Sampling Lot and Sublot. For the pie 5-04.3(8)A Acceptance Sampling and Testing(RC? of acceptance sampling and testing, a lot-ts defined as ' 1_ Gener-A. Acceptance of asphalt cement concrete shall be the total quantity of material or work produced for each job mix as—provided under-4u&istiraL— a nonstatistical acceptance. formula (JMF). Only one lot per JMF is expected to ova Determination of-ctatisticsl- nonstatisticat acceptance shall be -I based on proposal quantities and shall consider the total of all bid items involving mix of a specific class_ Dense graded mixes(asphalt concrete pavement Classes A.B, E, F, and G) slialkvill be evaluated for quality of gradation on-a ,dig dailybt basis by the Contractor. This gradation analysis shall be - JMF based on WSDOT Test Method 104 and the results delivered to the is de in Section 9- Contracting Agency by noon of the following working day. Tbis 03.8( ` (Basis of Acceptance). The Contractor may not make information shall be used by the Engineer to evaluate conformance any changes to the JMF without prior written approval of the ' with Section 9-03.8(6)A_2.-as4 A-asphalt content shaII be tested at Engineer. the Eangineer's discretion if the Compaction Pay Factor(Section 5 043(10)B)falls below 1.00. Tie Contacting Agency may take their own independent begin Aw.A., lot will gradation samples at the stockpile to confirm the gradation testing done by the contractor. If the independent sample gradation varies from the Contractor's data by more than t3% for sieve sizes greater than 1/4" and t2% for sieves smaller than the No 10 then the coats of the sampling and testing shall be borne by the Contractor. If the tT-w results vary from the Contractor's data am-within the ranges listed above • then Sampling and testing for rwn_satistical acceptance shall be the cost of sampling and testing will be borne by the Contracting performed on a random basis at a minimum frequency of one A>�e2g. sample for each sublot of 400 tons or each day's production, will be wQluased fo;: quality of gr-..i=ion Tart:.+.. whichever is least_ When proposal quantities exceed 1,200 tons for a class of mix ender nonstatistical acceptance, sublot size shall be determined to the nearest 100 tom to provide not less than dare uniform sized sublots, based on proposal quantities. with a specifically pm-ided o4hapvisc in the Special Rrovigions maximum sublot size of SW tons. C- Test Results. The Engineer will furnish the Contractor with a copy of the results as they become available.-ef-alt .(3) ir adminissamd m0ei; &he Fr4wigignr of Section 5 04 $(1) to F. of zhe nexc workday aflvr-rampling, or.fo; aghU 46,-WO*-44440 D- Test Methods. When sample testing of asphalt content is necessary, Accceptance testing for compliance s� will use the Nuclear Asphalt Gauge Procedure: WSDOT T 2. Aggregates. Aggregates will be accepted for sand Method Method 722-T. When .=le testing of gradation is nec�satS' ' equivalent and fracture based on their conformance to the A�!ccrptance testing for compliance of gradation will use the Quck requirements of Section 9-03.8(2)_ Determination of Aggregate Gradation using Alternate Solvent a" t' Procedure;WSDOT Test Method 723-T. 3. Asphalt Cement. Asphalt Cement will be accepted tez E. Reject Mixture. tasu-based on 4h*k-conformance to the requirements of Section 9- (1) Rejection by Contractor. The Contactor may. prior to 02-1(43). Testing of asphalt properties to assure certification shall sampling, elect to remove any defective material and replace it be the responsibility of the contractor. if the vendor or grade of with new material at no expense to the Contracting Agency- any the asphalt cement changes, a new job mix formula (JMF)shall be such new material will be sampled, tested, and evaluated for evaluated and approved. rnce_ 43. Asphalt Concrete Mixture acceptance. (Z) Rejection -b Without Test in A_ Sampling The Engineer may, without sampling, reject any batch, load, or (1) A sample will not be obtained from either the first or last section of roadway 25 tons of mix produced in each production shift. }_ Page-SP-26 Revision Date:May 19, 1997 5-04 Asphalt Concrete Pavement 5-04 Asphalt Concrete Pavement matsrizl that appears defective in gradation or asphalt conent SECTION 5-04.03(10)A IS SUPPLEMENTED By ADDr content. Material rejected before placement shall not be THE FbLLOWING_ NG incorporated into at " pavement. Any rejected section of compacted saz vement shall be removed. 5-043(10)A General (RC) No payment will be made for the rejected materials or the The Contractor shall not use vibration when ComPacting on a removal of the materials unless the Contractor requests that the street where A.C. Line (Transite) is in place (rrfP C.. of rejected material be tested. If the Ccontiactor elects to have the Renton Cotnpreheasuve Water System Plan to identify locations of rejected material tested,a minimum of three representative samples A.C_ Iines.) will be obtained and tested.-Representative samples to be removed SECTION 5-04.3(70)B IS REVISED AS FOLLOWS. for testing from compacted pavement shall be removed by coring. 5-043(10)B Control (SA) Asphalt concrete pavement Classes A. B, E. and F used in M-166-1;r IG&S gh3a 0:75, Ag P23';Q8149;wll be mule for the rejected traffic Lanes, including lanes for ramps, truck climbing, weaving, and speed change, and having a specified compacted course thickness greater than 0.10 foot, shall be compacted to a specified than 0 75, the C964 of gampling an" ter level of relative density. The testing shall occur on a stiblot basis CQauactine AgeQcy 2&,' the mix will b- -o using the definition of a sublot described m Section 544 3(81 The specified level of relative density shall be coti,. t ru 2( ) '^ T a 92 .0 percent Of the cep t na refem= maximum density— rejected yxpacwd material will we the acceptance sampling and Mated SOS._The reference maximum density shall be determined testing methods. If the material does not fail within the Job mix as that developed in the job mix fbrrmtla_T&p e-��ir�gayst3ga fotmnfa tolerances of Section 9-03.M6)A,the mix wt7l be rejected and all costs assodated with sampling,testing and removal shall be . If the Contractor chooses, a moving borne by the Confactor. The rejected material must be removed average of the three most recent tests of maximum density nrry be and replaced with new material at no expense to the Contracting determined through the use of WSDOT Test Method 705 by the Agetncy. If the material falls within the job mix formula Contractor at the Contractor's expense. The specified level of tokrmwes, the mix will be accepted for quality of mix but will density attained will be determined by the average t Viral remain subject to the compaction adiustment of Section 5-04.3(10) euakutiea-of three tt*e nadear density gauge tests taken m +� and all costs associated with sampling and testing will be borne by accordance with WSDOT Test Method 715 on the day the mix is the Contracting Agency. placed (after completion of the finish rolling) at locations �y determined by m_ f!" within-each density lot less.The Engineer will a copy of the results of all acceptance testing petformed in the field as goon as kig of die AQX9 the results are availabl Pavement compaction below 89 percent of the reference maximum density shall not be accepted. Relative densities fa ling between 89 peter and 92 perr•rnt �hafl it v�hirtY in the ruler adj115CInCIIts of Section 5-- 04.5(1)B. deiG;miii¢d. For compaction lots falling below a CPF of 1.00 PzY-411�4" and thus subject to price reduction or rejection, cores may be used as an alternatives to the nuclear density gauge tests. Aqwn-c"" Guch time 'K 1h - irfied zh= specif4cation mawri-1 cm cowmcggr-' They 6144 be V-squem', 113, 4910��� When the Contracting Agency requests cores and the ■ pFeg ss: level of relative density within a sublot is less than YZ•0 percent t1he cost for slit-conng and testing shall be borne by the Contractor When the Contracting Agency requests cores and the level of relative density wtthm a sublot is greater than 92.0 percent the cost for coring and tcsung shall be borne by the Contracting Agency. s> of At the start of paving, if requested by the Contractor, a compaction test section shall be constructed. as directed by the Engineer, to determine the compaSubility of the mix design- 1 r` Page-SP-Z7 Revision Date.May 19, 1997 r. 5-04 Asphalt Concrete Pavement 5-04 Asphalt Concrete Pavement Compactibility shall be evaluated as the ability of the mix to attain SECTION 544.5(I) QUALITY ASSURANCE pPJCB ! a ig_ven quality level corresponding to a pay factor of 1.00 or ADJUSTMENTS IS DELETED. - greater referenced to the specified minimum density (921•percent SECTION 5-04.5(1)A IS DELETED AND REPLACED of the reference maximum density WlIB THE FOIL M9'hW—=). If a compaction test section is.requested, a OWING: Compaction pay factor of 1.00 shall apply until compatibility is 5-04.5(1)A Price Adjustments for Quality of AC Mix proven. Following determination of compactibility, the Contractor (RC) is responsible for the control of the compaction effort. If the Nonst:idstical Acceptance-Each lot of asphalt concrete does not request a test section, the mix will be pavement produced and having all constituents falling wlthln considered compactible. the litnits of the job milt formula shall be accepted at the trait halt Concrete Classes A, B, E, F. and G constructed the � contract price_ If the constituents of the mix faII outside under conditions other than listed above shall be compacted on the limits of the job mix formula, the mix shall not be accepted(see basis of a test point evaluation of the compaction train. The test Section S-04.3(8)Rejection of 11�. point evaluation shall be performed in accordance with instructions from the Engineer. The number of passes with an approved SECTION 5-04.5(I)B IS REVISED AND SUPPL,EMF2VTED AS compaction train, requited to attain the maximum test point FOLLOWS shall be used on all S°bsequent paying. 5-04.5(1)B Price Adjustments for Q AC Asphalt Concrete Crass D and preleveling mix shall be Quality compacted to the satisfaction of the Engineer. Compaction t' In addition to the randomly selected locations for tests of the For each subbt a Coon density, the Engineer.may also isolate from a normal lot any area Factor will be- that is suspected of*iug defective in relative density. Such determined based on the relative density of the tests. The isolated material wilFnot include an original sample location. A following table lists the Compaction Pay Factors and [belt minimum of three$ randomly located density tests will be taken. associated relative density. :as CIR-41-1 equals tim"iffenmo The isolated area will then be evaluated for price adjustment in accordance with this n, considering Mc- it as a separate_sublot3et. SEC77ON 5-04.5 IS REVISED AS FOLLOWS: and cbe 4init coatmct F408 PC;40a of mix Relative Density Compaction Pay Factor 5-045 Payment (RC) (average of three tee -Mist and/or Driveway Asphalt Cone, App;oach Cl_ 292.0 1.00 per ton.. This item,-when included in the contract,includes asphalt 91.5 - 0.99 paying for areas such as driveways and traffic islands that are nor 91.0 0.95 PM of other paving work. 90.5 0.91 90.0 0.85 89.5 0.80 paid tn;:a;dercRbed in 5.04 5(l)4 89.0 0.75 Page-SP-28 Revision Date.May 19,1997 Rockeries Division 6 and have a stable appearance. The rocks shall be cared Iaoed by mechanical Squipment and in a manner such that the Ion itndinal Structures axis if the rock shall be at right angles or attar to the roacry face. The rocks shall have all ' Sj the back of the rockery. Each row of rocks wdl� m as SECT70N 6-12 IS A NEW SEC77ON tightly and evenly as possible on the rock below that there will be no movement between the two Such Amer After setts a Ag 6-12 Rockeries course of rock all voids between the rocks shall be dunked on the back with quarry rock to eliminate any void sufficient is pass a 6-12.1 Description (RC) itch square probe. 2 The work described in this section, regardless of the type of 6-12.3.1 Rockery Backfill (RC) materials encountered, includes the excavation and shaping of the The wall backf211 shall consist of 1-1/2 irtch mkM rock or vet conforming to section 9-03.9 3• mat meshed art or flit slopes and furnishing and constructing rockeries/rock This material will retaining wall where shown on the plans or wbere directed by the be placed to an 8 inch minimum thickness between the entire wall engineer. and the art or fill material. The backfill material,, be Iaccd in lifts to an elevation approximately 6 inches below the �tse of 6-12.2 Materials(RC) rocks placed. 7be backfill will be Placed after Cacti coum of Rock walls shall be formed of largrocks. Any backfdl material on the �,. o pieces of quarried basalt w�be removed before sctime the next �"ce of the roc$ ardesite or other igneous rock. Individual pieces of rock shall be course Mind and Mist= to weatltemg. When broken into pieces 6-12.3.2 Drain Pipe(RC) weighing 50 to 150 grams and tested for soundness with sodium A 4 inch diameter perforated pvc pipe shall be placed as a sulphate in accordance with aashtn t104, the lass through a ono- footing drain behind the rockeries as shown in the standard plans � inch sieve after 6 cycles shall not exceed 3596 by weight. oriel �w the storm drainage system where shown. The rock material shall be as nearly rectangular as possible so p as to afford the minimum amount of void space between the blocks. 6-12.3.3 Refection Of Maters-d(RC) No stone shall be used which does not extend through the wall. be hard,The tuck material a! shall The inspector will have the authority to re'tect any defective sound, durable and free from material and to suspend any work that is being ithzproperly done weafered portions,scams,sacks and other defects. subject to the final decisim of the engineer. All rejected material The rock density shall be a minimum of 160 pounds per cubic foot. The source of supply and representative samples of the will be removed from the consUrtrction site and any rejected work shall be repaired or replaced at no additional cost to the Owner. material shall be approved by the engineer before delivery to the sue. 6-12.4 Measurement (RC) 7be rock walls shag be constructed of one-man rocks, (85 to Measurement of the finished rock waif for payment will be 300 pounds) each 10' in its least dimension; two-man rocks (300 to 600 hounds) each 13' in its least dimension- three-man rocks made from the foxing grade to the top of the wall and rounded to dm (800 to 1.200 pounds) each 16' in its least nension; four-roan square . rocks(1.500 to 2,200 pounds)each 18' in its least dimension. The 6-12.5 Pa yr, rocks shall range uniformly in size for each classification specifies. Payment(RC) The four-nun rocks shall only be used for the first course of Payment will be made under the item 'rock retaining wall', rode in walls over 6 feet in height. per square yard. 6-123 Construction R The�price per square yard shall be full compensation for �� �� �� the rockery/rock retaining wall in place and shall include all work. The rock unloading at the site will be done in such a manner materials and equipment required to complete the installation, as to segregate the rock by the size ranges indicated in the including drainage pipe and all other items. preceding paragraph. 1-he walls shall be started by excavating a trench not less titan 6 inches or more than one foot in depth below subgrade in exmyRtion 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 art 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 arty direction. The rocks shall be placed and keyed togetter with a minimum of voids. Particular attention shall be given to the placing and keying together of the final course of all rockeries_ The final course shall have a continuous appearance and be placed to minimize erosion of the backfill material. The larger rocks shall be placed at the base of the rockery so that the wall will be stable t, Page-SP-29 Revision Date_May 19, 1997 7-01 Drains 7-04 Storm Sewers Division 7 Corrugated Polyethylene Culvert Pipe 9-05.19 Where steel or aluminum are referred to in this Section iu Drainage Structures, Storm Sewers, regard to a kind of cvhert pipe,pipe arch,or end sections,it shall Sanitary Sewers, Water Mains, and be understood that steel is zinc coated with Asphalt Treatmern I (galvanized) or aluminum coated (aluminized) corrugated iron or Conduits steal, 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 i'-02 it shall be understood that reference is 7-01 Drains also made to PVC. SECTION 7-01.2 IS REVISED AS FOLLOWS. 7-01.2 Materials R'2 7-03 Structural Plate Pipe, Pipe Arch, Arch, I and Underpass Drain pipes may be concrete,zinc coated(galvanized)Amt Treatment I or ahmtinu m coated (ahuninized) corrugated iron or SECTION 7-03.2 IS REVISED AS FOLLOWS. sled with Asphalt Treatment I, corrugated altmtinuun a1loy, polyvinyl chloride (PVC), or corrugated polyethylene (PE) at the 7-03.2 Materials! 7-05 Manholes,Inlets,and Catch Basins 7-05 Manholes,Inlets,and Catch Basins 7-04.3 Construction Requirements 7-05 Manholes, Inlets, and Catch Basins lid N7N-Od.3(1)B IS SUPPLEMENTED BY ADDING THE SEG77ON 7-05.3 IS SUPPLEMENTED BY ADDrNG THE FOLLOWING. 7-04.3(1)B Pipe Bedding 7-05.3 Construction Requirements Pipe bedding for PVC sewer pipe shall consist of clean granular pea gravel consistent with section 9-03.12(3). It shall be All manholes shall have eccentric cones and shall have placed to a depth of 6' over and 6` under the exterior walls of the ladders. pipe. SEC7701V 7-05.3(1) IS REVISED AND SUPPLEMENTED AS 7-04.3(2) Laying Storm Sewer Pipe FOLLOWS: SECTION 7-04.3(2)A IS REVISED AS FOLLOWS. 7-05.3(1) Adjusting Manholes and Catch Basins to Grade Rg C 7-04.3(2)A Survey I.tne and Grade R�C The existing cast iron ring and cover on manholes and the Survey line and grade will be provided by the Engineer or catch basin frame and grate shall first be removed and thorou contractor in a manner consistent with accepted practices and these cleaned for tt tailing at the new elevation_ Froth that point. specificatio ns. existing structure shall be raised or lowered to the SECTION 7-043(2)G IS SUPPLEMENTED BY ADDING THE elevation. to the Fequirsms;" &psoifisd 7-043(2)G Storm Sewer Line Connections C All connections not oeauring at a manhole or catch basin shall In unpaved streets: Manholes, catch basins and similar be done uWaing pre-manufactured tee connectors or pipe sections structures in areas to be surfaced with crushed rock or Qravel shan approved by the Engineer. Any other method or materials be constructed to a point approximaiely eight lilies below the proposed for use in malting connections shall be subject to approval subgrade and covered with a temporary wood cover by the Engineer. manholes shall be art off and covered in a similar man=- The contractor shall carefully reference each manhole so that they may SECTION 7-04 4 IS REVISED AS FOLLOWS: be easily found upon completion of the street work. After placing 7-04.4 Measurement(RRC) the gravel or crushed stone surfacing, the manholes and manhole castings shall be constructed to the finished grade of the roadway The length of storm sewer pipe will be the number of linear surface. Excavation necessary f6r bringing manholes to grade feet of completed installation measured along the invert and will shall center about the manhole and be held to the minimum area include the length through elbows, tees, and fittings. The number necessary. At the completion of the manhole aditrstaxP4 the.void. of linear feet will be measured from the center of manhole to around the manhole shall be backfilled with materials which result curter of manhole or from the center of catch basin to center of in the section required on the typical road way section, and be catch basins and similar type structures. thoroughly compacted. SECT70N 7-04.5 IS SUPPLEMENTED AND REVISED AS In cement concrete pavement: Manholes, catch basins_cad. FOLLOWS: similar structures shall be constructed and adjusted in the same manner as outlined above except that the final adjustment shall be 7-04.5 Payment RTQ made and cast iron frame be set after forms have been placed and th. checked_ In placing the concrete pavement extreme care shall_ be The unit contract price per linear foot for storm sewer pipe of taken not to alter the position of the cxdina in any way, the kind and size specified sbal! be full pay for all work to — . hi asphalt concrete pavement: Manholes sban not be adjusted complex the installation, ithchhding adjustment of inverts to until the pavement is completed at which time the ants of each manholes. When no bid item 'gravel bacldin for pipe bedding'is manhole shall be carefully relocated from referwas prt'y094y indoded in the Schedule of Prices, pipe bedding, as shown in the established by the contractor. The pavaneat shall be art in a standard plans, shall be considered incidental to the pipe and no restricted area and base material be removed to permit removal of additional payment shall be made. the cover The manhole shall they be brought uh Ftolxr grade utilizing the same methods of construction as for the Manhole Testing of storm sewer pipe, if required by the Engineer,shall itself. The cast iron frame shall be placed on the eoncete btod� be considered incidental to and included in the unit contract prices and wedged up to the desired grade The asphalt�rrctte pavetrsear for other items. shall be art and removed to a neat circle the diameter of which shall be equal to the outside diameter of the cast iron forum Phi two feet. "Ilse base materials and crushed rock shah be temovtn and Class 3000 or Commercial Portland Cement Concrete tball be placed so that the entire volume of the excavation is replaced up to within but not to exceed 2 inches of the finished pavement surface- _On the day following placement of the co^'*"rte the edge of the asphalt concrete zpavement, and the outer edge of the casting mall be painted with hot asphalt cement Asphalt Class G concete shall then be placed and compacted with hand tam and a patchin roller The complete patch shall match the existing paved surface for texture density, apt uniformity of grade The joint between the Page-SP-31 Revision Date:May 19, 1997 7-08 General Pipe Installation Requirements 7-08 General Pipe lnstallation Requirements patch and the existing pavement shall then be carefully painted with SECTION 7-05.4 IS REVISED AS FOLLOWS.* hot asphalt cement or asphalt emulsion and shalt be itnrnediately 7-05.4 Measurement-R Z covered with dry paving sand before the asphalt cement solidifies. Manholes will be measured per each. M The inside throat of the manhole shall be thoroughly mortared ands of Th manhole heights for payment purposes will be the distance from plastered. finished rim elevation to the invert of the lowest outlet pipe Th Adjustment of inlets: The final alignment and grade of cast Adiustments of new structures and miscellaneous iteme ,,,mot, iron frames for new and old inlets to be adjusted to grade will be as valve boxes shall be considered incidental to the unit contract established from the forms or adjacent pavement surfaces. The price tr of the new item and no further compensation shall be ade final adjustment of the top of the inlet will be performed in similar Adjustment of existing structures and miscelaneous items such manner to the above for manholes. On asphalt concrete paving valve boxes shall be measured by Adjust Existing - per projects using aub and gutter section, that portion of the cast iron each which shall be full pay for all labor and materials inc thsection luding all frame not embedded in e gutter section shall be solidly embedded concrete for the completed adjustment in accordance with Section in concrete also. The concrete shall extend a muumuu of six 7-05.3(l)and the City of Renton Standard Detailn. inches beyond the edge of the casting and shall be left 2 inches Connection to existing pipes and strictures shall be measured below the top of the frame so that the wearing course of asphalt P%-& each. concrete pavement will butt the cast iron frame. The existing brae pavement and edge of the casting shall be painted with hot SEC77ON 7-05.5 IS REVISED AND SUPPLEMENTED AS asphalt ceinent. Adjustments in the inlet structure shall be FOLLOWS: constructed in the same manner and of the sarne material as that required for new inlets. The inside of the inlets shall be mortared 7-05.5 Payment_RQ and plastered. - 'Adj_ti tNCuihi Existing ,' per each. Monuments aM-cast iron fiance and cover: Monuments and The unit contract price per each for 'Adjust nxmu rent castings shall be adjusted to grade in the same mariner Existing . blanhole* " shall be full pay as for manholes. for in costs necessary to make the ad including Valve box castings:Adjustments of valve box castings shall be N restoration of adjecent areas in a manner aoceptable to the Engineer. trade in the same manner as for manholes. ­Structure ructire Excavation Class B'.per cubic yard. SECTION 7-05.3(1)IS REVISED AS FOLLOWS. -Structure Excavation Class B Incl.Haul',per cubic yard. Structure excavation for concrete inlets and area inlets is 7-053(2) Abandon Existing Manholes(RC) considered incidental to the cost of the inlets and shall be included Where it is required that an existing manhole be abandoned, in the unit contract price for the concrete inlet and the area inlet If the structure shall be broken down to a depth of at least 4 feet no bid item for Structure Excavation- Class A or Stricture below the revised surface ekvation, all connections plugged, the Excavation Class B is included in the schedule of prices then the manhole base shall be fractured to prevent standing water, and the work will be considered incidental and its cost should be included manhole filled with sand and compacted to 90 percad density as in the cost of the pipe. sited in Section 2-033(14)C. Debris resulting from breaking 'Connect to Existing Catch Basin,'per each. the upper part of the manhole may be mixed with the sand subject 'Connect Stricture to existing pipe,'per each. to the approval of the Engineer. The ring and cover shall be salvaged and all other surplus material disposed of. 7-08 General Pipe InstOation Requirements SECTION 7-053(3) IS SUPPLEMENTED BY ADDING THE SEC77ON 7-08.3(1)CSUPPLEbN2=AS FOLLOWS FOLLOW[NG' 7-08.3(1)C Pipe Zone Bedding F(t Q (SA) 7-05.3(3) Connections to wing Manholes Rte' Hand compaction of the bedding materials under the pitx Where shown on the plans new drain pipes shA be connected batmchec will be required. Hand compaction shall be aeeomPlrshed to exhomg line. catch basin, nub uileis and/or manhoIcs. The by using a suitable tamping tool to firmly tamp bedding natural contractor shall be required to core drill into the suucxnre, shape under the haunches pipe the pipe Care shall be taken to avoid. the new pipe to fit and regrow the opening in a worlananhke displPipe be of the Pipe during the companion effort. manner. 'Where directed by the engineer or where shown on the Pipe shall considered incidental to the pipe and IIO plans,additional structure dianneling will be required. further compensation shall be made. A 'Connection to existing` item will be allowed at any SECTION 7-08.3(2)E IS SUPPLEMENTED AS FOLLOWS- connection of a new line to an existing structure, or the connection of a new structure to a existing line. No 'connection to existing' 7-083(2)E Rubber Gasketed Joints(RC) -_will be accepted at the location of new installation, relocation and In laying pipe with rubber gaskets, the pipe sball be Bundled adiustment of line manholes,catch basins or nub inlets. carefully to avoid knocking the gasket out of Poston or Any damage to existing pipe or structure that is to remain in contaminating it with foreign material. Any gasket so disturbed place resulting from the Contractor's operations shall be repaired shall be removed, cleaned, relubricated if required. and replaced or replaced at his own expense, before joining the sections. T1ie unit bid price per each shall be full compensation for all The pipe shall be properly aligned before joints arc forced labor,materials and equipment required. home. Sufficient pressure shall be applied in making the joint to m ensure that the joint is home, as defined in the standard installation instructions provided by the pipe manufacturer. The Contractor may use any method acceptable to the Engineer for pulling the Pile together,except that driving or ramming by hand or machinery will not be permitted. Any pipe damaged during joining and joint t Page-SP--32 Revision Date.May 19, IY97 7-08 General Pipe Installation Requirements 7-08 General Pipe Installation Requirements tightening shall be removed and replaced at no expense to the _Pipe shalt be kept clean during and after layi o All 0 petun45 irk Contracting Again'• the pipe line shall be closed with water tight a andable�- Care shalt be taken by the CONTRACTOR to avoid over plugs at the end of each day's operation or wlier,P.er the sewer pushing the pipe and damaging the pipe or joint system. Any openings are left unattended. The use of buri damaged pipe shall be replaced by the Contractor at his expense. similar temporary plugs will not be permitted wood or other Cart shall be taken to properly align the pipe before joints are Where necessary to raise or lower the pipe due to ttrdoteseen entirely forced home. During insertion of the tongue or spigot, the obstructions or other causes the ENGII4EER ma a the pipe shall be partially supported by hand, sling or crane to alignment and/or the grades. Except for short tuns which tnav be minimize unequal lateral pressure on the gasket and to maintain permitted by the ENGINEER, pipes shall be laid uphill on grades concentricirf until the gasket is properly positioned. Since most exceeding 10 percent Pipe which is laid on a downhill de shalt gasketed joints tend to creep apart when the end of the pipe is be blocked and held in place until sufficient sunnort is furnish by deflected and straightened, such movement shall be held to a the following pipe to prevent inovenient. minimum once the joint is home. Unless otherwise required, all pipe Shan t,. aighi SEC77ON 7-08.3(2}1 IS AN ADDED NEW SEC770N: between the changes in alignment and at uniform trade between changes in grade. For concrete pipes with eliinr,cal reinfo , 7-08.3(2)) Pladng PVC Pipe(RQ the pipe shall be placed with the inner LTM of the reinforcement In the trench, prgmrd as specified in Section 7-82.3(1)PVC a Vertical position. pipe shall be laid beginning at the lower end, with the bell end Immediately after the pipe joints has been made prover gasket upgrade. Pea gravel will be used as the bedding material and placement shall be checked with a feeler gage as approved by the extend from 6' below the bottom of the pipe to 6'above the top of pipe manufactures to verify proper gasket placem=L the pipe. When it is necessary to connect to it-structure with a SECTION 7-08.3(2)G IS SUPP I;1?MENTED BY ADDING TES mudded joint a tubber gasketed concrete adapter-collar will be used FOLLOWING: at the point of connection. 7-08.3(2)G Sewer Line Connections (RC) 7-08.3(2)A Survey Line and Grade Unless otherwise approved by the Engineer,ari cannectiom of Survey line and grade control shall be provided in accordance lateral sewers to existing mains shall be made throagh. with Sections 1-05.4, 1-055 and 1-11 a iron saddle secured w the sewer main with stainless steel bands. When EW*ia*er-:m a manlier consistent with accepted practices. the existing main is eructed of vitrified clay, plain or The Conmoor shall transfer line and grade into the trench reinforced concrete, cast or ductile iron pipe, the existing main wbcre they shall be carried by means of a laser beam using 50 foot shall be core drilled. minimum intervals for grade staking. Any other procedure shall Connections (unless booted canner ions have been provided have the written approval of the Fngincer. for) to existing concrete manholes shall be core-drrZled,�and shall have an 'O' ring rubber gasket meeting AS'IM C-478 in a manhole coupling equal to the Johns-Marrin7le collar, or use a conical type flexible seal equal to koMN-Seal_ PVC pipe connection shall consist of tee, nipple and filers as approved by the Engineer. SECTION 7-08.4 IS REVISED AND SUPPLEMWrED AS FOLLOWS SECT70N 7-08.3(2)B IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-WA Measurement(SA) 7-0g,3(2)B Pipe Laying (RC) Gravel. baddill for foundations. or gravel backfiii for pipe Checking of the invert elevation of the pipe may be made by zone bedding when used for foundations,shall be measured by the calculations from measurements on the top of the pipe, or by cubic yard,including haul,as specified in 2-M9. or by the TON_ looking for ponding of 1!2' or less, which indicates a satisfactory" - Concrete for plugging existing pipes will be measured by the coodWKm At manholes, when the downstream pipes) is of a cubic yard for the volume which would be required to completely Lamer size, pipes)shall be laid by matching the(eight-tenths)flow fill the pipe for a distance of two diameters- Computation for elevation,unless otherwise approved by the Engineer. corrugated metal pipes will be based on the nominal diameter- All pipe, fittings, etc. shall be carefully handled and protected Excavation of the trench will be measured as M ucture against damage, impact shocks, and free fall. All pipe handling excavation Class B or stricture excavation Class B including haul, equipment shall be acceptable to the ENGINEER. Pipe shall not by the cubic yard as specified in Section 2-09. When excavation be placid directly on rough ground but shall be stpported in a below grade is necessary.�excavation will be measured to the limits manner which will protect the pipe against injury whenever stored ordered by the Engineer. at the trench site or elsewhere. No pipe shall be installed where Embankment construction before culvert placement under the the lining or coating show defects that may be harmful as applicable provisions of Section 7-08.3(1)A will be measured in determined by the ENGINEER. Such damaged lining or coating accordance with Section 2-03. as shall be repaired, or a new undamaged pipe shall be furnished and Shoring or extra excavation class B will be measured installed, specified in Section 2-09.4. The CONTRACTOR shall inspect each pipe and fitting prior , to installation to insure that there are not damaged portions of the pipe. Any defective, damaged or unsound pipe shall be repaired or replaced. All foreign matter or dirt shall be removed from the interior of the pipe before lowering into position in the trench. r_ Page-SP-33 Revision Date:May 19, 1.997 Yr 7-10 Trench Exc.,Bedding,and Backfill for Water Mains 7-11 Pipe Installation for Water Mains SECTION 7-08.5 IS REVISED AND SUPPLEMENTED AS 7-11 Pipe InstaUation for Water Mains FOLLOWS: 7-08.5 Payment I(SA) 7-113 Construction Details (RC) Payment will be made in accordance with Section 1-04.1 for each of the following bid items that are included in the proposal: 7-113(4) Laying of Pipe on Curves 'Gravel Backfill for Foundations",per cubic yard or Ton. SECTION 7-11.3(4),4 HAS BEEN REVISED AS FOLLOWS: 'Gravel Backfill for Pipe Zone Bedding", per cubic yard, or Ton- 7-11.3(4),4 Ductile Iron Pipe R 1 'Commercial Concrete',per cubic yard. Long radius (SWeet or more) curves, either horizontal or `Structure Excavation Class B',per cubic yard. vertical, may be laid with standard pipe by deflecting the joints. If 'Structure Excavation Class B Incl.Haul",per cubic yard the pipe is shown curved in the Plans and no speck fittings are Unless specifically identified and provided as separate items, shown, the Contractor can assume that the curves can be made by structure excavat ion,dewatering and badkfilling shall be incidental deflecting the joints with standard lengths of pipe. If shorter to pipe installation and no fwther compensation shall be made. lengths are required, the Plans will indicate maximum lengths that 'Shoring or Extra Excavation Class B",per square foot. can be used. The amount of deflection at each pipe joint whey pipe If this pay item is not in the contract, then it shall be is laid on a horizontal or vertical curve shall not exceed one half of itrcideatal_ the manufacturer s printed recommended deflections. ' 7-10 Yench�cG, Bedding, and Backfill for SEC170N 7-11.3(4)B IS SUPPLEMENUED AS FOLLOWS: I Wad,�� 7-113(4)B Polyvinyl Chloride(PVC) Pipe(4 inches and Over) RRQ SECTION 7-10.415 REVISED AS FOLLOWS: Polyvinyl Chloride_(PVC) Pipe shall not be used for water mains and appurtenances. 7-10.4 Measuretnent_RC2 TEE 77TLE AND TEXT OF SECTION 7-11.3(0 HAS BEEN Measurement of bank tun gravel for trench bactfnli will be by REVISED AS FOLLOWS. the cubic yard measured by the calculation of neat lines based on 7-113(6) Laying Ductile Iron Pipe and Fittings with n aximum trench width per Section 2-09.4 or by the ton, in accordance with Section 1-09. Polyethylene Encasement(LIQ tThe Contractor shall lay ductile 7-10S IS REVISED AND SUPPLEMENTED AS FOLLOWS: iron pipe with a polyethylene encasement: Pipe and polyethylene 7-105 Payment_Q�Q encasement shall be installed in accordance with AWWA C105. The polyethylene encasement shall also be installed on all apptntenar>c es. such as pipe laterals. couplings. fittings, and es�bic lard. valves with 8 mil. polyethylene plastic in accordance with Section 4-5 of ANSI 21-5 or AWWA C105. The polyethylene wrap shall be tube type and black color. Any damage that occurs to the wrap shall be repaired in accordance Payment for 'removal with ANSIIAWVA C1051A22S-93. and replacement of unsuitable material' will be considered Installation of the polyethylene encasement shall be considered incidental to or calculated under other bid items and no further incidental to the installation of the pipe and no additional payment motion wr71 be made. shall be allowed. 4. "Bank Run:Gravel for Trench Backfill". per cubic yard 7-11-3(7)A AND 7-11.3(7)B HAVE BEEN DELETED AND or ton. REPLACED BY THE FFOLLOWZNG The unit contract.price per cubic yard or ton for'Bank Run Gravel for Trendy Backfill" shall be full pay for all work to 7-11.3(7) Laying Steel Pipe g furnish, place: and compact the material in the trench. Also Steel pipe shall not be used. included in the unit contract price is the disposal of excess and unusable material excavated from the trench. SEC770N 7-11.3(9)A IS REVISED AND SUPPLEMENTED AS 6. 'Foundation Material' .per ton or cubic yard. FOLLOWS: Payment at the unit contract price for "foundation rnateriaP 7-113(9)A ConnecHmtls to Eadsti Mains(RIC) shall be full compensation for excavating and disposing of the The Contractor may be required to perform the coon unsuitable material and replacing with the appropriate foundation during times other than normal working hours- The Contractor material per Section 9-30.7B(1). shall not operate any valves on the existing system a� Water system per_sop Pill t.. S all valves on the existi ng system for the contractor when re_V t1- No work shall be performed on the cotatec!!O s unless a representative of the water department is presen' work. When not stated otherwise in the special provisions Or" the plans al! connections to existing water mains will be done by Lrty forces as provided below: City Installed cornrc�qTns: Page-SP-34 Revision Daft:May 19, 1997 7-11 Pipe Installation for Water Mains 7-11 Pipe Installation for Water Mains Connections to existing piping and tie-ins are indicated on the registering 1 gallon per revolution. The meter shall be approved by drawings. The contractor must verify all existing piping the Engineer. dimensions, and elevations to assure proper fit. Acceptability of the test will be determined is follows: Connections to the existing water main shall not be made Acceptability of the test will be dUermirneA by two pct__ without first making the necessary arrangements with the Engineer follows. `°`+v'S as in advance. 1. The quantity of water lost from the main 'Shall not exceed A two-week advance notice shall be required for each the number of gallons per hour as lusted in ah- fOUowing connection which requires a cutting of the existing water mains or a table. shut-down of the existing water mains. The City reserves the right 2. The loss in pressure shall not exceed 5 Psi during the to re-schedule the connection if the work area is not ready at the test period. scheduled time for the connection. All water used to perform hydrostatic Pressure shall be Work shall not be started until all the materials equipment charged a usage fee. and labor necessary to properly complete the work are assembled on site. Allowable leakage per 1000 ft. of pipeline-*in GPH The Contractor shall provide all saw-cutting removal and disposal of existing surface improvements excavation haul and Nominal Pipe Diameter in inches disposal of unsuitable materials, shoring, de-watering. foundation PSI 6' 8' 10' 12' 1 24. material, at the lion arras before the scheduled time for the 450 0_95 1.27 1.59 1.91 2S5 3,18 3_ffi connection by the City. The Contractor shall provide all materials 400 0_90 1.20 1.50 1_80 2_40 3_00 3_60 necessary to install all connections as indicated on the construction 350 0_84 1.12 1.40 1.69 225 2.81 337 Plans, including but not limited to the required f , couplings, 275 0.75 1_00 - 124 1-49 1.99 2.49 2_99 tt► Pipe spools, duc le marials to complete the connections. The ZSO 0.71 0_95 1.19 1.42 1_90 237 285 Contactor shall provide and install concrete blocking, polywrap �S 0_68 0_90 1.13 1.35 1_80 2.25 270 the piping at the connections, backfill and surface restoration at the 200 0.64 0.85 1.06 128 1.70 2.12 255 locations shown on the plans for the connectkm to the existing *If the pipeline under test .contains sections of various water mains. diameters, the allowable leakage will be the stem of the wed The City will cart the existing main and assemble all materials. leakage for each size. For those diameters or pressures not listed, the formula below shall be used- SECTION 7-113(11)IS SVPPLEMENTBD AND REWSP.D AS _ The qty of water lost from the main shat!not exceed the FOLLOTM number of gallons per hour as determined by the formula 7-11-3(11) Hydrostatic Pressure Test (RCS L- P A hydrant meter and a back flow prevention device will be 7400 used when drawing water from the City system: These may be in which obtained from the City by completing the required forms and L = Allowable leakage,gallcos&our mak=required security deposits. There will be a charge for the N= No-of joists in the length of pipeline tested water used. Before applying the specified test pressure, air shall D = Nominal diameter of the pipe in incites be expelled completely from the pipe, valves and hydrants. If P = Average test pressure during the leakage test,psi 1� 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 duping the 15 minwe go"P640", expelled as the lure is filled with water. After all the air has been e�etled, the corporation cocks shall be closed and the test SECTION 7-11.3(72).4 SHALL BE REVISED AND 4r. pressure applied. At the conclusion of the pressure test, the SUPPI.ANTRn AS FOLLOWS: corporation cocks shall be removed and plugged. 7-11.3(12)A Flushing atnd"Poly-pigg!ag"_(RC) The mains shall be filled with water and allowed to stand Sections of pipe to be disinfected shall first be under pressure for a minimum of 24 hours to allow the escape of pigged to remove any solids or-contaminated material that may air and allow the lining of the pipe to absorb water. The State will have become lodged in the p4),-- If furnish the water necessary to fill the pipelines for testing purposes of site-assist:-the main cannot be -�y2igged'._rhea a tap ahaI[be at a time of day when suffitciem quantities of water are available for prove �8 ugh op fps led a to cave] a velocity of at }east 2S in normal system operation. the main. The test shall be accomplished by pumping the main up to the The 'Poly-pig' shall be equal to Girard Indtrsiries Aqua- required pressure,stopping the pump for a minimum of two hours, Swab-AS 21b 1cu-ft density foam with 90A dtrometer urethane and then pumping the main up to the test pressure again. During rubber coating on the rear of the 'Poly-his' off' The Poly-pig the test, the Section being tested shall be observed to detect any shall be cylinder shaped with bullet nose or cauared end. visible leakage. A dean container shall be used for holding water for pumping up pressure on the main being tested. This makeup water shall be sterilized by the addition of chlorine to a Dechlorination of all water used for disinfection shall be concentration of 50 detail. Water W. accomplished in accordance with the City's standard The quantity of water required to restore the pressure shall be containing chlorine residual in excess of that carried m esisung accurately determined by either 1)pumping from an open container water system shall not be disposed into the storm drainage Of suitable size such that accurate volume measurements can be or any water way. made by the Owner or, 2) by pumping through a positive displacement water meter with a sweep unit pumping through a positive displacement water meter with a sweep - unit hared t Page-SP-35 Revision Date_May 19, 1997 7-11 Pipe Installation for Water Mains 7-11 Pipe Installation for Water Mains SECTION 7-II.3(12)D HAS BEEN DELETED AND Joint restrainer system components: i REPLACED WITH: Tiebolt: ASTM A242, type 2, zinc plated or galvanized- SST 7:5/8 for 2 and 3 mechanical Counts 314• for 7-11.3(12)D Dry Calcium Hypochlorite (RC) 4' to 12'mechanical joints, ASTM A325, type 3D, exeerx tensile Dry calcium hypochlorite shall not be placed in the pipe as strength of fulfil-body threaded section shall be Increased to -0066 t 40 000 laid- lbs- minimum for 518' and 60,000 lbs. minimum for 3/4' treating (quenching and tempering) to manufa heat SECTION 7-11.3(12)K HAS BEEN REVISED AS FOLLOWS: aeti ��* and hardness specifications. SST 753. 3/4 for 14' to 24' mechanical 7-I1.3(12)K Retention Period (RC) joints- same ASTM specification as SST 7. SST 77: 3/4- seine as Treated water shall be retained in the pipe at least 24 hours SST 7, except 1' eye for 7/8' rod. same AST 74 specification as but no long than 48 hours. After this period, the chlorine residual SST 7. - 1 at pipe extremities and at other representative points shall be at Tienut: heavy hex nut for each tiebolt: SSS. S/8" and 3/4' least 25 mg/1. AS-IM A563, grade C3, or zinc plated. S8: 5B'and 3/4' ASTM t SECTION 7-I1.3(12)N HAS BEEN REVISED AS FOLLOWS: A563, grade A,zinc plated or hot-dip galvanized 7-11.3(12)N F5na117nshing and Testing(RC) TiecotgAing:used to extend continuous threaded rods and are provided with a center estop to aid insWiatioa, zinc plated or hot-- Before placing the lire$ into service.a satisfactory report shall dip galvanized. SS10: for 5/8' and 3/4' tierods, ASTM A563 be received from the local or State health department or an grade C3. S10-for S/8"and 3/4'terods ASTM A563 Made A- a{proved testing lab-on samples collected from representative points in the new;system- Samples will be collected and Ticrod continuous threaded rod for cutting to desired iertgths zinc plated or hot-dip galvanized. SS12: 5/8' and 3/4' diameter bacteriological tests obtained by the Engineer. ASTM A242, type 2; ANSI BI.I. S12: 518' and 3/4' diameter, SECTION 7-11.3(IV HAS BEEN SUPPLEMENTED BY ASTM A36,A307. ADDING THE FOLLOWI11rG: Tr-washer. round flat washers, zinc plated or hot-dm galvanized. SS17:ASTM A242,F436. S17: ANSI B18.22.1_ 7-11.3(13) Concrete lhrost Biociting and Dead-Man �Oa�n. Blot k(RC) Install the joint restraint system in accordance with the Provide concrete blocking at all hydrants, fittings and manufactures mstructioas so all joints are mechanically locked horizontal or vertical angle points. Conform to The City of Renton togs to prevent joint separation- Tiebolts shall be.installed to standard details for general blocking, and vertical blocks hereirL p I against the mechanical joint body and not the MJ follower. All finings to be blocked shat)be wrapped with 8-mrl polyethylene Torque nuts at 75-90 foot pounds for 3/4'nuts. EL-tall tiecouplings plastic. Concrete blocking shall be properly formed with plywood with both rods threaded equal distance into tiecouplings. Arrange or other acceptable forming materials and shall not be bred derods symmetrically around the pipe. around joints. The forms sha11 be stripped prior to baciMing. Joint restraWshac kle rods), where required, shall be installed in accordance with section 7-1 Provide concrete dead-man blocks at Iocations shown on the Pipe Diameter Nttmber of 3/4' plaits. The dead-mart block shall include reinforcing steels, shackle Tie Rods Required rods,installation and removal of formwork. — Blocking shall be commercial concrete (hand mixed concrete 4� ---------..........................•.•2 ot is n allowed)and poured in place. 6'............................................2 8' .3 SECIION 7-II.3(, 3)IS A NEWADDI77ONAL SECTION: 10'.........................__.._._..._........4 -- 12' .6 7-11-3(15) Joint Restraint Systems (RC) 14%--. Geacral: 16'..................................._.......8 Where shown on thC�lans or in the specifications or required by 18'............................................8 the engineer,joint restraint system(shackle rods)shall be used. all 20'...................._............_..........10 joint restraint materials used shall be those manufactured by star 24'.............................................14 national products, 1323 holly avenue PO box 258, Columbus Ohio 30............................................(16-7/?'rods) ........... 43216, unless an equal alternate is approved in writing by the 36'................. C24-7/81sN'ro engineer. Materials: Steel types used shall be: High strength low-alloy steel(cor-ten), ASTM A242, beat- Where a manufactures mechanical ioint valve or fitting treated,superstar'SST'series supplied with slots for 'T' bolts instead of holes a flanged e High strength low-alloy steel(cor-ten), ASTM A242,superstar so .�,�� with a flange by mecluanicat joint adapter shall be used trusteed, as to provide adequate space for locating the tiebolts. Items to be galvanized are to meet the following requirements: to bey— ASTM A153 for galvanizing iron and steel hardware. Where a continuous run of pipe is requited ASTM A123 for galvanizing rolled, pressed and forged steel no run of restrained pipe shall be greater than 60 f��l on between fittings. Insert long body solid sleeves as shapes- longer runs to keep tierod lengths to the 60 foot maxilnum- used in continuously restrained runs shall be mechanical Joint p S and riebolts shall be installlej as rod guides at each joirrt_ Page-SP-36 Revision Date:May 19, 1997 7-12 Valves for Water Mains 7-12 Valves for Water Mains Where poly wrapping is required all tiebolts tienuts 7-12 Valves for Water Mains tiecouplings, tierods, and tiewashers shall be 9alvanize.(L All disturbed sections will be painted to the inspectors satisfaction SECTION 7-12.02 HAS BEEN REVISED AS with koppers bitomastic no. 300-m,or approved equal. FOLLOWS.- Where poly wrapping is not required all tiebolts tienuts SECTION 7-12.3(1)HAS BEEN REVISED AS FOLLOW S. tiocouplings, tierods and tiewashers may be galvanized as specified in the preceding paragraph or plain and painted in the entirety with 7-12.3(1) Installation of Valve Marker Post_(RM koppers bitumastic no. 800-m, or approved equal. Where required, a valve marker post shall be fittni and Tiebolts, tints, tiecouptings, tierods and tiewashers shall be installed with each valve. Valve marker posts shat!be pla ced at the considered incidental to installation of the pipe and no additional edge of the right-of-way opposite the valve and be set with payment shall be made. 18 inches of the post exposed above grade. �. SECTION 7-11.4 HAS BEEN SDPPLEMENTED AS FOLLOWS: 7-11.4 Measurement (RC) Measuremem for payment of concrete thrust blocking and dead-nun blocks will be per cubic-yard when these items are SECT70N 7-12.3(2)IS NEW SECTION.• included as separate pay items If not included as separate pay items in the contract, then thrust blocking and dead-roan blocks 7-12.3(2) Aeijust ling Valve Box to Grade shall be considered incidental to the installation of the water main Valve boxes shall be adjusted to grade in the same manner as and no further compensation shall be made- for manholes, as detailed in Section 7-05 3!I) of the Renton Meamrernnent for payment for connections to existing water Standards. Valve box adjustments gall include but not be limited mains will be per each for each coturiection to existing water to,the locations shown on the Plans. main(s)as shown on the plans. Fisting roadway valve boxes shall be ad to conform to SECTION 7-II.5 HAS BEEN REVISED AS FOLLOWS. final finished mod• Ile final nstallallon shaH be made m accordance with the applicable pow of section 7-12. 7-11.5 Payment(RC) In the event that the existing valve box is plugged or blocked with debris, the Contractor shall use whatever means-nary to '_Pipe for Water Main and Fittings In. Diam.', per remove such debris leaving the valve installation in a fatly lineal foot The trait contract price per Imear foot for each size and kind operable condition The valve box shall be set to an elevation tolerance of one- of_Pipe for Water Main_In. Diam.' shalt be felt pay for fourth inch(1/4)to one-half inch(12')below finished grade_ ail work to complete the installation of the water main including but not limited to tr och excavating, bedding, laying and jointing SECTION 7-12.4 IS S17PPLE LEVIED BY ADDING THE pipe and fidtngs, backfilling. conarte thrust blocking, installation. FOLLOWING. Of PdYe� yp, cleaning by poly-pigs vertical closes for 7-12.4 Measurement ingestion and removal of poly-pigs, temporary thrust blocks and brow-off assemblies, testing, flushing disinfecting the pipeline Adjustment of existing valve boxes to grade shat!be measured. shackle. rods, abandoning and cupping existing water mains, per each, if mduded as a separate pay item in the Contract; if not a removing miscellaneous prpes, removing and salvaging existing separate pay item but required to complete the work, then value hydrant assemblies, and other appurtenances to be abandoned as _ box adjustment shall be considered incidental._ shown on the plans,and cleanup. Hydrant auxiliary gate valve will be included in the 'Cooaete 11rtst Blocking and Dead-Man Blocks% per cubic measurement for hydrant assembly and 01 not be included in this ate- measuremem item. Ile unit contract price bid for 'Concrete Thrust Blocking and - Dead-Man Block' Shall be for the complete cost of labor, SECTION 7-12.5 IS DF.LEM AND REPLACED WITA M materials, equipment for the installation of the concrete thrust FOLLOWING: blocks and dead- man blocks, including but not hunted to -Gate Valve from 4 inch to 10 inch in diameter and Valves in li excavation, dewatering, haul and disposal of unsuitable materials Box, per each. fie, reinforcing steel, shackle rods and formwork. If this The unit contract price per each for flue valve of the speeifued item is not included in the contract schedule of prices then thrust size shall be frill pay for all labor, egd►F� and material Eo blocking and dead-man blocks shall be considered incidental to the furnish and install the valve complete in place on the water warn, installation of the pipe and no further compensation shall be made. irrcludeng trenching jointing blocking of valve, namt,nv 'Connection to Existing Water Mains' per each. disinfecting hydrostafic testing cast iron valve box and extensions The unit contract price per each Connection to existing water as required valve nut extensions ad'tustrnent to fmal grade. mains shall be for complete compensation for all equipment labor '12 inch Gate Valve and Concrete Vault 'per ea materials required for the connections to the existing water mains. The unit contract price per each for the 12' gate valve assembly shall be full pay for all labor, equipment and material to furnish and install the valve complete in place on the water inatn, including trenching jointing blocking of valve by-pass asswnbly, cast-iron casting and cover, ladder nmg a risers as required,adjustment to final grade. _ '16 inch and larger Butlerfly Valve and Concrete vault, Per each. tw! Page-SP-37 Revision Date:May 19, 1997 7-14 Hydrants 7-14 Hydrants The unit contract price per each for the 16' and larger cast iron valve box and cover, 3/4" shackle rods t butterfly valve assembly, shall be full pay for all labor, equipment concrete blocks and two concrete guard posts(onlyifif - i and material to furnish and install the valve complete in place on outside right-of--way). Z-Z hydrants� are I the water main, including trenching, jointing, blocking of valve, Joint restraint(Shackle Rods) shall be installed in ac con painting, disinfecting, hydrostatic testing, concrete vault, cast-iron with Section 7-11.3(15). casting and grade concrete ver, ladder, concrete risers as required, adjustment to final SEC770N 7-14-3(3) IS SUPPLEIK NML) BY ADDING THE 'Blow-off assembly,'per each. FOLLOWING. The unit contract price per each for each blow-off assembly shall be for all, labor, equipment and material to complete the 7-14.3(3) Resetting fisting Hydrants installation of the assembly per the City of Renton Water Standard This work shall conform to Section 7-14.3(1). All hydrants Detul,latest revision. shall be rebuilt to the approval of the City(or replaced with a n_w 'Air-Release/Air-Vacuum Valve Assembly,' per each. hydrant). All ribber gaskets shall be replaced with new gaskets of The unit contract price per for air-release/air-vacuum valve thcrequired for a new installation of the same type, assembly sba11 be for all, labor, equipment and material to SEC770N 7-14.3(4) IS SUPPLEMENTED BY ADDING THE 1 complete the installation of the assembly including but not limited FOLLOWING: to, excavating, tapping tlif main, laying and jointing the pile and fittings and appurtenances, baclfelling, testing, flushing, and 7-14-3(4) Moving Eidsting Hydrants (RCS disiffxtion,meter box and cover,at location shown on the plans, All hydrants shall be rebuilt to the approval of the Cty(or and per City of Renton Standard Detail,latest revision. pTlaced with a new hydrant). All rubber gaskets shall be replaced 'Adjust Existing Valve Box to Grade(RC),* per each. with new gaskets of the type required for a new installation of the The contract bid price for 'Adjust Existing Valve Box to same type. Grade' above diall'be full compensation for all labor, material SECT70N 714.5 IS RET'ISED AS FOLLOWS: tools and equipinad necessary to satisfactorily complete the work as defined in the Conn-act Doaurxnts: including all incidental 7-14.5 Paynnent_g�g work. If not included.as a separate nay item in the Cotmact, but, required to complete other work in the Contract,then ad ntnent of Payment will be made in accordance with.Section 1-04.1, for valve boxes shall be considered incidental to other items of work each of the following bid items that are included in the proposal: and no futher-compensation shall be trade. `Hydrant Assembly',per each. The unit contract price per each for "Hydrant Assembly"shall be full pay for all work to furnish and install fire hydrant assemblies, including ail costs for auxiliary-gate valve, shackles, tic rods, concrete blocks, gravel, and painting and guard posts valve. painting dkinf=sing, h3rdm=;ic teging, waive boxer, �ad' required for the complette installation of the hydra" assembly as sasdce:~pesr. specified. The pq)e connecting the hydrant to the main shall be considered incidental and no additional paymcm shall be made.t 7-14 Hydrants U_5� "Resetting Existing Hydrants",per each. 7-14.3 Construction Details�R Z The unit contract price per each for `Resetting Existing tt Hydrant" shall be full pay for all work to reset the existing SECTION 7-14.3(1) IS REVISED AND SUPPLEIKEN= AS hydrant, including rebuilding(or replacement with a new bydrant), FOLLOWS: Shackling, biocki g, painting. and guard posts and reconnecting to the mainn. The new pipe connecting the hydrant to the main shall be 7-14.3(1) Setting Hydrants(RCS considered inddemal and do additional payment shall be made- After all installation and testing is complete, the exposed portion of the hydrant shall be painted with onetwo field coats.The S. Guard posts shown on the plans shall_ type wad color of paint will be designated by the Etigineer. be incidental to the contract. Any hydrant not in service shal I be identified by covering with `Moving.Existing Hydrants',per each- a burlap or plastic bag_ppcoved by the ErhQmeer. The unit contract price per each for 'Moving Existing Hydrants shall be installed in accordance with AWWA Hydrant' shall be full pay for all work to move the existing specifications C600-93, Sections 3.7 and 3.8.1 and the City of hydrart, including new tee, rebuilding (or rep[ zment with a Ile' Reathxh standard details. Hydrant and guard posts shall be painted hydrant), shackling. blocking, painting. and guard Pow and in accordance with the water standard detail. Upon completion of reconnecting to the main. The new pipe conttectmg the hYd to the txoiect all fire hydrants shall be painted to The City of Renton the main shall be considered incidental and m additiothal PaY> specification and guard posts Painted with two coats of shall be made preservative paint NO. 43-655 safety yellow or approved equal Guiard posts shown on the plans shall Fire hydrants shall be of such length as to be suitable for be incidental to the contract. installation with connections to 6' 8' AND 10' piping in trencbes 3 - 1/2 feet deep unless otherwise specified The hydrant shall be designed for a 4-12 foot burial what 12" and larger pipe is shown unless otherwise noted on the plan. Fur hydrant assembly shall include: cast-iron or ductile iron to x FL) 6'gate valve(FL z MJ) 6' DI spool (PE x PE),5- 114' MVO fire hydrant (MJ connection) 4' x 5' Stom adapter, r Page-SP-38 Revision Date:May 19, 1997 7-15 Service Connections 7-17 Sanitary Sewers 7-15 Service Connections SECTION 7-17.3(2)H IS SUPPLEMENTED By,gDDING TgE FOLLOWING: SECTION 7-15.3 IS SUPPLEMENTED AS FOLLOWS: 7-17.3(2)H Television Inspec-tion_TC j 7-15.3 Construction Details(RC) Once the television -on has been completed me " contractor shall submit To the Engineer the WrMen reports Pipe materials used to extend or inspection plus the video tapes. Said video a of the replace existing water service to be in color lines shall be copper. and compatible with the City's view and recordln g systems, The City system accepts 1/2' wide hi The tapes Where instalation is in existing paved streets the service lines gh density VNC Tapes. shall be installed by a trenchless percussion and impact method will be run at standard speed SP(15 1 p S (boe-hogging)_ If the trencMess permssion and impact method SECTION 7-17.4 IS REVISED AND SUPPLEMENTED AS fails, regular open trench methods may be used. FOLLOWS: SECTION 7-IS.S IS SUPPLEMENTED AS FOLLOWS: 7-17.4 Measurement CCZ The length of sewer pipe will be the number of linear feet of 7-15.5 Paytnent RCZ completed installation measured along the invert and will include Payment will be trade in accordance with Section 1-04.1, for the length through elbows, tees and fittings_ The number of linear the following bid item when it is included in the proposal: feet will be measured from the center of manhole to center of 'Service Connection_In. Diam..",per each. manhole or to the inside face of catch basins and similar type The unit contract price per each for 'Service Connection structures. - In. Diam." shall be full pay for all worm to install the service The length of testing sewer pipe in conformance with connection, i`nduding but not limited to, excavatiing or (hoe- Section 7-17.3(2) will be the number of linear feet of completed t og m ,tapping the main,laying and jointing the pipe and flttiags installation actually tested. w and appurtenances, baclflling, testing, flushing, and disinfection Measurement of `Bank Run Gravel for Trench BadTM of the service connection. Sewer"will be determined by the cubic.yard in place.,mired by the neat line dimensions shown in the Plans-__ by the Toa on uncle 7-17 Sanitary Sewers tickets. SECTION 7-17.5 IS REVISED AND SUPPLEA1ENYED AS SECTION 7-17-2 HAS BEEN REVISED AS FOLLOWS FOLLOWS- 7-17.5 Payment 7-17.2 Materials�RC2(SA) Payment will be made in accordance with Section 1-04_I, for Pipe used for sanitary sewers may be: each of the following bid items that are included in the proposal: Rigid Flexible `Plain Conc. or—�ewer Pipe_ In. Diam.-, per linear Concrete ABS-Composite foot. Aid CLSY PVC(Polyvinyl Chloride) 'Cl_ _Reinf- Conc. Sewer Pipe_In. Diam.". per linear Ductile Iron foot. Materials shall meet the requirements of the following -PVC Sanitary Sewer Pipe In.Dian:'.per linear foot_ sections. `Ductile Iron Sewer Pipe_In.Diam.',per linear foot. Plain Concrete Storm Sewer Pipe 9-05.7(l) _ Reinforced Concrete Storm$ewer Pipe 9-05.7(2) The unit contract price per linear foot for sewer pipe of the Witrified C123,Saw*;pipe 90S.9 kind and size specified shall be full pay for firrnithing,hauling.and PVC Sanitary Sewer Pipe 9-05.12(1) assembling in place the completed installation including all wyes, Ductile Iron Sewer Pipe 9-05.13 tees, special fittings, joint materials, bedding material, and ADS Qmposke Sauce;Pipe 905.34 adjustment of invents to manholes for the completion of the installation to the required lines and grades. All pipe shall be clearly marked with type, class, and 'Testing Sewer Pipe".per linear fool thickness. Lettering shall be legible and permanent under normal The unit contract price per linear foot for 'Testing Sewer conditions of handling and storage. Pipe- shall be full pay for all labor, material acrd equipment SECTION 7-17.3(1) IS SUPPLEMENTED BY ADDING THE required to conduct the leakage tests required in Section 7-17.3(2). FOLLOWING: If no unit price for "Testing Sewer Pipe" is included _ A shall be considered incidental to the pipe items. 7-17.3(1) Protection of Existing Sewerage Facilities `Removal and Replacement of Unsuitable Material'. Per (RC) cubic yard. When extending an existing sewer, the downstream system The unit contract price per cubic yard for "Removal and shall be protected from construction debris by placing a screen or Replacement of Unsuitable Material"shall be full pay for all work trap in the fast existing manhole downstream of the connection. It to remove unsuitable material and replace Ind compact suitable shall be the contractor's responsibility to maintain this screen or material as specified in Section 7-083(I)A. r cubic trap until the new system is placed in service and then to remove ii. -Bank Run Gravel for Trench Backfill Sewer". pe Any construction debris which enter the existing downstream yard, or Ton. system shall be removed by the contractor at his expense and to 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 the satisfaction of the Engineer. When the first manhole is set it's furnish,piece, and compact hnaterial in the trench- -Television shall be plugged until acceptance by the Engineer. -Television Inspection",per Lump Sum. Page-SP-39 Revision Date:May 19, 1997 8-09 Raised Pavement Markers 8-14 Cement Concrete Sidewalks Division 8 SECTION 8-13.5 IS SUPPLEMENTED BY ADDING Tgg FOLLOWING: Miscellaneous Construction 8-13.5 Payment 'Reset Existing Monument'per each. 8-09 Raised Pavement Markers Resetting an existing monument impacted by construction s a be incidental unless included as a pay item in the Schedule of Prices_ SECTION 8-09.5 HAS BEEN REVISED AS FOLLOWS: 8-09.5 Payment(RQ (SA) 8-14 Cement Concrete Sidewalks Payment will be trade for each of the following bid items that SECTION 8-14.3(4) IS SUPPLEMENTED BY ADDING 7-HL?are included in the proposal: FOLLOWING: `Raised Pavement Marker Type 1",per eachhundmd 'Raised Pavement Marker Type 2",per eachhImUed. 8-14.3(4) Curing;(RC) `Raised Pavement Marker 'I)rpe 3- ". Pcr 71m Contractor :Mall have readily available sufficient eacwua". `Recessed Pavement Marker%per eachl;uadmd. protective covering,such as waterproof paper or plastic membrane The trait contras price per cadhlutadFed for`Raised Pavement to cover the pour of ark entire day in the event of rain or other Marker Type 1'. 'Raised Pavement Marker Type 2'. and'Raised urmhT�able weather. Contractor shall be - barricading- Pavement Marker Type 3- In." and `Recessed Pavement T responsible for barricading blacker"shall be full-pay for all labor. materials., and equipment patrolling,mage or otherwise protecting ghtic newly placed �oved aid necessary for furnishing and installing the markers in accordance Damaged, vandalized,or the Con concrete shall be removed and with these Specifications including all cost involved with trafTic replaced at die expense ciE the Contractor. control unless traffic SECTION 8-14.4 IS SUPPLEMENTED BY ADDING TES control.. is listed in the FOLLOWING: contras as a separate pay item_ 8-14.4 Measurement R(, 8-10 Guide Posts When the conaxt contains a pay item for 'Curb Ramp, Cement Concrete,' the per each measurement shall include all costs for the complete installation per the plans and standard details 8-13 Monument Cases including expansion joint material, curb. and gutter and ramped sidewalk section. Sawcutting, removal and disposal of excavated SECTION 8-13.1 IS REVISED AND SUPPLE HEATED AS materials including existing pavement and"sidewalk, crushed FOLLOWS. surfacing base materials and all other work materials and equipment required per Section 8-14 shall be included in the per 843.1 Description (RC) each price for 'Curb Ramp,Cement Concrete'unless any of these This work shall consist of furnishing and placing momuneut other items are listed and specified to be paid as separate pay cases and covers, in accordance with the Standard Plans and these items. Specifications, in conformity with the lines and locations shown in - If the contract does not provide a pay item for 'Curb Ramp, the Plans or as staked by the Engineer or by the Contractor Cement Concrete,' but the plans can for such installation. then supplied quantities shall be measured with and paid for under the bid items for Curb and Gutter and for Cancut Concrete Sidewalk_ When SEMON 8-13.3 IS REVISED AND SUPPL J07VTED AS cub ramps are to be constructed of asphalt concrete, the Pnjp� FOLLOWS: shall be included in the pay item for 'Miscellaneous mucrr ' 5-13.3 Construction Requirements �e` ay Asphalt Concrete.' r SECTION 8-14.5 IS SUPPLEMENTED BY ADDING TSB The monument will be furnished and set by the Engiwer_2Lby the Contractor supplied surveyor. FOLLOWING: When existing monuments will be impacted by a project, the 8-14.5 Payment(RC) Contractor shall be responsible for assuring that a registered surveyor references the existing monuments prior to construction. 'Carib Ramp, excavi Concrete,"per each After construction is complete, the monuments shall be re- Payment for edewalkda n material not related tl established by the surveyor in accordance with RCW58.09.130. construction of the sidewalk but necessary before the sidewalk can be placed. when and if shown in the Plato, will be ride is SEC17ON &.13.4 IS SUPPLEMENTED BY ADDING THE accordance with the provisions of Section 2-03. Off• the FOLLOWING: Contractor shall make all excavations including haul and disposal' 5-13.4 Measurement regardless of the depth required for constructing the sidewalk to the lines and grades shown., and shall include all costs thereof in the All costs for surveying and resetting existing monuments unit contract price per square yard for 'Cement Con Sidewalk impacted by contruction shall be considered incidental to the and the per each contract price for Curb Ramp Cement Coticxete contras unless specifically called out to be paid as a bid item. 4 Page-SP-40 Revision Date:May 19, 1997 8-17 Impact Attenuator Systems 8-20 Illumination,Traffic Signal Systems,and Electri,.l 8-17 Impact Attenuator Systems Ci reserves the rirht to make additions or deletions to the trench which prove necessary for the completion of the omirrr THE STATE AMENDMENT TO SECTION 8-17 IS The minimum width for the trench will be at the Lion of the SUPPLEMENTED BY THE FOLLOWING: contractor. Trench width will however, be of sufficient size so that all of the neccssa conduit can be instaI3ed within the d the 8-17.5 Payment(R ) specified while maintaining the minimum cover. Trench backfill material in roadway and sidewalk areas shall If no pay item is included for temporarey impact attenuators be compacted to 95`fo of the materials mazimtim de then all costs to provide and instalI shall be considered a part of the Section 2-03.3(14)D. ns r pay item for 'Traffic Control.' SECTION 8-20.3(4)HAS BEEN REVISED AS FOLLOWS_ 8-20 Illumination, Traffic Signal Systems, 8-20.3(4 Foundations Ri___) and Electrical 8-20.2 Materials o Where obstructions prevent cotutrtle ion of planned SECIION 8-20.2(1)HAS BEEN SUPPLEMENTED WITH THE foundations, the Contractor shatl constrtitx an effective foundation FOLLOWING: satisfactory to the Engineer. 8-20.2(1) Equipment Usf and Drawings(RC7 The Contractor shall submit for approval six sets of shop i' drawings for each of the following types of standards called for on The tractor shall provide an material for and tonstmct the this)rojow foundations for and to the dimensions speafied in table 1 below. 1. light standards with or without pre-approved plants. The anchor bolts shall match that of the device to bt installed 2 Si thereon. Signal standards with or without s=dards- plans. All excess materials are to be removed from the won 3. Combination Signal and lighting standards_ 4. Metal Strain Poles. construction site and disposed of at the contractor's expeau_ Concrete shall be placed against undistmbed earth if possible Disturbed earth or backfill material shall be-compacted-4o-95 perem of the material's maximum density. Before placing the The Contractor also shall submit either on the signal standard concrete the contractor shall block-out around any other shop drawings or attached to the signal standard shop drawings all underground utilities that lie m the excavated base so that The dimensions to clearly show the specific mast arm mounting height concrete will not adhere to the utility line. Concrete foundations yu, and signal anon locations for each signal pole to be installed_ shall be troweled, bnished, edted and finished in a wort - like rmanner. Concrete shall be promptly cleaned from the exposed SBO70N 8-20_3(2) HAS BEEN SUPPLEMENTED BY portion of the anchor bolts and conduit after placemenrt. ADDING THE FOLLOWING Foundation shall all be Class 3000 concrete. After the speeffied g ring period, the contractor may install the applicable device 8-20.3(2) Excavating and Bacld'iIIing cu ` thereon. The contractor shall supply trench within the unit widths and to the specified depths at the locations indicated on the contract Table 1 plans or as directed by the engineer, The contractor s equipment hall have approved compaction equipme on Type of device Dimensions site before beghming env excavation; compaction shall be Street Light Pole 4'Deep z 3'Sq or Dia. performed at the time of the initial bacldlling of the tnmcth unless S Pole nn to en•..,act a.,,, 7•Deep x.3-Set or Die. dmected otherwise by the engineer. Trenching for conduit rams shall be done in a neat manner Signal Controller See Detail Sheet with the trench bottom graded to provide a uniform grade. No Street Lett Control Cabinet See Detail Sheer wort shall be covered until it has been examined by the engineer. Special Base See Detail Sheet ,,. backfill material used for fill around and over this conduit system shall be free of rocks greater than two inches in diameter to a depth concrete foundations shall be constructed in the manner of six inches above the conduit. specified. blow: Trench within the roadway area shall use select trench backfill 1. pan of sidewalk or raised islands are n ti constructed as e which shall consist of 5/8th inch mints crusbed surfacing top l of this protect, the top of the foundation shall be made coarse or other material as indicated in the special provisions or flush with the top of the sidewalk or island. (See detail schedule of phi=and directed for use by the engineer. The source sheet) and quality of the material shall be subject to approval by the 2 What no sidewalks are to be installed,the grade for the trap engineer. Trench backfill within the sidewalk area shall be made of the foundation shall be as specified by flit engineer.(See with acceptable materials from the excavation subject to the detail sheet) Engineer's approval of the material and shall be considered a All concrete foundations shall be located as per stayoning-on necessary part and incidental to the excavation in accordance with the plans or as located by the engineer in the field. the standard specifications. Unsuitable material shall be removed and backfill shall be select material approved by dl:e Engineer. The t Page-S"I Revision Date:May 19, 1997 1r. 8-20 Illumination,Traffic Signal Systems,and Electrical 8-20 lllumination,Traffic Signal Systerns,and Electrical SEC77ON 8-20.3(5) IS REVISED AND SUPPL&MENTED AS Pull Wires Shall be installed. FOLLOWS. Ail conduit shall be rigid non-metallic unless noted otherwise in the Plans or Special Provisions- All Conduit(RC) All conduit openings shall be fitted with approved bell or Bushings. Wall thickness of conduit shall be eonststent within continuous conduit nuts with no mixing of differern schedule ivncc between terminations. The contractor shall provide and install all conduit and necessary fittings at the locations noted on the plans. conduit size shall be as indicated on the wiring and conduit schedule shown on Plans- Conduit to be provided and installed shall be of the type aa;ilitias. indicated below: 1. Schedule 40 hS vn wall p.v.c. Conforming to ASTM standards shall be used whenever the conduit is to be placed other 2. All rQAjuU entering j;aictioa than within the roadway area. 2. Schedule 80 extra heavy wall p.v.c. Conforming to pSM standards shall be used when the conduit is to be placed within the roadway area._ All joints shall be trade with stria compliance to the manufacturer's recommendations regarding cement d and used environmental conditions._ SECTION 8-20.3(6)IS SUPPLEMENTED BY ADDING TSE FOLLOWING_ 8-2030 Junction Boxes flue contractor shall provide and install junction boxes of the tie and size at the locations specified in the plans and as per demil sheets. The inscription on the covers of all junction boxes shall be as indicated below: 1. Street lighting only:"Lighting" 2. Signal only, "Signals" 3. Traffic signal and street lighting:"TS-LT" 4. Telemetry only' "Telemetry" Inscriptions on junction boxes performing the same function, i.e. street lighting, traffic signal, or boot, shall be consistent throughout the project. All junction boxes shall be installed in conformance with provisions contained in the standard plans and C1961 detarT sheets_ — The unit contract price per each for "Type I" or –PI a 11" junction box shall be full compensation for furnishing same and for all costs of labor, material tools and equipment RS25S ary ro provide and install the junction boxes includ O ems, OPMA& app;Qval of the ran igloo;:, baclffilling and compaction all in accordance with plaa� sped ications and detail sheets. If allowed in the--Ptans or if obstructions arc encountered in All itmcdon boxes shall have gah!anized steel lids and frames- jacking or drilling operations, the Contractor will be allowed to All junction boxes and associated concrete Pam shaII be install conduits by open trenching. Open trench construction shall installed on sub grade which shall include stz Moat of conform to the following: 5/8th-inch minus erns KA sarfacing top course mater be 1. The pavement shall be each a minimum of 3 inches under and around the base of the junction box. Conez"cte shall deep.The cuts shall be parallel to each other and extend 244"-one promptly cleaned from the !pq on box frame and lid. {1)foot beyond the edge of the treacle. n box shall its The unit contract price per junctio 2. Pavement shall be rtrnoved in an approved miner. installation of 518th-inch minus crushed surfa - to cotzrse and a 3. Trench depth shall provide 24 inches minimum cover 4" thick Class 'B' cement concrete pad end the ikon vox over conduits below the roadbed, and 18 inches below finished — Installahon of the grade in all other areas.. as Ixr�plans, specifxatiota and detail sheets cntshed surfacing and the concrete pad shall be incrde>r� to lute unit pry per junction box and no further cotron wit a made unless the contract includes separate pay items for -crush M5 r the Renton Standard Detail. surfacing"and/or for "aoncrete pad.' %:,-€ello, a Page-SP-42 Revision Date.May 19, 1997 8-20 Illumination,Traffic Signal Systems,and Electrical 8-20 Illumination,Trafr' Signal Systems,and Eteetric:al SECTION 8-20.3(9) IS REVISED AND SUPPI.F.MENTED AS Upon request of the Contractor, the Engineer will make the FOLLOWS. necessary arrangernen s with the serving utility to complete the service connections. Electrical energy used prior to completion of 8-20.3(9) Bonding,Grounding(RCS the contract will be charged to the Contractor, except that the cost of energy used for public benefit, wren such operation is ordered by the Engineer,will be borne by the StataI't r. Three types of power service are used as indicated below- I. Type 1 system shall be single phase 120 vol 2 wire, 60 cycle A.C.(traffic signal service;only) 2_ Type 11,system shall be single phase 240 volt 2 win 60 cycle AC. (sued lighting non contactor indiv;dnal controlled photo-cell with no neutral writ) 3. Type Ill system shall be single phase 120!240 volt, 3 wire 60 cycle A.C. (street lighting contactor/traffic c rignalouunded neutral service) The power service point shall be as noted on the plans and rondo. shall be verified by the electrical servremg uturty. Idendfication of the equipment grounding conductor shall The service cabinet shall be- marked with the service conform to all Code requirements. agreement letters and numbers. The markings shall be installed on Grounding of conduit and neutral at the service point shall be the outside cabinet door near the:top of the cabinet. The markings accomplished as required under the Code.Grounding of the neutral shall be series C using stencils and black enamel alkyd gloss paint shall be accomplished only at the service. conforming to Federal Specification'MFA89. SEMON 8-20.3(11)IS REVISED AND SUPPI,EMF.NTED AS FOLLOWS: " 8-20.3(11) Field Test(RQ r„ ;,_flaGh—ps;ation a minirw of chroa caleadar day& The 90"9142a 10ACt in ICAgdl 1 All street light standards, signal poles and other standards on No change to stop and go operation welt be allowed Act 2 p.m.on which dectrical equipment is mounted shall be grounded to a any day nor will the change be allowed on Friday. weekends. copper dad metaIIic ground rod 5/8' in diameter x 8'0' in length holidays,or the day preceding a holiday. complete with a 18 AWG bare copper bonding strap located in the nearest function box. All signal controller cabinets and 1 Requests for traffic signal turn on will not be considered until a signal lighting service cabinets shall be grounded to a 5/8' in pre-turn on inspection of signal system has taken Place- diameter x 8'0' in length copper clad metallic ground rod located 2 All discrepancies and deficiencies must be corrected by the in the nearest junction box with a bare capper bonding strati sized contractor and re-inspected prior to requesting Agnal tum on in accordance with the plans,specifications and applicable codes. date. Ground rods are considered miscellaneous items and all costs 3 Requests for signal turn on shall not be considered Until are to be included with the system or conductors. Ground straps electrical service to the intersection has been provided and has are also miscellaneous items unless a separate pay item is provided been energized by the electric ufilitty. in the*Schedule of prices.' 4 A minimum of three (3) worV= days notice will be required for signal turn on. SEMON 8-20.3(70)IS REVISED AND SUPPLF2dEN7 ED AS 5 Clhannelization at the intersection must be comPIcte lg plan FOLLOWS.- before requesting signal turn on date A-*nl deletions of channdizi t prior to turn on must be approved by the 8-20.3(10) Service(RC) engineer. Power sources shown in the Plans are approximate only-exact 6 City forces shall provide post and maintain proper signing location will be determined in the field. warning of new signal ahead. Unlec;: 09hopm4ge note', ;A 48 pl-An or. in the sps;inl 8-20.3(13) Illumination Systems No SECTION 8-20-3(13).4 IS REVISED AND SUPPLEAIENID AS FOLLOWS. Giza ssambi 8-20.3(13)A Light Standards(RQ (SA) t, Page-SP-43 Revision Date_May 19, 1997 8-20 Illumination,Traffic Signal Systems,and Electrical 8-20 Illumination,Traffic Signal Systems,and Elec trical All poles and davit arms shall_be designed to EPPport a f -16-40a of the top of the bOUGM clip PWO luminatre weight of 50 lbs. or more and to withstand pi-M. i caused by wind loads of 85 m.p.h. with gust factor of 1 3 All poles shall maintain a minimum safety factor of 4.38 on yield strength of weight load and 2.33 p.s.r. for eras;, 3. Anchor bolts shall extend through the top heavy hex nut two pressure- full full threads. Davit Arms: The davit style arm shall incorporate a 5'9' radius bend as measured from the centerline of the shaft. The outer rtion of the arm shall be nearly horizontal to +2' above horizontal and shall be furnished with a 2" diameter shipfitter with a length of 8 inches to fit.the huntnaire specified- The pole end-of the davit arm tube shall be fastened securely to the top of the rl,3ft producing a flush joint with an even profile Anchor Base: 46 i"sgml-FWCG� A one piece anchor base of adequate strength shape and 6. Anchor bolts damaged after the foundation concrete is placed size shall be secured to the lower end of the shaft so that the base shall not be repaired by bending or welding.The Contractor's shO be capable of rTs 6m at its yield point the bethdmg moment repair procedure is to be submitted to the Engineer for of the shaft at its yield point. The base shall be provided with four approval prior 19--making any repairs. The procedure is to slotted or round holes to receive the anchor bblts. Nut covers shall include rtxnovitng:the damaged portion of the anchor boh, be provided with each pole. cutting threads.non the undamaged portion to remain, the Anchor Bolts: installation of an approved threaded sleeve nut and surd, and Four steel anchor bolts, each fitted with two hex m and repairing the foundation with epoxy concretz repair. two washers, shall be furnished with the pole. Anchor bolts shall 7- The grout pad shall not extend above the elevation of the meet the requkements of Section 9-06-5(3) and 9-06.5(4). The bottom of the slip base. anchor bolt yield point shad be capable of resisting the bending 9- Aach"-boU&4mll-be installed plumb, f I degree. moment of the pole shaft at its yield point T be contractor shall assume that all anchor bolts conform to the Stuldard MAE - recommended ASTM motions of the pole manufacturer and shall secure and submit to the City for approval all manufacturer data on pole beading moment, anchor bolt fabrication data, test results and any other data that may be required to confirm that.the awbor bolts meet these:specifications. �. Miscellaneous Hardware: All hardware (bolts, netts, screws; washers,etc.)needed to complete the installation shall be stainless steel. fWA&don- At new lie -nobor. Wtc A4 be I.D. (Identification for poles): The contractor shall supply and install a combination of fetradatiau. 4-digits and one letter on each pole, whether individual lumioaire or signal pole with luminair. The letter and numbers combination tho fouaduioA. Couplings shall&ban be leveled shall be mounted at the 15 foot level on the pole facim approaching traffic. Legends shall be scaled with transparent film,"resistant to dust,weather and ultraviolet exposure The decal marloen shall be 3 inch square with gothic gold,white reflectorrzed 2 iadr-ler-md on Stzadard-MAC. a black background. The LD number will be assigaod to each pole at the end of the coact or protect by the ('rep' traffic CM ineering office. Cost for the decals shall be considered incidental to the contract bid_ Light standards shall be spun aluminum davit style and shall meet the pole detail requirements indicated below and the_detail All new light standards shall be numbered for identification in sheets at the end of these:specifications. accordance with the Plans using painted 3-inch series C numbers The pole shaft shall bo-provided with a 4' x 6' flush hand installed three feet above the base facing the travelled way. Paint hole near the base and a matching metal cover secured with shall be black enamel alkyd gloss conforming to Federal stainless steel screws or bolts. Specification TT-E-489. - The pole shall be adjusted for plumb after all needed In setting timber poles, the Contractor shall provide a qw»pment has been installed thereon. After pole is installed and minimum burial of 10 percent of the total pole length plus 2 feet plumbed,nuts shall be tightened on anchor bolts MinO and shall plumb or rake the poles as directed by the Engineer. sockets, open end,or box wrenches Use of pliers pilx �• The hand hole shall be located at 90 degrees to the davit arm or other toots that can damage galvanizing will not bey- on the side away from traffic. A grounding lug or nut shall be Tools shall be of sufficient size to achieve adequate torauin f! provided in the hand hole frame or inside the hand hole frame or nuts. the space between the concrete foundation and the bottom of inside the pole shaft to attach a ground bonding strap_ the pole base plate shall be filled with a dry pack 1 Page-SP-44 Revision Date.May 19, 1997 8-20 Illumination,Traffic Signal Systems,and Electrical 8-20 Illumination,Traffic Signal Systems,and Electrical trowled to a smooth finish conforming to the contour of the pole SECTION 8-20.3(14)F IS AN ADDED NEW SECTION: base plate. 8-20.3(14)F Opticom Priority Control S stems Dry pack mortar grout shall consist of a 1:3 mixture of All new Opticom Priority System eIn pordand cement and fine sand with just enough water so that the nAOnents shall be Soo Series or approved equal. The Contractor shall mixture will stick together on being molded into a ball by hand, of the manufacturer's software on ori g. sex nal one and will not exude moisture when so pressed. A one half inch disks Controller drain hole shall be}eft in the bottom of the grout pad as shown on cabinets shall have the 562 harness wired into the cabinet the supplier. the standard detail. SECTION 8-20.3(15) IS SUPPLEMENTED By ADDING THE SECTION 8-20.3(14) IS SUPPLEMENTED BE ADDING THE FOLLOWING: FOLLOWING: 8-20.3(15) Grout 8-20.3(14) Signal Systems C After the pole is plumbed the space between cede All signal conductors shall be stranded copper and shall have foundation and the bottom of the le base late shall be fitted with 600 volt insulation and be of the sizes noted on the plans. All a dry pack mortar grout trowled to a smooth finish—co ..carniing multi-conductors used for the signal system shall conform to the contour of the pole base plate. Dry paw fo to division 9-29.3 and shall be of the sizes noted on the signal wiring consist of a 1.3 mixture of portland cement and fine sand with itisx schedule and wiring diagram. All stranded wires terminated at a enough water so that the nuxuire will t;tidc S on being terminal block shall have an open end, crimp style soderless molded into a ball by hand and will not exude moisture when so terminal connector, and all solid wires tenninated at a terminal pressed. A one half inch drain hole shall be Ieft in the bottom of block shall have an opal end soldered terminal connector. All the grout pad as shown on the standard detail terminals shall be installed with a tool designed for the installation SECTION 8-20.4 IS REVISED AND SUPPLEMENTED AS of the correct type of connector and crimping with pliers, wire FOLLOWS.• critters,etc., will not be allowed. All wiring inside the controller cabinet shall be trimmed and cabled together to make a neat, dean 8-20.4 Measurement C appearing installation. No splicing of any traffic signal conductor When shown as lump sum in the Plans or in the proposal as s&H be permitted tn>len otherwise indicated on the plans. All illumination system_, traffic signal conductor rims shall be attached to appropriate signal terminal no specific unit of measurement boards with pressure type binding posts. The _only exceptions shall will apply, but m msmeme t will be for the sum total of an items be the splices for detector loops at the nearest itmction box to the for a complete system to be furnished and installed. Conduit of the kind and(rmn peer specified in the Schedule of SECTION 8-203(74)4 IS SUPPLEMENTED BY ADDING THE Prices will be measured by the linear foot for the actual neat line FOLLOWING(RQ length in place, unless the conduit is included in an i'llummatton 8-20.3(14)C Induction Loop Vehkle Detectors(R') a i�signal system, or other type of electrical system lump sum. 1I. Splices to loop return cables shall be made with soldered Measurement for tint price items shall be as described in compression type connectors. Section 8-20.5 or as described in the contract schedule of prices hr SECTION 8-203(I4)D IS SUPPLEMENTED BY ADDING THE for special provisions. FOLLOWING. SECTION 8-20.5 IS SUPPLEMENTED AND REVISED AS 8-20.3(14)D Test forInduction Loops and Lead-in FOLLOWS_ Cable RC2 8-20.5 Payment(RRQ The Contractor shall keep records of field testing and shall furnish the engiihexr with a copy of the results. Paymrt a will mast for each of the following bid items at e p th are included in the proposal: SECTION 8-20.3(14).5 IS REVISED AND SUPPLMfENTED `Illumination System Irw sum. AS FOLLOWS. "Traffic Signal 1nmp 8-203(14)E dal Standards(RCS suns_ 3. Disconnect connectors complete with pole and bracket The himp sum cohitxact price for 'IMianination System cable shall be installed in any signal standard supporting a ass lumirhaire. and 'Traffic Signal _ be full pay for furnishing all labor,. materials, tools, and equipment necessary 4 for the construction of the complete electrical system. modifying existing 14. The signal standard and its fabrication shall conform with systems, or both, as shown in the Plans and herein specified all current Washington State Department of Transportation Signal including excavation, baccfilling. concrete foundatior>s. conduit, st Standard Specifications Specifications and current pre-approved plans by wiring, restoring facilities destroyed or damaged during WSDOT. construction, salvaging existing materials, and for making an 15. Installation of all nuts and bolts shall be performed with required tests. All additional materials and labor. not shown in the plans or called fqr herein and which are required to complete the proper sized sockets, open end or box wrenches. Use of pipe ctrical ry p sum contract price- nuts be included in the hhm wrenches or other tools which can damage the galvanization of the ele - nits and bolts will not be permitted. — Tools shall be of a sufficient size and strength to achieve price pe; lineac foot adequate torquing of the nut(s). I A" Page-SP-45 Revision Date May 19, 1997 8-20 Illumination,Traffic Signal Systems,and Electrical 8-20 illumination,Traffic Signal Systems,and Electrical The unit per each price for (14)'Scrviee cabinet- shalt be full- -- compensation for furnishing and installing the fully chipping of Px'SMORC �Ad badding Qf the pipe; �Ad �11 other. work cabinet and for risers, standoffs and any other materials labor or costs associated with providing electrical service as required i....L_ electrical utility, the Corntiact plans, details and sPeCtftcatio� tt d not included as separate pay items in the contract schrft„t.. of prices . t Chewa .....Signal head......," per each. All costs for installing conduit containing both signal and -_._Signal head mounting hardware," per lump sum illumination wiring shall be included in the contract prices for the The lump sum price for (16Y.—Signal head Monti,. signal system- hardware' shall be full compensation for supplying and . Mina All costs for installing junction boxes containing both all traffic or pedestrian signal head nhounting hardware in illumination and signal wiring shall be included in the contract conformance with the plans, specifications and detail sheets prices for the signal system "Pole mounted terminal box,...'x..."x-..", and MOunting The unit prices for the items listed below shall be full hardware," per each compensation for furnishing and installing each item and for all '21c shld loop return cable," perlinear foot. labor mater'sals, tools, equipment and testing necessary and/or '3 1C skid prompt Km cabte,'per linear foot- hKitlental for the full and complete installation as per.the contract ...-pair ddd inturonnect cable,'per linear foot. plans,detail sheers and these specifications. 'Traffic signal controller and cabinet."per each. 'Trench and Badcfill........' wide by.......... deep, per "Ilie unit contract puce for 'Traffic Signal Controller and linear foot. Cabinet" shall be frill atng)ensation for furnishing and instalft a The unit contract:price for (3) 'Trench and Backfill' per fully equipped,wired and operationl controEler and cabinet linear foot shall be full compensation for excavating, loading, 'Traffic signal wire:,"per lump sum hauling and otherwise disposing of the waste materials, for 'Signal standard,Type...,with...-foot mast aria,'per each- backfilling and compacting backfill material to specified density "Induction loop vediicle detector.'per linear foot. . and for the restoration of the trends to its pre•exiuirnx condition or 13he unit linear foot contract price for (24)'Induc6on loop as shown on the plans or as directed by the Engineer all in vehicle detector' shall be measured by the linear feet of fun depth accordance with the plans,specifications and detail sheets. sawcut required for installation.. The unit price shah be full 'Select Trench Baekfill,' per ton. (4)'Select Trench BacJcfiil' on for full and complete installation including wire, shall consist of 5/8' minus gushed surfacing top course and the sealant and all outer labor, rnaterials,tools and equipmea required unit per ton price shall include all costs associated with furnishing to complete the installation in accordance with the plans, and installing the material and loading, hauling and disposing of speeafications and detail sheets. The unit price shah also include. waste materials. rop viding and install conduit stab-outs and soldered splices, ........Foundation, .........per each.= lsp ices to loop return cables lathe=s separars•pay items are indnded 'pipe....Junction box,'per each. * in the contract schedule of prices for these other items. Saweutting sTbe unit per each price for(5)"Foundation' and(6) Junction shall be considered incidental to the loop installation whether or not Box' shall be fun compensation for full and complete installation there is a separate pay item in the cone= for sawcutiing. per the plans, specifications and detail sheets including enclosing Measurement for a standard 6' x 6' induction loop shalt be 28 each item in a finished concrete pad which shall be incidental linear feet. Sawcatting for loop'Home runes'shall be done such as unless a separate pay item is included in the Schedule of Prices for to minimize the total linear feet of sawcutting required by means of 'Concrete Pad.' proper locating of loop return 'Stub-out" by direst roatiog of 'Concrete Pad,'per square yard. "home runs' and by combining up to 4 pairs of loop wires in a Measurement for.(n'Concrete Pad' shall be by the square single 'home run' sawcut Loop and 'Home Rim' layout shall be yard of surface area enclosed inclusive of and not subtracting for approved by the Engineer before sawartring takes plate._ the area of the itmc ion box or foundation enclosed and shaH be full .......Splice kit,"per each. compensation for full and corriplexe installation as per the plans, 'Emhexgency Vehicle pr lion detector,*per each. specifications and detail sheets. "Opticom discriminator card,' per each. " Schedule 40 Conduit,P.V.C." per linear foot* "Detector amplifier,"per each. " •Schedule 80 conduit,P.V.C., 'per linear foot.* 'Street light fuse kit,'per each. 'The unit contract price for conduit shall include all conduit, -Pedestrian push button with sign, "per each- couplings, adapters, elbows, bends, reducers, bell ends, bushings, 'Pedestrian push button post,"per each. and any other nuterial, labor or equmment nmemary to complete 'Pedestrian signal pole Type I 10-feet,"per each the installation of the conduit Measurement shall be by linear foot 'Relocate existing.......pole,'per each. from end of conduit to end of conduit as measured from the top of The unlit per each price for'relocate existin¢ pole shall be grade along the middle of the trench line and adding a vertical full compensation for removing the pole from rises nasurement at the end of each conduit run equal to the design foundation, removing and salvaging of re-inmft-g � depth of the trench- No payment shall be made for additional equipment,plugging holes as required and installing the Pole on its conduit used by the contractor due to horizontal or vertical weaving new foundation and shall include all labor, tt; _��s-= of the conduit within the trench line. equipment and any other costs necessary and/or dent to "Street light Standard........* per each- complete the installation and make the electrie�� ....watt... umimire and lamp,' per each. operational all in accordance with the plans sputficatrons and L ...-watt...Luminaire and lamp with photocell," per each. detail sheets- .......AWG....copper wire,' per linear foot. "Remove existing.......Foundation,"per each. "Service cabinet, ' per each. f- Page-SP-46 Revision Date.May 19, 1997 5-22 Pavement Marking 5-22 Pavement Marking The unit per each price for "Remove existing foundation" Traffic Ion- Legend shall be full compensation for full and complete removal and A W.jpl-E marking hauling and disposal of the foundation. $Fepe�Yieaitsing alphabetical letters.. 8-22 Pavement Marking Acith 4h- -XG@Pf;Qiq of the SEC77ON 8-22.1 IS REVISED AS FOLLOWS. h'gh"Sce contract plants and detail sheets 8-22.1 Desch trop(RQ SECTION 8-22.3(5)IS REVISED AS FOLLOWS: P Skip Center Stripe 8-22.3(5) Tolerances for Line Stripes (RC) A BROKEN YELLOW line 4 inches wide. The broken Length of Stripe: The longitudinal aaumulative error or "skip"pattern shall be based on a 40 foot 24foot unit consisting within a-4A-foet 24-foot length of skip stripe shall not exceed ply of a-4040et 9-foot line and a-30-feet 15-foot gap. Skip center or minus 1 inch. stripe is used as center line delineation on two lane or three lane, SECTION 8-22.30 IS REVISED AS FOLLOWS. two way highways. Double Yellow Center Stripe 8-22.30 Installation Instructions (RQ Two SOLID YELLOW lines, each 4 inches wide, Installation instructions for plastic markings shall be provided separated by a 4-ind� space. Double yellow center wipe for both the Contractor and the Engineer. All materials shall be is used as center line delineation on multilane, two way highways installed according to the manufacturer's recomrnendatio�s-mad-a and for channelization mach S r A SOLID WHITE line, 8 inches wide, used-st�xeaua} to delineate turn lanes SECTION 8-22.3(7)IS A NEW SECTION: from through lanes, for traffic islands, and for hash marks. Hash 8-22.3('7) Removal of f T Markers mark stripes shall be placed on 45 degree angle and 10 20-feet (RC) apam — The work to remove all old or conflicting stripes lines Lane Stripe buttons, or markers as required to complete the channelization of A BROKEN WHTITE line, 4 inches wide, used to the protect as shown on the plans or detail sheets shall be delineate adjacent lanes travelling in the same direction. Ile considered incidental to-other contract pay items and no finther broken or `skip" pattern slW1 be based on a-40-fooG4-foot unit compensation shall be made unless a separate pay item or items are consisting of a 30 foot 9-foot line and a 30 "t 15-foot gap. provided for such removal. Drop Lane Stripe(Skip Approach Line) SECTION 8-22.4 IS REVISED AND" SUPPLEALEN7ED AS A BROKEN WMM line, 8 inches wide, used to FOLLOWS: delineate a lane that entice-at ui ^ - _ The broken or `skip" pattern shall be based on a 2444-foot unit consisting of a 93-foot 8-22.4 Measurement(RCS (SA) line and a 1532-foot gap. The measurement will be based on the travel di=ncc;vquirad AID of a marking system capable... 49m, zhe I-As bounded by the 3"er-6 L3era roach stripe, barrier stripe, crosswalk stripe, and stop bar will be measured by the linear foot of each marking type. Traffic arrows will be measured by the unit with each arrow 3?,i 4h space head defined as a unit Traffic uaita"kgends, handicapped parking stall symbols, preferential lane symbols, railroad crossing symbols. drainage markings, and cycle detector symbols will be measured by the unit- gap. Measurement for paint/plastic stripe line removed shall be by Two Way Left Turn Stripe the linear foot of ' ' wide line or shall be included in the lump_ A SOLID YELLOW line, 4 inches wide, with a sum price for "remove existing traffic marking - unless specified BROKEN YELLOW line, 4 inches wide, separated by a 4-inch to be paid as a separate pay item.If not specified as a separate pay space.The broken or `ski item, then removal of exiting traffic markings shall be considered spa W pattern shall line based on a130-feet 24 incidental to the payment for other items of work and no fuser f! foot unit consisting of a-IA-feat 9-foot line and a-39-foot 15-foot space. The solid line shall be installed to the right of the broken compensation shall be made. line in the direction of travel. SECTION 8-22.5 IS REVISED AND SUPPLEMENTED AS Crosswalk Stripe A SOLID WHITE line,-42 8 inches wide and 10-feet FOLLOWS: loner, installed parallel to another crosswalk stripe-with- 6 feet 8-22.5 Payment (RCS and parallel to the direction of traffic flow and centered in pairs on lane _"Painted 6areA PProach Stripe",per linear foot- lines and the center of lanes. See detail shect.. Stop Bar "Painted Traffic LaueF�end",per each. A SOLID WHITE line,-44_l2_,. 18 or 24 inches wide "Plastic Traffic bcueFLeRend",per each. unless as noted ett>QauisviA on the Contract plans. "Remove Paint Line...... wide,- per linear foot.` Page-SP-47 Revision Date May 19, 1997 L 8-23 Temporary Pavement Markings 8-23 Temporary Pavement Markengs 'Remove Plastic Line.......wide," per linear foot.= 8-23 Temporary Pavement Markings "Remove existing traffic rnaridngs,"per hrmp sum.` =The linear foot contract price for "Remove Paint Line' and SECTION 8-23.5 IS SUPPLEMENTED R 'Remove Plastic Line' and the lump m contract price for FOIZOWMG: 'ITTI T su EE 'Remove existing traffic markings' shall be full compensation for removal of existing traffic markings as per the plans, specifications 5-23.5 Payment(RQ and detail sheets. If these pay items do not appear in the contract If no pay item is included in the contract for irtstalfation„�for of prices, then the removal of old or conflicting traffic markings required to complete the charmelization of the project as removal of temporary pavement markings theft all costs associated l id to other d i id it h h it these ems are considered incidental shown on the Plain or detail sheets shall be considered incidental to w rtenis in the other items in the contract and no further compensation shall be con tract or included under "Traffic Control,- if that ;term is made. included as a bid item. The unit contract prices for the above listed bid items shall be full pay for furnishing ap labor, tools, material, and equipment necessary for the completion of the work as specified. f: Page-SP-48 Revision Dale:May 19,1 997 9-00 Definitions and Tests 9.02 Bituminous Materials Division 9 material for paMent maY be vroduced for use on a to turtiI the job mix formula has been approved b the en ineer. The mixture Materials shall be desi to meet the test criteria listed in Sermon 9- 8 and remain within the limits set forth in ¢p3.8 The determination of the ' mix formula shall be the rusibi' of 9-00 Definitions and Tests the Contractor. The intermingling of asphalt concrete mixArres produced from more than one JUF is prohibited. Each strip of asphalt concrete SECTION 9-00 IS SUPPLEMENTED BY ADDING THE pavement placed during a working shift shalt conform FOLLOWING: job mix formula established for the class of t° a single speed unless there is a need to make asphalt concrete 9-00(A) Recycled Materials(RC's an adjustment toi$ die The City encourages the use of recycled materials whenever The JMF shall be submitted in writing by the Contractor to ptacticabic, provided that those materials meet or exceed all the Engineer at least 10 days prior to the start of.,,vi 9 operations applicable requirements described elsewhere in the contract and shall include as a mmtrnum. specifications. Should recycled materials be utilized, the City a. Percent passing each sieve size requires that a Recycled Product Reporting Fount be completed by b. Percent of asphah cement. the Contractor. c. Asphalt grade. d. Mixing temperature. 9-02 Bituminous Materials e. Compaction temperature. f. Anti-strip agent content. 9-02.1 Asphalt Material, General The Contractor may riot snake any changes to the JMF without SEC770N 9-02.1(1 o)IS A NEW SEC770N. poor written approval of the Engineer. Should a change in sources of materials be made, a new JMF must be approved by the 9-02.1(10) Loop Sealant(RCS Engineer before the new material is cased. tba Unless specified otherwise in the contract or permitted by the Engineer upon request from the contractor, loop sealant shall be hot-melt, rubberized asphalt sealant(Crafco Loop Detector Sealant or approved equan, shall meet the penetration, now and resilience ins of ASTM D3407 and shall be installed with an approved applicator in conformance with manufacturer's Design sball be the A4M. -A.%, change or. The contractor shall request and obtain approval from the in ow 1A d1z" Engineer for the type of loop sealant to be used before installing 23. Job Mix Formula Tolerances_aad Ad oaw- detector loops and shall submit rnanufattnref cutsbeets or other a. After the JMF is data if requested by the Engineer in order to enable the Engineer to determined, the several constitueutc of the mixture at the time of determine the acceptability of the sealant. All loop sealant shall acceptance shalt conform to the following tolerances: only be installed in thoroughly dean and dry pavement and shall be Constituent of Mixture Tolerance Limits Applied in conformance with the methods required as to The tolerance limit for each temperature and means of application such as to completely fill the mix constituent shall not sawcut area, encapsulate the loop wires and adhere to the exceed the broad band rr pavement specification limits specified in Section 9-03.80- 9-03 Aggregates Agpregat_e wing 1 Broad band specification 3/4 518 , 1/2 ,and limits Section 9-03.8(6). SECTION"3.8(6)A IS REVISED AS FOLLOWS: 3/8 sieves Aggregate passing 1/4' sieve t 6% I 9-03.8(6)A Basis of Acceptance(RC) Aggregate passing No. 10 sieve f 5% 1. Asphalt Concrete will be accepted based on its Aggregate passing No. 40 sieve f 4% conformance to the project job mix formula (jMF). Aggregate passing No'-'200 sieve f2% Notel Asphalt cement t0.5%Note2 gaginear-, "P Ur of the ;Qpio gffegates to be For open graded mix: Tolerance limits shall be for aggregate gradation only and shall be as specified in Section 9-03-8(6). Note 1 — 2.0% if less than 50% RAP (Recycled Asphalt Pavement),2.5% for 50%RAP or more. Note 2 — 0.5% if less than 20% RAP, 0.7% for over 20% RAP, but less than 50% RAP, 1.0% for 50% RAP or greater. These tolerance limits constitute the allowable limits used in Section 5-043(8)A to determine acceptance. F;QP0;4iQA of: each, ui�l alir,46G46 0611 b- gun to Asta;mins 4he !.06 3- Femen-ge of asphfth. I'll -0 be The 110 shi'r, No l Page-SP-49 Revision Date:May 19, 7997 t. 9-04 Joint and Crack Sealing Materials 9-05 Drainage Structures,Culverts,and Conduits SECTION 9-05.7(3) IS DELETED AND REPLACED By mE FOLLOWING: - 9-05.7(3) Concrete Storm Sewer Pipe Joints(RC) Joint assembly design shall be reinforced concrete bell and spigot type incorporating a fully retained single ntbber gasket in accordance with ASTM 0361 or AWWA C302. Rubber gasket material shall be neoprene. May nPP;Q;­ field ndjuWaantr 40 &he 94 SECTION 9-05.7(4) IS SUPPLEMENTED BY THE FOLLOWING: 9-05.7(4) Testing Concrete Storm Sewer Pipe Joints , RC Hydrostatic testing of rubber gasket joints shall be perforated in accordance with ASTM 0361 or AWWA 0302 except test pressure shall be 5 psi. , SECTTON 9-05.9 IS REVISED AND SVPPLEXfE7V= AS Gpaci€rcatieus, FOLLOWS: 9-05.9 Steel Spiral Rib Storm Sewer Pipe(RC) thO"GifiGQ69AS- The manufacturer of spiral rib storm sewer pipe shall fumU 9-04 Joint and Crack Sealing Materials the Engineer a Manufacturers Certificate of Compliance stating that t}to-materials furnished Coomply in ari respects with these SEMON 9-04.11 IS A NEW SECTION Specifications-The Enl,'tneei may require additional information or tests to be performed by the Contractor at no expense w the State. 9-04.11 Butyl Rubber (SA) Unless otherwise specified, spiral rib storm sewer pipe dhan- Btttyt rubber shall conform to ASTM D?A00,MI BG 610. be fustttshed with pip ends tart�� to the �l axis of the pipe Pipe ends shall be art evenly.Spiral rib pipe shall be fabricated tither by using a continuous helical lock seam or 9-0$ Drainage Structures, Culverts, and a continuous helical welded seam paralleling the rib. - Conduits SEC170N 9-05.4 IS REVISED AS FOLLOWS 9-05.4 Steel Culvert Pipe and Pipe Arcb(RC) Steel culvert pipe and pipe arch shall meet the requirements of AASHTO M 36, Type I and Type IL 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. SEC77ON 9-05.7(2);IS DELETED AND REPLACED BY THE to the wqviremen=of'Section;0 05 4(3)and .4(44 r FOLLOWING. Steel spiral rib storm sewer pipe shall be rnamtfaatu�d of 9-05.7(2) Reinforced Concrete Storm Sewer Pipe metallic coated (aluminized or galvanized) co mr tcd steee inspected in conformance with Section 9-05.4 The size, (RC) and metal shall be as drown in the Plans or in the °ffi Reinforced Concrete Storm Sewer pipe shall conform to the rojecc For spiral rib storm sewer Fife helical ribs sbali P regtrimnents of ASTM C-76 and shall be Class IV. Cement used from a outwardly from the smooth Pipe wall and shall be fabricated , in the manufacture of reinforced concrete pipe shall be Type H in be single thickness of material. The nits shall conformance with ASTM C150. No admixture shall be used unless rectangular and shall be 314 inch plus two times the wall thtdc odierwiuspecified. (20 plus or minus 1/8 inch (measured outside to and a SEC770N 9-05.7(2)A IS SUPPLEMENTED BY THE minimum of 0.95 inch high (measured as the minimum ve:tteat FIOLLOWING. distance from the outside of pipe wall immediately adiatxac to the locksearn or stiffener to the top surface of rib) The triaxrm 9-05.7(2)A Basis for Acceptance(RC) spacing of the ribs shall be 11 75 inches center to center(cot All pipe shall be subject to (1) a three-edge-bearing strength normal to the direction of the ribs) The radius of bead of ine (1)4oad) test in accordance with ASTM C76-, and(2) a hydrostatic metal at the corners of the ribs shall be a minimum of 0.10 inch test of rubber gasket joints in accordance with ASTM 0361 or and a maximum of 0.17 inch If the sheet between ad-la ribs AWWA 0302 except test pressure shall be 5 psi. does not contain a lockseam a stiffener shall be included mrdwaL Page-SP-50 Revision Daft:May 19, 1997 9-06 Structural Steel and Related Materials 948 Paints between ribs, having a nominal radius of 0.25 inch and a minimum 1/8 inch wide (measured outside to outside) and - height of 0.20 inch toward the outside of the pipe. Pipe shall be j""'� spacing of nbs shall be 4.80 inches center to rrne.� �....____ ,,.cured fabricated with ends that can be effeaivcly jointed with coupling normal to the direction of the nbs). The radhuc of bend r �• .....:u yr the bands. metal at the corners of the ribs shall be 0.0625 inch with an When required, spiral rib or harrow pitch spiral rib pipe shall allowable tolerance of+ 10 percenL be bituminous treated or paved. The bituminous treatment for For wide pitch spiral rib storm sewer pine hellcat ribs shall spiral rib pipe shall conform to the requirements of Sections 9- project outwardly from the smooth pipe wall and Sh _a11 be fabricated 05.4(3)and 9-05.4(4) from a single thickness of material. The nbs shah be 3/4 inch + For narrow pitch spiral rib sewer pipe, the helical ribs shall 118 inch wide(measured outside to outsid m e)and a inimum of 0.95 project outwardly from the smooth pipe wall and shall be fabricated inch high (measured as the minimum vertical distance from the from a single thickness of material. The nbs shall be 375 inch-- outside of pipe wall to top surface of the rib) The• maximum M inch wide (measured outside to outside) and a minunum of spacing; of nbs shall m 11.75 inches center to center (m_easur�d .4375 inch high(measured as the minimum vertical distance of ribs normal to the direction of the nbs). The radius of bend of the shall be 4.80 inches center to center (measured normal to the metal at the corners of the ribs shall be 0.0625 imci with an direction of the nbs). The radius of bead of the metal at the allowable tolerance of+ 10 percent_ txiEM of the nibs shall be 0.0625 inch with an allowable tolerance 2L-10 p`e- 9-06 Structural Steel and Related Materials SEMON 9-05.12(3)IS A NEW ADDITIONAL SECTION: 9-06.5 Bolts 9 .12(3) CPEP Sewer Pipe(RC) -05 CPEP - Smooth interior pipe and fittings shall be SECT70N9-06.5(4)HAS BEENSUPPLEMF.NTEDBYADDING: maimfactnred from high density polyethylene resin which shall meet or exceed the requirements of Type 111, Category 4 or 5, 9-06.5(4) Anchor Bolts(RC) Grade P33 or P34, Class C per ASTM D1248. In addition, the All anchor bolts, nuts, washers and ancbor plates for signal pipe shall comply with all material and stiffness requirements of poles, street light poles, drain poles or other types of poles shall w,. AASHT)M294. meet the recommended specifications of the pole mantdacwrer. The Contractor shall be responsible for providing to the Engineer SECTION 9-05.14 IS DELETZD: any and all data concerning fabrication, strength test results, mill SECTION 9-05.17 IS REVISED AND SUPPLEMEN-ITED AS certification and other data required to confirm that the anchor Ir. FOLLOWS: bolts meet those specifications. The following standard specifications shall apply to anchor 9-05.17 Ahnnintm2 Spiral Rib Storm Sewer Pipe bolts for street light, signal and strain poles provided that the (RC) Contractor can submit docninentation-from the manufacturer Unless othcrwm specified, spiral rib storm sewer pipe shall affirming that anchor bolts meeting these specifications are be furnished with pipe ends cut perpendicular to the longitudinal recommended for the pole to be installed thereon. axis of the pipe-Pipe ends shall be cut evenly.Spiral nb pipe shall 1. The standard anchor bolt for aluminum street light poles be fabricated by using a continuous helical lock seam with a seam shall be 42 inches in length and shall meet the reguirements of gasket.. ASTM A 36 or ASTM A 307. The shaft of the anchor bolt shall Spiral rib 69 A-11 h-ve hel;c2l ;ib&that project be a full one inch in diameter with a hot forged four inch'L'bead on the bottom end and a ruinimum of six niches of die-art threads on the top end. 2 The anchor bolts for signal poles and strain poles Shan I)- 0-37Sinch —4. 14 inch wids by 0 43:75 inch (;niaknuip) meet the specifications as designated on the approved manufatxurei s pole plans and/or supplemental places or specifications provided by the manufacturer. All anchor bolts nuts and washers shall meet the pole rnanufac ivWs specifications and shall be hot dipped f steel as p�F, unless such galvanization is not permitted for the type of steel as an per Section 9-06.5(4)_ 9-08 Paints SECTION 9-08.8 IS A NEW SEC770N: 9-08.8 Manhole Coating System Products For spiral nb storm scorer pipe, helical nbs shall protect outwardly from the smooth pipe wall and shall be fabricated from a single thickness of material. The ribs shall be 314 incli wide by 3/4 9-08.8(1) Coating System Specif hcation inch deep with a nominal spacing of 7-12 inches center to center. The following coating system specifications shall be used for Pipe shall be fabricated with ends that can be effectively jointed coating (sealing) interior concrete (including the channel) surlates with coupling bands. of sanitary sewer manholes when required. For narrow pitch spiral rib storm sewer pipe,helical ribs shall project outwardly ftom the smooth pipe wall and shall be fabricated from a single thickness of material. The ribs shall be 0.375 inch + t. Page-SP-5-1 Revision Dole_May 19, 1997 9-23 Concrete Curing Materials and Admixtures 9-29 Illumination,Signals,Electrical Coating System Specification SECTION 9-29.3 IS REVISED AND SUPPLEMENTED AS FOLLOWS. - A_ General 1- Buried Manhole 9-29.3 Conductors, Cable(RC) Surface Color Paint System Each wire shall be numbered at each to nydnal end With a wrap-around type numbering strip bearing the circuit number a- Buried,and White C-I shown on the plans. expose4 No splicing of any traffic signal conductor shall be per Mi ed concrete unless otherwise indicated on the plans. All conductor runs shall surfaces. be pulled to the appropriate signal terminal coppart*t+ent board with pressure type binding Posts. The only exctrons shall be the 9-08.8(2) Coating Systems A. High Solids Urethane splices for detector loops at the nearest function box to the loops The contractor shall provide-and install all the necesza Dating System: C1 Wiring, fuses and fittings so as to complete the installation of the Material: High Solids Urethane signal and lighting equipment as shown on the Plans. All taatgials Coating Coating Concrete and tnstallatm methods, except as noted otherwise herein shall _ comply with applicable sections of the National Electrical Code. Surface Preparation: In accordance with SSPC SP-1 8. Detector loop wire shall be No. 1214 AWG stranded (Sweep or brush off blast) copper wire, Class B, -with chemically cross-linked polyethylene Application: Shop/Field The drying time type RHH-RITW insulation of code thickness. between coats shall not exceed (11)Six+air-c('.o an ications cable _ - 24hewrs in any case (.shall meet REA System Thickness 24hou7s dry film specification PIr39 and shall have 4x-Pap-No. 19 AWG wires Coatings 6.0 mils One coat of Wasser with 0.008 inch FPAIMPR coated aluminum shielding. The cable Primer One c solids shall have a petroleum compound completely filling the inside of the cable. Two prethane(2 0 DFI)Finish: The shielded comnnmications/signal interconnect cable shall Two or more tuts of�Ilasser meet the following: MC-Conseal(ruin.4.0 DFT) 1. Conductors: Solid, soft drawn, anneAe d upper, size 19 awg. 9-23 Concrete Curing Materials and 2. Insulation: solid, virgin high density polyethylene or Admixtures polypropylene,with telephone industry color coding. 3. Cable core assembly: insulated conductors are twisted SEC77ON 9-23.9 IS REWSED AS FOLLOWS into pairs with varying 'lays (twist lengths) to-minimize cross talk limits. 9-23.9 Fly Ash(RC) and meet strict capacitance 4. Shielding: A eorrosion/oxidation resistant tinted ethylene Fly ash shall not be used around water lines. copolymer coated (both sides) .008' thick corrugated alumintun tape shield is applied longitudinally with shielding coverage. A 9-29 Mu dnation, Simals. Electrical •005 comigate d tape applied m the same manner is acceptable. 5. Outer iacket: A black low density high molecular weii SUC77ON 9-29.1 IS SUPPLEMENTED BY ADDING 77LE virgin polyethylene (compounded to withstand sunlight, FOLLOWING: temperature variations and other environmental ons plus abuse during installation) is extruded overall to provide a 9-29.1 Conduit.(RC) continuous covering._ The conduit P.Y:C. non-metallic shall be of the two types 6. Footage rrrartings- footage markut.°s must be printed indicated below: sequentially a minimum of 2' along the outer jacket. 1. Sc>iediile 86-Extra heavy wail P.V.C. conforming to 7. Filling: the entire cable within the otrt:r jacket is floe the ASTM,Standards,to be used in an installations under roadways. with petroleum polyethylene gel filling compound indtrding—ibe 2. Schedule 40 heavy wall P.V.C. conforming to ASTM area between the outer jacket and the shield. Standards. SECTION 9-29-9 IS SUPPLEMENTED BY ADDING THE SEC77ON 9-29.2 IS SUPPLEMENTED BY ADDING T$E FOLLOWING: FOLLOWING. 9-29.9 Ballast,Transformers(RC) -9-29.2 Junction Boxes(RC) The Ballast shall be pre-wired to the Line socket and terminal Junction boxes shall be reinforced concrete with galvanized board. steel from anchored in place and galvanized steel cover plate SECTION 9-29.10 IS SUPPLEMENTED BY ADDING THE (Diamond pattern)as indicated on detail sheets. FOLLOWING: The inscriptions on the covers of the junction boxes shall be as follows- 9-29.10 Imminaire s;(RC) 1. Signal only- 'Signals' The filter shall bP,charcoal with Blast-omer gasket. 2. Street Lighting only: 'lighting' Luminaires shall have a cast aluminium housing of the cobra 3. Traffic Signal and Street lighting Facilities: -TS-LT- head style with a glass ovate refractor. The above inscriptions shall not be higher than the top surface of the cover Plates- Page-SP-52 Revision Date:May 19, 1997 9-29 Illumination,Signals,Electrical 9-29 Illumination,Signals,Electrical The manufacturer's name or symbol shall be clearly marked re-energize without change. on each luminaire- 9-29.11 Control Equipment S. Conflict Monitor. Upon sensing conflicting signals or SECTION 9-29-11(2)IS DELETED AND REPLACED WITH: unsatisfactory operation voltages, the conflict monitor shall immediately cause the signal to revert to flash. however, the Photoelectric controls shall be a plug g-in-in device rated to 9-29.11(2) Photoelectric Controls controller shall stop time at the point of conflict. After the conflict monitor has been reset, the controller shall immediately to operate on 120 volts, 60 Hz. The unit shall consist of alight Y ke command of the signal displays at the beginnin of artery sensitive element connected to teary control relays. The unit ellow. g shall be so designed that a failure of any elearonic component will 6. Flash unit shall be a two circuit hie of energize the lighting circuit. capable loads up to 1000 watts per circuit alternately at a rate of The photo cell shall be a solid state device with stable tutu-on 60 flashes per minute per circuit, plus or -menus two flashes per values in the temperature range of-55 degrees C to +70 degrees minute. C. The photo cell shall be mounted externally on top of the k=inaire. In a cDnbctor controlled system, the photo cell to SECTION 9-29.13(3) IS REVISED AND SUPPLEMENTED AS control the system shall be mounted on the hmminaire nearest to the FOLLOWS. servicelcon actor cabinet. The photo cell shall be capable of switching"ON' 1,000 watts of incandescent load as a minimum. 9-29.13(3) Emergency Pre-emption (PC) Immediately after a valid call has been received, the SECTION 9-29.13 IS SUPPLEMENTED BY ADDING THE pre-emption controls shall cause the signals to display the required FOLLOWING: clearance intervals and subsequent pre-emption intervals_ Pre-miption shalt sequence as noted in the contract, pre-emption 9-29.13 TControllers C) c Signal Controllers(R � equipment shall be installed so that internal wiring of the The unit shall operate on 120 volt, 60 cycle, single phase controller, as normally furnished by the manufacturer, is not ahermting current and shall use the power line frequency as a time altered. base. The traffic signal controller shall meet the requirements of the National Electrical Manufacturers Association- (NEMA) Standard Publications. phase. Components such as resistors, capacitors, diodes and Emergency vehicle pre-emlPtion shall be furnished as modules transistors shall be individually replaceable utilizing approved that plug directly into a rack wired to accept 3-M discriminator standard soldering techniques- Intetyrated circuits shall be type units. The pre-emption system operation:shall be compatible qP mounted in sockets and shall be easily replaceable without with the 500 Series 3M company'opticom'system which the Cay soldering. All comyonents shall be standard'Off the shelf'items. of Remon is aurently using and shall be capable of being activated The traffic signal controller shall be capable of interfacing by the same transmitters. with the Multisonic real time, master conmuter. The controller The optical signal discriminator system shall enable an L. shag be capable of both on-lime operation(control by the multisonic audxn ized vehicle to remotely control traffic control signals from a master computer) and standby operation. Ile controller shall distance of up to 1800 feet(0-54 kilometers)along an unobstructed establish the sequence of signal phases, inchtding overlaps, in "line of sight" path The system shall cause the traffic signals cordbraiance with the signal phasing diagram on the plans. When controller to move into an appropriate fire pre-emption program- operating either in a fixed time mode or in a folly-actuated mode this optical discriminator shall interface to the 562 software, for with volume density on each phase as requirul- All clearance field programmability. It shall consist of the following tinning and pedestrian timing shall be accomplished at the local components: intersection. it Optical energy detectors which shall be mounted on the SEMON 9-29-13(2)IS REVISED AND SUPPLEMENTED AS traffic signal mast arms and shall receive the optical energy FOL '� emitter's signal.l.OVF b Discriminators which shall cause the signal controller to 9-29.13(2) Flashing Operations(RCS go into internal pre-eruption which will give the authorized vehicle 2. Police Panel Switch- When the flash automatic switch the right of way in the manner shown on the Phase sequence diagram. located behind the police panel door is turned to the flash position, lo the signals shall immediately revert to flash-. however, the c_ Pre-emption n Indicator Lights_ controller shall "STOP TD-1F-" When the switch is placed on Optical Detector A. Shall be of solid state construction_ automatic, the signals shall continue to flash for an additional b Fittings shall meet the specifications of the system 8 second flash period-At the completion of the continued 8 second flash period, unless otherwise specified, the controller shall manufacturer l operate o ease a installation. immediately resume normal cyclic operations at the beginning of c Shall operate over an ambient temperature range of-00°F ellow to +180OF(-40°C to +85n.. artery. Power tcr�uption. On "NEMA" controllers any power d Shag have internal circuitry encaPsnlated in a _semi- longer than 475 plus or minus 25 milliseconds, signals flexible compound and shall be impervious tomoisture- interruption use shall re-energize consistent with No.2 above to erasure an 8 second a Shall respond to the optical ener^• "^^W Qe7nera�by flash period prior to the start of artery green_A power interruption a pulsed Xenon source with a pulse ener dens of 0-9 micro of less than 475 plus or minus 25 millisecond..- shall not cause toile per square meter at the detector arise time Less than one man resequencing of the controller and the signal displays shall microsecond and half power point pulse width on not less thirty microseconds_ i- Page-SP-S3 Revision Date May 19, 1997 tlnl 9-29 Illumination,Signals,Electrical 9-29 Illumination,Signals,Electrical Discriminator Each module shall do the following= 1 a. Shall provide for a minimum of two channels of optical detector input_ Is=44 controllfi;r 01,T! pr-034,16 iprligniipp&44�� b. Shall provide for a minimum of two discrete channels of Optically isolated output. When a pre-emption detector detects an emergency vehicle, the phase selector shall hold the controller in the required phase or advance directly to that phase after observing all vehicle clearances. The phase selector shall hold the controller in the phase selected until the detector no longer detects the emergency rvm vehicle. sctcrstion When the phase selector is responding to one detector, it shall , not respond to any other detector until calls from the£rust detector All timing functions and input and ountntut features for fulFv actuated, volurne-dctz I operation shall be provided in accordance are satisfied. Indicator lights shall indicate power on, signal being with NEMA standards received channel called. Switches shall control system power and 1-he controller shall provide for setting each timurg interval by simulate detector calls for each phase. means of positive y calibrated settings. The tinning fimetiorts shall be on the front of the controller unit or shall have keyboard envy SECTION 9-29.13(7)IS SUPPLEMENTED BY ADDWG THE and liquid crystal display. For the standby operation_ the traffic FOLLOWING: signal controller shall include all circuitry regurire I to provide all — timing and all functions for signal operation in a fully-actuated 9-29.130 Wli ng Diagrams(RC) mode_ Standby operation shall automatically occur upon opening The controller cabinet shall have a waterproof envelope with a of interconnect lines, failure of central master compuuter, or when side acmes attached to the inside of the cabinet door. At the time specified by the master. The standby apetatioa sbA follow and be of delivery the envelope shall have four complete sets of schematics coincidental in phase to that phase being displayed at the start of and manuals for all assemblies and stub-assemblies. standbtr operation_ Traysfer from computer supervision shall not cal a yellow. 1 up starting ye 9�-29.13 IS SUPPLEMENTED BY ADDING THE SBCI70N (� FOLLOWING: SECTION 9-29.13(7)A1 LS SVPPLEAfENTED BY ADDING THE FOLLOWING: 9-29.130 Radio Interference Suppressors 9-29.13('7)A Environmental,Performance and Test A Cornell-Dubiler radio interference filter NF 10801-1 30 amps or equivalent shall be used to filter the A_C_ power- Standards for Solid-State Traffic Additionally, all power supplies shall have noise immunity from Controllers(RC) other devices within the cabinet_ The traffic signal controller assemblies, including.the traffic signal controller, auutiliary control equipment and cabitret shall be SEC77ON¢29.13(7)IS REVSED AND SUPPLEMENTED AS shop tested to the satisfaction of the Engineer. Testing and check- FOLLOWS: out of all timing drcuiitc, phasing and signal operation shall be at 9-29.13("7) Traffic-Actuated Controllers (RQ the City of Renton S'ug pal Shop Renton, Washington. The Signal Traffic-actuated controllers shall be electronic devices which, Shop will make space available to the contractor for the required test demonstrations. The contractor shall assemble the cabbet and when connected to traffic detectors or other means of actuation,or related signal control equipment ready for testing. A complete both. shall operate the electrical traffic signal system at one or demonstration by the contractor of all integrated components more intersections. All solid-state electronic traffic-actuated controllers and their malfti cton7y hall stop shall start the test period. Alt supplemental devices shall employ digital timing methods. � oII shall stop the test period e e all parts ate The traffic signal control equipment, unless otherwise satisfactorily Operating. The test shall be exteurded until a m the si must minimum of 72 hours continuous satisfactory performance of the permitted,' ntraa, specifically conform to current entire integrated system has been demonstrated- The NEMA specifications. demonstration by the contractor to the Engineer of all components functioning properly shall not relieve the contractor of any 7)l responsibility relative to the proper functioning of all aforestated Actuated traffic signal controllers shall be 8-phase control control gear when field installed_ units. Volume-density timing features shall be provided on all controllers. SECTION 9-29.13(7)14 IS REVISED AND SUPPLEMENTED AS FOLLOWS: 9-29_13(7)B Auxiliary Equipment for Trafl3c Actuated Controllers (RC) n e roll apply r:t r�uisut� Amberr,_fl .&h a ...-f r-relayr, load r,,.arb.er hrnel�.tY..-iW6�T lsabosaiog`wsuub pofire--panel -. F. t 1 r fan A 'r' r t r mxilcher t. Page-SP-54 Revision Dare:May 19, 1.997 9-29 Illumination,Signals,Electrical 9-29 Illumination,Signals,Electrical Power Switches Computer Interface Unit There shall be a main power switch inside the cabinet that Interface communication devices shall be deli reel as crate shall render all control equiptent electrically dead when turned units or as modules that plug di into the controller case. The off. There shall be a controller power switch that shall render the communication devices shall be used for on-line co utter�ntrol controller and load switching devices electrically dead while of the intersection and shall be capable of trattsmi maintaining flashing operation for purposes of changing controllers and signal status tnfonnanon and receiving uUM all drir�rr�r and �dm command or load switching devices. information from the computer all in conformance and capability of the multisonic master within the Stop Time Bypass Switch coin uter unit and the interconnect cables. There shall be a switch in the cabinet identified as the stomp SECTION 9-29.13(7)D IS REVISED AND SUPPLANTED time bypass switch. If the intersection is placed on flashing AS FOLLOWS: operation either by the flash switch or the fail safe monitor, the 9-29.13(7)D Controller Cabinets(RC SA controller shall immediately stop time The stop time bypass I. Constriction shall be of 0.073-inch�rnnM snitch shall remove stop time from the controller and permit thickness normal cycling operation while the intersection retrains in flashing Type 304 stainless steel, 0.125-inch minimum thickness cuss operation. anodkwk'-.sheet alp, or cast ahmtinum, Cabinets shaII be finished inside with an awroved finish coat of exterior white DETECTOR test switch enamel and outside with an approved enamel fetish, light gra n or aluminum in color. As an alternate to Pai the outside and Each vehicle and pedestrian phase shall have a momentary inside of the aluminum cabinets may be clear anodized aluminum. 5. 7be cabinet door shall be provided with (spring return) detector test switch. When depressed the switch a. A spy loaded consttuction core lock le shall place a call on its respective signal phase accepting a Best CK series core installed capab of by otbers. Cast cabinets shall have an approved one point positive latch. Formed cabi The convenience cider and lamp socket nets shall have a three point latch. b. A police panel door with a stainless steel hinge pin and A convenience outlet protected with a ground fault interrupter a lo--k. Two police keys with shafts a minimum of 13/4 inch long and an incandescent lamp socket shall be furnished in the main shalt be provided with each cabinet. cabinet. A door switch for the lamp shall be provided THIS Inside the police panel there shall be a signal on-off circuit shall be protected by a circuit breaker rated at 20 amps switch which shall prohibit any signal display in the field but will allow the control equipment to operate when placed in the 'off' Fail Safe Unit position. A second switch shall be the auto-flash switch When placed in the 'flash' position,controller power shall remain on and Fail safe unit shall meet the NEMA-PLUS specifications and controller shall stop time dependent on switch setting on the shall monitor both the positive and negative portions of the A.C. auxiliary panel described later. sine wave for all green, amber and pedesU ian walk indications- C. Moth M-in '400r. and police P-nel door. khll b-AXQ 0;19 The duration of a display of conflicting indications shall not be long Cabinet doors shall be gasketed enough to be visible to motorists or pedestrians before the monitor with one piece, close cell neoprerie. They shall be equipped with initiates flashing operation. There shall be a visual indication that some type of stops so the door may be held open in either of two- the monitor has preempted normal operation. positions at approximately 90 degrees and 180 degrees and be of The fail safe monitor shall be Model SSM-12LE as suitable design to withstand a 40 mph wind.. nunvfacuutd by Eberle Design Inc., or approved equal d. A two position door stop assembly. e. The Controller cabinet sbafl have a load bay Panel with at Surge Protector(Lighting Arrester) least the following items mourned on the face of the panel: transfer relays- bad switches~ and terminal blocks for termination of all The controller shall have an input voltage surge protector that wires contained on a separate panel (the terminal bloc" shall hail protect the controller tapir born any voltage surges that could conform to Washington Standard Specifications). damage the controller or any of its components. Thu load bay panel shall be mounted so that when the screws are removed it will be possible to obtain full access to _dt_e_ Field Wiring Terminal terminations on the back of the load bay panel. There shall be a terminal strip for field wiring in the confor-Mine to F4=4 controller cabinet. The terminals shall be numbered in accordance BY ADDING THE with the schematic wiring diagram on the plains If a different[ SECTION 9-29.16 IS SUPPLEMENTED numbeft system is used for the cabinet wiring then both FOLLOWING: numbers shall label each terminal and the cabinet wiring schematic 9-29.16 Vehicular Signal Heads (RQ drawing shall include the field wiring numbers where the terminal strip is illustrated. A common bus bar with a minimum of 15 Vehicular signal heads shall have 12 inch lens sizes unless terminals and a ground bar with a minimum of 6 terminals shall be shown otherwise on the signal plans Vehicular signal head provided. housings shall consist of separate sections and be expandable type for vertical mounting Lens shall be glass and meet I.T.E. Specifications for light output Reflectors shall be alsac. Each signal head shall have a 1/4 inch drain hole in its base- Page-SP-55 Revision Date_May 19, 1997 9-29 Illumination,Signals,Electrical 9-29 Illumination,Signal%Electri(:�al Vehicle signal heads shall be cast aluminum 9-29.16(2)E Painting Signal Heads(RQ All signal heads shall include a back plate 5 inch square cut Traffic signal heads, including outside of visors and back of border Signal heads including outside of visors and back of back back plates, shall be finished with two coats of factory applied plates shall be finished with two coats of factory-applied traffic traffic signal gwen- ellow baked enamel. The inside of visors, sigmt yellow baked enamel The inside of the visors and front of front of back plates,and louvers shall be finished with two coats Of t( back plates shall be finished with two coats of factory-applied flat flat black enamel. black mac' SECTION 9-29.16(3)(1ZC)IS DELETED. Mounting hardware will provide for a rigid connection between the signal head and mast arm. All mounting hardware (RQ will be of the top-mount plumbizer type as shown on the standard plain unless specified otherwise on the plans. SECTION 9 29.16(3)A (RCS IS DELETED. Position of the signal heads shall be located as close as possible to the center of the lanes. Signal heads shall be mounted (RQ on the mast arm such that the red indicators lie in the same plane and such that the bottom of the housing of a signal head shall not SECTION 9-29.16(3)B(RC)IS DELETED. be less than 16 feet 6 iriches nor more than 18 feet 6 inches above ' her made at the center of the roadway. All bolts and other 31-231 14(37B ��adi pn►....,r>u,n�re•n.,rs;, e:,... s miscellaneous mounting hardware shall be stainless steel. Head; �� SECTION 9-29.I6(2)A HAS BEEN REVISED AS FOLLOWS: SECTION-9-29.17 EA.S BEEN REVISED AS FOLLOWS; ._ 9-29.16(2)A Oiaal Units (RC) 9-29.17 Signal Head Mounting Brackets and Fittings (RQ Fight itch conventional signals shall employ a 67 to 69 watt traffic signal lamp rated for 130120 volt operation, 595 minunun ._ initial sliimen, 665 rated initial lumen, 8,000-hour minimum, unpa4"41,-All etlw hardware for odw;-mounts shall be painted 2 7116-inncft light center length, A-21 bulb, medium base, clear with two coats of factory applied traffic signal Federal Ydlc w traffic signal lamp. Twelve inch traffic signal heads require gmen-baked enamel- 420130-volt, 165 watt, 1,750 minimum initial hymen, 1950 rated in t9-himen clear traffic signal lamps with a 3-inch light center SECTION 9 29.I8(I)IS S�PPLEMENTEI3 AND REVISED AS length. 8,000 hour minimum rated life, P-25 bulb and medium FOLLOWS: base.Bulbs shall be installed with the opening between the filament cads>iF 9-29.18(1) Induction Loop Deter tots (RC) Detector amplifiers shall be Detector Systems model 810A or ' SEC770N 9-29.1 6(2)B HAS BEEN REVISED AS FOLIO WS. equal- I �� Induction loop amplifiers installed with NEMA controls shall 9-29.16(L)B Signal Hoes conform to current NEMA specifications. mp!ifi°;& :"°"ikd Each lens shall be protected with a removable visor of pojyGa;bORWO pl K aluminum of the tunnel type, unless specified 445. otherwise in the contract. Visors shall have attaching ears for installation to the housing doors. Conventional signal heads shall SECT70N 9-29.20 HAS BEEN REVISED AS FOLLOWS: have square doors. 9-29.20 Pedestrian Signal(RCS SECT70N 9-29.16(2)C H4S BEEN REVISED AS FOLLOWS. Pedestrian signals shall be either iscsirdesc"t- fiber opt or j neon-grid type, or other types as specified in the oonitract r{ 9-29.16(2)C Louvered Visors(1LC) Pedestrian signals shall conform to IM Standards (Standard for - VAhere rioted in the Contract, louvered tunnel visors shall be Adjustable Face Pedestrian Signal Heads, 1975). furnished and installer Directional louvers shall be constructed to lAcandescaaapede I have a snug fit in t1iW signal visor. The outside cylinder shall be constructed of alum ,and the louvers shall be constructed of anodized aluminum painted flat black. cepur.long4h,A 2 1 bulb ` Dimensions and arrangement of louvers shall be as shown in the Arord--m c* xuwheu rhaa-+Sw-w�� Il contract. bol messages- when 1.Q iachas high specified, shall be a minimum of 12 inches high and 7 incies rn SEC770N 9-29.16(2)D HAS BEEN DELETED AND width. REPLACED WITH.• Housings shall be die-=aluminum and shall be painted with two coats of factory applied traffic signal ellow enarmel. 9-29.16(2)D Back Plates (RC) VACANT SECTION 9-29.20(7) IS REPLACED BY ADDING Back plates shall be furnished and attached to the signal beads. Bade plates shall be constmded of anodized, 3-S THE FOLLOWING NEW SECTION.- half-hard aluminum sheet, 0.058-inch minimum thickness, with 9-29.20(1) Fiber Optic Type(RQ 5-inch square cut border and painted black in front and yellow in The fiber optics shall be drawn from optical glass of high back_ purity_ The fibers shall be temperature resistant The f_ibex! be resistant to the UV light emitted by the halogen tamp and shall ime maintain their high transmission properties throughout the liter t- Page-SP-56 Revision Date:May 19, 1997 9-29 Illumination,Signals,Electrical 9-29 Illumination,Signals,g ls,Electrical of the sign. The light guides shall contain fibers with a diameter of SECTION 9-29.24(I) IS DELETED AND REPLACED P,7Tg 53 microns_ Each single arm in the harness shall contain THE FOLLOWING_ approximately 300 fibers. The optical sheathing shall have a wall thickness of at least 1.5 microns. The common end of each bundle 9-29.24(2) Painting (RC) shalt have a hexagonal bundle format. The common bundle end The finish coat shall be a factory baked on enamel li ht e and each arm end shall be epoxied and optically polished_ in color- The alvanh!&d surface shall be etched before the baked The light source shall be.a halogen incandescent lamp with on enamel is lied. The interior shall be iven a futish coat of dichroic reflector.The lamp shall use built-in lead-in wires instead exterior grade of white metal enamel. of pins. The reflector shall be covered with a hard coating capable Paintipg shall be done in conformance with the provisions of to withstand a temperature of 400 degrees Centigrade rapid Section 8-20.3(12). shall aced by soaking in Oxalic clieAcid .?IN f r a period ng SECTION 9-29.24(2) IS DELETED AND REPLACED WrM THE FOLLOWING: hours. The coating shall not dissolve during this period. The lamp shall be 50 watt and rated for 6000 hours at 10 volts. The lamp 9-29.24(2) Electrical Circuit Breakers and Contactors together with the fiber shall produce a light intensity as high as (RC) 3800CD. The 115-volt primary, 10-volt secondary transformers The electrical circuit breakers and contactors shall be as light guides and all wiring shall be enclosed in a sheet altmuintrm indicated on the contract_plans and detail sheesc n.e following bousing. The matrix plate shall be consumcted of 0.I25 thick equipment shall be featured within the cabinet altanintmn sheet protected by a 0.125 poh=rbonate sheet. The 1. Main circuit breaker signal housing shall be weather tight. Each common end of a 2. Branch circuit b breakers bundle shall have a clip-on type color filter, one of Portland 3. Utility plug.(IM volt 20 Amp rated)G.F.I.Type Orange and one of Lunar White.The viewing end of the fiber optic 4. Lght control test switch(120 volt-IS Amp) display shall not require a cone for magnification,and shall provide 5. Contactor relay for each circuit a wide viewing angle. Each message shall have a minimum of 82 6. Double pole branch breakers) for lighting circuits (240 light points. All components shall be fastened to the flat black volt matrix plate. When the sign is not illuminated, it shall blank out 7 One I20 volt, 20 Amp single pole branch breaker (for 1i with no message legible. The low power conarmpyon lamps shalt umIity plugs) be serviceable without any tools. 8. Type 3-single phase 1201240 volt grounded neutral SECTION 9-29-20(2) IS REVISED AND SUPPLEMENTED AS service - FOLLOWS: 9. One 120 volt 40 Amp single pole branch breaker(signal service 9-29.20(2) Neon Grid Type(RC) 10. Complete provisions for 16 breaker poles All neon grid heads shall be equipped with Z crate visors 11. Name plates phenolic black with white engraving except made of polycarbonate plastic designed to eliminate sun phantom. the main breaker which shall be red with white lettering. All name Neon tubing shall be enclosed and shocicmounted inside plates shall be attached by S.S. screws. a rugged plastic module_ 12. Meter base sections are unary SECTION 9-29-25 IS DELMED AND SUPPLEALEWED BY 1 THE FOLLOWING: The pedestrian signal shall have a solid state message module, 9-29.25 Terminal and Interconnect Cabinets(RC) electronic ballast,no external transformer, and operate at 30 watts The heads shall display two symbol messages 'hand' (for the The pole mounted terminal box shall be made of molded do not walk node) in Portland orange and 'Man' (for the walk fiberglass be grey in color, be approximately 16' high x 13-7/8- anode) in lunar white- The message module shall consist of two wide x 5-7/8' deep and have a miniarutn of 16 terminals on the noon gas tuba enclosed in a housing made of polycarbonate terminal blocks The box shall be weather 60 have a single door r. with continuous hinge on one side and screw hold downs on the pLuric_ The lens material shall be polycarbonate plastic. The visors shall be flat black in color. door locking side- All hardware wW be stainless steel- All mounting hardware shall be stamless steel and shall be inddental_to_ SECT70N 9-29.24 IS DELETED AND REPLACED BY THE the unit price of terminal box. FOLLOWING_ Terminal blocks shall be 600V heavy duty,barrier type. Each 9-29.24 Service Cabinets (RC) terminal shall be separated by a marker strip The marker strip shall be permanently marked with the ciit=it number indicated in The signal/street lighting service cabinet shall be as indicated the Plans Each connector shall be a screw type with No. IQ post on the contract plans and detail sheets. All electrical conductors capable of accepting no less than 3 #12 AWG wires_fitted with buss bars and conductor terminals shall be copper or brass. The spade tips. cabinet shall be fabricated from galvanized cold rolled sheet steel Cabinet doors shall be gasketed with a one-piece closed cell WNW with 12 gauge used for exterior surfaces and 14 gauge for interior neoprene gasket and shall have a stainless steel piano hinge• s One spare 12 position terminal block shall be installed in each panels. Door hinges shall be the continuous concealed piano type and no screws, rivets or bolts shall be visible outside the enclosure- terminal cabinet and amplifier cabinet. The cabinet door shall be fitted for a Best internal type lock. The Mounting shall be as noted in the contract. cabinet shall have ventilation louvers on the lower and upper sides Interconnect splice tower cabinets shall be Type F with complete with screens, filters and have rain tight gaskets. The nominal dimensions of 22' high x 13' wide x 11' deep and cabinet door shall have a one piece weather proof neoprene gasket. constructed of cast aluminum and fitted with a Best internal lock_ 1 1. Page-SP-57 Revision Date-May I9, 1997 9-30 Water Distribution Materials 9-30 Water Distribution Materials 9-30 Water Distribution Materials SECTION 9-30.3(3) IS SUPPLEMENTED BY ADDING THE FOLLOWING: - 9-30.1 Pipe 9-30.3(3) Butterfly Valves (LZC Butterfly valves shall be Dresser 450 or Pratt Gronndh SECTION 9-30.1(I}IS REVISED AS FOLLOWS: SECTION 9-30.3(5) R4S BEEN DELETED AND REPLACED 9-30.1(1)Ductile Iron Pipe (RC) WTI$THE FOLLOWING: 1. Ductile iron pipe shall be centrifugally cast and meet the requirements of AWWA C151. Ductile iron pipe shall have a 9-30.3(5) Valve Marker Posts (RC) cement-mortar lining meeting the requirements of AWWA C104. The valve markers shall be fabricated and installed in conformance with the Standard Drawings. Ali other ductile iron pipe shalt be Valve markers shall be carsonite composite utility marker Standard Thickness Class 5250 or the thickness class as shown in 375'x 6'-0'of approved equal with blue label'water, the Plans. SECTION 9-30.30 HAS BEEN SUPPLEMENTED AS 9-303 Valves FOLLOWS: SECTION 9-30.3(1)EEAS BEEN REVISED AS FOLLOW-7 9-30'3(7) Combination Air Release/Air Vacuum i Valves (RQ 9-30.3(1) Gate Valves (RC) Air and vacuum release valves shall be APCO- Valve and Valves shall be-designed for a minimum water operating Primer Corp, 'Heavy-Duty,' combination air release valve, or pressure of 200 PSI:=Gate valves shall be Iowa list 14, Mueller_ ual- Company No.A2380,Kennedy,or M&H. Installation shall be per the City of Renton Standard Detail Approval of valves other than models specified shall be latest revision. obtained prior to bid opening. Piping and fining shall be copper or brass. Location of the air All gate valves less than 12' in diameter shall include an 8'x release valve as show on the plans is approximate. The installation 24'cast iron gate valve box and extensions as required. All 12" shall be set at the high point of the line. diameter and larger gate valves shall be installed in a vault. See SECTION 9-30.3(8)IS REVISED AS FOLLOWS: Water Standard Detail for 12' gate valve assembly vault and 1' bypass installation- 9-30.3(8) Tappit<g Sleeve and Valve Assembly(RC) (gate valves shall conform to AWWA C500 and shall be iron Tapping sleeves shall be cast iron,ductile iron mialoss steel, body, bronze-mounted double disc with bronze wedging device epoxy-coated steel, or other approved material. and O-ring stuffing box' SECTION 9-30.3(9)IS A NEW SECTION: RESIIIEIT SEATED GATE VALVES: Resilient seated gate valves shall be manufactured to meet_or 9-30.3(9) BIow Off Assembly(RC) exceed the requirements of AWWA Standard 0509 latest revisions- Permanent blow-off assembly shall be#78 Kupferle Foundry All external and internal ferrous metal surfaces of the gate Co or approved equal. Installation of blow-off permanent blow- valve shall be coated for corrosion protection with fusion bonded epoxy. The epoxy coating shall be factory applied to all valve off assembly shall be per City of Remora Water Standard Detail, Farts prior to valve assembly and shall meet or exceed the latest revision- Pipe and fittings shall be galvanized. BIow-off assembly shall be installed at l ns. requirements of AWWA Standard C-550 latest revision. Valves ocations) shown on the pla shall be provided with two (2) internal wring sterns seals. The The insW at assembly on new dead-end water main shall valves shall be equipped with one (1) anti-friction washer. The be installed at location shown m the plans. resr"tiew gate valve shall have rubber sealing surfaces to permit bi- Temporary blow-off assemblies for testing and flushing of flee directional flow. The stem shall be independent of the stem nut or new water mains will not be included under this item and shall be ""n"ion tom. considered incidental to the contract and no additional paY�m Manufacturers of Resilient Seated gate Valves shall provide shall be��' the City on request that the valve materials meet the City SECTION 9-30.5 IS SUPPLEMENTED BY ADDING THE specifications. FOLLOWING: Valves shall be designed for a minimum water operating pressure of 200 psi. 9-30.5 Hydrants (RC) End connections shall be mechanical joints flanged joints_or Fire hydrants shall be Iowa Corey 'Pee of ° th the mechanical by flanged joints as shown on the project plans. pressure) or approved equal conforming to AWWA C-502--85. Resilient Seated Gate Valves shall be U.S. Meboseal 250, Approval must be obtained prior to bid openiM. Clow M&H Style 3067,Mueller Series 2370,Kennedy. Q aounst pressure) Compression type fire hydrants (ope:vn Approve.l of valves other than model specified shall be Centurion shall be Clow Medallion M&H 929 Mueller Super obtained prior to bid opening. All gate valves less than 12 inches 200,conforming to 'WA C-502-85. in diameter shall include an 8'x24- cast iron gate valve box and extensions,as required_ SECTION 9-30.5(1) IS SUPPLEMENTED BY ADDING THE All 12 inch diameter and larger resilient seated gate valves FOLLOWING. z shall have a I inch by-pass assembly and shall be installed in a concrete vault per City of Renton Standard Details, latest revision_ 9-30.5(1) End Connections(RC) Hydrants shall be constructed with mechanical tonne connection unless otherwise specified in bid proposal descrrpttn- t Page-SP-58 Revision Date:May 19, 1.997 9-30 Water Distribution Materials 9-30 Water Distribution Materials SECTION 9-30.5(2) IS DELETED AND REPLACED WITLT synthetic molded rubber gasket, and shall be attached to h Brant THE FOLLOWING.• adapter with 1/8'coated stainless steel aircraft cable Fire hydrants shall be installed r Ci of Renton Standard 9-305(2) Hydrant Dimensions (RQ Detail for fue hydrants, latest revisions. Fire hydrants shall be Corey type (opening with the pressure) or compression type (opening against pressure) conforming to SECTIONS OF 9-30.6(3) HAVE BEEN MODIFIED AS AWWA C-502-85 with a 6 inch mechanical joint inlet and a main FOLLOWS_ valve opening (M.V.O.) of 5 1/4 inches, two 2 12 inch hose 9-30.6(3) Service Pipe nozzles with National Standard Tlueads 7 1/2 threads per inch and one 4 inch pumper nozzles with the new Seattle Pattern 6 threads 9-30.6(3)B Polyethylene Pipe(RC) per inch, 60 degrees V. Threads, outside diameter of male tread Polyethylene pipe shall not be used. 4.875 and root diameter 4.6263. Hydrants shall have a 1-1/4" pentagon operating nut opened by turning counter clockwise(left). 9-30.6(3)C Polybutalene Pipe(RCS The two 2-12' hose nozzles shall be fitted with cast iron Polybutalene pipe shall not be used. threaded caps with operating nut of the same design and SECTION 9-30.6(4)HAS BEEN REVISED AS FOLLOWS. proportions as the hydrant stem nut. Caps shall be fined with Fittings used for copper tubing shall be co r suitable neoprene gaskets for positive water tightness under test ression type with pressures gripper ring. The 4'pumper nozzle shall be fitted with a Stortz adapter, 4" SECTION 9-30.6(5) HAS BEEN SUPPLEMENTED AS Seattle Thread x S' Stour. Stour adapter shall be forged and/or FOLLOWS. exumded 6061-T6 aluminum alloy, hardcoat anodized. Threaded end portion shall have no lugs and 2 set screws 180 degrees apart.. 9-30.60 Meter Setters(RC) - Stortz face to be metal, no gasket to weather. Stortz cap to have Meter setters shall be installed per the City of Renton Standard Details for water meters, latest revision i Page-SP-59 Revision Date_May 19, 1997 1 t i 1 1 f i 1 1 1 1 1 1 - 1 1 1 1 1 WSDOT AMENDMENTS x- K a4' WSDOT AMENDIIZENTS The following WSDOT Amendments are the complete text of all Amendments to the WSDOT/APWA 1996 Standard Specifications for Road, Bridge and Municipal Construction, accepted and adopted by the City of Renton on May 19, 1997 and should be with any project specific Special Provisions contained within the contract document. Page AMD-i Revision Date:May 19, 1997 11r. Table of Contents WSDOTAMENDMENTS...................................................................................................................................i SECTION 1-04,SCOPE OF THE WORK March 3, 1997.........................................................................................5 1-04.6 Increased or Decreased Quantities--•.................................................................•--•-..................._......_....5 SECTION 1-07,LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC March 3,1997................................5 1-07.9(5) Required Documents.....................................................................................................................5 1-07.11(10)B Required Records and Retention ..................................................................................5 1-07.13(4) Repair of Damage........................................................................................................................5 SECTION 1-09,MEASUREMEENT AND PAYMENT March 3,1997...........................................................................6 1-09.8 Payment for Material on Hand............................................................................................................6 SECTION 1-10,TEMPORARY TRAFFIC CONTROL March 3, 1997........................................................................6 1-10.2(1)_Traffic Control Supervisor..............................................................................................................6 1-10.2(1) General......................................................................................................................................6 1-10.2(3) Conformance to Established Standards.............................................................................................4 8 1-103(1) Traffic Control Labor.....................................................•--............................................................8 1-103(2) Traffic Control Vehicle..................................................................................................................8 1-103(5) Temporary Traffic Control Devices...................................................................................................8 1-10.4 Measurement..................................................................................................................................9 1-10.5 Payment.........................................................................................................................................9 SECTION 2-03,ROADWAY EXCAVATION AND EMBANKMENT March 3, 1997.....................................................10 2-03.3(14)I Embankments at Bridge and Trestle Ends.......................................................................................10 2-033(14)K Select or Common Borrow Including Haul.....................................................................................10 SECTION 2-09,STRUCTURE EXCAVATION March 3,1997..................................................................................10 �I11 2-093(1)E Bacl3illing...............................................................................................................................10 2-09.4 Measurement.................................................................................................................................11 2-09.5 Payment........................................................................................................................................11 SECTION 3-02,STOCKPILING AGGREGATES March 3,1997..............................................................................11 3-023(1) Asphalt Concrete Aggregates..........................................................................................................11 SECTION 6-02,CONCRETE STRUCTURES March 3,1997 .....11 6-023(4)D Temperature and Time For Placement............................. ...............................................................11 6-023(11) Curing Concrete........................................................................................................................12 6-023(17)7 Face Lumber,Studs,Wales, and Metal Forms................................................................................12 r 6-023(24)A Field Bending. ........................................................................................................................12 6-023(25)F Prestress Release......................................................................................................................12 SECTION 6-10,CONCRETE BARRIER March 3,1997..........................................................................................13 6-10.3(1) Precast Concrete Barrier...............................................................................................................13 6-10.5 Payment........................................................................................................................................ to SECTION 7-05,MANHOLES, INLETS,AND CATCH BASINS March 3, 1997............................................................0 SECTION 7-05,MANHOLES, D=S,CATCH BASINS,AND DRYWEI.LS......................... _.......................13 7-05.1 Description.........................••--•-..........................................................................._.........................13 • 7-05.2 Materials................................•--•--.........................................................----....................................13 7-05.3 Construction Requirements........................... _....•..................14 7-05.4 Measurement ...............................................................................................•-....................._._........14 7-05.5 Payment...................•---•--..................................................................... .._.._._....._..._..14 SECTION 7-06, CONCRETE PIPE ANCHORS March 3, 1997----------------------------------------------- --.--.-----..-.15 Page-AMD-ii Revision Date.May 19, 1997 SECTION 7-08, GENERAL PIPE INSTALLATION REQUIREMENTS March 3, u*917 .................................................l5 7�8� y���c��-' � ----------'-------------------------------'-----------------------'/5 7���{�� �rcodbcu - -----------------------------------------------------------------z5 7-08'3(1)C Pipe Zone Bedding-----------------------_--r-------------------------------x5 7�0�Kly[ Bedding�e P�e------------------------------------------------------------'l5 7-08-3(2)D Pipe Laying-Steel vc Aluminum...................................................................................................1S 7-08-3(2)G Jointing of Dissimilar Pipe............................................................................................................z6 7-08.* Measurement ----------------------------------------------------------------'%0 7-08'5 Payment........................................................................................................................................x6 SECTION 7-17,SANITARY SEWERS March 3, lY97............................................................................................l6 7-17.2 Materials .............................................._......................................................................................._16 7-173(2)C Infiltration Test.........................................................................................................................l7 ~~ SECTION 8-09,RAISED PAVEMENT MARKER March 3, l997.............................................................................I7 8-09'DDescriptieo--- .....-------------^---------------------`-~-'^`~-------------------'1J 8-0.3 Construction Requirements.................................................................................................................17 8-09.3(5) Recessed Pavement Marker..............................................................................................................17 8-Y9.5 Payment........................................................................................................................................37 SECTION 8-1D,GUARDRAIL Ddazch 3,X997.......................................................................................................17 8-ID.3(1)C Erection mf Rail.........................................................................................................................17 8-11-3(1)D Anchor Installation....................................................................................................................18 � SEC7nbN0'15,&0PD&&PMarch 3,LM..............................................................................................................18 8-15.2 Materials.......................................................................................................................................18 8-15.4 Measurement.................................................................................................................................%0 SECTION 8-17 DAPACT ATTENUATOR SYSTEMS March 3,1997.........................................................................I8 - 8-17-3 Construction Requirements-------------------------------------------------------'1& SECTION 8-20,ILLUMINATION,T%&AFFIC SIGNAL SYSTEMS, ..........................................................................I0 ANDELECTRICAL March 3,DM....................................................................................................................89 | , 8-20.2OW Equipment List and Drawings.........................................................................................................19 0-20.3(13),& Light Standards.......................................................................................................................89 SECTION 8-21,BER&[&NENT SIGNING March 3,1997........................................................................................19 | 8-21.2 Materials 19 . � -------------------------------------------------------------------' 0-21'3 Construction Requirements................................................................................................................19 8-21.3(4) Sign Removal..............................................................................................................................19 8-21.3(9)F Bases...................................................................................................................................... z0 8-2D.3(1W)A Sign Lighting Luminaires........................................................................................................... 20 8-21.3(9)G Identification Plates...................................................................................................................20 8-21.3(12) Steel Sign Posts..........................................................................................................................20 SECTION&n, PAVEMENT MARBCNG8 March 3,8997.......................................................................................21 � 8-22.2 Materials.......................................................................................................................................21 SECTION 9-02,BITUMINOUS MATERIALS March J,199m-....-------------.......... .... ..... .............. ------'2x 9-02'4 Auti-Qtri9piog Additive....................................................................................................................21 SEC-17ION 9-03,AGGREGATES March 3,3997....................................................................................................21 9-0312 Gravel Backflll..............................................................................................................................28 9-03'12(5) GravcBackfiDfor Drynpells.........................................................................................................22 9-03'14(2) Select Borrow............................................................................................................................zz ' SECTION 9-04,JOINT AND CRACK SEALING MATERIALS March 3, 1997............................................................z2 9-04.3 Joint Mortar..................................................................................................................................%2 SECTION 9-05,DRAINAGE STRUCTURES,CULVERTS,AND COY0Dl017S March s, 1997.........................................%2 �� �0s�(� Coupling Bands-----'-----'__----------------------'-----------'------'--------- "5'12(l) Solid Wall PVC Culvert Pipe,Solid Wall PVC Storm Sewer Pipe, and PVC SuoaorzSewerPipe--------'z% Revision Date:May 1Y, 1997 °m 9-05.12(1) Solid Wall PVC Culvert Pipe,Solid Wall PVC Storm Sewer Pipe, and Solid Wall PVC Sanitary Sewer Pipe.-.22 ' 9-05.12(2) Profile Wall PVC Culvert Pipe and Profile Wall PVC Storm Sewer Pipe-------------------------------------_............23 9-05.12(2) Profile Wall PVC Culvert Pipe, Pro61e Wall PVC Storm Sewer Pipe,and Profile Wall PVC Sanitary Sewer Pipe23 9-05.19 Corrugated Polyethylene Culvert Pipe.... .............................................................-...•.........................23 SECTION 9-06, STRUCTURAL STEEL AND RELATED MATERIALS March 3,1997................................................23 1 9-06.16 Roadside Sign Structures....-..................................................•--..................--..........0......-.._._......_......24 9-06.5(3) High Strength Bol ts..........................................................................._..........................................24 , 9-06.5(4) Anchor Bolts...............................................................................................................................24 9-06.5(5) Bolt,Nut,and Washer Specifications......................................................................................................25 SECTION 9-09,TIMBER AND LUMBER March 3, 1997........................................................................................25 9-09.3(1)B Placing in Treating Cylinders.......................................................................................................25 SECTION 9-11,WATERPROOFING March 3, 1997..............................................................................................25 9-11.1 Asphalt for Waterproofing................................................................................................................25 SECTION 9-12,MASONRY UNITS March 3,1997.............................................................—.............................._-25 9-12.4 Precast Concrete Manholes........................................................................._...................................._.25 1 9-12.5 Precast Concrete Catch Basins...........................................................................................................26 9-12.7 Precast Concrete Drywelis...._ —...................................:....................................................................26 SECTION 9-13,RIPRAP,QUARRY SPALLS,SLOPE PROTECTION,AND ROCK WALLS March 3,1997.......... —......26 9-13.4 Concrete Slab Riprap.......................................................................................................................26 SECTION 9-16,FENCE AND GUARDRAIL March 3,1997................................................................................... 6 9-16.3(1) Rail Element............................................................................................................................... 9-163(2) Posts and Blocks.....................................0........................0...................0...........0................0..........26 9-16.3(5) Anchors.....................................................................................................................................27 1 1 Page-AMD-iv Revision Date_May 19, 1997 1-04.6 Increased or Decreased Quantities 1-07.13(4) Repair of Damage { TC "SECTION 1-04, SCOPE OF THE WORK" }SECTION 1-04, SCOPE OF THE 2 WORK March 3, 1997 1-04.6 Increased or Decreased Quantities 5 The first sentence of Item no_ I in the first paragraph is revised to read: 6 Either parry to the contract will be entitled to renegotiate the price for that portion of the actual quantity in excess of I25 percent of the original bid quantity. 9 ^ Item no.2 in the first paragraph is revised to read: Either party to the contract will be entitled to an equitable adjustment if the actual quantity of work performed is less than 75 percent of 3 the original bid quantity. The equitable adjustment in the case of decreased quantities shall be based upon any increase or decrease in costs due solely to the variation of the estimated quantity. The total payment for any item will be limited to no more than 75 percent of the amount a. originally bid for the item. 0 7 Item no.4 in the second paragraph is deleted. a { TC "SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE a PUBLIC'' }SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1 March 3, 1997 t -- - 2 1-07.9(5) Required Documents The fifth sentence of the third paragraph is revised to read: law _ 5 Employee labor descriptions used on certified payrolls shall coincide exactly with the labor descriptions on the minimum wage schedule in the contract unless the Engineer approves an alternate method to identify labor used by the Contractor to compare with labor listed in the contract provisions. o 1-07.11(10)B Required Records and Retention O The reference to"PR 1391" in the first sentence of the second paragraph is revised to read"FHWA 1391". The third paragraph is revised to read: 3 4 All Contractors/Subcontractors having contracts of$100,000 or more that are Federally funded shall submit WSDOT form 820-010 to the Project Engineer by the fifth of the month during the term of the contract. The Contractor/Subcontractor shall maintain this information for all Contracting Agency funded projects, and those Federally funded projects under$100,000. 7 1-07.13(4) Repair of Damage 9 The second sentence of the first paragraph is revised to read: For damage qualifying for relief under Section 1-07.13(1), 1-07.13(2), and 1-07.13(3), payment will be made in accordance with Section 2 1-04.4 Page AMD-5 Revision Date.May 19, 1997 1-09.8 Payment for Material on Hand 1-102(1) General 1 { TC "SECTION 1-09, MEASUREMENT AND PAYMENT" }SECTION 1-09, 2 MEASUREMENT AND PAYMENT 3 March 3, 1997 4 1-09.8 Payment for Material on Hand 5 The first sentence of the fifth paragraph is revised to read: 6 7 The Contracting Agency will not pay for material on hand when the invoice cost is less than$2,000. 8 { TC "SECTION 1-10, TEMPORARY TRAFFIC CONTROL" }SECTION 1-10, 9 TEMPORARY TRAFFIC CONTROL o March 3, 1997 1 1-10.2(1) Traffic Control Supervisor 2 This section is revised to read: 3 4 1-10.2(1) General 5 The Contractor shall designate an individual or individuals to perform the duties of Traffic Control Manager 6 (TCM) and Traffic Control Supervisor (TCS). The TCM and TCS shall be certified as a worksite traffic 7 control supervisor by one of the organizations listed in the Special Provisions. A TCM and TCS are required 8 on all projects that have traffic control. The TCM can also perform the duties of the TCS. The Contractor 9 shall identify an alternate TCM and TCS that can assume the duties of the assigned or primary TCM and TCS 0 in the event of that person's inability to perform. Such alternates shall be adequately trained and certified to 1 the same degree as the primary TCM and TCS. 2 3 The Contractor shall maintain 24-hour telephone numbers at which the TCM and TCS can be contacted and be 4 available upon the Engineers request at other than normal working hours. The TCM and TCS shall have 5 appropriate personnel, equipment, and material available at all times in order to expeditiously correct any 6 deficiency in the traffic control system. 7 8 1-10.2(1)A Traffic Control Manager 9 The duties of the Traffic Control Manager include: 10 0 1 1. Discussing proposed traffic control measures and coordinating implementation of the Contractor- 2 adopted traffic control plan(s) with the Engineer. 3 4 2. Coordinating all traffic control operations, including those of subcontractors, suppliers, and any 5 adjacent construction or maintenance operations. 6 7 3. Coordinating the project's activities (such as ramp closures, road closures, and lane closures) 8 with appropriate police, fire control agencies, city or county engineering, medical emergency 9 agencies, school districts, and transit companies- 0 Page-AMD-6 Revision Date.May 19, 1997 r 1-10.2(1) General 1-10.2(1) General 1 4. Overseeing all requirements of the contract which contribute to the convenience, safety, and orderly movement of vehicular and pedestrian traffic. 4 5. Having the latest adopted edition of the MUTCD including the Modifications to the MUTCD for Streets and Highways for the State of Washington and applicable standards and specifications V available at all times on the project. 7 6. Attending all project meetings where traffic management is discussed. 0 7. Review TCS's diaries daily and be responsible for knowing "field" traffic control operations. 2 1-10.2(1)B Traffic Control Supervisor A TCS shall be on the project whenever traffic control labor is required or as authorized by the Engineer- 5 - The TCS shall personally perform all the duties of the TCS. During nonwork periods, the TCS shall be able to be on the jobsite within a 45-minute time period after notification by the Engineer. 8 The TCS's duties shall include: 1. Inspecting traffic control devices and nighttime lighting for proper location, installation, i message, cleanliness, and effect on the traveling public. Traffic control devices shall be inspected each work shift except that Class A signs and nighttime Iighting need to be checked only once a week. Traffic control devices left in place for 24 hours or more should also be 4 inspected once during the nonworking hours when they are initially set up (during daylight or - darkness, whichever is opposite of the working hours). : 7 2. Preparing a daily traffic control diary on DOT Forms 421-040A and 421-040B, which shall be submitted to the Engineer no later than the end of the next working day to become a part of the project records. The Contractor may use their own form if it is approved by the Engineer. o Include in the diary such items as: . a. When signs and traffic control devices are installed and removed, 3 b. Location and condition of signs and traffic control devices, • c. Revisions to the traffic control plan, d. Lighting utilized at night, and 6 e. Observations of traffic conditions. 3. Ensuring that corrections are made if traffic control devices are not functioning as required- 9 The TCS may make minor revisions to the traffic control plan to accommodate site conditions as Iong as the original intent of the traffic control plan is maintained and the revision has concurrence of the WSDOT TCS. 2 3 4. Attending traffic control coordinating meetings or coordination activities as authorized by the L I Engineer. 5 5 The TCS may perform the work described by "Traffic Control Labor" as long as the duties of the TCS are accomplished. Possession of a current flagging card by the TCS is mandatory. 9 A reflective vest and hard hat shall be worn by the TCS. Page-AMD-7 Revision Date:May 19, 1997 1-10.2(3) Conformance to Established Standards 1-10.3(5) Temporary Traffic Control Devices 1 1-10.2(3) Conformance to Established Standards 2 This section is supplemented with the following: 3 , 4 The.condition of signs and traffic control devices shall be new or "acceptable" as defined in the book Quality 5 Standards For Work Zone Traffic Control Devices, and will be accepted based on a visual inspection by the 6 Engineer. The Engineer's decision on the condition of a sign or traffic control device shall be final. When a 7 sign or traffic control device becomes classified as "unacceptable" it shall be removed from the project and 8 replaced within 12 hours. 9 o The book, Quality Standards For Work Zone Traffic Control Devices, is available by writing to the American 1 Traffic Safety Service Association, 5440 Jefferson Davis Hwy., Fredericksburg, VA 22407, telephone: (703) 2 898-5400, FAX(703) 898-5510. 3 4 1-10.3(1) Traffic Control Labor 5 The first sentence of the second paragraph is replaced with the following two sentences: 6 7 Flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, 'or 8 Idaho. The flagging card shall be immediately available and shown upon request by the Contracting Agency. 9 0 1-10.3(2) Traffic Control Vehicle i This section is revised to read: 2 3 When the bid proposal includes an item "Traffic Control Vehicle," the work required for this item-is furnishing 4 a vehicle or vehicles for the traffic control supervisor and for transporting the Class B construction signs and 5 other temporary traffic control devices in the "work area" defined in Section 1-10.5. The eligible work for 6 transporting signs shall be limited to: 7 8 1. Set up and removal, 9 2. Relocation to and from temporary storage, provided that, the use and location of the temporary o storage is approved by the Engineer, and , 1 3. Relocation on the project, provided that, the new locations are in accordance with the contract plans, 2 approved traffic control plan, or the orders of the Engineer- 3 4 The traffic control vehicle shall be equipped with a roof or post-mount flashing amber light visible for,360 5 degrees. 6 7 1-10.30 Temporary Traffic Control Devices 8 The first sentence of the first paragraph is revised to read: ° 9 o When the bid proposal includes an item for "Temporary Traffic Control Devices", the work required for this 1 item shall be furnishing barricades, flashers, cones, traffic safety drums, and other temporary traffic control 2 devices, unless the contract provides for furnishing a specific temporary traffic control device under another 3 item. 4 , Page AMD-8 Revision Date:May 19, 1997 1-10.4 Measurement 1-10.5 Pa ment t 1-10.4 Measurement The fourth paragraph is revised to read: 3 Traffic control supervisor will be measured per hour for each hour a person is actually performing the duties described in Section 1-10.2(1)B as authorized by the Engineer. A minimum of 4 hours will be paid when the 6 Engineer authorizes the TCS to be on the jobsite during non-working shifts- The following paragraph is inserted after the fourth paragraph: 9 No unit of measure will apply to the position of traffic.control manager and it will be considered incidental to unit contract prices. _ When the traffic control manager performs the duties of the traffic control supervisor, 2 measurement and payment will be as specified for the traffic control supervisor. +� The sixth paragraph is revised to read: 5 The days eligible for "Traffic Control Vehicle" will be those days that a vehicle or vehicles are actually used +�•� for the previously described work. The Contractor may use more than one vehicle to perform this work, 8 however, all the vehicles used will be considered one unit for the days that more than one vehicle is used. Vehicles required to be furnished by any other specifications such as Section 1-10.3(6) may be used for doing the work required by this section but will be excluded from payment under this section. 1 1-10.5 Payment 3 The bid item "Traffic Control Supervisor", per day, is revised to read: "Traffic Control Supervisor", P er hour. 6 The first paragraph following the bid item "Traffic Control Supervisor" is revised to read: �• 9 The unit contract price per hour for "Traffic Control Supervisor" shall be fail pay for each hour a person . performs the duties described in Section 1-10.2(1)B including when performing traffic control labor duties. 2 Under the bid item "Temporary Traffic Control Devices", the reference to "Section 1-10.3(9)", is revised to read "Section 1-10.3(5)". 5 The first paragraph following the bid item"Traffic Control Vehicle" is revised to read: The unit contract price per day shall be full pay for all costs involved in furnishing the vehicle or vehicles for 8 the work described in Sections 1-10.2(1)B and 1-10.3(2). The operator(s) of the vehicle(s) will be paid for under the item "Traffic Control Labor" or "Traffic Control Supervisor". 1 The last paragraph of this section is deleted. Page-AMD-9 Revision Date: May 19, 1997 2-03.3(14)1 Embankments at Bridge and Trestle Ends 2-09.3(1)E Backfilling I { TC "SECTION 2-03, ROADWAY EXCAVATION AND EMBANKMENT'' 2 }SECTION 2-03, ROADWAY EXCAVATION AND EMBANKMENT 3 March 3, 1997 4 2-03.3(14)I Embankments at Bridge and Trestle Ends 5 The third paragraph is replaced with the following two paragraphs: 6 7 To prevent the bridge from being distorted or displaced, the Contractor shall place backfill material evenly 8 around all sides and parts of the structure. The Contractor shall not backfill any abutment prior to placing the 9 superstructure. After the superstructure is in place, use of small compactors may be required to compact the o backfill around the structure. Embankments and backfill behind the abutments must be brought up in Iayers I and compacted concurrently. The difference in backfill height against each abutment shall not exceed 2 feet 2 unless approved by the Engineer. 3 4 The Contractor may request, in writing, approval to place the abutment backfill (either full or partial height) 5 prior to placement of the superstructure. To receive this approval, the Contractor shall submit calculations, for 6 the Engineer's review. The calculations shall prove that the abutment is stable, both for overturning and 7 sliding, without the superstructure in place. The stability calculations shall assume a loading of 30 lbs/ft, 8 equivalent fluid pressure and include at least a 2 foot surcharge for the backfill placement equipment. If the 9 abutment backfill is allowed to be placed prior to completion of the superstructure, the Contractor shall bear o any added cost that results from the change. 1 2 2-03.3(14)K Select or Common Borrow Including Haul 3 In the fast paragraph the reference to Section 9-02.14(3) for common borrow requirements is revised to read 4 "Section 9-03.14(3). 5 { TC "SECTION 2-09, STRUCTURE EXCAVATION" }SECTION 2-09, , 6 STRUCTURE EXCAVATION 7 March 3, 1997 8 2-09.3(1)E Backfilling 9 The specifications for Controlled Density Fill in the fourth paragraph are revised to read: , 0 1 Ingredients Amount per Cu. Yd. , 2 Portland Cement 50 lb. 3 Fine Aggregates Class 1 or 2 3300 lb. (3500 lb. if flyash Class C is 4 used.) 5 Air Entrainment Admixture Per Manufacturer's recommendations 6 Fly Ash Class F or 300 lb. 7 Fly Ash Class C 150 lb- 8 Water 300 lb_ (maximum) 9 Page-AMD-10 Revision Date:May 19, 1997 2-09.4 Measurement 6-02.3(4)D Tem erature and Time For Placement t 2-09.4 Measurement Under "Horizontal Limits" the paragraph dealing with "pipelines" and the paragraph dealing with "pipes, pipe 3 arches, structural pipes, and underpasses" are deleted and replaced with the following: For all pipes, pipe arches, structural plate pipes, and underpasses, the structural excavation quantity will be 6 calculated based on the following trench width: For drain and underdrain pipes, trench width = 1.D. + 12 inches. 9 For pipes 15 inches and under, trench width = I.D. + 30 inches. For pipes 18 inches and over, trench width = (1.5 x I.D_) + 18 inches. 2 Under "Horizontal Limits" the following new paragraph is added: For drywells, the limits shall be in accordance with the Standard Plans. 5 The paragraph for "Gravel Backfill" is revised to read: 8 Gravel BackjW Gravel backfill, except when used as bedding for culverts and storm sewer pipes, will be measured by the cubic yard in place determined by the neat lines required by the Plans. 1 2-09.5 Payment The paragraph between the bid items "Gravel Backfill (kind)" and "Controlled Density Fill" is deleted. 4 { TC "SECTION 3-02, STOCKPILING AGGREGATES" }SECTION 3-02, - STOCKPILING AGGREGATES March 3, 1997 a 3-02.3(1) Asphalt Concrete Aggregates a The first paragraph is revised to read: Lo Aggregates for Classes A, B and E shall be produced or furnished in the following sizes as they apply to the I class of asphalt concrete to be produced: 1 1/4 inch-1/4 inch, 5/8 inch-1/4 inch and 1/4 inch-0. Each size shall be stockpiled separately regardless of whether it is being produced for future work or for immediate use, 3 except as modified in Section 9-03.8. { TC "SECTION 6-02, CONCRETE STRUCTURES" }SECTION 6-02, CONCRETE "' 5 STRUCTURES March 3, 1997 6-02.3(4)D Temperature and Time For Placement 8 The first paragraph is supplemented with the following: 0 Page-AMD-11 Revision Date_May 19, 1997 6-02.3(1 I) Curing Concrete 6-02.3(25)F Prestress Release t Precast concrete that is heat cured per Section 6-02.3(25)D shall remain between 50 and 90 F while it is being 2 placed- 3 , 4 6-02.3(11) Curing Concrete 5 Item number I of the first paragraph is revised to read: 6 7 1. Bridge roadway slabs (except those made of concrete Class 4000D and 4000DLS), bridge approach slabs, 8 flat slab bridge superstructures, bridge sidewalks, box culvert tops, roofs of cut and cover tunnels - curing ' 9 compound covered by white reflective type sheeting, or continuous wet curing for at least 10 days. 0 1 6-02.3(17)J Face Lumber, Studs, Wales, and Metal Forms 2 The 22nd paragraph of Section 6-02.3(17)J is revised to read: 3 4 The Contractor shall select a parting compound from the current Qualified Products List, or submit to the 5 Engineer a sample of the parting compound at least ten working days before its use. Approval or non-approval 6 shall be based on laboratory test results or selection off the current Qualified Products List. 7 8 6-02.3(24)A Field Bending 9 Item No. 2 under "In field-bending steel reinforcing bars" in the second paragraph, is revised to read: o 'i Apply heat as described in Tables 2 and 3 for bending bar sizes No. 6 through No. 11 and for bending bar 2 sizes No. 5 and smaller when the bars have been previously bent. Previously unbent bars of sizes No. 5 and 3 smaller may be bent without heating; 4 5 Table 1 is supplemented with the following: 6 7 The minimum bending diameters for stirrups and ties for No. 4 and No. 5 bars when heat is not applied shall , 8 be specified in Section 9-07. 9 0 6-02.'3(25)F Prestress Release i This Section is supplemented with the following: 2 3 The Contractor may request, in writing, permission to release the prestressing reinforcement at a minim 4 concrete compressive strength less than specified in the Plans. This request shall be accompanied with 5 calculations, prepared by a Professional Engineer licensed in the state of Washington, showing the adequacy of , 6 the proposed release concrete compressive strength. The calculated release strength shall meet the 7 requirements outlined in the Washington State Department of Transportation Bridge Design Manual for tension 8 and compression at release. The proposed minimum concrete compressive strength at release will be evaluated 9 by the Contracting Agency. Fabrication of girders using the revised release strength shall not begin until the o Contracting Agency has provided written approval of the revised release compressive strength. if a reduction of I the minimum concrete compressive strength at release is allowed, the Contractor shall bear any added cost that 2 results from the change_ Page-AMD-12 Revision Date:May 19, 1997 6-10.3(1) Precast Concrete Barrier 7-05.2 Materials • { TC "SECTION 6-10, CONCRETE BARRIER" }SECTION 6-10, CONCRETE BARRIER 3 March 3, 1997 4 6-10.3(1) Precast Concrete Barrier The first two paragraphs are replaced with the following paragraph: 6 The concrete in precast barrier shall be Class 4000 and comply with the provisions of Section 6-02-3- No concrete barrier shall be shipped until test cylinders made of the same concrete and cured under the same 9 conditions show the concrete has reached 4000 psi. The fifth paragraph is revised to read: 2 Precast concrete barrier shall be cured in accordance with Section 6-02.3(25)D except that the barrier shall be cured in the forms until a rebound number test, or test cylinders which have been cured under the same 5 conditions as the barrier, indicate the concrete has reached a compressive strength of at least 2500 psi. No additional curing is required once the barrier is removed from the forms. 6-10.5 Payment _ Section 6-10.5, Payment, is supplemented with the following: 0 "Single Slope Concrete Barrier", per linear foot. .. The unit contract price per linear foot for "Single Slope Concrete Barrier" shall be full pay for either cast in 3 place or precast single slope concrete barrier. �.. { TC "SECTION 7-05, MANHOLES, INLETS, AND CATCH BASINS" ISECTION 5 7-05, MANHOLES, INLETS, AND CATCH BASINS March 3, 1997 The title of this section is revised to read: o SECTION 7-05, MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS 0 7-05.1 Description as 2 In the first paragraph, the work "drywells" is inserted after the word "inlets". 4 7-05.2 Materials This section is supplemented with the following: 6 Crushed Surfacing Base Course 9-03.9(3) Gravel Backfill For Drywells 9-03.12(5) Page-AMD-I3 Revision Date:May 19, 1997 7-05.3 Construction Requirements 7-05:5 Payment I Precast Concrete Drywells 9-12.7 2 Underground Drainage Geotextile, 3 Moderate Survivability 9-33.1 4 5 7-05.3 Construction Requirements 6 The following paragraph is inserted after the first paragraph: , 7 8 The excavation for drywells shall be in accordance with the Standard Plans. The drywell and gravel backfill , 9 for drywell shall be completely encased in moderate survivability underground drainage geotextile in o accordance with the Standard Plans and in conformance with Section 2-12.3. During construction of the 1 drywell, all necessary precautions shall be taken to prevent debris and eroded material from entering the , 2 drywell. 3 4 The third paragraph is deleted. ' 5 6 The eighth paragraph is supplemented with the following: 7 8 Mortar shall conform to the requirements of Section 9-04.3. 9 o The 15th paragraph is revised to read: 1 ' 2 Backfilling of inlets, manholes, catch basins, and drywells shall be done in accordance with the provisions of 3 Section 2-09. 4 ' 5 The 16th paragraph is revised to read: 6 7 Manholes, catch basins, inlets and drywells shall be constructed on a compacted or undisturbed level , 8 foundation. If the Contractor elects to use a separate cast-in-place base, the concrete shall be Class 4000. 9 Upon final acceptance of the work, all manholes, catch basins, inlets, drywells, and other drainage structures 0 shall conform to the requirements of the Standard Plan except as approved by the Engineer. 1 2 7-05.4 Measurement , 3 This section is supplemented with the following: 4 5 Precast Concrete Drywell will be measured per each. 6 7 7-05.5 Payment , 8 The bid item "Abandon Drainage Structure", per each, is revised to read: 9 'o "Abandon Existing Manhole", per each. 1 2 This section is supplemented with the following: ' 3 4 "Precast Concrete Drywell", per each. Page AMD-14 ' Revision Dale:May 19, 1997 7-08.2 Materials 7-08.3(2)D Pipe Laying-Steel or Aluminum t The unit contract price per each for `Precast Concrete Drywell- shall be full pay for furnishing and installing the drywell, including all structure excavation, gravel backfill for drywell, crushed surfacing base course, and drainage geotextile. { TC "SECTION 7-06, CONCRETE PIPE ANCHORS" }SECTION 7-06, s CONCRETE PIPE ANCHORS March 3, 1997 7 This section is deleted in its entirety. ow - { TC "SECTION 7-08, GENERAL PIPE INSTALLATION REQUIREMENTS" 9 ISECTION 7-08, GENERAL PIPE INSTALLATION REQUIREMENTS .. March 3, 1997 .. 7=-08.2 Materials 2 This section is revised to read: " Materials shall meet the requirements of the following sections: S Gravel Backfill for Foundations 9-03.12(1) . Gravel Backfill for Pipe Zone Bedding 9-03.12(3) 8 Bedding Material for Thermoplastic Pipe 9-03.16 o 7-08.3(1)A Trenches The second paragraph is revised to read: 2 z The trench width shall be as specified in Section 2-09.4 and shall be excavated to the depth and grade as given by the Engineer. S 7-08.3(1)C Pipe Zone Bedding 7 This section heading is revised as follows: 9 7-08.3(1)C Bedding the Pipe In the first sentence of the fast and second paragraph, the word "material" is inserted after "Pipe zone i bedding". 3 7-08.3(2)D Pipe Laying - Steel or Aluminum The first paragraph is revised to read: 6 Pipe with riveted or resistance spot welded seams shall be laid in the trench with the outside laps of I - circumferential joints upgrade and with longitudinal laps positioned other than in the invert, and firmly jointed I together with approved bands. Page-AMD-1 S Revision Date_May 19, 1997 7-08.3(2)G Jointing of Dissimilar Pi 7-17.3(2)C Infiltration Test I 1 2 7-08.3(2)G Jointing of Dissimilar Pipe 3 This section is revised to read: 4 5 Dissimilar pipe shall be jointed by use of a factory-fabricated adapter coupling as detailed in the Plans, or a 6 pipe collar as detailed in the Standard Plans. 7 8 7-08.4 Measurement ' 9 The following new paragraph is inserted after the first paragraph: , 0 I There will be no specific unit of measure for any material placed in the pipe zone in the installation of culvert 2 and storm sewer pipes. 3 4 7-08.5 Payment 5 The bid item "Gravel Backfill for Foundations" is revised to read "Gravel Backfill for Foundation Class _", per 6 cubic yard. 7 '8 The following new sentence is inserted after the bid item "Gravel Backfill for Pipe Zone Bedding": 9 o All costs associated with furnishing and installing bedding and backfill material within the pipe zone in the ' I installation of culvert and storm sewer pipes shall be included in the unit contract price for the type and size of 2 pipe installed- 3 '4 This section is supplemented with the following paragraph: 5 6 All costs in jointing dissimilar pipe with a coupling or concrete collar shall be included in the unit contract 7 price per linear foot for the size and type of pipe being jointed. s { TC "SECTION 7-17, SANITARY SEWERS" )SECTION 7-17, SANITARY 9 SEWERS , o March 3, 1997 I 7-17.2 Materials 2 The reference to "PVC Sanitary Sewer Pipe" in the fourth paragraph is revised to read "Solid Wall PVC Sanitary 3 Sewer Pipe". 4 5 The fourth paragraph is supplemented with the following: ' 6 7 Profile Wall PVC Sanitary Sewer Pipe 9-05.12(2) 8 9 7-17.3(2)C Infiltration Test 0 The reference to "(in liters per hour)" in the formula in the second paragraph is revised to read "(in gallons per ' 1 hour)". Page-AMD-16 Revision Date_May 19, 1997 8-09.1 Description 8-11.3(1)D Anchor Installation { TC "SECTION 8-09, RAISED PAVEMENT MARKER" }SECTION 8-09, RAISED PAVEMENT MARKER 3 March 3, 1997 a 8-09.1 Description The word "raised" is deleted from the first and second sentences. 6 8-09.3 Construction Requirements 8 This Section is revised by adding the following new Section: o 8-09.3(5) Recessed Pavement Marker The Contractor shall grind the pavement marker recess in accordance with the dimensions shown in the 2 Standard Plans. Markers shall be installed in the recess in accordance with the Standard Plans and the Plans. 4 8-09.5 Payment The first paragraph is supplemented with the following new bid item: 7 "Recessed Pavement Marker", per hundred. The second paragraph is revised to read: 0 The unit contract price per hundred for "Raised Pavement Marker Type I", "Raised Pavement Marker Type 2", "Raised Pavement Marker Type 3-_ In.", and "Recessed Pavement Marker" shall be full pay for 3 furnishing and installing the markers in accordance with these Specifications, including all costs involved with traffic control except for reimbursement for labor for traffic control in accordance with Section 1-10.5. 5 { TC "SECTION 8-11, GUARDRAIL" )SECTION 8-11, GUARDRAIL March 3, 1997 8-11.3(1)C Erection of Rail 8 The following paragraph is inserted after the second paragraph: law 1 When nested W-beam or thrie beam is specified, two sections of guardrail, one set inside of the other shall be t installed. The inside and outside rail elements shall not be staggered. 3 8-11.3(1)D Anchor Installation I The heading is revised to read: . 5 6 Terminal and Anchor Installation T 8 The reference to "steel tubes" in the third paragraph is revised to read "foundation tubes"_ Page-AMD-17 Revision Date:May 19, 1997 i 8-15.2 Materials 8-20.2(1) Equipment List and Drawings 1 2 This section is supplemented with the following: 3 '4 Assembly and installation of guardrail terminals listed in the Qualified Products List shall be supervised at all 5 times by a manufacturer's representative, or an installer that has been trained and certified by the unit's 6 manufacturer. A copy of the installer's certification shall be provided to the Engineer prior to installation. 7 Assembly and installation shall be in accordance with the manufacturer's recommendations. ' 8 { TC "SECTION 8-15, RIFRAPtt }SECTION 8-159 RIPRAP 9 March 3, 1997 , o 8-15.2 Materials , 1 The reference to Slab Riprap in the first paragraph is deleted. 2 , 3 8-15.4 Measurement 4 The third paragraph is revised to read: 5 6 Filter blanket will be measured by the ton or per cubic yard of filter blanket actually placed. 7 , 8 The fifth paragraph dealing with Concrete Slab Riprap is deleted. 9 SECTION 8-17, IMPACT ATTENUATOR SYSTEMS ' o March 3, 1997 1 8-17.3 Construction Requirements 2 The following paragraph is inserted before the first paragraph: , 3 4 Assembly and installation shall be supervised at all times by a manufacturer's representative, or an installer that 5 has been trained and certified by the unit's manufacturer. A copy of the installer certification shall be provided 6 to the Engineer prior to installation. 7 8 The first sentence of the fast paragraph is revised to read: ' 9 o Assembly and installation shall be in accordance with the manufacturer's recommendations. 1 { TC "SECTION 8-20, ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND 2 ELECTRICAL" }SECTION 8-20, ILLU11IIINATION, TRAFFIC SIGNAL SYSTEMS, 3 AND ELECTRICAL 4 March 3, 1997 s l) E s 8-20.2 Equipment List and Drawings ' ( q P g 6 The fifth paragraph is revised to read: ' 7 Page AMD-18 ' Revision Dale. May 19, 1997 8-20.3(13)A Light Standards 8-21-3(9)F Bases The Contractor will not be required to submit shop drawings for approval for light standards conforming to the - pre-approved plans listed in the Qualified Products List. 3 8-20.3(13)A Light Standards 5 The first sentence of Item No. 2 in the third paragraph is deleted. The first sentence of Item No. 4 in the third paragraph is deleted. { TC "SECTION 8-21, PERMANENT SIGNING" }SECTION 8-21, PERMANENT 9 SIGNING March 3, 1997 8-21.2 Materials The second sentence of the first paragraph is revised to read: 3 Materials for sign bridges, cantilever sign structures, roadside sign structures, and sign mounting shall meet the requirements of Section 9-06. 8-21.3 Construction Requirements 8 8-21.3(4) Sign Removal This section is revised to read: 0 ' Where shown in the Plans or ordered by the Engineer, the existing signs and, if so indicated, the sign structures shall be removed by the Contractor. Where indicated, the Contractor shall remove concrete 3 pedestals to a minimum of 1 foot below finished grade and backfill the hole to the satisfaction of the Engineer. Where an existing sign post is located within a sidewalk area, the Contractor shall remove the post and finish the area to make the sidewalk continuous. Wood signs, wood sign posts, wood structures, 6 metal sign posts, windbeams, and other metal structural members shall become the property of the Contractor and shall be removed from the project. Aluminum signs shall remain the property of WSDOT. The Contractor shall bundle and band the signs, and ship the signs C.O.D_ by common carrier to: 9 WSDOT Central Sign Shop, 2809 Rudkin Road, Union Gap, Washington 98903. The contract number 1) shall be included with the shipment. If the Contractor elects to deliver the signs, it shall be at no expense to the Contracting agency. All signs shall be shipped to the Central Sign Shop prior to physical 2 completion of the project. If the total square feet of all signs removed is'less than 9 square feet they shall 3 become the property of the Contractor and removed from the project. The Contractor will be charged ► $2.00 per square foot for any signs that are lost or rendered unrecyclable by the Contractor's operation- 5 > 8-21.3(9)F Bases 7 The second sentence of the second paragraph is revised to read: Page-AMD49 Revision Date_May 19, 1997 8-21.3(10)A Sign Lighting Luminaires 8-22.2 Materials 1 Spiral foundation reinforcement shall conform to ASTM A 82 for sign post bases and Section 9-07 for all ' 2 other sign structure bases_ 3 ,4 The second paragraph is supplemented with the following: 5 6 Concrete for sign post foundations shall be Class 3000 conforming to the requirements of Section 6-02.3. 7 ' 8 8-21.3(10)A Sign Lighting Luminaires 9 The reference to "Section 9-28.16" in the first sentence is revised to read "Section 9-28.15". ' 0 1 This section is revised by adding the following new sections: , 2 3 8-21.3(9)G Identification Plates 4 When sign structures are constructed, the Contractor shall attach sign structure identification plates to the sign 5 structures as directed by the Engineer. The identification plates will be supplied by the Engineer. When sign 6 structures are removed, the Contractor shall remove the sign structure identification plates from the sign 7 structures and give them to the Engineer. 8 9 8-21.3(12) Steel Sign Posts 0 Steel sign posts shall be connected to concrete bases using the following procedure: 1 ,2 1. Remove all galvanized runs and beads from washer area. 3 2. Assemble sign post to stub post with bolts, using one flat washer on each bolt between plates. 4 1 Shim as required to plumb sign posts. 5 4. Tighten bolts in a systematic order to required torque while not over tightening. 6 5. Loosen each bolt and retighten to required torque in the same order as initial tightening. 7 6. After Contracting Agency inspection of bolt torque, burr threads with center punch to prevent 8 loosening. 9 0 When AASHTO M 183 or ASTM 36 steel is used for posts, a welded bead approximately 2 inches long shall 1 be placed on the post approximately 6 inches from the base connection. When AASHTO M 222, AASHTO M 2 223, ASTM A 572 Grade 50, or ASTM A 53 Grade B steel is used, 2 welded beads approximately 2 inches 3 long and 1/2-inch apart shall be placed on the post approximately 6 inches from the base connection. 4 { TC "SECTION 8-22, PAVEMENT MARKINGS" }SECTION 8-22, PAVEMENT 5 MARKINGS ' 6 March 3, 1997 7 8-22.2 Materials ' 8 The first sentence is revised to read: 9 0 Material for pavement marking shall be paint or plastic as noted in the bid item and selected from approved 1 materials listed in the Qualified Products List. 2 ' 3 8-22.4 Measurement Page-AMD-20 ' Revision Date:May 19, 1997 9-02.4 Anti-Stripping Additive 9­03_14(2) Select Borrow i The second sentence of the eighth paragraph is revised to read: Removal of traffic markings or stripes in excess of 4 inches in width will be measured by the square yard for 4 the area actually removed. { TC "SECTION 9-02, BITUMINOUS MATERIALS" ISECTION 9-02, 5 BITUMIINOUS. MATERIALS March 3, 1997 .. 1 9-02.4 Anti-Stripping Additive 9 This section is revised in its entirety to read: r ) i When directed by the Engineer, heat-stable anti-stripping additive shall be added to the asphalt mix. At the 2 option of the Contractor, the anti-stripping additive can be either added to the liquid asphalt or sprayed on the 3 aggregate on the cold feed. Once the process and type of anti-stripping additive proposed by the Contractor 4 have been approved by the Olympia Service Center Materials Laboratory, the process, brand, grade, and 5 amount of anti-stripping additive shall not be changed without approval of the Engineer. i 7 When liquid anti-stripping additive is added to the liquid asphalt, the amount will be designated by the S Engineer, but shall not exceed 1 percent by mass (weight) of the liquid asphalt. t When polymer additives are sprayed on the aggregate, the amount will be designated by the Engineer, but shall 1 not exceed 0.67 percent by mass (weight)of the aggregate. 3 The use of another process or procedure for adding anti-stripping additive to the asphalt mix will be considered 4 based on a proposal from the Contractor. - TC "SECTION 9-03, AGGREGATES" )SECTION 9-03, AGGREGATES 5 March 3, 1997 7 9-03.12 Gravel BackrW 3 This section is supplemented with the following new section: 9 9-03.12(5) Gravel Backfill for DrywelIs t Gravel backfill for drywells shall meet the requirements for coarse aggregate for Portland cement concrete, L Grading No. 4 in accordance with Section 9-03.1(3)C. *. 3 4 9-03.14(2) Select Borrow r 5 The sand equivalent requirement in the first paragraph is revised to read "25 min." W Page-AMD�2I Revision Date_May l9, I997 arr 9-043 Ioint Mortar 9-05.12(2) Profile Wall PVC Culvert Pipe and Profile Wall PVC Storm Sewer pipe ' I { TC "SECTION 9-04, JOINT AND CRACK SEALING MATERIALS" }SECTION 9- 2 04, JOINT AND CRACK SEALING MATERIALS 3 March 3, 1997 4 9-04.3 Joint Mortar , 5 The first paragraph is revised to read: 6 7 Mortar for hand mortared joints shall consist of one part Portland cement, three parts fine sand, and sufficient 8 water to allow proper workability. tt ' 9 { TC "SECTION 9-05, DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS o }SECTION 9-05, DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS i March 3, 1997 ' 2 9-05.4(7) Coupling Bands , 3 The first paragraph is supplemented with the following: 4 '5 As an alternate to the coupling bands shown in the Standard Plans, 24-inch wide flat band couplers are allowed 6 for use on all sizes of steel pipe arch with 3-inch by 1-inch corrugations. Rubber gaskets for flat band couplers 7 shall conform to the requirements of Section 9-04.4(3) and shall have a minimum thickness of 1 inch. When ' 8 flat band couplers are used, pipe arch ends are not required to be recorrugated. 9 o 9-05.12(1) Solid Wall PVC Culvert Pipe, Solid WaH PVC Storm Sewer Pipe, and ' i. PVC Sanitary Sewer Pipe ' 2 The section heading is revised to read: , 3 4 9-05.12(1) Solid Wall PVC Culvert Pipe, Solid Wall PVC Storm Sewer Pipe, and Solid Wall PVC , 5 Sanitary Sewer Pipe 6 '7 The reference to "PVC sanitary sewer pipe" in the first paragraph is revised to read: 8 9 "solid wall PVC sanitary sewer pipe" 0 i The third paragraph is revised to read: 2 e 3 Fittings for solid wall PVC pipe shall be injection molded, factory welded, or factory solvent cemented. 4 5 9-05.12(2) Profile Wall PVC Culvert Pipe and Profile Wall PVC Storm Sewer Pipe ' 6 The section heading is revised to read: 7 ' Page-AMD-22 ' Revision Date_May 19, 1997 .� 9-05.12(2) Profile Wall PVC Culvert Pipe, Profile Wall PVC 9-06.16 Roadside Sign Structures Storm Sewer Pipe,and Profile Wall PVC Sanitary Sewer Pipe 9-05.12(2) Profile Wall PVC Culvert Pipe, Profile Wall PVC Storm Sewer Pipe, and Profile Nall PVC Sanitary Sewer Pipe The first paragraph is revised to read: 5 Profile wall PVC culvert pipe and profile wall PVC storm sewer pipe shall meet the requirements of AA- SHTO M 304 or ASTM F 794 Series 46. Profile wall PVC sanitary sewer pipe shall meet the requirements of ASTM 8 F 794 Series 46. The maximum pipe diameter shall be as specified in the Qualified Products List. The first sentence of the third paragraph is revised to read: 1 Qualified producers are identified in the Qualified Products List. r 4 The fifth paragraph is revised to read: .. Fittings for profile wall PVC pipe shall meet the requirements of AASHTO M 304 or ASTM F 794 Series 46. 7 •• 9-05.19 Corrugated Polyethylene Culvert Pipe 9 The second sentence of the first paragraph is revised to read: The maximum pipe diameter shall be as specified in the Qualified Products List. 2 The first sentence of the fourth paragraph is revised to read: 5 Qualified producers are identified in the Qualified Products List. 9-05.20 Corrugated Polyethylene Storm Sewer Pipe 8 The first subparagraph in the first paragraph is revised to read: + _ The maximum pipe diameter for corrugated polyethylene storm sewer pipe shall be the diameter for which a 1 producer has submitted a qualified joint. Qualified producers are listed in the Qualified Products List. �+ { TC "SECTION 9-06, STRUCTURAL STEEL AND RELATED MATERIALS" )SECTION 9-069 STRUCTURAL STEEL AND RELATED MATERIALS March 3, 1997 This section is revised by adding the following: 9-06.16 Roadside Sign Structures All bolts shall conform to ASTM A 325. Washers for bolts shall be hardened steel per AASHTO M 293. 9 Posts for single post sign structures shall meet the requirements of ASTM A 36 or ASTM A 53 Grade B- 2 Posts for multiple post sign structures shall meet the requirements of AASHTO M 183. Posts meeting the requirements of AASHTO M 222, AASHTO M 223, or ASTM A 572 Grade 50 may be used as an acceptable alternate to the AASHTO M 183 posts. All steel not otherwise specified shall conform to AASHTO M 183. Page-AMD-23 Revision Date.May 19, 1997 9-06.5(3) High Strength Bolts 9-06.5(5) Bolt, Nut,and Washer Specifications 1 - ' 2 Triangular base stiffeners for one-directional multi-post sign posts shall meet the requirements of AASHTO M 3 222, AASHTO M 223, or ASTM A 572 Grade 50. , 4 5 Base connectors for multiple directional steel breakaway posts shall conform to the following: 6 '7 brackets Aluminum Alloy 6061 T-6 8 bosses for Type 2B brackets ASTM A 582 9 coupling bolts ASTM A 325 0 anchor bolts ASTM 304 stainless steel for threaded ' i portion. AISI 1038 steel rod and AISI 2 1008 coil for cage portion_ 3 '4 Anchor couplings for multiple directional steel breakaway posts shall have a tensile breaking strength range as . 5 follows: 6 '7 Type 2A 17,000 to 21,000 lb. 8 Type 2B 47,000 to 57,000 lb. 9 'o For multi-directional breakaway base connectors, shims shall be fabricated from pregalvanized sheet steel. For 1 one-directional breakaway base connectors, single post or multi-post, shims shall be fabricated from brass 2 conforming to ASTM B 36. 3 4 9-06.5(3) High Strength Bolts- 5 The fast two sentences of the second paragraph are revised to read: 6 7 Bolts conforming to AASHTO M 164, having an ultimate tensile strength above 145 ksi and are , 8 galvanized in accordance with AASHTO M 232, shall be tested for embrittlement_ Embrittlement testing 9 shall be conducted after galvanization in accordance with ASTM F 606, Section 7. The Manufacturer's o Certificate of Compliance for the lot provided shall show the ultimate tensile strength test results. , 1 2 9-06.5(4) Anchor Bolts , 3 The first paragraph is revised to read: 4 5 Anchor bolts shall meet the requirements of ASTM A 449 or AASHTO M 164. Galvanized anchor bolts 6 having an ultimate tensile strength above 145 ksi shall be tested for embrittlement in accordance with 7 ASTM A 143 unless the length is less than five times the nominal bolt diameter, then they shall be tested 8 in accordance with ASTM F 606, Section 7. The Manufacturer's Certificate of Compliance for the lot ' 9 provided shall show the ultimate tensile strength test results. 0 1 9-06.5(5) Bolt, Nut, and Washer Specifications , 2 The ASTM Specification for "Washers - High Strength Bolts" is revised to read "F 436"_ Page-AMD-24 , Revision Date:May 19, 1997 9-09.3(1)B Placing in Treating Cylinders 9-12.5 Precast Concrete Catch Basins { TC "SECTION 9-09, TIMBER AND LUMBER" }SECTION 9-09, TIMBER AND LUMBER 3 March 3, 1997 4 9-09.3(1)B Placing in Treating Cylinders The requirements for Sign Posts, Mileposts, Sawed Fence Posts, and Mailbox Posts, in the Lumber Grade 6 Requirements Table are deleted. The references to Lodgepole Pine in the Lumber Grade Requirements table are deleted. { TC "SECTION 9-11, WATERPROOFING" }SECTION 9-11, WATERPROOFING March 3, 1997 9-11.1 Asphalt for Waterproofing In the second paragraph, the reference to "ASTM C987" is revised to read "ASTM D41". C•r 3 { TC "SECTION 9-12, MASONRY UNITS" }SECTION 9-12, MASONRY UNITS ' March 3, 1997 9-12.4 Precast Concrete Manholes o This section is revised to read: 7 Precast concrete manholes shall meet the requirements of AASHTO M 199. 0 The joints may be the tongue and groove type or the shiplap type, sufficiently deep to prevent lateral displacement. l 3 As an alternate to steel reinforcement, 48-inch diameter by 3-foot high eccentric or concentric cone sections 1 may be reinforced with synthetic fiber. The synthetic fiber shall meet the requirements of ASTM C 116 Type �■ i III. The synthetic fiber shall be added at a rate of 0.75 pounds per cubic yard of concrete and shall be 6 thoroughly mixed with the concrete before placement in the forms. The synthetic fibers shall be a minimum of 7 0.75 inches and a maximum of 2 inches in length. A minimum of two hoops of W2 wire shall be placed in the 3 48-inch end of each cone. No steel is required in the remainder of the cone. Precast concrete units shall be 9 furnished with knockouts or cutouts. t 9-12.5 Precast Concrete Catch Basins This section is supplemented with the following: 3 i Knockouts or cutouts may be placed on all four sides and may be round or D shaped. 5 6 Section 9-12 is supplemented with the following new section: 7 Page-AMD-25 Revision Date.May 19, 1997 a 9-12.7 Precast Concrete Drywells 9-16.3(5) Anchors 1 9-12.7 Precast Concrete Drywells 2 Precast concrete drywells shall meet the requirements of Section 9-12.4. Seepage port size and shape may 3 vary per manufacturer. Each seepage port shall provide a minimum of 1 square inch and a maximum of 7 , 4 square inches for round openings and 13 square inches for rectangular openings. The ports shall be uniformly 5 spaced with at least one port per 8 inches of drywell height and 15 inches of drywell circumference. TC "SECTION 9-13 RIPRAP UARRY SPALLS9 SLOPE PROTECTION AND ' 7 ROCK WALLS" }SECTION 9-13, RIPRAP, QUARRY SPALLS, SLOPE ' 8 PROTECTION, AND ROCK WALLS 9 March 3, 1997 1 o 9-13.4 Concrete Slab Riprap 1 This section is deleted. ' 2 3 { TC "SECTION 9-16, FENCE AND GUARDRAIL" }SECTION 9-16, FENCE AND 4 GUARDRAIL 5 March 3, 1997 ' 6 9-16.30) Rail Element 7 The first paragraph is revised to read: 8 9 The W-beam or du ie beam rail elements, backup plates, reducer sections and end sections shall conform to "A o Guide to Standardized Highway Barrier Hardware" published by AASHTO, AGC, and ARTBA. All rail i elements shall be formed from 12 gage steel except for thrie beam used for bridge rail retrofit and Design F 2 end sections, which shall be formed from 10 gage steel. 3 4 9-16.3(2) Posts and Blocks 5 The second sentence of the first paragraph is revised to read: 6 7 Blocks listed on the Qualified Products List that are made from alternate materials may be used in accordance 8 with manufacturers recommendations. 9 o 9-16.3(5) Anchors 1 The following paragraph is inserted after the third paragraph; , 2 3 Foundation tubes shall be fabricated from steel conforming to the requirements of ASTM A 500, grade B or 4 ASTM A 501. 5 6 The reference to "W 200 x 27" in the fifth and ninth paragraphs is revised to read "W 8 x 17"_ Page-AMD-26 ' Revision Date:May 19, 1997 c SPECIAL PROVISIONS DIVISION 1 GENERAL REQUIREMENTS The following Special Provisions are made a part of this contract and supersede any conflicting provisions of the 1996 Standard Specifications for Road, Bridge and Municipal Construction (English) including the American Public Works Association (APWA) Supplement to the Division 1, and the foregoing amendments to the Standard Specifications. 1-01 DEFINITIONS AND TERMS 1-01.2 Abbreviations 1-01.2(2) Items of Work and Units of Measurement Supplement this section with the following: — CPEP Corrugated Polyethylene Pipe Conn. Connection DI Ductile Iron DIP Ductile Iron Pipe E East Ex, Exist Existing FF Finished Floor ID Inside Diameter Inv Invert MON Monument N North No. Number OD Outside Diameter All PC Point of Curve PT Point of Tangency PI Point of Intersection PCC Portland Cement Concrete R/W Right-of-Way S South irr SS Sanitary Sewer or Side Sewer S.ST. Stainless Steel t. W West HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sediment Basin\04- 2004 Pond Cleaning\1104-Construct Specs\12-Special-Prov-Sect-1.doc Page 1 1-02 BID PROCEDURES AND CONDITIONS 1-02.2 Plans and Specifications See "Instruction to Bidders" and "Bidders Checklist" contained in the Contract Documents herein for pre-bid information. ' 1-02.4 Examination of Plans, Specifications, and Site Work 1-02.4(1) General Add the following to the end of Section 1-02.4(1): Locations of existing utilities shown on the Drawing are approximate and some existing utilities may have been omitted. It is the Contractor's responsibility to verify the locations and elevations of existing pipelines, structures, grades, and utilities prior to construction. The Owner assumes no responsibility for any conclusions or interpretations made by the Contractor on the basis of the information made available. The Owner assumes no responsibility for any conclusions or interpretations made by the Contractor on the basis of the information made available. 1-02.5 Proposal Forms Delete the first sentence of this section and replace with the following: The Proposal and associated forms are included in these Contract Documents under Documents Submitted in sealed Bid Package. These forms shall not be altered by the bidder. Reference herein to the Proposal Form(s) shall mean the "Proposal" and "Schedule of Prices." 1-03 AWARD AND EXECUTION OF CONTRACT 1-03.1 Consideration of Bids (Addition) The contract will be awarded to the lowest responsive, responsible bidder. 1-03.2 Award of Contract (Supplemental Section) The contract award or bid rejection will occur within 30 calendar days after bid opening. 1-04 SCOPE OF THE WORK 1-04.3 Project Coordination (New Section) It shall be the responsibility of the Contractor to coordinate all work to be performed under this contract, including the ordering and acquisition of all equipment and materials. This coordination shall encompass all work to be performed by the Contractor, their subcontractor, the City and any public utilities which may be involved. HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sediment Basin\04- 2004 Pond Cleaning\1104-Construct Specs\12-Special-Prov-Sect-1.doc Page 2 1-06 CONTROL OF MATERIAL 1-06.1 Source of Supply and Quality of Materials (Supplemental Section) No source has been provided for any materials necessary for the construction of this improvement. The Contractor shall arrange to obtain the necessary materials at his own expense, and all costs of acquiring, producing, and placing this material in the finished work shall be included in the unit contract prices for the various items involved. If the sources of materials provided by the Contractor necessitates hauling over roads other than City streets, the Contractor shall, at his own cost and expense, make all arrangements for the use of the haul routes. 1-06.7 Shop Drawings and Submittals (Additional Section) 1-06.7(1) General(Additional Section) Shop drawing and submittal review will be limited to general design requirements only, and shall not relieve the Contractor from responsibility for errors or omissions, or responsibility for consequences due to deviations from the contract documents. No changes may be made in any submittal after it has been reviewed except with written notice and approval from the Owner. By approving shop drawings, submittals, and any samples, the Contractor thereby represents that he has determined and verified all field measurements, field construction criteria, materials, catalog numbers, and similar data, and that he has checked and coordinated each shop drawing with the requirements of the work and of the contract documents. Shop drawing and submittal data for each item shall contain sufficient information on each item to determine if it is in compliance with the contract requirements. Owner will pay the costs and provide review services for a first and second review of each submittal item. Additional reviews shall be paid by the Contractor by withholding the appropriate amounts from each payment estimate. Shop drawing and submittal items that have been installed in the work but have not been approved through the review process shall be removed and an approved product shall be furnished, all at the Contractor's expense. The Contractor shall review each submittal and provide approval in writing or by stamping 9 with a statement indicating that the submittal has been approved and the Contractor has verified dimensional information, confirmed that specified criteria has been met, and ,. acknowledges that the product, method, or information will function as intended. 1-06.7(2) Required Information (Additional Section) Submit five copies of each submittal to the Engineer. Shop drawings and submittals shall be submitted on 8'/z"x11", 11"x17", or 22"x34" sheets and shall contain the following information: HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sediment Basin\04- 2004 Pond Cleaning\1104-Construct Specs\1 2-Special-Prov-Sect-1.doe Page 3 1. Project 2. Contractor 3. Engineer 4. Owner 5. Applicable specification and drawings reference. 6. A stamp showing that the Contractor has checked the equipment for conformance with the contract requirements, coordination with other work on the job, and dimensional suitability. 7. A place for the Engineer to place a 3 inch by 4 inch review stamp. 8. Shop or equipment drawings, dimensions, and weights 9. Catalog information 10. Manufacturer's specifications 11. Special handling instructions 12. Maintenance requirements 13. Wiring and control diagrams 14. List of contract exceptions 15.Other information as required by the Engineer 1-06.7(3)Review Schedule (Additional Section) Shop drawings and submittals will be reviewed as promptly as possible, and transmitted to Contractor not later than 10 working days after receipt by the Engineer. The Contractor shall revise and resubmit as necessary to obtain approval. Delays caused by the need for resubmittal may not be a basis for an extension of contract time or delay damages at the discretion of the Owner. At least one set of shop drawings will be returned to the Contractor after review. Additional sets will be returned to the Contractor, if remaining. 1-06.7(4)Substitutions (Additional Section) Any product or construction method that does not meet these specifications will be considered a substitution. Substitutions must be approved prior to their installation or use on this project. 1-06.7(4)AAfter Contract Execution (Additional Section) Within 30 days after the date of the contract, Owner will consider formal requests from Contractor for substitution of products in place of those specified. Submit two copies of request for substitution. Data shall include the necessary change in construction methods, including a detailed description of proposed method and related drawings illustrating methods. An itemized comparison of proposed substitution with product or method specified shall be provided. In making a request for substitution, Contractor represents that he has personally investigated proposed product or method and has determined that it is equal or superior to, in all respects, the product specified. Contractor shall coordinate installation of accepted substitutions into the work, making changes that may be required for work to be completed. HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sediment Basin\04- 2004 Pond Cleaning\1104-Construct Specs\12-Special-Prov-Sect-1.doc Page 4 Contractor waives all claims for additional costs related to substitutions which consequently becomes apparent. 9-06.7(5)Submittal Requirements (Additional Section) The following submittal items shall be provided to the Engineer by the Contractor. Additional submittal information shall be provided to the Engineer by the Contractor if required by the Engineer. 1-06.7(4) Substitutions 5-04.2 Asphalt Concrete Pavement Materials 7-04.2 Storm Sewer Pipe Materials 7-05.2 Manhole and Catch Basin Materials 7-08.3(1)B Shoring 7-17.2 Sanitary Sewer Pipe Materials 7-17.3(1)B Pipe Bedding 7-17.3(1)C Pipe Foundation 7-17.3(1)D Trench Dewatering Plan 7-17.3(3) Backfilling Storm and Sanitary Sewer Trenches 9-30.1(6) Restrained Joint Pipe and Fittings 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.1(1) Archaeological Discoveries and Historic Preservation Clause (Addition) The Contractor shall adhere to the National Historic Preservation Act of 1966 and 36 CFR 800 which provide for the preservation of potential historical, architectural, archaeological, or cultural resources (herein called "cultural resources") and fair compensation to the Contractor for delays resulting from such cultural resources investigations. In the event that potential cultural resources are discovered during subsurface excavations at the site of construction, the following procedures shall be instituted: 1. The Owner shall issue a Work Suspension Order directing the Contractor to cease all construction operations at the location of such potential cultural resources find. 2. If archaeological findings include human remains, the Engineer shall contact a qualified archaeologist in consultation with the State Historic Preservation Officer (SHPO) to evaluate the remains. rw 3. Such Work Suspension Order shall be effective until such time as a qualified archaeologist can be called by the Engineer to assess the significance of these potential cultural resources and make recommendations to the State Historical Preservation Officer. If the archaeologist, in consultation with State Historic Preservation, determines that the potential find is a significant cultural resource, the Owner shall extend the duration of the Work Suspension Order. s. H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sediment Basin\04- 2004 Pond Cleaning\1 1 04-Construct Specs\12-Special-Prov-Sect-1.doc Page 5 In be rounds for an claim b 4. Suspension of work at the location of the fend shall of g y y the Contractor unless the suspension extends beyond the contract working days allowed for the project, in which case the Engineer will make an adjustment for increased cost of performance of the contract. 1-07.2(1) State Sales Tax Add the following to Section 1-07.2(1): The work on this contract is to be performed upon lands whose ownership obligates the Contractor to collect state sales tax from the City of Renton. Payment of sales tax to the Washington State Department of Revenue is, under this contract, required to be made by the contractor. The Contractor shall, at the time of making payment of sales tax, identify the work as having been performed within the City of Renton and for the City of Renton. 1-07.5 Wildlife, Fisheries, and Ecology Regulations (addition) The contractor shall comply with all construction related provisions of the HPA and other ? permits obtained by the City. The contractor shall be responsible for making any changes required by the agencies, and payment of any fines, for violation of any construction related permit provisions. The City will not make additional compensation for any changes or fines due to the contractors violation of construction provisions. 1-07.13 Contractors Responsibility for Work 1-07.13(1) General Add the following: The Contractor shall submit a performance and payment bond to the City of Renton, State of Washington. The bond shall be in the full amount of contract. Whether or not there appears here or elsewhere herein specific reference to guarantees of all items of materials, equipment, and workmanship, they nevertheless shall be so guaranteed against mechanical, structural, or other defects for which the Contractor is responsible that may develop or become evident within a period of one year from and after acceptance of the work by the Owner. Such guarantees shall include care of backfilling of ditches or at structures should the fill settle to such extent as to require refilling or resurfacing roadway surfaces to restore the original or intended condition or grade. This guarantee shall be understood to imply prompt attention to any remedy of such defects as those mentioned above if and as they occur after the Contractor shall have written notice of their existence. If the defect, in the opinion of the Owner, is of such nature as to demand immediate repair, the Owner shall have the right to correct and cost thereof shall be borne by the Contractor. HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sediment Basin\04- 2004 Pond Cleaning\1104-Construct Specs\12-Special-Prov-Sect-1.doc Page 6 1-07.16 Protection and Restoration of Property 1-07.16(1) Private/Public Property (Supplemental Section) Private property such as plants, shrubs, trees, fences, mailboxes, curbs, walks, driveways, and rockeries within the work area shall be removed and restored to the satisfaction of the property owner. It shall be the contractor's responsibility to notify each property owner when it is necessary to remove such improvements to facilitate the contractor's progress, and to remove those improvements to locations requested by the property owner or to restore them in their original location in as near original condition as possible. All lawn within the area to be disturbed by the contractor's operations shall be cut with a sod cutting machine, removed and disposed. The disturbed lawn area shall be restored, after trench is back-filled and compacted. Restoration shall consist of placing 4" topsoil, hydro seed, fertilize and mulch. Disturbed lawn areas, after replacement of topsoil, reseed, fertilize and mulch shall be watered a minimum of four (4) times a week for three weeks. The water shall be of such duration as to soak the seeded areas thoroughly and promote good root growth. Such removal and restoration shall be considered incidental to the bid item "Restoration", per lump sum and no further compensation will be made. 1-07.16(3)A Protection and Restoration of Existing Markers and Monuments All existing survey monuments and property corner markers shall be protected from movement or damage by the Contractor. All existing markers and/or monuments that are damaged or removed for construction purposes shall be referenced by survey ties and then replaced by the Contractor. The Contractor shall coordinate work with the City Engineer and City staff to reference the markers and/or monuments and replace them, as required by state law. All existing property corner markers disturbed or removed by the Contractor's operations shall be replaced at the Contractor's own expense. 1-07.16(5) Utility Service (New Section) The Contractor shall maintain the operational service of water distribution mains, and storm drainage mains at all times. Upon approval by the Engineer, individual water service pipes may be off line for 4 hours and catch basins for 8 hours. No sewer service will be allowed to be shut down for more than 8 hours per day. Sanitary sewer service systems shall be maintained operational in as continuous a manner as possible. Where services are to be shut down, affected parties and the Engineer shall be notified in writing at least 72 hours in advance of the time and period of shut-down. The Contractor shall make every effort to keep shut down schedules to periods of anticipated minimum usage and for the least period of time. 1-07.16(6) Restoration of Property (New Section) r The Contractor shall protect property in the vicinity of the work site and in instances of destruction or damage, restore the item to pre-construction condition at the Contractor's expense. HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sediment Basin\04- 2004 Pond Cleaning\1104-Construct Specs\12-Special-Prov-Sect-1.doc Page 7 1-07.17 Utilities and Similar Facilities Section 1-07.17 of the APWA Division I General Requirements is supplemented by the following: The locations and dimensions shown in the plans for existing buried facilities are in accordance with available information obtained without uncovering, measuring, or other verification. It shall be the Contractor's responsibility to verify and/or determine the correct location of all utilities, public and private, that may be affected by his work under this contract. The Owner assumes no responsibility for improper locations or failure to show utility locations on the construction plans. The Contractor shall pothole all existing utilities in advance of pipe installation to verify that the required vertical and horizontal clearances exist. Any adjustment to pipe location and elevation must be approved by the Engineer prior to installation. The Contractor shall check with the utility companies concerning any possible conflict prior to commencing excavation in any area, as not all utilities may be shown or correctly located on the plans. The 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. No additional compensation will be made to the Contractor for reason of delay caused by the actions of any utility company, and the Contractor shall consider such costs to be incidental to the other items of the contract. The CONTRACTOR is alerted to the existence of Chapter 19.122 RCW, a law relating to underground utilities. Any cost to the Contractor incurred as a result of this law shall be at the Contractor's expense. RCW 19.122 UNDERGROUND UTILITIES 19.122.010 Intent It is the intent of the legislature in enacting this chapter to assign responsibilities for locating and keeping accurate records of utility locations, protecting and repairing damage i to existing underground facilities, and protecting the public health and safety from interruption in utility services caused by damage to existing underground utility facilities (1984 c 144 1.) 19.122.020 Definitions Unless the context clearly requires otherwise, the definitions in this section apply through out this chapter. A. "Business day" means any day other than Saturday, Sunday, or a legal local, state, or federal holiday. B. "Damage" includes the substantial weakening of structural or lateral support of an underground facility, penetration, impairment, or destruction of any underground protective coating, housing, or other protective device, or the severance, partial or complete, of any underground facility to the extent that the project owner or the affected utility owner determines that repairs are required. HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sediment Basin\04- 2004 Pond Cleaning\1104-Construct Specs\12-Special-Prov-Sect-1.doc Page 8 C. "Emergency" means any condition constituting a clear and present danger to life or property, or a customer service outage. D. "Excavation" means any operation in which earth, rock, or other material on or below the ground is moved or otherwise displaced by any means, except the tilling of soil less than twelve inches in depth for agricultural purposes, or road and ditch maintenance that does not change the original road grade or ditch flow line. E. "Excavator" means any person who engages directly in excavation. F. "Identified facility" means any underground facility which is indicated in the project Plans as being located within the area of proposed excavation. G. "Identified but un-locatable underground facility" means an underground facility which has been identified but cannot be located with reasonable accuracy. H. "Locatable underground facility" means an underground facility which can be field- marked with reasonable accuracy. I. "Marking" means the use of stakes, paint, or other clearly identifiable materials to show the field location of underground facilities, in accordance with the current color code standard of the American Public Works Association. Markings shall include identification letters indicating the specific type of the underground facility. J. "Person" means an individual, partnership, franchise holder, association, corporation, a state, a city, a county, or any subdivision or instrumentality of a state, and its employees, agents, or legal representatives. K. "Reasonable accuracy" means location within twenty-four inches of the outside dimensions of both sides of an underground facility. L. "Underground facility" means any item buried or placed below for use in connection with the storage or conveyance of water, sewage, electronic, telephonic or telegraphic communications, cablevision, electronic energy, petroleum products, gas, gaseous vapors, hazardous liquid, or other substances and including but not limited to pipes, sewers, conduits, cables, valves, lines, wires, manholes, attachments, and those parts of poles or anchors below ground. M. "One-number locator service" means a service through which a person can notify utilities and request field-marking of underground facilities. (1984 c 144 2.) 19.122.030 Notice of excavation to owners of underground facilities - One-number locator service -Time for notice - Marking of underground facilities - Costs Before commencing any excavation, the excavator shall provide notice of the scheduled f commencement of excavation to all owners of underground facilities through a one-number locator service. All owners of underground facilities within a one-number locator service area shall subscribe to the service. One number locator service rates for cable television companies will be based on the amount of their underground facilities. If no one-number locator service is available, notice shall be provided individually to those owners of underground facilities known to or suspected of having underground facilities within the .Y. HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sediment Basin\04- 2004 Pond Cleaning\1104-Construct Specs\12-Special-Prov-Sect-1.doc Page 9 area of proposed excavation. The notice shall be communicated to the owners of underground facilities not less than two business days or more than ten business days before the scheduled date for commencement of excavation, unless otherwise agreed by the parties. Upon receipt of the notice provided for in this section, the owner of the underground facility shall provide the excavator with reasonably accurate information as to its locatable underground facilities by surface-marking the location of the facilities. If there are identified but un-locatable underground facilities, the owner of such facilities shall provide the excavator with the best available information as to their locations. The owner of the underground facility providing the information shall respond no later than two business days after the receipt of the notice or before the excavation time, at the option of the owner, unless otherwise agreed by the parties. Excavators shall not excavate until all know facilities have been marked. Once marked by the owner of the underground facility, the excavator is responsible for maintaining the markings. Excavators shall have the right to receive compensation from the owner of the underground facility for costs incurred if the owner of the underground facility does not locate its facilities in accordance with this section. The Owner of the underground facility shall have the right to receive compensation for costs incurred in responding to excavation notices given less than two business days prior to the excavation from the excavator. An owner of underground facilities is not required to indicate the presence of existing service laterals or appurtenances if the presence of existing service laterals or appurtenances on the site of the construction project can be determined from the presence of other visible facilities, such as buildings, manholes, or meter and junction boxes on or adjacent to the construction site. Emergency excavations are exempt from the time requirements for notification provided in this section. If the excavator, while performing the contract, discovers underground facilities which are not identified, the excavator shall cease excavating in the vicinity of the facility and immediately notify the owner or operator of such facilities, or the one-number locator service. (1988 c99 1; 1984 c 144 3) 19.122.040 Underground facilities identified in bid or contract - Excavator's duty of reasonable care - Liability for damages - Attorney's Fees. A. Project owners shall indicate in bid or contract documents the existence of underground facilities known by the project owner to be located within the proposed area of excavation. The following shall be deemed changed or differing site conditions: 1. An underground facility not identified as required by this chapter or other provision of law; and 2. An underground facility not located, as required by this chapter or other provision of law, by the project owner or excavator if the project owner or excavator is also a utility. H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sediment Basin\04- 2004 Pond Cleaning\1104-Construct Specs\12-Special-Prov-Sect-1.doc Page 10 B. An excavator shall use reasonable care to avoid damaging underground facilities. An excavator shall: 1. Determine the precise location of underground facilities which have been marked; 2. Plan the excavation to avoid damage to or minimize interference with underground facilities in and near the excavation area; and 3. Provide such support for underground facilities in and near the construction area, including during backfill operations, as may be reasonably necessary for the protection of such facilities. C. If an underground facility is damaged and such damage is the consequence of the failure to fulfill an obligation under this chapter, the party failing to perform that obligation shall be liable for any damages. Any clause in an excavation contract which attempts to allocate liability, or requires indemnification to shift the economic consequences of liability, different from the provisions of the chapter is against public policy and unenforceable. Nothing in this chapter prevents the parties to an excavation contract from contracting with respect to the allocation of risk for changed or differing site conditions. D. In any action brought under this section, the prevailing party is entitled to reasonable attorney's fees. (1984 c 144 4.) 19.122.05 Damage to underground facility - No notification by excavator- Repairs or relocation of facility A. An excavator who, in the course of excavation, contacts or damages an underground facility shall notify the utility owning or operating such facility and the one-number locator service. If the damage causes an emergency condition, the excavator causing the damage shall also alert the appropriate local public safety agencies and take all appropriate steps to ensure the public safety. No damaged underground facility may be buried until it is repaired or relocated. B. The owner of the underground facilities damaged shall arrange for repairs or relocation as soon as is practical or may permit the excavator to do necessary *` repairs or relocation at a mutually acceptable price. (198 c 144 5). 19.122.060 Exemption from notice and marking requirements for property owners An excavation of less than twelve inches in vertical depth on private non-commercial property shall be exempt from the requirements of RCW 19.122.030, if the excavation is being performed by the person or an employee of the person who owns or occupies the property on which the excavation is being performed. (1984 c 144 6.) 19.122.070 Civil penalties - Treble damages - Existing remedies not affected A. Any person who violates any provision of this chapter, and which violation results in damage to underground facilities, is subject to a civil penalty of not more than one HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sediment Basin\04- 2004 Pond Cleaning\1104-Construct Specs\12-Special-Prov-Sect-1.doc Page 11 dollars for each violation. All penalties recovered in such actions shall be thousand p deposited in the general fund. B. Any excavator who willfully or maliciously damages a field-marked underground facility shall be liable for treble the costs incurred in repairing or relocating the facility. In those cases in which an excavator fails to notify known underground facility owners or the one-number locator service, any damage to the underground facility shall be deemed willful and malicious and shall be subject to treble damages for costs incurred in repairing or relocating the facility. C. The chapter does not affect any civil remedies for personal injury or for property damage, including that to underground facilities, nor does this chapter crest any new civil remedies for such damage. (1984 c 144 7.) 19.122.080 Waiver of notification and marking requirements The notification and marking provisions of this chapter may be waived for one or more designated persons by an underground facility owner with respect to all or part of that underground facility owner's own underground facilities (1984 c 144 9.) 19.122.900 Severability - 1984 c 144 If any provisions of this act or its application to any person or circumstance is held invalid, the remainder of the act or the application of the provision to other persons or circumstances is not affected. (1984 c 144 9.) 1-07.18(1) General (Revised) The Owner shall be given 45 days prior written notice by certified mail of any cancellation, reduction or modification of the insurance. 1-07.18(3) Limits (Addition) The limits of liability for the insurance required shall provide coverage for not less than the following amounts or greater where required by Laws and Regulations: A. Worker's compensation: (under limits of liability stated on the City of Renton Insurance Information for enclosed within Attachment A). B. Comprehensive General Liability: (under limits of liability stated on the City of Renton Insurance Information form enclosed within Attachment A). Policies shall include premises/operations, products, completed operations, independent contractors, OWNERS and CONTRACTORS protective, Explosion, Collapse, Underground Hazard, Broad for Contractual, Person Injury with employment exclusion deleted, and Broad Form Property Damage. C. Comprehensive Automobile Liability: (under limits of liability stated on the City of Renton Insurance Information form enclosed within Attachment A) including Owned, Hired, and Non owned Vehicles: HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sediment Basin\04- 2004 Pond Cleaning\1104-Construct Specs\12-Special-Prov-Sect-1.doc Page 12 D. The CONTRACTOR will be required as part of the insurance provided to complete and submit the attached City of Renton Insurance Information form, and Policy Declaration pages, Endorsement and Coverage Questionnaire forms included in Attachment A of these Contract Documents, prior to Notice to Proceed. Policies shall also specify insurance provided by CONTRACTOR will be considered primary and not contributory to any other insurance available to the OWNER or the ENGINEER. All policies shall provide for 45 days written notice prior to any cancellation or non- renewable of insurance policies required under Contract. "Will endeavor" and "but failure to mail such notice shall impose no obligation or liability of any kind upon the Company, its agents or representatives" wording will be deleted from certificates. Policies shall be provided only by companies with an "Alfred M. Best Rating" of not less than Al2. 1-07.18(4) Endorsement (Addition) The contractor shall also name the Owner, and their officers, directors, agents, and employees as "additional insured" under the insurance policies. Subsequent to award of the contract the CONTRACTOR shall submit to the OWNER the following: A. City of Renton Insurance Information in the form Attachment A herein without modification and policy declaration pages obtained from the insurance carrier. B. Insurance Questionnaire (enclosed within Attachment A herein) completely filled out and appropriately executed: C. Insurance Endorsement (enclosed within Attachment A herein) executed by an appropriate representative of the insurance company(ies). HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sediment Basin\04- 2004 Pond Cleaning\1104-Construct Specs\12-Special-Prov-Sect-1.doc Page 13 1-08 PROSECUTION AND PROGRESS 1-08.1(3) Hours of Work (Addition) Work hours shall be limited to week days only, between the hours of 7:00 a.m. and 5:00 p.m. unless otherwise approved in advance by the City. Truck hauling shall be limited to the hours of 8:30 am to 3:30 PM on arterial streets. The contractor shall give a minimum 48 hours notice to the City prior to work on any roadway and shall do no work on the roadway without a traffic control plan approved by the City Traffic Engineer. Work on weekends will not be allowed, except as approved in writing by the Engineer. 1-08.5 Time for Completion (Additional Section) The Contractor shall complete all work within the working days specified in this section and within the Contract Document. Failure to complete the work prior to this date shall be grounds for implementation of liquidated damages in accordance with section 1-08.9 and may require termination of contract in accordance with section 1-08.10. 1-08.13 Compensation for Overtime Work (New Section) Add the following section: The Owner reserves the right to charge the Contractor and may deduct from periodical and final payment, labor expenses attributed to administrative, engineering and inspection work incurred by the Owner for overtime work associated with the project construction. The Contractor shall pay to the Owner the costs of certain engineering and inspection expenses in the event that the Owner should grant an extension(s) of time because of avoidable delay. The amount of said expenses shall be computed and determined on the basis of an itemized schedule of engineering and inspection labor charges determined for the actual hours of labor performed beyond a forty-hour work week, or beyond the scheduled date of completion. 1-09 MEASUREMENT AND PAYMENT 1-09.1 Measurement of Quantities Section 1-09.1 of the APWA Division I General Requirements is supplemented and/or modified as follows: Where items are specified to be paid for by the ton, it will be the Contractor's responsibility to see that a certified weight ticket is given to the inspector on the project at the time of HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sediment Basin\04- 2004 Pond Cleaning\1104-Construct Specs\12-Special-Prov-Sect-1.doc Page 14 delivery of materials for each truckload delivered. Pay quantities will be prepared on the basis of said tally tickets, delivered to the inspector at time of delivery of materials. Tickets not received by inspector on day of delivery will not be honored for payment. 1-09.2(2) Lump Sum Breakdown Section 1-09.2(2) of the APWA Division I General Requirements is supplemented with the following: The Contractor shall, within ten (10) days of receipt of notice to proceed, submit a complete breakdown of all lump sum bid items showing the value assigned to each part of the work including an allowance for profit and overhead. Upon acceptance of the breakdown of the contract price by the Engineer, it shall be used as the basis for all requests for partial payment. 1-09.5 Ordering Materials Section 1-09.5 of the APWA Division I General Requirements is supplemented with the following: The Contractor is cautioned against placing orders for full quantities of materials until the work has advanced to a state permitting the determination of the exact quantities required. Estimates of quantities of materials furnished by the Engineer are understood to be approximate only and, unless otherwise specified, the Owner will in no way be responsible for any increased costs or extra expense that the Contractor may have to bear on account of materials or work not being ordered at some earlier date. i1-09.8 Payment for Material on Hand i Section 1-09.8 of the APWA Division I General Requirements is supplemented with the following: Payment for "Material on Hand" will be made only when considered desirable and appropriate by the City. The City reserves the right to make the final determination as to # whether payment will be made for"Material on Hand." I - 1-09.9 Payments Supplement this section with the following: "Basis of Payment." In consideration of the faithful performance of all the covenants, stipulations, and agreements of this Contract to be kept and performed by the Contractor, the City covenants and agrees to pay the Contractor the amount bid as adjusted when so stipulated in the Contractor's proposal for the work actually performed as determined by the +�• final estimate of the Engineer, less any deductions for failure to complete the work within the time specified; and less any deductions for claims and damages paid by the City due to acts or omissions of the Contractor and for which he is liable under this Contract. Items or work clearly indicated in the Plans or in the specifications as work under this Contract but for which an item has not been set forth in the proposal shall be included in HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sediment Basin\04- 2004 Pond Cleaning\1104-Construct Specs\12-Special-Prov-Sect-1.doc �. Page 15 other items of work. Failure to do so will not relieve the Contractor of his responsibility to perform the work indicated and no other compensation will be allowed. e 1-09.9(2) Retaina g Section 1-09.9(2) of the APWA Division I General Conditions is supplemented with the following: Upon completion of the project the retainage shall be returned to the Contractor when all of the following are satisfied: 1. The Contractor and each Subcontractor shall submit to the City of Renton, and to the Department of Labor and Industries, a "Statement of Intent to Pay Prevailing Wages." 2. Following the acceptance of the project, the Contractor and each Subcontractor shall submit to the City of Renton, and to the Department of Labor and Industries, an "Affidavit of Wages Paid." This affidavit certifies all prevailing wage requirements have been met. 3. The Contractor shall submit a "Request to Release" to the Department of Labor and Industries. That agency provides the form. 4. At least 30 days have elapsed since final acceptance of the project by the City of Renton at one of its regularly scheduled meetings. 5. The City Clerk must have received a Release for the project form the Department of Labor and Industries and a "Release" from the Department of Revenue. 6. The City Clerk must have received a letter from the Contractor, on the Contractor's letterhead, stating that all bills and wages have been paid on this project. HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sediment Basin\04- 2004 Pond Cleaning\1 1 04-Construct Specs\12-Special-Prov-Sect-1.doc Page 16 1-09.14 Payment Schedule (New Section) General - Scope A. Payment for the various items of the Bid Sheets, as further specified herein, shall include all compensation to be received by the CONTRACTOR for furnishing all tools, equipment, 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 regulations of public agencies having jurisdiction, including Safety and Health Administration of the US Department of Labor (OSHA). B. The Owner shall not pay for material quantities which exceed the actual measured amount 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 considered incidental to the construction of the project and the Contractor shall include the cost within the unit bid prices. No separate payment will be made for these incidental items. 1-09.14(1) Basic Bid (New Section) This section is an outline of the basic bid items which will determine the low bidder for this project. Bid Item 1 Mobilization (LS) i 6. This bid item includes the complete cost of furnishing and providing, 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, prepare the site for construction operations, and maintain the site and surrounding areas during construction. This item also includes final cleanup, dressing and trimming the project area after construction, and the moving all personnel and equipment off the site after the work is completed. Any spilled gravel on the golf course, cart paths, next to the creek, and in any other areas shall be removed. The parking lot, access road, and cart paths shall be swept and all debris removed at the end of the project. Contractor use of the parking lot south of the sediment basin is limited to the area shown on the plans. The adjacent areas are used for golf course parking. The Contractor must avoid inconveniencing patrons and vehicles using the parking lot. The Contractor is responsible for any damage and injury to private vehicles, property, and persons per Standard Specifications Section 1-07.14. HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sediment Basin\04- 2004 Pond Cleaning\1104-Construct Specs\12-Special-Prov-Sect-1.doc Page 17 Golf course carts, pedestrians, and grounds workers use the bridge across Maplewood Creek, north of the flow splitter structure, to reach the parking area, and to travel between fairways. They also use the cart paths west of the creek (where gravel will be placed). The Contractor shall give golf course users right-of-way on the bridge and cart paths when accessing the project site, hauling sediments from the site, and transporting and placing gravel. Golf Course Event Days are listed below. The Contractor should anticipate heavier traffic and possible congestion on the golf course roads on those days. Some work on the golf course may be restricted; see bid items for any specific restrictions. Tues. Thurs. Fri. Sat., Sun August 12 13 17 19 20 27 28, 29 Sept. 10 12 17 18 The Contractor shall plan the work such that construction is completed by no later than September 15, 2004 to satisfy the HPA permit. The Army Corp permit may require that the gravel placement be completed by August 31, 2004. The Contractor is responsible for complying with the HPA permit, any Army Corps Permit, and all other permits, per Special Provisions section 1-07.5. The Contractor shall prepare a Work Plan which shall include the following: A. Proposed construction schedule and sequence for all major items of work. B. Mobilization Plan showing the proposed location for storage of all equipment and materials proposed to be located at the site. Storage shall not interfere with use of the City ROW, golf course parking, and commercial and residential access.. The Work Plan shall be submitted to the City for review, revision, and approval within 14 days of the contract award. Payment for this item will be made at the lump sure bid amount bid, and considered complete compensation for all materials, equipment, and labor required to complete this item of work in accordance with the Contract Documents. No more than 80% of this item will be paid prior to the final payment. Bid Item 2 Construct Bypass Structures, Divert Creek, Rescue Fish, and Drain Sediment Basin (LS) This items includes construction of two temporary bypass structures, diversion of Maplewood Creek at two locations, draining the sediment basin in preparation of sediment removal, and coordination with adjacent private property owner regarding water supply into a private fish pond. See description and photos of 1999 cleaning for an example of the work and techniques. Upstream Bypass Structure and Creek Diversion HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sediment Basin\04- 2004 Pond Cleaning\1104-Construct Specs\12-Special-Prov-Sect-1.doc Page 18 The upstream bypass structure will be constructed upstream of the sediment basin, next to the 18-inch bypass inlet. The purpose of this structure is to divert the entire creek flow into the 18-inch bypass pipe and prevent water from flowing to the sediment basin. The upstream bypass structure will be at least as high as the top of the bypass pipe, plus 3 inches. One type of material that could be used for the bypass structure would be sandbags (or media bags) and plastic sheeting, keyed into the creek bed to limit potential underflow. Dirt fill shall not be used to construct the bypass structure. It may be necessary to dig a sump downstream of the bypass structure and install a sump pump to collect any water running under the bypass structure and redirect it back into the bypass. Water shall be kept flowing to the fish channel on the golf course at all times. The work shall be planned so the temporary bypass can be completed early in the morning (approx. 8 to 10 am), and the remainder of the day can be used for draining the sediment basin and fish rescue. Drain Sediment Basin After the upstream bypass structure is constructed and the creek is diverted, the sediment basin may be drained using the 8-inch valves in the concrete structures. Before draining starts the Contractor will place plastic sheeting anchored by sandbags on the bottom of the basin, 5 to 6 feet out from the valves, to help reduce the amount of bottom sediment that may be stirred up and discharged through the valves. After the water is drained as low as the valves will allow, the Contractor will use a portable gas pump to completely dewater the sediment basin. The 8-inch underdrain may also be opened to allow the sediment to dewater. If the water from the underdrain is too silty to discharge to the creek other means may be used to dewater the sediment. The contractor shall not discharge sediment laden water to the creek. The City Project Manager may assist the Contractor with the sequence needed to operate q p the valves to bypass and drain the sediment basin. Fish Rescue All fish and other aquatic life shall be rescued from the creek, sediment basin, and fish am ladder and transferred to the downstream creek per the HPA and Fisheries regulations. At a minimum the Contractor shall have the following at the site for fish rescue from the sediment basin: three laborers dedicated for fish rescue, four nets (minimum 12"x9") with handles and four buckets for capturing fish, and a portable gas pump with an intake strainer meeting Fisheries requirements ( HPA #13, 1/8" intake screen sized for a surface velocity of 0.4 fps ). The contractor shall have the equipment on site for City inspection the day before completing the bypass and draining the basin. If the equipment is not satisfactory, and workers are not onsite the day of the bypass, completing the bypass and draining the basin shall not proceed. Fish rescue shall start with the workers walking the creek bed and rescuing all aquatic life immediately after the bypass structure is completed and flow is directed into the 18-inch pipe. Fish rescue shall continue while the sediment basin is being drained. One worker may operate the portable gas pump to draw down the pond and capture any fish at the HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sediment Basin\04- 2004 Pond Cleaning\1104-Construct Specs\12-Special-Prov-Sect-1.doc Page 19 intake while the other workers capture fish at other locations. The workers shall continue to capture any fish present until the basin is drained. Each bucket shall be emptied within 1 hour after the first fish is placed in it. Captured fish shall be released to the creek downstream of the flow splitter structure. Coordination with Private Property Owner The private property owner (Mr. Casey McCarthy) adjacent to Maplewood Creek operates a fish pond on his property. The Contractor will be responsible for coordinating with Mr. McCarthy to keep sediment laden water from entering his fish pond while the basin is being cleaned. The City will assist the Contractor with coordination by notifying Mr. McCarty of the work no less than 1-week prior to the anticipated start date. During the maintenance period, the Contractor will be responsible for closing the valve (located on the east side of the overflow spillway) that supplies water to the fish pond. The valve must be closed before dewatering begins to avoid discharge of any silt laden water into the fish pond. After the inlet valve is close, Mr. McCarty will be responsible for supplying water to his fish pond from the creek next to his property. The Contractor will also be responsible for notifying McCarty at least 24 hours before gravel is placed in the creek above or adjacent to his property. Downstream Bypass Structure and Creek Diversion Work on the flow splitter shall not occur on the Golf Course Event Days identified in Bid Item #1. The downstream bypass structure will be constructed at the flow splitter basin. The purpose of this bypass structure is to divert all the creek flow around the accumulated gravel and sediment to be removed from the basin and either 1) directly into the low flow splitter section entrance or 2) entirely around the low flow splitter entrance and directly into the low flow channel. Regardless of the procedure chosen by the contractor, the diversion must allow the removal of accumulated sediment from the flow splitter basin without impacting the turbidity in the low flow channel. Water shall be kept flowing to the fish channel on the golf course at all times. When the bypass is constructed the Contractor shall be responsible for immediately rescuing any fish stranded in the bypass section before removing accumulated gravel and sediment. Payment for this item will be made at the lump sum amount bid, and considered complete compensation for all design, labor equipment and materials required to complete this item of work in accordance with the Contract Documents. Payment will be prorated as the work r is accomplished. �r H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sediment Basin\04- 2004 Pond Cleaning\1104-Construct Specs\12-Special-Prov-Sect-1.doc Page 20 Bid Item 3 Remove, Haul, and Dispose of Sediment (LS) This item includes removing the accumulated sediment from three locations ( the sediment basin, the channel at the north end of the basin, and flow splitter basin), loading the material into vehicles, and hauling to a private site for disposal. All costs for excavation, loading, hauling, and disposal shall be included in the bid price. Sediment Basin The accumulated sediment above the original grades and imported backfill layer shall be removed and disposed of offsite. The sediment basin, and channel at the north end of the basin, have a 12-inch layer of imported backfill placed above a 30 mil PVC liner. The contractor shall use the sediment basin construction plans and as-built plans to locate the top of the 12-inch imported backfill layer. The imported backfill layer is different from the sediment and it is possible to differentiate between the two materials by sight and feel. The Contractor shall hand dig test holes to confirm the location and elevation of the backfill layer (or PVC liner) at the start of construction, and during excavation, when needed. Test holes are more likely needed at the edges of the basin where the PVC liner is close to the surface, than at the center of the basin. The locations and elevations of test holes shall be reviewed with the City prior to starting excavation, and wherever they are performed during the excavation. Channel The accumulated sediment in the upper channel north of the sediment basin will be removed to restore the area so it is similar to the as-built plans and the post construction photos. The center section of the channel is approximately 8 to 12 feet wide, and has rock rte. berms at several location along across the bottom and along the side. In the middle of the channel sediment shall be removed to the top of the rock berms. Along the sides sediment must be carefully removed from between the rock berms without disturbing them. Some rocks may need to be adjusted or added to the berms. City personnel will be available to help identify the extent of sediment removal, adjustments to sediment removal, and any adjustment needed to the rock berms. The PVC liner is close to the top of backfill in this area so hand dug test holes will be needed to identify the liner location. Flow Splitter Work on the flow splitter shall not occur on the Golf Course Event Days identified in Bid Item #1. The accumulated sediment in the flow splitter basin shall be removed to match the elevation of the bottom of the high flow weir. The bottom of the weir is located approximately 2.5 feet below the weir crest. The excavation shall slope gently upstream to blend into the channel at the north end of the flow splitter. The pile of sediment on the south side of the splitter structure shall be removed down to the rip-rap layer. The locations and elevations shall be reviewed with the City prior to starting excavation. The excavated sediment shall be removed and disposed of offsite. PVC Liner The contractor is responsible for protecting the PVC liner under the sediment basin and north channel during excavation, and is responsible for repairing any punctures or tears that may be caused by operational mistakes. Operational mistakes include not hand H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sediment Basin\04- 2004 Pond Cleaning\1104-Construct Specs\12-Special-Prov-Sect-1.doc Page 21 digging to identify the liner location, digging too deep, digging beyond the liner limits shown on the construction and as-built plans, and not properly protecting the liner from potential damage from vehicle traffic. Any major punctures or tears shall be repaired by seaming a new PVC patch over the affected area in accordance with manufacturers recommendation and industry practice. Seaming shall be done by a company with experience in PVC liner construction and seaming. Minor tears may be repaired by other means (tape or gluing) as approved by the City. The Contractor shall rovide the disposal site per Standard Specifications 2-03.3(7)C. All P p costs for hauling and disposal shall be included in the bid price. Excavated materials shall be hauled to a waste site secured by the Contractor and shall be disposed of in such a manner as to meet all requirements of state, county and municipal regulations regarding health, safety and public welfare. Before starting work the contractor shall identify all disposal sites that will be used, and provide proof that they meet the required regulations. b the City during The limits and extend of sediment removal will be monitored y y 9 construction, and the City may direct the Contractor to adjust the extent of sediment removal in some areas. All adjustments for sediment removal, and to the rock berms, are considered incidental. No extra payment will be made for any adjustments directed by the City. Based on the previous pond cleaning, and general quantity estimates, approximately 900 to 1,000 cy of gravel and sediment may need to be removed for the entire project. The actual amount of sediment removed may vary from the estimate. The lump sum bid price will not be adjusted if the actual quantity varies from the estimate. Measurement for this item shall be per lump sum. Payment for this item will be made at the lump sum bid amount, and shall be considered complete compensation for all materials, tools, labor, equipment, excavation, haul, and disposal required to complete the work as shown on the Plans, as directed by the City, and in accordance with the Contract Documents. Payment will be prorated as the work is accomplished Bid Item 4 Refill Basin and Remove Creek Bypass Structures (LS) This item includes refilling the sediment basin with water, restoring flow into the sediment basin and fish ladder, and removing the temporary upstream and downstream bypass structures. During the refilling process approximately '/2 the creek flow shall be kept flowing to the fish channel on the golf course via the bypass pipe at all times. The Contractor shall plan the work so that the basin can be filled overnight by allowing approximately 1/2 the flow into the basin. After the majority of the basin is filled overnight, the temporary bypass structure can be removed the next day. The City Project Manager may assist the Contractor with the sequence needed to operate the valves to refill the sediment basin. This item includes any and all work needed to restore the bank next to the flow splitter structure after cleaning including but not limited to regrading the bank, replacing rip-rap, grading, raking, topsoil placement, and seeding. H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sediment Basin\04- 2004 Pond Cleaning\1104-Construct Specs\12-Special-Prov-Sect-1.doc Page 22 Payment for this item will be made at the lump sum amount bid, and shall be considered complete compensation for all materials, tools, labor, equipment, excavation, haul, and disposal required to complete the work as shown on the Plans, as directed by the City, and in accordance with the Contract Documents. Bid Item 5 Gravel Placement— Detail 1 (Ton) This item includes placing streambed gravel at the edge of the creek and hand spreading it across the bottom of the creek in the areas shown on the plan, and in any additional areas identified by the City. Streambed gravel for Detail 1 will be placed upstream of the flow splitter structure. Streambed gravel shall consist of a rounded, naturally occurring, granular material with an organic content less than 3 percent by volume. Crushed or angular rock will not be permitted. The Gradation requirements for the 6" size gravel are shown on Detail 1 of the Plans. Gravel placement for Detail 1 for the two areas next to the tee and bridge across the creek shall not occur on the Golf Course Event Days identified in Bid Item #1. Gravel may be placed by machine at the west edge of the creek. Gravel will be hand spread using shovels, and other hand tools, across the bottom of the creek. The new gravel layer is intended to be 6- to 12-inches thick. Approximately 1 to 2 CY may be placed at each location. The City will review the gravel placement at each location, and may adjust the number of locations, amount of gravel, and depth of gravel as needed. This item includes limited cutting, removing, and disposing of streamside vegetation as ` needed to reach the creek for gravel placement. All vegetation cutting shall be reviewed and approved by the City prior to cutting. The Contractor shall not cut beyond the extent identified by the City. The City has applied for a permit from the Army Corps of Engineers for gravel replacement and expects to have the permit issued by the time project construction will start. The City reserved the right to delay or eliminate gravel replacement bid items and associated work items from the project if it does not receive permits in time to accomplish the work, or if it determines permit conditions are not feasible or the work should be done in another manner. The Contractor shall not be allowed a changed condition, increase in costs for any remaining bid items, or any requests for increased payment if gravel replacement bid items are eliminated from the contract. The quantity for this bid item is included to provide a common proposal for bid purposes. The actual quantity used may vary from that amount. The unit price will not be adjusted if the actual quantity varies by more than 25 percent from the bid quantity. Measurement for Gravel Placement shall be per Ton in the haul conveyance at the point of delivery. The Contractor shall provide a material quantity ticket from the supplier, from a certified scale, giving the type and amount of material for each load of material brought to the site. Payment for this item will be made at the unit price amount bid, and shall be considered complete compensation for all materials, tools, labor, equipment, excavation, haul, and disposal required to complete the work as shown on the Plans, as directed by the City, and in accordance with the Contract Documents. H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sediment Basin\04- 2004 Pond Cleaning\1104-Construct Specs\12-Special-Prov-Sect-1.doc Page 23 Bid Item 6 Gravel Placement— Detail 2 (Ton) This item includes placing streambed gravel at the edge of the creek and hand spreading it across the bottom of the creek in the areas shown on the plan, and in any additional areas identified by the City. Streambed gravel for Detail 2 will be placed downstream of the flow splitter structure. Streambed gravel shall consist of a rounded, naturally occurring, granular material with an organic content less than 3 percent by volume. Crushed or angular rock will not be permitted. The Gradation requirements for the 4" size gravel are shown on Detail 2 of the Plans. The Contractor shall avoid damaging the golf course grounds. Only small soft tired vehicles (such as bobcats or wheel barrows) may be used to deliver gravel to the side of the creek. Gravel will be placed at the top of the creek, and carried down the creek side by hand in buckets. Gravel will be hand spread using shovels, and other hand tools, across the bottom of the creek. The new gravel layer is intended to be approximately 6-inches thick. Approximately 1 CY may be placed at each location. The City will review the gravel placement at each location, and may adjust the number of locations, amount of gravel, and depth of gravel as needed. This item includes limited cutting, removing, and disposing of streamside vegetation as needed to reach the creek for gravel placement. All vegetation cutting shall be reviewed and approved by the City prior to cutting. The Contractor shall not cut beyond the extent identified by the City. The City has applied for a permit from the Army Corps of Engineers for gravel replacement and expects to have the permit issued by the time project construction will start. The City reserved the right to delay or eliminate gravel replacement bid items and associated work items from the project if it does not receive permits in time to accomplish the work, or if it determines permit conditions are not feasible or the work should be done in another manner. The Contractor shall not be allowed a changed condition, increase in costs for any remaining bid items, or any requests for increased payment if gravel replacement bid items are eliminated from the contract. The quantity for this bid item is included to provide a common proposal for bid purposes. The actual quantity used may vary from that amount. The unit price will not be adjusted if the actual quantity varies by more than 25 percent from the bid quantity. Measurement for Gravel Placement shall be per Ton in the haul conveyance at the point of delivery. The Contractor shall provide a material quantity ticket from the supplier, from a certified scale, giving the type and amount of material for each load of material brought to the site. Payment for this item will be made at the unit price amount bid, and shall be considered complete compensation for all materials, tools, labor, equipment, excavation, haul, and disposal required to complete the work as shown on the Plans, as directed by the City, and in accordance with the Contract Documents. HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sediment Basin\04- 2004 Pond Cleaning\1104-Construct Specs\12-Special-Prov-Sect-1.doc Page 24 Bid Item 7: Plant— Douglas Spiraea (Each) This item includes furnishing and installing Douglas Spirea (Spiraea Douglasii) including all materials, labor, tools, equipment, fertilizer, backfill, mulch, and any other supplies necessary to install the plants. Planting shall be as shown on the plans, per Special Provisions Section 8-02, and per Supplemental and Standard Provisions. Planting shall occur between October 1 and October 15. The time needed for planting is not considered part of the working days for the project. The contractor is responsible for the plant establishment for 1 full year. At the end of 1 full year any dead plants shall be replaced at no additional cost to the City. All partial payments shall be limited to the actual number of healthy vigorous plants. Payments at any stage shall not constitute final acceptance of plants. Materials found not acceptable at any stage shall be rejected and replaced at the Contractor's expense. Previous partial payments made for materials rejected or missing may be deducted from future payments due the Contractor. Measurement shall be per each. Payment for this item will be made by at the unit price amount bid, and shall be considered complete compensation for all materials, tools, labor, and equipment required to complete the work as shown on the Plans, as directed by the City, and in accordance with the Contract Documents. Bid Item 8: Plant—Snowberry (Each) This item includes furnishing and installing Snowberry (Symphoricarpos Albus) including all materials, labor, tools, equipment, fertilizer, backfill, mulch, and any other supplies necessary to install the plants. Planting shall be as shown on the plans, per Special Provisions Section 8-02, and per Supplemental and Standard Provisions. Planting shall occur between October 1 and October 15. The time needed for planting is not considered part of the working days for the project. The contractor is responsible for the plant establishment for 1 full year. At the end of 1 full year any dead plants shall be replaced at no additional cost to the City. All partial payments shall be limited to the actual number of healthy vigorous plants. Payments at any stage shall not constitute final acceptance of plants. Materials found not acceptable at any stage shall be rejected and replaced at the Contractor's expense. Previous partial payments made for materials rejected or missing may be deducted from future payments due the Contractor. Measurement shall be per each. Payment for this item will be made by at the unit price amount bid, and shall be considered complete compensation for all materials, tools, labor, and equipment required to complete the work as shown on the Plans, as directed by the City, and in accordance with the Contract Documents. HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sediment Basin\04- 2004 Pond Cleaning\1104-Construct Specs\12-Special-Prov-Sect-1.doc Page 25 Bid Item 9: Plant—Vine Maple (Each) This item includes furnishing and installing Vine Maple (Acer Circinatum) including all materials, labor, tools, equipment, fertilizer, backfill, mulch, and any other supplies necessary to install the plants. Planting shall be as shown on the plans, per Special Provisions Section 8-02, and per Supplemental and Standard Provisions. Planting shall occur between October 1 and October 15. The time needed for planting is not considered part of the working days for the project. The contractor is responsible for the plant establishment for 1 full year. At the end of 1 full year any dead plants shall be replaced at no additional cost to the City. All partial payments shall be limited to the actual number of healthy vigorous plants. Payments at any stage shall not constitute final acceptance of plants. Materials found not acceptable at any stage shall be rejected and replaced at the Contractor's expense. Previous partial payments made for materials rejected or missing may be deducted from future payments due the Contractor. Measurement shall be per each. Payment for this item will be made by at the unit price amount bid, and shall be considered complete compensation for all materials, tools, labor, and equipment required to complete the work as shown on the Plans, as directed by the City, and in accordance with the Contract Documents. Bid Item 10: Plant— Red Stem Dogwood (Each) This item includes furnishing and installing Red Stem Dogwood (Corpus Stolonifera) including all materials, labor, tools, equipment, fertilizer, backfill, mulch, and any other supplies necessary to install the plants. Planting shall be as shown on the plans, per Special Provisions Section 8-02, and per Supplemental and Standard Provisions. Red stem dogwood and willows may be obtained by selective thinning and pruning of the appropriate species from the banks of Maplewood Creek, downstream of the flow splitter structure. Thinning and pruning existing plants shall be done so it does not leave an appreciable gap in the plant cover next to the creek. The Contractor shall review his plans for thinning and pruning with the City for approval before removing existing plants. The plants may also be obtained by the Contractor from an off-site source. Planting shall occur between October 1 and October 15. The time needed for planting is not considered part of the working days for the project. The contractor is responsible for the plant establishment for 1 full year. At the end of 1 full year any dead plants shall be replaced at no additional cost to the City. All partial payments shall be limited to the actual number of healthy vigorous plants. Payments at any stage shall not constitute final acceptance of plants. Materials found not acceptable at any stage shall be rejected and replaced at the Contractor's expense. Previous partial payments made for materials rejected or missing may be deducted from future payments due the Contractor. H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sediment Basin\04- 2004 Pond Cleaning\1104-Construct Specs\12-Special-Prov-Sect-1.doc Page 26 Measurement shall be per each. Payment for this item will be made by at the unit price amount bid, and shall be considered complete compensation for all materials, tools, labor, and equipment required to complete the work as shown on the Plans, as directed by the City, and in accordance with the Contract Documents. Bid Item 11: Plant - Native Willows (Each) This item includes furnishing and installing Native Willows such as Pacific Willow, Scouler's Willow, etc. (Salix Spp., S. Lasiandra, S. Scouleriana, etc.) including all materials, labor, tools, equipment, fertilizer, backfill, mulch, and any other supplies necessary to install the plants. Planting shall be as shown on the plans, per Special Provisions Section 8-02, and per Supplemental and Standard Provisions. Red stem dogwood and willows may be obtained by selective thinning and pruning of the appropriate species from the banks of Maplewood Creek, downstream of the flow splitter structure. Thinning and pruning existing plants shall be done so it does not leave an appreciable gap in the plant cover next to the creek. The Contractor shall review his plans for thinning and pruning with the City for approval before removing existing plants. The plants may also be obtained by the Contractor from an off-site source. Planting shall occur between October 1 and October 15. The time needed for planting is not considered part of the working days for the project. The contractor is responsible for the plant establishment for 1 full year. At the end of 1 full year any dead plants shall be replaced at no additional cost to the City. All partial payments shall be limited to the actual number of healthy vigorous plants. Payments at any stage shall not constitute final acceptance of plants. Materials found not acceptable at any stage shall be rejected and replaced at the Contractor's expense. Previous partial payments made for materials rejected or missing may be deducted from future payments due the Contractor. Measurement shall be per each. JW Payment for this item will be made by at the unit price amount bid, and shall be considered complete compensation for all materials, tools, labor, and equipment required to complete the work as shown on the Plans, as directed by the City, and in accordance with the Contract Documents. Bid Item 12 Hydroseed (SF) This item includes furnishing and installing hydroseed, fertilizer, and mulch on the inner banks of the sediment basin, upper channel, on any areas of the outer banks where vegetation was disturbed by the work, and on any bare or sparse areas. The bottom 6 to 7 feet of the basin sideslope (measures horizontally, approx. 2 to 2.5 vertical feet) will not be hydroseeded since it will be submerged when the basin is filled with water. H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sediment Basin\04- 2004 Pond Cleaning\1104-Construct Specs\12-Special-Prov-Sect-1.doc Page 27 All areas for hydroseeding shall be identified and review with the City for approval prior to placement. The contractor shall submit seed vendor's certification for the grass seed mixture, indicating percentage by weight, percentage of purity, germination, and weed seed for each grass species. Measurement for this item will be determined by measuring the actual square feet of disturbed area to be seeded. Measurement will be made by the City per the approved area. The bid quantity for this item is included to provide a common proposal for bid purposes. The actual quantity used in construction may vary. Payment for this item will be made by at the unit price amount bid, and shall be considered complete compensation for all materials, tools, labor, and equipment required to complete the work as shown on the Plans, as directed by the City, and in accordance with the Contract Documents. Bid Item 13: Minor Changes (LS) This item is intended for use by the City to pay for any minor changes that may be needed. The unit contract price for Minor Changes shall be $1,000. At the discretion of the Contracting Agency, all or part of this lump sum may be used in lieu of the more formal change order procedure as outlined in Section 1-04.4 of the Standard Specifications. All work and payment under this item must be authorized in writing by the City Project Manager or Supervisor. Payment will be determined in accordance with Section 1-09.4 of the Standard Specifications. Measurement of Minor Change shall be per lump sum. Payment for this item will be prorated for the changes and amounts approved in writing by the City. If no changes are authorized under this item final payment for this bid item will be $0 (zero). H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sediment Basin\04- 2004 Pond Cleaning\1104-Construct Specs\12-Special-Prov-Sect-1.doc Page 28 DIVISION 2 EARTHWORK 2-01 CLEARING, GRUBBING AND ROADSIDE CLEANUP 2-01.1 Description Delete the first paragraph of this section and replace with the following: The Contractor shall clear, grub, and cleanup those areas shown on the Contract Plans which are required for the execution of construction activities. Trees and shrubs may be removed only after approval by the City. 2-01.2 Disposal of Usable Material and Debris Delete the third paragraph of this section and replace with the following: Refuse and debris shall be hauled to a waste site secured by the Contractor and shall be disposed of in such manner as to meet all requirements of state, country and municipal regulations regarding health, safety and public welfare. 2-01.3(5) Shrub Removal (New Section) If it is necessary to move shrubs during construction, the Contractor shall remove the shrubs and replace them in-kind in the original locations after completion of the work. If a shrub is damaged during construction, the City may require the Contractor to replace in like size and kind. 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 2-02.1 Description Supplement this section with the following: The work shall consist of necessary removal and disposal of existing improvements, including pavements, concrete road structures, manholes, abandoned piping, and other items necessary for the completion of the project. a. All removal will be considered incidental to the work unless specifically identified as a bid item. 2-02.3 Construction Details 2-02.3(1) General Requirements Supplement this section with the following: HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sediment Basin\04-2004 Pond Cleaning\1104-Construct Specs\I3-Special-Prov-Sect-2.doc Page I The removal(s) shall be conducted in such a manner as not to damage existing utilities, roadway, and other structures that are to remain in place. The Contractor shall repair, replace, or otherwise restore damage resulting from his activities. The limits of removal for concrete or rigid materials shall be either the edge of the structure, an existing construction joint, or a new sawcut. The depth of saw cuts shall be such as will accomplish the intended purpose, and will be r, determined in the field to the satisfaction of the Engineer. Sawing shall be considered incidental to the other bid items. 2-02.3(1)A Salvage (New Section) Unless otherwise indicated in the Plans or Specifications, all removed items of recoverable value shall be carefully salvaged and delivered to the City in good condition, and as directed by the City. Materials and items deemed of no value by the City shall be removed by the Contractor, and shall become the Contractor's property to be disposed of at no additional cost to the City. 2-02.3(7)D Contractor Provided Disposal Site (Addition) Waste materials shall be hauled to a waste site secured by the Contractor and shall be disposed of in such a manner as to meet all requirements of state, county and municipal regulations regarding health, safety and public welfare. 2-02.5 Payment Delete entire section and replace with the following: See bid items descriptions for units of measure and payment. HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sediment Basin\04-2004 Pond Cleaning\1104-Construct Specs\13-Special-Prov-Sect-2.doc Page 2 DIVISION 8 MISCELLANEOUS CONSTRUCTION 8-01 EROSION CONTROL 8-01.1 Description Supplement this section with the following: Work shall include the placement of temporary and permanent erosion control facilities during the duration of this project. The Contractor will be held responsible for maintenance of all erosion control facilities necessary during the duration of this contract. Work shall include but not be limited to the following: • Storm Drain Inlet Protection • Sediment Control Fencing • Hay Bales and Mulch • Covering Soil with Plastic Covering • Miscellaneous Erosion Control so 8-01.2 Materials Supplement this section with the following: !r. Filter fabric used in the Sediment Control Fencing shall be equal to Mirafi 10OX or approved equal. 8-01.3(3) Miscellaneous Erosion Control (New Section) Contractor shall take all necessary precautions to prevent sediment from construction activities from entering into storm water systems or natural waterways and from being transported away from the construction area by storm water. 8-01.5 Payment Delete entire section and replace with the following: See bid items descriptions for units of measure and payment. If a bid item for Erosion Control is not listed, the cost of all such work shall be considered incidental and included within the unit bid prices in the contract. HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sediment Basin\04-2004 Pond Cleaning\1104-Construct Specs\14-Special-Prov-Sect-8.doc Page 1 8-02 ROADSIDE PLANTING 8-02.1 Description Section 8-02.1 shall be supplemented with the following: This work shall include all planting of trees, shrubs and sod on the site. The planting shall be installed using the materials shown on the Plans and/or as specified in these Special Provisions. The planting shall be installed to grades and conform to the areas and locations as shown on the Plans, or as directed by the Engineer. 8-02.2 Materials Section 8-02.2 shall be supplemented with the following: Trees & Shrubs Trees and shrubs shall be as specified on the drawings and conform to Section 9-14.6., and to the American Standard for Nursery Stock ANSI Z 60.1 — 1996 for quality standards. Fertilizer Tree and Shrub Fertilizer: Agriform 20-10-15 planting tablets for planting pits. Trees: Four (4) 21 gram tablets Shrubs: Two (2) 21 gram tablets Groundcovers: None required. i Mulch Shrub Bed Mulch: Shrub bed mulch shall be Pacific Garden mulch or equal approved by the City. Available through Pacific Topsoil (800) 884-7645. 8-04 CURBS, GUTTERS AND SPILLWAYS 8-04.1 Description Mrtr Add the following: Work includes replacement of curb and gutters removed or damaged due to construction activities. HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sediment Basin\04-2004 Pond Cleaning\1104-Construct Specs\14-Special-Prov-Sect-8.doc Page 2 8-04.3 Construction Requirements Add the following: Curb and gutters shall match the existing curb and gutter, including type and dimensions. Grade shall meet adjacent curb and gutter in a smooth transition. 8-04.3(3) Width of Replacement (New Section) Contractor shall replace curb and gutter to the nearest construction joint, unless otherwise authorized by the Engineer. 8-04.5 Payment Supplement this section with the following: See bid items descriptions for units of measure and payment. 8-14 CEMENT CONCRETE SIDEWALKS 8-14.1 Description Add the following: Work includes replacement of sidewalks removed or damaged due to construction activities. Replacement of sidewalks shall include driveways and handicap access areas. 8-14.3(2) Placing and Finishing Concrete Add the following: Contractor shall match the existing dimensions of the sidewalk. Grade shall meet adjacent sidewalks in a smooth transition. 8-14.3(5) Width of Replacement(New Section) Contractor shall replace sidewalk to the nearest construction joint, unless otherwise authorized by the Engineer. 8-14.5 Payment Delete entire section and replace with the following: See bid items descriptions for units of measure and payment. HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sediment Basin\04-2004 Pond Cleanin-0 104-Construct Specs\l4-Special-Prov-Sect-8.doe Page 3 8-22 PAVEMENT MARKING 8-22.1 Description Supplement this section with the following: All existing pavement markings and markers that are removed by the Contractor's activities related to this project shall be replaced in the original location and shall be of similar type. Markings and markers shall be in accordance with the City of Renton Standard Plans. 8-22.5 Payment Supplement this section with the following: Bid items with descriptions, units of measure and payment are outlined in Section 1- 09.3(1). If a bid item for Pavement Marking is not listed, the cost of all such work shall be considered incidental and included within the unit bad prices in the contract. ■w HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sediment Basin\04-2004 Pond Cleaning\1104-Construct Specs\14-Special-Prov-Sect-8.doc Page 4 DIVISION 9 MATERIALS 9-14.6(28) Hyroseeding Bid Item (addition) 28.0 Description Contractor shall install the following: A. Hydroseed distrubed areas - as a result of the construction activities - adjacent to the sedimenation pond and stockpile areas. 28.1 Products Hydroseeding Submittals Submit seed vendor's certification for required grass seed mixture, indicating percentage by weight, and percentages of purity, germination, and weed seed for each grass species. A. Perform seeding work only after planting and other work affecting ground surface has been completed. B. Restrict all disturbances or other activities in seeded areas until rass is established. ed. Erect signs and barriers as required. C. Provide watering equipment as required. Materials Hydroseeding A. Seed A.1. On the pond slopes the following grass/forb mixes shall be used at a rate of 65 lb/acre: d* Red fescue Festuca rubra 25% Colonial bentgrass Agrostis tenuis 25% Meadow foxtail Alopecurus pratense 40% Water smartweed Polygonum hydropiperoides 10% H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sediment Basin\04- �.. 2004 Pond Cleaning\1104-Construct Specs\15-Special-Prov-Sect-9.doc Page 1 B. Wood Cellulose Fiber Mulch: Degradable green dyed wood cellulose fiber free from weeds or other foreign matter toxic to seed germination and suitable for hydromulching. C. Soil Binder or Tacking Agent: Liquid concentrate diluted with water forming a , transparent 3-dimensional film-like crust permeable to water and air and containing no agents toxic to seed germination. Contractor shall comply with all environmental regulations and manufacturers recommendations regarding fertilizer use. 28.2 Transportation, Delivery, Storage and Handling Hydroseeding A. Submit seed vendor's certification for required grass seed mixture, indicating percentage by weight, and percentages of purity, germination, and weed seed for each grass species. 28.3 Installation Hydroseeding A. Perform seeding work only after planting and other work affecting ground surface has been completed. B. Restrict all disturbances or other activities in seeded areas until grass is established. Erect signs and barriers as required. C. Provide watering equipment as required. D. Limit preparation to areas which will be immediately seeded. E. Loosen topsoil of areas to be seeded to minimum depth of 4 inches. F. Grade area to be seeded. Remove ridges and fill depressions as required to drain. G Seed immediately after preparation of bed. Spring seeding shall occur between April 1 and June 1 and fall seeding shall occur between August 15 and October 31 or at such other times acceptable to the City. H. Seed indicated areas within contract limits and areas adjoining contract limits disturbed as a result of construction operations. I. Perform seeding operations when the soil is dry and when winds do not exceed 5 miles per hour. J. The contractor shall use the double application method for all hydroseeding as follows: Mulching HAFile Sys\sWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sediment Basin\04- 2004 Pond Cleaning\1104-Construct Specs\15-Special-Prov-Sect-9.doc Page 2 - A. Mulch cover shall be applied at 2,000 Ibs/acre as follows: 1. First application: 100 percent seed mix with 25 percent of mulch. 2. Second application: tackifier with 75 percent of mulch Tacking Agent A. Tacking agent shall be applied by approved hydraulic equipment. distribution and discharge lines shall be equipped with a set of hydraulic discharge spray nozzles which will provide a uniform distribution of the material. Tacking agent shall be applied at 80 gal/acre. Contractors shall comply with all environmental regulations and manufacturers recommendations. 28.4 Cleaning A. Perform cleaning during installation of the work and upon completion of the work. Remove from the site all excess materials, debris and equipment. Repair damage to any project features. 28.5 Warranty Hydroseeding A. Hydroseeded areas will be inspected 1 week after germination to determine if coverage of seeding is acceptable. w B. A uniform stand of grass and wildflowers over 90 percent of seeded area shall be obtained by watering and maintaining until final acceptance. Areas which fail to provide a uniform stand of grass shall be reseeded. Areas reseeded will not be accepted until the coverage required herein is obtained. 28.6 Payment Payment will be made per the bid item description. HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sediment Basin\04- 2004 Pond Cleaning\1104-Construct Specs\15-Special-Prov-Sect-9.doc Page 3 HYDRAULIC PROJECT APPROVAL HYDRAULIC PROJECT APPROVAL State of Washington uvdd RCW 77.55.100-appeal pursuant to Chapter 34.05 RCW Department of Fish and Wildlife 1W FISH.d Region 4 Office Iltl AR 16018 Mill Creek Boulevard trr Mill Creek,Washington 98012 DATE OF ISSUE: April 30 2003 LOG NUMBER: ST-F4720-03 11■ This Hydraulic Project Approval(HPA),which now supersedes all previous HPAs for this project,is a change of the original HPA issued June 19, 2002 and last modified July 16,2002,to address issues recently identified by the Area Habitat Biologist(AHB). PERMITTEE AUTHORIZED AGENT OR CONTRACTOR .. City of Renton Surface Water Utility Not Applicable VIEC ATTENTION:Chris Munter _ 20Q3 1055 South Grady Way-5t°floor "! Renton,Washington 98055 F REt4 iON (425 430-7205 C1TY O SYSTEMS — Tlt_IN PROJECT DESCRIPTION: Maintenance of Permanent Fixed Fresh Water On Bed Natural Earth Gravel Channel Modification Dredging Bed Load Traps=>800 Cubic Yards ,., PROJECT LOCATION: Maplewood Golf Course,4050 Maple Valley Highway,Renton,Washington 47.4743 North Latitude, 122.1638 West Longitude 4 WRIA WATER BODY TRIBUTARY TO 1/4 SEC. SEC. TOWNSHIP RANGE COUNTY r 1 08.0302 Maplewood Creek Cedar River SW 15 23 North 05 East King so PROVISIONS 1. TIMING LIMITATIONS: The project may begin immediately and shall be completed by June 19,2007, provided that work below the ordinary high water line(OHWL)shall occur between June 15 and September 30, r 2002 or between June 15 and September 15,2003 through 2006,unless otherwise approved by the AHB. 2. Work shall be accomplished per plans and specifications entitled,"OPERATIONS AND MAINTENANCE r. MANUAL MAPLEWOOD CREEK SEDIMENT BASIN AND FISH CHANNEL",dated September 1999,and submitted to the Washington Department of Fish and Wildlife(WDFW),except as modified by this HPA. These plans reflect design criteria per Chapter 220-110 WAC. These plans reflect mitigation procedures to significantly reduce or eliminate impacts to fish resources. A copy of these plans shall be available on site during construction. 3. The sediment basin and fish channel shall be maintained by the City of Renton per RCW 77.55.060 to ensure continued,unimpeded fish passage. If the structure becomes a hindrance to fish passage,the City of Renton shall be responsible for providing prompt repair under this HPA. Financial responsibility for maintenance and repairs shall be that of the City of Renton. NOTE:At the time of the previous WDFW AHB inspection,there was a large angular rock which was installed by the City blocking fish passage midway between the sediment pond and flow splitter which needs to be altered so the blockage is removed. This rock has resulted in an approximate two foot drop,which hinders fish passage. This rock shall be relocated as discussed in the April 29,2003 site .. review during the allowed timing limitations(Provision 1)prior to September 15,2003. 4. A temporary bypass to divert flow around the work area shall be in place prior to initiation of other work in the ,. wetted perimeter. 5. A sandbag revetment or similar device shall be installed at the bypass inlet to divert the entire flow through the bypass. .. Page 1 of 4 HYDRAULIC PROJECT APPROVAL State of Washington washmo- Department of of RCW 77.55.100-appeal pursuant to Chapter 34.05 RCW Region 4 OffceFish and Wildlife FISH"d 16018 Mill Creek Boulevard WOLN Mill Creek,Washington 98012 DATE OF ISSUE: April 30,2003 LOG NUMBER: ST-F4720-03 r 6. A sandbag revetment or similar device shall be installed at the downstream end of the bypass to prevent backwater from entering the work area. , 7. The bypass shall be of sufficient size to pass all flows and debris for the duration of the project. Prior to releasing the water flow to the project area,all dredging shall be completed. 8 g 9. Releasing of water back in to the pond shall be done slowly, so that approximately 3/4 of the water flows through the bypass until the pond is full,to prevent dewatering of the stream and loss of fish Iife. 10. Upon completion of maintenance activities, all material used in the temporary bypass shall be removed from the site and the site returned to pre-project or improved conditions. 11. Due to interception of spawning gravels in the sediment basin,spawning gravels shall be supplemented in the fish channel downstream of the sediment basin, as determined to be necessary by the WDFW AHB at the time of each sediment basin maintenance dredging. During the April 29,2003 site review, the WDFW AHB determined that 25 cubic yards of spawning size gravels need to be added to the channel downstream of the sediment pond. , Fifteen to twenty cubic yards of this material shall be added downstream of the flow splitter in the pools downstream of the log weirs. 12. The permittee shall capture and safely move food fish,game fish,and other fish life from the job site. The permittee , shall have fish capture and transportation equipment ready and on the job site. Captured fish shall be immediately and safely transferred to free-flowing water downstream of the project site. The permittee may request WDFW assist d assistance may be anted if In capturing and safely moving fish life from the job site to free-flowing water, an y �' personnel are available. 13. Any device used for diverting water from a fish-bearing stream shall be equipped with a fish guard to prevent passage ' of fish into the diversion device pursuant to RCW 77.55.040. The pump intake shall be screened with 1/8-inch mesh to prevent fish from entering the system. The screened intake shall consist of a facility with enough surface area to ensure that the velocity through the screen is less than 0.4 feet per second. Screen maintenance shall be adequate to , prevent injury or entrapment to juvenile fish and the screen shall remain in place whenever water is withdrawn from the stream through the pump intake. 14. Dredged streambed materials shall be disposed of upland so they will not re-enter state waters. 15. Equipment shall be operated to minimize turbidity. During excavation,each pass with the bucket shall be complete. ' Dredged material shall not be stockpiled in the stream. 16. Dredging shall be accomplished by starting at the upstream end of the project boundary and working downstream. , 17. If at any time,as a result of project activities,fish are observed in distress,a fish kill occurs,or water quality problems develop(including equipment leaks or spills), operations shall cease and WDFW at(360) 534-8233 and Washington Department of Ecology at(425)649-7000 shall be contacted immediately. Work shall not resume until ' further approval is given by WDFW. Page 2 of 4 HYDRAULIC PROJECT APPROVAL State of Washington .W AiAkl d RCW 77.55.100-appeal pursuant to Chapter 34.05 RCW Department of Fish and Wildlife Region 4 Office FISHo a 16018 Mill Creek Boulevard wolm Mill Creek,Wasbington 98012 DATE OF ISSUE: April 30.2003 LOG NUMBER: ST-F4720-03 r, 18. Erosion control methods shall be used to prevent silt-laden water from flowing downstream. These may include,but are not limited to,straw bales,filter fabric,temporary sediment ponds,check dams of pea gravel-filled burlap bags or r. other material, and/or immediate mulching of exposed areas. 19. Prior to starting work,temporary filter fabric,straw bale,or pea gravel-filled burlap bag check darn(s) shall be " installed downstream. Accumulated sediments shall be removed during the project and prior to removing the check dam(s)after completion of work. 1O 20. All waste material such as construction debris, silt, excess dirt or overburden resulting from this project shall be deposited above the limits of flood water in an approved upland disposal site. 21. If high flow conditions that may cause siltation are encountered during this project,work shall stop until the flow subsides. an 22. Extreme care shall be taken to ensure that no petroleum products,hydraulic fluid, fresh cement, sediments, sediment- laden water, chemicals,or any other toxic or deleterious materials are allowed to enter or leach into downstream state waters. rn SEPA: DNS by City of Renton final on February 1996. APPLICATION ACCEPTED: April 29,2003 ENFORCEMENT OFFICER: Boone 030 [P2] for Director Larry Fisher (425)649-7042 WDFW r, Area Habitat Biologist r cc: WDFW,Bums GENERAL PROVISIONS This Hydraulic Project Approval(HPA)pertains only to the provisions of the Fisheries Code(RCW 77.55). Additional authorization from other public agencies may be necessary for this project. This HPA shall be available on the job site at all times and all its provisions followed by the permittee and operator(s)performing the work. This HPA does not authorize trespass. The person(s)to whom this HPA is issued may be held liable for any loss or damage to fish life or fish habitat which results from failure to comply with the provisions of this HPA. Failure to comply with the provisions of this Hydraulic Project Approval could result in a civil penalty of up to one hundred dollars per day or a gross misdemeanor charge,possibly punishable by fine and/or imprisonment. .. Page 3 of 4 HYDRAULIC PROJECT APPROVAL State of Washington wounghyt Department of Fish and Wildlife RCW 77.55.100- appeal pursuant to Chapter 34.05 RCW Region 4 Office F1SHQ+�a 16018 Mill Creek Boulevard MIN Mill Creek,Washington 98012 DATE OF ISSUE• April 30 2003 LOG NUMBER: ST-F4720-03 All HPAs issued pursuant to RCW 77.55.100 are subject to additional restrictions,conditions or revocation if the Department of Fish and Wildlife determines that new biological or physical information indicates the need for such action. The permittee has the right , pursuant to Chapter 34.04 RCW to appeal such decisions. All HPAs issued pursuant to RCW 77.55.103 may be modified by the Department of Fish and Wildlife due to changed conditions after consultation with the permittee: PROVIDED HOWEVER,that such modifications shall be subject to appeal to the Hydraulic Appeals Board established in RCW 77.55.130. ' APPEALS-GENERAL INFORMATION IF YOU WISH TO APPEAL A DENIAL OF OR CONDITIONS PROVIDED IN A HYDRAULIC PROJECT APPROVAL, , THERE ARE INFORMAL AND FORMAL APPEAL PROCESSES AVAILABLE. A. INFORMAL APPEALS(WAC 220-110-340)OF DEPARTMENT ACTIONS TAKEN PU-RSUANT TO RCW 77.55.100, 77.55.103,77.55.106,AND 77.55.160: A person who is aggrieved or adversely affected by the following Department actions may request an informal review of. (A) The denial or issuance of a HPA,or the conditions or provisions made part of a HPA;or (B) An order imposing civil penalties. It is recommended that an aggrieved party contact the Area Habitat Biologist and discuss the concerns. Most problems are resolved at this level,but if not,you may elevate your concerns to his/her supery isor. A request for an INFORMAL REVIEW shall be in WRITING to the Department of Fish and Wildlife,600 Capitol Way North,Olympia,Washington 98501-1091 and shall be RECEIVED by the Department within 30-days of the denial or issuance of a HPA or receipt of an order imposing civil penalties_ The 30-day time requirement may be stayed by the Department if negotiations are occurring between the aggrieved party and the Area Habitat Biologist and/or his/her supervisor. The Habitat Protection Services Division Manager or his/her designee shall conduct a review and recommend a decision to the Director or its designee. If you are not satisfied with the results of this informal appeal,a formal appeal may be filed. B. FORMAL APPEALS(WAC 220-110-350)OF DEPARTMENT ACTIONS TAKEN PURSUANT TO RCW 77.55.100 OR 77.55.106: •person who is aggrieved or adversely affected by the following Department actions may request an formal review of. (A) The denial or issuance of a HPA,or the conditions or provisions made part of a HPA; , (B) An order imposing civil penalties;or (C) Any other"agency action" for which an adjudicative proceeding is required under the Administrative Procedure Act, Chapter 34.05 RCW. , •request for a FORMAL APPEAL shall be in WRITING to the Department of Fish and Wildlife,600 Capitol Way North, Olympia,Washington 98501-1091,shall be plainly labeled as"REQUEST FOR FORMAL APPEAL" and shall be RECEIVED DURING OFFICE HOURS by the Department within 30-days of the Department action that is being challenged. The time period for requesting a formal appeal is suspended during consideration of a timely informal appeal. If there has been an informal appeal,the deadline for requesting a formal appeal shall be within 30-days of the date of the Department's written decision in response to the informal appeal. C. FORMAL APPEALS OF DEPARTMENT ACTIONS TAKEN PURSUANT TO RCW 77.55.103 or 77.55.160: ' A person who is aggrieved or adversely affected by the denial or issuance of a HPA,or the conditions or provisions made part of a HPA may request a formal appeal. The request for FORMAL APPEAL shall be in WRITING to the Hydraulic Appeals Board per WAC 259-04 at Environmental Hearings Office,4224 Sixth Avenue SE,Building Two-Rowe Six,Lacey,Washington 98504;telephone 360/459-6327. D. FAILURE TO APPEAL WITHIN THE REQUIRED TIME PERIODS RESULTS IN FORFEITURE OF ALL APPEAL , RIGHTS. IF THERE IS NO TIMELY REQUEST FOR AN APPEAL,THE DEPARTMENT ACTION SHALL BE FINAL AND UNAPPEALABLE. Page 4 of 4 7999 CLEANING MEMO AND SITE PHOTOS CITY OF RENTON MEMORANDUM DATE: October 7, 1999 TO: Maplewood Sediment Basin File FROM: Daniel Carey SUBJECT: Maplewood Creek Sediment Basin Cleaning Notes and Observations The sediment basin was cleaned between 9/20/99 and 9/29/99. The following notes and attached figures and photos are for future reference when the basin needs cleaning again. Time Needed 9/20 Monday Mobilized to site -4 to 6 hrs 9/21 Tuesday Setup, organize, try to build first bypass dam (not successful) - 8 hr 9/22 Wednesday Build bypass dam - 2 to 4 hr(with material from previous day). Drain basin and Rescue fish -4 to 5 hrs. 9/23 Thursday Start removing sediment, stockpile to dewater- 8 hrs 9/24 Friday Removing sediment, haul to dispose on golf course - 8 hrs 9/25 Saturday Removing sediment, haul to dispose on golf course - 8 hrs 9/27 Monday Finish removing sediment, place rocks in upper creek, start refilling basin over night - 8 hrs 9/28 Tuesday Place rocks in upper creek, remove bypass dam, drain and close bypass pipe, general raking. - 8 hrs 9/29 Wednesday General clean up and demobilize - 8 hrs (est.) ' Cleaning takes about 2 weeks. Allow more time for the silty sediment to dry out. Cost Because we the proposed lump sum prices from the fish channel contractor (we already , had a contract with) seemed too high we decided to use T & M for the work. It cost about $3,200 per day (full working day, excavator, loader, dump truck, including 8.6% tax). Disposal cost was minimal because the golf course took all the material for landscaping and future course revisions. The cost for hauling off site was estimated at $10 per cy for the truck and driver, plus $4 per cy for dry soil or $8 per cy for wet soil. The material could have gone to a soil site near Cedar Hills landfill, about a 2 '/2 hour round trip. Observations and Lessons Learned , McCarty Trout Pond , Be sure the adjacent property owner with the fish pond (Casey McCarty) is notified at least one week before the work starts. He will have to get a pump and place it in the creek adjacent his property to keep his fish pond full of fresh water. , Be sure his inlet valve (in the sediment basin) is closed before starting to dewater the basin. Open the old bypass valve on the golf course (at the southeast corner of the pump shack, the key for the valve is in the pump shack). When that valve is closed it allows McCarty to back up water in the pipe into his pond. When the valve is open it allows water from the pipe (and sediment basin) to drain into the old creek bed. ' Bypass Dam Build the bypass right at the concrete inlet. First place sand bags across bottom of creek to conform to bottom and help form a seal. Then place media bags (fabric bags filled with gravel/sand, about 3 ft square) on top of the sand bags. Place plastic membrane (one large sheet) on top of media bags and extending upstream about 15 feet out from bags. The membrane is placed about 15 feet upstream of the darn to help seal the bottom and reduce water bypass under the dam. The plastic membrane should be directed into the bypass structure. Use sand bags on top of the membrane and on the sides to seal it. Need sand bags along the upstream edge to help seal it. Dig a sump downstream of the bypass dam (about 5 to 8 feet) and place a submersible pump in it. Pump any seepage that gets past the dam back upstream. Be ready to rescue fish in the creek immediately after the bypass dam is placed. s\SWP -Surface Water Pro ects\SWP-27 - Surface Water Projects (CIP)\27-2057 Maplewood Sediment Basin\02- ' H:\File Sy 1 1999 Pond Cleaning\Memo-Cleaning Notes.DOC\DWC\tb Dewatering Basin Start early in the day ! Use the 8-inch valve in the overflow weir and fish weir to initially draw the basin down. Slowly let the flow out to minimize the sediment stirred up. When the old valve at the golf course shack is opened the McCarty inlet can also be used to draw down the water level. After the water level is below the valve invert use a portable pump to remove water from the bottom of the basin. Flow from the 8-inch underdrain pipe is slow and didn't seem sufficient to dewater the sediment. Fish Rescue Allow the entire day to draw the pond down and rescue fish. The fish need to be rescued as soon as possible. When the water level is low it may get too hot or oxygen depleted to allow them to survive for more than a few hours. Draw the water level down so there is only a small pond area, then net the fish in the pond (on 9/22/99 we captured about 40 to 60 fish from the pond). The WDFW electro shocker didn't seem to work too well. We turned it up to higher level than shown on the instructions. Some fish were shocked and beached themselves, making capture easy. Wading with the shocker stirred up the silt and made it hard too see any shocked fish. When the water level was low (4 to 8 inches) it was possible to lay on the overflow weir and reach down to net fish. This worked a little better than electro shocking. ' When the McCarty inlet is used to drain the pond one person should be at it to net fish. A large number of smaller fish (1 to 2 inch) were captured there. Some of the rescued fish were placed in the top cell of the fish ladder, some were placed in the bottom cell or pool at the outlet. Recommendation - Make a large net (say 1.5' high by 3' to 4 ` wide) so it's easier to scoop and capture fish. The net will have to be made before the project begins. You could also try to use an area net cast on the bottom, herd the fish to that side, then draw it up and capture them. Silty Soil at South End of Basin Clean the basin before more than 1 foot of silt accumulates at the south end. The silty soil at the south end needs time to dewater. Allow 3 to 4 days in the hot sun after ' the basin is emptied. It may also help to stack the silty material in the basin and let it continue to dewater before finally hauling away for disposal. HAFile Sys\SWP-Surface Water Projects\SWP-27- Surface Water Projects (CIP)\27-2057 Maplewood Sediment Basin\02- 1999 Pond Cleaning\Memo-Cleaning Notes.DOC\DWC\tb Sediment Removal First the trackhoe worked at the north end of the basin on the stable granular sediment. It ' scraped the upper channel, then moved onto the delta at the north end of the basin. It was able to sit on the delta, scrape the granular soil toward it, and form a large stockpile that would dewater. ' A front end loader was used to move granular soil stockpiled at the north end to a stockpile in the upper parking lot. The 1 foot granular layer above the liner felt hard when encountered, and was stable for , the trackhoe to drive on. It was easy for the operator to detect when he had excavated through the sediment and reached the granular layer. The operator stockpiled some silty material on the granular soil and let it dewater over night. It lost some water and seemed drier and easier to work the next day. Recommend - Allow the silty soil 2 days to dry in place, then pile it in stockpiles in the ' basin so it can dewater further. Refilling the Basin , It took about 12 to 16 hours to completely refill the basin at about 1/2 the flow. The 8-inch valve in the fish weir was opened about '/4 of the way and the water level in the fish weir ' and basin was allowed to stabilize overnight. That placed the water level in the pond at about 4 inches below the fish weir. Next the bypass dam was removed and all the creek flow went into the sediment basin. ' The 8-inch valve in the overflow spillway was opened to keep about 'h the total flow to the fish channel on the golf course (it should NOT be dried up). The water level in the pond was allowed to rise to just below the fish weir. , The water level in the upper cell in the fish ladder needed to be draw down to drain the 18- inch bypass pipe, and avoid trapping any fish that may have swum into it. The 18-inch ' valve on the southwest side of the fish ladder was opened to draw down the water in the upper cell, the bypass pipe valve was closed, then the 18-inch fish ladder valve was closed. The 8-inch valve in the fish weir was opened to refill the upper cell from the sediment basin. The upper cell took about 1 hour to fill. The water level in the pond took about another hour to reach the top of the fish weir and begin flowing into the fish ladder. After flow had reestablished itself in the entire fish ladder the 8-inch valve in the overflow weir was closed and the sediment basin resumed normal operation. Note - The 8- and 18-inch valves had a small flow of water going through them after they ' were closed. After 2 or 3 days most of the flow stopped. Note - The 8-inch canal gate in the overflow weir was hard to close. The sliding gate valve ' seemed to be off center and scraping along one side. With too much force the valve stem bends and may eventually break. Use a hammer to tap the high side of the gate down and the valve should slide easily. t HAFile S Y s\SWP -Surface Water Projects\SWP-27 -Surface Water Projects (CIP)\27-2057 Maplewood Sediment Basin\02- ' 1999 Pond CleaningWlemo-Cleaning Notes.DOC\DWC\tb • • • • } ' !c aclir - r ` rn r a i AciF }� Q f r - fi,� +41' .i+. L�"�"`�' �.�"',•1���'�'�.�.,�P' �.' '3 ', Y dam' r `x�eW °. fYe OL- t . .t us e" S <�e ., X99 P=. x 9/22/99 Bypass Dam " _.o r Pump in sump downstream of dam ♦tom to catch any flow getting past dam w w Fish in sediment basin Fish rescued out of basin la l. i 9/23/99 Trackhoe working on coarse sediments at north end of basin r' L Siltysediments at South end of basin � 4 x. About 2 feet of siltysediment at South end of basin. Gravel layer below ` silt " � s y 7 r 9/23/99 Y Cleaning at north end ; of basin ., +f. ,4 � t ♦ r s»w ... + k Basin about 1/2 cleaned, sediment piled for loading Y 4• North end at " rock weirs ` ~ � :.C•.erg .� .. � � �-• a - 4 i t #�! �Or- �� r 2004 Existing Conditions-.. Before Cleaning From Fish Weir Looking northeast to north end of pond From Fish Weir Composite, ' Looking north toward east, '{ and overflow spillway `n M1,._ •#. d # ,T, °•tine { f. f From North End r :. IF Looking south, Rock weirs covered with sediment, Overflow spi I Tway at farend 7996 DESIGN PLANS (Partial) i - •�� ;!'i,.� r � /////�//iii i�`°"'m,,,,�.. •'• 4" s I�,I'iii i/ . / . %���i�� �,1;1�� • • 1 I, -•., /// ilia ,�y/, 111 ..� • I INK., / :'II �--.. �/ A". �/ 5o : i I ^ . • it �.� - 1 � I I �I i IIC d I < I NN i I I I II .�II I \\ • it `�'I � \� � \ • ill - I I i'I I III , ► �II I - I I 1cl �I ,d i Am All I � a f f M w; . � ! g � m LL F416- .0-.L ; dll .6 r" C 7 I .0'-.0 1 .0-.0 •� U W .0-.t •►-•► N to I d d I 1 1 1 1 IN � oil l I ZJw d ° c � ppYy �F v d I � 1 l mom rg IL 1 1 1 1 I 1 ; I ` I ` I � I I ^ 1 \ 12 oila! r' 92 WE 1 1 ♦ � m X—) x x-7f—0 X— x—♦ 1 \ j i S Vl 1 TA •- (61uvue io aem m) _fi F-- ��-o- • • Jr xt jaiI Id fix: n.. wip W I • I � s. 1 Ar•Ttti �^ � � � 5 III d IL J. Id r u1•Wf✓If r.w.l w fs�.v'If11 N fN.1/M�PP.0 �fff�MbwW♦1A. fYw....► `fwr• vwm l vmmm. r Una" rml oftwom rf..far "Nommo opow i s....+ .n..w vmwr .ltU f» wam rr.rN wrrrl ° R 0 go1 1 _ r L yy nnF N F m 0! in O P � p YI r��j � �1yq���F• � Z IN I- i r • F 1- 1 N Z d ' 1 1 I ! n ypWp� �N ZW.i t =W� 1 V/ iii• 1 ~ I 1 y ^ of b 1 1 1 I 1 , b 1n i I g 1 ` 1 � � J 1 1 1 ---F -- --------------- --- • IL --- W L IL r e lip� Us M It2•M/il/LO owwu -.4'ON O-W -JT]RR "At/00 r two N=3*su3mw\nu\a �IIw No snip w w!w �w w wr w w w w ;� w w�• • ..� bwmw. ft. Il.001 uvm+ "bloom %MONO Moro" .... .....r• wm r ONWAN O ""NNW "MONO t ;t w w Ln ad ad a W W �<S x t ° S T Z° �J] (O� J •� 9 rZ Ill N Q;1/!V~1 00 Q ` G Z W V) G C av�l O 0 �y Z Z r Z' i7f y=?3 OO r' ra Ono m 'aa m I7 T✓i (� �. Z�In�O - N 9 � �' d s NYiW `� it a O W r4 a •4 a s cc C o ��++Q .917f1 9 �d N ;a \W Q m `0< �O rc z33 rc ^ X cif ZI a L IL .b Ell �:j '�-� Z�Z a 1,to o CL p 11. NL Umm W U) Fp Q l-.Kw III Q Q K K � 0-0 W A$ 3 NN vai O W❑� S 8 N{V�I 0 �F Vl 1� im WZ W • a3 1 OpV KF K K J NxFx maaWaa1�''�� >W W Z 4 VO Q W 110 a a°z O O �� o o -- - a w Z Qg0 v�sro 3 NZ. • Ina srG� ,'�+ a N I 0 cn •\ • • wo i JN < A 8' f- O� •II ' � M O �,�+q 3`S Pr,�1rts eg 3 3 0 N O. 1 ❑o `L�] • • � WW a yt K K 1 a w J FY N W N J �Nd r la-�® �mtp Dl �aQ �W W w�mWrW 11 I O i II t 5 0,0 0 K N , 0 U 1/ LA �/1 O m •C 0 w I W �.I (jaw O c°Sm 1^Q a� �M g M I W I I Q t l t \ vI-^ €cgR M 1 III uov ro dd aj nn44 K U WWN (n o Ifl= W c• Lu ' ddd K d P a w O I Q ZJ 3�l•PI /: U a 11,00 r U / I \ O Q o Q•• o W �� a l �:P:• Yr U , J J V 2W In 0 O W Z Y >Y 00 UA 0d m 0. .0-j ILI- rn k. WI�I=1 }fir§'.°•. �L�btPa po0 a� III N 0 00 N� IV) 3V1 Om0 I 1 I .ba °W 1 I 1 N \ W pr QQF- 1I1 ®; 3W • :.1 I I I lJ 3 W N �.O .O-.l N O aW 11 1 Kw AW 000 I zGS I I I o00j/ t II a I I:R o m rr3� -__— 1 0 �\� N V, /� O \ y o a --- — -- /\� •o K at C-DI I I b Z y l l d • 0:0.6 \� 0�6 \ U o o� W Z K � . 0 cc W O K �I -III" �T1_ _ jI ZW v -V, 0! knl Wpo aw lal U m '� co_a M ,a0 P x3 d d d aw171 aIn __ o r -ro O O W Z 0. wO W N g N .B 9 9-,Z m<(X 8 r .0-,B O - - -- �} 0 P z i I 0 0 �Q�1I ,o a -- 0:0 a In ------- - I obc 0 t .o0 1 1 3 0' UN� \\` d m m .BZ,CZ.0Z N J tWJ 1 I Ff o m-- i a w 1 N O m ' -- --- ' m --- Z, I I x a I R I I Q O In QIn i -------- i rom pa I I �� \ O \ _° 3� -'-----' 'n m n 1 I O a �� li eevee ZaW ' �O W aF- �.,0. Z� l e d e N m 0 0,0 ----- - -- --------__--- - 0 d - -------- -- — - ro - ---'---- 00 Z 90'00+41 tlLS Od °'� J .0-,Zl - �. °w° .4/f f-,Z 0 azlril mz aZp 10. N W K Q N¢y m Ka2❑ I <w a z L chi a�dax Wd BZ:4 06/4Z/90 SOW104P lq___ ilv— it- IR IR IR IR sw MR IN MR IR MR IM sawn" 1r1111now amm"m avmm� lmmmr lommow r/t NMNMti wr ommo ommmom loomM amump o ■WAMM mallet" ■fir va"Wo mom 0 �rIY • • • • �P w i�h�w�thew•1'i�'Fh•� � �1 �.�;��;����?��1 � +rw•StM•����,i'•�•`'�M�w�ti`w P+w•«•�.CAi .^ �� •a\),, ♦ • S �iS F•� A•. rwt M•` Fit` �1�' —T1T�T�� �`h w•}iF w•S«w•.4A w•ti•A• w•w�t A•tii`��:�1 �ix�i�1='����� 1 �, w �+trA•`, ���A•A�•ta w•t MAt w•tr,w•, r� � � :� • ,A„•�iS•A.rr S:wr'M•+, wi}�w•.�Sw w�Sia+:� (�1N•ti �� ��. �.C�,�.Y•A�4 w:+�w+`+•,+A•w•M•!w•ww`!w•A 4�w w ice, ����rt� �,`•I, • , •�`Sw`�taP'.••wiSw'• A w•ta A i-`h w.�.► I ►i'��� 1' ''��'p�A wi.w•hr.�•�i�+:A w`.-sw off. w�a � , !',�•` ' ��k�``�•��tiww•�.Fwi*v_•.•S�A•wriSA�•w•AYa� � , j��►�.�/- • w�S A�Si w•S"' , , �y w cS� •ai w•tea w•`A•?. • t, �' ' ` ♦ ,• �� � ��1, wi\ hts•ww•, A•S`F•� � • hw•w��i � � ����� t � ���, ,'� wr•�•,iA��`tA�.t w.t•F ►..a .tit A• M,�i�� ,� �• . ���► • w•S` w/` A•�a A • ` t � ���+«+A w••w•`..1��•v,��•G `�1�/ a i`b�.F 1�irA`w w•'.���� •; .. M'•t. ` ��`�l'�' • SSA watt wA�'.`A•th F•�I� �,�� A�, w�}i � -t ,Fi+ h.�-wg�t`,�Aiti`w«h � \�•��/ MI.' � ��� t r � jA it. •S rw• F 1 t w .*+F rw•\,h��• .S w�+ rw•, F�v . � ice, • . � T •i•`.•`'� A•taw•�` � � ', w.�• r �i.M i`, v•�. �, c• • � � r•S••• rt'.�.w t w•S w•'•� .pAtt � •'r' T ',� \`` t 6.`+w `�rF•S 2F ��� � ���wti•.Sc•� ,y Rrw•�A.wi w•t.••w•ti w t;".-./�j�r1� ���\��` w, w•t� F•ti rh�w ♦\ � •ti w,w•`,w fit.h•S`I • � �`.h t`+ w�S•S w�S w•ri•�. �•?a w�S�rM WA of. • 1 w w•S•w• At'L+F• , l waO. F•4,`• sty Ate+ rF•th..:,�•A+�` w•� �j�,�,j • . ,\1 ,,/+1,��•t�.A•�a h.F S�wit`' ♦//� i`w`.�4•��h•�i'w w•++w•�`« �.iAiCAy�° �, `� , « `••A•t+ • rho.� �� , I�•�.w�iri.h•,�w•T+` h•�i`w��i A•rA•t� rF Z•w. • .. , • • ,11•1•'�,���,�•FS►�•Swi'ii w VOW, w ww•`,rrtw wt••.�w tat •,�•�'i:'w�h•;�a�*h+f�c`•`+�w FSw«•FFi��. `����s��..'z � ,Sr•�•, ' �,��t�iSw `t�•!'.i��i �w� `h�w`,r�it.A'w����M i�.SM� w•bFON.-A�..FA•�i • �,�i��1�1~II� •«uf.�'�•S • *. j S�;•wiS `F w+�`. •c•�SA �'.F•�F• t0"N•.,w•Xa W''L�•�,• i•`+ ♦•`+ :• : rh• A•t` ♦F•b w�+. chit,"'� At 1 �.•w•t<•h iii .• • • • F•+. A•*+` w•S.`•+` .�S`F�� A•ti F•t+ h� . h•.'L. ���1i�111'�, ••S`t.�.«�F �' w�ta�r•+t A•`. 4��trA•+ • •ti A•S F•w�t,.Ai�a w•t'.`+A.+ ��•�►'�1�,f� '•wAi`�•���rt'�wiA�. ::wwi�. , � / •• ���A�S ` !�.�+'w� __•��'++�•`•S ��.t ' �i�,A`•���F.�it��A�w ./ , •h•S .•ti}7.S 4i , , •t,•A•?.A• F•S.`�S F t A•S t w�S c rA `++rA•t+ }��� I . �S`� �5,w�S A.:•Sr `•��.SciS4 wit,�•w•wS�•�it,A wiS`A w�S�•w�v•�•,i�`•�S wow•�r�•w•t h,�"xrlx• 1•�', �•A rr•\ F.!w•t FiS . • A•*i FMS F•S ., w kt,A• •�f� •S`rF ,«i •S`A�S•�� • �� .i• :��•wi.yA�`+`A.w•?w•�c•S•.w•S�•AON+{aw•k•SK i� ht+i++':w•*,r i A4trF1� ASS+:�' � • A•.: t+ �A•�rF�S. wiS`F•r�..J.•r.A�tC.,•. rIj•`+• • � ♦. hs.S• .A•+A• • �V' �� "� trA• hbs rA•+�`w•S t• +F•V • �`+":ti•S�`•�i,•w•�A�.c%�•w�� �Il�� � L.��.m .:Z(��♦Ii1�Y� gmag`�••+s;SI��M•� Fa!ew•�t�h�F+•�iw'.'� , m�'�T�,� • vcvc=vvvv.vv.vv. .....::........: 1:... • - • 9:ii ii�•.i5i5iii is � , ry C�•J111�i•+�� I�I,���� ` t •gtw "MY IvOW;V ,I ON v WO � CONSTRUCTION PLANS o W u O F L W� O z Z w q Z (U U)w x °w= m� \ zW od 04 U)V) \ O O cc OZw W O Ir \ w z OF-_ ww WW a n \ F �nd.,=acs WU a:fw Y •\ Y QZ W w wJ F- '= WZ U =1 O0 O Q O m W�W w \ z w a wwtiwo UZ O� C7 3 0 3} >>>Z aN - - -- --- --- ; z r < LL- � a Z �Z d m U� g 0 r z Y 0 a x �i W IL �' a o i ti WEE ?o � N �z � °YU O Ix WO L p w �• O LLI IL IL 00 0 P a x vWi 7 x o LL Z a o w I� a w' - - -- — - w w ..►.. .. ..` �a�j a W as w Z W N V) w w O N �w W r- 0 V ° a ' o °N Z 3 iii Op W W �n z �a W N o W le 0 (W)Xtj N Sao aaaO p 3� x 06 V) ZOO 00 w W^a \ o -F g x L)� ga° OW 0.!k CD `g N m �r N x ., o x �� Q� ° H -o�° UP �W g° Z��a N V / Z 0O C� F N z N2 o� g N rL V)-' N z U)- O 0600 x Z N IM L50Z-,L?,-dMS ■■.w.r i..o... ....r *NNW~ ww swum" ftmm. ammomm mml. wmomm rrr wrrr "Nomw munow N � N m � Oj n'� U / Y' ty b b 1n n0ff Mt W np�p ppp m FKL3 KFK KL� K Z W Q�Y1^j S mt'`)Op^l ar^d vl^Oif NY(bNd�'N�m Y'YIrD.m�-M 0�1 0 ONH�O h1eNh-1Nrl1 n�N�m MO��r W��NH�Or�m�Oo�nNY�^O':Y NY�:'rbrrpSr A��r.N-��r^r.r-,r..W r '���n'�r�^^pgr mp�^NJnO��M��pprr��M�N mmN n.-YNNWW WOO�O�NO�n'HHm r�^��pN�Y�n1����1�11f1S1H ND O��N�OY�IVn��� WOO�pOapn.m.aS �a�s�r ��^' �W wmc4....64A6r gpj^ nb446g�8899 6 9 98 W O a Q � ^M�pNmmrnn Nh NONOi �r�ppN QQNNnN n MN 01Ymn r M ooYYpprf N0lNNr♦NOS WOm Wmfn M�ym pp0�r�myy�ap�WmMNp� p mNrYnmOmm O pn � � �� NNrr`l�� W W(wN� aO aDON.-VlNb bbmrbVl�O M `^b NNry00nm Hnn01�1OIVs�gmrml�f Nsay�OmYb OMranmmnmma�rya�m'�$grHaprmf�m rNpppb-p��Oi ayYap Aen�n Nn�r� N1�1 6 I� �p lV aN aJ l0 pi a6a,,1 p ffVV ♦P vS Y) d n aMJ n�e�pp yn�aNp f�Cl p} ��jj1� alp aapi�0pi��3(,�3ad{NNY app I��aS yo��a(�a)�y{� aIS j�Qj j�r{{ar�a��j aq�pp�fp�ph p Opi �z m s N O�N��Oisa�ONYmadstVYg299905 s bWNO�oo FrNYf�° N O N Vf� NYfN lfNnnnt N^� prNVSN �b � a0a0a0a6aDfDaO� aDtOmmH �n^.n-mbb � ' ^m M ' .Y-^�'-.m- � ��' �.Y- ^� � �� ^^ � �^��� �F{j e�V�p�pOa l���{j p�O3lNpm-p.�Omp1 Y�g{i anp♦N W Q Z W F,pi;H-�Fg;;pi M-bpi.M-pi M-�.M-M-6pig.H-.H-M�pigggpig ggg.H-.M-.M-Pi.M-.M-.H-M-.M-g���H.M-M�M�.H-���n.H-����.M-����.M-.M-.M-.M- .H-���.M- .H- .M-.M-.H-� .M-.H-�M.M-.M-��.M-�����M n nb101D b103tOb �UJ z m 'W Nmb 01 V1bMOm Hb O)rb �a NOON.�a Ol O/rrYNNYN N pp H�panamrOh NNO�N�p nNgay�p N �pHp� q nNrNNMY pMpp ay ^ W HMr1'M^�"n^M'�MM Q O hOrONM�fTlalOh mm hn OpOmrWaDMOh YOIb O1�h�10 `�i gY01 If)YaO�f���a`7MMIAryO1hYN�a�`IOYpO�-OImOmN10YFnOp1�NFSg r o Q� OIr OI O�^^O)r ON Nr m nM1lIWYnOWm WYN^ m ri piri�6�dvifd1privir.=vrnr �in�riri�:ai aduiviaJ,G p adpt.i nr�eriadd�driaJai �onini doi�drf..�`l ppa3dd idvi�ap�rj1� �aa m ad �irf eJcld 'oi i:�dadr n c m a0.t Mnn�7OIb Om Mb Or�d7 ��pp aapp O)r O1nNqq NOi F��pph p)g aO�NnO�aDf�an^hbb mY�bm b�W hO)W01v O01rr� ap Yf���s10N��gh�N�a�.j( ap �p a���3( �NNr O WmN1m0'R�^In NOn 'r0 G 1MnN NM NNNMMMr7MY ' OOOt OtN p101 bOOrrr NNMrrr NN rNNNNiVVN01 O M) !� '} ' �F 'ff �f`f`F NNW O� OINF W r mbmmbbbbmbbbmbbbbbb bb�ObbNNY1 N1 0bmbmmbmbbbmbbbb1010ipIOID fONb�plp aDbbbbbmmmmiOmaOfpblOmlim fmm(plpt0apm b btbm 101D m�OtOm10101p i $ g� y� 3 oE���e�i6id � W Cl) NMY�albh Wbr NM � h Or -8 M �pn Or NMYN mn WNOrayMYWb m01O Nn �O�y1p��Hn OfS N Yv��q naYgp pNg y��NOr�x�u�OO�y�nq�yN�O�rp^ !���pp�np�WpWO N^MYW nm mp^�ppp (qa y/ _N �n.,W p Win..n..^ V n- NOl O)Oi 01 on pp �pppppppp pp� O 000pI NNNN NNNNN�gm��l7 oda��'oa cba�t��bab d�a�a3 id'a3�ida6id-ed'aBZd'a�`a8'r8ta�dS��W�ma�O�Wanpanp a0aF0 anOWap�W MMMMM MMMYf� Y Y'f Yf Y� W WWWW�ip���mwm SmapmW ma�m Wmmm mm Waa00W �� �� � u V U U Y U p U iu uN T le 00 8 8 TpB C Nw o*mc, rrr�O��m �a0 ���NrrMlbm WmOO�OHWnrOmbn� �l�OmmbbWtnYnO�NtANYfOrmq�Hr�rm YmmYmmNYVlnnanWnMm�f�mm N U� viuivi._ nn ��'�^^''�'S�•i YYMI'�ffm'U/NNVSufYSMS.f'��Olr `�vS is !v04dc;44444ddc4H4 vivui ^g� � d^is":wo8008989 ^^::'^^:^^^^�^�vf�rvfre°ra �r d�daoeJN 'M O 00'^,r rr.-rrrrr rr^^.-.-r.-���^r d rnNpppp p�Yb by r'Mmm^m mNmm NtOOnman dl Oir NO^M mW aa..H In ) noo qq�� MM^WmM^hnanWy�a�f^NrYO^Nyry�� OW�pMf MrNWhYmm (l) A �YN17Nmm Nwh MhN mmOi�m�M�apf WYOH mm00�atyyapapMN Fg17 ap Ylmr9i m"u;mNN^a(.a'r�a"V U�N17wa`l�Orp,r�NnmrY�nYO+9rMN�hr'8innsFNmr vi rd r: d a�v3oioiadaJ aJ rf clad pa.= n t�oioi aoaJoa aJ i:d ad eJ r: eJ oirf a ri Wa-pp--OO-p--------------OO--a---------------------------------------------------------a-p----p--a-po--------------- qn s O ONN�aDNW�YN1n Y.Y-t`aOYiM NhMl aNp�N.Y-�ij��nM y�NmONa i°O yam '- 100N�p.N.W-y� mmm n1p mY^p qnM mM nmQ WYD`am�Yln b�N�M�aDNmMN Ynm naD17 N� ,7,'ad'�3� ♦aDr�.-R; O aD�M ��Mi17�rr a0�0.-h��n��YV"Iso�m +nrW°aSi'oaa�.-mmm- mHC � rSt�aJai�u�doiad.=dad.fai of foirQ t� i� do eJrf cJ•i oi^ is ad of d n tJoia: .rl:a aJ r3 � g s g nn'BSOSno'8o�uB��gpO1 8 5 ° qm p N d 'rb"� ip�ppaapa BYSoi°g� n � � 8 nrm4uwm W��na�n Na�°����n��c�$'���� Egg 866 n � 1D 1(1��p��ap0� ��� ��m Ob�• �p� Opp aaapaO NN. 0.. .N�V N Q « bmmmmmmmmmm mmmmmmmmmmmmm mm m Y) HOME mm 'OUG �D11DD1p�om�mN �Omm�p��Or—gpmm mbmm mmm bmmm mmmb Wmm /0� y� O p Z ���nn� n-�������n�n-,���.n-�n�.n-,�����n��������nn�������n-►������n-�n-.�������n-�����.h-����h c r rnnp�rpp mm oDr .-fry+ aV r r ow ooN(YaaNNNN rQjnr4j el rYir�MMN1r�Mefr��7MMN7M� MM MINIM N r� N n m N n Ol NMYYI n m0 nMYhm Wm n ppp��� � � a r Y a C m 10 a 0 d n°>v �° p ^ T Wfnn0 �, Ot 0000° J di zc °ti www ww oN U 1 Nf to W _j u 9 a.(L n.an. ISO z E 2 y R �I 1nMNr ffi Q If)aq MppW z O o - 0)000)W00 ova gda m M ) 00000 S)0 v Q e � 0C wC wwww O s a: Z Z_O �0 \ di g Ed m ah Q "� d � F "� n TOP mtoa i3n m3mud 1 e mrn g a. g `� 2;to La zo Sbb $99 Y 1 3:1 W 1�...� 1� rhn rna � _^90 r 0 vi 0 y I FQUOso pWO 0 J1W pYO�O . �NWa. pKW? F�ppBp z a.ppO,W� Q�� 8gzo0 lu4"W, I DO q�!Q O + 0 IA•-m 1-- 2 fLOw a00ga �ZQa`TQSj}Z <NN ROB nth L50Z-1-3-dMS --W WPp-W«\&*-D P d"NA-,•.•Man awe-asVWW&.Mrnr"marmo "own" r�eu. per r+...rr ...� +rr�r war r�r rnr�.r rmmrrr FAMANNO WWWOMW Immomir rarr nrr vmmrf rrrr "Mmo w 3 M n V Z Lf �o� X Z cu Who ��, W Q <za �a wa 0 3�o zs N U)C) w xz< 0 z_ � o zo v� z UZ ax J 82 U ujo w a ui J N LL-z O Q r�` 00 a. LLJ 0 z —� z0 0 U W $ Z �a U i } g J � x �o z �8a0 vw Z apt W g w CD � � =��gSp \J\ ' 0 �- o p C ww= ZLL y Z O _ pQ� J O USN <z-0 `�\OO Kto �, U^ cwj0(9 K C9g09z0z� O W ¢� O� an z tz�J�mw�iiZ u Wp�caiJ°0m�0: W mJ� J LL Q �Wy \\` W IKL ig JZU»O�FW-U z z �NyB O 41D N ri a Q LL J_ y a O S w t° J5 ��b �^ ° ow cwi` LLB°oo = I 5 �, .. j W a�� 03 $z a33 no U W Jx u�z X33 0 a0W u�3 �OWN'vi�' U?mW HN y8 a p `c W W dol g Ocmir-� o y°7�a�'/s �y ZIiE;�W w In Mora WW O a x e 0 w� m�m��� wZZ �fxp W W-a UF ^ � o3q Q a J J J 2S ul ir ID oo bo Q W 3 L fn J z 0 J S�ap�S F w Q W 0 g c7 y { a uwi a apa01 }U �0 W z N m m K i w LL •,` J w O m a Ja C U ~ = wk WWyT e2e W Y UY U�, 3 o aagF N �} xLL pa� 't ��pc3W �W' T �pN �t=_')tz� c�,flM1 -N (Dzm Lein' L90Z-LZ-dMS -o-ml o mr ua-d rig rr�r rrr� n..... ir.r.r �■ �r rw.� war rr�rr �� ilrrrr +rrrrr � +.m�rr m�nr r.rw ���� � a � a L W� 3 0 } W z z� cli a � w m n U X X X 7) Oa °wZ°c K O K 5 O z _ N ° = LL m LU LU JQ a Q a n� SOD°Y m ~ U) za aL�w - DaC7 F° w JN°:n W W Z Fin N Na g a� o Ow mmp f4Un—, �� a a °N < Z J�� z YZU Z v J ~ U H J OU H _J W Z 0 In O Qm < J O° = z ELLIU)- W F- >W> O n- o Z 3 U~ p O = w W 1 0 Z U W Q N J Z O O a N U V J 7 > m N=>m O Q vv oa >=JOF- 02 mS z3�a� WN Q N N I G w co a M = U U O Q J U) U) N to 3 J LL- ` Z w w O O LL U 2 UCif a m O Z a z a w w 3� �v _ ° ~a e ZL U) m Q 0 LL 'y 0- f 4 it Q ai W jJ 3 LJJ FW Z p w o o o H1d30 llV810021 Z Z N 2 z o 0 > o z z d u, 19 FL W Q � D W W X V) O a �•.� ------ -------------— r cto7s ) ` '% z 0- CL �\ m`� x U o z x; \ Z CL ` co L50Z-LZ-dMS ..0 HMO-m:nw�..o w+aaa-1-�«••wn uoo-a�- dw aamavu Gr corer umw. vmmm� WOM" rrmoo rw" UNNOW