Loading...
HomeMy WebLinkAboutContractAward Date: Awarded to: December 14, 2009 Laser Underground & Earthworks, Inc. 20417 87th Av SE to Snohomish, WA 98296 Award Amount: $2,162,511.12 10 Bidding Requirements, City of Renton Forms, Contract Forms, Conditions of rr the Contract, Plans and Specifications CAG -09-171 City of Renton Construction of: 2009 EARLINGTON WATER AND SANITARY SEWER IMPROVEMENTS PROJECT NO. WTR -27-3082 / WWP-27-3082 City of Renton 1055 South Grady Way it Renton, WA 98057 Project Manager: Andrew Weygandt P.E. (425) 430-7208 awevUandt((rentonwa.gov a om r LASER UNDERGROUND & EARTHWORKS, INC. EMERGENCY CONTACT LIST Bret Lane President Office 425-251-1636 20417 87th Avenue SE Cell 206-571-3268 Snohomish, WA 98296 Kevin Broncheau Superintendent Office 425-251-1636 20417 87th Avenue SE Cell 206-949-4901 Snohomish, WA 98296 Dan West Foreman Office 425-251-1636 20417 87th Avenue SE Cell 206-949-4924 Snohomish, WA 98296 Gary Niehl Bonding Agent Office 425-644-1600 375 118th Ave. SE, Suite 103 Cell 206-755-3416 Bellevue, WA 98005 ift am r7 m 0 r. .. W .0 ME:] F625-052-000 (8/97) REGIS CONST LASER Ub 20417 SNOHOMI8 Signature Issued by DEP. Detach And Display Certificate tk ,BY LAW AS Please Remove vz , TF� And Sign -Vi Zl Identification Card Before f?Ks INC Placing In Billfold AND INDUSTRIES 4. LASER UNDERGROUND & EARTHWORKS, INC. r-: December 18, 2009 City of Renton 1055 South Grady Way Renton, WA 98057 To Whom It May Concern, Laser Underground & Earthworks, Inc. hereby authorizes Bret A. Lane, President, whose signature appears below, to sign the contract. Sincerely, Bret A. Lane President M Sworn to before me, this 18th day of December , 2009. NY DEQ �. "' ��` ��*`°"• F� Notary Publi i a d for th State of Washington No7.AW :Residing a My Commission Expires rr yA O i � •�J�Q/2��, Cj� �� p' •- ....••• �y ®, 20417 87" Avenue SE, Snohomish, WA 98296 Phone: (425) 251-1636 Fax: (425) 251-1656 CITY OF RENTON RENTON, WASHINGTON CONTRACT DOCUMENTS for the 2009 EARLINGTON WATER AND SANITARY SEWER IMPROVEMENTS PROJECT NO. WTR -27-3082 / WWP-27-3082 November 2009 BIDDING REQUIREMENTS CONTRACT FORMS CONDITIONS OF THE CONTRACT SPECIFICATIONS PLANS u%i 2 / tool a. to CITY OF RENTON 2009 EARLINGTON WATER AND SANITARY SEWER IMPROVEMENTS PROJECT NO. WTR -27-3082 / WWP-27-3082 CONTRACT DOCUMENT TABLE OF CONTENTS Summary of Fair Practices Policy Summary of Americans with Disability Act Policy rr Scope of Work Vicinity Map Instructions to Bidders Call for Bids *Proposal & Combined Affidavit & Certificate Form: Non -Collusion Anti -Trust Claims Minimum Wage Form *Dept. of Labor and Industries Certificate of Registration �r *Bid Bond Form *Schedule of Prices **Subcontractors List ❖Bond to the City of Renton ❖Fair Practices Policy Affidavit of Compliance ❖Contract Agreement (Contracts other than Federal - Aid FHWA) ❖City of Renton Insurance Information Form ❖City of Renton Standard Endorsement Form Insurance Requirements for City of Renton Additional Insured Endorsement Page Prevailing Minimum Hourly Wage Rates (Effective 09-02-2009) Sample Statement of Intent to Pay Prevailing Wages Sample Affidavit of Prevailing Wages Paid + Certificate of Payment of Prevailing Wages WSDOT Amendments Special Provisions .r Standard Details Plans Documents marked as follows must be submitted at the time noted and must be executed by the Contractor, President and Vice President or Secretary if corporation by-laws permit. All pages must be signed. In the event another person has been duly authorized to execute contracts, a copy of the corporation minutes establishing this authority must be attached to the bid document. * Submit with Bid ** Submit with Bid or within 1 hour of bid opening ❖ Submit at Notice of Award r7 CITY OF RENTON Public Works Department 1055 South Grady Way Renton, Washington 98057 CITY OF RENTON me SUMMARY OF FAIR PRACTICES POLICY ADOPTED BY RESOLUTION NO. 3229 It is the policy of the City of Renton to promote and provide equal treatment and service to all citizens and to ensure equal employment opportunity to all persons without regard to race, color, national origin, ethnic background, gender, marital status, religion, age or disability, when the City of Renton can reasonably accommodate the disability, of employees and applicants for employment and fair, non- discriminatory treatment to all citizens. All departments of the City of Renton shall adhere to the following guidelines: (1) EMPLOYMENT PRACTICES - The City of Renton will ensure all employment related activities included recruitment, selection, promotion, demotion, training, retention and separation are conducted in a manner which is based on job-related criteria which does not discriminate against women, minorities and other protected classes. Human resources decisions will be in accordance with individual performance, staffing requirements, governing civil service rules, and labor contract agreements. (2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton will cooperate fully with all organizations and commissions organized to promote fair practices and equal opportunity in employment. (3) AFFIRMATIVE ACTION PLAN - The City of Renton Affirmative Action Plan and Equal Employment Program will be maintained and administered to facilitate equitable representation with the City work force and to assure equal employment opportunity to all. It shall be the responsibility of elected officials, the Mayor, the Affirmative Action Officer, department administrators, managers, supervisors, Contract Compliance aw Officers and all employees to carry out the policies, guidelines and corrective measures set forth in the Affirmative Action Plan and Equal Employment Program. (4) CONTRACTORS' OBLIGATIONS - Contractors, sub -contractors, consultants and suppliers conducting business with the City of Renton shall affirm and subscribe to the Fair Practices and Non-discrimination policies set forth by the law and in the City's Affirmative Action Plan and Equal Employment Program. Copies of this policy shall be distributed to all City employees, shall appear in all operational documentation of the City, including bid calls, and shall be prominently displayed in appropriate city facilities. CONCURRED IN by the City Council of the City of RENTON, Washington, this 7thday of October, 1996. yr CITY OF RENTON: RENTON CITY COUNCIL: Mayor Council President Attest: \ err City Cler we .n to CITY OF RENTON as SUAAL4BYOFAAIMCANS WITH DISABILPl1ESACT POLICY ADOPTED BYRESOLUT70NNO. 3007 The policy of the City of Renton is to promote and afford equal treatment and service to all citizens and to assure employment opportunity to persons with disabilities, when the City of Renton can reasonably accommodate the disability. This policy shall be based on the principles of equal employment opportunity, the Americans With Disabilities Act and other applicable guidelines as set forth in federal, state and local laws. All departments of the City of Renton shall adhere to the following guidelines: (1) EMPLOYMENT PRACTICES - All activities relating to employment such as do recruitment, selection, promotion, termination and training shall be conducted in a non- discriminatory manner. Personnel decisions will be based on individual performance, staffing requirements, and in accordance with the Americans With Disabilities Act and or other applicable laws and regulations. (2) COOPERATION WTTH HUMAN RIGHTS ORGANIZATIONS - The City of Renton will cooperate fully with all organizations and commissions organized to r promote fair practices and equal opportunity for persons with disabilities in employment and receipt of City services, activities and programs. (3) AMERICANS WITH DISABU TTIES ACT POLICY - The City of Renton Americans With Disabilities Act Policy will be maintained to facilitate equitable representation within the City work force and to assure equal employment opportunity and equal access to City services, activities and programs to all people with disabilities. It shall r be the responsibility and the duty of all City officials and employees to carry out the policies and guidelines as set forth in this policy (4) CONTRACTORS' OBLIGATION - Contractors, subcontractors, consultants and suppliers conducting business with the City of Renton shall abide by the requirements of the Americans With Disabilities Act and promote access to services, activities and programs for people with disabilities. Copies of this policy shall be distributed to all City employees, shall appear in all operational documentation of the City, including bid calls, and shall be prominently displayed in appropriate City facilities. CONCURRED IN by the City Council of the City of Renton, Washington, this 4th day of October 1993. C RENTON s Mayor „�„ Attest: City Clerk .r i RENTON CITY COUNCIL: ouncil President CITY OF RENTON 2009 EARLINGTON WATER AND SANITARY SEWER IMPROVEMENTS PROJECT NO. WTR -27-3082 / WWP-27-3082 SCOPE OF WORK �++ The work involved under the terms of this contract document shall be full and complete installation of the facilities, as shown on the plans and as described in the construction specifications, to include but not be limited to: Installation of approximately 7,300 linear feet of 8 -inch diameter ductile iron water mains with fittings, 46 valves, 15 fire hydrants, 130 water services, and 6,416 lineal feet of 8 -inch diameter PVC sanitary sewer pipe, go 3,850 linear feet of 6 -inch diameter PVC side sewer pipe, 30 manholes, restoration of asphalt streets and landscape, and other work as required to complete the project. Excavations for the sanitary sewer mains will range between 7 feet and 15 feet deep. 1' Any contractor connected with this project shall comply with all Federal, State, County, and City codes and regulations applicable to such work and perform the work in accordance with the plans and specifications of this contract document. A total of 180 working days will be allowed for the completion of this project. M 0 0 Li to Fj k C INSTRUCTIONS TO BIDDERS Sealed bids for this proposal will be received by the City of Renton at the office of the Renton City Clerk, Renton City Hall, until the time and date specified in the Call for Bids. At this time the bids will be publicly opened and read, after which the bids will be considered and the award made as early as practicable. No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall be submitted on the forms attached hereto. 2 Any omissions, discrepancies or need for interpretation should be brought, in writing, to the attention of the Project Engineer. Written addenda to clarify questions that arise may then be issued. 40 No oral statements by Owner, Engineer, or other representative of the owner shall, in any way, modify the contract documents, whether made before or after letting the contract. 3 The work to be done is shown in the plans and / or specifications. Quantities are understood to be only approximate. Final payment will be based on actual quantities and at the unit price bid. The City reserves the right to add or to eliminate portions of that work as deemed necessary. 4. Plans may be examined and copies obtained at the Public Works Department Office. Bidders shall satisfy themselves as to the local conditions by inspection of the site. The bid price for any item must include the performance of all work necessary for completion of that item as described in the specifications. 6. The bid price shall be stated in terms of the units indicated and as to a total amount. In the event of errors, the unit price bid will govern. Illegible figures will invalidate the bid. The right is reserved to reject any and/or all bids and to waive informalities if it is deemed advantageous to the City to do so. 8. A certified check or satisfactory bid bond made payable without reservation to the Director of Finance .r of the City of Renton in an amount not less than 5% of the total amount of the bid shall accompany each bid proposal. Checks will be returned to unsuccessful bidders immediately following the decision as to award of contract. The check of the successful bidder will be returned provided he enters into a contract do and furnishes a satisfactory performance bond covering the full amount of the work within ten days after receipt of notice of intention to award contract. Should he fail, or refuse to do so, the check shall be forfeited to the City of Renton as liquidated damage for such failure. 9. All bids must be self-explanatory. No opportunity will be offered for oral explanation except as the City may request further information on particular points. 10. The bidder shall, upon request, furnish information to the City as to his financial and practical ability to satisfactorily perform the work. 11. Payment for this work will be made in Cash Warrants. ,As 12. The contractor shall obtain such construction insurance (e.g. fire and extended coverage, worker's compensation, public liability, and property damage as indicated on forms enclosed under Attachment A herein and as identified within Specification Section 1-07.18. 13. The contractor, prior to the start of construction, shall provide the City of Renton a detailed bar chart type construction schedule for the project. 14 Before starting work under this contract, the Contractor is required to supply information to the City of Renton on all chemical hazards Contractor is bringing into the work place and potentially exposing City of Renton Employees. 15. Payment of retainage shall be done in accordance with Section 1-09.9(1) "Retainage. 16. Basis For Approval The construction contract will be awarded by the City of Renton to the lowest, responsible, responsive bidder. The bidder shall bid on all bid schedules items of all schedules set forth in the bid forms to be considered responsive for award. The total price of all schedules will be used to determine the successful low responsive bidder. Partial bids will not be accepted. The owner reserves the right to award any or all schedules of the Bid to meet the needs of the City. The intent is to award to only one BIDDER. 17. Trench Excavation Safety Systems As required by RCW 39.04.180, on public works projects in which trench excavation will exceed a depth of four feet, any contract therefor shall require adequate safety systems for the trench excavation that meet the requirements of the Washington Industrial Safety and Health Act, Chapter 49.17 RCW. These requirements shall be included in the Bid Schedule as a separate item. The costs of trench safety systems shall not be considered as incidental to any other contract item and any attempt to include the trench safety systems as an incidental cost is prohibited. 18. Payment of Prevailing Wages ar 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. .r 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. Pollution Control Requirements Work under this contract shall meet all local, state and federal requirements for the prevention of environmental pollution and the preservation of public natural resources. The CONTRACTOR shall conduct the work in accordance with all applicable pollution control laws. The CONTRACTOR shall comply with and be liable for all penalties, damages, and violations under Chapter 90.48 RCW, in performance of the work. The CONTRACTOR shall also comply with Article 4 in the Puget Sound Air Pollution Control Agency Regulation III regarding removal and encapsulation of asbestos materials. n O. 20. Standard Specifications All work under this contract shall be performed in accordance with the following standard specifications except as may be exempted or modified by the City of Renton Supplemental Specifications, Special do 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 "2008 Standard Specifications for Road, Bridge and Municipal Construction" and "Division 1 APWA Supplement" hereinafter referred to by the abbreviated title "Standard Specifications." A. Any reference to "State," "State of Washington," "Department of Transportation," "WSDOT," or any combination thereof in the WSDOT/APWA standards shall be modified to read "City of Renton," unless specifically referring to a standard specification or test method. B. All references to measurement and payment in the WSDOT/APWA standards shall be detected and the measurement and payment provisions of Section 1-09.14, Measurement and Payment (added herein) shall govern. 21. 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. 22 Bidder's Checklist ❑ It is the responsibility of each bidder to ascertain if all the documents listed on the attached index do are included in their copy of the bid specifications. If documents are missing, it is the sole responsibility of the bidder to contact the City of Renton to obtain the missing documents prior to bid opening time. ❑ Have you submitted, as part of your bid, all documents marked in the index as "Submit With Bid"? ❑ 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) W ❑ Have you reviewed the Prevailing Wage Requirements? ❑ Have you certified receipt of addenda, if any? ❑ Have you submitted the Dept. of Labor & Industries Certificate of Registration form? 0 as rn CAG -09-171 CITY OF RENTON CALL FOR BIDS 2009 EARLINGTON WATER AND SANITARY SEWER Il"ROVEMENTS PROJECT NO. WTR-27-3082 / WWP-27-3082 Sealed bids will be received until 2:30 p.m. Tuesday, December 8, 2009 at the City Clerk's office, 7`l' floor and will then be opened and publicly read in Conference Room #521, located on the 5`h floor of Renton City Hall, 1055 South Grady Way, Renton WA 98057, for the 2009 Earlington Water and Sanitary Sewer Improvements Project. Bids received later than 2:30 p.m. Tuesday, December 8, 2009, will not be considered. The work to be performed within 180 working days from the date of commencement under this contract shall include, but not be limited to: Installation of approximately 7,300 linear feet of 8 -inch diameter ductile iron water mains with fittings, 46 valves, 15 fire hydrants, 130 water services, and 6,416 lineal feet of 8 -inch diameter PVC sanitary sewer pipe, 3,850 linear feet of 6 -inch diameter PVC side sewer pipe, 30 manholes, restoration of asphalt streets and landscape, and other work as required to complete the project. Excavations for the sanitary sewer mains will range between 7 feet and 15 feet deep. r The engineer's estimated range for this project is $3.0 Million to $3.5 Million. Each bid proposal shall be accompanied by a bid proposal deposit in the form of cash, certified check, cashier's check, or surety bond in the amount to at least 5% of the amount of such bid proposal. Should the successful bidder fail to enter into a contract and furnish a satisfactory performance and payment bond within the time stated in the specifications, the bid proposal deposit shall be forfeited to the City of Renton. The City of Renton reserves the right to reject any and/or all bids and to waive any and/or informalities in the bidding process. Bid documents will be available Monday, November 16, 2009. Plans, specifications, addenda, and planholders list for this project are available on-line through Builders Exchange of Washington, Inc., at http://www.bxwa.com/. Click on "bxwa.com'; "Posted Projects"; "Public Works", "City of Renton", "Projects Bidding". (Note: Bidders are encouraged to "Register as a Bidder," in order to receive automatic email notification of future addenda and to be placed on the "Bidders List." Contact Builders Exchange of Washington at 425-258-1303 for further assistance.) do If a bidder has any questions regarding the project, the bidder may submit questions in writing to City of Renton Public Works Department, Renton City Hall Fifth Floor, 1055 Grady Way, Renton, WA, 98057, Attn: Andrew Weygandt P.E. or via e-mail to: awey andt ,rentonwa.gov. , or call 425-430-7208. Im The City's Fair Practices, Non -Discrimination, and Americans with Disability Act Policies shall apply. Bonnie Walton, City Clerk Published: Daily Journal of Commerce November 16, 2009 Daily Journal of Commerce November 23, 2009 w CITY OF RENTON PROPOSAL, COMBINED AFFIDAVITS, NON COLLUSION AFFIDAVIT, ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER AND MINIMUM WAGE AFFIDAVIT & CERTIFICATION FORM 2009 EARLINGTON WATER AND SANITARY SEWER IMPROVEMENTS PROJECT NO. WTR -27-3082 / WWP-27-3082 TO THE CITY OF RENTON RENTON, WASHINGTON Ladies and/or Gentlemen: d■ The undersigned hereby certify that the bidder has examined the site of the proposed work and have read and thoroughly understand the plans, specifications and contract governing the work embraced in this improvement, and the method by which payment will be made for said work, and hereby propose to undertake .r and complete the work embraced in this improvement, or as much thereof as can be completed with the money available, in accordance with the said plans, specifications and contract and the following schedule of rates and prices: Note: Unit prices for all items, all extensions, and total amount of bid should be shown. Show unit prices both in writing and in figures. The undersigned certifies and agrees to the following provisions: NON -COLLUSION AFFIDAVIT .. Being duly sworn, deposes and says, that he is the identical person who submitted the foregoing proposal or bid, and that such bid is genuine and not sham or collusive or made in the interest or on behalf of any person 40 not therein named, and further, that the deponent has not directly induced or solicited any other Bidder on the foregoing work or equipment to put in a sham bid, or any other person or corporation to refrain from bidding, and that deponent has not in any manner sought by collusion to secure to himself or to any other person any we advantage over other Bidder or Bidders. AND to CERTIFICATION RE: ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER Vendor and purchaser recognize that in actual economic practice overcharges resulting from anti-trust do violations are in fact usually borne by the purchaser. Therefore, vendor hereby assigns to purchaser any and all claims for such over -charges as to goods and materials purchased in connection with this order or contract, except as to overcharges resulting from anti-trust violations commencing after the date of the bid, quotation, • or other event establishing the price under this order or contract. In addition, vendor warrants and represents that such of his suppliers and subcontractors shall assign any and all such claims to purchaser, subject to the aforementioned exception. r AND MINIMUM WAGE AFFIDAVIT FORM I, the undersigned, having been duly sworn, deposed, say and certify that in connection with the performance of the work of this project, I will pay each classification of laborer, workman, or mechanic employed in the performance of such work; not less than the prevailing rate of wage or not less than the minimum rate of wages as specified in the principal contract: that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. M FOR: PROPOSAL, NON COLLUSION AFFIDAVIT, ASSIGNMENT OF ANTITRUST CLAIMS TO PURCHASER AND MINIMUM WAGE, AFFIDAVIT Laser Underground & Earthworks, Inc. _ Name of Bidder's Firm Printed Naive BrA4t AA L n Signature Address: 20417 87th Avenue SE, Snohomish, WA 98296 Names of Members of Partnership: W OR Name of President of Corporation Name of Secretary of Corporation Bret A. Lane Corporation Organized under the laws of Washington With Main Office in. State of Washington at 20417 87th Avenue SE, Snohomish, WA 98296 Subscribed and sworn to before ane on this 8th day of December, 2009 NOTARY PUBD29,2010 Notary Public in and for the State of Washington +� STATE OF WASH' f.7 [3 EAll Notary(Print)rMyAppointment Expires J rr My appointment expires:uya a 6R7 W6 0 Page 13 P rnvi ri ar ME[:] Department of Labor and Industries Certificate of Registration Name on .Registration: Laser Underground & Earthworks, Inc. Registration Number: LASERUE101 OJ Expiration Date: 10/2/2010 Note: A copy of the certificate will be requested as part of contitet execution when project is awarded. to I OEM aw rape 14 Department of Labor and Industries Certificate of Registration AW M BID BOND FORM Herewith find deposit in the form of a certified check, cashier's check, cash, or bid bond in the amount of $ _ which amount is not less than five percent of the total bid. Signature Know All Men by These Presents: That we, Laser Underground & Earthworks Inc _ as Principal, and r RLI-.Inpiranra r„m„a,,., .. ._•_,,,,as Surety, are held and firmly bound unto the City of Renton, as Obligee, in the penal sum of d a f_ t>� *�t� ,„ , ; d Dollars, for the payment of whicll the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for 2009 Earlington Water and Sanitary Sewer Improvements 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 Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure to do so, pay and forfeit to the Obligee the penal amount of the deposit specified in the call for bids, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the amount of this bond. ON SIGNED, SEATED AND DATED 'l'IIIS 8th DAY OF a em r ---..-.---. .--, 2(}0 C . PrincipalLaser Underground & Earthworks inc +�+ Sz4 urety ur/ nce Company Gary J. Niehl, Attorney In Fact of Received return of deposit in the sun of $ M r= Page 15 Bid Bond Form .Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale RL' ° RLI Surety P.O. Box 3967 1 Peoria, IL 61612-3967 Phone: (800)645-2402 1 Fax: (309)689-2036 www.rlicorp.com �I Know All Men by These Presents: POWER OF ATTORNEY RLI Insurance Company That this Power of Attorney is not valid or in effect unless attached to the bond which it authorizes executed, but may be detached by the to approving officer if desired. That RLI Insurance Company, an Illinois corporation, does hereby make, constitute and appoint: to Gary J. Niehl am in the City of Bellevue , State of Washington its true and lawful Agent and Attorney in Fact, with full power and authority hereby conferred, to sign, execute, acknowledge and deliver for and on its behalf as Surety, the following described bond. Any and all bonds, undertakings, and recognizances in an amount not to exceed Ten Million Dollars ($10,000,000) for any single obligation. r The acknowledgment and execution of such bond by the said Attorney in Fact shall be as binding upon this Company as if such bond had been executed and acknowledged by the regularly elected officers of this Company. The RLI Insurance Company further certifies that the following is a true and exact copy of the Resolution adopted by the Board of Directors of RLI Insurance Company, and now in force to -wit: "All bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation shall be executed in the corporate name of to the Company by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or Agents who shall have authority to issue bonds, policies or undertakings in the name of the Company. The lirr corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile." IN WITNESS WHEREOF, the RLI Insurance Company has caused these presents to be executed by its Vice President with its 40 corporate seal affixed this 1 st day of July 2009 00%POHq TF State of Illinois = S E A L . County of Peoria } SS 1 N pia,,. " On this 1 st day of July 2009 , before me, a Notary Public, personally appeared Roy C. Die , who being by me duly sworn, acknowledged that he signed the above Power of Attorney as the aforesaid officer of the RLI Insurance Company and acknowledged said instrument to be irrthe voluntary act and deed of said corporation. By: P.G Jac eline M. Bock r Notary Public air aLA "OFFICIAL SEAL" - I JACQUELINE M. BOCKLER STATE OF LUNUS COMMISSION EXPIRES 03/01/10 tri/ RLI Insurance Company By: Roy C. Di Vice President CERTIFICATE I, the undersigned officer of RLI Insurance Company, a stock corporation of the State of Illinois, do hereby certify that the attached Power of Attorney is in full force and effect and is irrevocable; and furthermore, that the Resolution of the Company as set forth in the Power of Attorney, is now in force. In testimony whereof, I have hers un t�etamyy hant�eCemberl of thffl Insurance Company �Lttii Y ll UU yy RLI Insurance Company By: r �_�_L Roy C. D Vice President 4668841030110 A0059207 41r CITY OF RENTON PUBLIC WORKS DEPARTMENT SCHEDULE OF PRICES •• 2009 EARLINGTON WATER AND SEWER MAIN IMPROVEMENTS art 77 W 01111111 'Note: Show price per unit in figures only. Figures written to the right of the dot (decamal} in the price per unit column shell be interpreted ascents. SEE SECTION 1-09.14 OF THE SPECIAL PROVISIONS FOR INFORMATION ON BID ITEMS. ITEM ITEM WITH UNIT PRICED BID APPROX. UNIT PRICE TOTAL AMOUNT NO. I QUANTITY I Dollars Cents I Dollars Cents Mobilization, Demobilization, Site Preparation & Clean-up C>«-,- CGCG 1 May not be mo tha ten pert (10° of the t t 1 amount of Lump Sum Per Lump Sum e 2 Traffic Control l 1 5 'v O� / 5 oco • env 91 rt-ee_/v Lump Sum Per Lump Sum 3 Trench Excavation S fety Sy tams 1 /U -j o a'" . &0 1`J 4 c 't-" e j Lump Sum Per Lum Sum 4 Construction Su eying, Staking, Ind As-Builts 1 ����• 00 /5 �c .�, ��..,, ,,"( -, Lump Sum Per Lump Sum Ji 5 Temporary Erosion and Sedimentation Control 1 SSG`='. `C� 5 �'..Y� ��. Ary Lump Sum Per Lump Sum 6 Re -Establish Existing Monuments 10 t;0U • (,6 j 4)&o. Lx7 �., otx n..J J Q— J Each Per Each Ji 6'' S • UG q1 7 ©SfG 7 Furnish nd Install 8" PVC Sewer Pipe I 6,416 <I -)t F, ,Z .0 Lineal Foot Per Lineal Foot 8 Furnish and Install 6" PVC ide Sewer Pipe 3,850 LjSJ, CACI 3) ZS -6k t,& f�+r� ���� r �-. ►M Lineal Foot Per Lineal Foot 9 Furnish and Inst 1148" Diam. Sanita Sewer Manhole 25 s Each Per Each 10 Furnish and Install 54" Dia. Sani ary Sewer Saddle Ma ole 5 Each Per Each 11 Connect New Sanitary Sewer o Existing Manhole 4 T►► ��c ��,o..i Each Per Each 12 Abandon Existing Manhol 2 �,-'00 , civ i v ,LrJ (, Each Per Each 13 Removal and Replacement of Unsuitable Foundation 500 1 • Material Ton Per Ton 1, G U ('010 cz 14 Television Inspec ion of Sanitary Sewers 6,416 G Lineal Foot Per Lineal Foot r15 Furnish and Install 8" Cl 52 DI Water Pipe & Fittings 7,300 3s' v[� w/P lywr p ,YQ— 4t) Lineal Foot Per Lineal Foot Pgge 16 Schedule of Prices Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale we CITY OF RENTON PUBLIC WORKS DEPARTMENT SCHEDULE OF PRICES An 2009 EARLINGTON WATER AND SEWER MAIN IMPROVEMENTS 0 As on= "Note: Show price per unit in figures only. Figures written to the right ofthe dot (decimal) in the price per unit column shall be interpreted as cents. SEE SECTION 1-09.14 OF THE SPECIAL PROVISIONS FOR INFORMATION ON BID ITEMS. ITEMj__ ITEM WITH UNIT PRICED BID APPROX. UNIT PRICE TOTAL AMOUNT NO. QUANTITY Dollars Cents Dollars Cents 16 Furnish and Install 8" Gate YalveAssembly 44 �'�k Ub 35zo, (X' �,.4- , �c �•.� Each Per Each 01 17 Furnish and Install 12"x8" Wet -Tap Tee&Gate Valve 2 `3� �� `� ��� pa Co Assem ly 4,,_j)J /� ¢_ 1S Each Per Each 18 Fumish and Install Fire Hydrant Ass mbly 15 3SG�• f�C� SZ's4�0 _,lh 1t rc l 1Q Each Per Each 19 Connection Wain/f 10 '2- &04) 1 �" A C'G' Each Per Each 20 Concrete for Th ru t BI kin s, Dead -Man Anchor Blocks 33 c.i "i Cubic Yard Per Cubic Yard 21 Furnish & Inst 13/4" Wa r Service Connection 130 bded ' �OLr_ Each Per Each 22 Select Imported Trench B ckfill 24,000 C -V ,o— Ton Per Tan 23 Crushed Rocks for Shoulder Restoration 200 Y4', c -r+ UC Ya cue, Ton Per Ton H.M.A. Class 1/2' PG 64-22 for Roadway Reconstruction 3 24 inclin pr shed Surfacing op Course 22,000 Square -Yard Per Square -Yard � 25 Temporary Hot Mix Asphalt (HMA) for Trench Patching 10,000 1 ' U 10 1 faa _ <4o A---, Square -Yard PerSquare-Yard 26 Removal and Replacement of Concrete Curb and Gutter Z? 100 � � ov a Lineal Foot Per Lineal Foot 27 Replace Traffic Loop Sensor,Pavement M rkings &Traffic 1 3 SUU, cY� 3 S Cx> ,fiO Butto s� 4�� Lump Sum Per Lump Sum 28 Con rete Driveway and/oryidewalk Restoration 400 / y OCA t�U Square -Ya Per Square -Yard 29 Property & La scape, Restoration ( 1 3 0 tY-) c.ID 3 nt C, 4,& LL Lump Sum Per Lump Sum Subtotal 1/ 87 la 1 1 Z 9.5% Sales Tax11 16� 511-17- Total "� k t.L�� wv �_ �f U�u..�.r/'�'",�✓� �L-�'`J Q"'"' � a t� � w� /� �-1"r.....Q,�Vs� 'L�-�+' tel, J Psga 17 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale 1E:1 SUBCONTRACTOR LIST RCW 39.30-060 requires that for all public works contracts exceeding $1,000,000 that the bidder submit the names of all heating, ventilation and air conditioning, and plumbing subcontractors as described in chapter AN 18.106 RCW, and electrical subcontractors as described in chapter 19.28 RCW (this also includes the replacement of traffic signal and illumination systems subcontractor as well as other electrical subcontractors). If the subcontractors names are not submitted with the bid, or within one (1) hour after the published bid submittal time OR if two or more subcontractors are named to perform the same work, then. the bid shall be 40 considered nonresponsive and , therefore, void. Complete the following: 40 If awarded the contract, La$er undergrattnd P, Earthworks,. Inc. will contract with the following subcontractors for the performance of heating, ventilation and air conditioning, plumbing, and electrical (including traffic signal anti illumination systems) work: Bid Item (s) Z-7 Subcontractor Name r, e ( E LQ-C'Irk C, Address �?� $dX �2�' ��� � (,v19 g:g .r Phone No. -,733-97Z-7177 State Contract.oes il,icensc No. 51 GNA 4 3 Bid Item (s) .r Subcontractor Name Address .r Phone No. State Contractor's License No. Signature of Authorized Representative of Bidder Subscribed and sworn to be before me on this 8th day of December 2009 ar 60 --- ------------- NOTARY PUBLIC STATE OF WASHINGTON M BEAUDIN My Appointment Expires June 29, 2010 Notary Public in and for the State of Washington Notary (Pri.ntM ):a (1 Residing at�3�.,`� My appointment expires: <& H.Wile SysINTR - Drinking water (ltilityMIA-27 - water Proicct I-'i1cs%W'1'R-27-3092.- 2009 Farlington water and Sewer Improvements?f3id info & SpceS'.Subeontractorl,ist.doe Rc vised 7.'2002 PMe 18 Subcontractor List PrnvidPd to Ruildars Fxchar ,4 Ar Bond #SSB403953 GOND TO THF CITY 01, RGNTON KNOW ALL MEN BY Tf-JLSL PRESENTS: •r Laser Underground & Earthworks Inc That we, the undersigned RLI Insurance Company as principal, and -- corporation organized and cxjsti.ng udder the laws of the State of T1 1 in0i 4 as a surety corporation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal corporations, as surety are jointly and severally held and firmly bound to the City of Renton in the penal sum of 42,162,511. Uor the payment of which sum on dernand we hind ourselves and our successors, heirs, administrators or person representatives, as the case may be. r -r M MW This obligation is entered into in pursuance of the statutes of the State of Washington, the Ordinance of the City of Renton. Dated at Bellevue , Washington, this 16th day of December , 2009_ Neveriheiess, the conditions of the above obligation are suet) that: WHEREAS, under and pursuant to Public Works Construction, Contract CAG -09-171 providing for the construction of 2009 Earliiigton Water and Sanitary Server Improvements (project name) the principal is required to furnish a bond for the faithful performance of the contract; and Wl EM"AS, the principal has accepted, or is about to accept, the contract, and undertake to perform the work therein provided for in the manner and within the time set forth; NOW, TTIEREPORE, if the principal shall faithfully perform all of the provisions of said contract iri' the mam)er and within the time therein set forth, or within such extensions of time as may be granted under said contract, and shall pay all laborers, mechanics; subcontractors and materialmen, and all persons who shall supply said principal or subcontractors with provisions and supplies for the carrying on of said work, and shall hold said City of Renton harmless from any loss or darnage occasioned to any person or property by reason of any carelessness or negligence on the part of said principal, or any subcontractor in the performance of said work, and shall indemnify and hold the City of Renton harmless from any damage or expense by reason of failure of performance as specified in the contract or frorn defects appearing or developing in the material or workmanship provided or performed under the contract within a period of one year after its acceptance thereof by the City of Renton, then and in that event this obligation shall he void; but otherwise it shall be and remain ill full force and effect Signatt�rc Title _ 11_1n e (L n Surety Siguatu e Title J. Mehl, Attorney In Fact RLI Sure 0-9 P.O Box 3 POWER OF ATTORNEY IRLIP.O. Box 3967 � Peoria, IL 61612-3967 Phone: (800)645-2402 1 Fax: (309)689-2036 RLI Insurance Company www.rlicorp.com IN Know All Men by These Presents: to That this Power of Attorney is not valid or in effect unless attached to the bond which it authorizes executed, but may be detached by the approving officer if desired. That RLI Insurance Company, an Illinois corporation, does hereby make, constitute and appoint: "Gary J. Niehl .in the City of Bellevue , State of Washington its true and lawful Agent and Attorney in Fact, with full power and authority hereby conferred, to sign, execute, acknowledge and deliver for and on its behalf as Surety, the following described bond. Any and all bonds, undertakings, and recognizances in an amount not to exceed Ten Million Dollars ($10,000,000) for any single obligation. m The acknowledgment and execution of such bond by the said Attorney in Fact shall be as binding upon this Company as if such bond had been executed and acknowledged by the regularly elected officers of this Company. to The RLI Insurance Company further certifies that the following is a true and exact copy of the Resolution adopted by the Board of Directors of RLI Insurance Company, and now in force to -wit: "All bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation shall be executed in the corporate name of do the Company by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or Agents who shall have authority to issue bonds, policies or undertakings in the name of the Company. The on corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile." to IN WITNESS WHEREOF, the RLI Insurance Company has caused these presents to be executed by its Vice President with its corporate seal affixed this 1st day of July 2009 NCEC6.�...,., 00 PO Rq TF State of Illinois E ' SS County of Peoria On this 1 st day of July 2009 before me, a Notary Public, personally appeared Roy C. Die , who being by me duly sworn, acknowledged that he signed the above Power of Attorney as the aforesaid officer of the RLI Insurance Company and acknowledged said instrument to be M the voluntary act and deed of said corporation. W . I - By: Jac eline M. Bock r Notary Public irr "OFFICIAL SEAL" =JACQUELINE M. BOCKLER STATE OF LUNM COMMISSION EXPIRES 03/01/10 RLI Insurance Company By: Roy C. Di Vice President CERTIFICATE I, the undersigned officer of RLI Insurance Company, a stock corporation of the State of Illinois, do hereby certify that the attached Power of Attorney is in full force and effect and is irrevocable; and furthermore, that the Resolution of the Company as set forth in the Power of Attorney, is now in force. In testimony whereof, I have hereunto set my hand and the seal of the RLI Insurance Company this 16tkay of December , 2009 . RLI Insurance Company By: Roy C. D' Vice President 4668841030110 A0059207 W rtr rr 0 0 CITY OF RI NTON FAIR PRACTICES POLICY AFFIDAVIT OF COMPLIANCE Laser Underground 8r Earthworks, Inc. _ hereby confirms and declares that ( Name of contractor/subcontractor/consultant) It is the policy of Laser Underground Sr Earthworks, Inc. 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. ll. Laser Underground 8r Earthworks, Inc. complies with all applicable { Name of contractor/subcontractor/consullttnt) federal, state and local laws governing non-discrimination in employment. III. When applicable, Laser Underground Sr Earthworks. Inc. will seek out and ( Name oi'contractor/subcantractor/consultant) negotiate with minority and women contractors for the award of subcontracts. Bret. A. Lane Print Agent/Representative's Name President Print Ag epr entative's'ritic Agent/Representative's Signature December 18, 2009 Date Signed i I:\I ilc S�s14V"fR - I)rirtkin Water litility\WTlt ?7 - Watei Pioicc 1 I ilesl\4. 1'R-'7-:igS2- 2f)09 } arlintkm Water and Smer la�prcrvcmen Isa'earsUuct ion14V•I�IZ-?7-3Ok2-liiirpract ices...;\4\'-dcxl 17 CONTRACTS OTHER THAN FEDERAL -AID FHWA A-010THIS AGREEMENT, made and entered into this /st day of �' Q/'y ��9, by and between THE CITY OF RENTON, Washington, a municipal corporation of the State of Washington, hereinafter referred to as "CITY" and 44SF_!2 UrUD"6,A011kD f4AIZ7P WVRI:Y: sSj . hereinafter referred to as "CONTRACTOR." WITNESSETH: 1) The Contractor shall within the time stipulated, (to -wit: within 180 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 No. CAG -09-171) for improvement by construction and installation of: 2009 Earlington Water and Sanitary Sewer Improvements, WTR-27-3082/WWP- 27-3082 per the "Scope of Work" included therein. All the foregoing shall be timely performed, furnished, constructed, installed and completed in strict conformity with the plans and specifications, including any and all addenda issued by the City and all other documents hereinafter enumerated, and in full compliance with all applicable codes, ordinances and regulations of the City of Renton and any other governmental authority having jurisdiction thereover. It is further agreed and stipulated that all of said labor, materials, appliances, machines, tools, equipment and services shall be furnished and the construction installation performed and completed to the satisfaction and the approval of the City's Public Works Director as being in such conformity with the plans, +�+ specifications and all requirements of or arising under the Contract. The Contractor agrees to use recycled materials whenever practicable. 2) The aforesaid Contract, entered into by the acceptance of the Contractor's bid and signing of this agreement, consists of the following documents, all of which are component parts of said Contract and as fully a part thereof as if herein set out in full, and if not attached, as if hereto attached. a) This Agreement b) Instruction to Bidders c) Bid Proposal d) Specifications e) Maps and Plans +� f) Bid g) Advertisement for Bids h) Special Provisions, if any i) Technical Specifications, if any J ) Addenda, if any M ow IM 3) If the Contractor refuses or fails to prosecute the work or any part thereof, with such diligence as will insure its completion within the time specified in this Contract, or any extension in writing thereof, or fails to complete said work with such time, or if the Contractor shall be adjudged a bankrupt, or if he should make a general assignment for the benefit of his creditors, or if a receiver shall be appointed on account of the Contractor's insolvency, or if he or any of his subcontractors should violate any of the provisions of this Contract, the City may then serve written notice upon him and his surety of its intention to terminate the Contract, and unless within ten (10) days after the serving of such notice, such violation or non-compliance of any provision of the Contract shall cease and satisfactory arrangement for the correction thereof be made, this Contract, shall, upon the expiration of said ten (10) day period, cease and terminate in every respect. In the event of any such termination, the City shall immediately serve written notice thereof upon the surety and the Contractor and the surety shall have the right to take over and perform the Contract, provided, however, that if the surety within fifteen (15) days after the serving upon it of such notice of termination does not perform the Contract or does not commence performance thereof, the City itself may take over the work under the Contract and prosecute the same to completion by Contract or by any other method it may deem advisable, for the account and at the expense of the Contractor, and his surety shall be liable to the City for any excess cost or other damages occasioned the City thereby. In such event, the City, if it so elects, may, without liability for so doing, take possession of and utilize in completing said Contract such materials, machinery, appliances, equipment, plants and other properties belonging to the Contractor as may be on site of the project and useftil therein. 4) The foregoing provisions are in addition to and not in limitation of any other rights or remedies available to the City. +rr 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 .r 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 do 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. The Contractor agrees to name the City as an additional insured on a noncontributory primary basis. In the event the City shall, without fault on its part, be made a 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 rr the City, from claims, demands or suits based solely upon the conduct of the City, its officers or employees and provided further that if claims or suits are caused by or result from the concurrent negligence of (a) the Contractor's agents or employees and (b) the City, 2 *a rr its agents, officers and employees, and involves those actions covered by RCW 4.24.115, this indemnity provision with respect to claims or suits based upon such concurrent negligence shall be valid and enforceable only to the extent of the Contractor's negligence ■r or the negligence of the Contractor's agents or employees. Should a court of competent jurisdiction determine that this agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the contractor and the city, its officers, officials, employees and volunteers, the contractor's liability hereunder shall be only to the extent of the contractor's negligence. It is further specifically .. and expressly understood that the indemnification provided herein constitute the contractor's waiver of immunity under the Industrial Insurance Act, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the Im parties. The provisions of this section shall survive the expiration or termination of this agreement. as 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 Ow thereof or by depositing same in the United States mail, postage prepaid, certified or registered mail. 7) The Contractor shall commence performance of the Contract no later than 10 calendar days after Contract final execution, and shall complete the full performance of the Contract not later than 180 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 rr liability in respect to any warranties or responsibility for faulty materials or workmanship. The Contractor shall be under the duty to remedy any defects in the work and pay for any damage to other work resulting therefrom which shall appear within the period of one (1) year from the date of final acceptance of the work, unless a longer period is specified. The City will give notice of observed defects as heretofore specified with reasonable promptness after discovery thereof, and Contractor shall be obligated to take immediate steps to correct and remedy any such defect, fault or breach at the sole cost and expense of Contractor. Defective or Unauthorized Work. The City reserves its right to withhold payment from Contractor for any defective or unauthorized work. Defective or unauthorized work includes, without limitation: work and materials that do not conform to the requirements of this Agreement; and extra work and materials furnished without the City's written approval. If Contractor is unable, for any reason, to satisfactorily complete any portion of the work, the City may complete the work by contract or otherwise, and Contractor shall be liable to the City for any additional costs incurred by the City. "Additional costs" shall mean all reasonable costs, including legal costs and attorney fees, incurred by the City beyond the �.r maximum Contract price specified above. The City further reserves its right to deduct the cost to complete the Contract work, including any Additional Costs, from any and all amounts due or to become due the Contractor. i 4W +� The Contractor agrees the above one year limitation shall not exclude or diminish the City's rights under any law to obtain damages and recover costs resulting from defective and unauthorized work discovered after one year but prior to the expiration of the legal time period set forth in RCW 4.16.040 limiting actions upon a contract in writing, or liability expressed or implied arising out of a written agreement. to Final Payment: Waiver of Claims. THE CONTRACTOR'S ACCEPTANCE OF FINAL PAYMENT (EXCLUDING WITHHELD RETAINAGE) SHALL CONSTITUTE A WAIVER OF CONTRACTOR'S CLAIMS, EXCEPT THOSE PREVIOUSLY AND PROPERLY MADE AND IDENTIFIED BY CONTRACTOR AS UNSETTLED AT THE `w TIME FINAL PAYMENT IS MADE AND ACCEPTED. 9) The Contractor and each subcontractor, if any, shall submit to the City such schedules of quantities and costs, progress schedules, payrolls, reports, estimates, records and miscellaneous data pertaining to the Contract as may be requested by the City from time to time. • 10) The Contractor shall furnish a surety bond or bonds as security for the faithful performance of the Contract, including the payment of all persons and firms performing labor on the construction project under this Contract or furnishing materials in connection with this Contract; said bond to be in the full amount of the Contract price as specified in Paragraph 12. The surety or sureties on such bond or bonds must be duly licensed as a surety in the State of Washington. 11) The Contractor shall verify, when submitting first payment invoice and annually thereafter, possession of a current City of Renton business license while conducting work for the City. do The Contractor shall require, and provide verification upon request, that all subcontractors participating in a City project possess a current City of Renton business license. The Contractor shall provide, and obtain City approval of, a traffic control plan prior to +� conducting work in City right-of-way. 12) The total amount of this contract is the sum of 97� 96, numbers 6 yM lli on Ione &Adfed ,Sc%{y-�u� �lyamd ',rar f���td�C.a/�t/.'je�y-shy pry, (p,S. Ia writtenwords 40 plus^Washington State Sales Tax. Payments will be made to Contractor as specified in the �+ "Special Provisions" of this Contract. 13) INDEPENDENT CONTRACTOR. The parties intend that an Independent Contractor - Employer Relationship will be created by this Agreement and that the Contractor has the ability to control and direct the performance and details of its work, the City being interested only in the results obtained under this Agreement. M 14) LIMITATION OF ACTIONS. CONTRACTOR MUST, IN ANY EVENT, FILE ANY LAWSUIT ARISING FROM OR CONNECTED WITH THIS AGREEMENT WITHIN 120 CALENDAR DAYS FROM THE DATE THE CONTRACT WORK IS COMPLETE OR CONTRACTOR'S ABILITY TO FILE THAT CLAIM OR SUIT SHALL BE FOREVER BARRED. THIS SECTION FURTHER LIMITS ANY APPLICABLE STATUTORY LIMITATIONS PERIOD. 15) Non -Waiver of Breach. The failure of the City to insist upon strict performance of any of the covenants and agreements contained in this Agreement, or to exercise any option 4 77 conferred by this Agreement in one or more instances shall not be construed to be a waiver or relinquishment of those covenants, agreements or options, and the same shall be and remain in fill force and effect. 16) Written Notice. All communications regarding this Agreement shall be sent to the parties at the addresses listed on the signature page of the Agreement, unless notified to the contrary. Any written notice hereunder shall become effective three (3) business days after the date of mailing by registered or certified mail, and shall be deemed sufficiently given if sent to the addressee at the address stated in this Agreement or such other address as may be hereafter specified in writing. 17) Assignment. Any assignment of this Agreement by either party without the written consent of the non -assigning party shall be void. If the non -assigning party gives its consent to any assignment, the terms of this Agreement shall continue in full force and effect and no further assignment shall be made without additional written consent. ar 18) Modification. No waiver, alteration, or modification of any of the provisions of this Agreement shall be binding unless in writing and signed by a duly authorized representative of the city and Contractor. 19) Compliance with Laws. The Contractor agrees to comply with all federal, state, and municipal laws, rules, and regulations that are now effective or in the future become applicable to Contractor's business, equipment, and personnel engaged in operations covered by this Agreement or accruing out of the performance of those operations. 20) Counterparts. This Agreement may be executed in any number of counterparts, each of to which shall constitute an original, and all of which will together constitute this one Agreement. rn 0 0 M 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. ivC� President/Partner/Owner kk__� Secretary CITY OF R NTONN Ma or Denis Law ATTEST j •4 (..l.�Lx.t� Bonnie I. Walton, City Clerk dba �_A U U%MPL G. ?,Q u &r.D 9-1�5,141 Erg W gnS_ _-TAC . Finn Name check one ❑ Individual ❑ Partnership w2ml Corporation Incorporated in 91 W4SH/N6 T oAll .0 Attention: If business is a CORPORATION, name of the corporation should be listed in full and both aw 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. 4" If business is an INDIVIDUAL PROPRIETORSHIP, the name of the owner should appear followed by d/b/a and name of the company. �w En 6 low 4w w City of Renton Human Resources & Risk Management Department Insurance, Information Form r FOR: w f1t J C K �,/ !✓Ji C .«`3Ct.�L r� K 4"f�i Lr�c�_ (Name of Contractor) PROJECT NAME: 2009 Darlington «rater and Sanitary Sewer Improvements PROJECTNO.: WTR -27-3082 / WWP-27-3082 STAFF CONTACT: Andrew Weyj4andt. Certificate of Insurance indicates the coverages/limits specified in �+ Yes ❑ No contract? do Are the following coverages and/or conditions in effect? ❑ Yes ❑ No The Conunercial General Liability policy form is an ISO 1993 �] Yes ❑ No Occurrence Form or Equivatent? as (if no, attach a copy of the policy with required coverages clearly identified) CG 0043 Amendatory Endorsement provided?* F'� Yes ❑ No rrr General Aggregate provided on a "per project basis (CG2503)?'" ® Yes ❑ No Additional Insured wording provided?* 54 Yes ❑ No 4w Coverage on a primary basis and non-contributing basis?* [ Yes ❑ No Waiver of Subrogation Clause applies?*❑°] Yes ❑ No err Severability of Interest Clause (Gross Liability) applies? [ Yes ❑ No Notice of Cancellation/Non-Renewal amended to 4.5 days?* © Yes ❑ No 'To heshown on ccrtrfcate of insurance AM BEST'S RATING FOR CARRIER G1., _ 9 Auto Umb / -•r-- Professional /(,— This Questionnaire is issued as a matter of information. This questionnaire is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies indicated on the attached CERT'IF`ICATE OF 1NSgRANCE. The CITY OF REN ON, at its option, shall obtain copies of the policies and/or specific declaration pages FROM awarded bidder prior to execution of contract. Agency/Br6ker Completed By (Type or Print Name) 7i� Address Completed B (Signature) Name of person to contact Telephone Number N0171,: 17-1115' QUESITUNNAIRL' MUVT BE (.'0r14PUl 1'f,U l'UR G'ACH ONE OF COV'AR,4C,I: ,,IND r ATT..4C'HED TO C:F.RTIEICAI7, OF INSURANCE t✓ t ENDORSEMENT In consideration of the premium charted, it: is hereby agreed and tntderstood that Policy Nuntbetl c. 0 issued bys'trT �j , _ ..__.___ ____..__._� insurance Company, is amended to include the following terms and conditions as respects Contract Number CAG -09-171 issued by the (OWNER). I. ADDITIONAL INSURED. The OWNER their elected or appointed officers, officials, employees, subconsultants, and volunteers are included as additionally insured with regard to damages and defense an of claims arising from; (a) activities performed by or on behalf of the NAMED INSURED; or (b) products and completed operations of the NAMED INSURED, or (c) premises owned, ]eased or used by the NAMED INSURED. 2. CONTRIBUTION NOT REQUIRED, As respects: (a) work perfonned by the NAMED INSURED for or on behalf of the OWNER; or (b) products sold by the NAMED INSURED to the OWNER; or (c) premises leased by the NAMED INSURED from the OWNER, the insurance afforded by this policy shall be primary insurance as respects the OWNER, or any other 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 underlyurg primacy coverage. In either event, any other insurance maintained by the OWNER, or any other insured, its elected or appointed officers, officials, employees, subconsultants or volunteers shall be in excess of this insurance and shall not contribute with it. 3. SEVERABILITY OF INTEREST. The inclusion of more than one Insured under this policy shall not affect the rights of any Insured as respects any claim, suit or judgment made or 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 had been issued to each, except that nothing herein shall rw operate to increase the company's liability beyond the amount or amounts for which the company would have been liable had only one insured been named. 4. CANCELLATION NO'T'ICE. The Insurance afforded by this policy shall not be suspended, voided, rw canceled, reduced in coverage or in limits except after FORTY-FIVE (45) days' prior written notice by certified mail return receipt requested has been given to the OWNER. Such notice shall be. addressed to (a) the OWNER and (b) the CON'T'RACTOR. nr 5. CLAIM REPORTING. The OWNER has no obligation to report occurrences unless a claim has been filed with the OWNER. 6. AGGREGA'T'E LIMIT. The General Aggregate limit under Limits of Insurance applies separately to the above named contract for the above named OWNER. Date Authorized Representative tgn t e go 00 1L! LV/ LVVJ 1J•11 1LJV11L1 JL I\1L1 IL-ll\V V II IILLVLJ 1 ,••1VL VL ow ACORDM CERTIFICATE OF LIABILITY INSURANCEDATE(MMiDD1YYYY) 12/18/2009 PRODUCER THIS CERTIFICATE IS ISSUED ASA MATTER OF INFORMATION Mehl Insurance Agency ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE ow 375 118th Ave Se #103 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR Bellevue WA 96005 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW, (425)644-1600 INSURERS AFFORDING COVERAGE NAIC # INSURED IN§VRRR,kPHOENIX INSURANCE COMPANY Laser Underground & Earthworks Inc INSURER B, TRAVELERS PROPERTY CASUALTY CO OF AMER 10 20417 87th Ave SE INSURER C! Snohomish WA 98296- INSURER D_ THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING r111 ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH X ANY AUTO POLICIES, AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. COMBINED SINGLE LIMIT (En eccldenry PO C NUMBER POLICY EP/EC71VE POLICY OLPIRATION LIMITS +r A oENcRALLIAeILITY 4T -CO -526D9113 01/31/2010 01/31/2011 ACH OCCURRENCE „a 1,00000 BODILY IN X COMMERCIAL GENERAL LIABILITY ]CLAIMS MADE [X:] OCCUR — SCHEDULED AUTOS DAMgOE TO RENTED SEMI M-CaLeceurenee) s 200 000• •• S I ~— - MFp 40 X Washinaton_S_topQap PERSONALAADVINJURY x 1,000,DOO PROPERTY DAMAGE $1,000,000 EL Limits iENERALAGGREOATE•• — _S--2, 000,QO,O GARAOU LIABILITY IrOEn'L AGGREGATE� LIMIT APPLIES PER: AUTO ONLY - EA ACCIDENT S PRODSlC,TS _COMPlOP AGG 5—, 2,000_.I___ 000 ... _ DEDUCTIBLE _ X RETENTION 10 000 — i A I WORKER$ COMPENSATION AND 4T -CO -526D9113 01131/2010 01/31120111-1.We STJAZ! X OTH- EMPLOYERS'LIABuffTORY-LI ANY PROPRIETORIPARTNER/EXECUTIVE E,L.—EACH ACCIDBNT _b, 1-0001 .000 OPFICERIMEMundF.XCLUDED7 E.L D1&EASE-EA EMPLOYEE 1 OQO,000 If ee, tleeerlho under .L. Dls - POLICY LIMIT _1,000,000 B ' OTHER QT6602841 N578 101131/2010 01/31/2011 51000 ded 613,000 Scheduled Equipment $1000 ded. 100,000 Rented Leased Equipment DESCRIPTION OF OPERATIONS I LOCATIONS IVEHICLES/ EXCLUSIONS ADDED BY BNDORBE'MENT ISPECIAL PROVISIONS CITY OF RENTON INCLUDED AS ADDITIONAL INSURED PER ATTACHED, COVERAGE IS PRIMARY NONCONTRIBUTORY - WAIVER OF SUBRO INCLUDED RE- 2009 EARLINGTON WATER & SANITARY SEWER IMPROVEMENTS PROJECT (CAG -09-171) CITY OF RENTON ATT: ANDREW WEYGANDT, PE 1055 SOUTH GRADY WAY RENTON ACORD 26 (2001108) WA 98057 - 30kNc ELL A-"QN1 Al 105821 SHOULD ANY OF THE ABOVE DfiSCRIBED POLICIES BE CANCELLED BEFORE 711 E EXPIRATION DATE TNfiREOP, THE ISSUTNC INSURER WILLXXMMK ErXMAIL 45 DAYS WRITTEN MOTILE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, B L AUTNOR12E0 Rt=PRfi$6NTATNB 0ACORD CORPORATION 1988 A AUTOMOBILE LIABILITY 1 BA -526D9113 01/31/2010 01/31/2011 X ANY AUTO COMBINED SINGLE LIMIT (En eccldenry 4 1,000,000 ALL OWNED AUTOS I BODILY IN — SCHEDULED AUTOS JURY (Por person S HIREDAUTO5 ~— - _ NON-OWNEDAUTOS BODILY RY (Pe aeeldanq PROPERTY DAMAGE (Par accident) GARAOU LIABILITY AUTO ONLY - EA ACCIDENT S __ ANY AUTO OTHER THAN EA Agq__-„- AUTO ONLY: GG B EXCESSIUMBRELLALIASIWTY 4TSMCUP52BD9113 01/31/2010 01/31/2011 EACHOC.CURRENCE ! 5 OOO 000 OCCUR CLAIMS MADE _, enne�n.r� •, _ a AAA Ann Y _ DEDUCTIBLE _ X RETENTION 10 000 — i A I WORKER$ COMPENSATION AND 4T -CO -526D9113 01131/2010 01/31120111-1.We STJAZ! X OTH- EMPLOYERS'LIABuffTORY-LI ANY PROPRIETORIPARTNER/EXECUTIVE E,L.—EACH ACCIDBNT _b, 1-0001 .000 OPFICERIMEMundF.XCLUDED7 E.L D1&EASE-EA EMPLOYEE 1 OQO,000 If ee, tleeerlho under .L. Dls - POLICY LIMIT _1,000,000 B ' OTHER QT6602841 N578 101131/2010 01/31/2011 51000 ded 613,000 Scheduled Equipment $1000 ded. 100,000 Rented Leased Equipment DESCRIPTION OF OPERATIONS I LOCATIONS IVEHICLES/ EXCLUSIONS ADDED BY BNDORBE'MENT ISPECIAL PROVISIONS CITY OF RENTON INCLUDED AS ADDITIONAL INSURED PER ATTACHED, COVERAGE IS PRIMARY NONCONTRIBUTORY - WAIVER OF SUBRO INCLUDED RE- 2009 EARLINGTON WATER & SANITARY SEWER IMPROVEMENTS PROJECT (CAG -09-171) CITY OF RENTON ATT: ANDREW WEYGANDT, PE 1055 SOUTH GRADY WAY RENTON ACORD 26 (2001108) WA 98057 - 30kNc ELL A-"QN1 Al 105821 SHOULD ANY OF THE ABOVE DfiSCRIBED POLICIES BE CANCELLED BEFORE 711 E EXPIRATION DATE TNfiREOP, THE ISSUTNC INSURER WILLXXMMK ErXMAIL 45 DAYS WRITTEN MOTILE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, B L AUTNOR12E0 Rt=PRfi$6NTATNB 0ACORD CORPORATION 1988 71 O 177A v do L Iw ACORD CERTIFICATE OF LIABILITY INSURANCE D12/16/2009 ' SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION PRODUCER Niehl Insurance Agency 375 118th Ave Se #103 Bellevue WA 98005 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. POLICY EXPIRATION (425) 644-1600 INSURERS AFFORDING COVERAGE NAIC # INSURED Laser Underground & Earthworks Inc INSURER A: PHOENIX INSURANCE COMPANY INSURER B: TRAVELERS PROPERTY CASUALTY CO OF AMERIC INSURER C: 20417 87th Ave SE INSURER D: Snohomish WA 98296- INSURER E: PERSONAL & ADV INJURY $ 1,000000 COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR IADD' SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS A 7 Ix��xsx�o�xoa>HIx��I�sOx�xat��c GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITY CLAIMS MADE FX] OCCUR X Washington Stop Gap 4T -CO -526D9113 01/31/2009 01/31/2010 EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED $ ZOO OOO MED EXP An one person)$ 10,000 PERSONAL & ADV INJURY $ 1,000000 GENERALAGGREGATE $ 2,000,000 _ $1 000 000 EL Limits PRODUCTS - COMPIOP AGG $ 2 OOO OOO GEN'L AGGREGATE LIMIT APPLIES PER: POLICY I X PRO- LOC A AUTOMOBILE X 'ANY LIABILITY AUTO BA -526D9113 01/31/2009 01/31/2010 COMBINED SINGLE LIMIT $ 1,000,000 (Ea accident) ALL OWNED AUTOS BODILY INJURY $ -- (Per person) -- —1 SCHEDULED AUTOS i 1—� HIRED AUTOS BODILY INJURY $ (Per accident) I` NON -OWNED AUTOS �- f -- PROPERTYDAMAGE $ (Per - GARAGE LIABILITY ANY AUTO IAUTO AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC $ ONLY: AG G $ B EXCESSIUMBRELLALIABILITY X OCCUR CLAIMS MADE 4TSMCUP526D9113 01/31/2009 01/31/2010 EACH OCCURRENCE $ 5000.000 _ AGGREGATE $ 5,000,000 RDEDUCTIBLE X RETENTION $ 10,000 WORKERS COMPENSATION AND EMPLOYERS' LIABILITY 4T -CO -526D9113 01/31/2009 01/31/2010 $ OTH- WC STAT_- �( I ER A E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED?- If yes, describe under E.L. DISEASE - POLICY LIMIT $ 1,000,000 B P 1AL PROVISONS below OTHER j Scheduled Equipment QT6602841N578 01/31/2009 01/31/2010 $1000 ded 613,000 $1000 ded. 100,000 j Rented Leased Equipment DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS CITY OF RENTON INCLUDED AS ADDITIONAL INSURED PER ATTACHED. COVERAGE IS PRIMARY NONCONTRIBUTORY - WAIVER OF SUBRO INCLUDED RE: 2009 EARLINGTON WATER & SANITARY SEWER IMPROVEMENTS PROJECT (CAG -09-171) CERTIFICATE HOLDER —1-- 11— SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION THEREOF, THE ISSUING INSURER WILL)tKYOWNI C)dCMAIL 45 DAYS WRITTEN CITY OF RENTON DATE NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, 80%�11L4i$414L ATT: ANDREW WEYGANDT, PE Ix��xsx�o�xoa>HIx��I�sOx�xat��c 1055 SOUTH GRADY WAY RENTON WA 98057 - AUTHORIZED REPRESENTATIVE Ct.. n ernon �+nDDnDATInIU SOAR ACORD 25 (2001/08) rax: ( ) - v -- - - - x 0 7 am r COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTORS XTEND ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART GENERAL DESCRIPTION OF COVERAGE — Provisions A. -H. and J. -N. of this endorsement broaden coverage, and provision I. of this endorsement may limit coverage. The following listing is a general coverage description only. Limitations and exclusions may apply to these coverages. Read all the PROVISIONS of this endorsement carefully to determine rights, duties, and what is and is not covered. A. Broadened Named Insured B. Extension of Coverage — Damage To Premises Rented To You • Perils of fire, explosion, lightning, smoke, water • Limit increased to $300,000 C. Blanket Waiver of Subrogation D. Blanket Additional Insured — Managers or Lessors of Premises E. Incidental Medical Malpractice F. Extension of Coverage — Bodily Injury G. Contractual Liability—Railroads PROVISIONS A. BROADENED NAMED INSURED 1. The Named Insured in Item 1. of the Declara- tions is as follows: The person or organization named in Item 1. of the Declarations and any organization, other than a partnership, joint venture or lim- ited liability company, of which you maintain ownership or in which you maintain the major- ity interest on the effective date of the policy. However, coverage for any such additional organization will cease as of the date, if any, during the policy period, that you no longer maintain ownership of, or the majority interest in, such organization. 2. WHO IS AN INSURED (Section II) Item 4.a. is deleted and replaced by the following: a. Coverage under this provision is afforded only until the 180th day after you acquire or form the organization or the end of the policy period, whichever is earlier. H. Additional Insured — State or Political Subdivisions I. Other Insurance Condition J. Increased Supplementary Payments • Cost of bail bonds increased to $2,500 • Loss of earnings increased to $500 per day K. Knowledge and Notice of Occurrence or Offense L. Unintentional Omission M. Personal Injury —Assumed by Contract N. Blanket Additional Insured —Lessor of Leased Equipment 3. This Provision A. does not apply to any per- son or organization for which coverage is ex- cluded by endorsement. B. EXTENSION OF COVERAGE — DAMAGE TO PREMISES RENTED TO YOU 1. The last paragraph of COVERAGE A. BOD- ILY INJURY AND PROPERTY DAMAGE LI- ABILITY (Section I — Coverages) is deleted and replaced by the following: Exclusions c. through n. do not apply to dam- age to premises while rented to you, or tem- porarily occupied by you with permission of the owner, caused by: a. Fire; b. Explosion; c. Lightning; d. Smoke resulting from such fire, explosion, or lightning; or e. Water. A separate limit of insurance applies to this coverage as described in Section III Limits Of Insurance. CG D3 16 07 04 Copyright, The Travelers Indemnity Company, 2004 Page 1 of 6 1W COMMERCIAL GENERAL LIABILITY r71 a. A contract for a lease of premises. How- ever, that portion of the contract for a lease of premises that indemnifies any person or organization for damage to premises while rented to you, or tempo- rarily occupied by you with permission of the owner, caused by: fire; explosion; lightning; smoke resulting from such fire, explosion, or lightning; or water, is not an "insured contract"; 5. This Provision B. does not apply if coverage for Damage To Premises Rented To You of COVERAGE A. BODILY INJURY AND PROPERTY DAMAGE LIABILITY (Section I — Coverages) is excluded by endorsement. C. BLANKET WAIVER OF SUBROGATION We waive any right of recovery we may have against any person or organization because of payments we make for injury or damage arising out of: premises owned or occupied by or rented or loaned to you; ongoing operations performed by you or on your behalf, done under a contract with that person or organization; "your work"; or "your products". We waive this right where you have agreed to do so as part of a written contract, executed by you before the "bodily injury" or "property damage" occurs or the "personal injury" or "advertising injury" offense is committed. D. BLANKET ADDITIONAL INSURED — MANAG- ERS OR LESSORS OF PREMISES WHO IS AN INSURED (Section II) is amended to include as an insured any person or organization (referred to below as "additional insured") with whom you have agreed in a written contract, exe- cuted before the "bodily injury" or "property dam- age" occurs or the "personal injury" or "advertis- ing injury" offense is committed, to name as an additional insured, but only with respect to liability arising out of the ownership, maintenance or use of that part of any premises leased to you, subject to the following provisions: 1. Limits of Insurance. The limits of insurance afforded to the additional insured shall be the limits which you agreed to provide in the writ- ten contract, or the limits shown on the Decla- rations, whichever are less. 2. The insurance afforded to the additional in- sured does not apply to: a. Any "bodily injury" or "property damage" that occurs, or "personal injury" or "adver- tising injury" caused by an offense which is committed, after you cease to be a ten- ant in that premises; b. Any premises for which coverage is ex- cluded by endorsement; or c. Structural alterations, new construction or demolition operations performed by or on behalf of such additional insured. 3. The insurance afforded to the additional in- sured is excess over any valid and collectible Page 2 of 6 Copyright, The Travelers Indemnity Company, 2004 CG D3 16 07 04 2. This insurance does not apply to damage to premises while rented to you, or temporarily occupied by you with permission of the owner, caused by: +� a. Rupture, bursting, or operation of pres- sure relief devices; b. Rupture or bursting due to expansion or swelling of the contents of any building or structure, caused by or resulting from wa- ter; c. Explosion of steam boilers, steam pipes, steam engines, or steam turbines. 3. Paragraph 6. of LIMITS OF INSURANCE (Section III) is deleted and replaced by the following: Subject to 5. above, the Damage To Prem- ises Rented To You Limit is the most we will pay under COVERAGE A. for the sum of all damages because of "property damage" to any one premises while rented to you, or temporarily occupied by you with permission of the owner, caused by: fire; explosion; light- ning; smoke resulting from such fire, explo- sion, or lightning; or water. The Damage To Premises Rented To You Limit will apply to all .r "property damage" proximately caused by the same "occurrence", whether such damage results from: fire; explosion; lightning; smoke resulting from such fire, explosion, or light- ning; or water; or any combination of any of these causes. The Damage To Premises Rented To You Limit will be the higher of: a. $300,000; or b. The amount shown on the Declarations for Damage To Premises Rented To You Limit. 4. Paragraph a. of the definition of "insured con- tract" (DEFINITIONS — Section V) is deleted ,. and replaced by the following: r71 a. A contract for a lease of premises. How- ever, that portion of the contract for a lease of premises that indemnifies any person or organization for damage to premises while rented to you, or tempo- rarily occupied by you with permission of the owner, caused by: fire; explosion; lightning; smoke resulting from such fire, explosion, or lightning; or water, is not an "insured contract"; 5. This Provision B. does not apply if coverage for Damage To Premises Rented To You of COVERAGE A. BODILY INJURY AND PROPERTY DAMAGE LIABILITY (Section I — Coverages) is excluded by endorsement. C. BLANKET WAIVER OF SUBROGATION We waive any right of recovery we may have against any person or organization because of payments we make for injury or damage arising out of: premises owned or occupied by or rented or loaned to you; ongoing operations performed by you or on your behalf, done under a contract with that person or organization; "your work"; or "your products". We waive this right where you have agreed to do so as part of a written contract, executed by you before the "bodily injury" or "property damage" occurs or the "personal injury" or "advertising injury" offense is committed. D. BLANKET ADDITIONAL INSURED — MANAG- ERS OR LESSORS OF PREMISES WHO IS AN INSURED (Section II) is amended to include as an insured any person or organization (referred to below as "additional insured") with whom you have agreed in a written contract, exe- cuted before the "bodily injury" or "property dam- age" occurs or the "personal injury" or "advertis- ing injury" offense is committed, to name as an additional insured, but only with respect to liability arising out of the ownership, maintenance or use of that part of any premises leased to you, subject to the following provisions: 1. Limits of Insurance. The limits of insurance afforded to the additional insured shall be the limits which you agreed to provide in the writ- ten contract, or the limits shown on the Decla- rations, whichever are less. 2. The insurance afforded to the additional in- sured does not apply to: a. Any "bodily injury" or "property damage" that occurs, or "personal injury" or "adver- tising injury" caused by an offense which is committed, after you cease to be a ten- ant in that premises; b. Any premises for which coverage is ex- cluded by endorsement; or c. Structural alterations, new construction or demolition operations performed by or on behalf of such additional insured. 3. The insurance afforded to the additional in- sured is excess over any valid and collectible Page 2 of 6 Copyright, The Travelers Indemnity Company, 2004 CG D3 16 07 04 to COMMERCIAL GENERAL LIABILITY as "other insurance" available to such additional together with all related acts or omissions in insured, unless you have agreed in the writ- the furnishing of the services described in ten contract that this insurance must be pri- paragraph 1. above to any one person will be mary to, or non-contributory with, such "other deemed one "occurrence". insurance". 5. This Provision E. does not apply if you are in E. INCIDENTAL MEDICAL MALPRACTICE the business or occupation of providing any of 1. The following is added to paragraph 1. Insur- the services described in paragraph 1. above. �r ing Agreement of COVERAGE A. — BODILY 6. The insurance provided by this Provision E. INJURY AND PROPERTY DAMAGE LIABIL- shall be excess over any valid and collectible ITY (Section I — Coverages): "other insurance" available to the insured, "Bodily injury arising out of the rendering of, whether primary, excess, contingent or on or failure to render, the following will be any other basis, except for insurance that you deemed to be caused by an "occurrence": bought specifically to apply in excess of the Limits of Insurance shown on the Declara- a. Medical, surgical, dental, laboratory, x-ray tions of this Coverage Part. or nursing service, advice or instruction, or the related furnishing of food or bever- IN - F. EXTENSION OF COVERAGE —BODILY IN - ages; JURY b. The furnishing or dispensing of drugs or The definition of "bodily injury" (DEFINITIONS — medical, dental, or surgical supplies or Section V) is deleted and replaced by the follow - appliances; ing: c. First aid; or "Bodily injury" means bodily injury, mental an- guish, mental injury, shock, fright, disability, hu - d. Good Samaritan services. As used in miliation, sickness or disease sustained by a per - this Provision E., "Good Samaritan ser- son, including death resulting from any of these at vices" are those medical services ren- any time. dered or provided in an emergency and for which no remuneration is demanded G. CONTRACTUAL LIABILITY — RAILROADS or received. 1. Paragraph c. of the definition of "insured con- t. Paragraph 2.a.(1)(d) of WHO IS AN IN- tract" (DEFINITIONS — Section V) is deleted SURED (Section 11) does not apply to any and replaced by the following: registered nurse, licensed practical nurse, c. Any easement or license agreement; emergency medical technician or paramedic 2. Paragraph f.(1) of the definition of "insured employed by you, but only while performing contract" (DEFINITIONS — Section V) is de - the services described in paragraph 1. above leted. and while acting within the scope of their em- ployment by you. Any "employees" rendering H. ADDITIONAL INSURED —STATE OR POLITI- Good Samaritan services will be deemed to CAL SUBDIVISIONS —PERMITS be acting within the scope of their employ- WHO IS AN INSURED (Section 11) is amended to ment by you. include as an insured any state or political subdi- 3. The following exclusion is added to paragraph vision, subject to the following provisions: .r 2. Exclusions of COVERAGE A. — BODILY 1. This insurance applies only when required to INJURY AND PROPERTY DAMAGE LIABIL- be provided by you by an ordinance, law or ITY (Section I — Coverages): building code and only with respect to opera - (This insurance does not apply to:) "Bodily in- tions performed by you or on your behalf for jury' or "property damage arising out of the which the state or political subdivision has is - willful violation of a penal statute or ordinance sued a permit. relating to the sale of pharmaceuticals com- 2. This insurance does not apply to: mitted by or with the knowledge or consent of a. "Bodily injury," "property damage," "per - the insured. sonal injury" or "advertising injury' arising 4. For the purposes of determining the applica- out of operations performed for the state ble limits of insurance, any act or omission or political subdivision; or ow CG D316 07 04 Copyright, The Travelers Indemnity Company, 2004 Page 3 of 6 as COMMERCIAL GENERAL LIABILITY b. "Bodily injury" or "property damage" in- cluded in the "products -completed opera- tions hazard". I. OTHER INSURANCE CONDITION W A. COMMERCIAL GENERAL LIABILITY CON- DITIONS (Section IV), paragraph 4. (Other Insurance) is deleted and replaced by the fol- lowing: 4. Otherinsurance If valid and collectible "other insurance" is available to the insured for a loss we cover under Coverages A or B of this Coverage Part, our obligations are limited as follows: err a. Primary Insurance This insurance is primary except when b. below applies. If this insur- ance is primary, our obligations are not affected unless any of the "other insurance" is also primary. Then, we Will share with all that "other insur- ance" by the method described in c. below. b. Excess Insurance This insurance is excess over any of the "other insurance", whether pri- mary, excess, contingent or on any other basis: Y. (1) That is Fire, Extended Coverage, Builder's Risk, Installation Risk, or similar coverage for "your work"; (2) That is Fire insurance for prem- ises rented to you or temporarily occupied by you with permission of the owner; (3) That is insurance purchased by you to cover your liability as a tenant for "property damage" to premises rented to you or tempo- rarily occupied by you with per- mission of the owner; or (4) If the loss arises out of the main- tenance or use of aircraft, "autos", or watercraft to the ex- tent not subject to Exclusion g. of Section 1 — Coverage A — Bodily Injury And Property Damage Li- ability; or insured under any other policy, including any umbrella or excess policy. When this insurance is excess, we will have no duty under Coverages A or B to defend the insured against any "suit" if any provider of "other in- surance" has a duty to defend the in- sured against that "suit". If no pro- vider of "other insurance" defends, we will undertake to do so, but we will be entitled to the insured's rights against all those providers of "other insurance". When this insurance is excess over "other insurance", we will pay only our share of the amount of the loss, if any, that exceeds the sum of: (1) The total amount that all such "other insurance" would pay for the loss in the absence of this in- surance; and (2) The total of all deductible and self-insured amounts under that "other insurance". We will share the remaining loss, if any, with any "other insurance" that is not described in this Excess Insur- ance provision. c. Method Of Sharing If all of the "other insurance" permits contribution by equal shares, we will follow this method also. Under this approach each provider of insurance contributes equal amounts until it has paid its applicable limit of insurance or none of the loss remains, which- ever comes first. If any of the "other insurance" does not permit contribution by equal shares, we will contribute by limits. Under this method, the share of each provider of insurance is based on the ratio of its applicable limit of insur- ance to the total applicable limits of insurance of all providers of insur- ance. B. The following definition is added to DEFINITIONS (Section V): "Other insurance": (5) That is available to the insured a. Means insurance, or the funding of losses, when the insured is an additional that is provided by, through or on behalf of: Page 4 of 6 Copyright, The Travelers Indemnity Company, 2004 CG D316 07 04 -71 W 0 r. 171 (1) Another insurance company; (2) Us or any of our affiliated insurance com- panies, except when the Non cumulation of Each Occurrence Limit section of Paragraph 5 of LIMITS OF INSURANCE (Section III) or the Non cumulation of Per- sonal and Advertising Injury limit sections of Paragraph 4 of LIMITS OF INSUR- ANCE (Section Ill) applies; (3) Any risk retention group; (4) Any self-insurance method or program, other than any funded by you and over which this Coverage Part applies; or (5) Any similar risk transfer or risk manage- ment method. b. Does not include umbrella insurance, or ex- cess insurance, that you bought specifically to apply in excess of the Limits of Insurance shown on the Declarations of this Coverage Part. J. INCREASED SUPPLEMENTARY PAYMENTS Paragraphs 1.b. and 1.d. of SUPPLEMENTARY PAYMENTS — COVERAGES A AND B (Section I — Coverages) are amended as follows: 1. In paragraph 1.b., the amount we will pay for the cost of bail bonds is increased to $2500. 2. In paragraph 1.d., the amount we will pay for loss of earnings is increased to $500 a day. K. KNOWLEDGE AND NOTICE OF OCCUR- RENCE OR OFFENSE 1. The following is added to COMMERCIAL GENERAL LIABILITY CONDITIONS (Section IV), paragraph 2. (Duties In The Event of Oc- currence, Offense, Claim or Suit): Notice of an "occurrence" or of an offense which may result in a claim must be given as soon as practicable after knowledge of the "occurrence" or offense has been reported to you, one of your "executive officers" (if you are a corporation), one of your partners who is an individual (if you are a partnership), one of your managers (if you are a limited liability company), or an "employee" (such as an in- surance, loss control or risk manager or ad- ministrator) designated by you to give such notice. Knowledge by any other "employee" of an "occurrence" or offense does not imply that you also have such knowledge. COMMERCIAL GENERAL LIABILITY 2. Notice of an "occurrence" or of an offense which may result in a claim will be deemed to be given as soon as practicable to us if it is given in good faith as soon as practicable to your workers' compensation insurer. This ap- plies only if you subsequently give notice of the "occurrence" or offense to us as soon as practicable after you, one of your "executive officers" (if you are a corporation), one of your partners who is an individual (if you are a partnership), one of your managers (if you are a limited liability company), or an "employee" (such as an insurance, loss control or risk manager or administrator) designated by you to give such notice discovers that the "occur- rence" or offense may involve this policy. 3. This Provision K. does not apply as respects the specific number of days within which you are required to notify us in writing of the abrupt commencement of a discharge, re- lease or escape of "pollutants" that causes "bodily injury" or "property damage" which may otherwise be covered under this policy. L. UNINTENTIONAL OMISSION The following is added to COMMERCIAL GEN- ERAL LIABILITY CONDITIONS (Section IV), paragraph 6. (Representations): The unintentional omission of, or unintentional error in, any information provided by you which we relied upon in issuing this policy shall not prejudice your rights under this insurance. How- ever, this Provision L. does not affect our right to collect additional premium or to exercise our right of cancellation or nonrenewal in accordance with applicable state insurance laws, codes or regula- tions. M. PERSONAL INJURY — ASSUMED BY CON- TRACT 1. The following is added to Exclusion e. (1) of Paragraph 2., Exclusions of Coverage B. Personal Injury, Advertising Injury, and Web Site Injury Liability of the Web XTEND Liability endorsement: Solely for the purposes of liability assumed in an "insured contract", reasonable attorney fees and necessary litigation expenses in- curred by or for a party other than an insured are deemed to be damages because of "per- sonal injury" provided: (a) Liability to such party for, or for the cost of, that party's defense has also been as - CG D316 07 04 Copyright, The Travelers Indemnity Company, 2004 Page 5 of 6 0 M r7 +rr 177 17 COMMERCIAL GENERAL LIABILITY sumed in the same "insured contract"; and (b) Such attorney fees and litigation ex- penses are for defense of that parry against a civil or alternative dispute reso- lution proceeding in which damages to which this insurance applies are alleged. 2. Paragraph 2.d. of SUPPLEMENTARY PAY- MENTS — COVERAGES A AND B (Section I — Coverages) is deleted and replaced by the following: d. The allegations in the "suit" and the in- formation we know about the "occur- rence" or offense are such that no conflict appears to exist between the interests of the insured and the interests of the in- demnitee; 3. The third sentence of Paragraph 2 of SUP- PLEMENTARY PAYMENTS — COVERAGES A AND B (Section I — Coverages) is deleted and replaced by the following: Notwithstanding the provisions of Paragraph 2.b.(2) of Section I — Coverage A — Bodily In- jury And Property Damage Liability, or the provisions of Paragraph 2.e.(1) of Section I — Coverage B — Personal Injury, Advertising In- jury And Web Site Injury Liability, such pay- ments will not be deemed to be damages for "bodily injury" and "property damage", or damages for "personal injury", and will not re- duce the limits of insurance. 4. This provision M. does not apply if coverage for "personal injury" liability is excluded by endorsement. N. BLANKET ADDITIONAL INSURED — LESSOR OF LEASED EQUIPMENT WHO IS AN INSURED (Section II) is amended to include as an insured any person or organization (referred to below as "additional insured") with whom you have agreed in a written contract, exe- cuted before the "bodily injury" or "property dam- age" occurs or the "personal injury" or "advertis- ing injury" offense is committed, to name as an additional insured, but only with respect to their li- ability for "bodily injury", "property damage", "per- sonal injury" or "advertising injury" caused, in whole or in part, by your acts or omissions in the maintenance, operation or use of equipment leased to you by such additional insured, subject to the following provisions: 1. Limits of Insurance. The limits of insurance afforded to the additional insured shall be the limits which you agreed to provide in the writ- ten contract, or the limits shown on the Decla- rations, whichever are less. 2. The insurance afforded to the additional in- sured does not apply to any "bodily injury" or "property damage" that occurs, or "personal injury" or "advertising injury" caused by an of- fense which is committed, after the equipment lease expires. 3. The insurance afforded to the additional in- sured is excess over any valid and collectible "other insurance" available to such additional insured, unless you have agreed in the writ- ten contract that this insurance must be pri- mary to, or non-contributory with, such "other insurance". Page 6 of 6 Copyright, The Travelers Indemnity Company, 2004 CG D3 16 07 04 COMMERCIAL GENERAL LIABILITY Am THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY BLANKET ADDITIONAL INSURED (CONTRACTORS) r This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART as 1, WHO IS AN INSURED — (Section II) is amended c) The insurance provided to the additional in- to include any person or organization that you sured does not apply to "bodily injury" or agree in a "written contract requiring insurance" "property damage" caused by "your work" to include as an additional insured on this Cover- and included in the "products -completed op- t„ age Part, but: erations hazard" unless the "written contract a) Only with respect to liability for "bodily injury", requiring insurance" specifically requires you "property damage" or "personal injury"; and to provide such coverage for that additional insured, and then the insurance provided to b) If, and only to the extent that, the injury or the additional insured applies only to such sr damage is caused by acts or omissions of "bodily injury" or "property damage" that oc- you or your subcontractor in the performance curs before the end of the period of time for of "your work" to which the "written contract which the "written contract requiring insur- Ar requiring insurance" applies. The person or ance" requires you to provide such coverage organization does not qualify as an additional or the end of the policy period, whichever is insured with respect to the independent acts earlier. or omissions of such person or organization. 3. The insurance provided to the additional insured sr 2. The insurance provided to the additional insured by this endorsement is excess over any valid and by this endorsement is limited as follows: collectible "other insurance", whether primary, a) In the event that the Limits of Insurance of excess, contingent or on any other basis, that is this Coverage Part shown in the Declarations available to the additional insured for a loss we 40 exceed the limits of liability required by the cover under this endorsement. However, if the "written contract requiring insurance", the in- "written contract requiring insurance" specifically surance provided to the additional insured requires that this insurance apply on a primary shall be limited to the limits of liability re- basis or a primary and non-contributory basis, to quired by that "written contract requiring in- this insurance is primary to "other insurance" surance". This endorsement shall not in- available to the additional insured which covers crease the limits of insurance described in that person or organization as a named insured Section III — Limits Of Insurance. for such loss, and we will not share with that a b) The insurance provided to the additional in- "other insurance". But the insurance provided to the additional insured b this endorsement still is y sured does not apply to "bodily injury", "prop- excess over any valid and collectible "other in- erty damage" or "personal injury" arising out surance", whether primary, excess, contingent or of the rendering of, or failure to render, any on any other basis, that is available to the addi- professional architectural, engineering or sur- tional insured when that person or organization is veying services, including: an additional insured under such "other insur- i. The preparing, approving, or failing to ance". wr prepare or approve, maps, shop draw- 4. As a condition of coverage provided to the ings, opinions, reports, surveys, field or- additional insured by this endorsement: ders or change orders, or the preparing, approving, or failing to prepare or ap- a) The additional insured must give us written prove, drawings and specifications; and notice as soon as practicable of an "occur - rence" or an offense which may result in a ii. Supervisory, inspection, architectural or claim. To the extent possible, such notice engineering activities. should include: �r CG D2 46 08 05 © 2005 The St. Paul Travelers Companies, Inc. Page 1 of 2 0 M LM COMMERCIAL GENERAL LIABILITY rr i. How, when and where the "occurrence" any provider of "other insurance" which would or offense took place; cover the additional insured for a loss we ii, The names and addresses of any injured cover under this endorsement. However, this persons and witnesses; and condition does not affect whether the insur- ance provided to the additional insured by iii. The nature and location of any injury or this endorsement is primary to 'other insur- damage arising out of the "occurrence" or ance" available to the additional insured offense. which covers that person or organization as a b) If a claim is made or "suit" is brought against named insured as described in paragraph 3. the additional insured, the additional insured above. must: 5. The following definition is added to SECTION V. i. Immediately record the specifics of the — DEFINITIONS: claim or "suit" and the date received; and "Written contract requiring insurance" means ii. Notify us as soon as practicable. that part of any written contract or agreement under which you are required to include a +� The additional insured must see to it that we person or organization as an additional in - receive written notice of the claim or suit as " sured on this Coverage Part, provided that soon as practicable. the "bodily injury" and "property damage" oc- c) The additional insured must immediately curs and the "personal injury" is caused by an "'� send us copies of all legal papers received in offense committed: connection with the claim or "suit", cooperate a. After the signing and execution of the with us in the investigation or settlement of contract or agreement by you; the claim or defense against the "suit", and otherwise comply with all policy conditions. b. While that part of the contract or d) The additional insured must tender the de- agreement is in effect; and fense and indemnity of any claim or "suit" to c. Before the end of the policy period. 77 a" W Page 2 of 2 ® 2005 The St. Paul Travelers Companies, Inc. CG D2 46 08 05 W er POLICY NUMBER: COMMERCIAL GENERAL LIABILITY ISSUE DATE: - - THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY DESIGNATED PROJECT(S) GENERAL AGGREGATE LIMIT This endorsement modifies Insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Designated Project(s): EACH "PROJECT' FOR WHICH YOU HAVE AGREED, IN A. WRITTEN CONTRACT WHICH IS IN EFFECT DURING THIS POLICY PERIOD, TO PROVIDE A SEPARATE GENERAL AGGREGATE LIMIT; PROVIDED THAT, THE CONTRACT IS SIGNED AND EXECUTED PRIOR TO ANY LOSS FOR WHICH COVERAGE iSSOUGHT. to A. For all sums which the insured becomes legally 3. obligated to pay as damages caused by 'occur- rences" under COVERAGE A. (SECTION 1), and for all medical expenses caused by accidents un- der COVERAGE C (SECTION 1), which can be attributed only to operations at a single desig- nated "project" shown In the Schedule above: 1. A separate Designated Project General Ag- gregate Limit applies to each designated "pro- ject", and that limit is equal to the amount of the General Aggregate Limit shown in the 4. Declarations, unless separate Designated Project General Aggregate(s) are sched- uled above. 0 2. The Designated Project General Aggregate Limit is the most we will pay for the sum of all damages under COVERAGE A., except damages because of "bodily injury" or "prop- erty damage" included in the "products - completed operations hazard", and for medi- cal expenses under COVERAGE C. regard- less of the number of: "'Insureds; b. Claims made or "sults" brought; or c. Persons or organizations making claims or bringing "suits". Designated Project General Aggregate(s): GENERAL AGGREGATE LIMIT SHOWN ON DECLARATIONS Any payments made under COVERAGE A. for damages or under COVERAGE C. for medical expenses shall reduce the Desig- nated Project General Aggregate Limit for that designated "project". Such payments shall not reduce the General Aggregate Limit shown in the Declarations nor shall they re- duce any other Designated Project General Aggregate Limit for any other designated "project" shown in the Schedule above. The limits shown in the Declarations for Each Occurrence, Damage To Premises Rented To You and Medical Expense continue to apply. However, instead of being subject to the General Aggregate Limit shown in the Declarations, such limits will be subject to the applicable Designated Project General Ag- gregate Limit. B. For all sums which the insured becomes legally obligated to pay as damages caused by "occur- rences" under COVERAGE A. (SECTION 1), and for all medical expenses caused by accidents un- der COVERAGE C. (SECTION 1), which cannot be attributed only to operations at a single desig- nated "project" shown in the Schedule above: CG D2 11 01 04 Copyright, The Travelers Indemnity Company, 2004 Page 1 of 2 r7 COMMERCIAL GENERAL LIABILITY 1. Any payments made under COVERAGE A. for damages or under COVERAGE C. for medical expenses shall reduce the amount available under the General Aggregate Limit or the Products -Completed Operations Ag- gregate Limit, whichever is applicable; and 2. Such payments shall not reduce any Desig- nated Project General Aggregate limit. C. Part 2. of SECTION III — LIMITS OF INSURANCE is deldted and replaced by the following: 2. The General Aggregate Limit is the most we will pay for the sum of: a. Damages under Coverage B; and b. Damages from "occurrences" under COVERAGE A (SECTION 1) and for all medical expenses caused by accidents under COVERAGE C (SECTION 1) which cannot be attributed only to operations at a single designated "project" shown in the SCHEDULE above. D. When coverage for liability arising out of the "products -completed operations hazard" Is pro- vided, any payments for damages because of "bodily Injury" or "property damage" included in the "products -completed operations hazard" will reduce the Products -Completed Operations Ag- gregate Limit, and not reduce the General Aggre- gate Limit nor the Designated Project General Aggregate Limit. E. For the purposes of this endorsement the Defini- tions Section is amended by the addition of the following definition: "Project" means an area away from premises owned by or rented to you at which you are per- forming operations pursuant to a contract or agreement. For the purposes of determining the applicable aggregate limit of insurance, each "project" that includes premises involving the same or connecting lots, or premises whose con- nection Is Interrupted only by a street, roadway, waterway or right-of-way of a railroad shall be considered a single "project". F. The provisions of SECTION III — LIMITS OF INSURANCE not otherwise modified by this en- dorsement shall continue to apply as stipulated, Page 2 of 2 Copyright, The Travelers Indemnity Company, 2004 CG D2 11 01 04 Im am am State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section - Telephone (360) 902-5335 4W 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. ow On public works projects, workers' wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements is provided on the Benefit Code Key. KING COUNTY EFFECTIVE 09-02-2009 +Wr (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $40.03 1H 5D BOILERMAKERS Aw JOURNEY LEVEL $53.61 1C 5N BRICK MASON BRICK AND BLOCK FINISHER $39.49 1M 5A JOURNEY LEVEL $46.35 1M 5A 1W BUILDING SERVICE EMPLOYEES JANITOR $17.98 2F SS TRAVELING WAXER/SHAMPOOER $18.39 2F 5S 00 WINDOW CLEANER (NON -SCAFFOLD) $22.65 2F 5S WINDOW CLEANER (SCAFFOLD) $23.51 2F 5S CABINET MAKERS (IN SHOP) JOURNEY LEVEL $16.67 1 aw CARPENTERS ACOUSTICAL WORKER $48.63 1M 5D BRIDGE, DOCK AND WARF CARPENTERS $48.47 1M 5D ow CARPENTER $48.47 1M 5D CREOSOTED MATERIAL $48.57 1M 5D DRYWALL APPLICATOR $48.47 1M 5D FLOOR FINISHER $48.60 1M 5D err FLOOR LAYER $48.60 1M 5D FLOOR SANDER $48.60 1M 5D MILLWRIGHT AND MACHINE ERECTORS $49.47 1M 5D PILEDRIVERS, PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING $48.67 1M 5D aw $48.60 1M SD SHINGLER $48.60 IM 5D STATIONARY POWER SAW OPERATOR $48.60 1M 5D ow STATIONARY WOODWORKING TOOLS $48.60 1M 5D CEMENT MASONS JOURNEY LEVEL $49.15 1M 5D DIVERS & TENDERS DIVER 1100.28 1M SD 8A DIVER ON STANDBY $56.68 1M 5D DIVER TENDER $52.23 1M 5D aw DIVING MASTER $56.68 1M 5D SURFACE RCV & ROV OPERATOR $52.23 1M 5D SURFACE RCV & ROV OPERATOR TENDER $48.67 1M 5D DREDGE WORKERS wo ASSISTANT ENGINEER $49.57 1T 5D 8L ASSISTANT MATE (DECKHAND) $49.06 1T 5D 8L BOATMEN $49.57 1T 5D 8L N' Page 1 go Am KING COUNTY EFFECTIVE 09-02-2009 AV (See Benefit Code Key) Over PREVAILING Time Holiday Note No Classification WAGE Code Code Code ENGINEER WELDER $49.62 1T 5D 8L LEVERMAN, HYDRAULIC $51.19 1T 5D 8L w MAINTENANCE $49.06 1T 5D 8L MATES $49.57 1T 5D 8L OILER $49.19 1T 5D 8L DRYWALL TAPERS Wr JOURNEY LEVEL $48.79 1E 5P ELECTRICAL FIXTURE MAINTENANCE WORKERS JO URN EY LEVEL $25.34 1E 5L ELECTRICIANS - INSIDE low CABLE SPLICER $61,95 2W 5L CABLE SPLICER (TUNNEL) $66.57 2W 5L CERTIFIED WELDER $59.85 2W 5L go CERTIFIED WELDER (TUNNEL) $64.25 2W 5L CONSTRUCTION STOCK PERSON $31.83 2W 5L JOURNEY LEVEL $57.74 2W 5L JOURNEY LEVEL (TUNNEL) $61.95 2W 5L as ELECTRICIANS - MOTOR SHOP CRAFTSMAN $15.37 2A 6C JOURNEY LEVEL $14.69 2A 6C r ELECTRICIANS - POWERLINE CONSTRUCTION CABLE SPLICER $59.79 4A 5A CERTIFIED LINE WELDER $54.59 4A 5A GROUNDPERSON $39.07 4A 5A �wr HEAD GROUNDPERSON $41.22 4A 5A HEAVY LINE EQUIPMENT OPERATOR $54.59 4A 5A JACKHAMMER OPERATOR $41,22 4A 5A JOURNEY LEVEL LINEPERSON $54.59 4A 5A LINE EQUIPMENT OPERATOR $46.33 4A 5A POLE SPRAYER $54.59 4A 5A POWDERPERSON $41.22 4A 5A ELECTRONIC TECHNICIANS ELECTRONIC TECHNICIANS JOURNEY LEVEL $31.00 1 ELEVATOR CONSTRUCTORS �Ir MECHANIC $64.81 4A 6Q MECHANIC IN CHARGE $70.60 4A 6Q FABRICATED PRECAST CONCRETE PRODUCTS ALL CLASSIFICATIONS $13.60 2K 5B FENCE ERECTORS FENCE ERECTOR $18.71 1 FENCE LABORER $12.77 1 FLAGGERS JOURNEY LEVEL $33.93 1H 5D GLAZIERS JOURNEY LEVEL $48.61 1Y 5G HEAT & FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $48,28 1S 5J HEATING EQUIPMENT MECHANICS wrir MECHANIC $59.32 1E 6L HOD CARRIERS & MASON TENDERS JOURNEY LEVEL $41.28 1H 5D IIIIIIIIIIE-71 alp Page 2 ow KING COUNTY EFFECTIVE 09-02-2009 ar (See Benefit Code Key) Over PREVAILING Time Holiday Note +rr Classification WAGE Code Code Code INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC $15.65 1 rrr INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL $9.24 1 INLAND BOATMEN CAPTAIN $48.39 1K 5B COOK $45.36 1K 56 DECKHAND $45.36 1K 5B ENGINEER/DECKHAND $46.25 1K 5B rw MATE, LAUNCH OPERATOR $47.35 1K 5B INSPECTION/CLEANING/SEALING OF SEWER & WATER SYSTEMS BY REMOTE CONTROL CLEANER OPERATOR, FOAMER OPERATOR $31.49 1 Aw GROUT TRUCK OPERATOR $11.48 1 HEAD OPERATOR $24.91 1 TECHNICIAN $19.33 1 TV TRUCK OPERATOR $20.45 1 INSULATION APPLICATORS JOURNEY LEVEL $48,47 1M 5D IRONWORKERS rrr JOURNEY LEVEL $54,27 10 5A LABORERS ASPHALT RAKER $41.28 1 H 5D BALLAST REGULATOR MACHINE $40.03 1H 5D r BATCH WEIGHMAN $33.93 1H 5D BRUSH CUTTER $40.03 1 H 5D BRUSH HOG FEEDER $40.03 1 H 5D ow BURNERS $40.03 1 H 5D CARPENTER TENDER $40.03 1H 5D CASSION WORKER $41.28 1H 5D CEMENT DUMPER/PAVING $40.77 1H 5D am CEMENT FINISHER TENDER $40.03 1H 5D CHANGE -HOUSE MAN OR DRY SHACKMAN $40.03 1H 5D CHIPPING GUN (OVER 30 LBS) $40.77 1H 5D CHIPPING GUN (UNDER 30 LBS) $40.03 1H 5D to CHOKER SETTER $40.03 1H 5D CHUCKTENDER $40.03 1H 5D CLEAN-UP LABORER $40.03 1 H 5D ow CONCRETE DUMPER/CHUTE OPERATOR $40.77 1H 5D CONCRETE FORM STRIPPER $40.03 1H 5D CONCRETE SAW OPERATOR $40.77 1 H 5D CRUSHER FEEDER $33.93 1H 5D rr CURING LABORER $40.03 1H 5D DEMOLITION, WRECKING & MOVING (INCLUDING CHARRED MATERIALS) $40.03 1H 5D DITCH DIGGER $40.03 1H 5D qw DIVER $41.28 1H 5D DRILL OPERATOR (HYDRAULIC, DIAMOND) $40.77 1H 5D DRILL OPERATOR, AIRTRAC $41.28 1 H 5D DUMPMAN $40.03 1 H 5D Ow EPDXY TECHNICIAN $40.03 1 H SD EROSION CONTROL WORKER $40.03 1 H 5D FALLER/BUCKER, CHAIN SAW $40.77 1 H 5D Page 3 ■0 w KING COUNTY EFFECTIVE 09-02-2009 ow (See Benefit Code Key) Ove r PREVAILING Time Holiday Note to Classification WAGE Code Code Code FINAL DETAIL CLEANUP (i.e., dusting, vacuuming, window cleaning; NOT $30.84 1 H 5D construction debris cleanup) Ar FINE GRADERS $40.03 1H 5D FIRE WATCH $33.93 1 H 5D FORM SETTER $40.03 1H 5D GABION BASKET BUILDER $40.03 1H 5D to GENERAL LABORER $40.03 1H 5D GRADE CHECKER & TRANSIT PERSON $41.28 1 H 5D GRINDERS $40.03 1H 5D GROUT MACHINE TENDER $40.03 1 H 5D GUARDRAIL ERECTOR $40.03 1H 5D HAZARDOUS WASTE WORKER LEVEL A $41.28 1 H 5D HAZARDOUS WASTE WORKER LEVEL B $40.77 1 H 5D awl HAZARDOUS WASTE WORKER LEVEL C $40.03 1 H 5D HIGH SCALER $41.28 1H 5D HOD CARRIER/MORTARMAN $41,28 1H 5D JACKHAMMER $40.77 1H 5D 'W LASER BEAM OPERATOR $40.77 1H 5D MANHOLE BUILDER-MUDMAN $40.77 1H 5D MATERIAL YARDMAN $40.03 1H 5D N, MINER $41.28 1H 5D NOZZLEMAN, CONCRETE PUMP, GREEN CUTTER WHEN USING HIGH $40.77 1 H 5D PRESSURE AIR & WATER ON CONCRETE & ROCK, SANDBLAST, GUNITE, SHOTCRETE, WATER BLASTER PAVEMENT BREAKER $40,77 1H 5D PILOT CAR $33.93 1H 5D PIPE POT TENDER $40,77 1H 5D PIPE RELINER (NOT INSERT TYPE) $40.77 1 H 5D aw PIPELAYER & CAULKER $40,77 1H 5D PIPELAYER & CAULKER (LEAD) $41.28 1 H 5D PIPEWRAPPER $40,77 1 H 5D POT TENDER $40.03 1H 5D +r POWDERMAN $41,28 1H 5D POWDERMAN HELPER $40.03 1H 5D POWERJACKS $40.77 1H 5D ws RAILROAD SPIKE PULLER (POWER) $40.77 1H 5D RE-TIMBERMAN $41.28 IH 5D RIPRAP MAN $40.03 1H 5D RODDER $40.77 1 H 5D war SCAFFOLD ERECTOR $40.03 1H 5D SCALE PERSON $40.03 1H 5D SIGNALMAN $40.03 1H 5D so SLOPER (OVER 20") $40,77 1H 5D SLOPER SPRAYMAN $40.03 1H 5D SPREADER (CLARY POWER OR SIMILAR TYPES) $40.77 1 H 5D SPREADER(CONCRETE) $40.77 1H 5D " STAKE HOPPER $40.03 1H 5D STOCKPILER $40.03 1H 5D TAMPER & SIMILAR ELECTRIC, AIR & GAS $40.77 1H 5D aw TAMPER (MULTIPLE & SELF PROPELLED) $40.77 1H 5D TOOLROOM MAN (AT JOB SITE) $40.03 1H 5D TOPPER-TAILER $40.03 1H 5D TRACK LABORER $40.03 1H 5D 1W Page 4 so 01111111771 Page 5 KING COUNTY EFFECTIVE 09-02-2009 r (See Benefit Code Key) Over PREVAILING Time Holiday Note +wr Classification WAGE Code Code Code TRACK LINER (POWER) $40.77 1 H 5D TRUCK SPOTTER $40.03 1H 5D 4w TUGGER OPERATOR $40.77 1 H 5D VIBRATING SCREED (AIR, GAS, OR ELECTRIC) $40.03 1 H 5D VIBRATOR $40.77 IH SD VINYL SEAMER $40.03 1H 5D we WELDER $40.03 1H 5D WELL -POINT LABORER $40.77 1 H 5D LABORERS - UNDERGROUND SEWER & WATER GENERAL LABORER $40.03 1H 5D PIPE LAYER $40.77 1H SD LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $13.56 1 LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $28.17 1 LANDSCAPING OR PLANTING LABORERS $1787 1 LATHERS JOURNEY LEVEL $46.42 1M 5D vis MARBLE SETTERS JOURNEY LEVEL $46.35 1M 5A METAL FABRICATION (IN SHOP) JOURNEY LEVEL $28.91 1 MODULAR BUILDINGS CABINET ASSEMBLY $11.56 1 ELECTRICIAN ELECTRICIAN $11.56 1 44W MAINTENANCE $11.56 1 PLUMBER $11.56 t PRODUCTION WORKER $9.40 1 fm TOOL MAINTENANCE $11.56 1 UTILITY PERSON $11.56 1 WELDER $11.56 1 PAINTERS "w JOURNEY LEVEL $34.87 2B 6Z PLASTERERS JOURNEY LEVEL $46.63 113 56 ow PLAYGROUND & PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $8.55 1 PLUMBERS & PIPEFITTERS JOURNEY LEVEL $64.84 1G 5A ° POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $47.12 1T 5D 8P BACKHOE, EXCAVATOR SHOVEL, OVER 50 METRIC TONS TO 90 METRIC $50.94 1T 5D 8P TONS BACKHOE, EXCAVATOR SHOVEL, OVER 90 METRIC TONS $51.51 1T 5D 8P BACKHOE, EXCAVATOR, SHOVEL, OVER 30 METRIC TONS TO 50 $50.39 IT 5D 8P METRIC TONS BACKHOE, EXCAVATOR, SHOVEL, TRACTORS UNDER 15 METRIC TONS $49.48 1T 5D 8P ws BACKHOE, EXCAVATOR, SHOVEL, TRACTORS: 15 TO 30 METRIC TONS $49.90 1 T 5D 8P BACKHOES, (75 HP & UNDER) $49.48 1T 5D 8P BARRIER MACHINE (ZIPPER) $49.90 1T 5D 8P arr BATCH PLANT OPERATOR, CONCRETE $49.90 1T SD 8P BELT LOADERS (ELEVATING TYPE) $49.48 IT 5D 8P BOBCAT (SKID STEER) $47.12 IT 5D 8P 01111111771 Page 5 0 rrr +wr so KING COUNTY EFFECTIVE 09-02-2009 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code BROKK-REMOTE DEMOLITION EQUIPMENT $47.12 1T 5D 8P BROOMS $47.12 1 T 5D 8P BUMP CUTTER $49.90 1T 5D 8P CABLEWAYS $50.39 1T 5D 8P CHIPPER $49.90 1 T SD 8P COMPRESSORS $47.12 1T 5D 8P CONCRETE FINISH MACHINE - LASER SCREED $47.12 1 T 5D 8P CONCRETE PUMPS $49.48 1T 5D 8P CONCRETE PUMP -TRUCK MOUNT WITH BOOM ATTACHMENT $49.90 1T 5D 8P CONVEYORS $49.48 1T 5D 8P CRANE, FRICTION 100 TONS THROUGH 199 TONS $51.51 1T 5D 8P CRANE, FRICTION OVER 200 TONS $52.07 1T 5D 8P CRANES, THRU 19 TONS, WITH ATTACHMENTS $49.48 1T 5D 8P CRANES, 20 - 44 TONS, WITH ATTACHMENTS $49.90 1T 5D 8P CRANES, 45 TONS - 99 TONS, UNDER 150 FT OF BOOM (INCLUDING JIB $50.39 1T 5D 8P WITH ATACHMENTS) CRANES, 100 TONS - 199 TONS, OR 150 FT OF BOOM (INCLUDING JIB $50.94 1T 5D 8P WITH ATTACHMENTS) CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUDING JIB $51.51 1T 5D 8P WITH ATTACHMENTS) CRANES, A -FRAME, 10 TON AND UNDER $47.12 1T 5D 8P CRANES, A -FRAME, OVER 10 TON $49.48 1T 5D 8P CRANES, OVER 300 TONS, OR 300' OF BOOM INCLUDING JIB WITH $52.07 1T 5D 8P ATTACHMENTS CRANES, OVERHEAD, BRIDGE TYPE (20 - 44 TONS) $49.90 1T 5D 8P CRANES, OVERHEAD, BRIDGE TYPE (45 - 99 TONS) $50.39 1T 5D 8P CRANES, OVERHEAD, BRIDGE TYPE (100 TONS & OVER) $50.94 1T 5D 8P CRANES, TOWER CRANE UP TO 175' IN HEIGHT, BASE TO BOOM $50.94 1T 5D 8P CRANES, TOWER CRANE OVER 175' IN HEIGHT, BASE TO BOOM $51.51 1T 5D 8P CRUSHERS $49.90 1T SD 8P DECK ENGINEER/DECK WINCHES (POWER) $49.90 1T 5D 8P DERRICK, BUILDING $50.39 1T 5D 8P DOZERS, D-9 & UNDER $49.48 1T 5D 8P DRILL OILERS - AUGER TYPE, TRUCK OR CRANE MOUNT $49.48 1T 5D 8P DRILLING MACHINE $49.90 1T 5D 8P ELEVATOR AND MANLIFT, PERMANENT AND SHAFT -TYPE $47.12 1T 5D 8P EQUIPMENT SERVICE ENGINEER (OILER) $49.48 1T 5D 8P FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $49.90 1T 5D 8P FORK LIFTS, (3000 LBS AND OVER) $49,48 1T 5D 8P FORK LIFTS, (UNDER 3000 LBS) $47.12 1T 5D 8P GRADE ENGINEER $49.48 1T 5D 8P GRADECHECKER AND STAKEMAN $47.12 1T 5D 8P GUARDRAIL PUNCH $49.90 1T 5D 8P HOISTS, OUTSIDE (ELEVATORS AND MANLIFTS), AIR TUGGERS $49.48 1T 5D 8P HORIZONTAUDIRECTIONAL DRILL LOCATOR $49.48 1T 5D 8P HORIZONTAUDIRECTIONAL DRILL OPERATOR $49.90 1T 5D 8P HYDRALIFTS/BOOM TRUCKS (10 TON & UNDER) $47.12 1T 5D 8P HYDRALIFTS/BOOM TRUCKS (OVER 10 TON) $49.48 1T 5D 8P LOADERS, OVERHEAD (6 YD UP TO 8 YD) $50.39 1T 5D 8P LOADERS, OVERHEAD (8 YD & OVER) $50.94 1T 5D 8P LOADERS, OVERHEAD (UNDER 6 YD), PLANT FEED $49.90 1T 5D 8P LOCOMOTIVES, ALL $49.90 1T 5D 8P MECHANICS, ALL $50.94 1T 5D 8P Page 6 KING COUNTY EFFECTIVE 09-02-2009 wr (See Benefit Code Key) Over PREVAILING Time Holiday Note wt Classification WAGE Code Code Code MIXERS, ASPHALT PLANT $49.90 1T 5D 8P MOTOR PATROL GRADER (FINISHING) $50.39 1T 5D 8P MOTOR PATROL GRADER (NON -FINISHING) $49.48 1T 5D 8P MUCKING MACHINE, MOLE, TUNNEL DRILL AND/OR SHIELD $50.39 1T 5D 8P OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING $47.12 1T 5D 8P OPERATOR err PAVEMENT BREAKER $47.12 1T 5D 8P PILEDRIVER (OTHER THAN CRANE MOUNT) $49.90 1T 5D 8P PLANT OILER (ASPHALT, CRUSHER) $49.48 1T 5D 8P POSTHOLE DIGGER, MECHANICAL $47.12 1T 5D 8P POWER PLANT $47.12 1T 5D 8P PUMPS, WATER $47.12 1T 5D 8P QUAD 9, D-10, AND HD -41 $50.39 IT 5D 8P dw QUICK TOWER -NO CAB, UNDER 100 FEET IN HEIGHT BASED TO BOOM $47.12 1T 5D 8P REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $50.39 1T 5D 8P EQUIP RIGGERAND BELLMAN $47.12 1T 5D 8P ws ROLLAGON $50.39 IT SD 8P ROLLER, OTHER THAN PLANT ROAD MIX $47.12 1T 5D 8P ROLLERS, PLANTMIX OR MULTILIFT MATERIALS $49.48 1T 5D 8P ROTO -MILL, ROTO -GRINDER $49.90 1T 5D 8P No SAWS, CONCRETE $49.48 1T 5D 8P SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING $50.39 1T 5D 8P OFF-ROAD EQUIPMENT (45 YD AND OVER) SCRAPERS, CONCRETE AND CARRY ALL $49.48 1T 5D 8P V SCREED MAN $50.39 1T 5D 8P SHOTCRETE GUNITE $47.12 1T 5D 8P SLIPFORM PAVERS $50.39 1T 5D 8P tw SPREADER, TOPSIDER & SCREEDMAN $50.39 1T 5D 813 SUBGRADE TRIMMER $49.90 1T 5D 8P TOWER BUCKET ELEVATORS $49.48 1T 5D 8P TRACTORS, (75 HP & UNDER) $49.48 1T 5D 8P aw TRACTORS, (OVER 75 HP) $49,90 1T 5D 8P TRANSFER MATERIAL SERVICE MACHINE $49.90 1T 5D 8P TRANSPORTERS, ALL TRACKOR TRUCK TYPE $50.39 1T 5D 8P No TRENCHING MACHINES $49.48 1T 5D 8P TRUCK CRANE OILER/DRIVER ( UNDER 100 TON) $49.48 1T 5D 8P TRUCK CRANE OILER/DRIVER (100 TON & OVER) $49.90 1T 5D 8P TRUCK MOUNT PORTABLE CONVEYER $49.90 1T 5D 8P aw WHEEL TRACTORS, FARMALL TYPE $47.12 1T 5D 8P YO YO PAY DOZER $49.90 IT 5D 8P POWER EQUIPMENT OPERATORS- UNDERGROUND SEWER & WATER (SEE POWER EQUIPMENT OPERATORS) $0.00 dr POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $39.33 4A 5A SPRAY PERSON $37.24 4A 5A qw TREE EQUIPMENT OPERATOR $37.85 4A 5A TREE TRIMMER $35.21 4A 5A TREE TRIMMER GROUNDPERSON $26.58 4A 5A REFRIGERATION & AIR CONDITIONING MECHANICS arr MECHANIC $38.54 1 RESIDENTIAL BRICK MASON JOURNEY LEVEL $46.35 1M 5A as Page 7 aw KING COUNTY EFFECTIVE 09-02-2009 (See Benefit Code Key) Over PREVAILING Time Holiday Note r• Classification WAGE Code Code Code RESIDENTIAL CARPENTERS JOURNEY LEVEL $23.47 1 erl� RESIDENTIAL CEMENT MASONS JOURNEY LEVEL $22.64 1 RESIDENTIAL DRYWALL TAPERS JOURNEY LEVEL $24.69 1 RESIDENTIAL ELECTRICIANS JOURNEY LEVEL $28.24 1 RESIDENTIAL GLAZIERS JOURNEY LEVEL $33.29 1H 5G wry RESIDENTIAL INSULATION APPLICATORS JOURNEY LEVEL $17.60 1 RESIDENTIAL LABORERS ow JOURNEY LEVEL $18.12 1 RESIDENTIAL MARBLE SETTERS JOURNEY LEVEL $46.35 1M 5A RESIDENTIAL PAINTERS JOURNEY LEVEL $21.58 1 RESIDENTIAL PLUMBERS & PIPEFITTERS JOURNEY LEVEL $34.89 1 rr RESIDENTIAL REFRIGERATION & AIR CONDITIONING MECHANICS JOURNEY LEVEL $60.56 1G 5A RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) $35.25 1 R 6L Aw RESIDENTIAL SOFT FLOOR LAYERS JOURNEY LEVEL $26.40 1 RESIDENTIAL SPRINKLER FITTERS (FIRE PROTECTION) rr JOURNEY LEVEL $32.56 2R 5C RESIDENTIAL TERRAZZO WORKERS JOURNEY LEVEL $45.26 1M 5A RESIDENTIAL TERRAZZO/TILE FINISHERS 4w JOURNEY LEVEL $21.46 1 RESIDENTIAL TILE SETTERS JOURNEY LEVEL $25.17 1 ROOFERS sn JOURNEY LEVEL $40.05 1R 5A USING IRRITABLE BITUMINOUS MATERIALS $43.05 1R 5A SHEET METAL WORKERS or JOURNEY LEVEL (FIELD OR SHOP) $59.32 1 E 6L SHIPBUILDING & SHIP REPAIR BOILERMAKER $32.56 1H 6W CARPENTER $33.66 113 6X ELECTRICIAN $33.34 1B 6X HEAT & FROST INSULATOR $48.28 1S 51 LABORER $32.17 1B 6X MACHINIST $33.29 113 6X OPERATOR $35.61 1B 6X PAINTER $33.21 1B 6X PIPEFITTER $33.23 1B 6X Or RIGGER1 $33.24 B 6X SANDBLASTER $33.24 1B 6X SHEET METAL $33.24 1B 6X rr Page 8 rrr dw KING COUNTY EFFECTIVE 09-02-2009 300 (See Benefit Code Key) Over PREVAILING Time Holiday Note dw Classification WAGE Code Code Code SHIPFITTER $33.24 1 B 6X TRUCKER $33.06 1 B 6X s110 WAREHOUSE $33.11 16 6X WELDER/BURNER $33.24 1B 6X SIGN MAKERS & INSTALLERS (ELECTRICAL) SIGN INSTALLER $22.92 1 m. SIGN MAKER $21.36 1 SIGN MAKERS & INSTALLERS (NON -ELECTRICAL) SIGN INSTALLER $27.28 1 SIGN MAKER $33.25 1 Aw SOFT FLOOR LAYERS JOURNEY LEVEL $36.75 1 SOLAR CONTROLS FOR WINDOWS ;r, JOURNEY LEVEL $12.44 1 5S SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL $59.74 1X 5C STAGE RIGGING MECHANICS (NON STRUCTURAL) +w JOURNEY LEVEL $13.23 1 STONE MASONS STONE MASON $46.35 1M 5A STREET AND PARKING LOT SWEEPER WORKERS JOURNEY LEVEL $19.09 1 SURVEYORS CHAIN PERSON $9.35 1 wr INSTRUMENT PERSON $11.40 1 PARTY CHIEF $13.40 1 TELECOMMUNICATION TECHNICIANS TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $22.76 1 am TELEPHONE LINE CONSTRUCTION - OUTSIDE CABLE SPLICER $32.27 2B 5A HOLE DIGGER/GROUND PERSON $18.10 2B 5A ar INSTALLER (REPAIRER) $30.94 2B 5A JOURNEY LEVEL TELEPHONE LINEPERSON $30.02 2B 5A SPECIAL APPARATUS INSTALLER 1 $32.23 2B 5A SPECIAL APPARATUS INSTALLER 11 $31.62 2B 5A TELEPHONE EQUIPMENT OPERATOR (HEAVY) $32.27 26 5A TELEPHONE EQUIPMENT OPERATOR (LIGHT) $30.02 2B 5A TELEVISION GROUND PERSON $17.18 213 5A Aw TELEVISION LINEPERSON/INSTALLER $22.73 2B SA TELEVISION SYSTEM TECHNICIAN $27.09 2B 5A TELEVISION TECHNICIAN $24.35 2B 5A TREE TRIMMER $29.97 2B 5A Aw TERRAZZO WORKERS JOURNEY LEVEL $45.26 1M 5A TILE SETTERS Moir JOURNEY LEVEL $21.65 1 TILE, MARBLE & TERRAZZO FINISHERS FINISHER $39.09 16 5A TRAFFIC CONTROL STRIPERS or JOURNEY LEVEL $38.90 1K 5A TRUCK DRIVERS ASPHALT MIX (TO 16 YARDS) $45.63 1T 5D 8L Page 9 �J mom O to Page 10 KING COUNTY EFFECTIVE 09-02-2009 ar (See Benefit Code Key) Over PREVAILING Time Holiday Note r Classification WAGE Code Code Code ASPHALT MIX (OVER 16 YARDS) $46.47 1 T 5D 8L DUMP TRUCK $45.63 1T 5D 8L am DUMP TRUCK & TRAILER $46.47 1 T 5D 8L OTHER TRUCKS $46.47 1T 5D 8L TRANSIT MIXER $23.45 1 WELL DRILLERS & IRRIGATION PUMP INSTALLERS at, IRRIGATION PUMP INSTALLER $17.71 1 OILER $12.97 1 WELL DRILLER $18.00 1 mom O to Page 10 BENEFIT CODE KEY - EFFECTIVE 09-02-2009 r OVERTIME CODES OVERTIME CALCULATIONS ARE BASED ON THE HOURLY RATE ACTUALLY PAID TO THE WORKER. ON PUBLIC WORKS PROJECTS, TIIE HOURLY RATE MUST BE NOT LESS THAN THE PREVAILING RATE OF WAGE MINUS THE HOURLY RATE OF THE COST OF FRINGE BENEFITS ACTUALLY PROVIDED FOR THE WORKER. aw 1. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND ONE-HALF r TIMES THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. C. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. D. THE FIRST TWO (2) HOURS BEFORE OR AFTER A FIVE - EIGHT (8) HOUR WORKWEEK DAY OR A FOUR - TEN (10) HOUR WORKWEEK DAY AND THE FIRST EIGHT (8) HOURS WORKED THE NEXT DAY AFTER EITHER WORKWEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL ADDITIONAL HOURS WORKED ow AND ALL WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. E. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER HOURS WORKED MONDAY THROUGH SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS +fir SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. F. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURDAY" SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER y OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. G. THE FIRST TEN (10) HOURS WORKED ON SATURDAYS AND THE FIRST TEN (10) HOURS WORKED ON A FIFTH CALENDAR WEEKDAY N A FOUR - TEN HOUR SCHEDULE, SHALL BE PAID AT ONE AND ONE-HALF TIMES THE "w HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. H. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS OR EQUIPMENT BREAKDOWN) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. +r► J. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED OVER TEN (10) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND HOLIDAYS SHALL BE PAID AT wr DOUBLE THE HOURLY RATE OF WAGE. K. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. dw 1.. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAY'S SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. M. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER dw CONDITIONS) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID .AT DOUBLE THE HOURLY RATE OF WAGE. N. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE No HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL, BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. O. THE FIRST TEN (10) HOURS WORKED ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS, HOLIDAYS AND AFTER TWELVE (12) HOURS, MONDAY yr THROUGH FRIDAY, AND AFTER TEN (10) HOURS ON SATURDAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. P. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF CIRCUMSTANCES WARRANT) AND SUNDAYS vo SHALL BE PAID ATONE AND ONE-HALF TIDIES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ■r BENEFIT CODE KEY - EFFECTIVE 09-02-2009 _2_ 1. Q. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND UP TO TEN (10) 4w HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT CHRISTMAS DAY) SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON CHRISTMAS DAY SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ow R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. S. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT r (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. T. WORK PERFORMED IN EXCESS OF EIGHT (8) HOURS OF STRAIGHT TIME PER DAY, OR TEN (10) HOURS OF STRAIGHT TIME PER DAY WHEN FOUR TEN (10) HOUR SHIFTS ARE ESTABLISHED, OR FORTY (40) HOURS OF STRAIGHT TIME PER WEEK, MONDAY THROUGH FRIDAY, OR OUTSIDE THE NORMAL SHIFT, AND ALL WORK ON SATURDAYS SHALL BE PAID AT TIME AND ONE-HALF THE STRAIGHT TIME RATE. HOURS WORKED OVER TWELVE HOURS (12) IN A SINGLE SHIFT AND ALL WORK PERFORMED AFTER 6:00 PM SATURDAY TO 6:00 AM MONDAY AND HOLIDAYS SHALL BE PAID AT DOUBLE THE STRAIGHT TIME RATE OF PAY. THE EMPLOYER SHALL HAVE THE SOLE DISCRETION TO ASSIGN OVERTIME WORK TO EMPLOYEES. PRIMARY CONSIDERATION FOR OVERTIME WORK SHALL BE GIVEN TO EMPLOYEES REGULARLY ASSIGNED TO THE WORK TO BE PERFORMED ON OVERTIME SITUATIONS. AFTER AN EMPLOYEE HAS WORKED EIGHT (8) HOURS AT AN APPLICABLE OVERTIME RATE, ALL ADDITIONAL HOURS SHALL BE AT THE APPLICABLE OVERTIME RATE UNTIL SUCH TIME AS THE EMPLOYEE HAS HAD A BREAK OF EIGHT (8) HOURS OR MORE.. 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 �n THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLYRATEOF WAGE. V. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT THANKSGIVING DAY AND CHRISTMAS DAY) ar SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON THANKSGIVING DAY AND CHRISTMAS DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. WHEN A FOUR (4) DAY, TEN (10) HOUR WORKWEEK IS ESTABLISHED. aw W. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS (EXCEPT MAKE-UP DAYS DUE TO CONDITIONS BEYOND THE CONTROL OF THE EMPLOYER)) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. .ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. X. THE FIRST FOUR (4) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST 4W TWELVE (12) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED OVER TWELVE (12) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. WHEN HOLIDAY FALLS ON SATURDAY OR SUNDAY, THE DAY BEFORE SATURDAY, FRIDAY, AND THE DAY AFTER SUNDAY, MONDAY, SHALL BE CONSIDERED THE wo HOLIDAY AND ALL WORK PERFORMED SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. Y. ALL HOURS WORKED OUTSIDE THE HOURS OF 5:00 AM AND 5:00 PM (OR SUCH OTHER HOURS AS MAY BE AGREED UPON BY ANY EMPLOYER AND THE EMPLOYEE) AND ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER ar DAY (10 HOURS PER DAY FOR A 4 X 10 WORKWEEK) AND ON SATURDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. (EXCEPT FOR EMPLOYEES WHO ARE ABSENT FROM WORK WITHOUT PRIOR APROVAL ON A SCHEDULED WORKDAY DURING THE WORKWEEK SHALL BE PAID AT THE STRAIGHT -TIME RATE UNTIL THEY HAVE WORKED 8 HOURS IN A DAY (10 IN A 4 X 10 WORKWEEK) OR 40 HOURS DURING THAT WORKWEEK.) ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS AND LABOR DAY SHALL BE PAID AT DOUBLE THE HOLrRLY RATE OF WAGE. Z ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID THE STRAIGHT TIME RATE OF PAY IN ADDITION TO HOLIDAY PAY. 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 m 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. vp 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 TIN -IES THE HOURLY RATE OF WAGE. In aw BENEFIT CODE KEY - EFFECTIVE 09-02-2009 -3- 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. rr E. ALL HOURS WORKED ON SATURDAYS OR HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS OR ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. F. THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT THE STRAIGHT HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. G. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE INCLUDING HOLIDAY PAY. H. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. I. ALL HOURS WORKED ON SATURDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE- HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. J. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE, INCLUDING THE HOLIDAY PAY. ALL HOURS WORKED ON UNPAID HOLIDAYS SHALL BE PAID AT TWO TIMES THE a, 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. L. ALL HOURS WORKED ON SATURDAYS (OR ON THE REGULAR DAY OFF DURING A WORKWEEK OTHER THAN MONDAY- THROUGH FRIDAY) AND HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE, EXCEPT LABOR DAY WHICH SHALL BE PAID AT DOUBLE THE HOURLY RATE. ALL HOURS WORKED Aw MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. M. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. O. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. aw P. THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT 8) HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. we Q. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS AND ALL HOURS WORKED OVER SIXTY (60) IN ONE WEEK r SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. S. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE, EXCEPT THE DAY AFTER THANKSGIVING, THE DAY AFTER CHRISTMAS AND A FLOATING HOLIDAY, WHICH SHALL BE PAID AT THE STRAIGHT TIME RATE IF WORKED, IN ADDITION TO HOLIDAY PAY. T. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF PAY, AND THIS +rr RATE SHALL INCLUDE HOLIDAY- PAY. U. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED OVER 12 HOURS IN A DAY, OR ON SUNDAYS AND HOLIDAYS SHALL, BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. V. ALL HOURS WORKED ON SATURDAYS .AND ON MAKE-UP DAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE ow HOURLY RATE OF WAGE. ALL FLOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. 0 No BENEFIT CODE KEY - EFFECTIVE 09-02-2009 -4- W. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) tw HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER HOURS WORKED MONDAY THROUGH SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ON A FOUR-DAY, TEN-HOUR WEEKLY SCHEDULE, EITHER MONDAY THRU THURSDAY OR TUESDAY THRU FRIDAY SCHEDULE, ALL HOURS WORKED AFTER TEN SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. THE FIRST EIGHT (8) HOURS WORKED ON THE FIFTH DAY SHALL BE PAID AT so ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER HOURS WORKED ON THE FIFTH, SIXTH, AND SEVENTH DAYS AND ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. 0 0 4A. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. HOLIDAY CODES A. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). B. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (8). 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 r FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). =j E. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, PRESIDENTIAL ELECTION DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). F. HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (11). G. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7). H. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, AND CHRISTMAS (6). I. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6). J. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, AND CHRISTMAS DAY (7). K. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (9). 4w L. HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). M. HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS AND CHRISTMAS DAY (9). N. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY" AFTER THANKSGIVING DAY, AND CHRISTMAS DAY" (9). P. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (9). IF A HOLIDAY FALLS ON SUNDAY, THE FOLLOWING MONDAY SHALL BE CONSIDERED AS A HOLIDAY. Q. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIV NG DAY, AND CHRISTMAS DAY (6). 0 '"" BENEFIT CODE KEY - EFFECTIVE 09-02-2009 -5- R. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, ONE-HALF DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY. (71/2). S. PAID HOLIDAYS: NEW YEAR'S DAY. PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY" (7). T. PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND THE DAY BEFORE OR AFTER CHRISTMAS (9). ow U. PAID HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (8). V. PAID HOLIDAYS: SIX (6) PAID HOLIDAYS. air W. PAID HOLIDAYS: NINE (9) PAID HOLIDAYS. X. HOLIDAYS: AFTER 520 HOURS - NEW YEAR'S DAY, THANKSGIVING DAY AND CHRISTMAS DAY. AFTER 2080 HOURS - NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, CHRISTMAS DAY AND A FLOATING HOLIDAY (8). Y. HOLIDAY'S: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, PRESIDENTIAL ELECTION DAY, THANKSGIVING DAY, THE FRIDAY FOLLOWING THANKSGIVING DAY, AND CHRISTMAS DAY (8). Z. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). 6. A. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). B. PAID HOLIDAYS: NEW YEAR'S EVE DAY, NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS EVE'S DAY, AND CHRISTMAS DAY (9). C. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (9). D. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY; MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY" BEFORE OR THE DAY AFTER CHRISTMAS DAY (9). "m E. 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, AND A HALF-DAY ON CHRISTMAS EVE DAY. (9 1/2). F. PAID HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (11). G. PAID HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, r INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND CHRISTMAS EVE DAY (11). H. PAID HOLIDAYS: NEW YEAR'S DAY, NEW YEAR'S EVE DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY AFTER CHRISTMAS, AND A FLOATING HOLIDAY (10). I. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). J. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORI.AL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY- AFTER CHRISTMAS, AND A ow FLOATING HOLIDAY (9). L. HOLIDAYS: NEW YEAR'S DAY, MEMORI.AL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY .AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY. (8) Q. PAID HOLIDAYS: NEW YEAR'S DAY. MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY (8). UNPAID HOLIDAY- PRESIDENTS' DAY. r BENEFIT CODE KEY - EFFEC:TIVE 09-02-2009 -6- 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, AND ONE DAY OF THE EMPLOYEE'S CHOICE (9). W. PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, DAY BEFORE OR AFTER CHRISTMAS DAY (10). 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). Y. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND A FLOATING HOLIDAY (9). Z. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). IF A HOLIDAY FALLS ON SATURDAY, THE PRECEDING FRIDAY SHALL BE CONSIDERED AS THE HOLIDAY. IF A HOLIDAY FALLS ON SUNDAY, THE low FOLLOWING MONDAY SHALL BE CONSIDERED AS THE HOLIDAY. NOTE CODES 8. A. 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'- $2.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100' TO 150'- $3.00 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 150' TO 220'- $4.00 PER FOOT FOR EACH FOOT OVER 150 FEET OVER 220'- $5.00 PER FOOT FOR EACH FOOT OVER 220 FEET C. IN ADDITION TO THE HOURLY WAGE, AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE: ,awl, OVER 50' TO 100'- $1.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100' TO 150'- $1.50 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 150' TO 200'- $2.00 PER FOOT FOR EACH FOOT OVER 150 FEET OVER 200'- DIVERS MAY NAME THEIR OWN PRICE aw D. WORKERS WORKING WITH SUPPLIED AIR ON HAZMAT PROJECTS RECEIVE AN ADDITIONAL $1.00 PER HOUR. L. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A: $0.75, LEVEL B: $0.50, AND LEVEL C: $0.25. M. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS: LEVELS A & B: $1.00, LEVELS C & D: $0.50. N. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A: $1.00, LEVEL B: $0.75, LEVEL C: $0.50, AND LEVEL D: $0.25 P. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - CLASS A SUIT: $2.00, Ow CLASS B SUIT: $1.50, CLASS C SUIT: $1.00, AND CLASS D SUIT $0.50. 1= aw E7l aw Department of Labor and Industries Prevailing Wage (360)902-5335 rr� www.lni.wa.gov/TradesLicensing/PrevWage ���, STA TE.G STATEMENT OF INTENT TO 04 b PAY PREVAILING WAGES Public Works Contract $40.00 Filing Fee Required Intent ID # (Assigned by L&I) • This form must be typed or printed in ink. Project Name Contract Number • 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) iim • Once approved, your form will be posted online at the website above. APPROVED > OR1V1 WII L' BE, MAILED O THIS ADDRESS ; , i; Awarding Agency Address Contractor, company or agency name, address, city, state & ZIP+4 D S rir vas, sir Urty, State ZIP+4 Awarding Agency Project Contact Person Phone Number Company Name Address Citv Contractor Registration Number Industrial Insurance Account Number State ZIP+4 UBI Number Indicate total dollar amount of your contract (including Sales Tax) or time and materials, if applicable. I hereby certify that the information, including any addendums, 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. Title Signature so F700-029-000 statement of intent to pay prevailing wages 05-08 1111111 DO I'OT SEPARATE FORAMS PRIOR TO APPROVAL BY L&I (White & canary copies must be submitted -canary will be retained by L&I after approval.) County where work will be performed City where work will be performed Bid due date (mm/dd/yy) Date contract awarded (mm/dd/yy) Prime Contractor (has contract with the public agency) Prime's Phone Number Will all work be subcontracted? Do you intend to use subcontractors? Prime's Contractor Registration Number Prime's UBI Number ❑Yes ❑ No ❑ Yes ❑ No _ Responding "Yes" to either of the questions above will then require you to list the subcontractor, their UBI #, and Contractor Registration # (if they are required to have one) on Addendum B of the Affidavit of Wa es Paid form. Number of Owner/Operators that own at least 30%of the company who will perform work on the project: Expected job start date (mm/dd/yy) Do you intend to use apprentice employees? Will employees perform work on this project? 0 Yes 0 No If "Yes", please list worker's craft/trade/occupation below. (If you choose "No" and this changes later, you ❑ Yes ❑ No certify that you will submit a new form listing workers.) Craft/trade/occupation. (Do NOT list apprentices.) When using employees in more than one craft, each craft transition must be accurately recorded on the time sheet. Estimated number of workers Rate of hourly pay Rate of hourly fringe benefits SAMPLE ONLY Company Name Address Citv Contractor Registration Number Industrial Insurance Account Number State ZIP+4 UBI Number Indicate total dollar amount of your contract (including Sales Tax) or time and materials, if applicable. I hereby certify that the information, including any addendums, 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. Title Signature so F700-029-000 statement of intent to pay prevailing wages 05-08 1111111 DO I'OT SEPARATE FORAMS PRIOR TO APPROVAL BY L&I (White & canary copies must be submitted -canary will be retained by L&I after approval.) g INSTRUCTIONS TO COMPLETE THE STATEMENT OF INTENT OT PAY PREVAILING WAGES Starting in the upper right hand corner of the form: im *Required Fields *Project Name: This is the name given to the prune contractor by the awarding agency. *Contract #: This is the number of the contract assigned by the awarding agency to the prime contractor. *Contract Awarding Agency: This is the name of the public agency that awarded the contract. Address, City, State, ZIP +4: This is the address of the contract awarding agency. Awarding Agency Project Contact Person & Phone #: This is the contact at the awarding agency for this project. ■r *Approved form will be mailed to this address: You need to find out where the form should be mailed from the Prime Contractor or the Awarding agency. *County where work will be performed: This is the county in which the actual work was performed. City where work will be performed: This is the city in which the work was perfonned. If the work was performed outside the limits of any city, write "N/A" in this space *Bid Due Date: This the date that the prime contractor turned in their bid to the awarding agency. (month/day/year) *Date Contract Awarded — This is the date the contract was awarded to the prime contractor by the awarding agency. (month/day/year) to, *Prime Contractor, Contractor Registration #, UBI#, and Phone #: These are all the prime's information and need to be listed on the form. Please note: this may not be the contractor who hired you — this is the general contractor who has the contract with the awarding agency. *Number of Owner/Operators that Performed Work on the Project that Own 30% or More of the Company: Only list them if they performed work — if there were none then put zero. *Will Employees Perform Work on this Project: Need to circle yes or no. If yes then you need to list the trades and occupations otherwise, if no, then you do not have to put anything. *Will all Work be Subcontracted: If all work was performed by subcontractors, check the appropriate box. *Do you intend to use subcontractors: If part of the work was performed by subcontractors, check the appropriate box. *Expected Job Start Date: This is the date that you begin work on the project. *Do you intend to use apprentices: Please note that apprentices are considered employees. * Craft/trade occupation —List each craft/trade/occupation of workers employed on this project. If this is residential, landscape, or underground sewer and water construction, please state so on the form. If operating engineers and/or truck drivers were used, describe the type, and list the size or rated capacity of the equipment. If you indicated owners/partners in the question above and you also indicated no employees then just put N/A in this section. (Individuals who own less than 30% of the company are not considered to be owners/operators, and must be paid prevailing wage.) *Estimated Number of Workers: List the number of journey -level workers employed for each craft/trade/occupation on this project. This cannot be a range (i.e. 1-2 or 2-4, etc.) *Rate of Hourly Pay: Enter the rate of hourly pay for each craft/trade/occupation. Enter the rate of hourly pay as defined by RCW 39.12.010, that you actually provided to the workers. The amount listed for "Rate of Hourly Pay" plus the amount listed for the "Rate of Hourly Fringe Benefits", if any, must equal or exceed the Prevailing Wage rate. *Rate of Hourly Fringe Benefits: Enter the rate of hourly fringe benefits. This is the cost of fringe benefits, as defined by RCW aw 39.12.010, that you actually paid to the workers. The amount listed for "Rate of Hourly Pay" plus the amount listed for "Rate of Hourly Fringe Benefits", if any, must equal or exceed the prevailing rate of wage. *Indicate total dollar amount of your contract or time and materials if applicable: Time and material is allowed on the Statement of Intent of Pay Prevailing Wages but will not be on the Affidavit to Pay Prevailing Wages. rr *Company Name: Indicate your company's name, address, phone number, and the signature of an authorized company representative with date signed. (Contractor registration number begins with the first letters of company name). If there is not enough space to list all required information on one form, use additional Intent forms as needed. Please indicate at the WW top of each form "Page 1 of 2", "Page 2 of 2", etc. No additional fee is required. No other attaclunents will be accepted. Approval of this Intent will be based on the information provided by the contractor/subcontractor. It does not signify M approval of the classifications of labor used by the contractor/subcontractor. L&I will mail the approved white copy of this Intent to the organization provided on the front of this form. Make a copy for your records. Prevailing wage rates are available on the Internet at http://13�wu.l.ni.tiva.Qov/'I ruiesLicensin� IPrevWae 1-1 F700-029-000 intent - back 05-08 4" Please submit both copies (white and canary) and the $40 filing fee to: Management Services Dept. of Labor and Industries PO Box 44835 Olympia, WA 98504-4835 (360) 902-5335 Department of Labor and Industries Prevailing Wage �,�ESTAZE0� AFFIDAVIT OF WAGES PAID (360) 902-5335 Public Works Contract www.Ini.wa.gov/TradesLicensino%PrevWage w �$ $40.00 Filing Fee Required �b� rasa goy Affidavit ID # (Assigned by L&I)b • This form must be typed or printed in ink. Project Name Contract Number +rr • 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) • Once aDoroved_ your fnrrn will he nn ctrl nnlin of the . ,k,;fA mak­_ dw Off -71 dw P,I�I20_E'D{WiIrUB 1ILEl t OTiI ADD SS : * „„ Contractor, company or agency name, address, city, state & ZIP+4 Awarding Agency Address City State ZIP+4 Awarding Agency Project Contact Person Phone Number County where work was performed City where work was performed Bid due date (mm/dd/yy) Date contract awarded (mm/dd/yy) Prime Contractor (has contract with the public agency) Prime's Phone Number Date work completed (mm/dd/yy) Date Intent filed (mm/dd/yy) Intent ID # Prime's Contractor Registration Number Prime's UBI Number Was all work subcontracted? Did you use subcontractors? ❑ Yes ❑ No ❑ Yes ❑ No Responding "Yes" to either of the above questions will require that you fill out Addendum B, List of Next Tier Subcontractors. Number of Owner/Operators that own at least 30% of the company who will perform work on the project: Did Employees Perform Work on this Project? ❑ Yes ❑ No If "Yes", please list worker's craft/trade/occupation below. Job start date (mm/dd/yy) Craft/trade/occupation and apprentices. (For apprentices, give name, registration #, trade, dates of work on project, stage of progression, wage and fringe.) Number of workers Total # of hours worked — ea. trade Rate of hourly pay Rate of hourly fringe benefits SAMPLE -ONLY Company Name Address City State ZIP+4 Contractor Registration Number UBI Number Industrial Insurance Account Number Email address Phone Number For L&I Use Only APPROVED: Department of Labor and Industries By --- J Industrial Statistician F700-007-000 affidavit of wages 05-08 Indicate total dollar amount of your contract $ (including Sales Tax.) I hereby certify that the information, including any addendums, is correct and that all 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. Title Signature DO NOT SEPARATE FORMS PRIOR TO APPROVAL BY L&I (White & canary copies must be submitted -canape will be retained by L&cI after approkal.) For L&Itlse.O�ly ckber: ❑ r $40 ored DO NOT SEPARATE FORMS PRIOR TO APPROVAL BY L&I (White & canary copies must be submitted -canape will be retained by L&cI after approkal.) r INSTRUCTIONS TO COMPLETE THE AFFIDAVIT OF WAGES PAID Starting in the upper right hand corner of the form: air *Required Fields *Project Name: This is the name given to the prime contractor by the awarding agency. *Contract #: This is the number of the contract assigned by the awarding agency to the prime contractor. *Contract Awarding Agency: This is the name of the public agency that awarded the contract. Address, City, State, ZIP +4: This is the address of the contract awarding agency. Awarding Agency Project Contact Person & Phone #: This is the contact at the awarding agency for this project. *Approved form will be mailed to this address: You need to find out where the form should be mailed from the Prime Contractor or the Awarding agency. *County where work was performed: This is the county in which the actual work was performed. City where work was performed: This is the city in which the work was performed. If the work was performed outside the limits of any city, write "N/A" in this space aw *Bid Due Date: This the date that the prime contractor turned in their bid to the awarding agency. (month/day/year) *Date Contract Awarded —This is the date the contract was awarded to the prime contractor by the awarding agency. (month/day/year) *Prime Contractor, Contractor Registration #, UBI#, and Phone #: These are all the prime's information and need to be listed on the form. Please note: this may not be the contractor who hired you — this is the general contractor who has the contract with the awarding agency. nrr *Date Work Completed: This is the date you completed work on the project. You cannot have a date in the future. *Date Intent Filed: This is the date you filed your intent with the Department. An affidavit cannot be approved without the Statement of Intent to Pay Prevailing Wages being filed. *Intent ID #: This can be found at the top of the form and is five numbers long. *Number of Owner/Operators that Performed Work on the Project that Own 30% or More of the Company: Only list them if they performed work — if there were none then put zero. *Did Employees Perform Work on this Project: Need to circle yes or no. If yes then you need to list the trades and occupations otherwise, if no, then you do not have to put anything. *Was all Work Subcontracted?: If all work was performed by subcontractors, check the appropriate box. *Did you use subcontractors?: If part of the work was performed by subcontractors, check the appropriate box. *Job Start Date: This is the date that you begin work on the project. * Craft/trade occupation — List each craft/trade/occupation of workers employed on this project. If this is residential, landscape, or underground sewer and water construction, please state so on the form. If operating engineers and/or truck drivers were used, describe the type, and list the size or rated capacity of the equipment. If you indicated owners/partners in the question above and you also indicated no employees then you do not need to fill in this section. (Individuals who own less than 30% of the company are not considered to be owners/operators, and must be paid prevailing wage.) Use Attachment A for additional occupations that will not fit on this form. *Number of Workers: List the number of journey -level workers employed for each craft/trade/occupation on this project. *Total Number of Hours Worked: List the total number of hours worked for each craft/trade/occupation. *Rate of Hourly Pay: Enter the rate of hourly pay for each craft/trade/occupation. Enter the rate of hourly pay as defined by RCW 39.12.010, that you actually provided to the workers. The amount listed for "Rate of Hourly Pay" plus the amount listed for the "Rate of Hourly Fringe Benefits", if any, must equal or exceed the Prevailing Wage rate. �s *Rate of Hourly Fringe Benefits: Enter the rate of hourly fringe benefits. This is the cost of fringe benefits, as defined by RCW 39.12.010, that you actually paid to the workers. The amount listed for "Rate of Hourly Pay" plus the amount listed for "Rate of Hourly Fringe Benefits", if any, must equal or exceed the prevailing rate of wage. Apprentices: If apprentices were employed on this project, list each by name, registration number, craft, stage of progression, beginning and ending rr dates of work performed on this project, and rate of hourly pay and fringe benefits. Any workers not registered with the Washington State Apprenticeship and Training Council must be paid prevailing journeyman wages. Any apprentice not registered with the Washington State Apprenticeship and Training Council within 60 days of hiring must be paid prevailing journeyman wages for the time preceding the date of registration. To verify apprenticeship registration and status, call (360) 902-5324. rr *Indicate total dollar amount of your contract: Including sales tax (No Time & Material allowed) *Company Name: Indicate your company's name, address, phone number, and the signature of an authorized company representative with date signed. (Contractor registration number begins with the first letters of company name). us If there is not enough space to list all required information on one form, use additional Intent forms as needed. Please indicate at the top of each form "Page 1 of 2", "Page 2 of 2", etc. No additional fee is required. No other attachments will be accepted. Approval of this Affidavit will be based on the information provided by the contractor/subcontractor. It does not signify approval of the classifications of labor used by the contractor/subcontractor. L&I will mail the approved white copy of this Affidavit to the organization provided on the front of this form. Make a copy for your records. r Prevailing wage rates are available on the Internet at http://www.lni.wa.aov/TradesLicensin2/PrevWaae Please submit both copies (white and canary) and the $40 filing fee to: M F700-007-000 affidavit ofwaees - back 05-08 O Management Services Dept. of Labor and Industries PO Box 44835 Olympia, WA 98504-4835 (360) 902-533-5 r CERTIFICATION OF PAYMENT OF PREVAILING WAGES Date: Ref: Pay Estimate No. Project: 2009 Earlington Water and Sanitary Sewer Improvements 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 fled with the Washington State Department of r Labor & Industries. This form will be executed and submitted prior to or with the last pay request. rr Company Name By: Title: .r Cert ification-Of-Payment-Of-PrevaiIinb Wages.doeA an rr aw ■. 1 INTRODUCTION 2 The following Amendments and Special Provisions shall be used in conjunction with the 3 2008 Standard Specifications for Road, Bridge, and Municipal Construction. 4 5 AMENDMENTS TO THE STANDARD SPECIFICATIONS 6 7 The following Amendments to the Standard Specifications are made a part of this contract 8 and supersede any conflicting provisions of the Standard Specifications. For informational 9 purposes, the date following each Amendment title indicates the implementation date of the 10 Amendment or the latest date of revision. 11 12 Each Amendment contains all current revisions to the applicable section of the Standard 13 Specifications and may include references which do not apply to this particular project. 14 15 SECTION 1-03, AWARD AND EXECUTION OF CONTRACT 16 April 7, 2008 17 1-03.1 Consideration of Bids 18 This section is supplemented with the following new sub -section. 19 20 1-03.1(1) Tied Bids 21 After opening Bids, if two or more lowest responsive Bid totals are exactly equal, then 22 the tie-breaker will be determined by drawing as described in this Section. Two or more 23 slips of paper will be marked as follows: one marked 'Winner" and the other(s) marked 24 "unsuccessful". The slips will be folded to make the marking unseen. The slips will be 25 placed inside a box. One authorized representative of each Bidder shall draw a slip 26 from the box. Bidders shall draw in alphabetic order by the name of the firm as 27 registered with the Washington State Department of Licensing. The slips shall be 28 unfolded and the firm with the slip marked 'Winner' will be determined to be the 29 successful Bidder and eligible for Award of the Contract. Only those Bidders that 30 submitted a Bid total that is exactly equal to the lowest responsive Bid are eligible to 31 draw. 32 33 SECTION 1-04, SCOPE OF THE WORK 34 April 7, 2008 35 1-04.4(1) Minor Changes 36 The first sentence in the first paragraph is revised to read: 37 38 Payments or credits for changes amounting to $15,000 or less may be made under the 39 bid item "Minor Change." 40 41 1-04.5 Procedure and Protest by the Contractor 42 In the second paragraph, number 2, the reference to 7 calendar days is revised to 14 43 calendar days. 44 45 The second sentence in the fifth paragraph is revised to read: 46 47 The determination will be provided within 14 -calendar days after receipt of the 48 Contractor's supplemental written statement (including any additional information 2 3 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 requested by the Project Engineer to support a continuing protest) described in item 2 above. IN SECTION 1-05, CONTROL OF WORK April 7, 2008 1-05.1 Authority of the Engineer The fourth paragraph is revised to read: At the Contractor's risk, the Project Engineer may suspend all or part of the Work according to Section 1-08.6. rr 1-05.12 Final Acceptance The second paragraph is revised to read: The Contractor agrees that neither completion nor final acceptance shall relieve the Contractor of the responsibility to indemnify, defend, and protect the Contracting Agency against any claim or loss resulting from the failure of the Contractor (or the subcontractors or lower tier subcontractors) to pay all laborers, mechanics, subcontractors, materialpersons, or any other person who provides labor, supplies, or provisions for carrying out the Work or for any payments required for unemployment compensation under Title 50 RCW or for industrial insurance and medical aid required under Title 51 RCW. SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC April 6, 2009 1-07.2(2) State Sales Tax: Work on State -Owned or Private Land The following new paragraph is inserted in front of the first paragraph: State Department of Revenue Rule 170 and its related rules apply for this section. 1-07.8 High Visibility Apparel This section is revised to read: The Contractor shall require all personnel under their control (including service providers, Subcontractors and lower tier Subcontractors) that are on foot in the work zone and are exposed to vehicle traffic or construction equipment to wear the high visibility apparel described in this Section. The Contractor shall ensure that a competent person as identified in the MUTCD selects the appropriate high -visibility apparel suitable for the job -site conditions. High visibility garments shall always be the outermost garments. High visibility garments shall be in a condition compliant with the ANSI 107-2004 and shall be used in accordance with manufacturer recommendations. This section is supplemented with the following new sub -sections. 4W r 77 0 1 1-07.8(1) Traffic Control Personnel 2 All personnel performing the Work described in Section 1-10 (including traffic control 3 supervisors, flaggers, spotters, and others performing traffic control labor of any kind), 4 shall comply with the following: 5 6 1. During daylight hours with clear visibility, workers shall wear a high -visibility 7 ANSI/ISEA 107-2004 Class 2 or 3 vest or jacket, and hardhat meeting the high 8 visibility headwear requirements of WAC 296-155-305; and 9 10 2. During hours of darkness (1/2 -hour before sunset to 1/2 -hour after sunrise) or 11 other low visibility conditions (snow, fog, etc.), workers shall wear a high - 12 visibility ANSI/ISEA 107-2004 Class 2 or 3 vest or jacket, high visibility lower 13 garment meeting ANSI/ISEA 107-2004 Class E, and hardhats meeting the high 14 visibility headwear requirements of WAC 296-155-305. 15 16 1-07.8(2) Non -Traffic Control Personnel 17 All personnel, except those performing the Work described in Section 1-10, shall wear 18 high visibility apparel meeting the ANSI/ISEA 107-2004 Class 2 or 3 standard. 19 20 1-07.9(1) General 21 The following new paragraph is inserted to follow the sixth paragraph: 22 23 The Contractor shall ensure that any firm (Supplier, Manufacturer, or Fabricator) that 24 falls under the provisions of RCW 39.12 because of the definition "Contractor' in WAC 25 296-127-010, complies with all the requirements of RCW 39.12. 26 27 1-07.15 Temporary Water Pollution/Erosion Control 28 This section is supplemented with the following: 29 30 Stormwater or dewatering water that has come in contact with concrete rubble, concrete 31 pours, or cement treated soils shall be maintained to pH 8.5 or less before it is allowed 32 to enter waters of the state. If pH exceeds 8.5, the Contractor shall immediately 33 discontinue work and initiate treatment according to the plan to lower the pH. Work may 34 resume, with treatment, once the pH of the stormwater is 8.5 or less or it can be 35 demonstrated that the runoff will not reach surface waters. 36 37 High pH process water shall not be discharged to waters of the state. Unless specific 38 measures are identified in the Special Provisions, high pH process water may be 39 infiltrated, dispersed in vegetation or compost, or pumped to a sanitary sewer system. 40 Water being infiltrated or dispersed shall have no chance of discharging directly to 41 waters of the state, including wetlands or conveyances that indirectly lead to waters of 42 the state. High pH process water shall be treated to within a range of 6.5 to 8.5 pH units 43 prior to infiltration to ensure the discharge does not cause a violation of groundwater 44 quality standards. If water is pumped to the sanitary sewer, the Contractor shall provide 45 a copy of permits and requirements for placing the material into a sanitary sewer system 46 prior to beginning the work. Process water may be collected and disposed of by the 47 Contractor off the project site. The Contractor shall provide a copy of the permit for an 48 approved waste site for the disposal of the process water prior to the start of work which 49 generates the process water. 50 51 1-07.15(1) Spill Prevention, Control and Countermeasures Plan 52 This section is revised to read: 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 The Contractor shall prepare a project -specific spill prevention, control, and countermeasures plan (SPCC Plan) that will be used for the duration of the project. The Contractor shall submit the plan to the Project Engineer no later than the date of the preconstruction conference. No on-site construction activities may commence until WSDOT accepts an SPCC Plan for the project. The term "hazardous materials", as used in this Specification, is defined in Chapter 447 of the WSDOT Environmental Procedures Manual (M31-11). Occupational safety and health requirements that may pertain to SPCC Plan implementation are contained in but not limited to WAC 296-824 and WAC 296-843. Implementation Requirements The SPCC Plan shall be updated by the Contractor throughout project construction so that the written plan reflects actual site conditions and practices. The Contractor shall update the SPCC Plan at least annually and maintain a copy of the updated SPCC Plan on the project site. All project employees shall be trained in spill prevention and containment, and shall know where the SPCC Plan and spill response kits are located and have immediate access to them. If hazardous materials are encountered or spilled during construction, the Contractor shall do everything possible to control and contain the material until appropriate measures can be taken. The Contractor shall supply and maintain spill response kits of appropriate size within close proximity to hazardous materials and equipment. The Contractor shall implement the spill prevention measures identified in the SPCC Plan before performing any of the following: 1. Placing materials or equipment in staging or storage areas. 2. Refueling, washing, or maintaining equipment. 3. Stockpiling contaminated materials. SPCC Plan Element Requirements The SPCC Plan shall set forth the following information in the following order: 1. Responsible Personnel Identify the name(s), title(s), and contact information for the personnel responsible for implementing and updating the plan, including all spill responders. 2. Spill Reporting List the names and telephone numbers of the federal, State, and local agencies the Contractor shall notify in the event of a spill. 3. Project and Site Information Describe the following items: r A. The project Work. B. The site location and boundaries. C. The drainage pathways from the site. 00 +r EA OW q 1 2 D. Nearby waterways and sensitive areas and their distances from the 3 site. 4 5 4. Potential Spill Sources 6 Describe each of the following for all potentially hazardous materials brought 7 or generated on-site (including materials used for equipment operation, 8 refueling, maintenance, or cleaning): 9 10 A. Name of material and its intended use. 11 12 B. Estimated maximum amount on-site at any one time. 13 14 C. Location(s) (including any equipment used below the ordinary high 15 water line) where the material will be staged, used, and stored and 16 the distance(s) from nearby waterways and sensitive areas. 17 18 D. Decontamination location and procedure for equipment that comes 19 into contact with the material. 20 21 E. Disposal procedures. 22 23 5. Pre -Existing Contamination 24 Describe any pre-existing contamination and contaminant sources (such as 25 buried pipes or tanks) in the project area that are described in the Contract 26 documents. Identify equipment and work practices that will be used to prevent 27 the release of contamination. 28 29 6. Spill Prevention and Response Training 30 Describe how and when all personnel (including refueling contractors and 31 Subcontractors) will be trained in spill prevention, containment and response in 32 accordance with the Plan. Describe how and when all spill responders will be 33 trained in accordance with WAC 296-824. 34 35 7. Spill Prevention 36 Describe the following items: 37 38 A. Spill response kit contents and location(s). 39 40 B. Security measures for potential spill sources. 41 42 C. Secondary containment practices and structures for hazardous 43 materials. 44 45 D. Methods used to prevent stormwater from contacting hazardous 46 materials. 47 48 E. Site inspection procedures and frequency. 49 50 F. Equipment and structure maintenance practices. 51 1 G. Daily inspection and cleanup procedures that ensure all equipment 2 used below the ordinary high water line is free of all external 3 petroleum based products. 4 5 H. Refueling procedures for equipment that cannot be moved from below 6 the ordinary high water line. 7 8 8. Spill Response rr 9 Outline the response procedures the Contractor will follow for each scenario 10 listed below. Include a description of the actions the Contractor shall take and 11 the specific, on-site, spill response equipment that shall be used to assess the iii 12 spill, secure the area, contain and eliminate the spill source, and clean up and 13 dispose of spilled and contaminated material. 14 15 A. A spill of each type of hazardous material at each location identified in 16 4, above. 17 18 B. Stormwater that has come into contact with hazardous materials. 19 20 C. A release or spill of any pre-existing contamination and contaminant 21 source described in 5, above. 22 23 D. A release or spill of any unknown pre-existing contamination and 24 contaminant sources (such as buried pipes or tanks) encountered 25 during project Work. 26 27 E. A spill occurring during Work with equipment used below the ordinary ■i 28 high water line. 29 30 If the Contractor will use a Subcontractor for spill response, provide contact ai 31 information for the Subcontractor under item 1 (above), identify when the 32 Subcontractor will be used, and describe actions the Contractor shall take 33 while waiting for the Subcontractor to respond. 34 35 9. Project Site Map 36 Provide a map showing the following items: 37 38 A. Site location and boundaries. 39 40 B. Site access roads. 41 42 C. Drainage pathways from the site. 43 44 D. Nearby waterways and sensitive areas. 45 46 E. Hazardous materials, equipment, and decontamination areas 47 identified in 4, above. 48 49 F. Pre-existing contamination or contaminant sources described in 5, 50 above. 51 52 G. Spill prevention and response equipment described in 7 and 8, above. IM to r ED Aw 1 2 10. Spill Report Forms 3 Provide a copy of the spill report form(s) that the Contractor will use in the event of 4 a release or spill. 5 6 Payment 7 Payment will be made in accordance with Section 1-04.1 for the following Bid item when 8 it is included in the Proposal: 9 10 "SPCC Plan", lump sum. 11 12 When the written SPCC is accepted by WSDOT, the Contractor shall receive 50 -percent 13 of the lump sum Contract price for the plan. 14 15 The remaining 50 -percent of the lump sum price will be paid after the materials and 16 equipment called for in the plan are mobilized to the project. 17 18 The lump sum payment for "SPCC Plan" shall be full pay for: 19 20 1. All costs associated with creating the accepted SPCC Plan. 21 22 2. All costs associated with providing and maintaining the on-site spill prevention 23 equipment described in the accepted SPCC Plan. 24 25 3. All costs associated with providing and maintaining the on-site standby spill 26 response equipment and materials described in the accepted SPCC Plan. 27 28 4. All costs associated with implementing the spill prevention measures identified 29 in the accepted SPCC Plan. 30 31 5. All costs associated with updating the SPCC Plan as required by this 32 Specification. 33 34 As to other costs associated with releases or spills, the Contractor may request 35 payment as provided for in the Contract. No payment shall be made if the release or 36 spill was caused by or resulted from the Contractor's operations, negligence, or 37 omissions. 38 39 1-07.16(4) Archaeological and Historical Objects 40 This section is supplemented with the following new sub -section: 41 42 1-07.16(4)A Inadvertent Discovery of Human Skeletal Remains 43 If human skeletal remains are encountered by the Contractor, they shall not be further 44 disturbed. The Contractor shall immediately notify the Engineer of any such finds, and 45 shall cease all work adjacent to the discovery, in an area adequate to provide for the 46 total security and protection of the integrity of the skeletal remains. The Engineer may 47 require the Contractor to suspend Work in the vicinity of the discovery until final 48 determinations and removal of the skeletal remains is completed. 49 50 If the Engineer finds that the suspension of Work in the vicinity of the discovery 51 increases or decreases the cost or time required for performance of any part of the 52 Work under this Contract, the Engineer will make an adjustment in payment or the time 1 required for the performance of the Work in accordance with Sections 1-04.4 and 1- 2 08.8. 3 4 1-07.17(2) Utility Construction, Removal or Relocation by Others 5 The first sentence in the second paragraph is revised to read: 6 7 If the Contract provides notice that utility work (including furnishing, adjusting, 8 relocating, replacing, or constructing utilities) will be performed by others during the 9 prosecution of the Work, the Special Provisions will establish the utility owners 10 anticipated completion. 11 til 12 The first sentence in the third paragraph is revised to read: 13 14 When others delay the Work through late performance of utility work, the Contractor Orli 15 shall adhere to the requirements of Section 1-04.5. 16 17 1-07.23 Public Convenience and Safety 18 This section is revised to read: 19 20 The Contractor shall be responsible for providing adequate safeguards, safety devices, 21 protective equipment, and any other needed actions to protect the life, health, and 22 safety of the public, and to protect property in connection with the performance of the 23 Work covered by the Contract. The Contractor shall perform any measures or actions 24 the Engineer may deem necessary to protect the public and property. The responsibility 25 and expense to provide this protection shall be the Contractor's except that which is to 26 be furnished by the Contracting Agency as specified in other sections of these 27 Specifications. Nothing contained in this Contract is intended to create any third -party 28 beneficiary rights in favor of the public or any individual utilizing the Highway facilities 29 being constructed or improved under this Contract. 30 31 1-07.23(1) Construction Under Traffic 32 The second sentence in the second paragraph is revised to read: 33 34 The Contractor shall maintain existing roads, streets, sidewalks, and paths within the 35 project limits, keeping them open, and in good, clean, safe condition at all times. 36 37 The fifth sentence in the second paragraph is revised to read: 38 39 The Contractor shall also maintain roads, streets, sidewalks, and paths adjacent to the 40 project limits when affected by the Contractor's operations. 41 42 The final paragraph in this section is deleted. 43 44 1-07.23(2) Construction and Maintenance of Detours 45 Number 1. under the first paragraph is revised to read: 46 47 Detours and detour bridges that will accommodate traffic diverted from the Roadway, 48 bridge, sidewalk or path during construction, 49. _q e W r to 1 SECTION 1-08, PROSECUTION AND PROGRESS 2 August 4, 2008 3 1-08.1 Subcontracting 4 Item (2) in the first sentence of the seventh paragraph is revised to read: 5 6 (2) Delivery of these materials to the Work site in vehicles owned or operated by such 7 plants or by recognized independent or commercial hauling companies hired by 8 those commercial plants. 9 10 1-08.3(2)A Type A Progress Schedule 11 This section is revised to read: 12 13 The Contractor shall submit five copies of a Type A Progress Schedule no later than 10 14 days after the date the contract is executed, or some other mutually agreed upon 15 submittal time. The schedule may be a critical path method (CPM) schedule, bar chart, 16 or other standard schedule format. Regardless of which format used, the schedule shall 17 identify the critical path. The Engineer will evaluate the Type A Progress Schedule and 18 approve or return the schedule for corrections within 15 calendar days of receiving the 19 submittal. 20 21 1-08.5 Time for Completion 22 The third sentence in the first paragraph is revised to read: 23 24 A nonworking day is defined as a Saturday, a Sunday, a whole or half day on which the 25 Contract specifically prohibits Work on the critical path of the Contractor's approved 26 progress schedule, or one of these holidays: January 1, the third Monday of January, 27 the third Monday of February, Memorial Day, July 4, Labor Day, November 11, 28 Thanksgiving Day, the day after Thanksgiving, and Christmas Day. 29 30 1-08.6 Suspension of Work 31 The first paragraph is revised to read: 32 33 The Engineer may order suspension of all or any part of the Work if: 34 35 1. Unsuitable weather that prevents satisfactory and timely performance of the 36 Work; or 37 38 2. The Contractor does not comply with the Contract: or 39 40 3. It is in the public interest. 41 42 1-08.7 Maintenance During Suspension 43 The first sentence in the fourth paragraph is revised to read: 44 45 If the Engineer determines that the Contractor has pursued the Work diligently before 46 the suspension, then the Contracting Agency will maintain the temporary Roadway (and 47 bear its cost). 48 49 The fifth paragraph is revised to read: 50 1 The Contractor shall protect and maintain all other Work in areas not used by traffic. All 2 costs associated with protecting and maintaining such Work shall be the responsibility of 3 the Contractor, except those costs associated with implementing the TESC Plan 4 according to Section 8-01. 5 6 The seventh paragraph is revised to read: 7 8 After any suspension, the Contractor shall resume all responsibilities the Contract 9 assigns for the Work. 10 11 SECTION 1-09, MEASUREMENT AND PAYMENT 12 April 7, 2008 13 1-09.9 Payments 14 The first paragraph is supplemented with the following: 15 16 For items Bid as lump sum, the Contractor shall submit a breakdown of their lump sum 17 price in sufficient detail for the Project Engineer to determine the value of the Work 18 performed on a monthly basis. Lump sum breakdowns shall be provided to the Project 19 Engineer no later than the date of the preconstruction meeting. 20 21 The second sentence in the third paragraph is revised to read: 22 23 Unless otherwise provided in the payment clause of the applicable Specifications, partial 24 payment for lump sum Bid items will be a percentage of the price in the Proposal based 25 on the Project Engineer's determination of the amount of Work performed, with 26 consideration given to but not exclusively based on the Contractors lump sum 27 breakdown. 28 29 The third paragraph is supplemented with the following: 30 31 The determination of payments under the contract will be final in accordance with 32 Section 1-05.1. 33 34 1-09.9(1) Retainage 35 In the fourth paragraph, number 1, the reference to $20,000 is revised to read $35,000. + 36 37 SECTION 1-10, TEMPORARY TRAFFIC CONTROL 38 April 6, 2009 39 1-10.1(2) Description 40 The following new paragraph is inserted after the second paragraph: 41 42 Unless otherwise permitted by the Contract or approved by the Project Engineer, the 43 Contractor shall keep all existing pedestrian routes and access points (including 44 sidewalks, paths and crosswalks) open and clear at all times. 45 46 The second and third sentences in the third paragraph are revised to read: 47 48 The Contractor shall erect and maintain all construction signs, warning signs, detour 49 signs, and other traffic control devices necessary to warn and protect the public at all 0 rw ift No 4M ww 40 1 times from injury or damage as a result of the Contractor's operations which may occur 2 on or adjacent to Highways, roads, streets, sidewalks or paths. No Work shall be done 3 on or adjacent to any Traveled Way until all necessary signs and traffic control devices 4 are in place.. 5 6 1-10.2(1) General 7 The second sentence in the third paragraph is revised to read: 8 9 Possession of a current TCS card and flagging card by the primary and alternate TCS is 10 mandatory. 11 12 1-10.2(2) Traffic Control Plans 13 The first sentence in the first paragraph is revised to read: 14 15 The traffic control plan or plans appearing in the Contract documents show a method of 16 handling vehicle, bicycle and pedestrian traffic. 17 18 In the third sentence of the second paragraph, the reference to "MUTCD, Part VI" is revised 19 to "MUTCD, Part 6". 20 21 1-10.3(2)B Rolling Slowdown 22 The first two paragraphs are deleted and replaced with the following: 23 24 Rolling slowdown traffic control operations are not to be used for routine work that can 25 be addressed by standard lane or shoulder closure traffic control. When a short-term 26 roadway closure is needed for an infrequent, non -repetitive work operation such as a 27 sign bridge removal, or utility wire crossing, the Contractor may implement a rolling 28 slowdown on a multi -lane roadway, as part of an approved traffic control plan. 29 30 The Contractor shall submit for approval a traffic control plan detailing the expected 31 delay time, interchange ramp control and rolling slowdown distance. A portable 32 changeable message sign shall be placed ahead of the starting point of the traffic 33 control to warn traffic of the slowdown. The sign shall be placed far enough ahead of the 34 Work to avoid any expected backup of vehicles. 35 36 A rolling slowdown shall use traffic control vehicles with flashing amber lights. At least 37 one traffic control vehicle will be used for every two lanes to be slowed, plus a control 38 vehicle will serve as a following (chase) vehicle for traffic ahead of the blockade. The 39 traffic control vehicles shall enter the roadway and form a moving blockade to reduce 40 traffic speeds and create a clear area ahead of the blockade in which to accomplish the 41 work without a total stoppage of traffic. 42 43 1-10.3(3)A Construction Signs 44 The fifth paragraph is revised to read: 45 46 Where it is necessary to add weight to signs for stability, sand bags or other similar 47 ballast may be used but the height shall not be more than 4 -inches above the Roadway 48 surface, and shall not interfere with the breakaway features of the device. The 49 Contractor shall follow the manufacturer's recommendations for sign ballasting. 50 51 1-10.3(3)D Barricades 52 The second paragraph is revised to read: 1 2 Where it is necessary to add weight to barricades for stability, sand bags or other similar 3 ballast may be used but the height shall not be more than 4 -inches above the Roadway 4 surface and shall not interfere with the breakaway features of the device. The 5 Contractor shall follow the manufacturer's recommendation for sign ballasting. 6 7 1-10.3(3)G Traffic Cones 8 This section including title is revised to read: 9 10 1-10.3(3)G Traffic Cones and Tall Channelizing Devices 11 Where shown on an approved traffic control plan or where ordered by the Engineer, the 12 Contractor shall provide, install and maintain traffic cones or tall channelizing devices. 13 Cones and tall channelizing devices shall be kept in good repair and shall be removed 14 immediately when directed by the Engineer. Where wind or moving traffic frequently 15 displaces cones, an effective method of stabilizing them, such as stacking two together 16 at each location, shall be employed. 17 18 1-10.3(3)K Portable Temporary Traffic Control Signal 19 The first paragraph is revised to read: 20 21 Where shown on an approved traffic control plan, the Contractor shall provide, operate, 22 maintain and remove a portable temporary traffic control signal system to provide 23 alternating one -lane traffic operations on a two-way facility. A portable temporary traffic 24 control signal system shall be defined as two traffic control units that operate together. 25 The system shall be trailer mounted, fully self-contained and designed so that it can be 26 easily transported and deployed at different locations. 27 28 The third sentence in the second paragraph is deleted. 29 30 The following is inserted in front of the sixth paragraph: 31 32 The Traffic Control Supervisor shall monitor and insure that the Portable Temporary 33 Traffic Control Signal is fully operational and maintained as specified by the 34 manufacturer. This Work may include cleaning and replacing lamps and other routine 35 maintenance as needed. 36 37 1-10.4(2) Item Bids with Lump Sum for Incidentals 38 The unit of measurement statement for "Portable Temporary Traffic Control Signal" is revised 39 to read: 40 41 No specific unit of measurement will apply to the lump sum item of "Portable Temporary 42 Traffic Control Signal". 43 44 1-10.5(1) Lump Sum Bid for Project (No Unit Items) 45 This section is revised to read: 46 47 "Project Temporary Traffic Control", lump sum. 48 49 The lump sum Contract payment shall be full compensation for all costs incurred by the 50 Contractor in performing the Contract Work defined in Section 1-10, except for costs 51 compensated by Bid Proposal items inserted through Contract Provisions as described 52 in Section 1-10.4(3). e .. so to to No .r 1 2 1-10.5(2) Item Bids with Lump Sum for Incidentals 3 The unit of measure for the bid item "Portable Temporary Traffic Control Signal," is revised to 4 lump sum. 5 6 The paragraph following "Portable Temporary Traffic Control Signal," is revised to read: 7 8 The lump sum Contract price shall be full compensation for all costs of labor, materials 9 and equipment incurred by the Contractor in performing the Contract Work as described 10 in Section 1-10.3(3)K, including all costs for traffic control during manual control, 11 adjustment, malfunction, or failure of the portable traffic control signals and during 12 replacement of failed or malfunctioning signals. 13 14 SECTION 2-01, CLEARING, GRUBBING, AND ROADSIDE CLEANUP 15 April 7, 2008 16 2-01.3(1) Clearing 17 Item 3 .is deleted. 18 19 The first sentence in Item 4. is revised to read: 20 21 Follow these requirements for all stumps that will be buried deeper than 5 -feet from the 22 top, side, or end surface of the embankment or any structure: 23 24 2-01.3(2) Grubbing 25 Item 2. e, is revised to read: 26 27 Upon which embankments will be placed except stumps may be close -cut or trimmed as 28 allowed in Section 2-01.3(1) item 4. 29 30 SECTION 2-02, REMOVAL OF STRUCTURES AND OBSTRUCTIONS 31 April 7, 2008 32 2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters 33 The first sentence in 3. is supplemented with the following: 34 35 For removal of bituminous pavement, asphalt planing equipment may be used in lieu of 36 sawcutting provided that a clean vertical edge remains. 37 38 SECTION 2-03, ROADWAY EXCAVATION AND EMBANKMENT 39 January 7, 2008 40 2-03.1 Description 41 The first sentence in the first paragraph is revised to read: 42 43 The Work described in this section, regardless of the nature or type of the materials 44 encountered, includes excavating and grading the Roadway, excavating in borrow pits, 45 excavating below grade, excavating channels and ditches, removing slide material, and 46 disposing of all excavated material. 47 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 2-03.3(3) Excavation Below Grade The section title is revised to read: 2-03.3(3) Excavation Below Subgrade The first sentence in the fifth paragraph is revised to read: Compaction. If the density of the natural earth under any area of the Roadway is less than that required in Section 2-03.3(14)C, Method B, the Engineer may order the Contractor to perform any or all of the following: 2-03.3(14)M Excavation of Channels This section including title is revised to read: e A 2-03.3(14)M Excavation of Channels and Ditches Channel Excavation: Open excavations 8 -feet or more wide at the bottom, but excludes channels that are part of the Roadway. n Ditch Excavation: Open excavations less than 8 -feet wide at the bottom, but excludes ditches that are part of the Roadway. Before excavating channels or ditches, the Contractor shall clear and grub the area in accordance with Section 2-01. 2-03.4 Measurement The first sentence in the first paragraph is revised to read: Roadway excavation, channel excavation, ditch excavation, unsuitable foundation excavation, and common borrow items will be measured by the cubic yard. The fourth sentence in the first paragraph is revised to read: For Roadway excavation, channel excavation and ditch excavation items, the original ground will be compared with the planned finished section shown in the Plans. 2-03.5 Payment The first paragraph is supplemented with the following: "Channel Excavation", per cubic yard. "Channel Excavation Incl. Haul", per cubic yard. "Ditch Excavation", per cubic yard. "Ditch Excavation Incl. Haul", per cubic yard. The first sentence in the second paragraph is revised to read: The unit Contract price per cubic yard for "Roadway Excavation", "Roadway Excavation Incl. Haul", "Roadway Excavation — Area _", "Roadway Excavation Incl. Haul — Area _", "Channel Excavation", "Channel Excavation Incl. Haul", "Ditch Excavation" and "Ditch Excavation Incl. Haul" shall be full compensation for all costs incurred for excavating, loading, placing, or otherwise disposing of the material. The second paragraph is supplemented with the following: A e M WX r—_ 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 When a bid item is not included in the proposal for channel excavation or ditch excavation all costs shall be included in roadway excavation. The third paragraph is revised to read: When the Engineer orders Work according to Section 2-03.3(3), unit Contract prices shall apply, unless the Work differs materially from the excavation above Subgrade, then payment will be in accordance with Section 1-04.4. SECTION 2-10, DITCH EXCAVATION January 7, 2008 This section is deleted in its entirety. The section title is revised to read: 2-10 VACANT SECTION 5-01, CEMENT CONCRETE PAVEMENT REHABILITATION August 4, 2008 5-01.3(2)B Portland Cement Concrete The third sentence in the third paragraph is deleted. 5-01.3(4) Replace Portland Cement Concrete Panel The last paragraph on page 5-5 of the Standard Specifications is revised to read: The Contractor shall place a bond breaking material such as polyethylene film, roofing paper or other material as approved by the Engineer along all existing concrete surfaces and between the bottom of the slab and treated bases prior to placing concrete. 5-01.3(5) Partial Depth Spall Repair The fifth paragraph is revised to read: When a partial depth repair is placed directly against an adjacent longitudinal joint a bond breaking material such as polyethylene film, roofing paper or other material as approved by the Engineer shall be placed between the existing concrete and the area to be patched. SECTION 5-02, BITUMINOUS SURFACE TREATMENT December 1, 2008 5-02.3(3) Application of Asphalt Emulsion and Aggregate The chart following the first paragraph is revised to read: Application Rate Undiluted Asphalt Emulsion Aggregate Aggregates (gal.per sq. yd.) Applied Size (lbs. per sq. yd.) Applied New Construction 7 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 Prime Coat 0.35-0.65 1/2 -U.S. No. 4 or 3/4-'/2 25-45 Tack Coat 0.35-0.60 ''/2 -U.S. No. 4 25-40 Choke Stone N/A U.S. No. 4-0 4-6 Seal Coats %-inch 0.40-0.65 5/ -U.S. No. 4 U.S. No. 4-0 25-45 4-6 '/2 -inch 0.35-0.55 '/2 -U.S. No. 4 20-35 4-6 %-inch - No. 4 0.35-.55 3/- U.S. No. 4 20-30 %-inch - No. 10 0.20-0.40 %- U.S. No. 10 18-30 Choke Stone N/A U.S. No. 4-0 4-6 Pavement Sealing Grade Diluted/Undiluted Application Rate gal/s CSS -1 or CSS -1 h Diluted 0.10-0.18 STE-1 Undiluted 0.05-0.09 The second sentence in the second paragraph is revised to read: The second application of asphalt emulsion (tack coat) shall be applied the next day, or as approved by the Project Engineer. The eleventh paragraph and the chart following the eleventh paragraph are revised to read: Before application to the Roadway, asphalt emulsion shall be heated to the following temperatures or that recommended by the manufacturer. Distributor Temperature Type and Grade of Asphalt Emulsion Min. OF Max. OF New Construction and Seal Coats: CRS -1, CRS -2, CRS -2P 125 195 CMS -2, CMS -2S, CMS -2h 125 185 Fog Seal: CSS -1, CSS -1 h, STE-1 70 140 +s LJ go 0 M do 77 1 The third sentence in the twelfth paragraph is revised to read: 2 3 CSS -1 and CSS -1 h emulsified asphalt shall be diluted at a rate of one part water to one 4 part emulsified asphalt as specified in Section 5-04.3(19) unless otherwise directed by 5 the Project Engineer. 6 7 The twelfth paragraph is supplemented with the following: 8 9 STE-1 shall not be diluted. 10 11 5-02.3(10) Unfavorable Weather 12 Item 4. under the second paragraph is revised to read: 13 14 4. Construction of bituminous surface treatments shall not be carried out before May 1 15 or after August 31 of any year except upon written order of the Project Engineer. 16 17 SECTION 5-04, HOT MIX ASPHALT 18 December 1, 2008 19 5-04.3(9) Spreading and Finishing 20 The nominal compacted depth for HMA Class 3/4" and HMA Class 1/2" listed under the first 21 paragraph is revised to read: 22 23 HMA Class 3/4" and HMA Class 1/2" 24 wearing course 0.30 -feet 25 other courses 0.35 -feet 26 27 5-04.3(12)8 Longitudinal Joints 28 The first two paragraphs are revised to read: 29 30 The longitudinal joint in any 1 course shall be offset from the course immediately below 31 by not more than 6 -inches nor less than 2 -inches. All longitudinal joints constructed in 32 the wearing course shall be located at a lane line or an edge line of the Traveled Way. 33 34 On one -lane ramps a longitudinal joint may be constructed at the center of the traffic 35 lane, subject to approval by the Project Engineer, if: 36 37 1. The ramp must remain open to traffic, or 38 39 2. The ramp is closed to traffic and a hot -lap joint is constructed. 40 41 a. If a hot -lap joint is allowed at the center of the traffic lane, 2 paving 42 machines shall be used; a minimum compacted density in accordance 43 with Section 5-04.3(10)B shall be achieved throughout the traffic lane; and 44 construction equipment other than rollers shall not operate on any 45 uncompacted mix. 46 47 The reference to Standard Plan A-1 in the third paragraph is revised to read "Standard Plan 48 A40.10-00." 49 1 5-04.3(16) Weather Limitations 2 The chart for Surface Temperature Limitation is revised to read: 3 4 5 6 7 8 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 Surface Temperature Limitation Compacted Thickness (Feet) Wearing Course Other Courses Less than 0.10 55°F 45°F 0.10 to 0.20 45°F 35°F More than 0.20 35°F 35°F 5-04.3(21) Asphalt Binder Revision This section is revised to read: When the Contracting Agency provides a source of aggregate, the expected percentage content of asphalt binder in the resulting mix will be identified in the Contract documents. Should the percentage of asphalt binder shown in the job mix formula for Hot Mix Asphalt produced with Agency -provided aggregate vary by more than plus or minus 0.3 - percent from the amount shown in the Contract documents, an adjustment in payment will be made. The adjustment in payment (plus or minus) will be based on the invoice unit cost, including shipping cost, without any markups. The quantity subject to an adjustment shall be the difference between the JMF asphalt binder percentage and the contract document asphalt binder percentage except that the first 0.3% of this difference shall not apply. No adjustment will be made when the Contractor elects not to use a Contracting Agency -provided source, or when no source is made available by the Contracting Agency. SECTION 5-05, CEMENT CONCRETE PAVEMENT April 6, 2009 5-05.3(1) Concrete Mix Design for Paving The first paragraph under 1. Materials is revised to read: Materials. Materials shall conform to Section 5-05.2. Fine aggregate shall conform to Section 9-03.1(2), Class 1. Coarse aggregate shall conform to Section 9-03.1(4) AASHTO grading No. 467. An alternate combined gradation conforming to Section 9-03.1(5) may be proposed, that has a nominal maximum aggregate size equal to or greater than a 1-1/2 -inch square sieve. Under the first paragraph; 3. Mix Design Modifications is revised to read: 3. Conformance to Mix Design. Cement, coarse and fine aggregate weights shall be within the following tolerances of the mix design: Portland Cement Concrete Batch Volumes Cement +5% -1 Coarse + 200 Pounds - 200 Pounds A 4 as so L� r ON 0 a. Aggregate Fine Aggregate I + 200 Pounds - 200 Pounds 1 2 3 If the total cementitious material weight is made up of different components, these 4 component weights shall be within the following tolerances: 5 6 1. Portland cement weight plus 5 -percent or minus 1 -percent of that specified 7 in the mix design. 8 9 2. Fly ash and ground granulated blast furnace slag weight plus or minus 5- 10 percent of that specified in the mix design. 11 12 3. Microsilica weight plus or minus 10 -percent of that specified in the mix 13 design. 14 15 Water shall not exceed the maximum water specified in the mix design. 16 17 The Contractor may initiate minor adjustments to the approved mix proportions 18 within the tolerances noted above without resubmitting the mix design. 19 20 Utilizing admixtures to accelerate the set or to increase workability will be permitted 21 only when approved by the Engineer. Only non -chloride accelerating admixtures 22 that meet the requirements of Section 9-23.6 Admixture for Concrete, shall be 23 used. 24 25 The Contractor shall notify the Engineer in writing of any proposed modification. A 26 new mix design will designate a new lot. 27 28 5-05.3(3)C Finishing Equipment 29 The second sentence in the first paragraph is revised to read: 30 31 On other roads and on WSDOT projects requiring less than 1000 -square yards of 32 cement concrete pavement or requiring individual placement areas of less than 1000- 33 square yards, irregular areas, intersections and at locations inaccessible to slip -form 34 paving equipment, cement concrete pavement may be placed with approved placement 35 and finishing equipment utilizing stationary side forms. 36 37 5-05.3(4)A Acceptance of Portland Cement Concrete Pavement 38 The third sentence in the ninth paragraph is deleted. 39 40 5-05.3(8)A Contraction Joints 41 The fifth paragraph is revised to read: 42 43 When cement concrete pavement is placed adjacent to existing cement concrete 44 pavement, the vertical face of all existing working joints shall be covered with a bond 45 breaking material such as polyethylene film, roofing paper or other material as approved 46 by the Engineer. 47 48 5-05.3(8)B Sealing Sawed Contraction Joints 49 The fifth sentence is revised to read: 1 2 The hot -poured compound and the cold -poured compound shall be applied under 3 sufficient pressure to fill the groove from bottom to top and the cured joint sealant shall 4 be between 1/4 inch and 5/8 inch below the top surface of the concrete. 5 6 SECTION 6-02, CONCRETE STRUCTURES 7 April 6, 2009 8 6-02.2 Materials 9 This section is supplemented with the following: 10 11 Pigmented Sealer Materials for Coating of Concrete Surfaces 9-08.2(1) 12 13 6-02.3(2)A Contractor Mix Design 14 The third sentence in the fourth paragraph is revised to read: 15 16 The nominal maximum size aggregate for Class 4000P shall be 3/8 -inch. 17 18 The fourth sentence in the fourth paragraph is revised to read: 19 20 The nominal maximum size aggregate for Class 4000D shall be 1 -inch. 46 21 22 6-02.3(2)6 Commercial Concrete 23 The second paragraph is revised to read: 24 25 Where concrete Class 3000 is specified for items such as, culvert headwalls, plugging -LL' 26 culverts, concrete pipe collars, pipe anchors, monument cases, light standard 27 foundations, pedestals, cabinet bases,, guardrail anchors, sign post foundations, fence 28 post footings, sidewalks, curbs, and gutters, the Contractor may use commercial 29 concrete. If commercial concrete is used for sidewalks, curbs, and gutters, it shall have 30 a minimum cementitious material content of 564 -pounds per cubic yard of concrete, 31 shall be air entrained, and the tolerances of Section 6-02.3(5)C shall apply. Commercial 32 concrete shall not be used for items such as, bridges, retaining walls, box culverts, or art 33 foundations for high mast luminaires, mast arm traffic signals, cantilever signs, and sign 34 bridges. The Engineer may approve the use of commercial concrete for other 35 applications not listed above. 36 37 6-02.3(6)D Protection Against Vibration 38 The second sentence in the second paragraph is revised to read: 39 40 These requirements for the protection of freshly placed concrete against vibration shall 41 not apply for plant cast concrete, nor shall they apply to the vibrations caused by the 42 traveling public. + 43 44 The third sentence in the second paragraph is deleted. 45 46 Item (2) under the third paragraph is revised to read: 47 48 (2) Equipment Class L (Low Vibration) shall include tracked dozers under 85,000- +► 49 pounds, track vehicles, trucks (unless excluded above), hand operated jack 50 hammers, cranes, auger drill rig, caisson drilling, vibratory roller compactors under 51 30,000 -pounds, and grab -hammers. 1 2 Item (3) under the third paragraph is revised to read: 3 4 (3) Equipment Class H (High Vibration) shall include pile drivers, vibratory hammers, 5 machine operated impact tools, pavement breakers, and other large pieces of 6 equipment. 7 8 6-02.3(10) Roadway Slabs and Bridge Approach Slabs 9 This section's content is deleted. This section's title is revised to read: 10 11 6-02.3(10) Bridge Decks and Bridge Approach Slabs 12 13 This section is supplemented with the following new sub -sections: 14 15 6-02.3(10)A Preconstruction Meeting 16 A pre -concreting conference shall be held 5 to 10 -working days before placing concrete 17 to discuss construction procedures, personnel, and equipment to be used. Those 18 attending shall include: 19 20 1. (representing the Contractor) The superintendent and all foremen in charge of 21 placing the concrete, finishing it; and 22 23 2. (representing the State) The Project Engineer, key inspection assistants, and 24 the State Construction Office. 25 26 If the project includes more than 1 deck or slab, and if the Contractor's key personnel 27 change between concreting operations, or at request of the Engineer, an additional 28 conference shall be held just before each deck or slab is placed. 29 30 The Contractor shall not place bridge decks until the Engineer agrees that: 31 32 1. Concrete producing and placement rates will be high enough to meet placing 33 and finishing deadlines; 34 35 2. Finishers with enough experience have been employed; 36 37 3. Adequate finishing tools and equipment are at the site, and 38 39 4. Curing procedures consistent with the Specification requirements are 40 employed. 41 42 6-02.3(10)B Screed Rail Supports 43 The Contractor shall place screed rails outside the finishing area. When screed rails 44 cannot be placed outside the finishing area as determined by the Engineer, they shall 45 rest on adjustable supports that can be removed with the least possible disturbance to 46 the screeded concrete. The supports shall rest on structural members or on forms rigid 47 enough to resist deflection. Supports shall be removable to at least 2 -inches below the 48 finished surface. For staged constructed bridge decks, the finishing machine screed 49 rails shall not be supported on the completed portion of deck and shall deflect with the 50 portion of structure under construction. 51 CM 1 2 3 4 5 6 8 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 Screed rails (with their supports) shall be strong enough and stiff enough to permit the finishing machine to operate effectively on them. All screed rails shall be placed and secured for the full length of the deck/slab before the concreting begins. If the Engineer approves in advance, the Contractor may move rails ahead onto previously set supports while concreting progresses. But such movable rails and their supports shall not change the set elevation of the screed. On steel truss and girder spans, screed rails and bulkheads may be placed directly on transverse steel floorbeams, with the strike -board moving at right angles to the centerline of the Roadway. 6-02.3(10)C Finishing Equipment The finishing machine shall be self-propelled and be capable of forward and reverse movement under positive control. The finishing machine shall be equipped with a rotating cylindrical single or double drum screed not exceeding 60 -inches ih length. The finishing machine shall have the necessary adjustments to produce the required cross- section, line, and grade. Provisions shall be made for the raising and lowering of all screeds under positive control. The upper vertical limit of screed travel shall permit the screed to clear the finished concrete surface. For bridge deck widening of 20 -feet or less, and for bridge approach slabs, or where jobsite conditions do not allow the use of conventional configuration finishing machines described above, the Contractor may propose the use of a hand operated motorized power screed such as a "Texas" or "Bunyan" screed. This screed shall be capable of finishing the bridge deck and bridge approach slab to the same standards as the finishing machine. The Contractor shall not begin placing bridge deck or bridge approach slab concrete until receiving the Engineer's approval of this screed and the placing procedures. On bridge decks the Contractor may use hand -operated strike -boards only when the Engineer approves for special conditions where self propelled or motorized hand operated screeds cannot be employed. These boards shall be sturdy and able to strike off the full placement width without intermediate supports. Strike -boards, screed rails, and any specially made auxiliary equipment shall receive the Engineer's approval before use. All finishing requirements in these Specifications apply to hand -operated finishing equipment. 6-02.3(10)D Concrete Placement, Finishing, and Texturing Before any concrete is placed, the finishing machine shall be operated over the entire length of the deck/slab to check screed deflection. Concrete placement may begin only if the Engineer approves after this test. Immediately before placing concrete, the Contractor shall check (and adjust if necessary) all falsework and wedges to minimize settlement and deflection from the added mass of the concrete deck/slab. The Contractor shall also install devices, such as telltales, by which the Engineer can readily measure settlement and deflection. The Contractor shall schedule the concrete placement so that it can be completely finished during daylight. After dark finishing is permitted if the Engineer approves and if the Contractor provides adequate lighting. } e e Im 4" As 1 The placement operation shall cover the full width of the Roadway or the full width 2 between construction joints. The Contractor shall locate any construction joint over a 3 beam or web that can support the deck/slab on either side of the joint. The joint shall not 4 occur over a pier unless the Plans permit. Each joint shall be formed vertically and in 5 true alignment. The Contractor shall not release falsework or wedges supporting pours 6 on either side of a joint until each side has aged as these Specifications require. 7 8 Placement of concrete for bridge decks and bridge approach slabs shall comply with 9 Section 6-02.3(6).The Engineer shall approve the placement method. In placing the 10 concrete, the Contractor shall: 11 12 1. Place it (without segregation) against concrete placed earlier, as near as 13 possible to its final position, approximately to grade, and in shallow, closely 14 spaced piles; 15 16 2. Consolidate it around reinforcing steel by using vibrators before strike -off by 17 the finishing machine; 18 19 3. Not use vibrators to move concrete; 20 21 4. Not revibrate any concrete surface areas where workers have stopped prior to 22 screeding; 23 24 5. Remove any concrete splashed onto reinforcing steel in adjacent segments 25 before concreting them; 26 27 6. Tamp and strike off the concrete with a template or strike board moving slowly 28 forward at an even speed; 29 30 7. Maintain a slight excess of concrete in front of the cutting edge across the 31 entire width of the placement operation; 32 33 8. Make enough passes with the strike -board (without overfinishing and bringing 34 excessive amounts of mortar to the surface) to create a surface that is true and 35 ready for final finish; and 36 37 9. Leave a thin, even film of mortar on the concrete surface after the last pass of 38 the strike -board. 39 40 Workers shall complete all post screeding operations without walking on the concrete. 41 This may require work bridges spanning the full width of the slab. 42 43 After removing the screed supports, the Contractor shall fill the voids with concrete (not 44 mortar). 45 46 If necessary, as determined by the Engineer, the Contractor shall float the surface left by 47 the finishing machine to remove roughness, minor irregularities, and seal the surface of 48 the concrete. Floating shall leave a smooth and even surface. Float finishing shall be 49 kept to a minimum number of passes so air bubbles in the concrete are not released. 50 The floats shall be at least 4 -feet long. Each transverse pass of the float shall overlap 51 the previous pass by at least half the length of the float. The first floating shall be at right 2 3 5 angles to the strike -off. The second floating shall be at right angles to the centerline of the span. A smooth riding surface shall be maintained across construction joints. Expansion joints shall be finished with a 1/2 -inch radius edger. 6 After floating, but while the concrete remains plastic, the Contractor shall test the entire 7 deck/slab for flatness (allowing for crown, camber, and vertical curvature). The testing 8 shall be done with a 10 -foot straightedge held on the surface. The straightedge shall be 9 advanced in successive positions parallel to the centerline, moving not more than 1/2 10 the length of the straightedge each time it advances. This procedure shall be repeated 11 with the straightedge held perpendicular to the centerline. An acceptable surface shall 12 be one free from deviations of more than 1/8 -inch under the 10 -foot straightedge. 13 14 If the test reveals depressions, the Contractor shall fill them with freshly mixed concrete, 15 strike off, consolidate, and refinish them. High areas shall be cut down and refinished. 16 Retesting and refinishing shall continue until an acceptable, deviation free surface is 17 produced. The hardened concrete shall meet all smoothness requirements of these 18 Specifications even though the tests require corrective Work. 19 20 The Contractor shall texture the bridge deck and bridge approach slab by combing the 21 final surface perpendicular to the centerline. Made of a single row of metal tines, the 22 comb shall leave striations in the fresh concrete approximately 3/16 -inch deep by 1/8- 23 inch wide and spaced approximately 1/2 -inch apart. The Engineer will decide actual 24 depths at the site. (If the comb has not been approved, the Contractor shall obtain the 25 Engineer's approval by demonstrating it on a test section.) 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 The Contractor may operate the combs manually or mechanically, either singly or with several placed end to end. The timing and method used shall produce the required texture without displacing larger particles of aggregate. Texturing shall end 2 -feet from curb lines. This 2 -foot untextured strip shall be hand finished with a steel trowel. If the Plans call for an overlay (to be constructed under the same Contract), such as hot mix asphalt, latex modified concrete, epoxy concrete, or similar, the Contractor shall produce the final finish by dragging a strip of damp, seamless burlap lengthwise over the full width of the deck/slab or by brooming it lightly. A burlap drag shall equal the deck/slab in width. Approximately 3 -feet of the drag shall contact the surface, with the least possible bow in its leading edge. It shall be kept wet and free of hardened lumps of concrete. When it fails to produce the required finish, the Contractor shall replace it. When not in use, it shall be lifted clear of the slab. After the deck/slab has cured, the surface shall not vary more than 1/8 -inch under a 10 - foot straightedge placed parallel and perpendicular to the centerline. The Contractor shall cut high spots down with a diamond faced, saw -type cutting machine. This machine shall cut through mortar and aggregate without breaking or dislodging the aggregate or causing spalls. Low spots shall be built up utilizing a grout or concrete with a strength equal to or greater than the required 28 -day strength of the deck/slab. The method of build-up shall be submitted to the Engineer for approval. A e 41 6-02.3(14)C Pigmented Sealer for Concrete Surfaces 42 All surfaces specified in the Plans to receive pigmented sealer shall receive a Class 2 43 surface finish, (except that concrete barrier surfaces shall be finished in accordance 44 with Section 6-02.3(11)A) and shall receive a light brush sandblasting in order that 45 complete neutralization of the surface and subsequent penetration of the pigmented 46 sealer is achieved. All curing agents and form release agents shall be removed. The 47 surface shall be dry, clean and prepared in accordance with the manufacturer's written 48 instructions. The Contractor shall submit four copies of the manufacturer's written 49 instructions. 50 51 The Contractor shall not apply pigmented sealer from a batch greater than twelve 52 months past the initial date of color sample approval of that batch by the Engineer. 40 o 1 The surface texture on any area cut down or built up shall match closely that of the 2 surrounding bridge deck or bridge approach slab area. The entire bridge deck and 3 bridge approach slab shall provide a smooth riding surface. 4 • 5 6-02.3(10)E Sidewalk 6 Concrete for sidewalk shall be well compacted, struck off with a strike -board, and 7 floated with a wooden float to achieve a surface that does not vary more than '/8 -inch 8 under a 10 -foot straightedge. An edging tool shall be used to finish all sidewalk edges 9 and expansion joints. The final surface shall have a granular texture that will not turn 10 slick when wet. 11 12 6-02.3(10)F Bridge Approach Slab Orientation and Anchors 13 Bridge approach slabs shall be constructed full bridge deck width from outside usable 40 14 Shoulder to outside usable Shoulder at an elevation to match the Structure. The bridge 15 approach slabs shall be modified as shown in the Plans to accommodate the grate 16 inlets at the bridge ends if the grate inlets are required. 17 to 18 Bridge approach slab anchors shall be installed as detailed in the Plans and the anchor 19 rods, couplers, and nuts shall conform to Section 9-06.5(1). The steel plates shall 20 conform to ASTM A 36. All metal parts shall receive 1 coat of formula A-11-99 paint �+ 21 meeting the requirements of Section 9-08.2. The pipe shall be any non -perforated PE 22 or PVC pipe of the diameter specified in the Plans. Polystyrene shall conform to 23 Section 9-04.6. The anchors shall be installed parallel both to profile grade and center irr 24 line of Roadway. The Contractor shall secure the anchors to ensure that they will not be 25 misaligned during concrete placement. For Method B anchors installations, the epoxy 26 bonding agent used to install the anchors shall be Type IV conforming to Section 9-26.1. 27 The compression seal shall be as noted in the Contract documents. Dowel bars shall 28 be installed in the bridge approach slabs in accordance with the requirements of the 29 Standard Plans and Section 5-05.3(10). 30 31 After curing bridge approach slabs in accordance with Section 6-02.3(11), the bridge 32 approach slabs may be opened to traffic when a minimum compressive strength of 33 2,500 psi is achieved. "' 34 35 6-02.3(12) Construction Joints 36 The third sentence in the second paragraph is deleted. 37 38 6-02.3(14) Finishing Concrete Surfaces 39 The following new sub -section is inserted after Section 6-02.3(14)B: 40 41 6-02.3(14)C Pigmented Sealer for Concrete Surfaces 42 All surfaces specified in the Plans to receive pigmented sealer shall receive a Class 2 43 surface finish, (except that concrete barrier surfaces shall be finished in accordance 44 with Section 6-02.3(11)A) and shall receive a light brush sandblasting in order that 45 complete neutralization of the surface and subsequent penetration of the pigmented 46 sealer is achieved. All curing agents and form release agents shall be removed. The 47 surface shall be dry, clean and prepared in accordance with the manufacturer's written 48 instructions. The Contractor shall submit four copies of the manufacturer's written 49 instructions. 50 51 The Contractor shall not apply pigmented sealer from a batch greater than twelve 52 months past the initial date of color sample approval of that batch by the Engineer. 40 o 2 3 5 6 7 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 The pigmented sealer color or colors for specific concrete surfaces shall be as specified i in the Special Provisions. The pigmented sealer shall be spray applied in accordance with the manufacturer's written instructions for application, air temperature required for sealer application and curing, qualification of applicator, rate of application, and number of coats to apply. Pigmented sealer shall not be applied until the concrete has cured for at least 28 days. Pigmented sealer shall not be applied upon damp surfaces, nor shall it be applied when the air is misty, or otherwise unsatisfactory for the work, in the opinion of the manufacturer or the Engineer. The final appearance shall have an even and uniform color acceptable to the Engineer. For concrete surfaces such as columns, retaining walls, pier walls, abutments, concrete fascia panels, and noise barrier wall panels, the pigmented sealer shall extend to one i foot below the finish ground line, unless otherwise shown in the Plans. 6-02.3(17)N Removal of Falsework and Forms The fifth paragraph, beginning with "The Contractor may remove side forms, traffic barrier form, and pedestrian barrier forms" etc, is deleted. 6-02.3(17)0 Early Concrete Test Cylinder Breaks The third paragraph is revised to read: The cylinders shall be cured in accordance with WSDOT FOP for AASHTO T 23. 6-02.3(20) Grout for Anchor Bolts and Bridge Bearings This section's title is revised to read: 6-02.3(20) Grout for Anchor Bolts and Bridge Bearings 6-02.3(25) Prestressed Concrete Girders In the fourth paragraph, the second sentence in Prestressed Concrete Wide Flange I Girder is revised to read: WSDOT standard girders in this category include Series WF42G, WF50G, WF58G, WF66G, W F74G, W F83G, W F95G and W F100G. In the fourth paragraph, the seventh sentence in Spliced Prestressed Concrete Girder is revised to read: WSDOT standard girders in this category include Series WF66PTG, WF74PTG, WF83PTG, WF95PTG and WF100PTG. 6-02.3(25)B Casting The reference to Section 9-23.7 in the second sentence of the third paragraph is deleted 6-02.3(25)C Prestressing The fifth paragraph is revised to read: e From manufacture to encasement in concrete, prestressing strand shall be protected against dirt, oil, grease, damage, and all corrosives. Strand shall be stored in a dry -14 covered area and shall be kept in the manufacturer's original packaging until placement it MR 0 El M so so as AW 1 in the forms. If prestressing strand has been damaged or pitted, it will be rejected. 2 Prestressing strand with rust shall be spot cleaned with a non-metallic pad to inspect for 3 any sign of pitting or section loss. 4 5 6-02.3(25)) Horizontal Alignment 6 The first paragraph is revised to read: 7 8 The Contractor shall check and record the horizontal alignment of the top and bottom 9 flanges of each girder at the following times: 10 11 1. Initial - upon removal of the girder from the casting bed; 12 13 2. Final - within 2 -weeks, but not less than 3 -days prior to shipment; and 14 15 3. Storage - between 115 to 125 -days after casting, if the girder remains in 16 storage for a period exceeding 120 -days. 17 18 Each check shall be made by measuring the distance between each flange and a chord 19 that extends the full length of the girder. The Contractor shall perform and record each 20 check at a time when the alignment of the girder is not influenced by temporary 21 differences in surface temperature. Records for the Initial check shall be included in the 22 Contractor's Prestressed Concrete Certificate of Compliance. Records for the Final and 23 Storage checks shall be provided to the Engineer for approval. 24 25 The first sentence in the fifth paragraph is deleted. 26 27 6-02.3(25)K Girder Deflection 28 The first paragraph is revised to read: 29 30 The Contractor shall check and record the vertical deflection (camber) of each girder at 31 the following times: 32 33 1. Initial - upon removal of the girder from the casting bed; and 34 35 2. Storage - within 2 -weeks, but not less than 3 -days prior to shipment, if the 36 girder remains in storage for a period exceeding 120 -days. 37 38 The Contractor shall perform and record each check at a time when the alignment of the 39 girder is not influenced by temporary differences in surface temperature. These records 40 shall be available for the Engineer's inspection, and in the case of girders older than 41 120 -days, shall be transmitted to the Engineer as soon as practical for evaluation of the 42 effect of long-term storage on the "D" dimension. Records for the Initial check shall be 43 included in the Contractor's Prestressed Concrete Certificate of Compliance. Records 44 for the Storage check shall be provided to the Engineer for approval. 45 46 6-02.3(25)L Handling and Storage 47 The fifth sentence in the third paragraph is deleted. 48 49 6-02.3(25)N Prestressed Concrete Girder Erection 50 The fourth paragraph is revised to read: 51 1 When prestressed girders arrive on the project, the Project Engineer will confirm that 2 they are stamped "Approved for Shipment", that the final horizontal alignment and 3 deflection (camber) check records have been approved, and that they have not been 4 damaged in shipment, before accepting them. 5 6 6-02.3(26)E Ducts 7 The first six paragraphs under the heading Ducts for Internal Embedded Installation 8 are revised to read: 9 10 Ducts, including their splices, shall be semi-rigid, air and mortar tight, corrugated plastic -° 11 ducts of virgin polyethylene or polypropylene materials, free of water soluble chlorides 12 or other chemicals reactive with concrete or post -tensioning reinforcement. Ducts, 13 including their splices, shall either have a white coating on the outside or shall be of a 14 white material with ultraviolet stabilizers added. Ducts, including their splices, shall be 15 capable of withstanding concrete pressures without deforming or permitting the intrusion 16 of cement paste during placement of concrete. All fasteners shall be appropriate for use 17 with plastic ducts, and all clamps shall be of an approved plastic material. 18 19 Polyethylene ducts shall conform to ASTM D 3350 with a cell classification of 345464A. 20 Polypropylene ducts shall conform to ASTM D 4101 with a cell classification of either 21 PP0340B14541 or PP03401367884. Resins used for duct fabrication shall have a 22 minimum oxidation induction time of 20 minutes, in accordance with ASTM D 3895, 23 based on tests performed by the duct fabricator on samples taken from the lot of 24 finished product. The duct thickness shall be as specified in Section 10.8.3 of the 25 AASHTO LRFD Bridge Construction Specifications, latest edition and current interims. 26 27 Each duct shall maintain the required profile within a placement tolerance of plus or 28 minus 1/4 -inch for longitudinal tendons and plus or minus 1/8 -inch for transverse slab 29 tendons during all phases of the work. The minimum acceptable radius of curvature 30 shall be as recommended by the duct manufacturer and as supported by documented 31 industry standard testing. The ducts shall be completely sealed to keep out all mortar. 32 33 Each duct shall be located to place the tendon at the center of gravity alignment shown 34 in the Plans. To keep friction losses to a minimum, the Contractor shall install ducts to 35 the exact lines and grades shown in the Plans. Once in place, the ducts shall be tied 36 firmly in position before they are covered with concrete. During concrete placement, the 37 Contractor shall not displace or damage the ducts. 38 39 The ends of the ducts shall: 40 41 1. Permit free movement of anchorage devices, and 42 2. Remain covered after installation in the forms to keep out all water or debris. 43 44 Immediately after any concrete placement, the Contractor shall force blasts of oil -free, 45 compressed air through the ducts to break up and remove any mortar inside before it 46 hardens. Before deck concrete is placed, the Contractor shall satisfy the Engineer that 47 ducts are unobstructed and contain nothing that could interfere with tendon installation, 48 tensioning, or grouting. If the tendons are in place, the Contractor shall show that they 49 are free in the duct. 50 51 Ducts shall be capped and sealed at all times until the completion of grouting to prevent 52 the intrusion of water. A wo M 1 2 The last paragraph under the heading Ducts for Internal Embedded Installation is revised 3 to read: 4 5 When the duct must be curved in a tight radius, more flexible duct may be used, subject 6 to the Engineer's approval. 7 8 The first paragraph under the heading Ducts for External Exposed Installation is revised 9 to read: 10 11 Duct shall be high-density polyethylene (HDPE) conforming to ASTM D 3350. The cell 12 classification for each property listed in Table 1 shall be as follows: 13 14 This section is supplemented with the following: 15 16 Vents, Grout Injection Ports, Drains and Caps 17 The Contractor shall install vents at high points and drains at low points of the tendon 18 profile (and at other places if the Plans require). Vents at high points shall consist of a 19 set of three vents - one to be installed at the high point of the duct, and flanking vents to 20 be installed on either side of the high point vent at locations where the duct profile is 8 to 21 12 inches below the elevation of the high point vent. Vents shall include grout injection 22 ports. 23 24 Vents and drains shall have a minimum inside diameter of 3/4 inches, and shall be of 25 either stainless steel, nylon, or polyolefin materials, free of water soluble chlorides or 26 other chemicals reactive with concrete or post -tensioning reinforcement. Stainless steel 27 vents and drains shall conform to ASTM A 240 Type 316. Nylon vents and drains shall 28 conform to cell classification S-PA0141 (weather resistant). Polyolefin vents and drains 29 shall contain an antioxidant with a minimum oxidation induction time of 20 minutes in 30 accordance with ASTM D 3895. Polyolefin vents and drains shall also have a stress 31 crack resistance of three hours minimum when tested at an applied stress of 350 psi in 32 accordance with ASTM F 2136. 33 34 All fasteners shall be appropriate for use with plastic ducts, and all clamps shall be of an 35 approved plastic material. Taping of connections is not allowed. Valves shall be positive 36 mechanical shut-off valves. Valves, and associated caps, shall have a minimum 37 pressure rating of 100 psi. 38 39 Vents shall point upward and remain closed until grouting begins. Drains shall point 40 downward and remain open until grouting begins. Ends of stainless steel vents and 41 drains shall be removed 1 -inch inside the concrete surface after grouting has been 42 completed. Ends of nylon or polyolefin vents and drains may be left flush to the surface 43 unless otherwise specified by the Engineer. Vents, except for grout injection, are not 44 required for transverse post -tensioning ducts in the roadway slab unless specified in the 45 Plans. 46 47 Caps shall be made of either stainless steel or fiber reinforced polymer (FRP). Stainless 48 steel caps shall conform to ASTM A 240 Type 316L. The resin for FRP caps shall be 49 either nylon, polyester, or acrylonitrite butadiene styrene (ABS). Nylon shall conform to 50 cell classification S-PA0141 (weather resistant). Caps shall be sealed with "O" ring seals 51 or precision fitted flat gaskets placed against the bearing plate. Caps shall be fastened 52 to the anchorage with stainless steel bolts conforming to ASTM A 240 Type 316L. 2 Leak Tightness Testing 3 The Contractor shall test each completed duct assembly for leak tightness, prior to 4 casting concrete and placing post -tensioning reinforcement. The Contractor shall submit 5 the equipment used to conduct the leak tightness testing and to monitor and record the 6 pressure maintained in and lost from the closed assembly, and the process to be 7 followed in conducting the leak tightness testing, to the Engineer for approval along with 8 the post -tensioning system shop drawings in accordance with Section 6-02.3(26)A. 9 10 Prior to testing, all vents, grout injection ports, and drains shall either be capped or have 11 their shut-off valves closed. The Contractor shall pressurize the completed duct 12 assembly to an initial air pressure of 50 psi. This pressure shall be held for five minutes 13 to allow for internal adjustments within the assembly. After five minutes, the air supply 14 valve shall be closed. The Contractor shall monitor and measure the pressure 15 maintained within the closed assembly, and any subsequent loss of pressure, over a 16 period of one minute following the closure of the air supply valve. Locations of leakage 17 shall be identified, repaired or reconstructed, and the repaired reassembled duct system 18 retested. The cycle of testing, repair and retesting of each completed duct assembly 19 shall continue until the completed duct assembly completes a test with pressure loss 20 within the specified amount. The maximum pressure loss for duct assemblies equal to 21 or less than 150 feet in length shall be 25 psig. The maximum pressure loss for duct 22 assemblies greater than 150 feet in length shall be 15 psig. 23 24 6-02.3(26)F Prestressing Reinforcement 25 The fourth paragraph is revised to read: 26 27 From manufacture to encasement in concrete or grout, prestressing strand shall be 28 protected against dirt, oil, grease, damage, and all corrosives. Strand shall be stored in 29 a dry covered area and shall be kept in the manufacturer's original packaging. If 30 prestressing strand has been damaged or pitted, it will be rejected. Prestressing strand 31 with rust shall be spot cleaned with a non-metallic pad to inspect for any sign of pitting 32 or section loss. If the prestressing reinforcement will not be stressed and grouted for 33 more that seven calendar days after it is placed in the ducts, the Contractor shall place 34 an approved corrosion inhibitor conforming to Federal Specification MIL -P -3420F-87 in 35 the ducts. 36 37 6-02.3(26)H Grouting 38 The following is inserted in front of the first paragraph of this section: 39 40 Grout for post -tensioning reinforcement shall be a Class C pre-packaged, pumpable, 41 non -segregating, non -shrink, high-strength grout conforming to the requirements 42 specified in Section 10.9.3 of the AASHTO LRFD Bridge Construction Specifications, 43 latest edition and current interims. Pre-packaged components of the grout mix shall be 44 used within six months or less from date of manufacture to date of usage. Grout for 45 post -tensioning reinforcement will be accepted based on manufacturer's certificate of 46 compliance in accordance with Section 1-06.3, except that the water-cementitious 47 material ratio of 0.45 maximum shall be field verified. 48 49 All grout produced for any single structure shall be furnished by one supplier. 50 51 All grouting operations shall be conducted by ASBI certified grout technicians. 52 177 e e sw ift M rJ 1 The Contractor shall submit a grouting operation plan to the Engineer for approval in 2 accordance with Section 6-01.9. The grouting operation plan shall include, but not be 3 limited to, the following: 4 5 1. Names of the grout technicians, accompanied by documentation of their ASBI 6 certification. 7 8 2. Type, quantity and brand of materials used in the grouting operations, 9 including all manufacturer's certificates of compliance. 10 11 3. Type of equipment to be used, including meters and measuring devices used 12 to positively measure the quantity of materials used to mix the post -tensioning 13 grout, the equipment capacity in relation to demand and working conditions, 14 and all back-up equipment and spare parts. 15 16 4. General grouting procedure. 17 18 5. Duct leak tightness testing and repair procedures as specified in Section 6- 19 02.3(26)E. 20 21 6. Methods used to control the rate of grout flow within the ducts. 22 23 7. Theoretical grout volume calculations, and target flow rates recommended by 24 the grout manufacturer as a function of the mixer equipment and the expected 25 range of ambient temperatures. 26 27 8. Grout mixing and pumping procedures. 28 29 9. Direction of grouting. 30 31 10. Sequence of use of the grout injection ports, vents and drains. 32 33 11. Procedures for handling blockages. 34 35 12. Procedures for post -grouting repairs. 36 37 The Contractor shall not begin grouting operations until receiving the Engineer's 38 approval of the grouting operation plan. 39 40 Post -tensioning grout shall be mixed in accordance with the pre-packaged grout 41 manufacturer's recommendations using high -shear colloidal mixers. Mechanical paddle 42 mixers will not be allowed. The grout produced for filling post -tensioning ducts shall be 43 free of lumps and undispersed cement. All equipment used to mix each batch of post - 44 tensioning grout shall be equipped with appropriate meters and measuring devices to 45 positively measure all quantities of all materials used to produce the mixed grout. The 46 field test for water-cementitious materials ratio shall be performed prior to beginning the 47 grout injection process. Grouting shall not begin until the material properties of each 48 batch of grout have been confirmed as acceptable. 49 50 The fourth paragraph is deleted. 51 52 The fifth paragraph is deleted. 1 2 3 4 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 The sixth paragraph is deleted A 6-02.5 Payment The paragraph following bid item "Commercial Concrete" is supplemented with the following: All costs in connection with furnishing and applying pigmented sealer to concrete surfaces as specified shall be included in the unit contract price per cubic yard for "Conc. Class ". If the concrete is to be paid for other than by class of concrete then the costs shall be included in the applicable adjacent item of work. SECTION 6-03, STEEL STRUCTURES April 6, 2009 6-03.3(33) Bolted Connections The second paragraph is revised to read: All bolted connections are slip critical. Painted structures require either Type 1 or Type 3 bolts. Unpainted structures require Type 3 bolts. AASHTO M 253 bolts shall not be galvanized or be used in contact with galvanized metal. 6-03.3(33)A Pre -Erection Testing The first sentence in the first paragraph is revised to read: High strength bolt assemblies (bolt, nut, and washer), black and galvanized, shall be subjected to a field rotational capacity test, as outlined below, prior to any erection activity. 6-03.3(38) Placing Superstructure This section is revised to read: The concrete in piers and crossbeams shall reach at least 80 -percent of design strength before girders are placed on them. 6-03.4 Measurement The second paragraph is revised to read: Cast or forged metal (kind) shown in the Plans will be measured by the pound or will be paid for on a lump sum basis, whichever is shown on the Proposal. SECTION 6-05, PILING December 1, 2008 6-05.3(11)A Tolerances The first sentence is revised to read: For elevated pier caps, the tops of piles at cut-off elevation shall be within 2 -inches of the horizontal locations indicated in the Contract. e 1 SECTION 6-07, PAINTING UK 2 April 6, 2009 0 aw aw 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 6-07.3(1) Painting New Steel Structures The third paragraph is revised to read: The primer coat, the second coat and the third coat shall all be selected from the same manufacturer and shall be from one of the approved paint systems listed in the Qualified Products List. Once a paint system has been selected, that system shall be used throughout the Structure. The ninth paragraph is deleted. 6-07.3(2)G Painting Steel Surfaces The first sentence in the first paragraph is revised to read: The coating system for all steel surfaces shall incorporate 3 single component moisture - cured polyurethane coats from the same manufacturer and shall be from one of the approved paint systems listed in the Qualified Products List. 6-07.3(4) Painting Galvanized Surfaces This section is revised and renumbered as follows: 6-07.3(4)A Painting of Galvanized Surfaces All galvanized surfaces receiving paint shall be prepared for painting in accordance with the ASTM D 6386. The method of preparation shall be as agreed upon by the paint manufacturer and the galvanizer. The Contractor shall not begin painting until receiving the Engineer's approval of the prepared galvanized surface. Environmental Conditions Steel surfaces shall be: • Greater than 35°F and • Less than 115°F or in accordance with the manufacturer's recommendations, whichever is more stringent. The Contractor shall paint the dry surface as follows: Paint Formulas Type First Coat MIL -P-24441 Epoxy polyamide Second Coat C-11-99 Moisture Cured Aliphatic Polyurethane Each coat shall be dry before the next coat is applied. All coats applied in the shop shall be dried hard before shipment. The following new section is inserted before Section 6-07.3(4)A: 3 4 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 6-07.3(4) Painting or Powder Coating of Galvanized Surfaces Galvanized surfaces specified to be coated after galvanizing shall receive either paint in accordance with Section 6-07.3(4)A or powder coating in accordance with Section 6- 07.3(4)6. The color of the finish coat shall be as specified in the Special Provisions. The following new sub -section is inserted after Section 6-07.3(4)A: 6-07.3(4)8 Powder Coating of Galvanized Surfaces Powder coating of galvanized surfaces shall conform to the following requirements: Submittals The Contractor shall submit the following information to the Engineer for approval: The name, location, and contact information (mail address, phone, and e-mail) for the firm performing the powder coating operation. 2. Quality control (QC) programs established and followed by the firm performing the powder coating operation. Forms to document inspection and testing of coatings as part of the QC program shall be included in the submittal. 3. Project specific powder coating plan, including identification of the powder coating materials used (and manufacturer), and specific cleaning, surface preparation, pre -heating, powder coating application, curing, shop and field coating repair, handling, and storage processes to be taken for the assemblies being coated for this project. 4. Product data and MSDS sheets for all powder coating and coating repair materials. Galvanizing Prior to the galvanizing operation, the Contractor shall identify to the galvanizer the specific assemblies and surfaces receiving the powder coating after galvanizing, to ensure that the galvanizing method used on these assemblies is compatible with subsequent application of a powder coating system. Specifically, such assemblies shall neither be water -quenched, nor receive a chromate conversion coating, as part of the galvanizing operation. Galvanized Surface Cleaning and Preparation Galvanized surfaces receiving the powder coating shall be cleaned and prepared for coating in accordance with ASTM D 6386, and the project specific powder coating plan as approved by the Engineer. Assemblies conforming to the ASTM D 6386 definition for newly galvanized steel shall receive surface smoothing and surface cleaning in accordance with ASTM D 6386 Section 5, and surface preparation in accordance with ASTM D 6386 Section 5.4.1. Assemblies conforming to the ASTM D 6386 definition for partially weathered galvanized steel shall be checked and prepared in accordance with ASTM D 6386 Section 6, before then receiving surface smoothing and surface cleaning in N' e A A OW M 0 1 accordance with ASTM D 6386 Section 5, and surface preparation in accordance 2 with ASTM D 6386 Section 5.4.1. 3 4 Assemblies conforming to the ASTM D 6386 definition for weathered galvanized 5 steel shall be prepared in accordance with ASTM D 6386 Section 7, before then 6 receiving surface smoothing and surface cleaning in accordance with ASTM D 7 6386 Section 5 and surface preparation in accordance with ASTM D 6386 Section 8 5.4.1. 9 10 The Contractor shall notify the Engineer of all surface cleaning and preparation 11 activities, and shall provide the Engineer opportunity to perform quality assurance 12 inspection, in accordance with Section 1-05.6, at the completion of surface cleaning 13 and preparation activities prior to beginning powder coating application. 14 15 Powder Coating Application and Curing 16 After surface preparation, the two component powder coating shall be applied in 17 accordance with the powder coating manufacturer's recommendations, the project 18 specific powder coating plan as approved by the Engineer, and as follows: 19 20 1. Pre -heat. The pre -heat shall be sufficient to prevent pin holes from 21 forming in the finished coating system. 22 23 2. Apply the epoxy primer coat, followed by a partial cure. 24 25 3. Apply the polyester finish coat, followed by the finish cure. 26 27 Testing 28 The firm performing the powder coating operation shall conduct, or make 29 arrangements for, QC testing on all assemblies receiving powder coating for this 30 project, in accordance with the powder coating firm's QC program as documented 31 in item 2 of the Submittal subsection above. Testing may be performed on coated 32 surfaces of production fabricated items, or on a representative test panel coated 33 alongside the production fabricated items being coated. There shall be a minimum 34 of one set of tests representing each cycle of production fabricated items coated 35 and cured. Additional tests shall be performed at the request of the Engineer. 36 Repair of damaged coatings on production fabricated items shall be the 37 responsibility of the firm applying the powder coating, and shall be in accordance 38 with the project specific powder coating plan as approved by the Engineer. At a 39 minimum, the QC testing shall test for the following requirements: 40 41 1. Visual inspection for the presence of coating holidays, and other 42 unacceptable surface imperfections. 43 44 2. Coating thickness measurement in accordance with Section 6-07.3(5). 45 The minimum thickness of the epoxy primer coating and polyester finish 46 coating shall be 3 mils each. 47 48 3. Hardness testing in accordance with ASTM D 3363, with the finish coat 49 providing a minimum hardness value of H. 50 51 4. Adhesion testing in accordance with ASTM D 4541 for 400 psi minimum 52 adhesion for the complete two component coating system. 1 2 5. Powder Coating Institute (PCI) #8 recommended procedure for solvent 3 cure test. 4 5 The results of the QC testing shall be documented in a QC report, and submitted to 6 the Engineer for approval. 7 8 The Engineer shall be provided notice and access to all assemblies at the powder 9 coating facility for the purposes of Contracting Agency acceptance inspection, 10 including notice and access to witness all hardness and adhesion testing performed 11 by the firm conducting the QC testing, in accordance with Section 1-05.6. 12 13 Assemblies not meeting the above requirements will be subject to rejection by the 14 Engineer. Rejected assemblies shall be repaired or re -coated by the Contractor, at 46 15 no additional expense to the Contracting Agency, in accordance with the project 16 specific powder coating plan as approved by the Engineer until the assemblies 17 satisfy the acceptance testing requirements. 18 19 Assemblies shall not be shipped from the powder coating firm's facility to the 20 project site until the Contractor receives the Engineer's approval of the QC Report 21 and assembly inspection performed by the Engineer. 22 23 Coating Protection For Shipping, Storage, and Field Erection 24 After curing and acceptance, the Contractor shall protect the coated assemblies 25 with multiple layers of bubble wrap, or other protective wrapping materials specified 26 in the project specific powder coating plan as approved by the Engineer. 27 28 During storage and shipping, each assembly shall be separated from other 29 assemblies by expanded polystyrene spacers and other spacing materials specified 30 in the project specific powder coating plan as approved by the Engineer. 31 32 After erection, all coating damage due to the Contractor's shipping, storage, 33 handling, and erection operations shall be repaired by the Contractor, at no 34 additional expense to the Contracting Agency, in accordance with the project 35 specific powder coating plan as approved by the Engineer. The Contractor shall 36 provide the Engineer access to all locations of all powder coated members for 37 verification of coating conditions prior to and following all coating repairs. 38 39 6-07.3(5) Paint - Film Thickness 40 The second sentence in the first paragraph is deleted and replaced with the following: Will 41 42 The dry film thickness of the primer coat on faying surfaces shall not be less than 2.5 43 mils nor greater than the paint manufacturer's maximum recommended thickness. The it 44 primer coat shall meet the coefficient of friction requirements of Section 6-07.3(1) and 6- 45 07.3(2)E Item 2. Top flange surfaces to be embedded in concrete shall receive a mist v 46 coat. Welded shear connectors, if installed in the shop, shall not receive paint except for i 47 incidental overspray. 48 9 e 1 SECTION 6-09, MODIFIED CONCRETE OVERLAYS 2 April 6, 2009 3 6-09.3(1)B Rotary Milling Machines 4 This section is revised to read: 5 6 Rotary milling machines shall have a maximum operating weight of 50,000 pounds, and 7 conform to the requirements in Section 1-07.7. 8 9 6-09.3(1)C Hydro -Demolition Machines 10 This section is revised to read: 11 12 Hydro -demolition machines shall consist of filtering and pumping units operating in 13 conjunction with a remote-controlled robotic device, using high velocity water jets to 14 remove 1/2 -inch of sound concrete with the simultaneous removal of all deteriorated 15 concrete. Hydro -demolition machines shall also clean any exposed reinforcing steel of 16 all rust and corrosion products. 17 18 6-09.3(1)D Shot Blasting Machines 19 This section is revised to read: 20 21 Shot blasting machines shall consist of a self contained mobile unit, using steel abrasive 22 to remove 1/2 -inch of sound concrete. The shot blasting machine shall vacuum and 23 store all material removed from the scarified concrete surface into a self contained unit. 24 25 6-09.3(5)A General 26 This section is supplemented with the following: 27 28 Dense, sound areas of existing bridge deck repair material shall be sufficiently scarified 29 to provide one inch minimum clearance to the top of the fresh modified concrete overlay. 30 31 6-09.3(5)E Rotomilling 32 The second sentence is revised as follows: 33 34 The operating parameters of the rotary milling machine shall be monitored in order to 35 prevent the unnecessary removal of concrete below the 1/2 -inch maximum removal 36 depth. 37 38 6-09.3(6) Further Deck Preparation 39 The first sentence in the first paragraph is revised to read: 40 41 Once the lane or strip being overlaid has been cleaned of debris from scarifying, the 42 Contractor, with the Engineer, shall perform an inspection of the completed work in 43 accordance with ASTM D 4580 Method B, and the Contractor shall mark those areas of 44 the existing bridge deck that are authorized by the Engineer for further deck preparation 45 by the Contractor. 46 47 6-09.3(6)B Deck Repair Preparation 48 The second sentence in the first paragraph is revised to read: 49 71 71 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 If unsound concrete exists around the top mat of steel reinforcing bars, or if the bond between concrete and top mat of steel is broken, concrete shall be removed to provide a 3/4 -inch minimum clearance around the top mat of steel reinforcing bars. 6-09.3(6)C Placing Deck Repair Concrete The first paragraph is revised to read: Deck repair concrete for modified concrete overlays shall be either modified concrete or concrete Class M as specified below. The third paragraph is deleted. The fourth paragraph is revised to read: Type 1 deck repairs, defined as deck repair areas with a maximum depth of one-half the periphery of the bottom bar of the top layer of steel reinforcement and not to exceed 12 continuous inches along the length of the bar, may be filled during the placement of the concrete overlay. This section is supplemented with the following: Type 2 deck repairs, defined as deck repair areas not conforming to the definition of Type 1 deck repairs, shall be repaired with concrete Class M and wet cured for 42 -hours in accordance with Section 6-09.3(13), prior to placing the concrete overlay. During the curing period, all vehicular and foot traffic shall be prohibited on the repair area. 6-09.3(8)A Quality Assurance for Microsilica Modified and Fly Ash Modified Concrete Overlays The first sentence in the first paragraph is revised to read: The Engineer will perform slump, temperature, and entrained air tests for acceptance in accordance with Section 6-02.3(5)D and as specified in this Section after the Contractor indicates that the concrete is ready for placement. The third paragraph is deleted. 6-09.3(8)B Quality Assurance for Latex Modified Concrete Overlays The following new sentence is inserted as the leading sentence in the second paragraph The Engineer will perform slump, temperature, and entrained air tests for acceptance in accordance with Section 6-02.3(5)D and as specified in this Section. The third paragraph is deleted. 6-09.3(10) Overlay Profile and Screed Rails This sections content is deleted. This section is supplemented with the following new sub -sections: 50 6-09.3(10)A Survey of Existing Bridge Deck Prior To Scarification 51 Prior to beginning the scarifying concrete surface finish work specified under Section 6- 52 09.3(5), the Contractor shall complete a survey of the existing bridge deck(s) specified e e ■r ■. 0 1 to receive modified concrete overlay for use in establishing the existing cross section 2 and grade profile elevations. 3 4 The Contracting Agency will provide the Contractor with primary survey control 5 information consisting of descriptions of two primary control points used for the 6 horizontal and vertical control. Primary control points will be described by reference to 7 the bridge or project specific stationing and elevation datum. The Contracting Agency 8 will also provide horizontal coordinates for the beginning and ending points and for each 9 Point of Intersection (PI) on each centerline alignment included in the project. The 10 Contractor shall provide the Engineer 21 -calendar days notice in advance of scheduled 11 concrete surface scarification work to allow the Contracting Agency time to provide the 12 primary survey control information. 13 14 The Contractor shall verify the primary survey control information furnished by the 15 Contracting Agency, and shall expand the survey control information to include 16 secondary horizontal and vertical control points as needed for the project. The 17 Contractor's survey records shall include descriptions of all survey control points, 18 including coordinates and elevations of all secondary control points. 19 20 The Contractor shall maintain detailed survey records, including a description of the 21 work performed on each shift, the methods utilized to conduct the survey, and the 22 control points used. The record shall be of sufficient detail to allow the survey to be 23 reproduced. A copy of each day's survey record shall be provided to the Engineer 24 within 3 -working days after the end of the shift. The Contractor shall compile the survey 25 information in an electronic file format acceptable to the Contracting Agency (Excel 26 spreadsheet format is preferred). 27 28 Survey information collected shall include station, offset, and elevation for each lane line 29 and curbline. Survey information shall be collected at even 20 -foot station intervals, and 30 also at the centerline of each bridge expansion joint. The Contractor shall ensure a 31 surveying accuracy to within ± 0.01 -feet for vertical control and ± 0.2 -feet for horizontal 32 control. The survey shall extend 100'-0" beyond the bridge back of pavement seat. 33 34 Except for the primary survey control information furnished by the Contracting Agency, 35 the Contractor shall be responsible for all calculations, surveying, and measuring 36 required for setting, maintaining and resetting equipment and materials necessary for 37 the construction of the overlay to the final grade profile. The Contracting Agency may 38 post -check the Contractor's surveying, but these post -checks shall not relieve the 39 Contractor of responsibility for internal survey quality control. 40 41 The Contracting Agency will establish the final grade profile based on the Contractor's 42 survey, and will provide the final grade profile to the Contractor within three working 43 days after receiving the Contractor's survey information. 44 45 The Contractor shall not begin scarifying concrete surface work specified under Section 46 6-09.3(5) until receiving the final grade profile from the Engineer. 47 48 6-09.3(10)B Establishing Finish Overlay Profile 49 The finish grade profile shall be + 1/4 inch/- 1/8 inch from the Engineer's final grade 50 profile. The final grade profile shall be verified prior to the placement of modified 51 concrete overlay with the screed rails in place. The finishing machine shall be passed 52 over the entire surface to be overlaid and the final screed rail adjustments shall be 1 made. If the resultant overlay thickness is not compatible with the finish grade profile 2 generated by the Contractor's screed rail setup, the Contractor shall make profile 3 adjustments as approved by the Engineer. After the finish overlay profile has been 4 verified, changes in the finishing machine elevation controls will not be allowed. The 5 Contractor shall be responsible for setting screed control to obtain the specified finish Id 6 grade overlay profile as well as the finished surface smoothness requirements specified 7 in Section 6-02.3(10). 8 9 Screed rails upon which the finishing machine travels shall be placed outside of the area 10 to be overlaid, in accordance with Item 7 of Section 6-09.3(2) and as approved by the 11 Engineer. Interlocking rail sections or other approved methods of providing rail Vi 12 continuity are required. 13 14 Hold-down devices shot into the concrete are not permitted unless the concrete is to be 15 subsequently overlaid. Hold-down devices of other types leaving holes in the exposed 16 area will be allowed provided the holes are subsequently filled with a sand/cement grout 17 (sand and portland cement in equal proportions by volume). Hold-down devices shall 18 not penetrate the existing deck by more than 3/4 -inch. 46 19 20 Screed rails may be removed at any time after the concrete has taken an initial set. 21 Adequate precautions shall be taken during the removal of the finishing machine and 22 rails to protect the edges of the new surfaces. 23 24 6-09.3(11) Placing Concrete Overlay 25 The first paragraph is revised to read: 26 27 Five to 10 -working days prior to modified concrete overlay placement, a pre -overlay 28 conference shall be held to discuss equipment, construction procedures, personnel, and 29 previous results. Inspection procedures shall also be reviewed to ensure coordination. 30 Those attending shall include: 31 32 1. (representing the Contractor) The superintendent and all foremen in charge of 33 placing and finishing the modified concrete overlay; and 34 35 2. (representing the Contracting Agency) The Project Engineer, and key 36 inspection assistants. 37 38 If the project includes more than one bridge deck, an additional conference shall be held 39 just before placing modified concrete overlay for each subsequent bridge deck. 40 41 The Contractor shall not place modified concrete overlay until the Engineer agrees that: 42 43 1. Modified concrete overlay producing and placement rates will be high enough 44 to meet placing and finishing deadlines, 45 a 46 2. Finishers with enough experience have been employed, and 47 48 3. Adequate finishing tools and equipment are at the site. 49 50 6-09.3(12) Finishing Concrete Overlay 51 The fourth paragraph is revised to read: 52 A wr �r. M rr 1 Construction dams shall be separated from the newly placed concrete by passing a 2 pointing trowel along the inside surfaces of the dams. Care shall be exercised to ensure 3 that this trowel cut is made for the entire depth and length of dams after the concrete 4 has stiffened sufficiently that it does not flow back. 5 6 6-09.5 Payment 7 The paragraph following "Modified Conc. Overlay", per cubic foot, is revised to read: 8 9 The unit contract price per cubic foot for "Modified Conc. Overlay" shall be full pay for 10 furnishing the modified concrete overlay, including the overlay material placed into Type 11 1 deck repairs in accordance with Section 6-09.3(6)C. 12 13 This section is supplemented with the following: 14 15 "Structure Surveying", lump sum. 16 The lump sum contract price for "Structure Surveying" shall be full pay to perform the 17 work as specified, including establishing secondary survey control points, performing 18 survey quality control, and recording, compiling, and submitting the survey records to 19 the Engineer. 20 21 SECTION 6-11, REINFORCED CONCRETE WALLS 22 August 4, 2008 23 6-11.3(3) Precast Concrete Wall Stem Panels 24 The first sentence in the first paragraph is revised to read: 25 26 The Contractor may fabricate precast concrete wall stem panels for construction of 27 Standard Plan Retaining Walls. 28 29 The first sentence in the second paragraph is revised to read: 30 31 The precast concrete wall stem panels shall be designed in accordance with the 32 following codes: 33 34 The first sentence in number 1. in the second paragraph is revised to read: 35 36 1. For all loads except as otherwise noted - AASHTO LRFD Bridge Design 37 Specifications, latest edition and current interims. 38 39 6-11.3(5) Backfill, Weepholes and Gutters 40 The first sentence in the first paragraph is revised to read: 41 42 Unless the Plans specify otherwise, backfill and weepholes shall be placed in 43 accordance with the Standard Plans and Section 6-02.3(22). 44 45 SECTION 6-15, SOIL NAIL WALLS 46 January 7, 2008 47 6-15.3(8)A Verification Testing 48 The last sentence in the sixth paragraph is revised to read: 49 1 2 3 4 5 6 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 The load -hold period shall start as soon as the load is applied and the nail movement with respect to a fixed reference shall be measured and recorded at 1 minute, 2, 3, 4, 5, 6, 10, 20, 30, 40, 50, and 60 minutes. 6-15.3(8)B Proof Testing The fifth sentence in the third paragraph is revised to read: If the load hold is extended, the nail movement shall be recorded at 20, 30, 40, 50, and 60 minutes. SECTION 6-16, SOLDIER PILE AND SOLDIER PILE TIEBACK WALLS April 6, 2009 6-16.3(2) Submittals The first paragraph is revised to read: The Contractor shall submit shop plans as specified in Section 6-03.3(7) for all structural steel, including the steel soldier piles, and shall submit shop plans and working drawings as specified in Section 6-17.3(3) for permanent ground anchors, to the Engineer for approval. 6-16.3(4) Installing Soldier Piles The second sentence in the second paragraph is revised to read: A e Concrete cover over the soldier pile shall be 3 -inches minimum, except that the cover over the soldier pile flange plate reinforcing at permanent ground anchor locations shall be 1-1/2 inches minimum. mi 6-16.3(6) Installing Timber Lagging and Permanent Ground Anchors This section including title is revised to read: 6-16.3(6) Designing and Installing Lagging, and Installing Permanent Ground Anchors Lagging for soldier pile walls shall conform to one of the following two categories: Temporary lagging is defined as lagging that is in service as a structural member for a maximum of 36 months before a permanent load carrying fascia is in place, except for the following exception. Lagging for soldier pile walls in site soils conforming to an excluded soil type as defined under Section 6-16.3(6)A will be classified as permanent lagging conforming to Section 6-16.3(6)C, in which case this requirement will be specified in the Plans along with design details for such lagging. Permanent lagging is defined as all lagging not conforming to the definition of temporary lagging as specified above. This section is supplemented with the following new sub -sections: 6-16.3(6)A Soil Classification For the purposes of designing lagging for soldier pile walls, soils shall be categorized in the following classifications: e rrr 77 1 2 Soil Type 1 3 The following shall be considered Type 1 soils: 4 5 1. Cohesive fine grained soils either CL or CH of medium consistency with 6 yH/S, < 5. 7 8 2. Cohesive fine grained soils either CL or CH that are stiff to very stiff and 9 non -fissured. 10 11 3. Fine grained soils either ML or SM -ML that are above the water table. 12 13 4. Coarse grained soils either GW, GP, GM, GC, SW, SP or SM that are 14 medium dense to dense. 15 16 Soil Type 2 17 The following shall be considered Type 2 soils: 18 19 1. Cohesive fine grained soils either CL or CH that are heavily over 20 consolidated and fissured. 21 22 2. Fine grained ML soils or coarse grained SM -ML soils that are below the 23 water table. 24 25 3. Coarse grained SC soil that is medium dense to dense and is below the 26 water table. 27 28 4. Coarse grained soils either SW, SP or SM that are loose. 29 30 Soil Type 3 31 The following shall be considered Type 3 soils: 32 33 1. Cohesive fine grained soils either CL or CH that are soft with yH/S" > 5. 34 35 2. Fine grained slightly plastic ML soil that is below the water table. 36 37 3. Coarse grained SC soil that is loose and below the water table. 38 39 Exclusions 40 Regardless of whether site soils conform to one of the soil types defined above, site 41 soils under the following conditions are excluded from the Type 1, Type 2, and Type 42 3 soil classifications: 43 44 1. Disturbed soils such as those in landslides or known unstable areas. 45 46 2. Layered soils dipping into the excavation steeper than 4H:1 V. 47 48 Lagging for soldier pile walls located in site soils excluded from the Type 1, Type 2, 49 and Type 3 soil classifications shall be designed in accordance with the latest 50 AASHTO LRFD Bridge Design Specifications with current interim specifications. 51 Use of the table in Section 6-16.3(6)B for timber lagging in these situations will not 52 be allowed. 3 5 6 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 6-16.3(6)B Temporary Lagging The Contractor shall design temporary lagging for all soldier pile walls. The temporary lagging design shall be based on the following: 1. The AASHTO LRFD Bridge Design Specifications, latest edition with current interim specifications, except that timber members used for temporary lagging may be selected based on the table below. 2. The soil type as specified in the Plans or as determined from the geotechnical report prepared for the project. Vi 3. The soil pressure diagram, either as shown in the Plans or as included in the geotechnical report prepared for the project, including the surcharge for temporary construction load when shown in the Plans. The Contractor shall submit the soldier pile wall lagging design working drawings and supporting design calculations to the Engineer for approval in accordance with Section 6-01.9. The submittal shall include, but not be limited to, the following: Description of the material used for the lagging, including identification of applicable material specifications. 2. Installation method and sequence. 3. If the lagging material is to be removed during or after installation of the permanent fascia, a description of how the lagging is removed without disturbing or damaging the fascia, soldier piles, and retained soil, and a description of how, and with what material, the void left by the removal of lagging is to be filled. 4. For all cases, except with timber for temporary lagging, a description with appropriate details of how subsurface drainage is to be accommodated, either in accordance with Section 6-16.3(7) for timber lagging, Section 6-15.3(7) for shotcrete facing, or other means appropriate for the geotechnical site conditions and approved by the Engineer for other lagging materials. Lagging materials and lagging installation methods that cause the build-up of, and prevent the relief of, pore water pressure will not be allowed. Free draining materials are defined as those materials that exhibit a greater permeability than the material being retained. e Temporary lagging may be untreated timber conforming to the Section 9-09.2 requirements specified under Structures for timber lagging, or another material selected by the Contractor. Timber for temporary lagging shall conform to the minimum actual thickness specified in the table below for the soil type, exposed wall height, and lagging clear span as shown in the Plans. Minimum Actual Thickness of Timber Used As Temporary Tye 1 1 2 2 3 ff Lagging 3 3 posed 25 and Over 1 25 and I Over 15 Over Over e No 3 4 5 6 7 8 10 11 12 13 14 15 16 17 18 19 Wall Height (feet) under 1 25 to 60 under 25 to 60 and under 15 to --5 25 Clear Span Of Lagging feet Minimum Actual Thickness of Rough Cut Timber Lagging (inches) (3) 5 2 3 3 3 3 3 4 6 3 3 3 3 3 4 5 7 3 3 3 4 4 5 6 8 3 4 4 4 5 6 9 4 4 4 5 10 4 5 5 5 (1) Soil Type as defined in Section 6-16.3(6)A (2) For exposed wall heights exceeding the limits in the table above, or where minimum rough cut lagging thickness is not provided, the Contractor shall design the lagging in accordance with the latest AASHTO LRFD Bridge Design Specifications with current interim specifications. (3) Table modified from FHWA document "Lateral Support Systems and Underpinning" (Report No. FHWA-RD-75-130) Notwithstanding the requirements of Section 1-06.1, steel materials used by the Contractor as temporary lagging may be used (second hand) provided that the use of such used (second hand) steel materials shall be subject to visual inspection and approval by the Engineer. For used (second hand) steel materials where the grade of steel cannot be positively identified, the design stresses for the steel shall conform to the Section 6-02.3(17)B requirements for salvaged steel, regardless of whether rivets are present or not. 20 6-16.3(6)C Permanent Lagging 21 Permanent lagging, including timber, shall be as shown in the Plans. The use of the 22 table in Section 6-16.3(6)B for the design of timber lagging for permanent lagging will 23 not be allowed. 24 25 6-16.3(6)D Installing Lagging and Permanent Ground Anchors 26 The excavation and removal of CDF and pumpable lean concrete for the lagging 27 installation shall proceed in advance of the lagging, and shall not begin until the CDF 28 and pumpable lean concrete are of sufficient strength that the material remains in place 29 during excavation and lagging installation. If the CDF or pumpable lean concrete 30 separates from the soldier pile, or caves or spalls from around the soldier pile, the 31 Contractor shall discontinue excavation and lagging installation operations until the CDF 32 and pumpable lean concrete is completely set. The bottom of the excavation in front of 33 the wall shall be level. Excavation shall conform to Section 2-03. 34 35 For walls without permanent ground anchors, the bottom of excavation shall not be 36 more than three feet below the bottom level of the lagging already installed, but in no 37 case shall the depth of excavation beneath the bottom level of installed lagging be such 38 to cause instability of the excavated face. For walls with permanent ground anchors, 39 the bottom of excavation shall be not more than three feet below the permanent ground 40 anchor level until all permanent ground anchors at that level are installed and stressed, 41 but in no case shall the depth of excavation beneath the permanent ground anchor level r7 2 3 5 6 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 be such to cause instability of the excavated face. Any caving that occurs during excavation shall be backfilled with free draining material as approved by the Engineer. Installing, stressing, and testing the permanent ground anchors shall be in accordance with Section 6-17 and the construction sequence specified in the Plans. The lagging shall be installed from the top of the soldier pile proceeding downward. The lagging shall make direct contact with the soil. When and where lagging is not in full contact with the soil being retained, either the lagging shall be wedged back to create contact or the void shall be filled with a free draining material as approved by the Engineer. When utilizing lagging in fill situations, the backfill layers shall be placed in accordance with Section 2-03.3(14) except that all layers shall be compacted to 90 percent of maximum density. 6-16.3(7) Prefabricated Drainage Mat The first paragraph is revised to read: For walls with concrete fascia panels, a four foot wide strip of prefabricated drainage mat shall be installed full height of the concrete fascia panel, centered between soldier pile flanges, unless otherwise shown in the Plans. 6-16.4 Measurement The third paragraph is revised to read: Lagging will be measured by the square foot area of lagging installed. The quantity will be computed based on the vertical dimension from the highest lagging elevation to the lowest lagging elevation between each pair of adjacent soldier piles as the height dimension, and the center -to -center spacing of the soldier piles as the length dimension. 6-16.5 Payment The third bid item and the following paragraph is revised to read: "Lagging", per square foot. All costs in connection with furnishing and installing lagging shall be included in the unit contract price per square foot for "Lagging", including design of temporary lagging, and filling voids behind the lagging with a free draining material as approved by the Engineer. SECTION 6-17, PERMANENT GROUND ANCHORS January 7, 2008 6-17.3(8)6 Performance Testing The fourth sentence in the fourth paragraph is revised to read: If the load hold is extended, the anchor movement shall be recorded at 20 minutes, 30, 40, 50, and 60 minutes. 6-17.3(8)C Proof Testing The fourth sentence in the second paragraph is revised to read: e Im 7-1 0 0 0 1 2 If the load hold is extended, the anchor movements shall be recorded at 20 minutes, 30, 3 40, 50, and 60 minutes. 4 5 SECTION 7-02, CULVERTS 6 December 1, 2008 7 7-02.2 Materials 8 The third paragraph is revised to read: 9 10 Thermoplastic culvert pipe includes solid wall PVC culvert pipe, profile wall PVC culvert 11 pipe, and corrugated polyethylene culvert pipe. Solid wall PVC culvert pipe, profile wall 12 PVC culvert pipe, and corrugated polyethylene culvert pipe are acceptable alternates for 13 Schedule A or B culvert pipe. 14 15 In the chart for Culvert Pipe Schedules, for Schedule B, 15' — 25', the references in the 16 column for Thermoplastic PE or PVC for "PVC" are revised to "PE or PVC". 17 18 SECTION 7-04, STORM SEWERS 19 December 1, 2008 20 7-04.2 Materials 21 In the chart for Storm Sewer Pipe Schedules, for Schedule B, 15'— 25', in the column for 22 PE, insert "Allowed". 23 24 SECTION 8-01, EROSION CONTROL AND WATER POLLUTION CONTROL 25 April 6, 2009 26 8-01.3(1) General 27 The first sentence in the eighth paragraph is revised to read: 28 29 Erodible earth not being worked, whether at final grade or not, shall be covered within 30 the following time period, using an approved soil covering practice: 31 32 The ninth paragraph is revised to read: 33 34 If the Engineer, under Section 1-08.6, orders the Work suspended, the Contractor shall 35 continue to control erosion, pollution, and runoff during the shutdown. 36 37 8-01.3(1)C Water Management 38 Item 2. "Process Water' is supplemented with the following new first paragraph: 39 40 High pH process water or wastewater (non-stormwater) that is generated on-site, 41 including water generated during concrete grinding, rubblizing, washout, and 42 hydrodemolition activities, shall not be discharged to waters of the state. Water may be 43 infiltrated upon the approval of the Engineer. Off-site disposal of concrete process 44 water shall be in accordance with Standard Specification 5-01.3(11). 45 46 8-01.3(2)D Mulching 47 The second paragraph is supplemented with the following: 48 1 2 3 4 6 7 8 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 Wood strand mulch shall be applied by hand or by straw blower. 8-01.3(2)E Tacking Agent and Soil Binders The second sentence in the fourth paragraph is revised to read: Pam may be reapplied on actively worked areas within a 48-hour period. 8-01.3(6)D Wattle Check Dam The reference to Section 8-01.3(10) is revised to Section 9-14.5(5). 8-01.3(12) Compost Sock The last paragraph is deleted. 8-01.3(13) Temporary Curb The first paragraph is revised to read: Temporary curbs may consist of asphalt, concrete, sand bags, compost socks, wattles, or geotextile/plastic encased berms of sand or gravel, or as approved by the Engineer. SECTION 8-02, ROADSIDE RESTORATION April 7, 2008 8-02.3(3) Planting Area Weed Control The second paragraph is deleted. This section is supplemented with the following: Weed barrier mats shall be installed as shown in the Plans. Mats shall be 3 -feet square and shall be secured by a minimum of 5 staples per mat. Mats and staples shall be installed according to the manufacturer's recommendations. SECTION 8-04, CURBS, GUTTERS, AND SPILLWAYS January 7, 2008 8-04.5 Payment The bid items "Roundabout Truck Apron Inner Cement Conc. Curb" and "Roundabout Truck Apron Outer Cem. Conc. Curb and Gutter" are revised to read: "Roundabout Central Island Cement Concrete Curb", per linear foot. "Roundabout Truck Apron Cem. Conc. Curb and Gutter', per linear foot. This section is supplemented with the following new bid item: "Roundabout Truck Apron Cement Concrete Curb", per linear foot. SECTION 8-11, GUARDRAIL December 1, 2008 8-11.3(4) Removing Guardrail and Guardrail Anchor The following is inserted after the third sentence in the first paragraph: No r am 1 The embedded anchors attaching guardrail posts and guardrail terminal sections 2 specified for removal to existing concrete Structures shall be removed a minimum of 3 one inch beneath the existing concrete surface. The void left by removal of the 4 embedded anchors shall be coated with epoxy bonding agent and filled with grout. The 5 epoxy bonding agent shall be Type II conforming to Section 9-26.1 with the grade and 6 class as recommended by the epoxy bonding agent manufacturer and as approved by 7 the Engineer. The grout shall consist of cement and fine aggregate mixed in the 8 proportions to match the color of the existing concrete surface as near as practicable. 9 10 SECTION 8-12, CHAIN LINK FENCES AND WIRE FENCE 11 January 7, 2008 12 8-12.3(1)A Posts 13 All references to "Type 3 fence" in the second and third paragraphs are revised to read "Type 14 3 and Type 4 fences". 15 16 The first sentence in the eighth paragraph is revised to read: 17 18 Gate and pull posts shall be braced to the adjacent brace, end, or corner post(s) in the 19 manner shown in the Standard Plans. 20 21 The tenth paragraph is revised to read: 22 23 All posts for chain link fence Types 1 and 6 shall be fitted with an approved top cap 24 designed to fit securely over the post to support the top rail. All round posts for chain 25 link fence Types 3 and 4 shall have approved top caps fastened securely to the posts. 26 The base of the top cap fitting for round posts shall feature an apron around the outside 27 of the posts. 28 29 8-12.3(1)C Tension Wire 30 This section including title is revised to read: 31 32 8-12.3(1)C Tension Wire and Tension Cable 33 Tension Wires shall be attached to the posts as detailed in the Standard Plans or as 34 approved by the Engineer. 35 36 Tension Cables shall be installed in accordance with Section 8-25.3(5). 37 38 8-12.3(1)D Chain Link Fabric 39 The following new paragraph is inserted in front of the first paragraph: 40 41 Attach the chain link fabric after the cables and wires have been properly tensioned 42 and/or the top rail has been installed. 43 44 The third and fourth sentences in the third paragraph are revised to read: 45 46 Fastening to posts shall be with tie wire, metal bands, or other approved method 47 attached at 14 -inch intervals. The top and bottom edge of the fabric shall be fastened 48 with tie wires to the top rail, and with hog rings to the tension cable or top and bottom 49 tension wires as may be applicable, spaced at 24 -inch intervals. 50 1 2 3 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 tr SECTION 8-15, RIPRAP April 7, 2008 8-15.3(1) Excavation for Riprap The second sentence of the first paragraph is revised to read: Excavation below the level of the intersection of the slope to be protected and the adjacent original ground or the channel floor or slope shall be classified, measured, and paid for as channel excavation or ditch excavation in accordance with Section 2-03. 8-15.4 Measurement The following new paragraph is inserted to follow the fifth paragraph. Channel excavation will be measured by the cubic yard as specified in Section 2-03 The sixth paragraph is revised to read: Ditch excavation will be measured by the cubic yard as specified in Section 2-03 The reference to Section 2-10 in the seventh paragraph is revised to Section 2-03. 8-15.5 Payment The bid item "Filter Blanket" is supplemented with the following: The unit price for "Filter Blanket" shall be full payment for all costs incurred to perform the work in Section 8-15.3(7). This section is supplemented with the following: "Channel Excavation", per cubic yard. "Channel Excavation Incl. Haul", per cubic yard. "Ditch Excavation Incl. Haul", per cubic yard. Payment for "Channel Excavation", "Channel Excavation Incl. Haul", "Ditch Excavation" and "Ditch Excavation Incl. Haul' is described in Section 2-03.5. SECTION 8-20, ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL April 6, 2009 8-20.1 Description The first paragraph is revised to read: This Work consists of furnishing, installing and field testing all materials and equipment necessary to complete in place, fully functional system(s) of any or all of the following types including modifications to an existing system all in accordance with approved methods, the Plans, the Special Provisions and these Specifications: 1. Traffic Signal System 2. Illumination System 3. Intelligent Transportation System e 77 0 M 0 1 8-20.3(1) General 2 The following new paragraph is inserted after the fifth paragraph: 3 4 The embedded anchors attaching existing electrical, illumination, and traffic signal 5 systems specified for removal to existing concrete Structures shall be removed a 6 minimum of one inch beneath the existing concrete surface. The void left by removal of 7 the embedded anchors shall be coated with epoxy bonding agent and filled with grout. 8 The epoxy bonding agent shall be Type II conforming to Section 9-26.1 with the grade 9 and class as recommended by the epoxy bonding agent manufacturer and as approved 10 by the Engineer. The grout shall consist of cement and fine aggregate mixed in the 11 proportions to match the color of the existing concrete surface as near as practicable. 12 13 8-20.3(4) Foundations 14 The fifth paragraph is revised to read: 15 16 Where soil conditions are poor, the Engineer may order the Contractor to extend the 17 foundations shown in the Plans to provide additional depth. Such additional Work will 18 be paid for according to Section 1-04.4. 19 20 8-20.3(5) Conduit 21 This section is revised to read: 22 23 Installation of conduit shall conform to appropriate articles of the Code and these 24 Specifications. 25 26 The size of conduit used shall be as shown in the Plans. Conduits smaller than 1 -inch 27 electrical trade size shall not be used unless otherwise specified, except that grounding 28 conductors at service points may be enclosed in 1/2 -inch diameter conduit. 29 30 Conduit between light standards, PPB, PS or type 1 poles and the nearest junction box 31 shall be the diameter specified in the Plans. Larger size conduit is not allowed at these 32 locations. At other locations it shall be the option of the Contractor, at no expense to the 33 Contracting Agency, to use larger size conduit if desired, and where larger size conduit 34 is used, it shall be for the entire length of the run from outlet to outlet. Reducing 35 couplings will not be permitted. 36 37 The ends of all conduits, metallic and non-metallic shall be reamed to remove burrs and 38 rough edges. Field cuts shall be made square and true. Slip joints or running threads 39 will not be permitted for coupling metallic conduit; however, running threads will be 40 permitted in traffic signal head spiders and RGS outerduct. When installing rigid 41 galvanized steel conduit and standard coupling cannot be used, an approved 3 -piece 42 coupling shall be used. Conduit fittings and couplings for steel conduit shall be cleaned 43 first and then painted with one coat of galvanizing repair paint Formula A-9-73. The 44 paint shall have a minimum wet film thickness of 3 mils. The painted coating shall cover 45 the entire coupling or fitting. The threads on all metallic conduit shall be rust -free, clean 46 and painted with colloidal copper suspended in a petroleum vehicle before couplings are 47 made. All metallic couplings shall be tightened so that a good electrical connection will 48 be made throughout the entire length of the conduit run. If the conduit has been moved 49 after assembly, it shall be given a final tightening from the ends prior to backfilling. Non - 50 metallic conduit shall be assembled using the solvent cement specified in Section 9- 51 29.1. Where the coating on galvanized conduit has been damaged in handling or 52 installing, such damaged areas shall be thoroughly painted with galvanizing repair paint, 1 1 Formula A-9-73. Conduit ends shall be capped (do not glue non metallic caps). Metallic 2 conduit ends shall be threaded and capped with standard threaded conduit caps until 3 wiring is started. When conduit caps are removed, the threaded ends shall be provided 4 with approved conduit bushings or end bells (do not glue in place) for nonmetallic 5 conduit. 6 7 Conduit stubs from controller cabinet foundations shall extend to the nearest junction 8 box in that system. 9 10 Metallic conduit bends, shall have a radius consistent with the requirements of Article 11 344.24 and other articles of the Code. Where factory bends are not used, conduit shall 12 be bent, using an approved conduit bending tool employing correctly sized dies, without ,rr 13 crimping or flattening, using the longest radius practicable. 14 15 Nonmetallic conduit bends, where allowed, shall conform to Article 352.24 of the Code. 16 Eighteen -inch radius elbows shall be used for PVC conduit of 2 -inch nominal diameter 17 or less. Standard sweep elbows shall be used for PVC conduit with greater than 2 -inch 18 nominal diameter unless otherwise specified in the Plans. In nonmetallic conduit less 19 than 2 -inch nominal diameter, pull ropes or flat tapes for wire installation shall be not 20 less than 1/4 inch diameter or width. In nonmetallic conduit of 2 -inch nominal diameter or 21 larger, pull ropes or flat tapes for wire installation shall be not less than '/2 inch diameter 22 or width. W 23 24 Conduit shall be laid so that the top of the conduit is a minimum depth of: 25 26 1. 24 -inches below the bottom of curb in the sidewalk area. 27 28 2. 24 -inches below the top of the roadway base. 29 30 3. 48 -inches below the bottom of ties under railroad tracks unless otherwise 31 specified by the railroad company. 32 33 4. 24 -inches below the finish grade in all other areas. 34 35 Rigid galvanized steel conduit shall be installed at the following locations: 36 37 1. Within railroad right of way; 38i 39 2. All pole risers, except when as otherwise required by owning utilities; 40 41 3. All surface mounted conduit, with the exception of electrical service utility 42 poles. 43 44 4. All runs within slip form structures. 45 46 Couplings in cabinet foundations shall be PVC schedule 40. The stub -outs above the 47 couplings shall be PVC end bell bushings. The schedule 40 section of PVC between 48 the coupling and end bell bushing shall be installed without glue. 49 50 Conduit runs, without innerduct, installed using the directional boring method, which 51 enter the traveled way or shoulders, shall be schedule 80 high density polyethylene 52 (HDPE), schedule 80 PVC with mechanical couplings or rigid galvanized steel. 9 W. an M 71, 1 2 Conduit runs, without innerduct, installed using the directional boring method, which do 3 not enter the traveled way and shoulders, shall be schedule 40 high density 4 polyethylene (HDPE), schedule 40 PVC with mechanical couplings or rigid galvanized 5 steel. 6 7 Multi -cell conduit runs, installed outside the Traveled Way and Shoulders, when using 8 the directional boring method shall have 4 -inch PVC Schedule 40 outerduct with 9 mechanical couplings or 4 -inch rigid galvanized steel outerduct. The conduit shall be 10 installed with four 1 -inch smooth wall innerducts. 11 12 When HDPE conduit is used for directional boring, it shall be continuous, with no joints, 13 for the full length of the bore. The conduit run shall be extended to the associated 14 outlets with the same schedule HDPE or PVC conduit. Entry into associated junction 15 box outlets shall be with the same schedule PVC conduit and elbows. The same 16 requirements apply for extension of an existing HDPE conduit crossing. 17 18 PVC conduit and elbows shall be connected to HDPE conduit with an approved 19 mechanical coupling. The connection shall have a minimum pull out strength of 700 20 pounds. Prior to installation of a mechanical coupling, the HDPE conduit shall first be 21 prepared with a clean, straight edge. A water based pulling lubricant may be applied to 22 the threaded end of the mechanical coupling before installation. Solvent cement or 23 epoxy shall not be used on the threaded joint when connecting the HDPE conduit to the 24 mechanical coupling. The mechanical coupling shall be rotated until the HDPE conduit 25 seats approximately 3/4 of the distance into the threaded coupling depth. 26 27 For PVC installation through a directional bore, the PVC shall be in rigid sections 28 assembled to form a water tight bell and spigot type mechanical joint with a solid 29 retaining ring around the entire circumference of the conduit installed per the 30 manufacturer's recommendations. The conduit run shall be extended beyond the length 31 of the bore, to the associated outlets with the same mechanical coupled PVC or with 32 standard PVC conduit of the same schedule. The same requirements apply for 33 extension of an existing PVC conduit Roadway crossing. 34 35 Liquid tight flexible metal conduit is allowed only at locations called for in the Plans. 36 37 At all other locations, conduit shall be PVC or rigid galvanized steel and the same type 38 of conduit shall be used for the entire length of the run, from outlet to outlet. Standard 39 PVC conduit shall be connected with medium grade gray solvent applied per the 40 manufacturer's recommendations. 41 42 Where nonmetallic conduit is installed, care shall be used in excavating, installing, and 43 backfilling, so that no rocks, wood, or other foreign material will be left in a position to 44 cause possible damage. 45 46 When PVC conduit is installed by a method other than directional boring, conduit shall 47 be schedule 40 with the exception that PVC conduit within the traveled way or 48 shoulders and service lateral runs shall be schedule 80. 49 50 Metallic and nonmetallic conduit installation shall include equipment grounding 51 conductor and shall conform to requirements noted in the Standard Plans. 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 0 Conduit shall be placed under existing pavement by approved directional boring, jacking or drilling methods, at locations approved by the Engineer. The pavement shall not be disturbed unless allowed in the Plans, or with the approval of the Engineer in the event obstructions or impenetrable soils are encountered. Where boring with casing is called for the casing shall be placed using an auger inside of the casing to remove the soil as the casing is jacked forward. The auger head shall proceed no more than 4 -inches ahead of the pipe being jacked. Boring operations shall be conducted to prevent caving ahead of the pipe. Installed casing pipe shall be free from grease, dirt, rust, moisture and any other deleterious contaminants. The space between the conduit and casing shall be plugged with sand bags and a grout seal 12 -inches thick at each end of the casing. Casing abandoned due to an encountered obstruction shall be grout sealed in the same manner. Grout shall obtain a minimum of 4000 -PSI compressive strength at 7 -days. In lieu of sand bags and grout, unopened of prepackaged concrete may be used to seal the casing. Material shall not be removed from the boring pit by washing or sluicing. All joints shall be welded by a Washington State certified welder. Welding shall conform to AWS D 1.1-80 Structural Welding Code, Section 3, Workmanship. 16 Directional boring for electrical installations shall be supervised by a licensed electrical contractor in accordance with Section 8-20.1(1). Where directional boring is called for, conduit shall be installed using a surface launched, steerable drilling tool. Drilling shall be accomplished using a high-pressure fluid jet toolhead. The drilling fluid shall be used to maintain the stability of the tunnel, reduce drag on the conduit and provide backfill between the conduit and tunnel. A guidance system that measures the depth, lateral position and roll shall be used to guide the toolhead when creating the pilot hole. Once the pilot hole is established a reamer and swivel shall be used to install the conduit. Reaming diameter shall not exceed 1.5 times the diameter of the conduit being installed. Conduit that is being pulled into the tunnel shall be installed in such a manner so the conduit is not damaged during installation. The pullback force on the conduit shall be controlled to prevent damage to the conduit. A vacuum spoils extraction system shall be used to remove any excess spoils generated during the installation. Excess drilling fluid and spoils shall be disposed of. The method and location used for disposal of excess drilling fluid and spoils shall be subject to the Engineers approval. Drilling fluid returns (caused by fracturing of formations) at locations other than the entry and exit points shall be minimized. Any drilling fluid that surfaces through fracturing shall be cleaned up immediately. Mobile spoils removal equipment capable of quickly removing spoils from entry or exit pits and areas with returns caused by fracturing shall be used as necessary during drilling operations. Bore pits shall be backfilled and compacted in accordance with Section 2-09.3(1)E. Directional boring, and jacking or drilling pits shall be kept 2 -feet from the edge of any type of pavement wherever possible. Excessive use of water that might undermine the pavement or soften the Subgrade will not be permitted. When approved by the Engineer, small test holes may be cut in the pavement to locate obstructions. When the Contractor encounters obstructions or is unable to install ■r 0 0 rJ VW 1 conduit because of soil conditions, as determined by the Engineer, additional Work to 2 place the conduit will be paid in accordance with Section 1-04.4. 3 4 When open trenching is allowed, trench construction shall conform to the following: 5 6 1. The pavement shall be sawcut a minimum of 3 -inches deep. The cuts shall be 7 parallel to each other and extend 2 -feet beyond the edge of the trench. 8 9 2. Pavement shall be removed in an approved manner. 10 11 3. Trench depth shall provide 2 -feet minimum cover over conduits. 12 13 4. Trench width shall be 4 -inches or the conduit diameter plus 2 -inches, 14 whichever is larger. 15 16 5. Trenches located within paved Roadway areas shall be backfilled with 17 Controlled density fill (CDF) meeting the requirements of Section 2-09.3(1)E. 18 The controlled density fill shall be placed level to, and at the bottom of the 19 existing pavement. The pavement shall be replaced with paving material that 20 matches the existing pavement. 21 22 On new construction, conduit shall be placed prior to placement of base course 23 pavement. 24 25 Conduit terminating in foundations shall extend a maximum of 2 -inches above the 26 foundation vertically including grounded end bushing or end bell. Conduit stub -outs 27 within cabinet foundations shall be placed so that they do not interfere with cabinet 28 installation. Modification of the cabinet to accommodate the stub -out placement is not 29 allowed. 30 31 Conduit entering through the bottom of a junction box shall be located near the end 32 walls to leave the major portion of the box clear. At all outlets, conduit shall enter from 33 the direction of the run, terminating 6 to 8 -inches below the junction box lid and within 3- 34 inches of the box wall nearest its entry location. 35 36 Galvanized rigid steel conduit entering cable vaults shall extend 2 -inches for the 37 installation of grounded end bushing and bonding. PVC or HDPE conduit entering cable 38 vaults and pull boxes shall terminate flush with the inside walls of the Structure. All 39 conduit ends shall be terminated with termination kits. 40 41 Steel conduit entering concrete shall be wrapped in 2 -inch wide pipe wrap tape with a 42 minimum 1 -inch overlap for 12 inches on each side of the concrete face. Pipe wrap 43 tape shall be installed per the manufacturer's recommendations. 44 45 Innerduct conduit ends shall be terminated with termination kits. Galvanized rigid steel 46 conduit ends shall be terminated with grounded end bushings. PVC conduit ends shall 47 be terminated with end bell bushings. 48 49 Fittings shall be installed in accordance with the current electrical codes. 50 All covered underground conduit shall be cleaned with an approved sized mandrel and 51 blown out with compressed air prior to pulling wire. 52 1 Conduits installed for future use shall be prepared according to this Section. After final 2 assembly in place, the conduit shall be blown clean with compressed air. Then, in the 3 presence of the Engineer, a cleaning mandrel correctly sized for each size of conduit 4 shall be pulled through to ensure that the conduit has not been deformed. As soon as 5 the mandrel has been pulled through, both ends of the conduit shall be sealed with 6 conduit caps. All conduits scheduled for future use shall originate in a foundation or 7 junction box as detailed in the Plans and terminate in a junction box. All equipment 8 grounding conductors, and the bonding conductor for metallic conduits shall be bonded 9 in all junction boxes in accordance with Section 8-20.3(9). 10 11 Where surface mounting of conduit is required, supports shall consist of channel with 12 clamps sized for the conduit. Support spacing shall comply with the Code, with the 13 exception that spacing of channel supports for conduit shall not exceed 5 -feet. 14 15 The minimum distance between adjacent clamps and between the clamp and the end of 16 the channel supports shall be 1 -inch. Channel supports shall be installed with stops, to 17 prevent clamps from sliding out of the ends. Existing conduit in place scheduled to 18 receive new conductors shall have any existing conductors removed and a cleaning 19 mandrel sized for the conduit shall be pulled through. 20 21 All conduits attached to or routed within bridges, retaining walls, and other concrete 22 structures, shall be equipped with approved expansion, deflection, and or combination 23 expansion/deflection fittings at all expansion joints and at all other joints where structure 24 movement is anticipated, including locations where the Contractor, due to construction 25 method, installs expansion and/or construction joints with movement. All conduit fittings di 26 shall have movement capacity appropriate for the anticipated movement of the structure 27 at the joint. Approved deflection fittings shall also be installed at the joint between the 28 bridge end and the retaining wall end, and the transition from bridge, wall or other 29 concrete structure to the underground section of conduit pipe. 30 31 Conduit runs shown in the Plans are for Bidding purposes only and may be changed, 32 with approval of the Engineer, to avoid obstructions. 33 34 Where conduit with innerduct is installed a maximum of 1000 -feet of continuous open 35 trench will be allowed, unless otherwise approved by the Engineer. All conduit with 36 innerduct exposed above grade level, or on any elevated Structures, or as noted in the 37 Plans shall be galvanized rigid steel conduit. 38 ab 39 Detectable underground warning tape shall be placed 12 -inches above all conduit that 40 contains fiber optic cable and all conduits identified to contain future fiber optic cable 41 unless otherwise detailed in the Plans. Detectable underground warning tape shall io 42 extend 2 -feet into boxes. Splicing shall be per the tape manufacturer's recommended 43 materials and procedures. The warning tape shall be polyethylene with a metallic 44 backing. The polyethylene shall have a minimum 4 -mils thicknesses and be 3 -inches viii 45 wide. The polyethylene shall be orange in color and printed in black with the words 46 conveying message of Fiber Optic Cable Buried Below. 47 48 Location 14 AWG stranded orange USE insulated wire shall be placed in continuous �r 49 lengths directly above all non metallic conduit that contains fiber optic cable and all 50 conduits identified to contain future fiber optic cable unless otherwise detailed in the 51 plans. Location wire shall extend 8 feet into boxes. Coil and secure location wire at e I= to 0 M 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 the entrance and exit points of all boxes. Splices shall be crimped using a non -insulated butt splice, soldered and covered with moisture blocking heat shrink. After final assembly in place, all innerducts shall be blown clean with compressed air. Then, in the presence of the Engineer, a cleaning mandrel, correctly sized for the innerduct, shall be pulled through to ensure that the conduit has not been deformed. As soon as the mandrel has been pulled through, a 200 -Ib. minimum tensile strength pull string shall be installed in each innerduct and attached to duct plugs at both ends of the innerduct. At all innerduct conduit terminus points, including those in cable vaults and pull boxes, removable and reusable mechanical plugs shall be employed as follows: 1. Outerduct conduits shall be plugged using a quadplex expansion plug inside the conduit around the innerduct. 2. Duct plugs shall be installed in all unused innerducts (those that are specified as empty) at the time of conduit installation. 3. Duct plugs shall be installed in all used innerducts (as specified in the Plans) at the time of conduit installation, unless cable pulling for those innerducts will commence within 48 -hours. Innerduct containing 1 -cable shall be plugged using an expandable split plug. Innerducts with multiple cables shall be sealed with self -expanding waterproof foam. The waterproof foam shall not be placed more than 2 -inches into the innerduct. 8-20.3(6) Junction Boxes, Cable Vaults, and Pull boxes The third paragraph is revised to read: Adjustments involving raising or lowering the junction boxes shall require conduit modification if the resultant clearance between the top of the conduit and the junction box lid becomes less than 6 -inches or more than 10 -inches in accordance with the Plans. 8-20.3(8) Wiring The following new paragraph is inserted after the third paragraph: All termination for traffic signal control systems shall follow the conductor sequence color code as shown in the following table. Conductor Number Color Code Color Trace Use 1 R Red Red or Don't Walk 2 O Orange Yellow or Spare 3 G Green Green or Walk 4 W White Neutral F-5 1 B Black Ped Call or 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 The first sentence in the fifth paragraph is deleted and replaced with the following Quick disconnect connectors shall be installed in the base of all poles supporting a luminaire. Every conductor above ground potential shall be served by a fused quick disconnect kit. Every conductor at ground potential shall be served by an unfused quick disconnect kit. The sixth paragraph is revised to read: Pole and bracket cable meeting the requirements of Section 9-29.3(2)D shall be installed between the quick disconnects and the luminaire and between the sign light hand hole and the isolation switch. In addition the conductors from the isolation switch and the sign light shall be minimum AWG 14 meeting the requirements of Section 9- 29.3(2)A or 9-29.3(2)B. Pole and bracket cable jacket shall be removed from the quick disconnect to within 2 -inches below the support bracket clamp. 8-20.3(9) Bonding, Grounding The second sentence in the second paragraph is revised to read: Bonding jumpers and equipment grounding conductors meeting the requirements of °' Section 9-29.3(2)A.3 shall be minimum AWG 8 installed in accordance with the NEC. 0 8-20.3(13)D Sign Lighting This section is revised to read: Sign illumination equipment shall include fixtures, brackets, conduit, electrical wire, and other material required to make the sign lighting system operable. Sign illumination fixtures shall be fused according to the table in Section 9-29.7. 8-20.3(13)E Sign Lighting Luminaires The first paragraph is deleted. 8-20.4 Measurement The first paragraph is revised to read: 38 When shown as lump sum in the Plans or in the Proposal as illumination, intelligent 39 transportation, or traffic signal system no specific unit of measurement will apply, but 40 measurement will be for the sum total of all items for a complete system to be furnished 41 and installed. A Spare 6 Wb White/Black Neutral or Spare 7 BI Blue Ped Call or Spare 8 Rb Red/Black Red or Don't Walk 9 Ob Orange/Black Yellow or Spare 10 Gb Green/Black Green or Walk The first sentence in the fifth paragraph is deleted and replaced with the following Quick disconnect connectors shall be installed in the base of all poles supporting a luminaire. Every conductor above ground potential shall be served by a fused quick disconnect kit. Every conductor at ground potential shall be served by an unfused quick disconnect kit. The sixth paragraph is revised to read: Pole and bracket cable meeting the requirements of Section 9-29.3(2)D shall be installed between the quick disconnects and the luminaire and between the sign light hand hole and the isolation switch. In addition the conductors from the isolation switch and the sign light shall be minimum AWG 14 meeting the requirements of Section 9- 29.3(2)A or 9-29.3(2)B. Pole and bracket cable jacket shall be removed from the quick disconnect to within 2 -inches below the support bracket clamp. 8-20.3(9) Bonding, Grounding The second sentence in the second paragraph is revised to read: Bonding jumpers and equipment grounding conductors meeting the requirements of °' Section 9-29.3(2)A.3 shall be minimum AWG 8 installed in accordance with the NEC. 0 8-20.3(13)D Sign Lighting This section is revised to read: Sign illumination equipment shall include fixtures, brackets, conduit, electrical wire, and other material required to make the sign lighting system operable. Sign illumination fixtures shall be fused according to the table in Section 9-29.7. 8-20.3(13)E Sign Lighting Luminaires The first paragraph is deleted. 8-20.4 Measurement The first paragraph is revised to read: 38 When shown as lump sum in the Plans or in the Proposal as illumination, intelligent 39 transportation, or traffic signal system no specific unit of measurement will apply, but 40 measurement will be for the sum total of all items for a complete system to be furnished 41 and installed. A 0 40 711 0 1 2 8-20.5 Payment 3 The bid item "Traffic Data Accumulation and Ramp Metering System _" is deleted and 4 replaced with the following: 5 6 "Intelligent Transportation System ", lump sum. 7 8 The first sentence of the paragraph following the bid item "Traffic Signal System_" lump 9 sum, is revised to read: 10 11 The lump sum Contract price for "Illumination System, ", "Traffic Signal System 12 ", "Intelligent Transportation System ", shall be full pay for the construction of 13 the complete electrical system, modifying existing systems, or both, including sign 14 lighting systems, as described above as shown in the Plans and herein specified 15 including excavation, backfilling, concrete foundations, conduit, wiring, restoring 16 facilities destroyed or damaged during construction, salvaging existing materials, and 17 for making all required tests. 18 19 SECTION 8-21, PERMANENT SIGNING 20 December 1, 2008 21 8-21.3(4) Sign Removal 22 The following two new paragraphs are inserted after the first sentence in the first paragraph: 23 24 Sign Structures shall include sign bridges, cantilever sign Structures, bridge mounted 25 sign brackets, and any other sign mounting structure shown in the Plans to be removed 26 by the Contractor. 27 28 The embedded anchors attaching signs and sign Structures specified for removal to 29 existing concrete Structures shall be removed a minimum of one inch beneath the 30 existing concrete surface. The void left by removal of the embedded anchors shall be 31 coated with epoxy bonding agent and filled with grout. The epoxy bonding agent shall 32 be Type II conforming to Section 9-26.1 with the grade and class as recommended by 33 the epoxy bonding agent manufacturer and as approved by the Engineer. The grout 34 shall consist of cement and fine aggregate mixed in the proportions to match the color 35 of the existing concrete surface as near as practicable. 36 37 8-21.3(9)F Bases 38 This section including title is revised to read: 39 40 8-21.3(9)F Foundations 41 The excavation and backfill shall be in conformance with the requirements of Section 2- 42 09.3(1)E. Where obstructions prevent construction of planned foundations, the 43 Contractor shall construct an effective foundation satisfactory to the Engineer. 44 45 The bottom of concrete foundations shall rest on firm ground. If the portion of the 46 foundation beneath the existing ground line is formed or cased instead of being cast 47 against the existing soil forming the sides of the excavation, then all gaps between the 48 existing soil and the completed foundation shall be backfilled and compacted in 49 accordance with Section 2-09.3(1)E. 50 1 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 Foundations shall be cast in one operation where practicable. The exposed portions shall be formed to present a neat appearance. Class 2 surface finish shall be applied to exposed surfaces of concrete in accordance with the requirements of Section 6- 02.3(14)B. Where soil conditions are poor, the Engineer may order the Contractor to extend the Oil foundations shown in the Plans to provide additional depth. Such additional work will be paid for according to Section 1-04.4. Forms shall be true to line and grade. Tops of foundations for roadside sign structures shall be finished to ground line, unless otherwise shown in the Plans or directed by the Engineer. Tops of foundations for sign bridges and cantilever sign structures shall be finished to the elevation shown in the Plans. Both forms and ground which will be in contact with the concrete shall be thoroughly moistened before placing concrete; however, excess water in the foundation excavation will not be permitted. Forms shall not be removed until the concrete has set at least three days. All forms shall be removed, except when the Plans or Special Provisions specifically allow or require the forms or casing to remain. Foundation concrete shall conform to the requirements for the specified class, be cast - in -place concrete and be constructed in accordance with Section 6-02.2 and 6-02.3. Sign structures shall not be erected on concrete foundations until foundations have attained a compressive strength of 2,400 psi. In addition to the basic requirements, sign bridges and cantilever sign structures shall be installed in accordance with the following: Tops of foundations for sign bridges and cantilever sign structures shall be finished to the elevation shown in the Plans. 2. Steel reinforcing bars shall conform to Section 9-07. 3. Concrete shall be Class 4000, except as otherwise specified. Where water is present in the shaft excavations for Type 1 foundations for sign bridges and cantilever sign structures, the shaft concrete shall be Class 4000P placed in accordance with Section 6-02.3(6)B. e e e A 4. All bolts and anchor bolts shall be installed so that two class full threads extend beyond the top of the top heavy -hex nut. Anchor bolts shall be installed plumb, plus or minus 1 degree. 5. Plumbing of sign bridges and cantilever sign structures shall be accomplished to by adjusting leveling nuts. Shims or other similar devices for plumbing or raking will not be permitted. 6. The top heavy -hex nuts of sign bridges and cantilever sign structures shall be tightened in accordance with Section 6-03.3(33), and by the Turn -Of -Nut Method to a minimum rotation of 1/4 turn and a maximum of 1/3 turn past snug tight. Permanent marks shall be set on the base plate and nuts to indicate nut rotation past snug tight. e 0 r +r 1 2 In addition to the basic requirements, roadside sign structures shall be installed in 3 accordance with the following: 4 5 1. Tops of foundations shall be finished to final ground line, unless otherwise 6 shown in the Plans or staked by the Engineer. 7 8 2. Spiral reinforcing shall conform to AASHTO M32. All other steel reinforcement 9 shall conform to the requirements of Section 9-07. 10 11 3. Concrete shall be Class 3000. 12 13 4. The assembly and installation of all Type TP — A or B bases for roadside sign 14 structures shall be supervised at all times by either a manufacturer's 15 representative or an installer who has been trained and certified by the 16 manufacturer of the system. If the supervision is provided by a trained 17 installer, a copy of the installer certification shall be provided to the Engineer 18 prior to installation. 19 20 5. For all Type — A or B bases the Contractor shall attach four female anchors to a 21 flat rigid template following the manufacturer's recommendations. The 22 Contractor shall lower the anchor assembly into fresh concrete foundation and 23 vibrate into position such that the tops of the anchor washers are flush with the 24 finished top surface of the foundation. The Contractor shall support the 25 template such that all anchors are level and in their proper position. 26 27 Slip base and hinge connection nuts of roadside sign structures shall be tightened using 28 a torque wrench to the torque, and following the procedure, specified in the Standard 29 Plans. 30 31 8-21.3(10) Vacant 32 This section is revised to read: 33 34 8-21.3(10) Sign Attachment 35 Sign panels consisting of sheet aluminum or fiberglass reinforced plastic shall be 36 attached or mounted to sign posts or sign structures as shown in the Standard Plans. 37 38 Signs not conforming to the above, including all variable message sign (VMS) 39 assemblies and other message board type assemblies, shall be attached or mounted to 40 sign posts or sign structures by means of positive connections - defined as through - 41 bolted connections. The use of clips or clamps to accomplish the attachment or 42 mounting of such signs and assemblies is prohibited. 43 44 8-21.3(12) Steel Sign Posts 45 This section is revised to read: 46 47 For roadside sign structures on Type — A or B bases, the Contractor shall use the 48 following procedures and manufacturer's recommendations: 49 50 1. The couplings, special bolts, bracket bolts, and hinge connection nuts on all 51 Type — A or B bases shall be tightened using the Turn -Of -Nut Tightening 52 Method to a maximum rotation of 1/2 turn past snug tight. 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 2. The Contractor shall shim as necessary to plumb the steel sign posts. For roadside sign structures on all Type PL and SB slip bases, the Contractor shall use the following procedures: The Contractor shall assemble the steel sign post to stub post with bolts and flat washers as shown in the Standard Plans. A 2. Each bolt be tightened using a torque wrench to the torque, and following the procedures specified in the Standard Plans. err SECTION 8-22, PAVEMENT MARKING April 6, 2009 8-22.3(2) Preparation of Roadway Surfaces This section is revised to read: All surfaces shall be dry, free of any loose debris and within the proper temperature range prior to striping. When required by the pavement marking manufacturer's installation instructions, remove pavement markings from pavement surfaces that will adversely affect the bond of new pavement marking material to the roadway surface according to Section 8-22.3(6). Remove all other contaminants from pavement surfaces that may adversely affect the installation of new pavement markings by sandblasting, shot-blasting, or sweeping. Air blast the pavement with a high-pressure system to remove extraneous or loose material. Apply materials to new HMA that is sufficiently cured according to the manufacturer's recommendations. Typically, Type D material applied to new HMA pavement requires a pavement cure period of 21 days. This cure period may be reduced if the manufacturer performs a successful bond test and approves the reduction of the pavement cure period. For new Portland Cement Concrete surfaces remove curing compounds and laitance by an approved mechanical means. Air blast the pavement with a high-pressure system to remove extraneous or loose material. Apply materials to concrete that has reached a minimum compressive strength of 2,500 psi and that is sufficiently cured according to the manufacturer's recommendations. Typically, Type D material applied to Portland cement concrete pavement requires a pavement cure period of 28 days. This cure period may be reduced if the manufacturer performs a successful bond test and approves the reduction of the pavement cure period. After the pavement surface is clean and dry, apply primer as recommended by the manufacturer to the area receiving the pavement markings. Apply the primer in a continuous, solid film according to the recommendations of the primer manufacturer and the pavement markings manufacturer. 8-22.3(3) Marking Application The content of this section is deleted. This section is supplemented with the following new sub -sections: e dw M 2 8-22.3(3)A Marking Colors 3 Lane line and right edge line shall be white in color. Center line and left edge line shall 4 be yellow in color. Transverse markings shall be white, except as otherwise noted in the 5 Standard Plans. 6 7 8-22.3(3)B Line Patterns 8 Solid line — a continuous line without gaps. 9 10 Broken line — a line consisting of solid line segments separated by gaps. 11 12 Dotted line — a broken line with noticeably shorter line segments separated by 13 noticeably shorter gaps. 14 15 8-22.3(3)C Line Surfaces 16 Flat Lines — Pavement marking lines with a flat surface. 17 18 Profiled Marking — A profiled pavement marking is a marking that consists of a base line 19 thickness and a profiled thickness which is a portion of the pavement marking line that is 20 applied at a greater thickness than the base line thickness. Profiles shall be applied 21 using the extruded method in the same application as the base line. The profiles may 22 be slightly rounded provided the minimum profile thickness is provided for the length of 23 the profile. See the Standard Plans for the construction details. 24 25 Embossed Plastic Line — Embossed plastic lines consist of a flat line with transverse 26 grooves. An embossed plastic line may also have profiles. See the Standard Plans for 27 the construction details. 28 29 8-22.3(3)D Line Applications 30 Surface line — a line constructed by applying pavement marking material directly to the 31 pavement surface or existing pavement marking. 32 33 Grooved line — A line constructed by grinding or saw cutting a groove into the pavement 34 surface and spraying, extruding or gluing pavement marking material into the groove. 35 Groove depth is measured vertically from the bottom of a 2 -foot or longer straight edge 36 placed on the roadway surface to the ground surface. The groove depth is dependent 37 upon the material used, the pavement surface and location. See these Standard 38 Specifications, the project Plans and Special Provisions. 39 40 8-22.3(3)E Installation 41 Apply pavement marking materials to clean dry pavement surfaces and according to the 42 following: 43 44 1. Place material according to the manufacture's recommendations; 45 2. Place parallel double lines in one pass; 46 3. The top of pavement marking shall be smooth and uniform; 47 4. Line ends shall be square and clean; 48 5. Place pavement marking lines parallel and true to line; and, 49 6. Place markings in proper alignment with existing markings. 50 51 When applying paint, Type A or Type C material, ensure that both the pavement surface 52 and the air temperature at the time of application are not less than 50°F and rising. 1 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 A When applying Type B or Type D material, ensure that both the pavement surface and the air temperature at the time of application are not less than 40°F and rising. 0 Ensure that the Type A thermoplastic material meets the manufacturers temperature specifications when it contacts the pavement surface. Two applications of paint will be required to complete all paint markings. The second application of paint shall be squarely on top of the first pass. The time period between paint applications will vary depending on the type of pavement and paint (low VOC as waterborne, high VOC solvent, or low VOC solvent) as follows: Pavement Type Paint Type Time Period Bituminous Surface Low VOC Waterborne 4 -hours min., Treatment spray 48 -hours max. Hot Mix Asphalt Pavement Low VOC Waterborne 4 -hours min., Paint- second coat spray 30 -days max. Cement Concrete Low VOC Waterborne 4 -hours min., Pavement extruded 30 -days max. Bituminous Surface High and Low VOC Solvent 40 min. min., Treatment spray 48 hrs. max. Hot Mix Asphalt Pavement High and Low VOC Solvent 40 min. min., 30 -days max. Cement Concrete High and Low VOC Solvent 40 min. min., Pavement 30 -days max. Centerlines on 2 -lane Highways with broken line patterns, paint or plastic, shall be applied in the increasing mile post direction so they are in cycle with existing broken line patterns at the beginning of the project. Broken line patterns applied to multi -lane or divided Roadways shall be applied in cycle in the direction of travel. Where paint is applied on centerline on two-way roads with bituminous surface treatment or centerline rumble strips, the second paint application shall be applied in the opposite (decreasing mile post) direction as the first application (increasing mile post) direction. This will require minor broken line pattern corrections for curves on the second application. 8-22.3(3)F Application Thickness Pavement markings shall be applied at the following base line thickness measured above the pavement surface or above the groove bottom for grooved markings in thousandths of an inch (mils): Marking Material Application HMA PCC BST Groove Depth Paint -first coat spray 10 10 10 Paint- second coat spray 15 15 15 Type A - flat/transverse & symbols extruded 125 125 125 Type A - flat/long line & symbols spray 90 90 120 W Type A - with profiles extruded 90 90 120 161 Type A - embossed extruded 160 160 160 89 Type A - embossed with profiles extruded 160 160 160 73 Type A — grooved/flat/long line extruded 230 230 230 P50 Type B - flat/transverse & symbols heat fused 125 125 125 36 Type C-2 - flat/transverse & symbols adhesive 90 90 NA 18 Type C-1 & 2 - flat/long line adhesive 60 60 NA 13 Type C-1 - grooved/flat/long line adhesive 60 60 NA 100 Type D - flat/transverse & symbols spray 120 120 120 Type D - flat/transverse & symbols extruded 120 120 120 Type D - flat/long line spray 90 90 120 Type D - flat/long line extruded 90 90 120 Type D - profiled/long line extruded 90 90 120 Type D — grooved/flat/long line extruded 230 230 230 250 1 2 3 Liquid pavement marking material yield per gallon depending on thickness shall not 4 exceed the following: 5 Mils thickness Feet of 4" line/gallon Square feet/gallon 10 483 161 15 322 108 18 268 89 20 242 80 22 220 73 24 202 67 30 161 54 40 122 41 45 107 36 60 81 27 90 54 18 90 with profiles 30 10 120 40 13 120 with profiles 26 9 230 21 7 6 7 8 Solid pavement marking material (Type A) yield per 50 -pound bag shall not exceed the 9 following: 10 Mils thickness Feet of 4" line/50# bag Square feet/50# bag M OW 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 30 - flat 358 120 45 - flat 240 80 60 - flat 179 60 90 - flat 120 40 90 - flat with profiles 67 23 120 - flat 90 30 120 - flat with profiles 58 20 125 - embossed 86 29 125 - embossed with profiles 58 20 230- flat grooved 47 15 All grooved lines shall be applied into a groove cut or ground into the pavement. For Type A or Type D material the groove shall be cut or ground with equipment to produce a smooth square groove 4 -inches wide. For Type C-1 material the groove shall be cut with equipment to produce a smooth bottom square groove with a width in accordance with the material manufacturer's recommendation. After grinding, clean the groove by shot blasting or a method approved by Engineer. Immediately before placing the marking material clean the groove with high pressure air. 8-22.3(3)A Glass beads This section is renumbered as follows: 8-22.3(3)G Glass Beads The second sentence in the second paragraph is revised to read: For plastic pavement markings, glass bead type and application rate shall be as recommended by the marking material manufacturer. 8-22.3(4) Tolerances for Lines This section is revised to read: Allowable tolerances for lines are as follows: Length of Line — The longitudinal accumulative error within a 40 -foot length of broken line shall not exceed plus or minus 1 -inch. The broken line segment shall not be less than 10 feet. Width of Line — The width of the line shall not be less than the specified line width or greater than the specified line width plus 1/4 -inch e e Lane Width — the lane width, which is defined as the lateral width from the edge of pavement to the center of the lane line or between the centers of successive lane lines, shall not vary from the widths shown in the Contract by more than plus or minus 4 - inches. 46 AN .rt W 171 do Ift 1 2 Thickness — a thickness tolerance not exceeding plus 10 -percent will be allowed for 3 thickness or yield in paint and plastic material application. 4 5 Parallel Lines — the gap tolerance between parallel lines is plus or minus 1h -inch. 6 7 8-22.3(5) Plastic Installation Instructions 8 This section's title is revised to read: 9 10 8-22.3(5) Installation Instructions 11 12 The following new sentences are inserted to follow the first sentence: 13 14 The instructions shall include equipment requirements, approved work methods and 15 procedures, material application temperature range, air and pavement surface 16 temperature requirements, weather limitations, precautions, and all other requirements 17 for successful application and material performance. Do not use materials with 18 incomplete or missing instructions. 19 20 SECTION 8-23, TEMPORARY PAVEMENT MARKINGS 21 April 6, 2009 22 23 8-23.3(2) Beading and Tolerances 24 This section's content is deleted. This section's title is revised to read: 25 26 8-23.3(2) Marking Application 27 28 This section is supplemented with the following new sub -sections: 29 30 8-23.3(2)A Temporary Pavement Marking Paint 31 Paint used for temporary pavement markings shall be applied in one application at a 32 thickness of 15 -mils or 108 -square feet per gallon. Glass beads shall be in accordance 33 with Section 8-22.3(3)G. 34 35 8-23.3(2)B Temporary Pavement Marking Tape 36 Surface preparation and application of temporary pavement marking tape shall be in 37 conformance with the manufacturer's recommendations. 38 39 8-23.3(2)C Temporary Raised Pavement Markers 40 Surface preparation and application of temporary flexible raised pavement markers shall 41 be in conformance with the manufacturer's recommendations. When temporary flexible 42 raised pavement markers are used for bituminous surface treatment operations, the 43 markers shall be installed with the protective cover in place. The cover shall be 44 removed after spraying asphaltic material. 45 46 Application of temporary raised pavement markers (other than temporary flexible raised 47 pavement markers) shall conform to the requirements of Section 8-09.3. 48 49 8-23.3(2)D Tolerance for Lines 50 Tolerance for lines shall conform to Section 8-22.3(4) 51 20 The second sentence in the second paragraph is revised to read: 21 di 22 The top of the pull posts shall be braced diagonally to the bottom of the end, corner, or 23 brace posts with a short length of cable as shown in the Standard Plans. 24 46 25 This section is supplemented with the following: 26 27 Attach U -bolt wire rope clips to the cable ends by placing the base (saddle) of the clip 28 against the live end of the cable, while the "U" of the bolt presses against the dead end. 29 Two clips shall be used per end, spaced a minimum of six cable diameters apart with a 30 wire rope thimble placed securely in the loop eye to prevent kinking. ai 31 32 8-25.3(6) Fittings, Attachments and Hardware 33 The first paragraph is deleted. 34 35 The second paragraph is revised to read: 36 37 A galvanized iron strap 1/4 -inch in thickness by 2 -inches in width, formed as shown in 38 the Standard Plans, shall be provided for the attachment of eye bolts and eye nuts to 39 the base and top of the H column posts in order to take the strain of the cable tension 40 off the web of the H column. The straps are required between any tension cable fitting 41 and the H column, one per side, unless the screen post is mounted to a guardrail post, 42 then a strap is only required on the outside (nut side) face. The straps are only required 43 at tension cable attachment locations. 44 45 SECTION 9-02, BITUMINOUS MATERIALS 46 April 6, 2009 47 9-02.1 Asphalt Material, General 48 This section is supplemented with the following: A 1 SECTION 8-25, GLARE SCREEN 2 January 7, 2008 1 3 8-25.3(1) Glare Screen Fabric 4 The second sentence in the second paragraph is revised to read: 5 +w► 6 Fastening to end, corner, and pull posts shall be with stretcher bars and fabric bands 7 spaced at 1 -foot intervals. 8 ori 9 The fourth sentence in the second paragraph is revised to read: 10 11 Fabric shall be securely fastened to line and brace posts with tie wires, metal bands, or 6 12 other approved methods, attached at 14 -inch intervals. 13 14 8-25.3(5) Tension Cables 15 The following new paragraph is inserted in front of the first paragraph: 16 17 Fasten the tension cables after the posts have been installed and those set in concrete 16 18 have sufficiently cured. 19 20 The second sentence in the second paragraph is revised to read: 21 di 22 The top of the pull posts shall be braced diagonally to the bottom of the end, corner, or 23 brace posts with a short length of cable as shown in the Standard Plans. 24 46 25 This section is supplemented with the following: 26 27 Attach U -bolt wire rope clips to the cable ends by placing the base (saddle) of the clip 28 against the live end of the cable, while the "U" of the bolt presses against the dead end. 29 Two clips shall be used per end, spaced a minimum of six cable diameters apart with a 30 wire rope thimble placed securely in the loop eye to prevent kinking. ai 31 32 8-25.3(6) Fittings, Attachments and Hardware 33 The first paragraph is deleted. 34 35 The second paragraph is revised to read: 36 37 A galvanized iron strap 1/4 -inch in thickness by 2 -inches in width, formed as shown in 38 the Standard Plans, shall be provided for the attachment of eye bolts and eye nuts to 39 the base and top of the H column posts in order to take the strain of the cable tension 40 off the web of the H column. The straps are required between any tension cable fitting 41 and the H column, one per side, unless the screen post is mounted to a guardrail post, 42 then a strap is only required on the outside (nut side) face. The straps are only required 43 at tension cable attachment locations. 44 45 SECTION 9-02, BITUMINOUS MATERIALS 46 April 6, 2009 47 9-02.1 Asphalt Material, General 48 This section is supplemented with the following: A so r7 No 0 .. In 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 The Asphalt Supplier of Performance Graded Asphalt Binder (PGAB) and Cationic Emulsified Asphalt shall have a Quality Control Plan (QCP) in accordance with WSDOT QC 2 "Standard Practice for Asphalt Suppliers That Certify Performance Graded and Emulsified Asphalts." The Asphalt Supplier's QCP shall be submitted and approved by the WSDOT State Materials Laboratory. Any change to the QCP will require a new QCP to be submitted. The Asphalt Supplier of PGAB and Cationic Emulsified Asphalt shall certify through the Bill of Lading that the PGAB or Cationic Emulsified Asphalt meets the Specification requirements of the Contract. 9-02.1(4)A Quality Control Plan This section including title is revised to read: 9-02.1(4)A Vacant SECTION 9-03, AGGREGATES April 6, 2009 9-03.1(1) General Requirements The reference to ASTM C-1260 in the third, fifth, and sixth paragraphs is deleted. The following new paragraph is inserted after the sixth paragraph: The use of fly ash that does not meet the requirements of Table 2 of AASHTO M295 may be approved for use for aggregates with expansions greater than or equal to 0.21 percent. The Contractor shall submit test results according to ASTM C 1567 through the Project Engineer to the State Materials Laboratory that demonstrate that the proposed fly ash when used with the proposed aggregates and portland cement will control the potential expansion to 0.20 percent or less before the fly ash and aggregate sources may be used in concrete. The Contracting Agency may test the proposed ASR mitigation measure to verify its effectiveness. In the event of a dispute, the Contracting Agency's results will prevail. 9-03.8(7) HMA Tolerances and Adjustments The third sentence in the second paragraph under (1.), (Beginning with: The tolerance limits on sieves...) is deleted. 9-03.17 Foundation Material Class A and Class B This section is revised to read: Foundation material Class A and Class B shall conform to the following gradations: Percent Passing Sieve Size Class A Class B 2'/2" square 98-100 95-100 2" square 92-100 75-100 1'/z" square 72-87 30-60 3/4" square 27-47 0-5 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 W square 3-14 --- U.S. No. 4 0-5 --- All percentages are by mass. SECTION 9-04, JOINT AND CRACK SEALING MATERIALS December 1, 2008 9-04.1(2) Premolded Joint Filler for Expansion Joints This section is revised to read: Premolded joint filler for use in expansion (through) joints shall conform to either AASHTO M 213 Specifications for "Preformed Expansion Joint Fillers for Concrete Paving and Structural Construction" except the requirement for water absorption is deleted, or ASTM D 7174 Specifications for "Preformed Closed -Cell Polyolefin Expansion Joint Fillers for Concrete Paving and Structural Construction." 9-04.2(1) Hot Poured Joint Sealants This section is revised to read: Hot poured joint sealants shall meet the requirements of AASHTO M 324 Type IV except that the Cone Penetration at 25°C shall be 130 max. Hot poured joint sealants shall be sampled in accordance with ASTM D 5167 and tested in accordance with ASTM D 5329. The Hot poured joint sealant shall have a minimum Cleveland Open Cup Flash Point of 205°C in accordance with AASHTO T 48 SECTION 9-06, STRUCTURAL STEEL AND RELATED MATERIALS April 6, 2009 9-06.5(3) High Strength Bolts Paragraphs one through four are revised to read as follows: High-strength bolts for structural steel joints shall conform to either AASHTO M 164 A Type 1 or 3, or AASHTO M 253 Type 1 or 3, as specified in the Plans or Special Provisions. Galvanized AASHTO M 164 Type 1 bolts with an ultimate tensile strength above 145 ksi shall be tested for embrittlement. Embrittlement testing shall be conducted after galvanization in accordance with ASTM F 606, Section 7. The Manufacturer's Certificate of Compliance for the lot provided shall show the ultimate tensile strength test results. Bolts conforming to AASHTO M 253 shall not be galvanized. AASHTO M 253 Type 1 bolts shall be painted with two coats of zinc rich paint, formula A-9-73, consisting of a minimum dry film thickness of 2 mils per coat, when specified in the Plans or Special Provisions. Bolts for unpainted and nongalvanized structures shall conform to either AASHTO M 164 Type 3 or AASHTO M 253 Type 3, as specified in the Plans or Special Provisions. Nuts for high strength bolts shall meet the following requirements: e E-A r7 0 AW am M 171 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 AASHTO M 164 Bolts Black Type 1 Black weathering Type 3 Galvanized Type 1 AASHTO M 253 Bolts Black Type 1 Black weathering Type 3 9-06.13 Copper Seals This section including title is revised to read: 9-06.13 Vacant 9-06.16 Roadside Sign Structures This section is revised to read: AASHTO M 291 Grade C, C3, DH and DI -13 AASHTO M 292 Grade 2H AASHTO M 291 Grade C3 and DI -13 AASHTO M 291 Grade DH AASHTO M 292 Grade 2H AASHTO M 291 Grade DH, DI -13 AASHTO M 292 Grade 2H AASHTO M 291 Grade DI -13 All bolts, nuts, washers, cap screws, and coupling bolts shall conform to AASHTO M 164 and Section 9-06.5(3). All connecting hardware shall be galvanized after fabrication in accordance with AASHTO M 232. Posts for single post sign structures shall meet the requirements of ASTM A 500 Grade B or ASTM A 53 Grade B, Type E or S. Posts for perforated square steel posts shall meet the requirements of ASTM A 653 Grade 50. Perforated square steel posts shall be finished in accordance ASTM A 653 G90 Structural Quality Grade 50 or ASTM A 653 G140. Slip bases (SB1, SB2, and SB3) for perforated square steel posts shall conform to the following: Plates ASTM A 572 Casting (SB3) ASTM A 536 Grade 65-45-12 and ASTM A 153 Tubing ASTM A 500 Grade B Angle Iron (SB1) ASTM A 36 Except as noted otherwise, the slip bases (SB1, SB2, and S133) for perforated square steel posts shall be hot dipped galvanized. The heavy duty anchor used for perforated square steel posts (ST -4) shall meet the requirements of ASTM A 500 Grade B and shall be hot dipped galvanized. Wide flange steel or solid square steel posts for multiple post sign structures shall conform to either ASTM A 36 or ASTM A 992. Posts conforming to either ASTM A 588 or ASTM A 572 Grade 50 may be used as an acceptable alternate to the ASTM A 36 and ASTM A 992 posts. All steel not otherwise specified shall conform to either ASTM A 36 or ASTM A 992. 1 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 Except as noted otherwise all steel, including posts, base plates, and base stiffeners, shall be galvanized after fabrication in accordance with AASHTO M111. r Base connectors for multiple directional steel breakaway posts shall conform to the following: Brackets Aluminum Alloy 6061 T-6 Bosses for Type TPB Brackets ASTM A 582 Anchor Ferrules Type 304 stainless steel for threaded portion. AISI 1045 steel rod and AISI 1008 coil for cage portion. Anchor couplings for multiple directional steel breakaway posts shall conform to AMS 6378D with a tensile breaking strength range as follows: Type TPA 17,000 to 21,000 Ib. Type TPB 47,000 to 57,000 Ib. For multi -directional breakaway base connectors, shims shall conform to ASTM A 653, SS Grade 33, Coating Designation G 165. SECTION 9-07, REINFORCING STEEL April 6, 2009 9-07.3 Epoxy Coated Steel Reinforcing Bars The reference to ASTM A 06 in number 1. of the first paragraph is revised to ASTM A 706. 9-07.10 Prestressing Reinforcement Strand The first sentence in the fourth paragraph is revised to read: For every 5 reels furnished, one sample, not less than 5'h -feet long, shall be sent to the Engineer for testing. 9-07.11 Prestressing Reinforcement Bar The fifth and sixth paragraphs are revised to read: The Contractor shall supply a Manufacturer's Certificate of Compliance in accordance with Section 1-06.3 for each bar. The Contractor shall supply a Manufacturer's Certificate of Compliance in accordance with Section 1-06.3 for all nuts and couplers confirming compliance with the specified strength requirement. For each heat of steel for high-strength steel bar, the Contractor shall submit two samples, each not less than 5'/z -feet long, to the Engineer for testing. SECTION 9-08, PAINTS April 6, 2009 9-08.2 Paint Formulas — General The following new sub -sections are inserted after this section. A A 0 e A A UO ON ow 1 9-08.2(1) Pigmented Sealer Materials for Coating of Concrete Surfaces 2 The pigmented sealer shall be a semi-opaque colored toner containing only methyl 3 methacrylate -ethyl acrylate copolymer resins, toning pigments suspended in solution at 4 all times by a chemical suspension agent, and solvent. Toning pigments shall be 5 laminar silicates, titanium dioxide and inorganic oxides only. There shall be no settling 6 or color variation. Use of vegetable or marine oils, paraffin materials, stearates or 7 organic pigments in any part of coating formulation will not be permitted. The 8 Contractor shall submit a one -quart wet sample, a draw down color sample and 9 spectrophotometer or colorimeter readings, taken in accordance with ASTM D 2244, for 10 each batch. The calculated Delta E shall not exceed 1.0 deviation from the Commission 11 Internationale de I'Eclairage color measurement analysis method (CIELAB) for each 12 pigmented sealer color. 13 14 For the respective color, pigmented sealer shall conform to the following CIELAB 15 analysis: 16 17 Color III/Obs L* a* b* 18 Washington Gray D65/10, degrees 62.59 0.98 5.23 19 A/10, degrees 63.06 1.80 5.70 20 CWF/10, degrees 63.02 0.73 6.08 21 22 Cascade Green D65/10, degrees 36.62 -0.53 -0.89 23 A/10, degrees 35.82 -7.15 -2.53 24 CWF/10, degrees 36.34 -5.09 -1.18 25 26 Mt. Baker Gray D65/10, degrees 45.94 1.38 4.46 27 A/10, degrees 46.40 1.70 5.05 28 CWF/10, degrees 46.46 1.07 5.48 29 30 Mt. St. Helens Gray D65/10, degrees 56.07 2.15 6.68 31 A/10, degrees 56.76 3.08 7.52 32 CWF/10, degrees 56.67 1.64 7.85 33 34 The one -quart wet sample shall be submitted in the manufacturer's labeled container 35 with product number, batch number and size of batch. The companion draw down color 36 sample shall be labeled with the product number, batch number and size of batch. The 37 Contractor shall submit the specified samples and readings to the Engineer at least 14 38 calendar days prior to the scheduled application of the sealer. The Contractor shall not 39 begin applying pigmented sealer until receiving the Engineer's approval of the 40 pigmented sealer color samples. 41 42 9-08.2(2) Powder Coating Materials for Coating Galvanized Surfaces 43 The powder coating system shall consist of two components, an epoxy primer coat and 44 a polyester finish coat. The epoxy primer coat and the polyester finish coat materials 45 shall be from the same manufacturer. 46 47 The epoxy primer coat shall be an epoxy powder primer conforming to the following 48 requirements: 49 50 Property Specification Performance Requirement 51 Adhesion ASTM D 3359 Method B 513 (no failure) I 1 Flexibility ASTM D 522 Method B Pass 1/8" mandrel bend 2 Pencil Hardness ASTM D 3363 H Plus 3 Specific Gravity ASTM D 792 1.25 minimum 4 All timber and lumber shall be sized as indicated in the Plans. 5 The polyester finish coat shall conform to American Architectural Manufacturers 6 Association (AAMA) Specification 2604. 7 to be painted shall be thoroughly air or kiln dried to an equilibrium moisture content and 8 Degassing additives may be added as necessary to prevent pin holes in the finish coat. 9 The degassing additives shall be added in accordance with manufacturer's 10 recommendations. 11 9-09.2 Grade Requirements 12 The color of the powder coating system polyester finish coat shall be as specified in the 13 Plans or Special Provisions. 14 Timber and lumber shall conform to the grades and usage listed below. 15 Repair materials shall be selected from one of the approved products listed in the 16 current Qualified Products List and specified in the Contractor's powder coating plan as 17 approved by the Engineer. 18 19 SECTION 9-09, TIMBER AND LUMBER 20 January 7, 2008 21 9-09.1 General Requirements 22 This section is revised to read: 23 24 All timber and lumber shall be sized as indicated in the Plans. 25 26 All timber and lumber to be painted shall be surfaced on all sides. All timber and lumber 27 to be painted shall be thoroughly air or kiln dried to an equilibrium moisture content and 28 shall be stored in such a manner as to remain in a thoroughly dry condition until placed 29 into the work. 30 31 9-09.2 Grade Requirements 32 This section is revised to read: 33 34 Timber and lumber shall conform to the grades and usage listed below. 35 36 Timber and lumber shall be marked with a certified lumber grade stamp provided by one 37 of the following agencies: 38 39 West Coast Lumber Inspection Bureau (WCLIB) 40 Western Wood Products Association (WWPA) 41 Pacific Lumber Inspection Bureau (PLIB) 42 Any lumber grading bureau certified by the American Lumber Standards Committee f 43 44 For structures, all material delivered to the project shall bear a grade stamp and have a 45 grading certificate. The grade stamp and grading certificate will not constitute final 46 acceptance of the material. The Engineer may reject any or all of the timber or lumber 47 that does not comply with the specifications or has been damaged during shipping or 48 upon delivery. The grading certificate shall be issued by either the grading bureau 49 whose stamp is shown on the material, or by the lumber mill, which shall be under the i 50 supervision of one of the grading bureaus listed above. The certificate shall include the 51 following: *K 71 r7 W 2 Name of the mill performing the grading 3 The grading rules being used 4 Name of the person doing the grading with current certification 5 Signature of a responsible mill official 6 Date the lumber was graded at the mill 7 Grade, dimensions, and quantity of the timber or lumber 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 For Guardrail Posts and Blocks, Sign Posts, Mileposts, Sawed Fence Posts, and Mailbox Posts, the material delivered to the project shall either bear a grade stamp on each piece or have a grading certificate as defined above. The grade stamp or grading certificate shall not constitute final acceptance of the material. The Engineer may reject any or all of the timber or lumber that does not comply with the specifications or has been damaged during shipping or upon delivery. 9-09.2(1) Surfacing and Seasoning This section including title is revised to read: 9-09.2(1) Structures All timber and lumber for structures shall be Douglas Fir -Larch unless specified otherwise in the contract, and shall conform to the following: Materials 2" to 4" nominal No. 1 and better, grade thick, 5" nominal and wider (Section 123-b of WCLIB) or (Structural Joists and Planks) (Section 62.11 of WWPA) Materials 5 nominal and thicker No. 1 and better, grade (Beams and Stringers) (Section 130-b of WCLIB) or (Section 70.11 of WWPA) Timber lagging for soldier pile walls shall be Douglas Fir -Larch, grade No. 2 or better or Hem -Fir No. 1. When the material is delivered to the project, the Engineer will check the order for the appropriate grade stamp. The invoice and grading certificate accompanying the order must be accurate and complete with the information listed above. The grading certificate and grade markings shall not constitute final acceptance of the material. The Engineer may reject any or all of the timber or lumber that does not comply with the specifications or has been damaged during shipping or upon delivery. 9-09.2(2) Vacant This section including title is revised to read: 9-09.2(2) Guardrail Posts and Blocks Timber and lumber for guardrail posts and blocks (classified as Posts and Timbers) shall conform to the species and grades listed below. Douglas Fir No. 1 and better, grade (Section 131-b WCLIB) or (Section 80.11 WWPA) Hem Fir Select Structural, grade (Section 131-a WCLIB) or (Section 80.10 WWPA) 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 3 lY Southern Yellow Pine No. 1 and better, grade (Southern Pine Inspection Bureau) When the material is delivered to the project, the Engineer will check the order for the appropriate grade stamp. The grade markings shall not constitute final acceptance of the material. The Engineer may reject any or all of the timber or lumber that does not ilii comply with the specifications or has been damaged during shipping or upon delivery. 9-09.2(3) Inspection This section including title is revised to read: 9-09.2(3) Sign Posts, Mileposts, Sawed Fence Posts, and Mailbox Posts The allowable species of timber and lumber for signposts, and mileposts shall be Douglas Fir -Larch or Hem Fir. Timber and lumber for sawed fence posts and mailbox posts shall be Western Red Cedar, Douglas Fir -Larch, or Hem Fir. Sign posts, mileposts, sawed fence posts, and mailbox posts shall conform to the grades shown below. 4" x 4" Construction grade (Light Framing, Section 122-b WCLIB) or (Section 40.11 WWPA) 4" x 6" No. 1 and better, grade (Structural Joists and Planks, Section 123-b WCLIB) or (Section 62.11 WWPA) 6" x 6", 6" x 8", 8" x 10" No. 1 and better, grade (Posts and Timbers, Section 131-b WCLIB) or (Section 80.11 WWPA) 6" x 10", 6" x 12" No. 1 and better, grade (Beams and Stringers, Section 130-b WCLIB) or (Section 70.11 WWPA) SECTION 9-14, EROSION CONTROL AND ROADSIDE PLANTING April 6, 2009 9-14.4(4) Vacant This section including title is revised to read: 9-14.4(4) Wood Strand Mulch Wood strand mulch shall be a blend of loose, long, thin wood pieces derived from native conifer or deciduous trees with high length -to -width ratio. A minimum of 95% of the wood strand shall have lengths between 2 and 10 -inches, with a width and thickness between 1/16 and 3/8 -inches. The mulch shall not contain resin, tannin, or other compounds in quantities that would be detrimental to plant life. Sawdust or wood shavings shall not be used as mulch. 9-14.4(8) Compost This section is revised to read: Compost products shall be the result of the biological degradation and transformation of plant -derived materials under controlled conditions designed to promote aerobic decomposition. Compost shall be stable with regard to oxygen consumption and carbon e 9 W 71 W W 1 dioxide generation. Compost shall be mature with regard to its suitability for serving as 2 a soil amendment or an erosion control BMP as defined below. The compost shall have 3 a moisture content that has no visible free water or dust produced when handling the 4 material. 5 6 Compost production and quality shall comply with Chapter 173-350 WAC. 7 8 Compost products shall meet the following physical criteria: 9 10 1. Compost material shall be tested in accordance with U.S. Composting Council 11 Testing Methods for the Examination of Compost and Composting (TMECC) 12 02.02-13, "Sample Sieving for Aggregate Size Classification". 13 14 Fine Compost shall meet the following: 15 16 Min. Max. 17 Percent passing 2" 100% 18 Percent passing 1" 95% 100% 19 Percent passing 5/8" 90% 100% 20 Percent passing '/4" 75% 100% 21 Maximum particle length of 6 inches 22 23 Coarse Compost shall meet the following: 24 25 Min. Max. 26 Percent passing 3" 100% 27 Percent passing 1" 90% 100% 28 Percent passing 3/4" 70% 100% 29 Percent passing 1/4" 40% 60% 30 Maximum particle length of 6 inches 31 32 2. The pH shall be between 6.0 and 8.5 when tested in accordance with U.S. 33 Composting Council TMECC 04.11-A, 1:5 Slurry pH". 34 35 3. Manufactured inert material (plastic, concrete, ceramics, metal, etc.) shall be 36 less than 1.0 percent by weight as determined by U.S. Composting Council 37 TMECC 03.08-A "Classification of Inerts by Sieve Size". 38 39 4. Minimum organic matter shall be 40 percent by dry weight basis as determined 40 by U.S. Composting Council TMECC 05.07A "Loss -On -Ignition Organic Matter 41 Method (LOI)". 42 43 5. Soluble salt contents shall be less than 4.0 mmhos/cm when tested in 44 accordance with U.S. Composting Council TMECC 04.10 "Electrical 45 Conductivity". 46 47 6. Maturity shall be greater than 80% in accordance with U.S. Composting 48 Council TMECC 05.05-A, "Germination and Root Elongation". 49 50 7. Stability shall be 7 mg CO2—C/9 OM/day or below in accordance with U.S. 51 Composting Council TMECC 05.08-13 "Carbon Dioxide Evolution Rate". 52 1 8. The compost product must originate a minimum of 65 percent by volume from 2 recycled plant waste as defined in WAC 173-350 as "Type 1 Feedstocks." A 3 maximum of 35 percent by volume of "Type 2 Feedstocks," source -separated 4 food waste, and/or biosolids may be substituted for recycled plant waste. The 5 manufacturer shall provide a list of feedstock sources by percentage in the 6 final compost product. 7 8 9. The Engineer may also evaluate compost for maturity using U.S. Composting 9 Council TMECC 05.08-E "Solvita® Maturity Index". Fine Compost shall score 10 a number 6 or above on the Solvita® Compost Maturity Test. Coarse Compost 11 shall score a 5 or above on the Solvita® Compost Maturity Test. 12 13 This section is supplemented with the following new sub -sections: 14 15 9-14.4(8)A Compost Approval 16 The Contractor shall either select a compost manufacturer from the Qualified Products 17 List, or submit the following information to the Engineer for approval: 18 19 1. A Request for Approval of Material Source. 20 21 2. A copy of the Solid Waste Handling Permit issued to the manufacturer by the 22 Jurisdictional Health Department as per WAC 173-350 (Minimum Functional 23 Standards for Solid Waste Handling). 24 25 3. The manufacturer shall verify in writing, and provide lab analyses that the 26 material complies with the processes, testing, and standards specified in WAC 27 173-350 and these specifications. An independent Seal of Testing Assurance 28 (STA) Program certified laboratory shall perform the analysis. 29 30 4. A copy of the manufacturer's Seal of Testing Assurance STA certification as 31 issued by the U.S. Composting Council. 32 33 9-14.4(8)6 Compost Acceptance 34 Seven days prior to initial application of any compost the Contractor shall submit a 35 compost sample, a STA test report dated within 90 calendar days, and the list of 36 feedstocks by volume for each compost type to the Engineer for review. 37 38 The Contractor shall use only compost that has been tested within 90 calendar days of 39 application and meets the requirements in section 9-14.4(8). Compost not conforming 40 to the above requirements or taken from a source other than those tested and accepted 41 shall be immediately removed from the project and replaced at no cost to the 42 Contracting Agency. 43 44 9-14.5(1) Polyacrylamide (PAM) 45 The second sentence is revised to read: 46 47 PAM shall be anionic and shall be linear, and not cross-linked. 48 49 9-14.5(3) Clear Plastic Covering 50 This section is revised to read: 51 <�s e v. , UN 1 Clear plastic covering shall conform to the requirements of ASTM D 4397, for 2 polyethylene sheeting having a minimum thickness of 6 mils. 3 4 9-14.5(7) Coir Log 5 The reference to Standard Plans in the second sentence of the first paragraph is revised to 6 read Plans. 7 8 SECTION 9-16, FENCE AND GUARDRAIL 9 December 1, 2008 10 9-16.1(1)A Post Material for Chain Link Fence 11 The first paragraph is supplemented with the following: 12 13 0 Round Post Material 14 Round post material shall be Grade 1 or 2. 15 16 0 Roll Form Material 17 Roll -formed post material shall be Grade 1. 18 Roll -formed end, corner, and pull posts shall have integral fastening loops to 19 connect to the fabric for the full length of each post. Top rails and brace rails shall 20 be open rectangular sections with internal flanges as shown in ASTM F1043. 21 22 The Round Post Material and Roll Form Material information following the third paragraph 23 is deleted. 24 25 9-16.1(1)8 Chain Link Fence Fabric 26 The first paragraph is revised to read: 27 28 Chain link fabric shall consist of 11 gage wire for chain link fence Types 3, 4, and 6, and 29 9 gage wire for chain link fence Type 1. The fabric shall be zinc -coated steel wire 30 conforming to AASHTO M 181, Class C. Zinc 5 -percent Alumin um- Misch metal alloy 31 meeting the requirements of ASTM B 750 may be substituted for zinc coating (hot - 32 dipped) at the application rate specified by ASSHTO M 181 for hot -dip zinc coating. 33 Coating for chain link fence fabric shall meet the requirements of ASTM A 817 with 34 minimum weight of coating of uncoated wire surface 1.0 oz/sq ft (305 g/m2). 35 36 9-16.1(1)C Tension Wire 37 This section including title is revised to read: 38 39 9-16.1(1)C Tension Wire and Tension Cable 40 Tension wire shall meet the requirements of AASHTO M 181. Tension wire galvanizing 41 shall be Class 1. 42 43 Tension cable shall meet the requirements of Section 9-16.6(5). 44 45 9-16.1(1)D Fittings and Hardware 46 This section is supplemented with the following: 47 48 Fabric bands and stretcher bars shall meet the requirements of Section 9-16.6(9). 49 W 0 1 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 0, Thimbles, wire rope clips, anchor shackles, and seizing shall meet the requirements of Section 9-16.6(6). at 9-16.1(1)E Chain Link Gates The first sentence in the first paragraph is revised to read: Gate frames shall be constructed of not less that 1 1/2 -inch (I.D.) galvanized pipe conforming to AASHTO M 181 Type I, Grade 1 or 2 as specified in Section 9-16.1(1)A. The fourth sentence in the first paragraph is revised to read: All welds shall be ground smooth and painted with an A-9-73 galvanizing repair paint or A-11-99 primer meeting the requirements of Section 9-08.2. 9-16.2(1)A Steel Post Material The paragraph under Angle Post Material is revised to read: All angle post material shall be galvanized in accordance with the requirements of AASHTO M 111 except the anchor plate on fence post material shall be grade 55. Angle post used for end, corner, gate and pull post and brace shall have a minimum weight of 3.1 Ib/ft. The first sentence in the third paragraph is revised to read: Posts shall not be less than 7 -feet in length. The last sentence in the third paragraph is revised to read: The anchor plate shall be securely attached and have a surface area of 20 2 int, and a minimum weight of 0.67 pounds. 9-16.3(2) Posts and Blocks The first sentence in the second paragraph is revised to read: Timber posts and blocks shall conform to the grade specified in Section 9-09.2(2). 9-16.3(3) Galvanizing The first sentence in the first paragraph is revised to read: W -beam or thrie beam rail elements and terminal sections shall be galvanized in accordance with AASHTO M-180, Class A, Type 2, except that the rail shall be galvanized after fabrication, with fabrication to include forming, cutting, shearing, punching, drilling, bending, welding, and riveting. 9-16.3(4) Hardware This section is revised to read: A e A Unfinished Bolts (ordinary machine bolts), nuts, and washers for High Unfinished Bolts,., shall conform to 9-06.5(1). High Strength bolts, nuts, and washers for High Strength Bolts shall conform to 9-06.5(3). it A A M 71 60 W 1 Unfinished bolts will be accepted by field verification and documentation that bolt heads 2 are stamped 307A. The Contractor shall submit a manufacturer's certificate of 3 compliance per 1-06.3 for high strength bolts, nuts, and washers prior to installing any of 4 the hardware. 5 6 9-16.3(5) Anchors 7 The reference to "hot dip galvanized" in the tenth paragraph is revised to "galvanized". 8 9 9-16.4(2) Wire Mesh 10 The reference to "hot dip galvanized" in the second sentence in the third paragraph is 11 revised to "galvanized". 12 13 9-16.6(2) Glare Screen Fabric 14 The reference to "A 491" in the second sentence in the first paragraph is revised to "ASTM A 15 491 ". 16 17 9-16.6(3) Posts 18 The first paragraph is revised to read: 19 20 Line posts for Type 1 glare screen shall be 1 1/2 -inches by 1 7/8 -inches galvanized steel 21 H column with a minimum weight of 2.8 pounds per linear foot. Line posts for Type 2 22 glare screen shall be 1 5/8 -inches by 2 1/4 -inches galvanized steel H column with a 23 minimum weight of 4.0 pounds per linear foot, or 2 -inch inside diameter galvanized steel 24 pipe with a nominal weight of 3.65 pounds per linear foot provided only one type shall 25 be used on any one project. 26 27 The first paragraph is supplemented with the following: 28 29 End, corner, brace, and pull posts for Type 1 Design A shall be 1 1/2 -inches by 1 7/8- 30 inches steel H column with a minimum weight of 2.8 pounds per linear foot. 31 32 The first sentence in the second paragraph is revised to read: 33 34 End, corner, brace, and pull posts for Type 1 Design B and Type 2 shall be 2 -inch inside 35 diameter galvanized steel pipe with nominal weight of 3.65 pounds per linear foot. 36 37 The reference to "hot dip galvanized" in the third sentence in the second paragraph is 38 revised to "galvanized". 39 40 The first two sentences in the fifth paragraph are revised to read: 41 42 All posts shall be galvanized in accordance with AASHTO M 181, Section 32. The 43 minimum average zinc coating is per square foot of surface area. 44 45 9-16.6(5) Cable 46 The reference to "hot dip galvanized" is revised to "galvanized". 47 48 9-16.6(6) Cable and Tension Wire Attachments 49 The reference to "hot dip galvanized" in the first sentence in the first paragraph is revised to 50 "galvanized". 51 52 The third sentence in the first paragraph is deleted. 1 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 9-16.6(9) Fabric Bands and Stretcher Bars The reference to "hot dip galvanized" is revised to "galvanized". 9-16.6(10) Tie Wire This section including title is revised to read: 9-16.6(10) Tie Wire and Hog Rings Tie wire shall be 9 gage aluminum wire complying with the ASTM B 211 for alloy 1100 H14 or 9 gage galvanized wire meeting the requirements of AASHTO M 279. Galvanizing shall be Class 1. Hog rings shall be 12 gage galvanized steel wire. 9-16.8(1) Rail and Hardware The word "Composition" following the first paragraph is deleted. SECTION 9-19, PRESTRESSED CONCRETE GIRDERS April 6, 2009 9-19.1 Aggregates and Proportioning The first paragraph is revised to read: The concrete for prestressed girders shall have the minimum compressive strengths as specified in the Plans. Aggregates used in the mix shall conform to the following: Coarse aggregate shall be in accordance with Section 9-03.1(4). Fine aggregate shall be in accordance with Section 9-03.1(2), Class 1 or Class 2. 0, A A The manufacturer may revise the grading of the coarse aggregate provided that the concrete mix design is qualified with the modified gradation. An alternative combined gradation conforming to Section 9-03.1(5) may also be used. 4 The reference to Section 9-23.7 in the sixth paragraph is revised to Section 9-23.6 SECTION 9-23, CONCRETE CURING MATERIALS AND ADMIXTURES April 6, 2009 9-23.6 Admixture for Concrete This section including title is revised to read: 9-23.6 Chemical Admixtures for Concrete Acceptance of chemical admixtures will be based on Manufacturer's Certificate of Compliance. If required by the Engineer, admixtures shall be sampled and tested before they are used. A one -pint (500 milliliter) sample of the admixture shall be submitted to the WSDOT Headquarters Materials Laboratory for testing 10 days prior to use. Chemical Admixtures shall contain less than one percent chloride ion (CI-) by weight of admixture. e im 1 This section is supplemented with the following new sub -sections. 2 3 9-23.6(1) Air Entraining Admixtures 4 Air Entraining Admixtures shall meet the requirements of AASHTO M 154 or ASTM C 5 260. 6 7 9-23.6(2) Type A Water -Reducing Admixtures 8 Type A Water -Reducing admixtures shall conform to the requirements of AASHTO M 9 194 Type A or ASTM C 494 Type A. 10 11 9-23.6(3) Type B Retarding Admixtures 12 Type B Retarding admixtures shall conform to the requirements of AASHTO M 194 Type 13 B or ASTM C 494 Type B. 14 15 9-23.6(4) Type C Accelerating Admixtures 16 Type C Accelerating admixtures shall conform to the requirements of AASHTO M 194 17 Type C or ASTM C 494 Type C and only non -chloride accelerating admixtures shall be 18 used. 19 20 9-23.6(5) Type D Water -Reducing and Retarding Admixtures 21 Type D Water -Reducing and Retarding admixtures shall conform to the requirements of 22 AASHTO M 194 Type D or ASTM C 494 Type D. 23 24 9-23.6(6) Type E Water -Reducing and Accelerating Admixtures 25 Type E Water -Reducing and Accelerating admixtures shall conform to the requirements 26 of AASHTO M 194 Type E or ASTM C 494 Type E and only non -chloride accelerating 27 admixtures shall be used. 28 29 9-23.6(7) Type F Water -Reducing, High Range Admixtures 30 Type F Water -Reducing, High Range admixtures shall conform to the requirements of 31 AASHTO M 194 Type F or ASTM C 494 Type F. 32 33 9-23.6(8) Type G Water -Reducing, High Range and Retarding Admixtures 34 Type G Water -Reducing, High Range and Retarding admixtures shall conform to the 35 requirements of AASHTO M 194 Type G or ASTM C 494 Type G. 36 37 9-23.6(9) Type S Specific Performance Admixtures 38 Type S Specific Performance Admixtures shall conform to the requirements of ASTM C 39 494 Type S. When a Type S admixture is used a report on the performance 40 characteristics of the Type S admixture shall be submitted along with the WSDOT 41 concrete mix design (WSDOT Form 350-040). The report shall describe the 42 performance characteristics and provide data substantiating the specific characteristics 43 of the Type S admixture in accordance with ASTM C 494. 44 45 9-23.7 Air Entraining and Chemical Admixtures for Precast Prestressed 46 Concrete 47 This section including title is revised to read: 48 49 9-23.7 Vacant 50 M 1 3 4 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 9-23.9 Fly Ash This section is supplemented with the following: Fly ash that exceeds the available alkalies limits set in AASHTO M 295 Table 2 may be used if they meet the tests requirements of Section 9-03.1(1). The optional chemical limits in AASHTO M 295 Table 2 do not apply to fly ash used in Controlled Density Fill. SECTION 9-25, WATER April 6, 2009 9-25.1 Water for Concrete The first paragraph is revised to read: Water for concrete, grout, and mortar shall be clear, apparently clean, and suitable for human consumption (potable). If the water contains substances that cause discoloration, unusual smell or taste, or other suspicious content, the Engineer may require the Contractor to provide test results documenting that the water meets the physical test requirements and chemical limits described in ASTM C1602 for non - potable water. SECTION 9-28, SIGNING MATERIALS AND FABRICATION April 6, 2009 9-28.8 Sheet Aluminum Signs The second paragraph (excluding chart) is revised to read: After the sheeting has been fabricated, the surface of each panel shall be protected from corrosion. The corrosion protection shall meet the requirements of ASTM B-449 class II Specification for Chromates on Aluminum. Aluminum signs over 12 -feet wide by 5 -feet high shall be comprised of vertical panels in increments of 2, 3, or 4 -feet wide. No more than one 2 -foot and/or 3 -foot panel may be used per sign. The Contractor shall use the widest panels possible. All parts necessary for assembly shall be constructed of aluminum, galvanized, or stainless steel in accordance with the plans. Sheet thickness shall be as follows: 9-28.9(1) Mechanical Properties The chart in this section is revised to read: Mechanical Property Tensile Strength Tensile Modulus Flexural Strength Flexural Modulus Compression Strength Compression Modulus Punch Shear Ave. Min. Requirement ASTM Test 10.0 psi x 103 D638 1.2 psi x 106 D638 20.0 psi x 103 D790 1.2 psi x 106 D790 32.0 psi x 103 D695 1.4 psi x 106 D695 12.0 psi x 103 D732 9-28.14(2) Steel Structures and Posts The first sentence in the fifth paragraph is supplemented with the following: 0 A OR to O. 1 Steel used for slip bases (SB -1, SB -2, SB -3) and heavy duty anchors shall have a 2 controlled silicon maximum of 0.40 -percent. 3 4 SECTION 9-29, ILLUMINATION, SIGNAL, ELECTRICAL 5 April 6, 2009 6 9-29.1 Conduit, Innerduct, and Outerduct 7 This section's content is deleted. This section is supplemented with the following: 8 9 Conduit shall be free from defects, including out of round, and foreign inclusions. 10 Conduit shall be uniform in color, density, and physical properties. The inside shall be 11 smooth and free from burrs which could damage cable during installation. Conduit ends 12 shall be cut square to the inside diameter, and supplied with thread protectors. All 13 conduit, conduit fittings, and associated hardware/appurtenances shall be listed by a 14 Nationally Recognized Testing Laboratory. 15 16 9-29.1(1) Rigid Metal Conduit, Galvanized Steel Outerduct, and Fittings 17 Rigid metal conduit, shall be straight, and be rigid galvanized steel, or stainless steel, as 18 required and bear the mark of a Nationally Recognized Testing Laboratory. Exterior and 19 interior surfaces of the galvanized steel conduit, except threaded ends, shall be 20 uniformly and adequately zinc coated by a hot -dip galvanizing process. The average of 21 the zinc coating shall comply with Federal Specification WW -C-581 d. 22 23 9-29.1(2) Rigid Metal Conduit Fittings and Appurtenances 24 Couplings for rigid metal type conduits may be either hot -dip or electroplated 25 galvanized. 26 27 Conduit bodies and fittings for rigid steel conduit systems shall be listed by Nationally 28 Recognized Testing Laboratory listed for wet locations, and shall be hot -dip galvanized 29 malleable iron, or bronze. Conduit bodies shall have tapered threads, and include a bolt 30 on cover with stainless steel screws and a neoprene gasket seal. 31 32 Grounding end bushings shall be bronze or galvanized malleable iron with copper, 33 tinned copper, stainless steel, or integral lug with stainless steel clamping screw, 34 mounting screw and set screw. 35 36 Conduit clamps and straps shall be type 304 or type 316 stainless steel or hot -dip 37 galvanized. Two -hole type straps shall span the entire width of the support channel and 38 attach to the supports on both sides of the conduit with bolts and associated hardware. 39 Two piece conduit clamps shall interlock with the support channel with a single bolt. 40 41 Conduit supports for surface mounted conduit shall be hot -dip galvanized or type 304 or 42 type 316 stainless steel channel using type 304 or type 316 stainless steel bolts and 43 spring nuts. 44 45 9-29.1(2)A Expansion Fittings, Deflection Fittings, and Combination 46 Expansion/Deflection Fittings 47 Expansion fittings for rigid galvanized steel conduit shall be weather tight, with hot -dip 48 galvanized malleable or ductile iron end couplings and body and shall allow for 4 -inches 49 of movement minimum (2 -inches in each direction). Expansion fittings for rigid 50 galvanized steel conduit shall have an external tinned copper bonding jumper or an 1 internal tinned copper bonding jumper. The internal tinned copper bonding jumper shall 2 not reduce the conduit conductor capacity. 3 4 Deflection fittings for rigid galvanized steel conduit shall be weather tight, with hot -dip 5 galvanized ductile iron or bronze end couplings, with molded neoprene sleeve, stainless 6 steel bands and internal tinned copper bonding jumper. Deflection fittings shall provide 7 for conduit movement of 3/4 -inch in all directions and angular movement of 30 degree in 8 any direction. 9 r 10 A combination of a deflection and an expansion fitting for rigid galvanized steel conduit 11 shall be assembled from a deflection fitting and an expansion fitting as defined above. 12 13 The bonding jumper used for expansion fittings and combination expansion deflection 14 fittings shall be a tinned copper braid attached to the conduit with a galvanized "U" bolt 15 type connection designed for the application. 16 17 9-29.1(3) Flexible Metal Conduit 18 Liquidtight flexible metal conduit shall consist of a single strip of continuous flexible 19 interlocked steel galvanized inside and out, forming a smooth internal wiring channel 20 with a liquid tight covering of sunlight resistant flexible PVC conforming to NEC Article 21 350. 22 23 9-29.1(3)A Flexible Metal Conduit Appurtenances 24 Liquidtight connectors shall be the insulated throat type, conforming to NEC Article 350, 25 and listed for wet locations. 26 27 9-29.1(4) Non -Metallic Conduit 28 29 9-29.1(4)A Rigid PVC Conduit 30 Rigid PVC conduit shall conform to NEMA TC 2 and ASTM F 2136, and UL 651. 31 Fittings shall conform to NEMA TC -3, and be UL 514C and UL 651. 32 33 PVC solvent cement shall meet ASTM D 2564 including note 8 (label to show pipe sizes 34 for which the cement is recommended). 35 36 9-29.1(4)6 HDPE Conduit 37 HDPE conduit shall be listed by a Nationally Recognized Testing Laboratory. Couplings 38 for HDPE shall be mechanical and listed for use with HDPE. 39 40 Aluminum mechanical couplings are prohibited. 41 42 9-29.1(5) Innerduct and Outerduct 43 The innerduct system shall be factory -installed and shall be designed so that expansion 44 and contraction of the innerducts takes place in the coupling body to eliminate 45 compatibility problems.The conduit coupling body shall have a factory -assembled 46 gasket that is multi -stage and anti -reversing, sealing both the outerduct and innerductsit. 47 A secondary mid -body O-ring gasket shall be seated into the coupling body and shall 48 hold the coupling body firmly in the outerduct. 49 50 All fittings, adapters, and bends (sweeps) shall be provided and shall be manufactured 51 from the same materials and manufacturing process as the conduit, except as specified M 0 an l" 1 otherwise. The conduit system shall be a complete system with the following 2 accessories: 3 4 Manhole Terminator Kits 5 Deflection Fittings 6 Offset Fittings 7 Expansion/Contraction Fittings 8 Repair Kits 9 Conduit and Innerduct Plugs 10 Pull string 11 Pull rope 12 Conduit spacers 13 Split Plugs 14 15 9-29.1(5)A Rigid Galvanized Steel Outerduct with PVC or PE Innerduct 16 Each section of steel outerduct shall be supplied with one reversing spin coupling that 17 allows straight sections and fittings to be joined without spinning the conduit. The 18 reversing coupling shall be galvanized and have three setscrews or a lock nut ring to 19 lock the coupling in place. Setscrews or lock nut ring shall be galvanized or stainless 20 steel and insure continuous electrical ground. The couplings shall be galvanized steel 21 with the same material properties as the conduit. 22 23 The conduit system shall be designed so that assembly of components can be 24 accomplished in the following steps: 25 26 1. Loosen setscrews or lock nut ring on coupling and spin back to allow for 27 insertion. 28 29 2. Spin coupling mating sections forward to bottom. 30 31 3. Tighten setscrews on lock nut ring. 32 33 9-29.1(5)B Rigid PVC Outerduct with PVC or PE Innerduct 34 Protective outerduct for schedule 40 PVC and schedule 80 PVC conduit outerduct shall 35 be 4 -inch with a minimum 5 -inch extended integral "bell end" and shall be gray in color. 36 The outerduct minimum wall thickness shall be 0.23 -inch for Schedule 40 PVC and 37 0.32 -inch for Schedule 80 PVC. 38 39 Conduit and fittings for PVC outerduct shall be manufactured with an ultraviolet inhibitor. 40 41 The coupling body for PVC outerduct shall include a factory -assembled, multi -stage 42 gasket that is anti -reversing, sealing both the outer and innerducts. A secondary mid - 43 body gasket shall be seated at the shoulder of the bell to assure air and water integrity 44 of the system. The bell end and the coupling body assembly shall accept a minimum of 45 5 -inches of the spigot end. 46 47 The conduit system shall be designed so that straight sections and fittings will assemble 48 without the need for lubricants or cement. 49 50 PVC outerduct shall have a longitudinal print -line that denotes "Install This Side Up" for 51 proper innerduct alignment. PVC outer -ducts shall have a circumferential ring on the 52 spigot end of the duct to provide a reference point for ensuring the proper insertion 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 depth when connecting conduit ends. The line shall be a minimum of 5 -inches from the end of the conduit. im 9-29.1(5)C Innerduct for Straight Sections of Galvanized Steel Outerduct or PVC Outerduct The innerducts shall have a minimum outside diameter of 1.25 -inch, and a minimum inside diameter of 1.2 -inch. Larger diameter innerducts may be provided if the wall thickness and diameter tolerances are met. The tolerance for inside and outside diameters shall be 0.005 -inch. The innerducts shall have a minimum wall thickness of 0.060 -inch. Innerduct shall be color coded and shall index a minimum of one innerduct with a different color. Alternate color codes are permitted as long as the color codes are contiguous between adjacent junction boxes. The innerducts shall be factory installed in the outerduct. Dynamic coefficient of friction of innerducts shall be tested in accordance with Telcordia GR -356 -CORE procedure. The coefficient of friction shall be less than 0.30 between medium density polyethylene jacketed fiber optic cable and the prelubricated innerduct. The coefficient of friction shall be less than 0.10 between the 1/4 -inch diameter polypropylene rope (suitable for fiber optic cable pulling) and the prelubricated innerduct. Pull rope used for testing (meeting the 0.10 coefficient of friction requirement) shall be the same type as the pull rope used for cable installation. The Contractor shall provide as part of the conduit submittals a certificate of compliance with these coefficient of friction requirements. The innerduct shall have a smooth, non -ribbed interior surface, with a factory prelubricated coating. The coating shall provide the required dynamic coefficient of friction. Innerduct shall be extruded polyvinyl chloride (PVC) or polyethylene (PE). The coupling body for the innerduct shall be factory assembled in the bell end of the outerduct and shall be manufactured from a high impact engineered thermoplastic. The coupling body face shall be supplied with lead-ins to facilitate assembly. All outerduct shall be marked with data traceable to plant location. 9-29.1(5)D Conduit with Innerducts Fittings and Appurtenances Duct plugs shall be polypropylene and be equipped with a neoprene or polyurethane gasket. Plugs shall be equipped with an attachment to secure the pull rope in the innerduct. The plug shall withstand 5 psi. 42 9-29.1(5)D1 Bends for 4 -inch PVC Conduit with Innerducts or Galvanized 43 Steel Conduit with Innerducts 44 All bend radii shall be 36 -inches or greater. The conduit system shall provide a complete 45 line of fixed and flexible sweeps with system compatible bell and spigot or threaded 46 ends. The bends shall contain high-temperature burn -through -resistant innerducts 47 manufactured from PVC, PE, or Nylon -66. The innerducts shall meet all other 48 requirements for innerduct In Sections 9-29.1(1) and 9-29.1(5)A. 49 50 9-29.1(5)D2 Prefabricated Fixed and Flexible Bends (for Innerducts) 51 The prefabricated standard fixed PVC bends shall have a radius between 4 -feet and 9- 52 feet and sweep angles of 11.25 -degree, 22.5 -degree, 45 -degree, or 90 -degree. e A 0 1 2 Flexible bends shall be prefabricated. These conduits may be field bent to a uniform 3 radius no less than 4 -feet. The field bend shall be no greater than 90 -degrees. 4 Grounding shall be continuous in flexible bends. Outerduct for flexible ends shall be 5 manufactured from reinforced PVC.Expansion and Deflection fittings for rigid galvanized 6 steel conduit with innerduct shall be provided in accordance with 9-29.1(2)A. 7 8 9-29.1(6) Detectable Underground Warning Tape 9 Detectable Underground Warning tape shall be Orange imprinted in black lettering with 10 the message; "FIBER OPTIC CABLE BURIED BELOW" or equal. The warning tape 11 shall be polyethylene with a metallic backing. The polyethylene shall be a minimum 4- 12 mils thick and 3 -inches wide. 13 14 9-29.1(7) Steel Casings 15 Steel casing material shall conform to ASTM A 252 Grade 2 or 3 or casing as approved 16 by the Engineer. The Contractor shall furnish pipe of adequate thickness to withstand 17 the forces exerted by the boring operation as well as those forces exerted by the earth 18 during installation and shall be a minimum of %-inch thick.All joints shall be welded by a 19 welder qualified in accordance with AWS D1.1 structural welding code, section 3. 20 21 9-29.1(8) Drilling Fluid 22 Drilling fluid used for directional boring shall be an inert mixture of water and bentonite 23 clay, conforming to the drilling equipment manufacturers recommendations. 24 25 9-29.3 Conductors, Cable 26 This section's content is deleted. This section's title is revised to read: 27 28 9-29.3 Fiber Optic Cable, Electrical Conductors, and Cable 29 30 9-29.3(1)A Singlemode Fiber Optic Cable 31 This section is revised to read: 32 33 Singlemode fibers utilized in the cables specified herein shall be fabricated from 100 34 kpsi proof stress glass and primarily composed of silica which shall provide a matched 35 clad index of refraction (n) profile and the following physical and performance 36 characteristics: 37 38 1. Maximum Attenuation: 0.4/0.3 dB/km at 1310/1550 nanometers, respectively; 39 40 2. Typical Core Diameter: 8.3 microns; 41 42 3. Cladding Diameter: 125 micron; 43 44 4. Core -to -Cladding Offset (Defined as the distance between the core center and 45 the cladding center: < 0.8 microns; 46 47 5. Cladding Non -Circularity (Defined as {[1 -(minimum cladding diameter - 48 maximum cladding diameter)] X 100.): < 2.0%; 49 50 6. Coating, Diameter of 250 microns ± 15 microns with a minimum coating 51 thickness at any point of not less than 50 microns; 52 1 7. The coating shall be a dual -layered, UV -cured acrylate applied by the fiber 2 manufacturer; and, 3 4 8. The coating shall be mechanically or chemically strippable without damaging 5 the fiber. 6 iW 7 9-29.3(2) Twisted -Pair (TWP) Copper Cable 8 This section's content is deleted. This section's title is revised to read: 9 10 9-29.3(2) Electrical Conductors and Cable 11 12 This section is supplemented with the following new sub -sections: 13 14 9-29.3(2)A Single Conductor 15 16 9-29.3(2)A1 Single Conductor Current Carrying 17 All current carrying single conductors shall be stranded copper conforming to ASTM 133 18 and 138. Insulation shall be chemically XLP (cross-linked polyethylene) or EPR (Ethylene 19 Propylene Rubber) Type USE rated for 600 volt. 20 21 9-29.3(2)A2 Grounding Electrode Conductor 22 Grounding electrode conductor shall be bare or insulated stranded copper. The 23 insulation shall be green or green with a yellow tracer. 24 25 9-29.3(2)A3 Equipment Grounding and Bonding Conductors 26 Equipment grounding and bonding jumper conductors shall be bare or green insulated, 27 stranded copper with cross-linked polyethylene insulation rated USE and 600 volts, 28 with the exception that the equipment grounding and bonding jumper conductors 29 installed between junction box, pull box, or cable vault frame and lids shall be tinned, 30 braided copper. 31 32 9-29.3(2)A4 Location Wire 33 Location wire shall be a single stranded copper size AWG 14 insulated conductor. The 34 insulation shall be type USE Orange in color. 35 36 9-29.3(2)B Multi -Conductor Cable 37 Two conductor through 10 conductor unshielded signal control cable shall conform to 38 International Municipal Signal Association (IMSA) signal cable Specification 20-1. 39 40 9-29.3(2)C Aluminum Cable Steel Reinforced 41 Triplex or Quadraplex type ACSR neutral self-supporting aerial conductors of the 42 appropriate size for aluminum conductors shall be used where required in the Contract. 43 The neutral conductor shall be the same size as the insulated conductor. All conductors t 44 shall be stranded. 45 46 9-29.3(2)D Pole and Bracket 47 Pole and bracket cable shall be a two -conductor cable rated for 600 volts. The individual 48 conductors shall be one red and one black 19 -strand No. 10 AWG copper, assembled 49 parallel. The conductor insulation shall be 45 -mil polyvinyl chloride or a 600 volt rated 50 cross-linked polyethylene. The Jacketing shall be polyethylene or polyvinyl chloride not 51 less than 45 -mils thick. If luminaires with remote ballasts are specified in the Contract, e No r 0 M M M #V 1 this same cable shall be used between luminaire and ballast for both timber and 2 ornamental pole construction. If the luminaire requires fixture wire temperatures greater 3 than 75°C, the outer jacket shall be stripped for that portion of the cable inside the 4 luminaire. The single conductors shall then be sheathed with braided fiberglass sleeving 5 of the temperature rating recommended by the luminaire manufacturer. 6 7 9-29.3(2)E Two -Conductor Shielded 8 Two conductor shielded (2CS) cable shall have 14 AWG (minimum) conductors and 9 shall conform to IMSA Specification No. 50-2. 10 11 9-29.3(2)F Detector Loop Wire 12 Detector loop wire may be 12 or 14 AWG stranded copper wire, IMSA 51-3 13 14 9-29.3(2)G Four -Conductor Shielded Cable 15 Four conductor shielded cable (4CS) shall consist of a cable with four 18 AWG 16 conductors with polypropylene insulation, an aluminized polyester shield, water blocking 17 material in the cable interstices, and a 26 -mil minimum outer jacket of polyethylene. The 18 four -conductor assembly shall be twisted 6 turns per foot. Each conductor shall have a 19 different insulation color. Overall cable diameter shall be 0.25 -inch maximum. 20 Capacitance between adjacent pairs shall be 18 pf per foot and 15 pf per foot between 21 diagonal pairs. The capacitances shall not vary more than 10 percent after a 10 -day 22 immersion test with ends exposed in a saturated brine solution. 23 24 9-29.3(2)H Three -Conductor Shielded Cable 25 Three -conductor shielded cable (3CS) for the detector circuit for optical fire preemption 26 receivers shall consist of three 20 AWG conductors with aluminized mylar shield and 27 one No. 20 drain wire, all enclosed with an outer jacket. All wires shall be 7 X 28 28 stranded tinned copper material. Conductor insulation shall be rated 75°C, 600 volt. The 29 drain wire shall be uninsulated. Conductor color coding shall be yellow, blue, and 30 orange. DC resistance of any conductor or drain wire shall not exceed 11 ohms per 31 1,000 -feet. Capacitance from one conductor to the other two conductors and shield shall 32 not exceed 48 pf per foot. The jacket shall be rated 80 degree C, 600 volt, with a 33 minimum average wall thickness of 0.045 -inch. The finished outside diameter of the 34 cable shall be 0.3 -inch maximum. 35 36 9-29.3(2)1 Twisted Pair Communications Cable 37 Twisted Pair Communications Cable shall meet RUS Specification 1755.390 and shall 38 be AWG22 conductor. The cable shall have a petroleum compound completely filling 39 the inside of the cable and rated for OSP (Outside Plant) applications. 40 41 9-29.6 Light and Signal Standards 42 This section is supplemented with the following: 43 44 Materials for steel light and signal standards, and associated anchorage and fastening 45 hardware, shall conform to Sections 9-29.6(1), 9-29.6(2) and 9-29.6(5) unless otherwise 46 specified in one of the following documents: 47 48 1. The steel light and signal standard fabricator's pre -approved plan as approved 49 by the Washington State Department of Transportation and as identified in the 50 Special Provisions. 51 1 2. The steel light and signal standard fabricator's shop drawing submittal, 2 including supporting design calculations, as submitted in accordance with 3 Sections 6-01.9 and 8-20.2(1) and the Special Provisions, and as approved by 4 the Engineer. 5 6 SECTION 9-30, WATER DISTRIBUTION MATERIALS 7 December 1, 2008 8 9-30.3(1) Gate Valves (3 -inches to 16 -inches) 9 The second paragraph is revised to read: 10 11 The Contractor shall provide an affidavit of compliance stating that the valve furnished 12 fully complies with AWWA C509 or AWWA C515. 13 14 SECTION 9-34, PAVEMENT MARKING MATERIAL 15 April 6, 2009 16 9-34.2(4) Temporary Pavement Marking Paint 17 This section is revised to read: 18 19 Paint used for temporary pavement marking shall conform to the requirements of 20 Section 9-34.2. 21 22 9-34.5 Temporary Pavement Marking Tape 23 The third sentence is deleted. 24 25 9-34.6 Temporary Raised Pavement Markers 26 The eighth and ninth sentences in the first paragraph are deleted. 27 28 SECTION 9-35, TEMPORARY TRAFFIC CONTROL MATERIALS 29 December 1, 2008 30 9-35.2 Construction Signs 31 The fourth paragraph is revised to read: 32 33 The use of plywood, fiberglass reinforced plastic, fabric rollup signs, and any other 34 previously approved sign materials except aluminum or aluminum composite is 35 prohibited. 36 37 9-35.14 Portable Temporary Traffic Control Signal 38 The third sentence in the eighth paragraph is revised to read: 39 40 A highly retroreflective yellow strip, 3 -in wide, shall be placed around the perimeter of 41 the face of all vehicle signal backplates to project a rectangular image at night towards 42 oncoming traffic. 43 e p r r— wr SPECIALPROVISIONS............................................................................................................10 we 1-01 DEFINITIONS AND TERMS...........................................................................................10 'rr 1-01.1 General.............................................................................................................................10 1-01.3 Definitions........................................................................................................................10 .r. 1-02 BID PROCEDURES AND CONDITIONS......................................................................12 1-02.1 Prequalification of bidders.............................................................................................12 1-02.2 Plans and Specifications.................................................................................................12 as 1-02.5 Proposal Forms...............................................................................................................13 1-02.6 Preparation of Proposal.................................................................................................13 +r 1-04.3 Contractor -Discovered Discrepancies...........................................................................17 1-02.6(1) Proprietary Information............................................................................................13 1-02.7 Bid Deposit......................................................................................................................14 1-02.9 Delivery of Proposal.......................................................................................................14 1-02.12 Public Opening of Proposals........................................................................................14 ar 1-02.13 Irregular Proposals.......................................................................................................14 rrr 1-02.14 Disqualification of Bidders...........................................................................................15 r 1-02.15 Pre Award Information................................................................................................15 wr 1-03 AWARD AND EXECUTION OF CONTRACT..............................................................15 we 1-03.1 Consideration of bids......................................................................................................15 1-03.2 Award of Contract..........................................................................................................16 1-03.3 Execution of Contract.....................................................................................................16 go 1-03.4 Contract Bond.................................................................................................................16 1-03.7 Judicial Review...............................................................................................................17 as 1-04 SCOPE OF WORK...........................................................................................................17 1-04.2 Coordination of Contract Documents..........................................................................17 am 1-04.3 Contractor -Discovered Discrepancies...........................................................................17 1-04.4 Changes............................................................................................................................17 1-04.8 Progress Estimates and Payments.................................................................................18 1-04.11 Final Cleanup................................................................................................................18 1-05 CONTROL OF WORK.....................................................................................................18 1-05.4 Conformity With and Deviation from Plans and Stakes.............................................18 rrr 1-05.4(3) Contractor Supplied Surveying................................................................................19 1-05.4(4) Contractor Provided As -Built Information.............................................................19 1-05.7 Removal of Defective and Unauthorized Work............................................................20 1-05.10 Guarantees....................................................................................................................21 wr w 1-05.11 Final Inspection.............................................................................................................21 44 1-05.11(1) Substantial Completion Date...................................................................................21 1-05.11(2) Final Inspection and Physical Completion Date....................................................22 q 1-05.11(3) Operational Testing..................................................................................................22 1-05.12 Final Acceptance...........................................................................................................23 1-05.13 Superintendents, Labor and Equipment of Contractor............................................23 1-05.14 Cooperation with Other Contractors..........................................................................23 1-05.16 Water and Power..........................................................................................................23 1-05.17 Oral Agreements...........................................................................................................23 1-05.18 Contractor's Daily Dia 1-06 CONTROL OF MATERIAL............................................................................................25 1-06.1 Approval of Materials Prior to Use...............................................................................25 1-06.2(1) Samples and Tests for Acceptance............................................................................25 1-06.2(2) Statistical Evaluation of Materials for Acceptance.................................................25 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC .......................25 1-07.1 Laws to be Observed......................................................................................................25 1-07.2 State Sales Tax.................................................................................................................26 1-07.2(1) General........................................................................................................................26 1-07.2(2) State Sales Tax - Rule 171.........................................................................................27 1-07.2(3) State Sales Tax - Rule 170.........................................................................................27 1-07.2(4) Services........................................................................................................................27 1-07.6 Permits and Licenses......................................................................................................27 1-07.9 Wages...............................................................................................................................28 1-07.9(5) Required Documents..................................................................................................28 1-07.11 Requirements for Non-Discrimination........................................................................28 1-07.11(11) City of Renton Affidavit of Compliance...............................................................28 1-07.12 Federal Agency Inspection...........................................................................................28 1-07.13 Contractor's Responsibility for Work.........................................................................28 1-07.13(1) General......................................................................................................................28 1-07.15 Temporary Water Pollution/Erosion Control.............................................................28 1-07.16 Protection and Restoration of Property......................................................................29 1-07.16(l) Private/Public Property...........................................................................................29 1-07.17 Utilities and Similar Facilities......................................................................................30 1-07.17(1) Interruption of Services...........................................................................................31 1-07.18 Public Liability and Property Damage Insurance.............:.......................................31 2 ON No1-07.18(1) General......................................................................................................................31 1-07.18(2) Coverages..................................................................................................................32 1-07.18(3) Limits........................................................................................................................33 1-07.18(4) Evidence of Insurance: ............................................................................................ 34 1-07.22 Use of Explosives...........................................................................................................34 r 1-07.23 Public Convenience and Safety....................................................................................34 3 1-07.23(1) Construction Under Traffic.....................................................................................34 go 1-07.23(2) Construction and Maintenance of Detours............................................................36 1-07.24 Rights of Way................................................................................................................36 go 1-08 PROSECUTION AND PROGRESS................................................................................37 1-08.0 Preliminary Matters.......................................................................................................37 rrr1-08.0(1) Preconstruction Conference......................................................................................37 1-08.0(2) Hours of Work............................................................................................................38 1-08.0(3) Reimbursement for Overtime Work of Contracting Agency Employees..............38 1-08.1 Subcontracting................................................................................................................38 Assignment......................................................................................................................39 wi1-08.2 1-08.3 Progress Schedule...........................................................................................................39 1-08.4 Notice to Proceed and Prosecution of the Work...........................................................40 wir 1-08.5 Time For Completion.....................................................................................................40 1-08.6 Suspension of Work........................................................................................................42 1-08.7 Maintenance During Suspension...................................................................................42 1-08.9 Liquidated Damages.......................................................................................................42 1-08.11 Contractor's Plant and Equipment.............................................................................42 1-08.12 Attention to Work.........................................................................................................43 �.. 1-09 MEASUREMENT AND PAYMENT............................................................................... 43 1-09.1 Measurement of Quantities............................................................................................43 v„r 1-09.3 Scope of Payment............................................................................................................ 44 1-09.6 Force Account.................................................................................................................. 44 Mobilization....................................................................................................................44 +rr1-09.7 1-09.9 Payments..........................................................................................................................45 1-09.9(1) Retainage....................................................................................................................46 1-09.9(2) Contracting Agency's Right to Withhold and Disburse Certain Amounts ...........46 1-09.9(3) Final Payment.............................................................................................................47 1-09.11 Disputes and Claims 48 1-09.11(2) Claims........................................................................................................................48 �w 3 1-09.11(3) Time Limitations and Jurisdiction..........................................................................48 1t 1-09.13 Claims and Resolutions................................................................................................. 48 1-09.13(3) Claims $250,000 or Less..........................................................................................48 Responsibility for surveys..........................................................................................64 1-09.13(3)A Administration of Arbitration.............................................................................. 48 1-09.13(3)B Procedures to Pursue Arbitration........................................................................48 1-09.14 Payment Schedule.........................................................................................................50 Subdivision Information............................................................................................64 1-09.14(1) Scope..........................................................................................................................50 1-11.1(4) 1-09.14(2) Bid Items................................................................................................................... 50 1-10 TEMPORARY TRAFFIC CONTROL............................................................................62 Corners and Monuments...........................................................................................65 1-10.1 General............................................................................................................................62 1-11.1(6) 1-10.2(1)B Traffic Control Supervisor.....................................................................................63 1-10.2(2) Traffic Control Plans.................................................................................................63 Precision Levels.......................................................................................................... 1-10.3 Flagging, Signs, and All Other Traffic Control Devices .............................................. 63 1-10.3(3) Construction Signs.....................................................................................................63 1-10.4 Measurement...................................................................................................................63 Radial Topography.....................................................................................................66 1-10.5 Payment...........................................................................................................................64 1-11 RENTON SURVEYING STANDARDS...........................................................................64 1-11.1(1) Responsibility for surveys..........................................................................................64 1-11.1(2) Survey Datum and Precision.....................................................................................64 1-11.1(3) Subdivision Information............................................................................................64 1-11.1(4) Field Notes...................................................................................................................65 1-11.1(5) Corners and Monuments...........................................................................................65 1-11.1(6) Control or Base Line Survey.....................................................................................65 1-11.1(7) Precision Levels.......................................................................................................... 66 1-11.1(8) Radial and Station -- Offset Topography.................................................................66 1-11.1(9) Radial Topography.....................................................................................................66 1-11.1(10) Station --Offset Topography.....................................................................................66 1-11.1(11) As -Built Survey.........................................................................................................66 1-11.1(12) Monument Setting and Referencing.......................................................................67 1-11.12 Materials........................................................................................................................67 1-11.12(1) Property/Lot Corners.............................................................................................. 67 1-11.12(2) Monuments............................................................................................................... 67 1-11.12(3) Monument Case and Cover.....................................................................................67 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP ............................................ 67 2-01.1 Description......................................................................................................................67 4 an 2-01.2 Disposal of Usable Material and Debris.......................................................................68 2-01.5 Payment...........................................................................................................................68 fm 5-04.2 Materials..........................................................................:...............................................72 5-04.3 Construction Requirements...........................................................................................72 5-04.3(5) Conditioning the Existing Surface............................................................................73 5-04.3(5)A Preparation of Existing Surface.............................................................................73 r. 5-04.3(7)A Mix Design............................................................................................................... 74 5-04.3(8)A Acceptance Sampling and Testing—HMA Mixture.............................................74 rr5-04.3(10)B Control....................................................................................................................74 5-04.5 Payment...........................................................................................................................74 5-04.5(1)A Price Adjustments for Quality of HMA Mixture..................................................74 5-04.5(1)B Price Adjustments for Quality of HMA Compaction...........................................75 5-06 TEMPORARY RESTORATION IN PAVEMENT AREAS ........................................... 75 rwr 5-06.1 Description......................................................................................................................75 5-06.2 Materials..........................................................................................................................76 go 5-06.3 Construction Requirements...........................................................................................76 7-01 DRAINS..............................................................................................................................76 w 5 M 2-02 REMOVAL OF STRUCTURE AND OBSTRUCTIONS...............................................68 2-02.3(3) Removal of Pavement, Sidewalks, and Curbs.........................................................68 Measurement...................................................................................................................68 err2-02.4 2-02.5 Payment...........................................................................................................................68 2-03 ROADWAY EXCAVATION AND EMBANKMENT.....................................................69 2-03.3 Construction Requirements...........................................................................................69 2-03.4 Measurement...................................................................................................................70 .r 2-03.5 Payment...........................................................................................................................70 2-04 HAUL..................................................................................................................................70 w2-04.5 Payment...........................................................................................................................70 2-06 SUBGRADE PREPARATION......................................................................................... 70 No2-06.5 Measurement and Payment.......................................................................................... 70 2-09 STRUCTURE EXCAVATION..........................................................................................71 Description...................................................................................................................... 71 wr2-09.1 2-09.3(1)D Disposal of Excavated Material............................................................................. 71 2-09.4 Measurement...................................................................................................................71 .r� 2-09.5 Payment...........................................................................................................................71 5-04 ASPHALT CONCRETE PAVEMENT............................................................................ 72 fm 5-04.2 Materials..........................................................................:...............................................72 5-04.3 Construction Requirements...........................................................................................72 5-04.3(5) Conditioning the Existing Surface............................................................................73 5-04.3(5)A Preparation of Existing Surface.............................................................................73 r. 5-04.3(7)A Mix Design............................................................................................................... 74 5-04.3(8)A Acceptance Sampling and Testing—HMA Mixture.............................................74 rr5-04.3(10)B Control....................................................................................................................74 5-04.5 Payment...........................................................................................................................74 5-04.5(1)A Price Adjustments for Quality of HMA Mixture..................................................74 5-04.5(1)B Price Adjustments for Quality of HMA Compaction...........................................75 5-06 TEMPORARY RESTORATION IN PAVEMENT AREAS ........................................... 75 rwr 5-06.1 Description......................................................................................................................75 5-06.2 Materials..........................................................................................................................76 go 5-06.3 Construction Requirements...........................................................................................76 7-01 DRAINS..............................................................................................................................76 w 5 M 7-01.2 Materials..........................................................................................................................76 i 7-01.3 Construction Requirements...........................................................................................76 7-01.4 Measurement...................................................................................................................76 7-02 CULVERTS........................................................................................................................77 7-02.2 Materials..........................................................................................................................77 7-04 STORM SEWERS.............................................................................................................77 7-04.2 Materials..........................................................................................................................77 7-04.4 Measurement...................................................................................................................77 7-04.5 Payment...........................................................................................................................77 7-05 MANHOLES, INLETS, AND CATCH BASINS............................................................ 78 7-05.3 Construction Requirements...........................................................................................78 7-05.3(1) Adjusting Manholes and Catch Basins to Grade....................................................78 7-05.3(2) Abandon Existing Manholes..................................................................................... 79 7-05.3(2)A Abandon Existing Sanitary Sewer Pipes............................................................... 79 7-05.3(3) Connections to Existing Manholes............................................................................79 7-05.3(5) Manhole Coatings...................................................................................................... 80 7-05.4 Measurement...................................................................................................................80 7-05.5 Payment...........................................................................................................................80 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS...............................................81 7-08.3 Construction Requirements...........................................................................................81 7-08.3(1)C Bedding the Pipe......................................................................................................81 7-08.3(1)D Pipe Foundation..................................................................................................... 81 7-08.3(2)A Survey Line and Grade...........................................................................................81 7-08.3(2)B Pipe Laying — General............................................................................................. 81 7-08.3(2)E Rubber Gasketed Joints..........................................................................................82 7-08.3(2)H Sewer Line Connections......................................................................................... 82 7-08.3(2)J Placing PVC Pipe.....................................................................................................82 7-08.3(3)A Backfilling Sanitary Sewer Trenches.....................................................................82 7-08.4 Measurement...................................................................................................................83 7-08.5 Payment...........................................................................................................................83 7-09 PIPE AND FITTINGS FOR WATER MAINS................................................................84 7-09.3(15)A Ductile Iron Pipe....................................................................................................84 7-09.3(15)B Polyvinyl Chloride (PVC) Pipe (4 inches and Over) .......................................... 84 rrr 7-09.3(17) Laying Ductile Iron Pipe and Fittings with Polyethylene.....................................84 7-09.3(19)A Connections to Existing Mains.............................................................................84 tri 6 7-09.3(21) Concrete Thrust Blocking and Dead -Man Block..................................................85 7-09.3(23) Hydrostatic Pressure Test........................................................................................85 7-09.3(24)A Flushing and...........................................................................................................86 7-09.3(24)D Dry Calcium Hypochlorite...................................................................................86 7-09.3(24)K Retention Period....................................................................................................86 rr 7-09.3(24)N Final Flushing and Testing................................................................................... 86 7-09.3(25) Joint Restraint Systems........................................................................................... 87 ori► 7-09.4 Measurement...................................................................................................................88 7-09.5 Payment........................................................................................................................... 88 +irrr 7-12 VALVES FOR WATER MAINS.......................................................................................89 7-12.3(1) Installation of Valve Marker Post.............................................................................89 r 7-12.3(2) Adjust Existing Valve Box to Grade.........................................................................89 7-12.4 Measurement...................................................................................................................89 rw7-12.5 Payment...........................................................................................................................90 7-14 HYDRANTS.......................................................................................................................90 7-14.3(1) Setting Hydrants........................................................................................................90 7-14.3(3) Resetting Existing Hydrants.....................................................................................91 7-14.3(4) Moving Existing Hydrants........................................................................................ 91 rn 7-14.5 Payment...........................................................................................................................91 7-15 SERVICE CONECTIONS................................................................................................91 �r 7-15.3 Construction Details....................................................................................................... 91 7-15.5 Payment...........................................................................................................................92 7-17 SANITARY SEWERS ..................................... ..................................................................92 7-17.2 Materials..........................................................................................................................92 rr 7-17.3 Construction Requirements...........................................................................................92 7-17.3(1) Protection of Existing Sewerage Facilities...............................................................92 �. 7-17.3(2)H Television Inspection...............................................................................................92 7-17.4 Measurement...................................................................................................................93 Payment...........................................................................................................................93 r7-17.5 8-09 RAISED PAVEMENT MARKERS.................................................................................. 93 8-09.5 Payment...........................................................................................................................93 of 8-13 MONUMENT CASES.......................................................................................................94 8-13.1 Description...................................................................................................................... 94 sr 8-13.3 Construction Requirements...........................................................................................94 8-13.4 Measurement...................................................................................................................94 +err 7 8-13.5 Payment...........................................................................................................................94 8-14 CEMENT CONCRETE SIDEWALKS...........................................................................94 8-14.3(4) Curing......................................................................................................................... 94 8-14.4 Measurement...................................................................................................................95 8-14.5 Payment...........................................................................................................................95 8-17 IMPACT ATTENUATOR SYSTEMS.............................................................................. 95 8-17.5 Payment...........................................................................................................................95 8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL ................. 95 8-20.2(1) Equipment List and Drawings..................................................................................95 8-22 PAVEMENT MARKING.................................................................................................. 96 8-22.1 Description......................................................................................................................96 8-22.3(5) Installation Instructions............................................................................................96 8-22.5 Payment...........................................................................................................................97 8-23 TEMPORARY PAVEMENT MARKINGS.....................................................................97 8-23.5 Payment...........................................................................................................................97 9-03.8(7) HMA Tolerances and Adjustments............................................................................97 9-05 DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS....................................98 9-05.4 Steel Culvert Pipe and Pipe Arch(RC)......................................................................... 98 9-05.7(2) Reinforced Concrete Storm Sewer Pipe(RC)..........................................................98 9-05.7(2)A Basis for Acceptance (RC)...................................................................................... 98 9-05.7(3) Concrete Storm Sewer Pipe Joints (RC).................................................................. 98 9-05.7(4) Testing Concrete Storm Sewer Pipe Joints (RC) ..................................................... 98 9-05.9 Steel Spiral Rib Storm Sewer Pipe(RC).......................................................................98 9-05.12 Polyvinyl Chloride (PVC) Pipe....................................................................................99 9-05.12(3) CPEP Sewer Pipe..................................................................................................... 99 9-05.14 ABS Composite Sewer Pipe.......................................................................................... 99 9-05.17 Aluminum Spiral Rib Storm Sewer Pipe....................................................................99 9-05.22 High Density Polyethylene Piping.............................................................................100 9-08 PAINTS.............................................................................................................................101 9-08.8 Manhole Coating System Products.............................................................................101 9-08.8(1) Coating Systems Specification................................................................................101 9-23 CONCRETE CURING MATERIALS AND ADMIXTURES .....................................101 9-23.9 Fly Ash(RC)..................................................................................................................101 9-30 WATER DISTRIBUTION MATERIALS......................................................................102 9-30.3(1) Gate Valves (3inches to 12 inches)..........................................................................102 8 No9-30.3(3) Butterfly Valves........................................................................................................102 9-30.3(5) Valve Marker Posts..................................................................................................103 9-30.3(7) Combination Air Release/Air Vacuum Valves .......................................................103 9-30.3(8) Tapping Sleeve and Valve Assembly.......................................................................103 9-30.3(9) Blow -Off Assembly...................................................................................................103 9-30.5 Hydrants........................................................................................................................103 9-30.5(1) End Connections(RC).............................................................................................103 err 9-30.5(2) Hydrant Dimensions................................................................................................104 9-30.6(3)B Polyethylene Pipe...................................................................................................104 �r 9-30.6(4) Service Fittings.........................................................................................................104 9-30.6(5) Meter Setters............................................................................................................104 w. 10 REMOVAL OF UTILITY LOCATE MARKINGS FROM SIDEWALKS REQUIRED .....................................................................................................................................................104 to do M w 09/28/2009 SPECIAL PROVISIONS 1-01 DEFINITIONS AND TERMS 1-01.1 General Section 1-01.1 is supplemented with: Whenever reference is made to the State, State of Washington, Commission, Department of Transportation, Secretary of Transportation, Owner, Contracting Agency or Engineer, such reference shall be deemed to mean the City of Renton acting through its City Council, employees, and duly authorized representatives for all contracts administered by the City of Renton. All references to "State Materials Laboratory" shall be revised to read "Contracting Agency designated location". 1-01.3 Definitions Section 1-01.3 is revised and supplemented by the following: Act of God "Act of God" means an earthquake, flood, cyclone, or other cataclysmic phenomenon of nature. A rain, windstorm, high water or other natural phenomenon of unusual intensity for the specific locality of the Work, which might reasonably have been anticipated from historical records of the general locality of the Work, shall not be construed as an act of god. Consulting Engineer The Contracting Agency's design consultant, who may or may not administer the construction program for the Contracting Agency. Contract Documents See definition for "Contract". Contract Price Either the unit price, the unit prices, or lump sum price or prices named in the proposal, or in properly executed change orders. Contract Time The period of time established by the terms and conditions of the Contract within which the Work must be physically completed. Dates Bid Opening Date: The date on which the Contracting Agency publicly opens and reads the bids. Award Date: The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive Bidder for the Work. Contract Execution Date: The date the Contracting Agency officially binds the agency to the Contract. Notice to Proceed Date: The date stated in the Notice to Proceed on which the Contract Time begins. Substantial Completion Date: The day the Engineer determines the Contracting Agency has full and unrestricted use and benefit of the facilities, both from the operational and safety standpoint, and only minor incidental Work, replacement of temporary substitute facilities, or correction or repair remains for the physical completion of the total contract. 10 M - fwr 09/28/2009 Contract Completion Date: The date by which the Work is contractually required to be physically completed. The Contract Completion Date will be stated in the Notice to Proceed. Revisions of this date will be authorized in writing by the Engineer whenever there is an extension to the Contract time. Completion Date: The day all the Work specified in the Contract is completed and all the M W obligations of the Contractor under the Contract are fulfilled by the Contractor. 0r► Final Acceptance Date: The date the Contracting Agency accepts the Work as complete per the Contract requirements. to Day Unless otherwise designated, day(s) as used in the Contract Documents, shall be understood to mean working days. +r Engineer The City Engineer or duly authorized representative, or an authorized member of a licensed consulting firm retained by the Owner for the construction engineering of a specific public works project. Inspector The Owner's authorized representative assigned to make necessary observations of the Work performed or being performed, or of materials furnished or being furnished by the Contractor. Notice of Award: The written notice from the Contracting Agency to the successful bidder signifying w. the Contracting Agency's acceptance of the bid. Notice to Proceed: The written notice from the Contracting Agency or the Engineer to the Contractor authorizing and directing the Contractor to proceed with Work and establishing the date on which the Contract time begins. Or Equal Where the term "or equal" is used herein, the Contracting Agency, or the Contracting Agency on recommendation of the Engineer, shall be the sole judge of the quality and suitability of the proposed substitution. The responsibility and cost of furnishing necessary evidence, demonstrations, or other information required to obtain the approval of alternative materials or processes by the Owner shall �. be entirely borne by the Contractor. Owner The City of Renton or its authorized representative also referred to as Contracting Agency. aw Performance and Payment Bond Same as "Contract Bond" defined in the Standard Specifications. irr► Plans The Contract Plans and/or Standard Plans which show location, character, and dimensions of prescribed Work including layouts, profiles, cross-sections, and other details. Drawings may either be err bound in the same book as the balance of the Contract Documents or bound in separate sets, and are a part of the Contract Documents, regardless of the method of binding. The terms "Standard Drawings" or "Standard Details" generally used in Specifications refers to drawings bound either with the specification documents or included with the Plans or the City of Renton Standard Plans. Points Wherever reference is made to the Engineer's points, this shall mean all marks, bench marks, reference points, stakes, hubs, tack, etc., established by the Engineer for maintaining horizontal and vertical control of the Work. M W 09/28/2009 Provide Means "furnish and install" as specified and shown in the Plans. Secretary, Secretary of Transportation The chief executive officer of the Department and other authorized representatives. The chief executive officer to the Department shall also refer to the Department of Public Works Administrator. Shop Drawings Same as "Working Drawings" defined in the Standard Specifications. Special Provisions Modifications to the Standard Specifications and their amendments that apply to an individual project. The special provisions may describe Work the Specifications do not cover. Such Work shall comply first with the Special Provisions and then with any Specifications that apply. The Contractor shall include all costs of doing this Work within the bid prices. State The state of Washington acting through its representatives. The State shall also refer to The City of Renton and its authorized representatives where applicable. Supplemental Drawings and Instructions Additional instructions by the Engineer at request of the Contractor by means of drawings or documents necessary, in the opinion of the Engineer, for the proper execution of the Work. Such drawings and instructions are consistent with the Contract Documents. Traffic Both vehicular and non -vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and equestrian traffic. Utility Public or private fixed improvement for the transportation of fluids, gases, power, signals, or communications and shall be understood to include tracks, overhead and underground wires, cables, pipelines, conduits, ducts, sewers, or storm drains. 1-02 BID PROCEDURES AND CONDITIONS 1-02.1 Prequalification of Bidders Delete this Section and replace it with the following: Bidders shall be qualified by experience, financing, equipment, and organization to do the Work called for in the Contract Documents. The Contracting Agency reserves the right to take whatever action it deems necessary to ascertain the ability of the bidder to perform the Work satisfactorily. 1-02.2 Plans and Specifications Delete this Section and replace it with the following: Information as to where Bid Documents can be obtained or reviewed will be found in the Call for Bids (Advertisement for Bids) for the Work. A 12 } w on 09/28/2009 After award of the Contract, Plans and Specifications will be issued to the Contractor at no cost as detailed below: oft To Prime Contractor No. of Sets Basis of Distribution Reduced Plans (11" x 17") and 4 Furnished automatically w contract provisions upon award completed by typing or shall be printed in ink by hand, preferably in black ink. The required Large Plans (22" x 34") 4 Furnished only upon 10 The Contracting Agency reserves the right to arrange the proposal forms with alternates and additives, request Additional Plans and Contract Provisions may be purchased by the Contractor by payment of the cost stated in the Call for Bids. �r 1-02.5 Proposal Forms Delete this Section and replace it with the following: At the request of the bidder, the Contracting Agency will provide a proposal form for any project on which the bidder is eligible to bid U "V The proposal form will identify the project and its location and describe the Work. It will also list estimated quantities, units of measurement, the items of Work, and the materials to be furnished at the unit bid prices. The bidder shall complete spaces on the proposal form that call for, but are not limited to, unit bid prices; extensions; summations; the total bid amount; signatures; date; and, where w applicable, retail sales taxes and acknowledgement of addenda; the bidder's name, address, telephone number, and signature; and a State of Washington Contractor's Registration Number. Bids shall be completed by typing or shall be printed in ink by hand, preferably in black ink. The required certifications are included as part of the proposal form. r The Contracting Agency reserves the right to arrange the proposal forms with alternates and additives, if such be to the advantage of the Contracting Agency. The bidder shall bid on all alternates and additives set forth in the proposal forms unless otherwise specified. Any correction to a bid made by inter]ineations, alteration, or erasure, shall be initialed by the signer of the bid. The bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner. +,r A bid by a corporation shall be executed in the corporate name, by the president or a vice president (Or other corporate officer accompanied by evidence of authority to sign). A bid by a partnership shall be executed in the partnership name, and signed by a partner. A copy of the partnership agreement shall be submitted with the Bid Form if any D/M/WBE requirements are to be satisfied through such an agreement. A bid by a joint venture shall be executed in the joint venture name and signed by a member of the joint venture. A copy of the joint venture agreement shall be submitted with the Bid Form if any D/W/MBE requirements are to be satisfied through such an agreement. 1-02.6 Preparation of Proposal The second paragraph is revised as follows: (******) All prices shall be in legible figures and words written in ink or typed. The proposal shall include: 1. A unit price for each item (omitting digits more than four places to the right of the decimal point), each unit price shall also be written in words; where a conflict arises the written words shall prevail. 1-02.6(1) Proprietary Information 1-02.6(1) is a new Section. Vendors should, in the bid proposal, identify clearly any material(s), which constitute "(valuable) formula, designs drawings, and research data" so as to be exempt from public disclosure, RCW rr U "V 09/28/2009 42.17.3 10, or any materials otherwise claimed to be exempt, along with a Statement of the basis for such claim of exemption. The Department (or State) will give notice to the vendor of any request for disclosure of such information received within 5 (five) years from the date of submission. Failure to so label such materials or failure to timely respond after notice of request for public disclosure has been given shall be deemed a waiver by the submitting vendor of any claim that such materials are, in fact, so exempt. 1-02.7 Bid Deposit Section 1-02.7 is supplemented with the following: Bid Bonds shall contain the following: 1. Number assigned to the project by the Contracting Agency; 2. Name of the project; 3. The Contracting Agency named as obligee; 4. The amount of the bid bond stated either as a dollar figure or as a percentage which represents five percent of the maximum bid amount that could be awarded; 5. Signature of the bidder's officer empowered to sign official statements. The signature of the person authorized to submit the bid should agree with the signature on the bond, and the title of the person must accompany said signature; 6. The signature of the surety's officer empowered to sign the bond form included in the Contract Provision. 1-02.9 Delivery of Proposal Revise the first paragraph to read: Each proposal shall be submitted in a stated in the Bid Documents, to ensure proper handling and delivery 1-02.12 Public Opening of Proposals Section 1-02.12 is supplemented with the following: The Contracting Agency reserves the right to postpone the date and time for bid opening Notification to bidder will be by addenda. 1-02.13 Irregular Proposals Revise item I to read: 1. A proposal will be considered irregular and will be rejected if: a. The bidder is not prequalified when so required; b. The authorized proposal form furnished by the Contracting Agency is not used or is altered; C. The complete proposal form contains any unauthorized additions, deletions, alternate bids, or conditions; d. The bidder adds provisions reserving the right to reject or accept the award, or enter into the Contract; e. A price per unit cannot be determined from the bid proposal; f. The proposal form is not properly executed; g. The bidder fails to submit or properly complete a subcontractor list, if applicable, as required in Section 1-2.6 h. The bidder fails to submit or properly complete a Disadvantaged, Minority or Women's Business Enterprise Certification, if applicable, as required in Section 1- 02.6; or i. The bid proposal does not constitute a definite and unqualified offer to meet the material terms of the bid invitation. d M 14 SMI 09/28/2009 ,, 1-02.14 Disqualification of Bidders Revise this section to read: 66 1. A bidder will be deemed not responsible and the proposal rejected if the bidder does not meet the responsibility criteria in RCW 39.04. 2. A bidder may be deemed not responsible and the proposal rejected if: a. More than one proposal is submitted for the same project from a bidder under the same or �'�" different names; b. Evidence of collusion exists with any other bidder or potential bidder. Participants in collusion will be restricted from submitting further bids; c. The bidder, in the opinion of the Contracting Agency, is not qualified for the Work or to the full extent of the bid, or to the extent that the bid exceeds the authorized prequalification amount as may have been determined by prequalification of the bidder; d. An unsatisfactory performance record exists based on past or current Contracting Agency rr Work or for Work done for others, as judged from the standpoint of conduct of the Work; workmanship; progress; affirmative action; equal employment opportunity practices; or Disadvantaged Enterprise, Minority Enterprise, or Women's Business Enterprise utilization. e. There is uncompleted Work (Contracting Agency or otherwise) which might hinder or prevent the prompt completion of the Work bid upon; f The bidder failed to settle bills for labor or materials on past or current contracts; g. The bidder has failed to complete a written public contract or has been convicted of a crime arising from a previous public contract; h. The bidder is unable, financially or otherwise, to perform the Work; i. A bidder is not authorized to do business in the State of Washington (not registered in me accordance with RCW 18.27) j. There are any other reasons deemed proper by the Contracting Agency. 1-02.15 Pre Award Information im Revise this section to read: Before awarding any contract, the Contracting Agency may require one or more of these items or AN actions o£ 1. A complete statement of the origin, composition, and manufacture of any or all materials to be used; 2. Samples of these materials for quality and fitness tests; 3. A progress schedule (in a form the Contracting Agency requires) showing the order of time required for the various phases of Work; 4. A breakdown of costs assigned to any bid item; 5. Attending at a conference with the Engineer or representatives of the Engineer; 6. Obtain. and furnish a copy of. a business license to do business in the citv and/or countv where the Work is located; 7. A copy of State of Washington Contractor's Registration; or 8. Any other information or action taken that is deemed necessary to ensure that the bidder is the lowest responsible bidder. 1-03 AWARD AND EXECUTION OF CONTRACT 1-03.1 Consideration of bids Section 1-03.1 is supplemented with the following: ift (******) All bids will be based on total sum of all schedules of prices. No partial bids will be accepted unless so stated in the call for bids or special provisions. The City reserves the right however to award all or any schedule of a bid to the lowest bidder at its discretion. 15 09/28/2009 1-03.2 Award of Contract Section 1-03.2 is supplemented with the following: The Contract, bond form, and all other forms requiring execution, together with a list of all other forms or documents required to be submitted by the successful bidder, will be forwarded to the successful bidder within 10 days of the award. The number of copies to be executed by the Contractor shall be determined by the Contracting Agency. 1-03.3 Execution of Contract Section 1-03.3 is revised and supplemented as follows: Within 10 calendar days after receipt from the City of the forms and documents required to be completed by the Contractor, the successful bidder shall return the signed Contracting Agency - prepared contract, an insurance certification as required by Section 1-07.18, and a satisfactory bond as required by law and Section 1-03.4. Before execution of the Contract by the Contracting Agency, the successful bidder shall provide any pre -award information the Contracting Agency may require under Section 1-02.15. Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor shall any Work begin within the project limits or within Contracting Agency -furnished sites. The Contractor shall bear all risks for any Work begun outside such areas and for any materials ordered before the Contract is executed by the Contracting Agency. If the bidder experiences circumstances beyond their control that prevents return of the Contract documents within 10 calendar days after the award date, the Contracting Agency may grant up to a maximum of 10 additional calendar days for return of the documents, provided the Contracting Agency deems the circumstances warrant it. The Contracting Agency is prohibited by RCW 39.06.010 from executing a contract with a Contractor who is not registered or licensed as required by the laws of the state. In addition, the Contracting Agency requires persons doing business with the Contracting Agency to possess a valid City of Renton business license prior to award. When the Bid Form provides spaces for a business license number, a Washington State Contractors registration number, or both the Bidder shall insert such information in the spaces provided. The Contracting Agency requires legible copies of the Contractor's Registration and business license be submitted to the Engineer as part of the Contracting Agency's post -award information and evaluation activities. 1-03.4 Contract Bond Revise the first paragraph to read: The successful bidder shall provide an executed contract bond for the full contract amount. This contract bond shall: 1. Be on the Contracting Agency -furnished form; 2. Be signed by an approved surety (or sureties) that: a. Is registered with the Washington State Insurance Commissioner, and b. Appears on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner; 3. Be conditioned upon the faithful performance of the Contract by the Contractor within the prescribed time; 4. Guarantee that the surety shall indemnify, defend, and protect the Contracting Agency against any claim of direct or indirect loss resulting from the failure: ZD a. Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors of the Contractor) to faithfully perform the Contract, or b. Of the Contractor (subcontractors, or lower tier subcontractors of the Contractor) to pay all laborers, mechanics, subcontractors, lower tie subcontractors, material person, or any 16 to 09/28/2009 other person who provides supplies or provisions for carrying out Work; 5. Be accompanied by a power of attorney for the Surety's officer empowered to sign the bond; and 6. Be signed by an officer of the Contractor empowered to sign official statements (sole proprietor or partner). If the Contractor is a corporation, the bond must be signed by the president or vice-president, unless accompanied by a written proof of the authority of the individual signing the bond to bind the corporation (i.e., corporate resolution, power of attorney or a letter to such effect by the president or vice-president). 1-03.7 Judicial Review Revise the last sentence to read: The venue of all causes of action arising from the advertisement, award, execution, and performance of the Contract shall be in the Superior Court of the County where the Contracting Agency's headquarters are located. 1-04 SCOPE OF WORK ' 1-04.2 Coordination of Contract Documents, Plans, Special Provisions Specifications, and Addenda Revise the second paragraph to read: err (******) Any inconsistency in the parts of the Contract shall be resolved by following this order of precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 1. Addenda 2. Proposal Form 3. Special Provisions 4. Contract Plans 5. Contracting Agency's Standard Plans (if any) 6. Amendments to the Standard Specifications 7. WSDOT/APWA Standard Specifications for Road, Bridge and Municipal Construction 8. WSDOT/APWA Standard Plans for Road, Bridge and Municipal Construction 1-04.3 Contractor -Discovered Discrepancies Section 1-04.3 is a new section: ice► Upon receipt of award of contract, the Contractor shall carefully study and compare all the components of the Contract Documents and other instructions, and check and verify all field measurements. The Contractor shall, prior to ordering material or performing Work, report in writing to the Engineer any error, inconsistency, or omission in respect to design or mode of construction, �" which is discovered. If the Contractor, in the course of this study or in the accomplishment of the Work, finds any discrepancy between the Plans and the physical condition of the locality as represented in the Plans, or any such errors or omissions in respect to design or mode of construction M in the Plans or in the layout as given by points and instructions, it shall be the Contractor's duty to inform the Engineer immediately in writing, and the Engineer will promptly check the same. Any Work done after such discovery, until correction of Plans or authorization of extra Work is given, if the Engineer finds that extra Work is involved, will be done at the Contractor's risk. If extra Work is im involved, the procedure shall be as provided in Section 1-04.4 of the Standard Specifications. 1-04.4 Changes The last two paragraphs are replaced with the following: to (******) Renton does not have a formal policy or guidelines on cost reduction alternatives, but will evaluate such proposals by the Contractor on a case-by-case basis. 1i 17 "n 09/28/2009 1-04.8 Progress Estimates and Payments Section 1-04.8 is supplemented as follows: The Contractor is encouraged to provide to the Engineer prior to progress payments an estimate of "Lump Sum" Work accomplished to date. The Engineer's calculations and decisions shall be final in regard to the actual percentage of any lump sum pay item accomplished and eligible for payment unless another specific method of calculating lump sum payments is provided elsewhere in the Specifications. 1-04.11 Final Cleanup Section 1-04.11 is supplemented as follows: All salvage material as noted on the Plans and taken from any of the discarded facilities shall, at the Engineer's discretion, be carefully salvaged and delivered to the City shops. Any cost incurred in salvaging and delivering such items shall be considered incidental to the project and no compensation will be made. The Contract price for "Finish and Cleanup, Lump Sum," shall be full compensation for all Work, equipment and materials required to perform final cleanup. If this pay item does not appear in the Contract Documents then final cleanup shall be considered incidental to the Contract and to other pay item and no further compensation shall be made. 1-05 CONTROL OF WORK 1-05.4 Conformity With and Deviation from Plans and Stakes Section 1-05.4 is supplemented with the following: If the project calls for the Contractor supplied surveying, the Contractor shall provide all required survey Work, including such Work as mentioned in Sections 1-05, 1-11 and elsewhere in these Specifications as being provided by the Engineer. All costs for this survey Work shall be included in "Contractor Supplied Surveying," per lump sum. The Engineer or the Contractor supplied surveyor will provide construction stakes and marks establishing lines, slopes, and grades as stipulated in Sections 1-05.4 and will perform such Work per Section 1-11. The Contractor shall assume full responsibility for detailed dimensions, elevations, and excavation slopes measured from the Engineer or the Contractor supplied surveyor furnished stakes and marks. The Contractor shall provide a work site, which has been prepared to permit construction staking to proceed in a safe and orderly manner. The Contractor shall keep the Engineer or the Contractor supplied surveyor informed of staking requirements and provide at least 48 hours notice to allow the Engineer or the Contractor supplied surveyor adequate time for setting stakes. The Contractor shall carefully preserve stakes, marks, and other reference points, including existing monumentation, set by Contracting Agency forces. The Contractor will be charged for the costs of replacing stakes, markers and monumentation that were not to be disturbed but were destroyed or damaged by the Contractor's operations. This charge will be deducted from monies due or to become due to the Contractor. Any claim by the Contractor for extra compensation by reason of alterations or reconstruction Work allegedly due to error in the Engineer's line and grade, will not be allowed unless the original control points set by the Engineer still exist, or unless other satisfactory substantiating evidence to prove the error was furnished by the Engineer. Three consecutive points set on line or grade shall be the minimum points used to determine any variation from a straight line or grade. Any such variation shall, upon discovery, be reported to the Engineer. In the absence of such report the Contractor shall be liable for any error in alignment or grade. +i A 09/28/2009 so The Contractor shall provide all surveys required other than those to be performed by the Engineer. All survey Work shall be done in accordance with Section 1-11 SURVEYING STANDARDS of these Specifications. The Contractor shall keep updated survey field notes in a standard field book and in a format set by the Engineer, per Section 1-11.1(4). These field notes shall include all survey Work performed by the Contractor's surveyor in establishing line, grade and slopes for the construction Work. Copies of these field notes shall be provided the Engineer upon request and upon completion of the Contract Work 01i the field book or books shall be submitted to the Engineer and become the property of the Contracting Agency. W,,; If the survey Work provided by the Contractor does not meet the standards of the Engineer, then the Contractor shall, upon the Engineer's written request, remove the individual or individuals doing the survey Work and the survey Work will be completed by the Engineer at the Contractor's expense. Costs for completing the survey Work required by the Engineer will be deducted from monies due or to become due the Contractor. All costs for survey Work required to be performed by the Contractor shall be included in the prices lio bid for the various items which comprise the improvement or be included in the bid item for "Contractor Supplied Surveying" per lump sum if that item is included in the contracts. 1-05.4(3) Contractor Supplied Surveying no Section 1-05.4(3) is a new section: When the Contract provides for Contractor Supplied Surveying, the Contractor shall supply the survey Work required for the project. The Contractor shall retain as a part of the Contractor n Organization an experienced team of surveyors under the direct supervision of a professional land surveyor licensed by the State of Washington. All survey Work shall be done in accordance with Sections 1-05.4 and 1-11. M The Contractor and/or the Surveyor shall inform the Engineer in writing of any errors, discrepancies, and omissions to the Plans that prevent the Contractor and/or the Surveyor from constructing the project in a manner satisfactory to the Engineer. All errors, discrepancies, and omissions must be corrected to the satisfaction of the Engineer before the survey Work may be continued. The Contractor shall coordinate his Work with the Surveyor and perform his operations in a manner to protect all survey stakes from harm. The Contractor shall inform the Surveyor of the Contractor's intent to remove any survey stakes and/or points before physically removing them. The Surveyor shall be responsible for maintaining As -Built records for the project. The Contractor shall coordinate his operations and assist the Surveyor in maintaining accurate As -Built records for the project. If the Contractor and the Surveyor fail to provide, as directed by the Engineer and/or these Plans and Specifications, accurate As -Built records and other Work the Engineer deems necessary, the Engineer may elect to provide at Contractor expense, a surveyor to provide all As -Built records and other Work as directed by the Engineer. The Engineer shall deduct expenses incurred by the Engineer -supplied surveying from monies owed to the Contractor. Payment per Section 1-04.1 for all Work and materials required for the full and complete survey Work required to complete the project and As -Built drawings shall be included in the lump sum price for "Construction Surveying, Staking, and As-Builts." 1-05.4(4) Contractor Provided As -Built Information Section 1-05.4(4) is a new section: It shall be the Contractors responsibility to record the location prior to the backfilling of the trenches, Z ,i 09/28/2009 by centerline station, offset, and depth below pavement, of all existing utilities uncovered or crossed during his Work as covered under this project. It shall be the Contractor's responsibility to have his Surveyor locate by centerline station, offset and elevation each major item of Work done under this contract per the survey standard of Section 1-11. Major items of Work shall include but not be limited to: Manholes, Catch basins and Inlets, Valves, vertical and Horizontal Bends, Junction boxes, Cleanouts, Side Sewers, Street Lights & Standards, Hydrants, Major Changes in Design Grade, Vaults, Culverts, Signal Poles, and Electrical Cabinets. After the completion of the Work covered by this contract, the Contractor's Surveyor shall provide to the City the hard covered field book(s) containing the as -built notes and one set of white prints of the project drawings upon which he has plotted the notes of the Contractor locating existing utilities, and one set of white prints of the project drawings upon which he has plotted the as -built location of the new Work as he recorded in the field book(s). This drawing shall bear the Surveyor's seal and signature certifying its accuracy. All costs for as -built Work shall be included in the Contract item "Construction Surveying, Staking, and As-Builts", lump sum. 1-05.7 Removal of Defective and/or Unauthorized Work Section 1-05.7 is supplemented as follows: Upon written notice from the Engineer, the Contractor shall promptly replace and re -execute Work by Contractor forces, in accordance with the intent of the Contract and without expense to the Owner, and shall bear the expense of making good all Work of other contractors destroyed or damaged by such removal or replacement. If the Contractor does not remove such condemned Work and materials and commence re-execution of the Work within 7 calendar days of written notice from the Engineer, or fails to perform any part of the Work required by the Contract Documents, the Owner may correct and remedy such Work as may be identified in the written notice, with Contracting Agency forces or by such other means as the Contracting Agency may deem necessary. In that case, the Owner may store removed material. Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying defective or unauthorized Work, or Work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from monies due, or to become due, the Contractor. Such direct and indirect costs shall include in particular, but without limitation, compensation for additional professional services required, and costs for repair and replacement of Work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized Work. If sufficient funds do not remain in the Contract and the Contractor does not pay the cost of such removal and storage within 10 calendar days from the date of the notice to the Contractor of the fact of such removal, the Owner may, upon an additional 10 calendar days written notice, sell such materials at public or private sale, and deduct all costs and expenses incurred from monies due to the Contractor, including costs of sale, and accounting to Contractor for the net proceeds remaining. The Owner may bid at any such sale. The Contractor shall be liable to the Owner for the amount of any deficiency from any funds otherwise due the Contractor. If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized Work corrected immediately, have the rejected Work removed and replaced, or have Work the Contractor refuses to perform completed by using Contracting Agency or other forces. An emergency situation is any situation when, in the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk of loss or damage to the public, the Property Owner and the Property Owner's property. 20 ':-1 ON 09/28/2009 No adjustment in contract time or compensation will be allowed because of the delay in the performance of the Work attributable to the exercise of the Contracting Agency's rights provided by this section. The rights exercised under the provisions of this section shall not diminish the Contracting Agency's right to pursue any other avenue for additional remedy or damages with respect to the Contractor's failure to perform the Work as required. 1-05.10 Guarantees Section 1-05.10 is supplemented as follows: If within one year after the Acceptance Date of the Work by the Contracting Agency, defective and/or unauthorized Work is discovered, the Contractor shall promptly, upon written order by the Contracting Agency, return and in accordance with the Engineer's instructions, either correct such Work, or if such Work has been rejected by the Engineer, remove it from the project site and replace it with non -defective and authorized Work, all without cost to the Contracting Agency. If the Contractor does not promptly comply with the written order to correct defective and/or unauthorized Work, or if an emergency exists, the Contracting Agency reserves the right to have defective and/or unauthorized Work corrected or removed and replaced pursuant to Section 1-05.7 "Removal of Defective and/or Unauthorized Work." The Contractor agrees the above one year limitation shall not exclude or diminish the Contracting Agency's rights under any law to obtain damages and recover costs resulting from defective and/or unauthorized Work discovered after one year but prior to the expiration of the legal time period set forth in RCW 4.16.040 limiting actions upon a contract in writing, or liability expressed of implied arising out of a written agreement. The Contractor shall warrant good title to all materials, supplies, and equipment purchased for, or incorporated in the Work. Nothing contained in this paragraph, however, shall defeat or impair the right of persons furnishing materials or labor, to recover under any bond given by the Contractor for their protection, or any rights under any law permitting such persons to look to funds due the Contractor in the hands of the Contracting Agency. The provisions of this paragraph shall be inserted in all subcontracts and material contracts, and notice of its provisions shall be given to all persons furnishing materials for the Work when no formal contract is entered into for such materials. 1-05.11 Final Inspection 1-05.11(1) Substantial Completion Date Section 1-05.11(1) is a new section: When the Contractor considers the Work to be substantially complete, the Contractor shall so notify the Engineer and request the Engineer establish the Substantial Completion Date. The Engineer will schedule an inspection of the Work with the Contractor to determine the status of completion. To be considered substantially complete the following conditions must be met: 1. The Contracting Agency must have frill and unrestricted use and benefit of the facilities both from the operational and safety standpoint. 2. Only minor incidental Work, replacement of temporary substitute facilities, or correction of repair Work remains to reach physical completion of the Work. The Contractor's request shall list the specific items of Work in subparagraph two above that remains to be completed in order to reach physical completion. The Engineer may also establish the Substantial Completion Date unilaterally. If after this inspection, the Engineer concurs with the Contractor that the Work is substantially trr 21 wr 09/28/2009 complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial Completion Date. If, after this inspection the Engineer does not consider the Work substantially complete and ready for its intended use, the Engineer will, by written notice, so notify the Contractor giving the reasons therefore. Upon receipt of written notice concurring in or denying substantial completion, whichever is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption, the Work necessary to reach Substantial and Physical Completion. The Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the Work. The above process shall be repeated until the Engineer establishes the Substantial Completion Date and the Contractor considers the Work physically complete and ready for Final Inspection. 1-05.11(2) Final Inspection and Physical Completion Date Section 1-05.11(2) is a new Section: When the Contractor considers the Work physically complete and ready for Final Inspection, the Contractor, by Written Notice, shall request the Engineer to schedule a final inspection. The Engineer will set a date for Final Inspection. The Engineer and the Contractor will then make a final inspection and the Engineer will notify the Contractor in writing of all particulars in which the Final Inspection reveals the Work incomplete or unacceptable. The Contractor shall immediately take such corrective measures as are necessary to remedy the listed deficiencies. Corrective Work shall be pursued vigorously, diligently, and without interruption until physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied the listed deficiencies have been corrected. If action to correct the listed deficiencies is not initiated within 7 days after receipt of the Written Notice listing the deficiencies, the Engineer may, upon Written Notice to the Contractor, take whatever steps are necessary to correct those deficiencies pursuant to Section 1-05.8. The Contractor will not be allowed an extension of contract time because of a delay in the performance of the Work attributable to the exercise of the Engineer's right hereunder. Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting Agency, in writing, of the date upon which the Work was considered physically complete, that date shall constitute the Physical Completion Date of the Contract, but shall not imply all the obligations of the Contractor under the Contract have been fulfilled. 1-05.11(3) Operational Testing Section 1-05.11(3) is a new section: Unless otherwise noted in the Contract Documents, the Contractor shall give the Engineer a minimum of 3 working days' notice of the time for each test and inspection. If the inspection is by another authority than the Engineer, the Contractor shall give the Engineer a minimum of 3 working days' notice of the date fixed for such inspection. Required certificates of inspection by other authority than the Engineer shall be secured by the Contractor. It is the intent of the Contracting Agency to have at the Physical Completion Date a complete and operable system. Therefore, when the Work involves the installation of machinery or other i mechanical equipment; street lighting, electrical distribution or signal systems; irrigation systems; buildings; or other similar Work, it may be desirable for the Engineer to have the Contractor operate and test the Work for a period of time, after final inspection but prior to the physical completion date. r Whenever items of Work are listed in the Contract Provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment which prove faulty, or that are not in first class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be 22 as 09/28/2009 �r. tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing, shall be included in the unit contract prices related to the system being tested, unless specifically set forth otherwise in the proposal. Operational and test periods, when required by the Engineer, shall not affect a manufacturer's guaranties or warranties furnished under the terms of the Contract. 1-05.12 Final Acceptance The third and fourth sentences in paragraph 1 are deleted and replaced with: The Final Acceptance date shall be that date in which the Renton City Council formally approves acceptance of the Contract. 1-05.13 Superintendents, Labor and Equipment of Contractor Revise the seventh paragraph to read: r Whenever the Contracting Agency evaluates the Contractor's qualifications pursuant to Section 1- 02.1, the Contracting Agency will take these performance reports into account. 1-05.14 Cooperation with Other Contractors Section 1-05.14 is supplemented as follows: The Contractor shall afford the Owner and other contractors working in the area reasonable opportunity for the introduction and storage of their materials and the execution of their respective Work, and shall properly connect and coordinate the Contractor's Work with theirs. Other utilities, districts, agencies, and contractors who may be working within the project area are: 1. Puget Sound Energy (gas and electric) 2. AT&T Broadband 3. Qwest Communications 4. City of Renton (water, sewer, transportation) 5. Soos Creek Sewer and Water District 6. Cedar River Sewer and Water District 7. Skyway Sewer and Water District 8. Private contractors employed by adjacent property owners The Contractor shall coordinate with City of Renton on tying into any existing electrical service cabinet. 1-05.16 Water and Power Section 1-05.16 is a new Section: The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the Work, unless the Contract includes power and water as a pay item. 1-05.17 Oral Agreements Section 1-05.17 is a new section: M 23 09/28/2009 No oral agreement or conversation with any officer, agent, or employee of the Contracting Agency, either before or after execution of the Contract, shall affect or modify any of the terms or obligations contained in any of the documents comprising the Contract. Such oral agreement or conversation i shall be considered as unofficial information and in no way binding upon the Contracting Agency, unless subsequently put in writing and signed by the Contracting Agency. 1-05.18 Contractor's Daily Diary Section 1-05.18 is a new section: The Contractor and subcontractors shall maintain and provide to the Engineer a Daily Diary Record of this Work. This diary will be created by pen entries in a hardbound diary book of the type that is commonly available through commercial outlets. The diary must contain the Project and Number; if the diary is in loose-leaf form, this information must appear on every page. The diary must be kept and maintained by the Contractor's designated project superintendent(s). Entries must be made on a daily basis and must accurately represent all of the project activities on each day. At a minimum, the diary shall show on a daily basis: 1. The day and date. 2. The weather conditions, including changes throughout the day. 3. A complete description of Work accomplished during the day with adequate references to the Plans and Contract Provisions, so that the reader can easily and accurately identify said Work in the Plans. Identify location/description of photographs or videos taken that day. 4. An entry for each and every changed condition, dispute or potential dispute, incident, accident, or occurrence of any nature whatsoever which might affect the Contractor, the Owner, or any third party in any manner. 5. Listing of any materials received and stored on- or off-site by the Contractor for future installation, to include the manner of storage and protection of the same. 6. Listing of materials installed during each day. 7. List of all subcontractors working on-site during each day. 8. Listing of the number of the Contractor's employees working during each day by category of employment. 9. Listing of the Contractor's equipment working on the site during each day. Idle equipment on the site shall be listed and designated as idle. 10. Notations to explain inspections, testing, stake -out, and all other services furnished by the Owner or other party during each day. 11. Entries to verify the daily (including non -Work days) inspection and maintenance of traffic control devices and condition of the traveled roadway surfaces. The Contractor shall not allow any conditions to develop that would be hazardous to the public. 12. Any other information that serves to give an accurate and complete record of the nature, quantity, and quality of Contractor's progress on each day. 13. Plan markups showing locations and dimensions of constructed features to be used by the Engineer to produce record drawings. 14. All pages of the diary must be numbered consecutively with no omissions in page numbers. 15. Each page must be signed and dated by the Contractor's official representative on the project. The Contractor may use additional sheets separate from the diary book if necessary to provide a complete diary record, but they must be signed, dated, and labeled with project name and number. It is expressly agreed between the Contractor and the Owner that the Daily Diary maintained by the Contractor shall be the "Contractor's Book of Original Entry" for the documentation of any potential claims or disputes that might arise during this contract. Failure of the Contractor to maintain this diary in the manner described above will constitute a waiver of any such claims or disputes by the Contractor. The Engineer or other Owner's representative on the job site will also complete a Daily Construction Report. 24 to 09/28/2009 1-06 CONTROL OF MATERIAL o'" 1-06.1 Approval of Materials Prior to Use Section 1-06.1 is supplemented as follows: iarr The materials and equipment lists submitted to the Engineer at the Preconstruction Conference shall include the quantity, manufacturer, and model number, if applicable, of materials and equipment to be installed under the Contract. This list will be checked by the Engineer as to conformity with the Contract Documents. The Engineer will review the lists within 10 working days, noting required corrections. The Contractor shall make required corrections and file 2 corrected copies with the Engineer within one week after receipt of required corrections. Tile Engineer's review and acceptance of the lists shall not relieve the Contractor from responsibility for suitability for the intended purpose, nor for deviations from the Contract Documents. 1-06.2(1) Samples and Tests for Acceptance Section 1-06.2(1) is supplemented a follows: The finished Work shall be in accordance with approved samples. Approval of samples by the Engineer does not relieve the Contractor of responsibility for performance of the Work in accordance with the Contract Documents. 1-06.2(2) Statistical Evaluation of Materials forAcceptance Section 1-06.02(2) is supplemented by adding the following: im Unless stated otherwise in the special provisions, statistical evaluation will not be used by the City of Renton. 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.1 Laws to be Observed Section 1-07.1 is supplemented as follows: The Contractor shall erect and properly maintain, at all times, as required by the conditions and progress of the Work, all necessary safeguards for protection of workers and the public; shall post danger signs warning against known or unusual hazards; and shall designate as Safety Supervisor, a responsible employee on the construction site whose duty shall be the enforcement of safety. The name and position of such person so designated shall be reported in writing to the Engineer by the Contractor. The Contractor shall, at all times, enforce strict discipline and good order among all employees and shall not employ any person unfit or not skilled in the Work assigned to him/her. Necessary sanitation conveniences for the use of the workers on the job, properly secluded from public observation, shall be provided and maintained by the Contractor. In cases of conflict between different safety regulations, the more stringent regulation shall apply. The Washington State Department of Labor and Industries shall be the sole and paramount im administrative agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA). to The Contractor shall maintain at the project site office, or other well-known place at the project site, all articles necessary for providing first aid to the injured. The Contractor shall establish, publish, and make known to all employees, procedures for ensuring immediate removal to a hospital or doctor's ww 25 W 09/28/2009 1i care, and persons, including employees, who may have been injured on the project site. Employees should not be permitted to Work on the project site before the Contractor has established and made known procedures for removal of injured persons to a hospital or a doctor's care. The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the Contractor's plant, appliances, and methods, and for any damage or injury resulting from their failure, or improper maintenance, use, or operation. The Contractor shall be solely and completely responsible for the conditions of the project site, including safety for all persons and property in the performance of the Work. This requirement shall apply continuously, and not be limited to normal working hours. The required or implied duty of the Engineer to conduct construction review of the Contractor's performance does not, and shall not, be intended to include review and adequacy of the Contractor's safety measures, in, on, or near the project site. 1-07.2 State Sales Tax Delete this section, including its sub -sections, in its entirety and replace it with the following: 1-07.2(1) General The Washington State Department of Revenue has issued special rules on the state sales tax. Sections 1-07.2(1) through 1-07.2(4) are meant to clarify those rules. The Contractor should contact the Washington State Department of Revenue for answers to questions in this area. The Contracting Agency will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability. The Contractor shall include all Contractor -paid taxes in the unit bid prices or other contract amounts. In some cases, however, state retail sales tax will not be included. Section 1-07.2(3) describes this exception. The Contracting Agency will pay the retained percentage only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all contract -related taxes have been paid (RCW 60.28.050). The Contracting Agency may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue, whether the amount owed relates to this contract or not. Any amount so deducted will be paid into the proper state fund. 26 to 09/28/2009 1-07.2(2) State Sales Tax — Rule 171 WAC 458-20-171, and its related rules, apply to building, repairing, or improving streets, roads, etc., which are owned by a municipal corporation, or political subdivision of the state, or by the United States, and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included as part of the street or road drainage system, and power lines when such are part of the roadway lighting system. For Work performed in such cases, the Contractor shall include Washington State Retail Sales Taxes in the various unit bid item prices, or other contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the Work. 1-07.2(3) State Sales Tax — Rule 170 it WAC 458-20-170, and its related rules, applies to the constructing and repairing of new or existing buildings, or other structures, upon real property. This includes, but is not limited to; the construction of streets, roads, highways, etc., owned by the state of Washington; water mains and their as appurtenances; sanitary sewers and sewage disposal systems unless such sewers and disposal systems are within, and a part of, a street or road drainage system; telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of a street or road lighting system; and installing or attaching of any article of tangible personal property in or to real property, whether or not such personal property becomes a part of the realty by virtue of installation. For Work performed in such cases, the Contractor shall collect from the Contracting Agency, retail sales tax on the full contract price. The Contracting Agency will automatically add this sales tax to each payment to the Contractor. For this reason, the Contractor shall not include the retail sales tax in the unit bid item prices, or in any other contract amount subject to Rule 170, with the following exception. +rr Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit bid item prices or in any other contract amount. 1-07.2(4) Services The Contractor shall not collect retail sales tax from the Contracting Agency on any contract wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 244). 1-07.6 Permits and Licenses Section 1-07.6 is supplemented as follows: The permits, easements, and right of entry documents that have been acquired are available for inspection and review. The Contractor shall be required to comply with all conditions of the permits, easements, and rights of entry, at no additional cost to the Owner. The Contractor is required to indemnify the Owner from claims on all easements and rights of entry. zn ift All other permits, licenses, etc., shall be the responsibility of the Contractor. The Contractor shall comply with the special provisions and requirements of each. 27 09/28/2009 e Permits, permission under franchises, licenses and bonds of a temporary nature necessary for and during the prosecution of the Work, and inspection fees in connection therewith shall be secured and paid for by the Contractor. If the Owner is required to secure such permits, permission under franchises, licenses and bonds, and pay the fees, the costs incurred by the Owner thereby shall be charged against the Contractor and deducted from any funds otherwise due the Contractor. 1-07.9 Wages 1-07.9(5) Required Documents Delete the first sentence of the third paragraph, and replace it with the following: The Contractor must submit weekly -certified payrolls for the Contractor and all subcontractors and lower tier subcontractors, regardless of project's funding source. 1-07.11 Requirements for Non -Discrimination 1-07.11(11) City of Renton Affidavit of Compliance Section 1-07.11(11) is new: Each Contractor, Subcontractor, Consultant, and or Supplier shall complete and submit a copy of the "City of Renton Fair Practices Policy Affidavit of Compliance". A copy of tills document will be bound in the bid documents. 1-07.12 Federal Agency Inspection Section 1-07.12 is supplemented with the following: Required Federal Aid Provisions The Required Contract Provisions Federal Aid Construction Contracts (FHWA 1273) and the amendments thereto supersede any conflicting provisions of the Standard Specifications and are made a part of this contract; provided, however, that if any of the provisions of FHWA 1273, as amended, are less restrictive than Washington State Law, then the Washington State Law shall prevail. The provisions of FHWA 1273, as amended, included in this contract require that the Contractor insert the FHWA 1273 and amendments thereto in each subcontract, together with the wage rates which are part of the FHWA 1273, as amended. Also, a clause shall be included in each subcontract requiring the subcontractors to insert the FHWA 1273 and amendments thereto in any lower tier subcontracts, together with the wage rates. The Contractor shall also ensure that this Section, REQUIRED FEDERAL AID PROVISIONS, is inserted in each subcontract for subcontractors and lower tier subcontractors. For this purpose, upon request to the Project Engineer, the Contractor will be provided with extra copies of the FHWA 1273, the amendments thereto, the applicable wage rates, and this Special Provision. 1-07.13 Contractor's Responsibility for Work 1-07.13(1) General Section 1-07.13(1) is supplemented as follows: During unfavorable weather and other conditions, the Contractor shall pursue only such portions of the Work as shall not be damaged thereby. No portion of the Work whose satisfactory quality or efficiency will be affected by unfavorable conditions shall be constructed while these conditions exist, unless the Contractor shall be able to overcome said unfavorable conditions by special means or precautions acceptable to the Engineer,. 1-07.15 Temporary Water Pollution/Erosion Controll Delete the first paragraph, and replace it with the following: Al In an effort to prevent, control, and stop water pollution and erosion within the project, thereby t <=y 28 IN 09/28/2009 iN protecting the Work, nearby land, streams, and other bodies of water, the Contractor shall perform all Work in strict accordance with all Federal, State, and local laws and regulations governing waters of the State, as well as permits acquired for the project. as 1-07.16 Protection and Restoration of Property 1-07.16(1) Private/Public Property Section 1-07.16(1) is supplemented by adding the following: The Contracting Agency will obtain all easements and franchises required for the project. The Contractor shall limit his operation to the areas obtained and shall not trespass on private property. i The Contracting Agency may provide certain lands, as indicated in connection with the Work under the Contract together with the right of access to such lands. The Contractor shall not unreasonably encumber the premises with his equipment or materials. The Contractor shall provide, with no liability to the Contracting Agency, any additional land and access thereto not shown or described that may be required for temporary construction facilities or storage of materials. He shall construct all access roads, detour roads, or other temporary Work as required by his operations. The Contractor shall confine his equipment, storage of material, and operation of his workers to those areas shown and described and such additional areas as he may provide. A. General. All construction Work under this contract on easements, right-of-way, over private property or franchise, shall be confined to the limits of such easements, right-of-way or franchise. All Work shall be accomplished so as to cause the least amount of disturbance and a minimum amount of damage. The Contractor shall schedule his Work so that trenches across easements shall not be left open during weekends or holidays and trenches shall not be open for more than 48 hours. B. Structures. The Contractor shall remove such existing structures as may be necessary for the performance of the Work and, if required, shall rebuild the structures thus removed in as good a condition as found. He shall also repair all existing structures that may be damaged as a result of the Work under this contract. C. Easements, cultivated areas and other surface improvements. All cultivated areas, either agricultural or lawns, and other surface improvements which are damaged by actions of the Contractor shall be restored as nearly as possible to their original condition. Prior to excavation on an easement or private right-of-way, the Contractor shall strip topsoil from the trench or construction area and stockpile it in such a manner that it may be replaced by him, upon completion of construction. Ornamental trees and shrubbery shall be carefully removed with the earth surrounding their roots wrapped in burlap and replanted in their original positions within 48 hours. All shrubbery or trees destroyed or damaged, shall be replaced by the Contractor with material of equal quality at no additional cost to the Contracting Agency. In the event that it is necessary to trench through any lawn area, the sod shall be carefully cut and rolled and replaced after the trenches have been backfilled. The lawn area shall be cleaned by sweeping or other means, of all earth and M debris. The Contractor shall use rubber wheel equipment similar to the small tractor -type backhoes used by side sewer contractors for all Work, including excavation and backfill, on easements or rights-of-way, ik* which have lawn areas. All fences, markers, mailboxes, or other temporary obstacles shall be removed by the Contractor and immediately replace, after the trench is backfilled, in their original position. The Contractor shall notify the Contracting Agency and Property Owner at least 24 hours in im advance of any Work done on easements or rights-of-way. Damage to existing structures outside of easement areas that may result from dewatering and/or other r" 29 w 09/28/2009 construction activity under this contract shall be restored to their original condition or better. The original condition shall be established by photographs taken and/or inspection made prior to construction. All such Work shall be done to the satisfaction of the Property Owners and the Contracting Agency at the expense of the Contractor. D. Streets. The Contractor will assume all responsibility of restoration of the surface of all streets (traveled ways) used by him if damaged. In the event the Contractor does not have labor or material immediately available to make necessary repairs, the Contractor shall so inform the Contracting Agency. The Contracting Agency will make the necessary repairs and the cost of such repairs shall be paid by the Contractor. The Contractor is responsible for identifying and documenting any damage that is pre-existing or caused by others. Restoration of excavation in City streets shall be done in accordance with the City of Renton Trench Restoration Requirements, which is available at the Public Works Department Customer Services counter on the 6th floor, Renton City Hall, 1055 South Grady Way. 1-07.17 Utilities and Similar Facilities Section 1-07.17 is supplemented by adding: Existing utilities indicated in the Plans have been plotted from the best information available to the Engineer. Information and data shown or indicated in the Contract Documents with respect to existing underground utilities or services at or contiguous to the project site are based on information and data furnished to the Owner and the Engineer by owners of such underground facilities or others, and the Owner and the Engineer do not assume responsibility for the accuracy or completeness thereof. It is to be understood that other aboveground or underground facilities not shown in the Plans may be encountered during the course of the Work. All utility valves, manholes, vaults, or pull boxes which are buried shall be conspicuously marked in a fashion acceptable to the Owner and the Engineer by the Contractor to allow their location to be determined by the Engineer or utility personnel under adverse conditions, (inclement weather or darkness). Where underground main distribution conduits, such as water, gas, sewer, electric power, or telephone, are shown on the Plans, the Contractor, for the purpose of preparing his bid, shall assume that every property parcel will be served by a service connection for each type of utility. The Contractor shall check with the utility companies concerning any possible conflict prior to commencing excavation in any area. The Contractor shall resolve all crossing and clearance problems with the utility company concerned. No excavation shall begin until all known facilities, in the vicinity of the excavation area, have been located and marked. In addition to the Contractor having all utilities field marked before starting Work, the Contractor shall have all utilities field marked after they are relocated in conjunction with this project. Call Before You Dig The 48 -Hour Locators 1-800-424-5555 At least 2 and not more than 10 working days prior to commencing any excavations for utility potholing or for any other purpose under this Contract, the Contractor shall notify the Underground Utilities Location Center by telephone of the planned excavation and progress schedule. The Contractor is also warned that there may be utilities on the project that are not part of the One Call system. They must be contacted directly by the Contractor for locations. The Contractor shall make arrangements 48 hours in advance with respective utility owners to have a representative present when their utility is exposed or modified, if the utility chooses to do so. i 30 4 rr1 09/28/2009 W Overhead lighting outages shall not exceed 24 hours. All cost to the Contractor for providing temporary overhead lighting to meet above requirements shall be incidental to the various unit and Lump sum items of the Contract; no separate payment will be made. 1-07.18 Public Liability and Property Damage Insurance Section 1-07.18 is deleted replaced by the following new section and subsections: 1-07.18(1) General The Contractor shall obtain and maintain in full force and effect, from the Contract Execution Date to the Completion Date, public liability and property damage insurance with an insurance company(ies) or through sources approved by the State Insurance Commissioner pursuant to RCW 48. The Contractor shall not begin Work under the Contract until the required insurance has been obtained and approved by the Contracting Agency. Insurance shall provide coverage to the Contractor, all subcontractors, Contracting Agency and the Contracting Agency's consultant. The coverage shall protect against claims for bodily injuries, personal injuries, including accidental death, as well as claims for property damages which may arise from any act or omission of the Contractor or the subcontractor, or by anyone directly or indirectly employed by either of them. If warranted Work is required the Contractor shall provide the City proof that insurance coverage and limits established under the term of the Contract for Work are in full force and effect during the period of warranty Work. 31 Existing utilities for telephone, power, gas, water, and television cable facilities shall be adjusted or relocated by the appropriate utility company unless otherwise noted in the Plans. These adjustments may be completed before the Contractor begins Work, or may be performed in conjunction with the Contract Work. The Contractor shall be entirely responsible for coordination with the utility rrrrr companies and arranging for the movement or adjustment, either temporary or permanent, of their facilities within the project limits. See also Section 1-05.14 of these Special Provisions. If or when utility conflicts occur, the Contractor shall continue the construction process on other aspects of the project whenever possible. 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. rw Utility Potholing Potholing may be included as a bid item for use in determining the location of existing utilities in advance of the Contractor's operations. If potholing is not included as a bid item then it shall be .r considered incidental to other Work. The Contractor shall submit all potholing requests to the Engineer for approval, at least 2 working days before potholing is scheduled. Additionally, the Contractor shall provide potholing at the Engineer's request. In no way shall the Work described under Utility Potholing relieve the Contractor of any of the responsibilities described in Section 1-07.17 of the Standard Specifications and Special Provisions, and elsewhere in the Contract Documents. 1-07.17(1) Interruption of Services Section 1-07.17(1) is a new section: Whenever in the course of the construction operation it becomes necessary to cause an outage of utilities, it shall be the Contractor's responsibility to notify the affected users and the Engineer not less than 48 hours in advance of such outage. The Contractor shall make reasonable effort to minimize the duration of outages, and shall estimate the length of time service will be interrupted and so notify + the users. In the case of any utility outage that has exceeded or will exceed four hours, user contact shall again be made. Temporary service, if needed, will be arranged by the Contractor at no cost to the Owner. W Overhead lighting outages shall not exceed 24 hours. All cost to the Contractor for providing temporary overhead lighting to meet above requirements shall be incidental to the various unit and Lump sum items of the Contract; no separate payment will be made. 1-07.18 Public Liability and Property Damage Insurance Section 1-07.18 is deleted replaced by the following new section and subsections: 1-07.18(1) General The Contractor shall obtain and maintain in full force and effect, from the Contract Execution Date to the Completion Date, public liability and property damage insurance with an insurance company(ies) or through sources approved by the State Insurance Commissioner pursuant to RCW 48. The Contractor shall not begin Work under the Contract until the required insurance has been obtained and approved by the Contracting Agency. Insurance shall provide coverage to the Contractor, all subcontractors, Contracting Agency and the Contracting Agency's consultant. The coverage shall protect against claims for bodily injuries, personal injuries, including accidental death, as well as claims for property damages which may arise from any act or omission of the Contractor or the subcontractor, or by anyone directly or indirectly employed by either of them. If warranted Work is required the Contractor shall provide the City proof that insurance coverage and limits established under the term of the Contract for Work are in full force and effect during the period of warranty Work. 31 09/28/2009 e The Contracting Agency may request a copy of the actual declaration pages(s) for each insurance policy effecting coverage(s) required on the Contract prior to the date Work commences. Failure of the Contractor to fully comply during the term of the Contract with the requirements described herein will be considered a material breach of contract and shall be caused for immediate termination of the Contract at the option of the Contracting Agency. All costs for insurance shall be incidental to and included in the unit or Lump sum prices of the contract and no additional payment will be made. 1-07.18(2) Coverages As part of the response to this proposal, the Contractor shall submit a completed City of Renton Insurance Information form, which details specific coverage and limits for this contract. All coverage provided by the Contractor shall be in a form and underwritten by a company acceptable to the Contracting Agency. The City requires that all insurers: 1. Be licensed to do business within the State of Washington. 2. Coverage to be on an "occurrence" basis (Professional Liability and Pollution coverage are acceptable when written on a claims -made basis). The City may also require proof of professional liability coverage be provided for up to two (2) years after the completion of the project. 3. The City may request a copy of the actual declaration page(s) for each insurance policy affecting coverage(s) required by the Contract prior to the date Work commences. 4. Possess a minimum A.M. Best rating of AVII (A rating of A XII or better is preferred.) If any insurance carrier possesses a rating of less than AVII, the City may make an exception. The City reserves the right to approve the security of the insurance coverage provided by the insurance company(ies), terms, conditions, and the Certificate of Insurance. Failure of the Contractor to fully comply during the term of the Contract with these requirements will be considered a material breach of contract and shall be cause for immediate termination of the contract at the option of the City. The Contractor shall obtain and maintain the minimum insurance coverage set forth below. By requiring such minimum insurance, the City of Renton shall not be deemed or construed to have assessed the risks that may be applicable to the Contractor. The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverage. Coverage shall include: A. Commercial General Liability - ISO 1993 Form or equivalent. Coverage will be written on an occurrence basis and include: Premises and Operations (including CG2503; General Aggregate to apply per project, if applicable) Explosion, Collapse, and Underground Hazards Products/Completed Operations Contractual Liability (including Amendatory Endorsement CG 0043 or equivalent which includes defense coverage assumed under contract) Broad Form Property Damage Independent Contractors Personal/Advertising Injury Stop Gap Liability B. Automobile Liability including all Owned Vehicles Non -Owned Vehicles Hired Vehicles C. Workers' Compensation Statutory Benefits (Coverage A) - Show Washington Labor & Industries Number D. Umbrella Liability (when necessary) 32 09/28/2009 Excess of Commercial General Liability and Automobile Liability. Coverage should be as broad as primary. E. Professional Liability - (whenever the Work under this Contract includes Professional Liability, (i.e. architectural, engineering, advertising, or computer programming) the Contractor shall maintain professional liability covering wrongful acts, errors and/or omissions of the Contractor for damage sustained by reason of or in the course of operations under this Contract. F. The Contracting Agency reserves the right to request and/or require additional coverages as may be appropriate based on Work performed (i.e. pollution liability). The Contractor shall name City of Renton, and its officers, officials, agents, employees and volunteers as Additional Insured (ISO Form CG 2010 or equivalent). The Contractor shall provide City of Renton Certificates of Insurance prior to commencement of Work. The City reserves the right to request copies of insurance policies, if at their sole discretion it is deemed appropriate. Further, all policies of insurance described above shall: r A. Be on a primary basis not contributory with any other insurance coverage and/or self- insurance carried by City of Renton. B. Include a Waiver of Subrogation Clause. C. Severability of Interest Clause (Cross Liability) D. Policy may not be non -renewed, canceled or materially changed or altered unless forty- five (45) days prior written notice is provided to City of Renton. Notification shall be provided to City of Renton by certified mail. .� 1-07.18(3) Limits LIMITS REQUIRED Providing coverage in these stated amounts shall not be construed to relieve the Contractor from rrr liability in excess of such limits. The Contractor shall carry the following limits of liability as required below: r^ 33 rJ Commercial General Liability General Aggregate* $2,000,000 ** Products/Completed Operations $2,000,000 ** Aggregate Each Occurrence Limit $1,000,000 rr Personal/Advertising Injury $1,000,000 Fire Damage (Any One Fire) $50,000 Medical Payments (Any One $5,000 r, Person) Stop Gap Liability $1,000,000 * General Aggregate to apply per project (ISO Form CG2503 or equivalent) �r **Amount may vary based on project risk Automobile Liability Bodily Injury/Property Damage $1,000,000 (Each Accident) Workers' Compensation Statutory Benefits - Coverage A Variable (Show Washington Labor and Industries Number) rr Umbrella Liability Each Occurrence Limit $1,000,000 General Aggregate Limit $1,000,000 Products/Completed Operations $1,000,000 Aggregate Professional Liability (If required) Each Occurrence/ $1,000,000 Incident/Claim Aggregate $2,000,000 r^ 33 rJ 09/28/2009 Pollution Liability (If required) The City may require the Contractor to keep professional liability coverage in effect for up to two (2) years after completion of the project. The Contractor shall promptly advise the City of Renton in writing in the event any general aggregate or other aggregate limits are reduced. At their own expense, the Contractor will reinstate the aggregate to comply with the minimum limits and requirements as stated in Section 1-07.18(3) and shall furnish the City of Renton a new Certificate of Insurance showing such coverage is in force. 1-07.18(4) Evidence of Insurance: Within 20 days of award of the Contract, the Contractor shall provide evidence of insurance by submitting to the Contracting Agency the following: 1. City of Renton Insurance Information Form (attached herein) without modification. 2. Certificate of Insurance (Accord Form 25s or equivalent) conforming to items as specified in Sections 1-07.18(1), 1-07.18(2), and 1-07.18(3) as revised above. Other requirements are as follows: A. Strike the following or similar wording: "This Certificate is issued as a matter of information only and confers no rights upon the Certificate Holder". B. Strike the wording regarding cancellation notification to the City: "Failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representatives". C. Amend the cancellation clause to state: "Policy may not be non -renewed, canceled or materially changed or altered unless 45 days prior written notice is provided to the City". Notification shall be provided to the City by certified mail. For Professional Liability coverage only, instead of the cancellation language specified above, the City will accept a written agreement that the consultant's broker will provide the required notification. 1-07.22 Use of Explosives Section 1-07.22 is supplemented by the following: Explosives shall not be used without specific authority of the Engineer, and then only under such restrictions as may be required by the proper authorities. Explosives shall be handled and used in strict compliance with WAC 296-52 and such local laws, rules and regulations that may apply. The individual in charge of the blasting shall have a current Washington State Blaster Users License. The Contractor shall obtain, comply with, and pay for such permits and costs as are necessary in conjunction with blasting operations. 1-07.23 Public Convenience and Safety 1-07.23(1) Construction Under Traffic Revise the second paragraph to read: To disrupt public traffic as little as possible, the Contractor shall permit traffic to pass through the Work with the least possible inconvenience or delay. The Contractor shall maintain existing roads, streets, sidewalks, driveways, and paths within the project limits, keeping them open, and in good, clean, safe condition at all times. Deficiencies caused by the Contractor's operations shall be repaired at the Contractor's expense. Deficiencies not caused by the Contractor's operations shall be repaired by the Contractor when directed by the Engineer, at the Contracting Agency's expense. The Contractor shall also maintain roads, streets, sidewalks, driveway and paths adjacent to the project limits when affected by the Contractor's operations. Snow and ice control will be performed by the Contracting Agency on all projects. Cleanup of snow and ice control debris will be at the Contracting + 34 46 +o 09/28/2009 Agency's expense. The Contractor shall perform the following: Remove or repair any condition resulting from the Work that might impede traffic or create a hazard. 2. Keep existing traffic signal and highway lighting systems in operation as the Work proceeds. (The Contracting Agency will continue the route maintenance on such system.) 3. Maintain the striping on the roadway at the Contracting Agency's expense. The Contractor shall be responsible for scheduling when to renew striping, subject to the approval of the Engineer. me When the scope of the project does not require Work on the roadway, the Contracting Agency will be responsible for maintaining the striping. 4. Maintain existing permanent signing. Repair of signs will be at the Contracting Agency's expense, except those damaged due to the Contractor's operations. as 5. Keep drainage structures clean to allow for free flow of water. Cleaning of existing drainage structures will be at the Contracting Agency's expense when approved by the Engineer, except when flow is impaired due to the Contractor's operations. Section 1-07.23(1) is supplemented by adding the following: The Contractor shall be responsible for controlling dust and mud within the project limits and on any r street, which is utilized by his equipment for the duration of the project. The Contractor shall be prepared to use watering trucks, power sweepers, and other pieces of equipment as deemed necessary by the Engineer, to avoid creating a nuisance. Dust and mud control shall be considered as incidental to the project, and no compensation will be made for this section. rr Complaints of dust, mud, or unsafe practices and/or property damage to private ownership will be transmitted to the Contractor and prompt action in correcting them will be required by the Contractor. The Contractor shall maintain the roads during construction in a suitable condition to minimize affects to vehicular and pedestrian traffic. All cost to maintain the roads shall be borne by the Contractor. At least one-way traffic shall be maintained on all cross -streets within the project limits during working hours. One lane shall be provided in each direction for all streets during non -working hours. The Contractor shall provide one drivable roadway lane and maintain convenient access for local and commuter traffic to driveways, businesses, and buildings along the line of Work throughout the course of the project. Such access shall be maintained as near as possible to that which existed prior to the commencement of construction. This restriction shall not apply to the paving portion of the construction process. The Contractor shall notify and coordinate with all property owners and tenants of street closures, or other restrictions which may interfere with their access at least 24 hours in advance for single-family residential property, and at least 48 hours in advance for apartments, offices, and commercial property. The Contractor shall give a copy of all notices to the Engineer. When the abutting owners' access across the right-of-way line is to be eliminated and replaced under the Contract by other access, the existing access shall not be closed until the replacement access facility is available. 35 09/28/2009 All unattended excavations shall be properly barricaded and covered at all times. The Contractor shall not open any trenches that cannot be completed and refilled that same day. Trenches shall be patched or covered by a temporary steel plate, at the Contractor's expense, except in areas where the roadway remains closed to public traffic. Steel plates must be anchored. 1-07.23(2) Construction and Maintenance of Detours Revise the first paragraph to read: Unless otherwise approved, the Contractor shall maintain two-way traffic during construction. The Contractor shall build, maintain in a safe condition, keep open to traffic, and remove when no longer needed: Detours and detour bridges that will accommodate traffic diverted from the roadway, bridge, sidewalk, driveway, or path during construction, Detour crossings of intersecting highway, and Temporary approaches. 1-07.24 Rights -of -Way Delete this section in its entirety, and replace it with the following: Street right-of-way lines, limits of easements, and limits of construction permits are indicated on the Drawings. The Contractor's construction activities shall be confined within these limits unless arrangements for use of private property are made. Generally, the Contracting Agency will have obtained, prior to bid opening, all rights-of-way and easements, both permanent and temporary, necessary for carrying out the completion of the Work. Exceptions to this are noted in the Contract Documents or brought to the Contractor's attention by a duly issued addendum. Whenever any of the Work is accomplished on or through property other than public right-of-way, the Contractor shall meet and fulfill all covenants and stipulations of any easement agreement obtained by the Contracting Agency from the owner of the private property. Copies of the easement agreements are included in the Contract Provisions or made available to the Contractor as soon as practical after they have been obtained by the Engineer. Whenever easements or rights -of -entry have not been acquired prior to advertising, these areas are so noted on the Drawings. The Contractor shall not proceed with any portion of the Work in areas where right-of-way, easements, or rights -of -entry have not been acquired until the Engineer certifies to the Contractor that the right-of-way or easement is available or that the right -of -entry had been received. If the Contractor is delayed due to acts of omission on the part of the Contracting Agency in obtaining easements, rights of entry of right-of-way, the Contractor will be entitled to an extension of time. The Contractor agrees that such delay shall not be a breach of contract. Each property owner shall be given 48 hours notice prior to entry by the Contactor. This includes entry onto easements and private property where private improvements must be adjusted. The Contractor shall be responsible for providing, without expense or liability of the Contracting Agency, any additional land and access thereto that the Contractor may desire for temporary construction facilities, storage of materials, or other Contractor needs. However, before using any private property, whether adjoining the Work or not, the Contractor shall file with the Engineer a written permission of the private property owner, and, upon vacating the premises, a written release' from the property owner of each property disturbed or otherwise interfered with by reasons of construction pursued under this Contract. The statement shall be signed by the private property owner, or proper authority acting for the owner of the private property affected, stating that permission has been granted to use the property and all necessary permits have been obtained or, in the case of a release, that the restoration of the property has been satisfactorily accomplished. The 36 9W 09/28/2009 ,W, statement shall include the parcel number, address and date of signature. Written releases must be filed with the Engineer before the Completion Date will be established. 1-08 PROSECUTION AND PROGRESS 1-08.0 Preliminary Matters Section 1-08.0 is a new section with subsection: 1-08.0(1) Preconstruction Conference Section 1-08.0(1) is a new subsection: The Engineer will furnish the Contractor with copies of the Contract Documents per Section 1-02.2 "Plans and Specifications". Additional documents may be furnished upon request at the cost of r. reproduction. Prior to undertaking each part of the Work the Contractor shall carefully study and compare the Contract Documents, and check and verify pertinent figures shown therein and all applicable field measurements. The Contractor shall promptly report in writing to the Engineer any conflict, error or discrepancy, which the Contractor may discover. After the Contract has been executed, but prior to the Contractor beginning the Work, a preconstruction conference will be held between the Contractor, the Engineer and such other interested parties as may be invited. or The Contractor shall prepare and submit at the preconstruction meeting: 37 4 Contractor's plan of operation and progress schedule (3+ copies) 4 Approval of qualified subcontractors (bring list of subcontractors if different from list submitted with bid) 4 List of materials fabricated or manufactured off the project 4 Material sources on the project +rr 4 Names of principal suppliers 4 Detailed equipment list, including "Rental Rate Blue Book" hourly costs (both working and standby rates) 4 Weighted wage rates for all employee classifications anticipated to be used on Project 4 Cost percentage breakdown for lump sum bid item(s) -+ Shop Drawings (bring preliminary list) 4 Traffic Control Plans (3+ copies) 4 Temporary Water Pollution/Erosion Control Plan In addition, the Contractor shall be prepared to address: Bonds and insurance +r Project meetings — schedule and responsibilities Provision for inspection for materials from outside sources Responsibility for locating utilities Responsibility for damage Time schedule for relocations, if by other than the Contractor Compliance with Contract Documents Acceptance and approval of Work Labor compliance, payrolls, and certifications Safety regulations for the Contractors' and the Owner's employees and representatives Suspension of Work, time extensions Change order procedures it Progress estimates, procedures for payment Special requirements of funding agencies Construction engineering, advance notice of special Work Any interpretation of the Contract Documents requested by the Contractor Any conflicts or omissions in Contract Documents Any other problems or questions concerning the Work Processing and administration of public complaints r�r 37 09/28/2009 Easements and rights -of -entry Other contracts The franchise utilities may be present at the preconstruction conference, and the Contractor should be prepared for their review and discussion of progress schedule and coordination. 1-08.0(2) Hours of Work Section 1-08.0(2) is a new subsection: Except in the case of emergency or unless otherwise approved by the Contracting Agency, the normal straight time working hours for the Contract shall be any consecutive 8 -hour period between 7:00 a.m. and 6:00 p.m. of a working day with a maximum 1 -hour lunch break and a 5 -day Work week. The normal straight time 8 -hour working period for the Contract shall be established at the preconstruction conference or prior to the Contractor commencing the Work. If a Contractor desires to perform Work on holidays, Saturdays, Sundays, or before 7:00 a.m. or after 6:00 p.m. on any day, the Contractor shall apply in writing to the Engineer for permission to Work such times. Permission to Work longer than an 8 -hour period between 7:00 a.m. an 6:00 p.m. is not required. Such requests shall be submitted to the Engineer no later than noon on the working day prior to the day for which the Contractor is requesting permission to Work. Permission to Work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and between the hours of 10:00 p.m. and 7:00 a.m. on weekends or holidays may also be subject to noise control requirements. Approval to continue Work during these hours may be revoked at any time the Contractor exceeds the Contracting Agency's noise control regulations or complaints are received from the public or adjoining property owners regarding the noise from the Contractor's operations. The Contractor shall have no claim for damages or delays should such permission be revoked for these reasons. Permission to Work Saturdays, Sundays, holidays or other than the agreed upon normal straight time working hours Monday through Friday may be given subject to certain other conditions set forth by the Contracting Agency or the Engineer. These conditions may include but are not limited to: requiring the Engineer or such assistants as the Engineer may deem necessary to be present during the Work; requiring the Contractor to reimburse the Contracting Agency for the cost of engineering salaries paid Contracting Agency employees who worked during such times; considering the Work performed on Saturdays, Sundays, and holidays as working days with regards to the Contract Time; and considering multiple Work shifts as multiple working days with respect to Contract Time even though the multiple shifts occur in a single 24-hour period. Assistants may include, but are not limited to, survey crews; personnel from the material testing labs; inspectors; and other Contracting Agency employees when in the opinion of the Engineer such Work necessitates their presence. 1-08.0(3) Reimbursement for Overtime Work of Contracting Agency Employees Section 1-08.0(3) is a new subsection: Where the Contractor elects to Work on a Saturday, Sunday, holiday, or longer than an 8 -hour Work shift on a regular working day, as defined in the Standard Specifications, such Work shall be considered as overtime Work. On all such overtime Work an inspector will be present, and a survey crew may be required at the discretion of the Engineer. The Contractor shall reimburse the Contracting Agency for the full amount of the straight time plus overtime costs for employees and representative(s) of the Contracting Agency required to Work overtime hours. The Contractor by these Specifications does hereby authorize the Engineer to deduct such costs from the amount due or to become due the Contractor. 1-08.1 Subcontracting Revise the second paragraph to read: 38 A 09/28/2009 rr The Contractor shall not subcontract Work unless the Engineer approves in writing. Each request to subcontract shall be on the form the Engineer provides. If the Engineer requests, the Contractor shall provide proof that subcontractor has the experience, ability, and equipment the Work requires. The Contractor shall require each subcontractor to comply with Section 1-07.9 and to furnish all certificates and statements required by the Contract. The Contractor shall require each subcontractor of every tier to meet the responsibility criteria stated in RCW 39.06, and shall include these requirements in every subcontract of every tier. r Section 1-08.1 is supplemented as follows: Written requests for change in subcontractors shall be submitted by the Contractor to the Engineer at least 7 calendar days prior to start of a subcontractor's Work. The Contractor agrees that he/she is fully responsible to the Owner for the acts and omissions of all subcontractors and lower -tier subcontractors, and persons either directly or indirectly employed by the subcontractors, as well as for the acts and omissions of persons directly employed by the Contractor. The Contractor shall be required to give personal attention to the Work that is sublet. Nothing contained in the Contract Documents shall create any contractual relation between any subcontractor and the Owner. The Contractor shall be responsible for making sure all subcontractors submit all required M 39 documentation, forms, etc. 1-08.2 Assignment The second paragraph of Section 1-08.2 is modified as follows: +�. The Contractor shall not assign any moneys due or to become due to the Contractor hereunder without the prior written consent of the Owner. The assignment, if approved, shall be subject to all setoffs, withholdings, and deductions required by law and the Contract. 1-08.3 Progress Schedule Section 1-08.3 is supplemented as follows: r The progress schedule for the entire project shall be submitted 7 calendar days prior to the Preconstruction Conference. The schedule shall be prepared using the critical path method (CPM), preferably using Microsoft Project or equivalent software. The schedule shall contain this information, at a minimum: rrr 1. Construction activities, in sufficient detail that all activities necessary to construct a complete and functional project are considered. Any activity that has a scheduled duration exceeding 30 calendar days shall be subdivided until no sub -element has a duration exceeding 30 calendar days. The schedule shall clearly indicate the activities that comprise the critical path. For each activity not on the critical path, the schedule shall show the float, or slack, time. 2. Procurement of material and equipment. 3. Submittals requiring review by the Engineer. Submittal by the Contractor and review by the .rr Engineer shall be shown as separate activities. 4. Work to be performed by a subcontractor, agent, or any third party. 5. Allowances for delays that could result from normal inclement weather (time extensions due to r. inclement weather will not be allowed). 6. Allowances for the time required by utilities (Owner's and others) to locate, monitor, and adjust their facilities as required. The Engineer may request the Contractor to alter the progress schedule when deemed necessary in the opinion of the Engineer, in the interest of public safety and welfare of the Owner, or for coordination with any other activity of other contractors, the availability of all or portions of the job site, or special provisions of this Contract, or to reasonably meet the completion date of the project. The Contractor shall provide such revised schedule within 10 days of request. M 39 09/28/2009 If, at any time, in the opinion of the Engineer, the progress of construction falls significantly behind schedule, the Contractor may be required to submit a plan for regaining progress and a revised schedule indicating how the remaining Work items will be completed within the authorized contract time. The Contractor shall promptly report to the Engineer any conditions that the Contractor feels will require revision of the schedule and shall promptly submit proposed revisions in the progress schedule for acceptance by the Engineer. When such changes are accepted by the Engineer, the revised schedule shall be followed by the Contractor. Weekly Schedule. The Contractor shall submit a weekly progress schedule to the Engineer which sets forth specific Work to be performed the following week, and a tentative schedule for the second week. Failure to Maintain Progress Schedule. The Engineer will check actual progress of the Work against the progress schedule a minimum of two times per month. Failure, without just cause, to maintain progress in accordance with the approved schedule shall constitute a breach of Contract. If, through no fault of the Contractor, the proposed construction schedule cannot be met, the Engineer will require the Contractor to submit a revised schedule to the Engineer for acceptance. The approved revisions will thereafter, in all respects, apply in lieu of the original schedule. Failure of the Contractor to follow the progress schedule submitted and accepted, including revisions thereof, shall relieve the Owner of any and all responsibility for furnishing and making available all or any portion of the job site, and will relieve the Owner of any responsibility for delays to the Contractor in the performance of the Work. The cost of preparing the progress schedule, any supplementary progress schedules, and weekly schedules shall be considered incidental to the Contract and no other compensation shall be made. 1-08.4 Notice to Proceed and Prosecution of the Work Section 1-08.4 is replaced with the following: Notice to Proceed will be given after the Contract has been executed and the Contract bond and evidence of insurances have been approved and filed by the Owner. The Contractor shall not commence the Work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the project site within ten days of the Notice to Proceed date. The Work thereafter shall be prosecuted diligently, vigorously, and without unauthorized interruption until physical completion of the Work. There shall be no voluntary shutdowns or slowing of operations by the Contractor without prior approval of the Engineer. Such approval shall not relieve the Contractor from the contractual obligation to complete the Work within the prescribed Contract Time. 1-08.5 Time For Completion The first five paragraphs of Section 1-08.5 are deleted and replaced with the following: The Work shall be physically completed in its entirety within the time specified in the Contract Documents or as extended by the Engineer. The Contract Time will be stated in "working days", shall begin on the Notice To Proceed date, or the date identified in the Notice to Proceed as "the first working day", and shall end on the Contract Completion date. A non -working day is defined as a Saturday, a Sunday, a day on which the Contract specifically suspends Work, or one of these holidays: January 1, third Monday of January, Memorial Day, July 4, Labor Day, November 11, Thanksgiving Day, the day after Thanksgiving, and Christmas Day. The day before Christmas shall be a holiday when Christmas Day occurs on a Tuesday or Friday. The day after Christmas shall be a holiday when Christmas Day occurs on a Monday, Wednesday, or Thursday. When Christmas Dav occurs on a Saturday, the two preceding working days shall be observed as holidays. When Christmas day occurs on a Sunday, the two working days following shall be observed as holidays. When holidays other than Christmas fall on a Saturday, the preceding Friday 40 x Im 09/28/2009 rr will be counted as a non -working day and when they fall on a Sunday the following Monday will be counted as a non -working day. The Contract Time has been established to allow for periods of normal inclement weather that, from historical records, is to be expected during the Contract Time, and during which periods, Work is anticipated to be performed. Each successive working day, beginning wr with the Notice to Proceed date and ending with the Physical Completion date, shall be charged to the Contract Time as it occurs except a day, or part of a day, which is designated a non -working day or an Engineer determined unworkable day. Because the City will be closed and the employees furloughed, the following dates shall also be considered non -working days; Friday, May 22, 2009; Friday, September 4, 2009; Monday, October 12, 2009; and Wednesday, November 25, 2009. 40 The Engineer will furnish the Contractor a weekly report showing (1) the number of working days charged against the Contract Time for the preceding week; (2) the Contract Time in working days; (3) the number of working days remaining in the Contract Time; (4) the number of non -working days; om and (5) any partial or whole days the Engineer declared unworkable the previous week. This weekly report will be correlated with the Contractor's current approved progress schedule. If the Contractor elects to work 10 hours a day and 4 days a week (a 4-10 schedule), and the fifth day of the week in which a 4-10 shift is worked would ordinarily be charged as a working day, then the fifth day of that 's week will be charged as a working day whether or not the Contractor works on that day. The Contractor will be allowed 10 calendar days from the date of each report in which to file a wwr written protest of an alleged discrepancy in the Contract Time as reported. Otherwise, the report will be deemed to have been accepted by the Contractor as correct. The requirements for scheduling the Final Inspection and establishing the Substantial Completion, Physical Completion, and Completion Dates are specified in Sections 1-05.11 and 1-05.12. Revise the seventh paragraph to read: The Engineer will give the Contractor written notice of the completion date of the Contract after all the Contractor's obligations under the Contract have been performed by the Contractor. The following events must occur before the Completion Date can be established: +rr 1. The physical Work on the project must be complete; and 2. The Contractor must furnish all documentation required by the Contract and required by law, to allow the Contracting Agency to process final acceptance of the Contract. The following documents must be received by the Project Engineer prior to establishing a completion date: �.r a. Certified Payrolls (Federal -aid Projects) b. Material Acceptance Certification Documents c. Annual Report of Amounts Paid as MBE/WBE Participants or Quarterly Report of Amounts Credited as DBE Participation, as required by the Contract Provisions. d. FHWA 47 (Federal -aid Projects) e. Final Contract Voucher Certification f. Property owner releases per Section 1-07.24 Section 1-08.5 is supplemented as follows: (******) .r Within 10 calendar days after execution of the Contract by the Contracting Agency, the Contractor shall provide the Contracting Agency with copies of purchase orders for all equipment items deemed critical by the Contracting Agency, including but not limited to signal controller materials, lighting aw standards, and signal standards required for the physical completion of the Contract. Such purchase orders shall disclose the estimated delivery dates for the equipment. 41 my 09/28/2009 All items of Work that can be performed without delivery of the critical items shall start and be completed as soon as possible. At that time, the Engineer may suspend the Work upon request of the Contractor until the critical items are delivered to the Contractor, if the Contracting Agency received a purchase order within 10 calendar days after execution of the Contract by the Contracting Agency. The Contractor will be entitled to only one such suspension of time during the performance of the Work and during such suspension shall not perform any additional Work on the project. Upon delivery of the critical items, contract time will resume and continue to be charged in accordance with Section 1-08. 1-08.6 Suspension of Work Section 1-08.6 is supplemented as follows: Owner may at any time suspend the Work, or any part thereof, by giving notice to the Contractor in writing. The Work shall be resumed by the Contractor within 14 calendar days after the date fixed in the written notice from the Owner to the Contractor to do so. The Contractor shall not suspend Work under the Contract without the written order of the Owner If it has been determined that the Contractor is entitled to an extension of time, the amount of such extension shall be only to compensate for direct delays, and shall be based upon the Contractor's diligently pursuing the Work at a rate not less than that which would have been necessary to complete the original Contract Work on time. 1-08.7 Maintenance During Suspension Revise the second paragraph to read: At no expense to the Contracting Agency, the Contractor shall provide through the construction area a safe, smooth, and unobstructed roadway, sidewalk, driveway, and path for public use during suspension (as required in Section 1-07.23 or the Special Provisions). This may include a temporary road or detour. 1-08.9 Liquidated Damages Section 1-08.9 is supplemented as follows: In addition, the Contractor shall compensate the Owner for actual engineering inspection and supervision costs and any other expenses and legal fees incurred by the Owner as a result of such delay. Such labor costs will be billed to the Contractor at actual costs, including administrative overhead costs. In the event that the Owner is required to commence any lawsuit in order to enforce any provision of this Contract or to seek redress for any breach thereof, the Owner shall be entitled to recover its costs, including reasonable attorneys fees, from the Contractor. 1-08.11 Contractor's Plant and Equipment Section 1-08.11 is anew Section: The Contractor alone shall at all times be responsible for the adequacy, efficiency, and sufficiency of his and his subcontractor's plant and equipment. The Owner shall have the right to make use of the Contractor's plant and equipment in the performance of any Work on the site of the Work. The use by the Owner of such plant and equipment shall be considered as extra Work and paid for accordingly. e Neither the Owner nor the Engineer assumes any responsibility, at any time, for the security of the site from the time the Contractor's operations have commenced until final acceptance of the Work by the Engineer and the Owner. The Contractor shall employ such measures as additional fencing, barricades, and watchmen service, as lie deems necessary for the public safety and for the protection 42 i1 Orr 09/28/2009 of the site and his plant and equipment. The Owner will be provided keys for all fenced, secured areas. 1-08.12 Attention to Work r. Section 1-08.12 is a new section: The Contractor shall give his personal attention to and shall supervise the Work to the end that it shall be prosecuted faithfully, and when he is not personally present on the Work site, he shall at all times be represented by a competent superintendent who shall have full authority to execute the same, and to supply materials, tools, and labor without delay, and who shall be the legal representative of the Contractor. The Contractor shall be liable for the faithful observance of any instructions delivered to him or to his authorized representative. 1-09 MEASUREMENT AND PAYMENT Orr 1-09.1 Measurement of Quantities Section 1-09.1 is supplemented by adding the following: '•' Lump Sum. The percentage of lump sum Work completed, and payment will be based on the cost percentage breakdown of the lump sum bid price(s) submitted at the preconstruction conference. The Contractor shall submit a breakdown of costs for each lump sum bid item. The breakdown shall r. list the items included in the lump sum together with a unit price of labor, materials, and equipment for each item. The summation of the detailed unit prices for each item shall add up to the lump sum bid. The unit price values may be used as a guideline for determining progress payments or deducticn or additions in payment for ordered Work changes. Cubic Yar(I Quantities. The Contractor shall provide truck trip tickets for progress payments only in the folloN- i�ig manner. Where items are specified to be paid by the cubic yard, the following tally system shall be used. All trucks to be employed on this Work will be measured to determine the volume of each truck. Each truck shall be clearly numbered, to the satisfaction of the Engineer, and there shall be no duplication of numbers. Duplicate tally tickets shall be prepared to accompany each truckload of material delivered on the project. All tickets received that do not contain the following information will not be processed for payment: 1 Truck number 2 Quantity and type of material delivered in cubic yards '■r' 3 Drivers name, date and time of delivery 4 Location of delivery, by street and stationing on each street 5 Place for the Engineer to acknowledge receipt 6 Pay item number rr 7 Contract number and/or name It will be the Contractor's responsibility to see that a ticket is given to the Engineer on the project for each truckload of material delivered. Pay quantities will be prepared on the basis of said tally tickets. Loads will be checked by the Engineer to verify quantity shown on ticket. Quantities by 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 delivery of materials for each truckload delivered. Pay quantities will be prepared on the basis of said tally tickets, delivered to Inspector at time of delivery of materials. Tickets not receipted by hispector will not be honored for payment. Each truck shall be clearly numbered to the satisfaction of the Engineer and there shall be no 43 VM 09/28/2009 duplication of numbers. Duplicate tickets shall be prepared to accompany each truckload of material delivered to the project. All tickets received that do not contain the following information will not be processed for payment: 1. Truck number 2. Truck tare weight (stamped at source) 3. Gross truckload weight in tons (stamped at source) 4. Net load weight (stamped at source) 5. Driver's name, date, and time of delivery 6. Location for delivery by street and stationing on each street 7. Place for the Engineer to acknowledge receipt 8. Pay item number 9. Contract number and/or name 1-09.3 Scope of Payment Section 1-09.3 is supplemented by adding the following: The bid items listed in Section 1-09.14 will be the only items for which compensation will be made for the Work described in each section of the Standard Specifications when the Contractor performs the specified Work. Should a bid item be listed in a "Payment" clause but not in the Proposal Form, and Work for that item is performed by the Contractor and the Work is not stated as included in or incidental to a pay item in the Contract and is not Work that would be required to complete the intent of the Contract per Section 1-04.1, then payment for that Work will be made as for Extra Work pursuant to a Change Order. The words "Bid Item," "Contract Item," and "Pay Item," and similar terms used throughout the Contract Documents are synonymous. If the "payment" clause in the Specifications relating to any unit bid item price in the Proposal Form requires that said unit bid item price cover and be considered compensation for certain Work or material essential to the item, then the Work or material will not be measured or paid for under any other unit bid item which may appear elsewhere in the Proposal Form or Specifications. Pluralized unit bid items appearing in these Specifications are changed to singular form. Payment for bid items listed or referenced in the "Payment" clause of any particular section of the Specifications shall be considered as including all of the Work required, specified, or described in that particular section. Payment items will generally be listed generically in the Specifications, and specifically in the bid form. When items are to be "furnished" under one payment item and "installed" under another payment item, such items shall be furnished FOB project site, or, if specified in the Special Provisions, delivered to a designated site. Materials to be "furnished," or "furnished and installed" under these conditions, shall be the responsibility of the Contractor with regard to storage until such items are incorporated into the Work or, if such items are not to be incorporated into the Work, delivered to the applicable Contracting Agency storage site when provided for in the Specifications. Payment for material "furnished," but not yet incorporated into the Work, may be made on monthly estimates to the extent allowed. 1-09.6 Force Account Section 1-09.6 is supplemented as follows: Owner has estimated and included in the proposal, dollar amounts for all items to be paid per force account, only to provide a common proposal for Bidders. All such dollar amounts are to become a part of the Contractor's total bid. However, the Owner does not warrant expressly or by implication that the actual amount of Work will correspond with those estimates. Payment will be made on the basis of the amount of Work actually authorized by the Engineer. 1-09.7 Mobilization Section 1-09.7 is supplemented as follows: 44 A e #+ 09/28/2009 on(******) Mobilization shall also include, but not be limited to, the following items: the movement of Contractor's personnel, equipment, supplies, and incidentals to the project site; the establishment of an office, buildings, and other facilities necessary for Work on the project; providing sanitary +r facilities for the Contractor's personnel; and obtaining permits or licenses required to complete the project not furnished by the Owner. This item shall also include providing the Engineer and the Inspectors with access to telephone, '" facsimile machine, and copy machine during all hours the Contractor is working on the jobsite; and a table and chair for their use when needed. to Payment will be made for the following bid item(s): "Mobilization & Demobilization," Lump Sum. 1-09.9 Payments �w Delete the third paragraph and replace it with the. following: Progress payments for completed Work and material on hand will be based upon progress estimates rs prepared by the Engineer. A progress estimate cutoff date will be established at the preconstruction meeting. The initial progress estimate will be made not later than 30 days after the Contractor commences the Work, and successive progress estimates will be made every month thereafter until the Completion Date. Progress estimates made during progress of the Work are tentative, and made only for the purpose of determining progress payment. The progress estimates are subject to change at any time prior to the calculation of the final payment. The value of the progress estimate will be the sum of the following: 1. Unit Price Items in the Bid Form - the approximate quantity of acceptable units of Work completed multiplied by the unit price. 2. Lump Sum Items in the Bid Form — the estimated percentage complete multiplied by the Bid Forms amount for each lump sum item, or per the schedule of values for that item. 3. Materials on Hand — 100 percent of invoiced cost of material delivered to job site or other storage area approved by the Engineer. 4. Change Orders — entitlement for approved extra cost or completed extra Work as determined by the Engineer. so Progress payments will be made in accordance with the progress estimate less: 1. Retainage per Section 1-09.9(1); *a 2. The amount of Progress Payments previously made; and 3. Funds withheld by the Contracting Agency for disbursement in accordance with the Contract Documents. Progress payments for Work performed shall not be evidence of acceptable performance or an admission by the Contracting Agency that any Work has been satisfactorily completed. rrr Payments will be made by check or electronic transfer, issued by the Contracting Agency's fiscal officer, against the appropriate fund source for the project. Payments received on account of Work performed by a subcontractor are subject to the provisions of RCW 39.04.250. so 45 09/28/2009 I* Section 1-09.9 is supplemented as follows: ski Applications for payment shall be itemized and supported to the extent required by the Engineer by receipts or other vouchers showing payment for materials and labor, payments to subcontractors, and other such evidence of the Contractor's right to payment as the Engineer may direct. + The Contractor shall submit a progress report with each monthly request for a progress payment. The progress report shall indicate the estimated percent complete for each activity listed on the progress schedule (see Section 1-08.3). 1-09.9(1) Retainage Section 1-09.9(1) is supplemented as follows: The retained amount shall be released as stated in the Standard Specifications if no claims have been filed against such funds as provided by law, and if the Owner has no unsatisfied claims against the Contractor. In the event claims are filed, the Owner shall withhold, until such claims are satisfied, a sum sufficient to satisfy all claims and to pay attorney's fees. In addition, the Owner shall withhold such amount as is required to satisfy any claims by the Owner against the Contractor, until such claims have been finally settled. Neither the final payment nor any part of the retained percentage shall become due until the Contractor, if requested, delivers to the Owner a complete release of all liens arising out of this Contract, or receipts in full in lieu thereof, and, if required in either case, an affidavit that so far as the Contractor has knowledge or information, the release and receipts include all labor and materials for which a lien could be filed: but the Contractor may, if any subcontractor refuses to furnish a release or receipt in full, furnish a bond satisfactorily to the Engineer to indemnify the Owner against the lien. If any lien remains unsatisfied after all payments are made, the Contractor shall reimburse to the Owner all monies that the latter may be compelled to pay in discharging such lien, including all costs and reasonable engineer's and attorney's fees. 1-09.9(2) Contracting Agency's Right to Withhold and Disburse Certain Amounts s Section 1-09.9(2) is a new section: In addition to monies retained pursuant to RCW 60.28 and subject to RCW 39.04.250, RCW 39.12 and RCW 39.76, the Contractor authorizes the Engineer to withhold progress payments due or deduct an amount from any payment or payments due the Contractor which, in the Engineer's opinion, may be necessary to cover the Contracting Agency's costs for or to remedy the following situations: 1. Damage to another contractor when there is evidence thereof and a claim has been filed. 2. Where the Contractor has not paid fees or charges to public authorities of municipalities, which the Contractor is obligated to pay. 3. Utilizing material tested and inspected by the Engineer, for purposes not connected with the Work (Section 1-05.6). 4. Landscape damage assessments per Section 1-07.16. 5. For overtime Work performed by City personnel per Section 1-08.1(4). 6. Anticipated or actual failure of the Contractor to complete the Work on time: i a. Per Section 1-08.9 Liquidated Damages; or b. Lack of construction progress based upon the Engineer's review of the Contractor's approved progress schedule, which indicates the Work will not be complete within the contract time. When calculating an anticipated time overrun, the Engineer will make allowances for weather delays, approved unavoidable delays, and suspensions of the Work. The amount withheld under this subparagraph will be based upon the liquidated damages amount per day set forth in Contract Documents multiplied by the number of days the Contractor's approved progress schedule, in the opinion of the Engineer, indicates the Contract may exceed the Contract Time. 7. Failure of the Contractor to perform any of the Contractor's other obligations under the Contract, including but not limited to: +ri a. Failure of the Contractor to provide the Engineer with a field office when required by the Contract Provisions. 46 am 09/28/2009 b. Failure of the Contractor to protect survey stakes, markers, etc., or to provide adequate survey Work as required by Section 1-05.5. c. Failure of the Contractor to correct defective or unauthorized Work (Section 1-05.8). d. Failure of the Contractor to furnish a Manufacture's Certificate of Compliance in lieu of material testing and inspection as required by Section 1-06.3. e. Failure to submit weekly payrolls, Intent to Pay Prevailing Wage forms, or correct underpayment to employees of the Contractor or subcontractor of any tier as required by Section 1-07.9. f. Failure of the Contractor to pay worker's benefits (Title 50 and Title 51 RCW) as required by Section 1-07.10. g. Failure of the Contractor to submit and obtain approval of a progress schedule per Section 1-08.3. The Contractor authorizes the Engineer to act as agent for the Contractor disbursing such funds as have been withheld pursuant to this Section to a party or parties who are entitled to payment. +W Disbursement of such funds, if the Engineer elects to do so will be made only after giving the Contractor 15 calendar days prior written notice of the Contracting Agency's intent to do so, and if prior to the expiration of the 15 -calendar day period, `W 1. No legal action has commenced to resolve the validity of the claims, and 2. The Contractor has not protested such disbursement. ,r A proper accounting of all funds disbursed on behalf of the Contractor in accordance with this Section will be made. A payment made pursuant to this section shall be considered as payment made under the terms and conditions of the Contract. The Contracting Agency shall not be liable to the Contractor for such payment made in good faith. wr 1-09.9(3) Final Payment Section 1-09.9(2) is a new section: Upon Acceptance of the Work by the Contracting Agency, the final amount to be paid the Contactor will be calculated based upon a Final Progress Estimate made by the Engineer. Acceptance by the Contractor of the final payment shall be and shall operate as a release: rr 1. To the Contracting Agency of all claims and all liabilities of the Contractor, other than claims in stated amounts as may be specifically excepted in writing by the Contractor; 2. For all things done or furnished in connection with the Work; a■ 3. For every act and neglect by the Contracting Agency; and 4. For all other claims and liability relating to or arising out of the Work. A payment (monthly, final, retainage, or otherwise) shall not release the Contractor or the o Contractor's Surety from any obligation required under the terms of the Contract Documents or the Contract Bond; nor shall such payment constitute a waiver of the Contracting Agency's ability to investigate and act upon findings of non-compliance with the WMBE requirements of the Contract; nor shall such payment preclude the Contracting Agency from recovering damages, setting penalties, .r or obtaining such other remedies as may be permitted by law. Before the Work will be accepted by the Contracting Agency, the Contractor shall submit an affidavit, on the form provided by the Engineer, of amounts paid to certified disadvantaged (DB), minority go (MBE) or women business enterprises (WBE) participating in the Work. Such affidavit shall certify the amounts paid to the DB, MBE or WBE subcontractors regardless of tier. On federally funded projects the Contractor may also be required to execute and furnish the Contracting Agency an affidavit certifying that the Contractor has not extended any loans, gratuity or aw gift and money pursuant to Section 1-07.19 of these Specifications. If the Contractor fails, refuses, or is unable to sign and return the Final Progress Estimate or any other documents required for the final acceptance of the Contract, the Contracting Agency reserves the right �•+ to establish a completion date and unilaterally accept the Contract. Unilateral acceptance will occur only after the Contractor has been provided the opportunity, by written request from the Engineer, to voluntarily submit such documents. If voluntary compliance is not achieved, formal notification of .r 47 W 09/28/2009 v the impending unilateral acceptance will be provided by certified letter from the Engineer to the r Contractor that will provide 30 calendar days for the Contractor to submit the necessary documents. The 30 -calendar day deadline shall begin on the date of the postmark of the certified letter from the Engineer requesting the necessary documents. This reservation by the Contracting Agency to unilaterally accept the Contract will apply to contracts that are completed in accordance with Section 1-08.5 for contracts that are terminated in accordance with Section 1-08.10. Unilateral acceptance of the Contract by the Contracting Agency does not in any way relieve the Contractor of the provisions under contract or of the responsibility to comply with all laws, ordinances, and federal, state, and local regulations that affect the Contract. The date the Contracting Agency unilaterally signs the Final 40 Progress Estimate constitutes the final acceptance date (Section 1-05.12). 1-09.11 Disputes and Claims 1-09.11(2) Claims Paragraph 5 is revised as follows: Failure to submit with the Final Application for Payment such information and details as described in this section for any claim shall operate as a waiver of the claims by the Contractor as provided in Section 1-09.9. 1-09.11(3) Time Limitations and Jurisdiction Paragraph 1, Sentence 1 is revised as follows: ...such claims or causes of action shall be brought in the Superior Court of the county where the Work is performed. 1-09.13 Claims and Resolutions 1-09.13(3) Claims $250,000 or Less Delete this Section and replace it with the following: The Contractor and the Contracting Agency mutually agree that those claims that total $250,000 or less, submitted in accordance with Section 1-09.11 and not resolved by nonbonding ADR processes, shall be resolved through litigation, unless the parties mutually agree in writing to resolve the claim through binding arbitration. 1-09.13(3)A Administration of Arbitration Revise the third paragraph to read: The Contracting Agency and the Contractor mutually agree to be bound by the decision of the arbitrator, and judgment upon the award rendered by the arbitrator may be entered in the Superior Court of the county in which the Contracting Agency's headquarters are located. The decision of the arbitrator and the specific basis for the decision shall be in writing. The arbitrator shall use the Contract as a basis for decisions. 1-09.13(3)B Procedures to Pursue Arbitration Section 1-09.13(3)B is supplemented by adding: The findings and decision of the board of arbitrators shall be final and binding on the parties, unless the aggrieved party, within 10 days, challenges the findings and decision by serving and filing a petition for review by the superior court of King County, Washington. The grounds for the petition for review are limited to showing that the findings and decision: 1. Are not responsive to the questions submitted; 2. Is contrary to the terms of the contract or any component thereof; 3. Is arbitrary and/or is not based upon the applicable facts and the law controlling the issues submitted to arbitration. The board of arbitrators shall support its decision by setting forth in writing their findings and conclusions based on the evidence adduced at any such hearing. 48 to 09/28/2009 17 rrr W The arbitration shall be conducted in accordance with the statutes of the State of Washington and court decisions governing such procedure. The costs of such arbitration shall be borne equally by the City and the Contractor unless it is the board's majority opinion that the Contractor's filing of the protest or action is capricious or without reasonable foundation. In the latter case, all costs shall be borne by the Contractor. 49 11/13/2009 1-09.14 Payment Schedule Measurement and Payment Schedule for Bid Items in This Project Proposal Section 1-09.14 is a new section: GENERAL 1-09.14(1) Scope Section 1-09.14(1) is a new section: A. Payment for the various items of the bid sheets, as further specified herein, shall include all compensation to be received by the Contractor for furnishing all tools, equipment, supplies, and manufactured articles, and for all labor, operations, and incidentals appurtenant to the items of Work being described, as necessary to complete the various items of the Work all in accordance with the requirements of the Contract Documents, including all appurtenances thereto, and including all costs of compliance with the regulations of public agencies having jurisdiction, including Safety and Health Administration of the U.S. Department of Labor (OSHA). No separate payment will be made for any item that is not specifically set forth in the Bid Schedules, and all costs therefore shall be included in the prices named in the Bid Schedules for the various appurtenant items of Work. B. The Owner shall not 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 included in the bid price. No separate payment will be made for these incidental items. 1-09.14(2) Bid Items Section 1-09.14(2) is a new section: Bid Item 01 - Mobilization and Demobilization This bid item may not be more than ten percent (10%) of the total amount of the Bid. The City may disqualify bids which exceed this limit. Measurement for mobilization and demobilization, shall be lump sum. The lump sum price shown shall constitute full compensation for all labor, materials and equipment required for mobilizing, moving and organizing labor, equipment, materials, supplies, and incidentals to the job site(s), providing and maintaining all necessary support facilities and utilities, providing, erecting, maintaining, relocating project signs, obtaining all necessary permits, licenses, premiums for bonding and insurance, preparing the site for construction operations, and maintaining the site and surrounding areas during construction, providing protection of existing utilities, providing component and system testing, final clean-up of the site, and demobilizing and moving all labor, equipment, materials, surplus materials, and incidentals, off the project site(s) after contract completion. Mobilization/demobilization costs for all subcontracted work shall be considered included in the price bid and no additional payment will be allowed. Payment for Mobilization and Demobilization will be made at the lump sum amount bid (NOT to exceed 80% of the bid item price prior to completion of construction) based on the percent of 50 pili to 11/13/2009 as completed Work as defined in the 2008 Standard Specifications for Road, Bridge, and Municipal Construction (WSDOT) for mobilization. Payment for the remaining 20% will be made upon completion and final clean up of the construction site, and after the demobilization of all equipment, r material and labor from the project site(s). Bid Item 02 - Traffic Control up Measurement for Traffic Control work will be based on the percentage of total work complete, by dollar value, at the time of measurement. do Payment for Traffic Control work will be made at the measured percentage amount for the pay period times the lump sum amount bid, said payment will be complete compensation for all labor (e.g. flaggers), materials, tools, equipment, and incidentals, for providing WSDOT certified Traffic Control Supervisor (TCS), certified flaggers, off-duty police officer(s) when working within 50 feet of any signalized intersection, furnishing, installing, maintaining, removing traffic control signs, construction warning and detour signs, sequential arrow boards, traffic cones, barrels, barricades and the like, steel plating, pins, shims, temporary pavement markers and striping, removing, relocating, re -installing existing roadway signs, preparing, revising, and implementing any traffic control/detour plans required by the contract documents and right-of-way use permit, and conforming to the Manual on Uniform Traffic Control Devices (MUTCD) and as directed by the Engineer and by the City's Transportation Department. Also, included in the contract price is the cost to furnish traffic control services and equipment for construction surveying, staking, and as-builting. Bid Item 03 - Trench Excavation Safety Systems Measurement for trench excavation safety systems will be based on a percentage defined as the amount of sanitary sewer mains, side sewer laterals, and water mains installed divided by the total length of sanitary sewer mains, side sewer laterals and water mains shown to be installed. Payment for trench excavation safety systems will be made at the measured percentage amount for the pay period times the lump sum amount bid, said payment will be complete compensation for all labor, equipment, materials, hauling, planning, design, engineering, submittals, furnishing and constructing and removal and disposal of such temporary sheeting, shoring, and bracing to complete rrr the work and ensure worker safety, as defined and shown in the contract specifications and plans, and as required under the provisions of any permits and in the requirements of OSHA and Chapter 49.17 RCW, and Chapter 39.04.180 RCW. �. Bid Item 04 - Construction Surveying, Staking, and As -Built Measurement for construction surveying, staking and as -built information will be based on the percentage of total work complete, by dollar value, at the time of measurement. Payment for construction surveying, staking, and as -built information will be made at the measured percentage amount for the pay period times the lump sum amount bid, said payment will be complete +■ compensation for all labor, materials, equipment, tools, all incidental work needed to provide construction surveying, staking, and as-builting of the improvements (including providing a Washington State licensed surveyor for said work), staking in advance of pipe laying, fittings and Ow structure installation, surveying the horizontal and vertical locations of all potholed existing utilities within the work area, verification and recording of the elevations of existing roadway centerline, crown, and edge of pavement to ensure that all roadways can be reconstructed to existing grade, r preparation of cut -sheets, as -built surveying, furnishing an electronic file or "redlined" construction drawings stamped and signed by a licensed land surveyor that contains the as -built information and copies of field notes, furnishing and resetting property corners when disturbed by the contractor's 51 rr 11/13/2009 A activities. No more than 50% of the bid amount for this item shall be paid prior to the review art and acceptance of the as -constructed information by the Engineer. Bid Item 05 - Temporary Erosion/Sedimentation Controls Measurement for temporary erosion/sediment control(s) will be based on the percentage of total work complete, by dollar value, at the time of measurement. Payment for temporary erosion/sedimentation control(s) will be at the lump sum amount bid, which payment shall be complete compensation for all labor, materials, equipment, to furnish, install, maintain, and remove water pollution/erosion and sedimentation control, including but not limited to straw -bale check dams, temporary silt fencing, sand bags, covering and recovering stockpiles and disturbed areas with plastic sheeting, handseeding/hydroseeding and straw mulching disturbed areas, catch basins filters, and any additional erosion control best management practices required to complete this item of work in conformance with the Contract Documents. Bid Item 06- Re -Establish Existing Monuments Measurement for re-establishing existing monuments will be per each monument re-established, in conformance with RCW 58.09.130. Payment for re-establishing monuments will be made at the unit price bid per each, which payment will be complete compensation for all permitting, labor, equipment, materials, excavation, new monument with housing, placement, installation, backfill, compaction, restoration, City monument card for survey records, etc. required to reference the existing monument and re-establish a new one after utility construction and restoration is complete, in conformance with the Contract Documents. Bid Item 07 - Furnish and Install 8 -inch PVC Sewer Pipe Measurement for furnishing and installing 8" diameter PVC sewer pipe will be based on lineal footage measured horizontally over the centerline of the installed pipe. Payment for furnishing and installing 8" diameter PVC sewer pipe will be made at the amount bid per linear foot, which payment will be complete compensation for all labor, materials, equipment, hauling, pavement cutting, pavement removal, excavation, dewatering, potholing for utility location, sewer bypass pumping, removal and disposal of waste material including existing pipes and structures in the excavation, furnishing pipe of the size and type required, gaskets, fittings, installation, laying and joining pipe and fittings, furnishing, installing, compacting bedding, and pipe zone fill material, appurtenances, stockpile and placement of subsequent backfill (native) materials, compaction, water, grading, cleaning and flushing pipes and structures, and testing (exfiltration or low pressure air test and deflection testing), etc. required to complete the Work in accordance with the Contract Documents. Select imported backfill materials are included in other bid items. Bid Item 08 - Furnish and Install 6 -inch PVC Side Sewer Pipe Measurement for furnishing and installing 6" diameter PVC side sewer pipe will be based on lineal footage measured horizontally over the centerline of the installed pipe. Payment for furnishing and installing 6" diameter PVC side sewer pipe will be made at the amount bid per linear foot, which payment will be complete compensation for all labor, materials, equipment, hauling, pavement cutting, pavement removal, excavation, dewatering, potholing for utility location, sewer bypass pumping, removal and disposal of waste material including existing pipes and structures 52 rr 11/13/2009 in the excavation, furnishing pipe of the size and type required, gaskets, fittings, installation, laying and joining pipe and fittings, furnishing, installing, compacting bedding, and pipe zone fill material, appurtenances, stockpile and placement of subsequent backfill (native) materials, compaction, water, grading, cleaning, and testing (exfiltration or low pressure air test and deflection testing), etc. required to complete the Work in accordance with the Contract Documents. Select imported backfill materials are included in other bid items. W Bid Item 09 - Furnish and Install 48 -inch Diam. Sanitary Sewer Manhole Measurement for furnishing and installing 48" sanitary sewer manholes will be per each for each type 4,„ manhole installed in conformance with the Contract Documents. Payment for furnishing and installing 48" sanitary sewer manholes will be made at the unit price bid as Payment for connect new sewer to existing sewer manhole will be made at the unit price bid per each, which payment will be complete compensation for all labor, equipment, materials, hauling, pavement cutting, pavement removal, dewatering, potholing for utility location, excavation, removal and disposal of waste material including existing pipes and structures in the excavation, foundation material, core -drilling, Kor-N-Seal boot, rechanneling of the existing manhole, installation, aw 53 per each, which payment will be complete compensation for all labor, equipment, materials, hauling, .r pavement cutting, pavement removal, dewatering, potholing for utility location, excavation, removal and disposal of waste material including existing pipes and structures in the excavation, foundation material, concrete base, precast concrete manhole sections, gaskets, coating system (sealer), manhole frame and lid, installation, adjustment of frames to grade, ladder and rungs, appurtenances, connections, channeling, reconnection to existing sewer pipes, placement of subsequent backfill (native) materials, compaction, water, cleaning, temporary pavement patching, and testing, etc. required to complete all manholes in conformance with the Contract Documents. Select imported backfill materials are paid under a separate bid item. Bid Item 10 - Furnish and Install 54 -inch Diam. Sanitary Sewer Manhole Measurement for furnishing and installing 54" sanitary sewer manholes will be per each for each type manhole installed in conformance with the Contract Documents. Payment for furnishing and installing 54" sanitary sewer manholes will be made at the unit price bid per each, which payment will be complete compensation for all labor, equipment, materials, hauling, pavement cutting, pavement removal, dewatering, potholing for utility location, excavation, removal and disposal of waste material including existing pipes and structures in the excavation, foundation material, concrete base, precast concrete manhole sections, gaskets, coating system (sealer), manhole dw frame and lid, installation, adjustment of frames to grade, ladder and rungs, appurtenances, connections, channeling, reconnection to existing sewer pipes, placement of subsequent backfill (native) materials, compaction, water, cleaning, temporary pavement patching, and testing, etc. ;,;,,o required to complete all manholes in conformance with the Contract Documents. Select imported backfill materials are paid under a separate bid item. Bid Item 11 - Connect New Sanitary Sewer to Exist Sewer MH wis Measurement for connect new sewer to existing sewer manhole will be per each in conformance with the Contract Documents and includes the connection of the new sewers to an existing manhole at the ar intersection of Earlington Ave SW and SW 4`" Pl (2 new connections on Sheets C4 and C14 of the plans), and to the existing manhole at the intersection of Stevens Ave SW and SW Sunset Blvd (1 new connection on Sheet C 17 of the plans),. as Payment for connect new sewer to existing sewer manhole will be made at the unit price bid per each, which payment will be complete compensation for all labor, equipment, materials, hauling, pavement cutting, pavement removal, dewatering, potholing for utility location, excavation, removal and disposal of waste material including existing pipes and structures in the excavation, foundation material, core -drilling, Kor-N-Seal boot, rechanneling of the existing manhole, installation, aw 53 11/13/2009 appurtenances, bedding, placement of subsequent backfill (native) materials, compaction, water, cleaning, temporary pavement patching, and cleanup, etc. required to complete all reconnect new sewer to existing sewer facility in conformance with the Contract Documents. Bid Item 12 —Abandon Existing Manhole In Place Measurement for abandon existing manhole in place will be per each in conformance with the Contract Documents. Payment for abandon existing manhole in place will be made at the unit price bid per each, which payment will be complete compensation for all labor, equipment, materials, concrete, filling material (concrete density fill, sand or other granular material), drilling or fracturing base, plugging connections, removal or breakdown of upper part of structure, haul and disposal of waste materials, temporary pavement patching, etc. required to abandon existing manhole in conformance with the Contract Documents. Bid Item 13 — Removal and Replacement of Unsuitable Foundation Material Measurement for removal and replacement of unsuitable foundation material shall be measured in tons based on the placed weight of material installed. Placement of foundation material will be measured only for the area(s) authorized by the Engineer. Certified weight tickets shall accompany each load, a copy of tickets shall be given to the Engineer daily. Wasted materials will not be included in the measurement or payment. Payment for removal and replacement of unsuitable foundation material will be made at the amount bid per ton, which payment will be complete compensation for all, labor, materials, equipment, for excavation, removal and disposal of unsuitable foundation material, furnishing, haul, placement, and compaction of foundation materials approved by the Engineer, etc., required to complete this item of work in conformance with the Contract Documents. Bid Item 14 - Television Inspection of Sanitary Sewers Measurement for television inspection of the new sanitary sewers will be based on the lineal feet of pipe inspected. Payment for television inspection of the new sanitary sewers in accordance with specification Section 7-17.3(4)I will be made at the amount bid per linear foot, which payment will be considered complete compensation for all labor, materials, equipment to perform television inspection and preparation of videotape or DVD record of all new sanitary sewers constructed by excavate and replace methods as part of the project and provision of record videotapes or DVDs to the Engineer. Bid Item 15 - Furnish and Install 8" Cl 52 DI Water Pipe w/ Polywrap & DI Fittings Measurement for furnishing and installing water pipes and fittings of the size, type and class specified will be based on the actual lineal footage measured horizontally over the centerline of the installed pipe. Payment for furnishing and installing ductile iron water pipes and fittings of the size, type and class specified shall cover the complete cost of providing all labor, materials, tools, equipment required to complete the work specified in the contract documents and plans, and shall include but not be limited to the following: rr 54 w• 11/13/2009 r • Locating all existing utilities and potholing in advance to determine their horizontal and vertical location, • Saw cutting, trench excavation, and dewatering (if needed), ,,,, • Removal, hauling and disposal of pavement, curbs, gutters, sidewalks, surplus and unsuitable excavated material including existing pipes and structures in the excavation and the like, • Stockpiling suitable excavated material for use as pipe bedding and trench backfill as directed by the Engineer, • Furnishing, installing, laying and jointing water pipes and fittings of the size, type and class shown, polyethylene encasement, special fittings, horizontal and vertical bends, vertical crosses ar for poly -pigging, shackle rods, temporary blow -off assemblies, and all incidentals, • Furnishing bedding materials, placing and compacting pipe bedding, as shown on the plans, • Placing and compacting trench backfill, .r • Testing, poly -pigging, disinfecting and flushing of new valves, • Replacing, protecting and/or maintaining existing utilities. Bid Item 16 - Furnish and Install 8" Gate Valve Assembly Measurement for furnishing and installing 8" gate valve assembly will be per each for each type valve installed in conformance with the Contract Documents. Payment for furnishing and installing 8" gate valve assembly shall cover the complete cost of providing all labor, materials, tools, equipment required to complete the work specified in the contract �++ documents and plans, and shall include but not be limited to the following: • Locating all existing utilities and potholing in advance to determine their horizontal and vertical location, • Saw cutting, trench excavation, and dewatering (if needed), • Removal, hauling and disposal of pavement, curbs, gutters, sidewalks, surplus and unsuitable excavated material including existing pipes and structures in the excavation and the like, • Stockpiling suitable excavated material for use as pipe bedding and trench backfill as directed by the Engineer, • Furnishing and installing valves, valve boxes and covers to grade, stem extensions, valve marker posts, pipe nipples, couplings, polyethylene encasement, concrete blocking, and all incidentals, • Placing and compacting trench backfill, • Testing, poly -pigging, disinfecting and flushing of new valves, • Replacing, protecting and/or maintaining existing utilities. Bid Item 17 - Furnish and Install 12" X 8" Wet -Tapping Tee and Gate Valve Assembly Measurement for furnishing and installing 8" gate valve assembly will be per each for each type valve installed in conformance with the Contract Documents. Payment for furnishing and installing 12" x 8" wet -tapping tee and gate valve assembly shall cover the complete cost of providing all labor, materials, tools, equipment required to complete the work No specified in the contract documents and plans, and shall include but not be limited to the following: • Locating all existing utilities and potholing in advance to determine their horizontal and vertical location, • Saw cutting, trench excavation, and dewatering (if needed), 55 c� 11/13/2009 • Removal, hauling and disposal of pavement, curbs, gutters, sidewalks, surplus and unsuitable excavated material including existing pipes and structures in the excavation and the like, • Stockpiling suitable excavated material for use as pipe bedding and trench backfill as directed by the Engineer, • Furnishing and installing a full-body cast-iron or epoxy -coated steel tapping tee, tapping gate valve, • Tapping the existing water main by a City -approved wet -tap contractor licensed and bonded, • Furnishing and installing valve boxes and covers to grade, stem extensions, valve marker posts, pipe nipples, couplings, polyethylene encasement, concrete blocking, and all incidentals, • Placing and compacting trench backfill, • Testing, poly -pigging, disinfecting and flushing of new valves, • Replacing, protecting and/or maintaining existing utilities. Bid Item 18 - Furnish and Install Fire Hydrant Assembly Measurement for furnishing and installing fire hydrant assembly will be per each for each fire hydrant assembly installed in conformance with the Contract Documents. Payment for furnishing and installing fire hydrant assembly shall cover the complete cost of providing all labor, materials, tools, equipment required to complete the work specified in the contract documents and plans, and shall include but not be limited to the following: • Locating all existing utilities and potholing in advance to determine their horizontal and vertical location, • Saw cutting, trench excavation, and dewatering (if needed), • Removal, hauling and disposal of pavement, curbs, gutters, sidewalks, surplus and unsuitable excavated material including existing pipes and structures in the excavation and the like, • Stockpiling suitable excavated material for use as pipe bedding and trench backfill as directed by the Engineer, • Furnishing and installing new fire hydrant assembly, standpipe, shoe, and 6 -inch DI piping (up to 18 LF per hydrant run), Storz adapter, • Furnishing and installing shut-off valve, valve box, valve extension, • Furnishing and installing shackles, tie -rods, concrete blocking, and joint restraints, drain rocks, polyfilm, • Adjust hydrant to finish grade and install concrete shear block, • Placing and compacting trench backfill, • Testing, disinfecting and flushing of new hydrants, • Replacing, protecting and/or maintaining existing utilities • Painting the hydrants Bid Item 19 - Connection to Existing Water Main Measurement for connection to existing water main will be per each connection for completion in 5 56 W AM 11/13/2009 #W conformance with the Contract Documents. Payment for connection to existing water main shall cover the complete cost of providing all labor, 0 materials, tools, equipment required to complete the work specified in the contract documents and plans, and shall include but not be limited to the following: • Locating all existing utilities and potholing in advance to determine their horizontal and vertical r location, • Saw cutting, trench excavation, shoring and dewatering (if needed), • Removal, hauling and disposal of pavement, curbs, gutters, sidewalks, surplus and unsuitable excavated material including existing pipes and structures in the excavation and the like, • Stockpiling suitable excavated material for use as pipe bedding and trench backfill as directed by the Engineer, "' • Furnishing all required pipes, fittings, adapters, couplings and incidentals as required for City's water department's personnel to perform the initial cut -in installation of valves, and fittings on the existing water main(s), + • Furnishing all required pipes, fittings, adapters, couplings and incidentals as required for City's water department's personnel to perform the second and final connection of the new water line to the existing water system and to the valves installed during the initial cut -in as described above, ,y., • Placing and compacting trench backfill, • Replacing, protecting and/or maintaining existing utilities. Bid Item 20 - Concrete for Thrust Blocking and Dead -Man Anchor Blocks Measurement for concrete for thrust blocking, horizontal and vertical, dead -man anchor blocks will be per cubic yard for all concrete installed for thrust blocking and dead -man anchor blocks in *r conformance with the Contract Documents. Payment for concrete thrust blocking and dead man anchor blocks shall cover the complete cost of providing all labor, materials, tools, equipment required to complete the work specified in the contract 4" documents and plans, and shall include but not be limited to the following: • Locating all existing utilities and potholing in advance to determine their horizontal and vertical location, • Saw cutting, trench excavation, shoring and dewatering (if needed), • Removal, hauling and disposal of pavement, curbs, gutters, sidewalks, surplus and unsuitable excavated material including existing pipes and structures in the excavation and the like, • Stockpiling suitable excavated material for use as pipe bedding and trench backfill as directed by the Engineer, +++�► • Furnishing and placing concrete for vertical and horizontal blocks, dead -man anchor blocks, reinforcing steel, shackle rods, clamp assembly, anchor bolts, turnbuckles, concrete form work, • Placing and compacting trench backfill, • Replacing, protecting and/or maintaining existing utilities. Bid Item 21 - Furnish and Install 3/4" Water Service Connection Measurement for furnishing and installing 3/4" water connection will be per each for each 3/4" water connection installed in conformance with the Contract Documents. 57 r 11/13/2009 Payment for furnishing and installing 3/4" water connection shall cover the complete cost of i providing all labor, materials, tools, equipment required to complete the work specified in the contract documents and plans, and shall include but not be limited to the following: • Locating all existing utilities and potholing in advance to determine their horizontal and vertical location, • Saw cutting, trench excavation as needed, shoring and dewatering (if needed), • Removal, hauling and disposal of pavement, curbs, gutters, sidewalks, surplus and unsuitable excavated material including existing pipes and structures in the excavation and the like, • Stockpiling suitable excavated material for use as pipe bedding and trench backfill as directed by the Engineer, • Boring, hole -hogging, tunneling, mechanical or hand trenching to install new water service lines, • Furnishing and installing new 3/4 - inch ball valve corporation stops, tapping the main, laying and jointing the new copper water service lines and fittings, new meter setter, new meter boxes and lids, • Testing, disinfecting and flushing the new service line, • Connecting the customer -side private service line to the new copper tailpiece behind the new meter setter and property lines, • Placing and compacting trench backfill, • Replacing, protecting and/or maintaining existing utilities. • Restoration of public and private properties Bid Item 22 - Select Imported Trench Backfill Measurement for select imported backfill shall be measured in tons based on the weight of material installed into the Work. Certified weight tickets shall accompany each load, a copy of tickets shall be given to the Engineer daily. Wasted materials will not be included in the measurement or payment. Only materials placed within the pay limits shown will be considered for payment. Material placed outside of the pay limits shown on the Plans or as approved by the Engineer will be deducted from the certified tickets. Payment for select imported backfill will be made at the amount bid per ton, which payment will be complete compensation for all labor, materials, tools, equipment, incidentals necessary to furnish and install select import backfill, hauling, placement, compaction, removal, haul and disposal of unsuitable excavated materials, waste and surplus materials, etc., required to complete this item of Work in conformance with the Contract Documents. Bid Item 23 — Crushed Rocks for Shoulder Restoration Measurement for crushed rocks for shoulder restoration select shall be measured in tons based on the weight of material installed into the Work. Certified weight tickets shall accompany each load, a copy of tickets shall be given to the Engineer daily. Wasted materials will not be included in the measurement or payment. Only materials placed within the pay limits shown will be considered for payment. Material placed outside of the pay limits shown on the Plans or as approved by the Engineer will be deducted from the certified tickets. Payment for crushed rocks for shoulder restoration will be made at the amount bid per ton, which payment will be complete compensation for all labor, materials, tools, equipment, incidentals necessary to furnish and install crushed rocks for shoulder restoration, hauling, placement, compaction, removal, haul and disposal of unsuitable excavated materials, waste and surplus materials, etc., required to complete this item of Work in conformance with the Contract Documents. 58 i s r 11/13/2009 Bid Item 24 - H.M.A. Class 1/2" PG 64-22 Asphalt Concrete Pavement for Roadway Reconstruction including Crushed Surfacing Top Course Measurement for H.M.A. Classl/2" PG 64-22 Asphalt Concrete Pavement and Roadway Reconstruction including Crushed Surfacing Top Course shall be measured in square yards, horizontally over the complete surface of the roadways, from the existing curb or edge of pavement to the existing and opposite curb or edge of pavement, and as shown on the contract plans, including rr asphalt driveways, sidewalks, berms and wedge curbing, unless otherwise approved by the Engineer. Payment for H.M.A. Classl/2" PG 64-22 Asphalt Concrete Pavement and Roadway Reconstruction 60 including Crushed Surfacing Top Course will be made at the amount bid per square yards, which payment will be complete compensation for all labor, materials, tools, equipment required to complete the work specified in the contract documents and plans, and shall include but not be limited to the following: • Final sawcutting, removal and disposal of existing asphalt pavement, driveways, sidewalks, berms, wedge curbing, from existing curb or edge of pavement to the existing and opposite curb or edge of pavement and as shown on contract plans • Removal and disposal of existing subgrade materials from the existing curb or edge of pavement to the existing and opposite curb or edge of pavement, and as shown on the contract plans • Furnishing, placing, and compacting crushed surfacing top course • Furnishing, placing, and compacting hot mix asphalt materials, tack oil, conforming to the Contract Documents • Furnishing, placing and compacting incidental hot mix asphalt for pavement repair, berms, wedge curbing and asphalt driveways and sidewalks • Adjustment of utilities to grade, tack coat, joint sealing, cleanup, incidentals, required to complete this item of Work in conformance with the Contract Documents. No additional payment will be made for work necessary to correct an asphalt concrete patch not installed in accordance with specifications of for work necessary to correct damages to curbs, gutters, am utility structures, or other appurtenances resulting from the contractor's operations. Bid Item 25 — Temporary Hot Mix Asphalt (HMA) for Trench Patching Measurement for Temporary Hot Mix Asphalt (HMA) for Trench Patching shall be measured in square yards, over the completed surface of the trenches for the sanitary sewer mains, side sewer laterals, water mains and water service lines. Pavement repair measurement width shall be as defined by the limit of trench patch payment shown in the Contract Documents, unless otherwise approved by the Engineer. Wasted materials will not be included in the measurement or payment. Only materials placed within the pay limits shown will be considered for payment. Payment for Temporary Hot Mix Asphalt for Trench Patching will be made at the amount bid per square yards, which payment will be complete compensation for all labor, materials, tools, equipment required to complete the work specified in the contract documents and plans, and shall include but not be limited to the following: are 59 Im IWAY%1II111 • Sawcutting, removal and disposal of existing pavement • Furnishing, placing, and compacting crushed surfacing top course for water and sewer trenches • Furnishing, placing, and compacting temporary hot mix asphalt materials for pavement repair, berms, and wedge curbing • Removal and disposal of hot mix asphalt used for temporary pavement restoration in preparation for final roadway paving • Disposal of temporary hot mix asphalt at an approved facility Bid Item 26 - Remove and Replace Concrete Curb and Gutter Measurement for remove and replace concrete curb and gutter shall be in lineal feet of curb repair required for installation of utilities as shown in the Contract Documents, unless otherwise approved by the Engineer. Payment for remove and replace concrete curb and gutter will be made at the amount bid per lineal foot, which payment will be complete compensation for all labor, materials, tools, equipment required to complete the work specified in the contract documents and plans, and shall include but not be limited to the following: • Sawcutting,7removal and disposal of existing curb and gutter • Removal and disposal of surplus, unsuitable and /or waste materials • Placing and compacting crushed surfacing top course for subgrade • Furnishing and installing temporary formwork • Furnishing and placing concrete and joint filler for new curb and gutter Bid Item 27 - Replace Traffic Loop Sensor, Pavement Markings and Traffic Buttons Measurement for replace traffic loop sensor, pavement markings and traffic buttons shall be per lump sum replacement of all crosswalks, railroad crossing markers, lane markers and all other traffic control elements as shown in the Contract Documents and/or those that existed prior to construction which are damaged, disrupted or removed as a result of construction of this project, unless otherwise approved by the Engineer. Payment for replace traffic loop sensor, pavement markings and traffic buttons shall be made per lump sum, which payment will be complete compensation for all labor, equipment, materials, tools, incidentals to satisfactorily replace damaged pavement markers and markings as specified in the contract documents and plans and shall include but not be limited to the following: • Digital photos and measurements documenting pavement marking locations and configuration before construction • Surface cleaning and preparation 60 A e aw 11/13/2009 • Furnishing, installing and field testing all materials and equipment necessary to complete in place, a fully functional traffic loop vehicle detection system, • Furnishing and applying temporary pavement markings, • Pre -mark layout • Furnishing and applying paint or raised pavement markers • Protecting marking until dry Bid Item 28 — Concrete Driveway and/or Sidewalk Restoration Measurement for cement concrete driveway and/or sidewalk restoration work will be based on square yard of concrete driveway, to match existing, restored to a saw -line line cut as directed by the Engineer. as Payment for driveway and/or sidewalk restoration will be made at the unit price bid per square yard, which payment will be complete compensation for all labor, equipment, materials, tools and incidentals to satisfactorily replace cement concrete driveway and sidewalk as work specified in the to contract documents and plans, and shall include but not be limited to the following: • Sawcutting existing driveway and sidewalk for removal • Removal and disposal of surplus, unsuitable and/or waste materials • Placing and compacting crushed surfacing top course for subgrade r • Furnishing and installing formwork • Furnishing, placing, compacting, and finishing concrete for new driveway and/or sidewalk surface. Gravel driveway and gravel parking areas shall be restored under landscape restoration. Bid Item 29 Property and Landscape Restoration Measurement for Property and Landscape Restoration Work will be based on the percentage of total Work complete, by dollar value, at the time of measurement. Payment for landscape restoration will be made at the unit price bid per lump sum, which payment will be complete compensation for all labor, equipment, materials, tools to complete the work specified in the contract documents and plans, and shall include but not be limited to the following: err • Fine grading all areas disturbed by contractor's construction activities to the lines and grades indicated on the contract plans r • Furnishing and installing select import backfill material, or native material as approved by the Engineer, to match existing grade, compact material to 90% maximum density, • Hauling and disposing unsuitable, surplus and/or waste materials ,•r • Replacing and restoring any landscaping, rockeries, walls, tree removal and replacement, trees, bark, and other improvements disturbed by construction activities, as directed by the Engineer • Site cleanup of all areas disturbed by contractor's activities to match the conditions as closely as ,,•„ existed prior to contractor's beginning work or as directed by the Engineer ws CI1 Ow is 09/28/2009 1-10 TEMPORARY TRAFFIC CONTROL 1-10.1 General Revise the first paragraph to read: The Contractor shall provide flaggers, signs, and other traffic control devices not otherwise specified as being furnished by the Contracting Agency. The Contractor shall erect and maintain all construction signs, warning signs, detour signs, and other traffic control devices necessary to warn and protect the public at all times from injury or damage as a result of the Contractor's operations which may occur on highways, roads, streets, sidewalks, or paths. No Work shall be done on or adjacent to any traveled way until all necessary signs and traffic control devices are in place. Section 1-10.1 is supplemented by adding the following: When the bid proposal includes an item for "Traffic Control," the Work required for this item shall be all items described in Section 1-10, including, but not limited to: 1. Furnishing and maintaining barricades, flashers, construction signing, and other channelization devices, unless a pay item is in the bid proposal for any specific device and the Special Provisions specify furnishing, maintaining, and payment in a different manner for that device; 2. Furnishing traffic control labor, equipment, and supervisory personnel for all traffic control labor; 3. Furnishing any necessary vehicle(s) to set up and remove the Class B construction signs and other traffic control devices; 4. Furnishing labor and vehicles for patrolling and maintaining in position all of the construction signs and the traffic control devices, unless a pay item is in the bid proposal to specifically pay for this Work; and 5. Furnishing labor, material, and equipment necessary for cleaning up, removing, and replacing of the construction signs and the traffic control devices destroyed or damaged during the life of the project. 6. Removing existing signs as specified or as directed by the Engineer and delivering to the City Shops, or storing and reinstalling as directed by the Engineer. 7. Preparing a traffic control plan for the project and designating the person responsible for traffic control at the Work site. The traffic control plan shall include descriptions of the traffic control methods and devices to be used by the prime Contractor, and subcontractors, shall be submitted at or before the preconstruction conference, and shall be subject to review and approval of the Engineer. 8. Contacting police, fire, 911, and ambulance services to notify them in advance of any Work that will affect and traveled portion of a roadway. 9. Assuring that all traveled portions of roadways are open to traffic during peak traffic periods, 6:30 a.m. to 8:30 a.m., and 3:00 p.m. to 6:00 p.m., or as specified in the special provisions, or as directed by the Engineer. 10. Promptly removing or covering all non -applicable signs during periods when they are not needed. If no bid item "Traffic Control" appears in the proposal, then all Work required by these sections will be considered incidental and their cost shall be included in the other items of Work. If the Engineer requires the Contractor to furnish additional channelizing devices, pieces of equipment, or services, which could not be usually anticipated, by a prudent Contractor for the maintenance and protection of traffic, then a new item or items may be established to pay for such items. Further limitations for consideration of payment for these items are that they are not covered by other pay items in the bid proposal, they are not specified in the Special Provisions as incidental, and the accumulative cost for the use of each individual channelizing device, piece of equipment, or service must exceed $200 in total cost for the duration of their need. In the event of disputes, the Engineer will determine what is usually anticipated by a prudent Contractor. The cost for these items will be by agreed price, price established by the Engineer, or by force account. Additional items i Vii► 62 aim 09/28/2009 required as a result of the Contractor's modification to the traffic control plan(s) appearing in the Contract shall not be covered by the provisions in this paragraph. If the total cost of all the Work under the Contract increases or decreases by more than 25 percent, an equitable adjustment will be considered for the item "Traffic Control" to address the increase or decrease. Traffic control and maintenance for the safety of the traveling public on this project shall be the sole responsibility of the Contractor and all methods and equipment used will be subject to the approval of the Owner. 1-10.3(3) Construction Signs Section 1-10.3(3) paragraph 4 is supplemented as follows: No separate pay item will be provided in the bid proposal for Class A or Class B construction signs. All costs for the Work to provide Class A or Class B construction signs shall be included in the unit contract price for the various other items of the Work in the bid proposal. 1-10.4 Measurement Section 1-10.4 is replaced with: No specific unit of measurement will apply to the lump sum item of "Traffic Control". W 63 D Traffic control devices and their use shall conform to City of Renton standards and the Manual on Uniform Traffic Control Devices(MUTCD). The Contractor shall not proceed with any construction until proper traffic control has been provided .r to the satisfaction of the Engineer. Any days lost due to improper traffic control will be charged against the Contractor's allowable contract time, and shall not be the cause for a claim for extra days to complete the Work. 1-10.2(1)B Traffic Control Supervisor Paragraphs 1 and 2 are revised as follows: A Traffic Control Supervisor (TCS) shall be on the project whenever traffic control labor is required or as authorized by the Engineer. The TCS shall assure that all the duties of the TCS are performed during the duration of the Contract. aw During non -Work periods, the TCS shall be able to be on the job site within a 45 -minute time period after notification by the Engineer. 1-10.2(2) Traffic Control Plans 60 Section 1-10.2(2) is supplemented as follows: The Contractor shall be responsible for assuring that traffic control is installed and maintained in .. conformance to established standards. The Contractor shall continuously evaluate the operation of the traffic control plan and take prompt action to correct any problems that become evident during operation. 1-10.3 Flagging, Signs, and All Other Traffic Control Devices Section 1-10.3 is supplemented as follows: At the end of each working day, provisions shall be made for the safe passage of traffic and pedestrians during non -working hours. Barricades shall be reflectorized as specified in Part VI of the MUTCD, and shall be 3M -diamond grade or equivalent approved by the Engineer. Barricades shall also be equipped with flashers. 1-10.3(3) Construction Signs Section 1-10.3(3) paragraph 4 is supplemented as follows: No separate pay item will be provided in the bid proposal for Class A or Class B construction signs. All costs for the Work to provide Class A or Class B construction signs shall be included in the unit contract price for the various other items of the Work in the bid proposal. 1-10.4 Measurement Section 1-10.4 is replaced with: No specific unit of measurement will apply to the lump sum item of "Traffic Control". W 63 D 09/28/2009 No adjustment in the lump sum bid amount will be made for overtime Work or for use of relief flaggers. 1-10.5 Payment Section 1-10.5 is replaced with: Payment for all labor, materials, and equipment described in Section 1-10 will be made in accordance with Section 1-04.1, for the following bid items when included in the proposal: "Traffic Control," Lump Sum. 1-11 RENTON SURVEYING STANDARDS The following is a new section with new subsections: 1-11.1(1) Responsibility for Surveys All surveys and survey reports shall be prepared under the direct supervision of a person registered to practice land surveying under the provisions of Chapter 18.43 RCW. All surveys and survey reports shall be prepared in accordance with the requirements established by the Board of Registration for Professional Engineers and Land Surveyors under the provisions of Chapter 18.43 RCW. 1-11.1(2) Survey Datum and Precision The horizontal component of all surveys shall have as its coordinate base: The North American Datum of 1983/91. All horizontal control for projects must be referenced to or in conjunction with a minimum of two of the City of Renton's Survey Control Network monuments. The source of the coordinate values used will be shown on the survey drawing per RCW 58.09.070. The horizontal component of all surveys shall meet or exceed the closure requirements of WAC 332- 130-060. The control base lines for all surveys shall meet or exceed the requirements for a Class A survey revealed in Table 2 of the Minimum Standard Detail Requirements for ALTA/ACSM Land Title Surveys jointly established and adopted by ALTA and ACSM in 1992 or comparable classification in future editions of said document. The angular and linear closure and precision ratio of traverses used for survey control shall be revealed on the face of the survey drawing, as shall the method of adjustment. The horizontal component of the control system for surveys using global positioning system methodology shall exhibit at least 1 part in 50,000 precision in line length dependent error analysis at a 95 percent confidence level and performed pursuant to Federal Geodetic Control Subcommittee Standards for GPS control surveys as defined in Geometric Geodetic Accuracy Standards & Specifications for Using GPS Relative Positioning Techniques dated August 1, 1989, or comparable classification in future editions of said document. The vertical component of all surveys shall be based on NAVD 1988, the North American Vertical Datum of 1988, and tied to at least one of the City of Renton Survey Control Network benchmarks. If there are two such benchmarks within 3000 feet of the project site a tie to both shall be made. The benchmark(s) used will be shown on the drawing. If a City of Renton benchmark does not exist within 3000 feet of a project, one must be set on or near the project in a permanent manner that will remain intact throughout the duration of the project. Source of elevations (benchmark) will be shown on the drawing, as well as a description of any benchmarks established. 1-11.1(3) Subdivision Information Those surveys dependent on section subdivision shall reveal the controlling monuments used and the subdivision of the applicable quarter section. e A 64 1 err 09/28/2009 Those surveys dependent on retracement of a plat or short plat shall reveal the controlling monuments, measurements, and methodology used in that retracement. 1-11.1(4) Field Notes rr Field notes shall be kept in conventional format in a standard bound field book with waterproof pages. In cases where an electronic data collector is used field notes must also be kept with a sketch and a record of control and base line traverses describing station occupations and what measurements rrr were made at each point. Every point located or set shall be identified by a number and a description. Point numbers shall be unique within a complete job. The preferred method of point numbering is field notebook, page and point set on that page. Example: The first point set or found on page 16 of field book 348 would be identified as Point No. 348.16.01, the second point would be 348.16.02, etc. Upon completion of a City of Renton project, either the field notebook(s) provided by the City or the it original field notebook(s) used by the Surveyor will be given to the City. For all other Work, Surveyors will provide a copy of the notes to the City upon request. In those cases where an electronic data collector is used, a hard copy print out in ASCII text format will accompany the field notes. 1-11.1(5) Corners and Monuments Corner: A point on a land boundary, at the juncture of two or more boundary lines. A monument is am usually set at such points to physically reference a corner's location on the ground. Monument: Any physical object or structure of record, which marks or accurately references: „� • A corner or other survey point established by or under the supervision of an individual per Section 1-11.1(1) and any corner or monument established by the General Land Office and its successor the Bureau of Land Management including section subdivision corners down to and including one -sixteenth corners; and "'�" • Any permanently monumented boundary, right-of-way alignment, or horizontal and vertical control points established by any governmental agency or private surveyor including street intersections but excluding dependent interior lot corners. 1-11.1(6) Control or Base Line Survey Control or Base Line Surveys shall be established for all construction projects that will create permanent structures such as roads, sidewalks, bridges, utility lines or appurtenances, signal or light .r poles, or any non -single family building. Control or Base Line Surveys shall consist of such number of permanent monuments as are required such that every structure may be observed for staking or "as- builting" while occupying one such monument and sighting another such monument. A minimum of two of these permanent monuments shall be existing monuments, recognized and on record with the City of Renton. The Control or Base Line Survey shall occupy each monument in turn, and shall satisfy all applicable requirements of Section 1-11.1 herein. The drawing depicting the survey shall be neat, legible, and drawn to an appropriate scale. North orientation should be clearly presented and the scale shown graphically as well as noted. The drawing must be of such quality that a reduction thereof to one-half original scale remains legible. r„ If recording of the survey with the King County Recorder is required, it will be prepared on 18 inch by 24 inch mylar and will comply with all provisions of Chapter 58.09 RCW. A photographic mylar of the drawing will be submitted to the City of Renton and, upon their review and acceptance per the specific requirements of the project, the original will be recorded with the King County Recorder. ar If recording is not required, the survey drawing shall be prepared on 22 inch by 34 inch mylar, and the original or a photographic mylar thereof will be submitted to the City of Renton. The survey drawings shall meet or exceed the requirements of WAC 332-130-050 and shall conform to the City of Renton's Drafting Standards. American Public Works Association symbols shall be ow 65 09/28/2009 e used whenever possible, and a legend shall identify all symbols used if each point marked by a symbol is not described at each use. An electronic listing of all principal points shown on the drawing shall be submitted with each drawing. The listing should include the point number designation (corresponding with that in the field notes), a brief description of the point, and northing, easting, and elevation (if applicable) values, all in ASCII format, on IBM PC compatible media. 1-11.1(7) Precision Levels Vertical Surveys for the establishment of benchmarks shall satisfy all applicable requirements of Sections 1-05 and 1-11.1. Vertical surveys for the establishment of benchmarks shall meet or exceed the standards, Specifications and procedures of third order elevation accuracy established by the Federal Geodetic Control Committee. Benchmarks must possess both permanence and vertical stability. Descriptions of benchmarks must be complete to insure both recoverability and positive identification on recovery. 1-11.1(8) Radial and Station -- Offset Topography Topographic surveys shall satisfy all applicable requirements of Section 1-11.1 herein. All points occupied or back sighted in developing radial topography or establishing baselines for station -offset topography shall meet the requirements of Section 1-11.1 herein. The drawing and electronic listing requirements set forth in Section 1-11.1 herein shall be observed for all topographic surveys. 1-11.1(9) Radial Topography Elevations for the points occupied or back sighted in a radial topographic survey shall be determined either by, 1) spirit leveling with misclosure not to exceed 0.1 feet or Federal Geodetic Control Committee third order elevation accuracy Specifications, OR 2) trigonometric leveling with elevation differences determined in at least two directions for each point and with misclosure of the circuit not to exceed 0.1 feet. 1-11.1(10) Station --Offset Topography Elevations of the baseline and topographic points shall be determined by spirit leveling and shall satisfy Federal Geodetic Control Committee Specifications as to the turn points and shall not exceed 0.1 foot's error as to side shots. 1-11.1(11) As -Built Survey All improvements required to be "as -built" (post construction survey) per City of Renton Codes, TITLE 4 Building Regulations and TITLE 9 Public Ways and Property, must be located both horizontally and vertically by a Radial survey or by a Station offset survey. The "as -built" survey must be based on the same base line or control survey used for the construction staking survey for the improvements being "as -built". The "as -built" survey for all subsurface improvements should occur prior to backfilling. Close cooperation between the installing Contractor and the "as-builting" surveyor is therefore required. All "as -built" surveys shall satisfy the requirements of Section 1-11.1(1) herein, and shall be based upon control or base line surveys made in conformance with these Specifications. The field notes for "as -built" shall meet the requirements of Section 1-11.1(4) herein, and submitted with stamped and signed "as -built" drawings which includes a statement certifying the accuracy of the "as -built". The drawing and electronic listing requirements set forth in Section 1-11.1(6) herein shall be observed for all "as -built" surveys. 66 Yrs 09/28/2009 1-11.1(12) Monument Setting and Referencing All property or lot corners, as defined in 1-11.1(5), established or reestablished on a plat or other recorded survey shall be referenced by a permanent marker at the corner point per 1-11.2(1). In ow situations where such markers are impractical or in danger of being destroyed, e.g., the front corners of lots, a witness marker shall be set. In most cases, this will be the extension of the lot line to a tack in lead in the curb. The relationship between the witness monuments and their respective corners shall be shown or described on the face of the plat or survey of record, e.g., "Tacks in lead on the extension of the lot side lines have been set in the curbs on the extension of said line with the curb." In all other cases the corner shall meet the requirements of Section 1-11.2(1) herein. All non -corner monuments, as defined in 1-11.1(5), shall meet the requirements of Section 1-11.2(2) herein. If the monument falls within a paved portion of a right-of-way or other area, the monument shall be set below the ground surface and contained within a lidded case kept separate from the monument and flush with the pavement surface, per Section 1-11.2(3). In the case of right-of-way centerline monuments all points of curvature (PC), points of tangency (PT), street intersections, center points of cul-de-sacs shall be set. If the point of intersection (PI) for the tangents of a curve fall within the paved portion of the right-of-way, a monument can be set at the PI instead of the PC and PT of the curve. For all non corner monuments set while under contract to the City of Renton or as part of a City of Renton approved subdivision of property, a City of Renton Monument Card (furnished by the city) identifying the monument; point of intersection (PI), point of tangency (PT), point of curvature (PC), one -sixteenth corner, Plat monument, street intersection, etc., complete with a description of the monument, a minimum of two reference points and NAD 83/91 coordinates, and NAVD 88 elevation .r, shall be filled out and filed with the city. 1-11.2 Materials 1-11.2(1) Property/Lot Corners Corners per 1-11.1(5) shall be marked in a permanent manner such as 1/2 inch diameter rebar 24 inches in length, durable metal plugs or caps, tack in lead, etc., and permanently marked or tagged with the surveyor's identification number. The specific nature of the marker used can be determined by the surveyor at the time of installation. 1-11.2(2) Monuments Monuments per 1-11.1(5) shall meet the requirements as set forth in City of Renton Standard Plans page H031 and permanently marked or tagged with the surveyor's identification number. 1-11.2(3) Monument Case and Cover Materials shall meet the requirements of Section 9-22 and City of Renton Standard Plans page H031. 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP 2-01.1 Description Section 2-01.1 is supplemented as follows: am (******) The limits of clearing and grubbing (construction limits) shall be defined as being the construction limit lines as shown in the Plans. Where, in the opinion of the Engineer, any trees abutting or adjacent to the limits of clearing and grubbing are damaged and require removal, the Contractor shall "" remove such trees. Any trees flagged by the Engineer to remain within the clearing and grubbing limits shall be left undamaged by the Contractor's operations. Any flagged trees, which are damaged, shall be replaced in kind at the Contractor's expense. to Existing landscaping outside the construction limits, including but not limited to, sod, rockeries, beauty bark, decorative gravel or rock, bushes, and shrubbery shall be protected from damage. 67 M 09/28/2009 e The property owners shall be responsible for removing and/or relocating irrigation equipment, trees, shrubs, curbing, ornamental plants, and any other decorative landscaping materials within the construction limits that they wish to save. The Contractor shall give property owners 10 days' written notice prior to removing landscaping materials. All landscaping materials that remain in the construction limits after that time period shall be removed and disposed of, by the Contractor, in accordance with Section 2-01 of the Standard Specifications, these Special Provisions, and the Plans. The Contractor shall receive approval from the Engineer prior to removal. 2-01.2 Disposal of Usable Material and Debris Section 2-01.2 is supplemented as follows: The Contractor shall dispose of all debris by Disposal Method No. 2 — Waste Site. 2-01.5 Payment Section 2-01.5 is supplemented as follows: The lump sum price for "Clearing and Grubbing" shall be full compensation for all Work described herein and shown in the Plans, including removing trees and shrubbery where shown in the Plans and directed by the Engineer. 2-02 REMOVAL OF STRUCTURE AND OBSTRUCTIONS 2-02.3(3) Removal of Pavement, Sidewalks, and Curbs Section 2-02.3(3) is revised and supplemented as follows: Item "1" is revised as follows: In removing pavement, sidewalks, driveways, and curbs, the Contractor shall haul broken -up pieces to some off -project site. The section is supplemented as follows: When an area where pavement, sidewalk, or driveway has been removed is to be opened to traffic before pavement patching has been completed, temporary mix asphalt concrete patch shall be required. Temporary patching shall be placed to a minimum depth of 2 inches immediately after backfilling and compaction are complete, and before the road is opened to traffic. MC cold mix or MC hot mix shall be used at the discretion of the Engineer. 2-02.4 Measurement Section 2-02.4 replaces the existing vacant section: Sawcutting existing cement and asphalt concrete pavements shall be measured by the linear foot along the sawcut, full depth. Wheel cutting of pavement will not be measured for separate payment, but shall be included in other items of Work. 2-02.5 Payment Section 2-02.5 is supplemented by adding: "Saw Cutting", per lineal foot. "Remove Sidewalk", per square yard. "Remove Curb and Gutter", per lineal foot. "Cold Mix", per ton "Remove Asphalt Concrete Pavement," per square yard. "Remove Cement Concrete pavement," per square yard. "Remove existing " per All costs related to the removal and disposal of structures and obstructions including saw cutting, excavation, backfilling, and temporary asphalt shall be considered incidental to and included in other 68 *a 09/28/2009 W& items unless designated as specific bid items in the proposal. If pavements, sidewalks, or curbs lie within an excavation area and are not mentioned as separate pay items, their removal will be paid for as part of the quantity removed in excavation. If they are mentioned as a separate item in the proposal, they will be measured and paid for as provided under Section 2-02.5, and will not be so included in the quantity calculated for excavation. 2-03 ROADWAY EXCAVATION AND EMBANKMENT 110 2-03.3 Construction Requirements Section 2-03.3 is supplemented by adding the following: Roadway excavation shall include the removal of all materials excavated from within the limits shown on the Plans. Suitable excavated material shall be used for embankments, while surplus excavated material or unsuitable material shall be disposed of by the Contractor. Earthwork quantities and changes will be computed, either manually or by means of electronic data processing equipment, by use of the average end area method. Any changes to the proposed Work as directed by the Engineer that would alter these quantities shall be calculated by the Engineer and submitted to the Contractor for his review and verification. err Any excavation or embankment beyond the limits indicated in the Plans, unless ordered by the Engineer, shall not be paid for. All Work and material required to return these areas to their original conditions, as directed by the Engineer, shall be provided by the Contractor at his sole expense. All areas shall be excavated, filled, and/or backfilled as necessary to comply with the grades shown on the Plans. In filled and backfilled areas, fine grading shall begin during the placement and the �+++ compaction of the final layer. In cut sections, fine grading shall begin within the final six (6) inches of cut. Final grading shall produce a surface, which is smooth and even, without abrupt changes in grade. Excavation for curbs and gutters shall be accomplished by cutting accurately to the cross sections, grades and elevations shown. Care shall be taken not to excavate below the specified grades. The Contractor shall maintain all excavations free from detrimental quantities of leaves, brush, sticks, trash, and other debris until final acceptance of the Work. Following removal of topsoil or excavation to grade, and before placement of fills or base course, the subgrade under the roadway shall be proof -rolled to identify any soft or loose areas which may +■ warrant additional compaction or excavation and replacement. The Contractor shall provide temporary drainage or protection to keep the subgrade free from standing water. Acceptable excavated native soils shall be used for fill in the area requiring fills. Care shall be taken to place excavated material at the optimum moisture content to achieve the specified compaction. Any native material used for fill shall be free of organics and debris, and have a maximum particle size of 6 inches. It shall be the responsibility of the Contractor to prevent the native materials from becoming saturated y++ with water. The measures may include sloping to drain, compacting the native materials, and diverting runoff away from the materials. If the Contractor fails to take such preventative measures, any costs or delay related to drying the materials shall be at his own expense. If the native materials become saturated, it shall be the responsibility of the Contractor to dry the materials, to the optimum moisture content. If sufficient acceptable native soils are not available to complete construction of the roadway embankment, Gravel Borrow shall be used. If subgrade trimmer is not required on the project, all portions of Section 2-03 shall apply as though a subgrade trimmer were specified. 7-1 69 09/28/2009 e If sufficient acceptable native soils, as determined by the Engineer, are not available to complete construction of the roadway embankment, Gravel Borrow meeting the requirements of Section 9- 03.14 of the Standard Specifications, shall be used. 2-03.4 Measurement Section 2-03.4 is supplemented by adding the following: At the discretion of the Engineer, roadway excavation, borrow excavation, and unsuitable foundation excavation - by the cubic yard (adjusted for swell) may be measured by truck in the hauling vehicle at the point of loading. The Contractor shall provide truck tickets for each load removed. Each ticket shall have the truck number, time and date, and be approved by the Engineer. 2-03.5 Payment Section 2-03.5 is revised as follows: Payment for embankment compaction will not be made as a separate item. All costs for embankment compaction shall be included in other bid items involved. Payment will be made for the following bid items when they are included in the proposal: "Roadway Excavation Including Haul," per cubic yard "Removal and Replacement of Unsuitable Foundation Material," per ton "Gravel Borrow Including Haul," per ton "Roadway Excavation Including Haul" shall be considered incidental and part of the bid item(s) provided for the installation of the utility mains and appurtenances. When the Engineer orders excavation below subgrade, then payment will be in accordance with the item "Removal and Replacement of Unsuitable Foundation Material". In this case, all items of Work other than roadway excavation shall be paid at unit contract prices. The unit contract price per cubic yard for "Roadway Excavation Including Haul" shall be full pay for excavating, loading, placing, or otherwise disposing of the material. The unit contract price per ton for "Removal and Replacement of Unsuitable Foundation Material' shall be full pay for excavating, loading, and disposing of the material. Payment for embankment compaction will not be made as a separate item. All costs for embankment compaction shall be included in other bid items involved. 2-04 HAUL 2-04.5 Payment Section 2-04.5 is revised and supplemented as follows: All costs for the hauling of material to, from, or on the job site shall be considered incidental to and included in the unit price of other units of Work. 2-06 SUBGRADE PREPARATION 2-06.5 Measurement and Payment Section 2-06.5 is supplemented by adding the following: (******) Subgrade preparation and maintenance including watering shall be considered as incidental to the construction and all costs thereof shall be included in the appropriate unit or lump sum contract bid prices. 70 s 09/28/2009 ,a 2-09 STRUCTURE EXCAVATION 2-09.1 Description Section 2-09.1 is supplemented by adding the following: This Work also includes the excavation, haul, and disposal of all unsuitable materials such as peat, muck, swampy or unsuitable materials, including buried logs and stumps. 2-09.3(1)D Disposal of Excavated Material Section 2-09.3(1)D is revised as follows: The second paragraph is replaced with: All costs for disposing of excavated material within or external to the project limits shall be included in the unit contract price for structure excavation, Class A or B. The third paragraph is replaced with: If the Contract includes structure excavation, Class A or B, including haul, the unit contract price shall include all costs for loading and hauling the material the full required distance, otherwise all such disposal costs shall be considered incidental to the Work. 2-09.4 Measurement Wo Section 2-09.4 is revised and supplemented as follows: Gravel backfill. Gravel backfill, except when used as bedding for culvert, storm sewer, sanitary sewer, manholes, and catch basins, will be measured by the cubic yard in place determined by the go neat lines required by the Plans or by the ton as measured in conformance with Section 1-09.2. 2-09.5 Payment Section 2-09.5 is revised and supplemented as follows: Payment will be made for the following bid items when they are included in the proposal: "Structure Excavation Class A", per cubic yard. "Structure Excavation Class B", per cubic yard. "Structure Excavation Class A Incl. Haul", per cubic yard. "Structure Excavation Class B Incl. Haul", per cubic yard. r. Payment for reconstruction of surfacing and paving, within the limits of structure excavation, will be at the applicable unit prices for the items involved. If the Engineer orders the Contractor to excavate below the elevations shown in the Plans, the unit contract price per cubic yard for "Structure Excavation Class A or B" will apply. But if the Contractor excavates deeper than the Plans or the Engineer requires, the Contracting Agency will not pay for material removed from below the required elevations. In this case, the Contractor, at no expense to the Contracting Agency, shall replace such material with concrete or other material the Engineer approves. The unit contract price per cubic yard for the bid items listed as 1 through 4 above shall be full pay for all labor, materials, tools, equipment, and pumping, or shall be included in the unit bid price of other items of Work if "Structure Excavation" or "Structure Excavation Incl Haul" are not listed as pay items in the Contract. "Shoring or Extra Excavation Class B", per square foot. The unit contract price per square foot shall be full pay for all excavation, backfill, compaction, and other Work required when extra excavation is used in lieu of constructing shoring. If select backfill material is required for backfilling within the limits of the structure excavation, it shall also be „ required as backfill material for the extra excavation at the Contractor's expense. Any excavation or backfill material being paid by unit price shall be calculated by the Engineer only for the neat line measurement of the excavation and shall not include the extra excavation beyond the neat line. M 71 AW 09/28/2009 e —0 If there is no bid item for shoring or extra excavation Class B on a square foot basis and the nature of the excavation is such that shoring or extra excavation is required as determined by the Engineer, then shoring or extra excavation shall be considered incidental to the Work involved and no further compensation shall be made. "Gravel Backfill (Kind) for (Type of Excavation)", per cubic yard or per ton. "Controlled Density Fill", per cubic yard. When gravel backfill is paid by the ton, the Contractor shall take care to assure to the satisfaction of the Engineer that such per ton backfill is only being used for the specified purpose and not for purposes where backfill is incidental or being paid by cubic yard. Evidence that per ton gravel backfill is not being used for its designated purpose shall be grounds for the Engineer to deny payment for such load tickets. 5-04 ASPHALT CONCRETE PAVEMENT 5-04.2 Materials Section 5-04.2 is revised and supplemented as follows: Delete the second and fourth paragraphs of this section. The base course shall be untreated crushed surfacing. Asphalt concrete shall meet the grading requirements for the specified mix. Temporary patch shall be cold or hot mix. 5-04.3 Construction Requirements Section 5-04.3 is supplemented as follows: Shoulder Restoration The existing surfacing of disturbed asphalt shoulders shall be removed to a minimum depth of 6 inches below original street grade to provide for placement of the new subgrade and paving. The subgrade shall be constructed of 11/4 inch minus crushed surfacing base course placed to a compacted thickness of 2'/2 inches, followed by 5/8 -inch minus crushed surfacing top course placed to a compacted thickness of 1'/z inches. HMA Class 'h" shall then be placed and compacted in 2 -inch lifts up to a maximum 4 -inch thickness to match existing pavement thickness. Minimum thickness shall be 2 inches. The shoulder shall be replaced to the existing fog line in areas where the existing asphalt shoulder is seriously disturbed, or at the Engineer's discretion. Asphalt Concrete Patching and Overlay The Contractor shall maintain temporary hot mix asphalt patches daily during construction to the satisfaction of the governing road agency and the Engineer until said patch is replaced with a permanent hot patch. The permanent hot mix asphalt patch shall be placed and sealed with paving grade asphalt within 30 calendar days. Private Driveways Where a private driveway is damaged by either construction of the project or by the Contractor's use and activity on the road, it shall be repaired to the satisfaction of the property owner, the City, and to its original condition or better. Damaged asphalt -concrete driveways shall be replaced by saw cutting to a straight line and replacing a full width section. Damaged cement -concrete driveways shall be removed to the nearest joint (real or dummy) and replaced with a full width section. Damaged gravel driveways shall have crushed surfacing placed and compacted to a minimum depth of 4 inches. 72 M 09/28/2009 +' Curbs, Gutters and Sidewalks Existing curbs, gutters, and sidewalks damaged by construction of the project or the Contractor's use and activity, shall be repaired to the satisfaction of the property owner, the City, and to its original condition or better. 5-04.3(5) Conditioning the Existing Surface Section 5-04.3(5) is supplemented as follows: rr (*****) The Contractor shall maintain existing surface contour during patching, unless otherwise instructed by the City Engineer or Inspector. 5-04.3(5)A Preparation of Existing Surface Section 5-04.3(5)A is supplemented as follows: (*****) The Contractor shall provide his own mechanical sweeping equipment. The sweeper will be on the project prior to the start of paving, to insure the streets to be paved are clean before the tack coat is applied. The sweeper will keep the streets clean ahead of the paving machine and clean the streets behind the empty trucks that have dumped their loads into the paving machine. The sweeper must sweep all streets made dirty by the Contractor's equipment. If the paving machine is "walked" from one site to another, the sweeper must sweep up behind paving machine. The sweeper shall not leave the overlay site until given permission by the City's inspector. All utilities shall be painted with a biodegradable "soap" to prevent the tack and ACP from sticking to 4M the lids. Diesel will not be used. After the application of soap, catch basins must be covered to prevent tack and ACP from getting into catch basins. n Preparation of existing surface shall be done as outlined in this Section and a tack coat shall be applied at the rate of 0.02 to 0.08 gallons per square yard. Payment for preparation of the surface and application of the tack coat shall be considered incidental to the paving and no separate payment shall am be made. The Contractor shall locate all utilities for access immediately after any paving and mark the location Ift by means of painting a circle around the location and scooping a portion of asphalt 4" - 6" in diameter and the depth of the overlay from the center of the utility location. The Contractor shall locate and completely expose gas and water valves for access immediately after final rolling. The day following the start of application of ACP, utility adjustments must begin. The Contractor shall have an adjustment crew adjusting utilities every workable working day until adjustments are complete. During the adjustment of any utility, existing concrete bricks or grouting material that has been broken or cracked shall be removed and replaced at the Contractor's expense. Utility adjustments must be completed within 15 working days after overlay is complete, and within the specified working days. Payment for utility adjustments includes all labor, materials, tools, and equipment necessary to complete the adjustments and is incidental to pay items for Asphalt Patch and Asphalt Overlay. 0 73 rr 09/28/2009 5-04.3(7)A Mix Design Item 2 is deleted and replaced with: 2. Nonstatistical HMA Evaluation. The Contractor shall submit a certification that the mix design submitted meets the requirements of Sections 9-03.8(2) and 9-03.8(6). The Contractor must submit the mix design using DOT Form 350-042 EF. Verification of the mix design by the Contracting Agency is not needed. The Project Engineer will determine anti -strip requirements for the HMA. The mix design will be the initial job mix formula (JMF) for the class of mix. Any additional adjustments to the JMF will require the approval of the Project Engineer and may be made per Section 9-03.8(7). 5-04.3(8)A Acceptance Sampling and Testing—HMA Mixture Item 1 is deleted and replaced with: 1. General. Acceptance of HMA shall be as provided under nonstatistical or commercial evaluation. Nonstatistical evaluation will be used for the acceptance of HMA. Commercial evaluation will be used for Commercial HMA, and for other classes of HMA in the following applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores, prelevel, and pavement repair. Other nonstructural applications as approved by the Project Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Engineer. The proposal quantity of HMA that is accepted by commercial evaluation will be excluded from the quantities used in the determination of nonstatistical evaluation. Item 7 is deleted. 5-04.3(10)B Control Replace Section 5-04.3(10)B with the following: Sub -base shall be compacted to 95% of the maximum density by the Modified Proctor Test Method, ASTM D 1557. Compact asphalt concrete patch and paving to 95% of maximum compaction. 5-04.5 Payment 5-04.5(1)A Price Adjustments for Quality of HMA Mixture Section is deleted and replaced with: Statistical analysis of quality of gradation and asphalt content will be performed based on Section 1-06.2 using the following price adjustment factors: Table of Price Adjustment Factors Constituent Factor "f All aggregate passing: 1 '/z", 1", 3/4", '/z", 3/8" and No. 4 sieves 2 All aggregate passing No. 8, No 16, No. 30, No. 50, No. 100 3 All aggregate passing No. 200 sieve 20 74 e e e do 09/28/2009 to Asphalt binder 52 A pay factor will be calculated for sieves listed in Section 9-03.8(7) for the class of HMA and for the as asphalt binder. 1. Nonstatistical Evaluation. Each lot of HMA produced under Nonstatistical Evaluation and to having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit contract price with no further evaluation. When one or more constituents fall outside the nonstatistical acceptance tolerance limits in Section 9-03.8(7), the lot shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The nonstatistical tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the street shall be tested to provide a minimum of three sets of results for �r evaluation. 2. Commercial Evaluation. If sampled and tested, HMA produced under Commercial Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit contract price with no further evaluation. When one or more constituents fall outside the commercial acceptance tolerance limits in Section 9- 03.8(7), the lot shall be evaluated to determine the appropriate CPF. The commercial tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the street shall be tested to provide a minimum of three sets of results for evaluation. For each lot of HMA produced under Nonstatistical or Commercial Evaluation when the calculated CPF is less than 1.00, a Nonconforming Mix factor (NCFM) will be determined. " THE NCFM equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent. The Job Mix Compliance Price Adjustment will be calculated as the product of the NCMF, the quantity of HMA in the lot in tons, and the unit contract price per ton of the mix. If a constituent is not measured in accordance with these Specifications, its individual pay factor will be considered 1.00 in calculating the composite pay factor. 5-04.5(1)B Price Adjustments for Quality of HMA Compaction Section is deleted and replaced with: The maximum CPF of a compaction lot is 1.00 For each compaction lot of HMA when the CPF is less than 1.00, a Nonconforming Compaction Factor (NCCF) will be determined. THE NCCF equals the algebraic difference of CPF minus 1.00 multiplied by 40 percent. The Compaction Price Adjustment will be calculated as the product of the NCFF, the quantity of HMA in the lot in tons and the unit contract price per ton of the mix. 5-06 TEMPORARY RESTORATION IN PAVEMENT AREA Section 5-06 is new Section with subsections: 5-06.1 Description Pavement areas that have been removed by construction activities must be restored by the Contractor prior to the end of each working period, prior to use by vehicular traffic. Within paved streets, the Contractor may use temporary pavement to allow vehicular traffic to travel over the construction irr 75 ■r 09/28/2009 e areas. Temporary pavement shall be placed around trench plates or others devices used to cover construction activities in a manner that provides a smooth and safe transition between surfaces. 5-06.2 Materials The asphalt pavement for temporary patches shall be 2" of a hot mix asphalt composition determined by the Contractor to provide a product suitable for the intended application. The Contractor shall not use materials that are a safety or health hazard. Temporary pavement material that does not form a consolidated surface after compaction shall be considered unsuitable and shall be removed from the site. Unsuitable temporary pavement shall be disposed of offsite. 5-06.3 Construction Requirements The Contractor shall maintain temporary hot mix asphalt patches daily during to the satisfaction of the governing road agency and the Engineer until said patch is replaced with permanent hot patch. The completed pavement shall be free from ridges, ruts, bumps, depressions, objectionable marks, or other irregularities. The permanent hot mix asphalt patch shall be placed and sealed with a paving asphalt within 30 calendar days. The Contractor shall immediately repair, patch, or remove any temporary pavement that does not provide a flat transition between existing pavement areas. All temporary asphalt pavement shall be removed from the site by the end of the project and shall not be used as permanent asphalt pavement or subgrade material. 7-01 DRAINS 7-01.2 Materials The second paragraph of Section 7-01.2 is revised as follows: Drain pipes may be concrete, zinc coated (galvanized) corrugated iron with Asphalt Treatment I, aluminum coated (aluminized) corrugated iron with Asphalt Treatment 1, zinc coated (galvanized) steel with Asphalt Treatment I, corrugated aluminum alloy, polyvinyl chloride (PVC), or corrugated polyethylene (PE) at the option of the Contractor unless the Plans specify the type to be used. 7-01.3 Construction Requirements Section 7-01.3 is revised as follows: The second paragraph is revised as follows: PVC drainpipe shall be jointed with a bell and spigot joint using a flexible elastomeric seal as described in Section 9-04.8. The bell shall be laid upstream. PE or ABS drainpipe shall be jointed with snap -on, screw -on, or wraparound coupling bands as recommended by the manufacturer of the tubing. The sixth paragraph is revised as follows: PVC under drain pipe shall be jointed using either the flexible elastomeric seal as described in Section 9-04.8 or solvent cement as described in Section 9-04.91 at the option of the Contractor unless otherwise specified in the Plans. The bell shall be laid upstream. PE or ABS drainage tubing under drain pipe shall be jointed with snap -on, screw -on, or wraparound coupling bands, as recommended by the manufacturer of the tubing. 7-01.4 Measurement Section 7-01.4 is supplemented adding the following: w 76 to 09/28/2009 .r� When the Contract does not include "Structure Excavation Class B" or "Structure Excavation Class B Including Haul" as a pay item all costs associated with these items shall be included in other contract pay items. M 7-02 CULVERTS 7-02.2 Materials irr The second paragraph of Section 7-02.2 is revised and supplemented as follows: Where steel or aluminum are referred to in this section in regard to a kind of culvert pipe, pipe arch, or end sections, it shall be understood that steel is zinc coated (galvanized) with Asphalt Treatment I or aluminum coated (aluminized) corrugated iron or steel, and aluminum is corrugated aluminum alloy as specified in Sections 9-05.4 and 9-05.5. Where plain or reinforced concrete, steel, or aluminum are referred to in Section 7-02 it shall be understood that reference is also made to PVC. �r 7-04 STORM SEWERS 7-04.2 Materials The second paragraph of Section 7-04.2 is revised as follows: Where steel or aluminum are referred to in this section in regard to a kind of storm sewer pipe, it shall be understood that steel is zinc coated (galvanized), Asphalt Treatment I Coated, corrugated iron or steel and aluminum is corrugated aluminum alloy as specified in Sections 9-05.4 and 9-05.5. r The Contractor shall require pipe suppliers to furnish certificates signed by their authorized representative, stating the Specifications to which the materials or products were manufactured. The Contractor shall provide 2 copies of these certifications to the Engineer for approval. Certificates .r. showing nonconformance with the Contract shall be sufficient evidence for rejection. Approval of certificates shall be considered only as tentative acceptance of the materials and products, and such action by the Engineer will not relieve the Contractor of his/her responsibility to perform field tests and to replace or repair faulty materials, equipment, and/or workmanship and the Contractor's own expense. 7-04.4 Measurement rr The first paragraph of Section 7-04.4 is revised as follows: The length of storm sewer pipe will be the number of linear feet of completed installation measured along the invert and will include the length through elbows, tees, and fittings. The number of linear feet will be measured from the center of manhole or from the center of catch basin to center of catch basins and similar type structures. 7-04.5 Payment The second and third paragraphs of Section 7-04.5 are revised as follows: The unit contract price per linear foot for storm sewer pipe of the kind and size specified shall be full r pay for all Work to complete the installation, including adjustment of inverts to manholes. When no bid item "Gravel Backfill for Pipe Bedding" is included in the Schedule of Prices, pipe bedding, as shown in the Standard Plans, shall be considered incidental to the pipe and no additional payment r shall be made. Testing of storm sewer pipe, if required by the Engineer, shall be considered incidental to and included in the unit contract prices for other items. aw Cost of connecting pipe to structures shall be included in the various unit contract prices for storm sewer pipe, and no additional compensation will be allowed. 71 77 Im 09/28/2009 e Abandonment and plugging of pipe shall be included in the lump sum contract price for "Removal of Structure and Obstruction". No separate payment will be made. 7-05 MANHOLES, INLETS, AND CATCH BASINS 7-05.3 Construction Requirements Section 7-05.3 is supplemented by adding the following: All manholes shall have eccentric cones and shall have ladders. Sanitary sewer pipe to manhole connections shall be "Kor-n-Seal" boot or approved equal. 7-05.3(1) Adjusting Manholes and Catch Basins to Grade Section 7-05.3(1) is replaced with: Where shown in the Plans or where directed by the Engineer, the existing manholes, catch basins, or inlets shall be adjusted to the grade as staked or otherwise designated by the Engineer. The existing cast iron ring and cover on manholes and the catch basin frame and grate shall first be removed and thoroughly cleaned for reinstalling at the new elevation. From that point, the existing structure shall be raised or lowered to the required elevation. The Contractor shall construct manholes so as to provide adjustment space for setting cover and casting to a finished grade as shown on the Construction Plans. Manhole ring and covers shall be adjusted to the finished elevations per standard detail 400.1, prior to final acceptance of the Work. Manholes in unimproved areas shall be adjusted to 6" above grade. In unpaved streets: manholes, catch basins, and similar structures in areas to be surfaced with crushed rock or gravel shall be constructed to a point approximately eight inches below the subgrade and covered with a temporary wood cover. Existing manholes shall be cut off and covered in a similar manner. The Contractor shall carefully reference each manhole so that they may be easily found upon completion of the street Work. After placing the gravel or crushed stone surfacing, the manholes and manhole castings shall be constructed to the finished grade of the roadway surface. Excavation necessary for bringing manholes to grade shall center about the manhole and be held to the minimum area necessary. At the completion of the manhole adjustment, the void around the manhole shall be backfilled with materials which result in the section required on the typical roadway section, and be thoroughly compacted. In cement concrete pavement: manholes, catch basins, and similar structures shall be constructed and adjusted in the same manner as outlined above except that the final adjustment shall be made and cast iron frame be set after forms have been placed and checked. In placing the concrete pavement, extreme care shall be taken not to alter the position of the casting in any way. In asphalt concrete pavement: manholes shall not be adjusted until the pavement is completed, at which time the center of each manhole shall be carefully relocated from references previously established by the Contractor. The pavement shall be cut in a restricted area and base material be removed to permit removal of the cover. The manhole shall then be brought to proper grade utilizing the same methods of construction as for the manhole itself. The cast iron frame shall be placed on the concrete blocks and wedged up to the desired grade. The asphalt concrete pavement shall be cut and removed to a neat circle, the diameter of which shall be equal to the outside diameter of the cast iron frame plus two feet. The base materials and crushed rock shall be removed and Class 3000 or Commercial Portland Cement Concrete shall be placed so that the entire volume of the excavation is replaced up to but not to exceed 2 inches of the finished pavement surface. On the day following placement of the concrete, the edge of the asphalt concrete pavement, and the outer edge of the casting shall be painted with hot asphalt cement. Asphalt Class G concrete shall then be placed and compacted with hand tampers and a patching roller. The complete patch shall match the existing FW 78 4W 09/28/2009 paved surface for texture, density, and uniformity of grade. The joint between the patch and the existing pavement shall then be carefully painted with hot asphalt cement or asphalt emulsion and shall be immediately covered with dry paving sand before the asphalt cement solidifies. The inside throat of the manhole shall be thoroughly mortared and plastered. �r Adjustment of inlets: The final alignment and grade of cast iron frames for new and old inlets to be adjusted to grade will be established from the forms or adjacent pavement surfaces. The final adjustment of the top of the inlet will be performed in similar manner to the above for manholes. On asphalt concrete paving projects using curb and gutter section, that portion of the cast iron frame not embedded in the gutter section shall be solidly embedded in concrete also. The concrete shall extend a minimum of six inches beyond the edge of the casting and shall be left 2 inches below the top of the frame so that the wearing course of asphalt concrete pavement will butt the cast iron frame. The existing concrete pavement and edge of the casting shall be painted with hot asphalt cement. Adjustments in the inlet structure shall be constructed in the same manner and of the same material as that required for new inlets. The inside of the inlets shall be mortared and plastered. ar Monuments and cast iron frame and cover: monuments and monument castings shall be adjusted to grade in the same manner as for manholes. Valve box castings: adjustments of valve box castings shall be made in the same manner as for manholes. 7-05.3(2) Abandon Existing Manholes Section 7-05.3(2) is revised as follows: Where it is required that an existing manhole be abandoned, the structure shall be broken down to a „r depth of at least 4 feet below the revised surface elevation, all connections plugged, the manhole base shall be fractured to prevent standing water, and the manhole filled with sand and compacted to 90 percent density as specified in Section 2-03.3(14)C. Debris resulting from breaking the upper part of the manhole may be mixed with the sand subject to the approval of the Engineer. The ring and cover shall be salvaged and all other surplus material disposed of. 7-05.3(2)A Abandon Existing Sanitary Sewer Pipes Section 7-05.3(2)A is a new section: Where it is required that an existing sanitary sewer pipe be abandoned (or portions of pipe installed as part of this project which are to be abandoned as shown on the Plans), both ends of the abandoned �. pipe and all lateral connections to the pipe shall be plugged with 3,000 psi cement concrete and the pipe shall be filled with cement -based grout. to A cement -based grout shall be used to fill the void of the abandoned sewer pipe. The grouting material must have a strength of at least 100 psi and shall have flow characteristics appropriate for filling a sanitary sewer. The grout mix designed and method of installation shall be approved by the Engineer prior to beginning the operation (See Section 9-03.22). 7-05.3(3) Connections to Existing Manholes yr. Section 7-05.3(3) is supplemented by adding the following: Where shown on the Plans, new drain pipes shall be connected to existing line, catch basin, curb inlets and/or manholes. The Contractor shall be required to core drill into the structure, shape the new �rw pipe to fit and re -grout the opening in a workmanlike manner. Where directed by the Engineer or where shown on the Plans, additional structure channeling will be required. Connections to existing sanitary sewer manholes shall be core drilled. Couplings shall be equal to "Kor-n-Seal" boots. Existing sanitary sewer manholes shall be cleaned, repaired, and re -channeled as necessary to match the new pipe configuration and as shown on the Construction Plans. e7 79 W 09/28/2009 A "connection to existing" item will be allowed at any connection of a new line to an existing structure, or the connection of a new structure to a existing line. No "connection to existing" will be accepted at the location of new installation, relocation and adjustment of line manholes, catch basins, or curb inlets. Any damage to existing pipe or structure that is to remain in place resulting from the Contractor's operations shall be repaired or replaced at her/his own expense. The unit bid price per each shall be full compensation for all labor, materials and equipment required. 7-05.3(5) Manhole Coatings Section 7-05.5 is an added new section: All new sanitary sewer manholes shall be coated as specified below. The following coating system Specifications shall be used for coating (sealing) all interior concrete surfaces of sanitary sewer manholes. Coating Material: High Solids Urethane Surfaces: Concrete Surface Preparation: In accordance with SSPC SP -7 (Sweep of brush off blast) Application: Shop/Field The drying time between coats shall not exceed 24 hours in any case System Thickness: 6.0 mils dry film Coatings: Primer: One coat of Wasser MC-Aroshield (2.0 mils DFT) Finish: Two or more coats of Wasser MC-Aroshield (min. 4.0 mils DFT) Color: White 7-05.4 Measurement Section 7-05.4 is revised and supplemented as follows: Manholes will be measured per each. Measurement of manhole heights for payment purposes will be the distance from finished rim elevation to the invert of the lowest outlet pipe. Adjustments of new structures and miscellaneous items such as valve boxes shall be considered incidental to the unit contract price of the new item and no further compensation shall be made. Connection to existing pipes and structures shall be measured per each. 7-05.5 Payment Section 7-05.5 is supplemented as follows: "Adjust Existing ," per each. The unit contract price per each for "Adjust Existing shall be full pay for all costs necessary to make the adjustment including restoration of adjacent areas in a manner acceptable to the Engineer. If no bid item for Structure Excavation Class A or Structure Excavation Class B is included in the schedule of prices then the Work will be considered incidental and its cost should be included in the cost of the pipe. "Connect to Existing Catch Basin," per each. "Connect Structure to existing pipe," per each. 80 r No 09/28/2009 ,r 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS 7-08.3 Construction Requirements 7-08.3(1)C Bedding the Pipe Section 7-08.3(1)C is supplemented by adding the following: Pipe bedding for PVC sewer pipe shall consist of clean, granular pea gravel consistent with Section 9- 0 3.12(3). It shall be placed to a depth of 6" over and 6" under the exterior walls of the pipe. Hand compaction of the bedding materials under the pipe haunches will be required. Hand compaction shall be accomplished by using a suitable tamping tool to firmly tamp bedding material under the haunches of the pipe. Care shall be taken to avoid displacement of the pipe during the compaction effort. +� Pipe bedding shall be considered incidental to the pipe and no further compensation shall be made. 7-08.3(1)D Pipe Foundation Section 7-08.3(1)D is a new section: Pipe foundation in poor soil: When soft or unstable material is encountered at the subgrade which, in the opinion of the Engineer, will not uniformly support the pipe, such material shall be excavated to an additional depth as required by the Engineer and backfilled with foundation gravel material placed in maximum 12 -inch lifts. Foundation gravel shall be ballast and conform to the requirements of Section 9-03.9(1) of the Standard Specifications. r. Corrections faulty grade: Excess excavation below grade shall be backfilled with foundation gravel as specified above and thoroughly compacted to the required grade line. 7-08.3(2)A Survey Line and Grade Section 7-08.3(2)A is replaced with: Survey line and grade control shall be provided in accordance with Sections 1-05.4, 1-05.5 and 1-11 in a manner consistent with accepted practices. The Contractor shall transfer line and grade into the trench where they shall be carried by means of a laser beam. Any other procedure shall have the written approval of the Engineer. 7-08.3(2)B Pipe Laying — General Orr Section 7-08.3(2)B is supplemented by adding the following: Checking of the invert elevation of the pipe may be made by calculations from measurements on the top of the pipe, or by looking for ponding of 1/2" or less, which indicates a satisfactory condition. At manholes, when the downstream pipe(s) is of a larger size, pipe(s) shall be laid by matching the (eight -tenths) flow elevation, unless otherwise approved by the Engineer. r. All pipe, fittings, etc. shall be carefully handled and protected against damage, impact shocks, and free fall. All pipe handling equipment shall be acceptable to the Engineer. Pipe shall not be placed directly on rough ground but shall be supported in a manner, which will protect the pipe against injury whenever stored at the trench site or elsewhere. No pipe shall be installed where the lining or coating rrr show defects that may be harmful as determined by the Engineer. Such damaged lining or coating shall be repaired, or a new undamaged pipe shall be furnished and installed. The Contractor shall inspect each pipe and fitting prior to installation to insure that there are not damaged portions of the pipe. Any defective, damaged, or unsound pipe shall be repaired or replaced. All foreign matter or dirt shall be removed from the interior of the pipe before lowering into position in the trench. Pipe shall be kept clean during and after laying. All openings in the pipeline shall be w 81 09/28/2009 closed with watertight expandable type sewer plugs at the end of each day's operation, or whenever the pipe openings are left unattended. The use of burlap, wood, or other similar temporary plugs will not be permitted. Where necessary to raise or lower the pipe due to unforeseen obstructions or other causes, the Engineer may change the alignment and/or the grades. Except for short runs, which may be permitted by the Engineer, pipes shall be laid uphill on grades that exceed 10 percent. Pipe, which is laid on a downhill grade, shall be blocked and held in place until sufficient support is furnished by the following pipe to prevent movement. Unless otherwise required, all pipe shall be laid straight between the changes in alignment, and at uniform grade between changes in grade. For concrete pipes with elliptical reinforcement, the pipe shall be placed with the minor axis of the reinforcement in a vertical position. Immediately after the pipe joints have been made, proper gasket placement shall be checked with a feeler gage as approved by the pipe manufacturer to verify proper gasket placement. 7-08.3(2)E Rubber Gasketed Joints Section 7-08.3(2)E is supplemented as follows: Care shall be taken by the Contractor to avoid over pushing the pipe and damaging the pipe or joint system. Any damaged pipe shall be replaced by the Contractor at his expense. 7-08.3(2)H Sewer Line Connections Section 7-08.3(2)H is supplemented by adding the following: All connections not occurring at a manhole or catch basin shall be done utilizing pre -manufactured tee connectors or pipe sections approved by the Engineer. Any other method or materials proposed for use in making connections shall be subject to approval by the Engineer. Unless otherwise approved by the Engineer, all connections of lateral sewers to existing mains shall be made through a cast iron saddle secured to the sewer main with stainless steel bands. When the existing main is constructed of PVC, plain or reinforced concrete, cast or ductile iron pipe, the existing main shall be core drilled. When the existing main is constructed of vitrified clay, the main shall be re -sectioned with flexible couplings, Fernco or approved equal. Connections (unless booted connections have been provided for) to existing concrete manholes shall be per Section 7-05.3(3). 7-08.3(2)J Placing PVC Pipe Section 7-08.3(2)) is an added new section: In the trench, prepared as specified in Section 7-02.3(1) PVC pipe shall be laid beginning at the lower end, with the bell end upgrade. Pea gravel will be used as the bedding material and extend from 6" below the bottom of the pipe to 6" above the top of the pipe. When it is necessary to connect to a structure with a mudded joint a rubber gasketed concrete adapter -collar will be used at the point of connection. 7-08.3(3)A Backfilling Sanitary Sewer Trenches IN Section 7-083(3)A is a new section supplementing 7-08.3(3) To the maximum extent available, suitable material obtained from trench excavation shall be used for trench backfill. All material placed as trench backfill shall be free from rocks or stones larger than 6 inches in their greatest dimension, brush, stumps, logs, roots, debris, and organic or other deleterious materials. No stones or rock shall be placed in the upper three feet of trench backfill. Rock or stones within the allowable size limit incorporated in the remainder of fills shall be distributed so that they do not congregate or interfere with proper compaction. 7 82 WW 09/28/2009 If the native material is considered by the Engineer as unsuitable for backfill, or where unsuitable material is requested by the Engineer to be removed or over -excavated from trench excavations, then ON Bank Run Gravel for Trench Backfill Sewer material conforming to the requirements of Section 9- 03.19 shall be used. All native or imported backfill material shall be compacted to 95% of maximum dry density per ASTM D 1557 unless otherwise specified herein or on the Plans. OW Backfill within paved areas shall be compacted to at least 95 percent of maximum dry density as determined by the modified proctor compaction test, ASTM D1557. This includes the foundation, backfill, and base course materials. Maximum lift thickness of backfill shall not exceed 24 inches W between the top of the bedding and 4 feet below grade and 12 inches from 4 feet below grade to the base of the subgrade. The Engineer may be on-site to collect soil samples and to test compaction. The Contractor shall provide site access at all times for compaction testing and sample collection. No Areas of the trench which fail to meet the compaction requirements shall be removed and replace and re -compacted at the Contractor's expense. ,w The Contractor shall be responsible for any settlement of backfill, sub -base, and pavement that may occur during the period stipulated in the Contract conditions. All repairs necessary due to settlement shall be made by the Contractor at his expense. Backfill in unimproved areas shall be compacted to at least 90 percent of maximum dry density as determined by the modified proctor compaction test, ASTM D1557. The Contractor shall be responsible for the disposal of any excess excavated material. 7-08.4 Measurement Orr The first paragraph of Section 7-08.4 is revised as follows: Gravel backfill for foundations, or gravel backfill for pipe zone bedding when used for foundations, shall be measured by the cubic yard, including haul, as specified in 2-09, or by the ton. NO 7-08.5 Payment Section 7-08.5 is replaced with: ******) °" Payment will be made in accordance with Section 1-04.1 for each of the following bid items that are included in the proposal: "Gravel Backfill for Foundations Class ", per cubic yard or ton. "Gravel Backfill for Pipe Zone Bedding", per cubic yard or ton. All costs associated with furnishing and installing bedding and backfill material within the pipe zone in the installation of culvert, storm sewer, and sanitary sewer pipes shall be included in the unit contract price for the type and size of pipe installed. "Plugging Existing Pipe", per each. "Commercial Concrete", per cubic yard. "Structure Excavation Class B", per cubic yard. "Structure Excavation Class B Incl. Haul", per cubic yard. Unless specifically identified and provided as separate items, structure excavation, dewatering and backfilling shall be incidental to pipe installation and no further compensation shall be made. All costs in jointing dissimilar pipe with a coupling or concrete collar shall be included in the unit 4W contract price per foot for the size and type of pipe being jointed. "Shoring or Extra Excavation Class B", per square foot. If this pay item is not in the Contract, then it shall be incidental. OW 83 0 09/28/2009 7-09 PIPE AND FITTINGS FOR WATER MAINS 7-09.3(15)A Ductile Iron Pipe The first paragraph of Section 7-09.3(15)A is revised as follows: Long radius (500 feet or more) curves, either horizontal or vertical, may be laid with standard pipe by deflecting the joints. If the pipe is shown curved in the Plans and no special fittings are shown, the Contractor can assume that the curves can be made by deflecting the joints with standard lengths of pipe. If shorter lengths are required, the Plans will indicate maximum lengths that can be used. The amount of deflection at each pipe joint when pipe is laid on a horizontal or vertical curve shall not exceed one half of the manufacturer's printed recommended deflections. 7-09.3(15)B Polyvinyl Chloride (PVC) Pipe (4 inches and Over) Section 7-09.3(15)B is supplemented as follows: Polyvinyl Chloride (PVC) Pipe shall not be used for water mains and appurtenances. 7-09.3(17) Laying Ductile Iron Pipe and Fittings with Polyethylene Encasement The title and text of section 7-09.3(17) has been revised as follows: The Contractor shall lay ductile iron pipe with a polyethylene encasement. Pipe and polyethylene encasement shall be installed in accordance with AWWA C105. The polyethylene encasement shall also be installed on all appurtenances, such as pipe laterals, couplings, fittings, and valves, with 8 -mil polyethylene plastic in accordance with Section 4-5 of ANSI 21.5 or AWWA C 105. The polyethylene wrap shall be tube type and black color. Any damage that occurs to the wrap shall be repaired in accordance with ANSI/AWWA C105/A21.5-93. Installation of the polyethylene encasement shall be considered incidental to the installation of the pipe and no additional payment shall be allowed. 7-09.3(19)A Connections to Existing Mains Section 7-09.3(19)A is revised and supplemented as follows: The Contractor may be required to perform the connection during times other than normal working hours. The Contractor shall not operate any valves on the existing system. Water system personnel will operate all valves on the existing system for the Contractor when required. No Work shall be performed on the connections unless a representative of the water department is present to inspect the Work. When not stated otherwise in the special provisions or on the plans, all connections to existing water mains will be done by City forces as provided below: City Installed Connections: Connections to existing piping and tie-ins are indicated on the drawings. The Contractor must verify all existing piping, dimensions, and elevations to assure proper fit. Connections to the existing water main shall not be made without first making the necessary arrangements with the Engineer in advance. A two-week advance notice shall be required for each connection which requires a cutting of the existing water mains or a shut -down of the existing water mains. The City reserves the right to re- schedule the connection if the Work area is not ready at the scheduled time for the connection. Work shall not be started until all the materials, equipment and labor necessary to properly complete the Work are assembled on site. e e 84 irri 09/28/2009 WW The Contractor shall provide all saw -cutting, removal and disposal of existing surface improvements, Nominal Pipe Diameter excavation, haul and disposal of unsuitable materials, shoring, de -watering, foundation material, at the connection areas before the scheduled time for the connection by the City. The Contractor shall �+ provide all materials necessary to install all connections as indicated on the construction plans, 16" including but not limited to the required fittings, couplings, pipe spools, shackle materials to complete 24" the connections. The Contractor shall provide and install concrete blocking, polywrap the piping at 450 the connections, backfill and surface restoration at the locations shown on the plans for the 2.55 connections to the existing water mains. 3.82 The City will cut the existing main and assemble all materials. rrr 7-09.3(21) Concrete Thrust Blocking and Dead -Man Block 2.40 Section 7-09.3(21) has been supplemented by adding the following: 3.60 (******) ow Provide concrete blocking at all hydrants, fittings and horizontal or vertical angle points. Conform to 2.25 the City of Renton Standard Details for general blocking, and vertical blocks herein. All fittings to be 3.37 blocked shall be wrapped with 8 -mil polyethylene plastic. Concrete blocking shall be properly 275 formed with plywood or other acceptable forming materials and shall not be poured around joints. to The forms shall be stripped prior to backfilling. Joint restraint (shackle rods), where required, shall 2.99 be installed in accordance with Section 7-11.3(15). aw Provide concrete dead -man blocks at locations shown on the plans. The dead -man block shall include reinforcing steels, shackle rods, installation and removal of formwork. Blocking shall be commercial concrete (hand -mixed concrete is not allowed) and poured in place. .r 7-09.3(23) Hydrostatic Pressure Test Section 7-09.3(23) is supplemented and revised as follows: r A hydrant meter and a backflow prevention device will be used when drawing water from the City system. These may be obtained from the City by completing the required forms and making the required security deposits. There will be a charge for the water used. Before applying the specified test pressure, air shall be expelled completely from the pipe, valves and hydrants. If permanent air vents are not located at all high points, the contractor shall install corporation cocks at such points so that the air can be expelled as the line is filled with water. After all the air has been expelled, the corporation cocks shall be closed and the test pressure applied. At the conclusion of the pressure test, aw the corporation cocks shall be removed and plugged. The quantity of water required to restore the pressure shall be accurately determined by either 1) pumping from an open container of suitable size such that accurate volume measurements can be ow made by the Owner or, 2) by pumping through a positive displacement water meter with a sweep unit hand registering 1 gallon per revolution. The meter shall be approved by the Engineer. rrr Acceptability of the test will be determined by two factors, as follows: 1. The quantity of water lost from the main shall not exceed the number of gallons per hour as listed in the following table. 2. The loss in pressure shall not exceed 5 psi during the 2 hour test period. �r All water used to perform hydrostatic pressure shall be charged a usage fee. Allowable leakage per 1000 ft. of pipeline* in GPH ori 85 M Nominal Pipe Diameter in inches PSI 6" 8" 10" 12" 16" 20" 24" 450 0.95 1.27 1.59 1.91 2.55 3.18 3.82 400 0.90 1.20 1.50 1.80 2.40 3.00 3.60 350 0.84 1.12 1.40 1.69 2.25 2.81 3.37 275 0.75 1.00 1.24 1.49 1.99 2.49 2.99 ori 85 M 09/28/2009 e 250 0.71 0.95 1.19 1.42 1.90 2.37 2.85 225 0.68 0.90 1.13 1.35 1.80 2.25 2.70 200 0.64 0.85 1.06 1.28 1.70 2.12 2.55 *If the pipeline under test contains sections of various diameters, the allowable leakage will be the sum of the computed leakage for each size. For those diameters or pressures not listed, the formula below shall be used: The quantity of water lost from the main shall not exceed the number of gallons per hour as determined by the formula L=N P in which: 7400 L = Allowable leakage, gallons/hour N = No. of joints in the length of pipeline tested D = Nominal diameter of the pipe in inches P = Average test pressure during the leakage test, psi The paragraph stating that "There shall not be an appreciable or abrupt loss in pressure during the 15 minute testep riod." Is deleted. 7-09.3(24)A Flushing and "Poly -pigging" Section 7-09.3(24)A shall be revised and supplemented as follows: (******) Sections of pipe to be disinfected shall first be poly -pigged to remove any solids or contaminated material that may have become lodged in the pipe. If the main cannot be "poly -pigged", then a tap shall be provided large enough to develop a velocity of at least 2.5 fps in the main. The "Poly -pig" shall be equal to Girard Industries Aqua -Swab -AS, 2lb/cu-ft density foam with 90A durometer urethane rubber coating on the rear of the "Poly -pig" only. The "Poly -pig" shall be cylinder shaped with bullet nose or squared end. The paragraph stating: "Where dry calcium hypochlorite is used for disinfection of the pipe, flushing shall be done after disinfection." is deleted. Dechlorination of all water used for disinfection shall be accomplished in accordance with the City of Renton Standard Details. Water containing chlorine residual in excess of that carried in the existing water system, shall not be disposed into the storm drainage system or any water way. 7-09.3(24)D Dry Calcium Hypochlorite Section 7-09.3(24)D has been replaced with: (******) Dry calcium hypochlorite shall not be placed in the pipe as laid. 7-09.3(24)K Retention Period Section 7-09.3(24)K has been revised as follows: (******) Treated water shall be retained in the pipe at least 24 hours but no longer than 48 hours. After this period, the chlorine residual at pipe extremities and at other representative points shall be at least 25 mg/l. 7-09.3(24)N Final Flushing and Testing Section 7-09.3(24)N has been revised as follows: (******) Before placing the lines into service, a satisfactory report shall be received from the local or State health department or an approved testing lab on samples collected from representative points in the new system. Samples will be collected and bacteriological tests obtained by the Engineer. e 86 10 09/28/2009 7-09.3(25) Joint Restraint Systems Section 7-09.3(25) is a new additional section: General: Where shown on the plans or in the specifications or required by the Engineer, joint restraint system (shackle rods) shall be used. All joint restraint materials used shall be those manufactured by Star National Products, 1323 Holly Avenue, PO Box 258, Columbus Ohio 43216, unless an equal alternate is approved in writing by the Engineer. Materials: rr. Steel types used shall be: High strength low -alloy steel (cor-ten), ASTM A242, heat-treated, superstar "SST" series. High strength low -alloy steel (cor-ten), ASTM A242, superstar "SS" series. Items to be galvanized are to meet the following requirements: ASTM A153 for galvanizing iron and steel hardware. ASTM A123 for galvanizing rolled, pressed and forged steel shapes. ww Joint restrainer system components: Tiebolt: ASTM A242, type 2, zinc plated or hot -dip galvanized. SST 7:5/8" for 2" and 3" r. mechanical joints, 3/4" for 4" to 12" mechanical joints, ASTM A325, type 3D, except tensile strength of full-body threaded section shall be increased to 40,000 lbs. minimum for 5/8" and 60,000 lbs. minimum for 3/4" by heat treating (quenching and tempering) to manufacturer's reheat and hardness specifications. SST 753: 3/4" for 14" to 24" mechanical joints. same ASTM specification as SST 7. SST 77: 3/4" same as SST 7, except 1" eye for 7/8" rod. same ASTM specification as SST 7. Wr Tienut: heavy hex nut for each tiebolt: SSB: 5/8" and 3/4", ASTM A563, grade C3, or zinc plated. S8: 5/8" and 3/4", ASTM A563, grade A, zinc plated or hot -dip galvanized. Tiecoupling: used to extend continuous threaded rods and are provided with a center stop to aid W. installation, zinc plated or hot -dip galvanized. SS 10: for 5/8" and 3/4" tierods, ASTM A563, grade C3. SIO: for 5/8" and 3/4" tierods, ASTM A563, grade A. Tierod: continuous threaded rod for cutting to desired lengths, zinc plated or hot -dip galvanized. SS12: 5/8" and 3/4" diameter, ASTM A242, type 2; ANSI B1.1. 512: 5/8" and 3/4" diameter, ASTM A36, A307. rr Tiewasher: round flat washers, zinc plated or hot -dip galvanized. SS17: ASTM A242, F436. S 17: ANSI B 18.22.1. Installation: nr Install the joint restraint system in accordance with the manufacturer's instructions so all joints are mechanically locked together to prevent joint separation. Tiebolts shall be installed to pull against the mechanical joint body and not the MJ follower. Torque nuts at 75-90 foot pounds for 3/4" nuts. Install tiecouplings with both rods threaded equal distance into tiecouplings. Arrange tierods symmetrically around the pipe. 0 V" 87 0 09/28/2009 e Pipe Diameter Number of 3/4" Tie Rods Required 411 ............................................. 2 611 ............................................. 2 811 ............................................. 3 1011 ............................................ 4 1211 ............................................ 6 14" ............................................ 8 1611 ............................................ 8 1811 ............................................ 8 2011 ............................................ 10 2411 ............................................14 3011 ............................................ (16-7/8"rods) 3611 ............................................ (24-7/8"rods) Where a manufacturer's mechanical joint valve or fitting is supplied with slots for "T" bolts instead of holes, a flanged valve with a flange by mechanical joint adapter shall be used instead, so as to provide adequate space for locating the tiebolts. Where a continuous run of pipe is required to be restrained, no run of restrained pipe shall be greater than 60 feet in length between fittings. Insert long body solid sleeves as required on longer runs to keep tierod lengths to the 60 foot maximum. Pipe used in continuously restrained runs shall be mechanical joint pipe and tiebolts shall be installed as rod guides at each joint. Where poly wrapping is required all tiebolts, tienuts, tiecouplings, tierods, and tiewashers, shall be galvanized. All disturbed sections will be painted, to the Inspector's satisfaction, with koppers bitomastic no. 300-m, or approved equal. Where poly wrapping is not required all tiebolts, tienuts, tiecouplings, tierods and tiewashers may be galvanized as specified in the preceding paragraph or plain and painted in the entirety with koppers bitumastic no. 800-m, or approved equal. Tiebolts, tienuts, tiecouplings, tierods, and tiewashers shall be considered incidental to installation of the pipe and no additional payment shall be made. 7-09.4 Measurement Measurement and Payment Schedule for installation of water mains and appurtenances is shown in Section 1-09.14 Section 7-09.4 is revised as follows: Measurement of bank run gravel for trench backfill will be by the cubic yard measured by the calculation of neat lines based on maximum trench width per Section 2-09.4 or by the ton, in accordance with Section 1-09. Measurement for payment of concrete thrust blocking and dead -man blocks will be per cubic -yard when these items are included as separate pay items. If not included as separate pay items in the contract, then thrust blocking and dead -man blocks shall be considered incidental to the installation of the water main and no further compensation shall be made. Measurement for payment for connections to existing water mains will be per each for each connection to existing water main(s) as shown on the Plans. 7-09.5 Payment Measurement and Payment Schedule for installation of water mains and appurtenances is shown in Section 1-09.14 88 rr 09/28/2009 Section 7-09.5 is revised and supplemented as follows: "Furnish and Install Ductile Iron Water Main & Fittings", per lineal foot. The unit contract price per linear foot for each size and kind of "Furnish and Install Ductile Iron Water Main & Fittings" shall be full pay for the bid item as described in Section 1-09.14. "Concrete Thrust Blocking and Dead -Man Anchor Blocks", per cubic yard. The unit contract price per cubic yard for "Concrete Concrete Thrust Blocking and Dead -Man Anchor Blocks " shall be full pay for the bid item as described in Section 1-09.14. "Connection to Existing Water Mains", per each. The unit contract price per each for "Connection to Existing Water Mains" shall be full pay for the bid item as described in Section 1-09.14. "Select Imported Trench Backfill", per cubic yard or ton. The unit contract price per cubic yard or ton for "Select Imported Trench Backfill" shall be full pay for the bid item as described in Section 1-09.14. "Removal and Replacement of Unsuitable Foundation Material", per ton or cubic yard. The unit contract price per cubic yard or ton for "Removal and Replacement of Unsuitable Foundation Material" shall be full pay for the bid item as described in Section 1-09.14. 7-12 VALVES FOR WATER MAINS 7-12.3(1) Installation of Valve Marker Post Section 7-12.3(1) has been revised as follows: Where required, a valve marker post shall be furnished and installed with each valve. Valve marker posts shall be placed at the edge of the right-of-way opposite the valve and be set with 18 inches of the post exposed above grade. The rest of this section is deleted. Aw 7-12.3(2) Adjust Existing Valve Box to Grade Section 7-12.3(2) is a new section: Valve boxes shall be adjusted to grade in the same manner as for manholes, as detailed in Section 7 - to 05.3(1) of the City of Renton Standard Details. Valve box adjustments shall include, but not be limited to, the locations shown on the Plans. r Existing roadway valve boxes shall be adjusted to conform to final finished grades. The final installation shall be made in accordance with the applicable portions of Section 7-12. In the event that the existing valve box is plugged or blocked with debris, the Contractor shall use Brie whatever means necessary to remove such debris, leaving the valve installation in a fully operable condition. The valve box shall be set to an elevation tolerance of one-fourth inch (1/4") to one-half inch (1/2") below finished grade. 7-12.4 Measurement Measurement and Payment Schedule for installation of water mains and appurtenances is shown in Section 1-09.14 89 0 09/28/2009 Section 7-12.4 is supplemented by adding the following: Adjustment of existing valve boxes to grade shall be measured per each, if included as a separate pay item in the Contract; if not a separate pay item but required to complete the Work, then value box adjustment shall be considered incidental. Hydrant auxiliary gate valve will be included in the measurement for hydrant assembly and will not be included in this measurement item. 7-12.5 Payment Measurement and Payment Schedule for installation of water mains and appurtenances is shown in Section 1-09.14 Section 7-12.5 is replaced with the following: "Furnish and Install -Inch Gate Valve Assembly", per each. The unit contract price per each for "Furnish and Install -Inch Gate Valve Assembly" shall be full pay for the bid item as described in Section 1-09.14. "Air-Release/Air-Vacuum Valve Assembly," per each. The unit contract price per for air-release/air-vacuum valve assembly shall be for all, labor, equipment and material to complete the installation of the assembly including but not limited to, excavating, tapping the main, laying and jointing the pipe and fittings and appurtenances, backfilling, testing, flushing, and disinfection, meter box and cover, at location shown on the plans, and per the City of Renton Standard Details, latest revision. "Adjust Existing Valve Box to Grade (RC)," per each. The contract bid price for "Adjust Existing Valve Box to Grade" above shall be full compensation for all labor, material, tools and equipment necessary to satisfactorily complete the Work as defined in the Contract Documents, including all incidental Work. If not included as a separate pay item in the Contract, but required to complete other Work in the Contract, then adjustment of valve boxes shall be considered incidental to other items of Work and no further compensation shall be made. 7-14 HYDRANTS 7-14.3(1) Setting Hydrants Paragraph four and five of Section 7-14.3(1) is revised and the section is supplemented as follows: After all installation and testing is complete, the exposed portion of the hydrant shall be painted with two field coats. The type and color of paint will be designated by the Engineer. Any hydrant not in service shall be identified by covering with a burlap or plastic bag approved by the Engineer. Hydrants shall be installed in accordance with AWWA specifications C600-93, Sections 3.7 and 3.8.1 and the City of Renton Standard Details. Hydrant and guard posts shall be painted in accordance with the standard details. Upon completion of the project, all fire hydrants shall be painted to the City of Renton specifications and guard posts painted with two coats of preservative paint NO. 43-655 Safety Yellow or approved equal. Fire hydrants shall be of such length as to be suitable for installation with connections to 6", 8" AND 10" piping in trenches 3 - 1/2 feet deep unless otherwise specified. The hydrant shall be designed for a 4-1/2 foot burial where 12" and larger pipe is shown unless otherwise noted on the plan. Fire hydrant assembly shall include: cast-iron or ductile iron tee (MJ x FL), 6" gate valve (FL x MJ), E 4 e No 09/28/2009 OW 6" DI spool (PE x PE), 5-1/4" MVO fire hydrant (MJ connection), 4" x 5" Stortz adapter, cast iron valve box and cover, 3/4" shackle rods and accessories, concrete blocks and two concrete guard posts (only if hydrants are outside of right-of-way). Joint restraint (Shackle Rods) shall be installed in accordance with Section 7-11.3(15). 7-14.3(3) Resetting Existing Hydrants r Section 7-14.3(3) is supplemented by adding the following: All hydrants shall be rebuilt to the approval of the City (or replaced with a new hydrant). All rubber gaskets shall be replaced with new gaskets of the type required for a new installation of the same rr hype. 7-14.3(4) Moving Existing Hydrants Section 7-14.3(4) is supplemented by adding the following: All hydrants shall be rebuilt to the approval of the City (or replaced with a new hydrant). All rubber gaskets shall be replaced with new gaskets of the type required for a new installation of the same OW type. 7-14.5 Payment Measurement and Payment Schedule for installation of water mains and appurtenances is shown in Section 1-09.14 Section 7-14.5 is revised as follows: •. Payment will be made in accordance with Section 1-04.1, for each of the following bid items that are included in the proposal: aw "Furnish and Install Hydrant Assembly", per each. The unit contract price per each for " Furnish and Install Hydrant Assembly", shall be full pay for the bid item as described in Section 1-09.14. "Resetting Existing Hydrants", per each. The unit contract price per each for "Resetting Existing Hydrant" shall be full pay for all Work to aw reset the existing hydrant, including rebuilding (or replacement with a new hydrant), shackling, blocking, painting, and guard posts and reconnecting to the main. The new pipe connecting the hydrant to the main shall be considered incidental and no additional payment shall be made. Guard posts, shown on the Plans shall be incidental to the contract. yr "Moving Existing Hydrants", per each. The unit contract price per each for "Moving Existing Hydrant" shall be full pay for all Work to move the existing hydrant, including new tee, rebuilding (or replacement with a new hydrant), shackling, blocking, painting, and guard posts and reconnecting to the main. The new pipe connecting the hydrant to the main shall be considered incidental and no additional payment shall be made. Guard nr� posts, shown on the Plans shall be incidental to the contract. 7-15 SERVICE CONECTIONS 7-15.3 Construction Details Section 7-15.3 is supplemented as follows: #w (******) Pipe materials used to extend or replace existing water service lines shall be copper. rJ 91 WN 09/28/2009 Where installation is in existing paved streets, the service lines shall be installed by a trenchless irr percussion and impact method (hoe -hogging). If the trenchless percussion and impact method fails, regular open trench methods may be used. 7-15.5 Payment Measurement and Payment Schedule for installation of water mains and appurtenances is shown in Section 1-09.14 Section 7-15.5 is revised as follows: Payment will be made in accordance with Section 1-04.1, for the following bid item when it is included in the proposal: "Furnish and Install In. Water Service Connection", per each. The unit contract price per each for " Furnish and Install In. Water Service Connection", shall be full pay for the bid item as described in Section 1-09.14. 7-17 SANITARY SEWERS 7-17.2 Materials Section 7-17.2 is replaced with the following: Pipe Gravity sewer pipe shall be as specified herein and as shown on the Plans. The Contractor shall provide two copies of the pipe manufacturer's technical literature and tables of dimensional tolerances to the Engineer. Any pipe found to have dimensional tolerances in excess of those prescribed or having defects, which prevent adequate joint seal or any other damage, shall be rejected. If requested by the Engineer, not less than three nor more than five lengths of pipe for each size, selected from stock by the Engineer, shall be tested as specified for maximum dimensional tolerance of the respective pipe. Material for PVC sewer pipe shall meet the requirements of Section 9-05.12. All pipe shall be clearly marked with type, class, and thickness. Lettering shall be legible and permanent under normal conditions of handling and storage. 7-17.3 Construction Requirements 7-17.3(1) Protection of Existing Sewerage Facilities Section 7-17.3(1) is supplemented by adding the following: When extending an existing sewer, the downstream system shall be protected from construction debris by placing a screen or trap in the first existing manhole downstream of the connection. It shall be the Contractor's responsibility to maintain this screen or trap until the new system is placed in service and then to remove it. Any construction debris, which enters the existing downstream system, shall be removed by the Contractor at his expense, and to the satisfaction of the Engineer. When the first manhole is set, its outlet shall be plugged until acceptance by the Engineer. 7-17.3(2)H Television Inspection Section 7-17.3(2)H is supplemented by adding the following: Once the television inspection has been completed the Contractor shall submit to the Engineer the written reports of the inspection plus the videotapes. Said videotapes are to be in color and compatible with the City's viewing and recording systems. r 92 W' 09/28/2009 93 17 The City system accepts 1/2" wide high density VHS Tapes. The tapes will be run at standard speed SP (1 5/16 LP.S.). The City will also accept video submittals on DVD viewable on a standard player or a CD or DVD compatible with Cues DataCAP 4.0. Wo 7-17.4 Measurement Section 7-17.4 is supplemented as follows: as (******) Measurement of "Bank Run Gravel for Trench Backfill Sewer" will be determined by the cubic yard in place, measured by the neat line dimensions shown in the Plans, or by the ton on truck tickets. s 7-17.5 Payment Measurement and Payment Schedule for installation of sanitary sewer mains and appurtenances is shown in Section 1-09.14 Section 7-17.5 is revised and supplemented as follows: (******) Payment will be made in accordance with Section 1-04.1, for each of the following bid items that are included in the proposal: r► "Furnish and Install In. sewer pipe", per linear foot. The unit contract price per each for " Furnish and Install In. sewer pipe", shall be full pay for the bid item as described in Section 1-09.14. "Furnish and Install In. side sewer pipe", per linear foot. r The unit contract price per each for " Furnish and Instal] In. side sewer pipe", shall be full pay for the bid item as described in Section 1-09.14. "Testing Sewer Pipe", per linear foot. The unit contract price per linear foot for "Testing Sewer Pipe" shall be full pay for all labor, material and equipment required to conduct the leakage tests required in Section 7-17.3(2). If no unit price for "Testing Sewer Pipe" is included it shall be considered incidental to the pipe items. "Removal and Replacement of Unsuitable Material", per cubic yard or ton. The unit contract price per cubic yard or ton for "Removal and Replacement of Unsuitable Material" .r shall be full pay for all Work to remove unsuitable material and replace and compact suitable material as specified in Section 7-08.3(1)A. "Bank Run Gravel for Trench Backfill Sewer", per cubic yard or ton. The unit contract price per cubic yard or ton for "Bank Run Gravel for Trench Backfill Sewer" shall be full pay for all Work to furnish, place, and compact material in the trench. "Television Inspection", per linear foot. 8-09 RAISED PAVEMENT MARKERS 8-09.5 Payment Section 8-09.5 has been revised as follows: (******) Payment will be made for each of the following bid items that are included in the proposal: "Raised Pavement Marker Type I", per each. "Raised Pavement Marker Type 2", per each. ,,w "Raised Pavement Marker Type 3- In.", per each. "Recessed Pavement Marker", per each. The unit contract price per each for "Raised Pavement Marker Type I", "Raised Pavement Marker 93 17 09/28/2009 J Type 2", and "Raised Pavement Marker Type 3- In." and "Recessed Pavement Marker" shall be full pay for all labor, materials, and equipment necessary for furnishing and installing the markers in accordance with these Specifications, including all cost involved with traffic control unless traffic control is listed in the Contract as a separate pay item. 8-13 MONUMENT CASES 8-13.1 Description Section 8-13.1 is revised and supplemented as follows: This Work shall consist of furnishing and placing monument cases and covers, in accordance with the Standard Plans and these Specifications, in conformity with the lines and locations shown in the Plans or as staked by the Engineer or by the Contractor supplied Surveyor. 8-13.3 Construction Requirements Paragraphs 2 and 3 of Section 8-13.3 is revised and supplemented as follows: The monument will be furnished and set by the Engineer or by the Contractor supplied Surveyor. When existing monuments will be impacted by a project, the Contractor shall be responsible for assuring that a registered surveyor references the existing monuments prior to construction. After construction is complete, the monuments shall be re-established by the Surveyor in accordance with RCW58.09.130. 8-13.4 Measurement Section 8-13.4 is supplemented by adding the following: All costs for surveying and resetting existing monuments impacted by construction shall be considered incidental to the Contract unless specifically called out to be paid as a bid item. 8-13.5 Payment Section 8-13.5 is supplemented by adding the following: "Reset Existing Monument" per each. Resetting an existing monument impacted by construction shall be incidental unless included as a pay item in the Schedule of Prices. 8-14 CEMENT CONCRETE SIDEWALKS 8-14.3(4) Curing Section 8-14.3(4) is replaced with: The curing materials and procedures outlined in Section 5-05.3(13) of the Standard Specifications shall prevail, except that white pigmented curing compound shall not be used on sidewalks. The curing agent shall be applied immediately after brushing and be maintained for a period of 5 days. The Contractor shall have readily available sufficient protective covering, such as waterproof paper or plastic membrane, to cover the pour of an entire day in the event of rain or other unsuitable weather. During the curing period, all traffic, both pedestrian and vehicular, shall be excluded. Vehicular traffic shall be excluded for such additional time as the Engineer may specify. The Contractor shall be responsible for barricading, patrolling, or otherwise protecting the newly placed concrete to prevent damage. Damaged, vandalized, discolored, stained, or unsightly concrete 94 go 09/28/2009 .,, shall be removed and replaced at the expense of the Contractor. 8-14.4 Measurement Section 8-14.4 is supplemented by adding the following: When the Contract contains a pay item for "Curb Ramp, Cement Concrete," the per each measurement shall include all costs for the complete installation per the Plans and standard details including expansion joint material, curb and gutter and ramped sidewalk section. Sawcutting, removal and disposal of excavated materials including existing pavement and sidewalk, crushed surfacing base materials and all other Work, materials and equipment required per Section 8-14, shall be included in the per each price for "Curb Ramp, Cement Concrete" unless any of these other items are listed and specified to be paid as separate pay items. If the Contract does not provide a pay item for "Curb Ramp, Cement Concrete," but the Plans call for such installation, then quantities shall be measured with and paid for under the bid items for Curb and Gutter and for Cement Concrete Sidewalk. When curb ramps are to be constructed of asphalt concrete, the payment shall be included in the pay item for "Miscellaneous and/or Driveway Asphalt Concrete." aw 8-14.5 Payment Section 8-14.5 is supplemented by adding the following: to "Curb Ramp, Cement Concrete," per each. Payment for excavation of material not related to the construction of the sidewalk but necessary before the sidewalk can be placed, when and if shown in the Plans, will be made in accordance with tft the provisions of Section 2-03. Otherwise, the Contractor shall make all excavations including haul and disposal, regardless of the depth required for constructing the sidewalk to the lines and grades shown, and shall include all costs thereof in the unit contract price per square yard for "Cement Concrete Sidewalk" and the per each contract price for "Curb Ramp, Cement Concrete." go 8-17 IMPACT ATTENUATOR SYSTEMS ,r 8-17.5 Payment Section 8-17.5 is supplemented by the following: ow If no pay item is included for temporary impact attenuators then all costs to provide and install shall be considered a part of the pay item for "Traffic Control." 8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL as 8-20.2(1) Equipment List and Drawings Paragraph four of Section 8-20.2(1) is revised and supplemented with the following: The Contractor shall submit for approval six sets of shop drawings for each of the following types of standards called for on this project: 1. Light standards with or without pre -approved Plans. 2. Signal standards with or without pre -approved Plans. 3. Combination Signal and lighting standards. 4. Metal Strain Poles. Paragraph five of Section 8-20.2(1) is deleted. Paragraph six of Section 8-20.2(1) is deleted. Section 8-20.2(1) is supplemented as follows: .r 95 M 09/28/2009 The Contractor also shall submit either on the signal standard shop drawings or attached to the signal standard shop drawings all dimensions to clearly show the specific mast arm mounting height and signal tenon locations for each signal pole to be installed. 8-22 PAVEMENT MARKING 8-22.1 Description The following item in Section 8-22.1 is revised as follows: Crosswalk Stripe A SOLID WHITE line, 8 inches wide and 10 -feet long, installed parallel to another crosswalk stripe and parallel to the direction of traffic flow and centered in pairs on lane lines and the center of lanes. See detail sheet. Skip Center Line (Replacement) A BROKEN YELLOW line 4 inches wide. The broken or "skip" pattern shall be based on a 24 -foot unit consisting of a 9 -foot line and a 15 -foot gap. Skip center strip is used as centerline delineation on two-lane or three -lane, two-way highways. Double Yellow Center Line (Replacement) Two SOLID YELLOW lines, each 4 inches wide, separated by a 4 -inch space. Double yellow center stripe is used as centerline delineation on multilane, two-way highways and for channelization. Approach Line (New) A SOLID WHITE line, 8 inches wide, used to separate left and right turning movements from through movements, to separate high occupancy vehicle lanes from general-purpose lanes, for islands, hash marks, and other applications. Hash mark stripes shall be placed on 45 -degree angle and 10 feet apart. Lane Line (Replacement) A BROKEN WHITE line, 4 inches wide, used to delineate adjacent lanes traveling in the same direction. The broken or "skip" pattern shall be based on a 24 -foot unit consisting of a 9 -foot line and a 15 -foot gap. Two Way Left Turn Line (Replacement) A SOLID YELLOW line, 4 inches wide, with a BROKEN YELLOW line, 4 inches wide, separated by a 4 -inch space. The broken or "skip" pattern shall be based on a 24 -foot unit consisting of a 9 -foot line and a 15 -foot space. The solid line shall be installed to the right of the broken line in the direction of travel. Crosswalk Line (Replacement) A SOLID WHITE line, 8 inches wide and 10 feet long, installed parallel to another crosswalk stripe and parallel to the direction of traffic flow and centered in pairs on lane lines and the center of lanes. See detail sheet. Stop Line (Replacement) A SOLID WHITE line 12, 18, or 24 inches wide as noted on the Contract Plans. 8-22.3(5) Installation Instructions Section 8-22.3(5) is revised as follows: A manufacturer's technical representative need not be present at the initial material installation to approve the installation procedure. e 96 1" 09/28/2009 8-22.5 Payment Section 8-22.5 is supplemented as follows: "Approach Stripe," per linear foot. rr "Remove Paint Line ....." wide," per linear foot.* "Remove Plastic Line ......" Wide," per linear foot.* "Remove existing traffic markings, "per Lump Sum.* *The linear foot contract price for "Remove Paint Line" and "Remove Plastic Line" and the lump sum contract price for "Remove existing traffic markings" shall be full compensation for furnishing all labor, tools, material, and equipment necessary for removal of existing traffic markings as per the Plans, Specifications and detail sheets. If these pay items do not appear in the contract schedule of prices, then the removal of old or conflicting traffic markings required to complete the channelization of the project as shown on the Plans or detail sheets shall be considered incidental to other items in the Contract and no further compensation shall be made. 8-23 TEMPORARY PAVEMENT MARKINGS 8-23.5 Payment Section 8-23.5 is supplemented with the following: (******) If no pay item is included in the Contract for installation, or for removal of temporary pavement +�+ markings, then all costs associated with these items are considered incidental to other items in the Contract or included under "Traffic Control," if that item is included as a bid item. VMA VFA Va 1.5% below minimum value in 9-03.8(2) minimum and maximum as listed in 9-03.8(2) 2.5% minimum and 5.5% maximum rr These tolerance limits constitute the allowable limits as described in Section 1-06.2. The tolerance limit for aggregate shall not exceed the limits of the control point's section, except the tolerance limits for sieves designated as 100% passing will be 99-100. .r 9-03.8(7) HMA Tolerances and Adjustments `� Item 1 is deleted and replaced with: (******) 1. Job Mix Formula Tolerances. After the JMF is determined as required in 5-04.3(7)A, the in constituents of the mixture at the time of acceptance shall conform to the following tolerances: Nonstatistical Commercial Evaluation Evaluation 40 Aggregate, percent passing 1", 3/4", '/2", and 3/8" sieves ±6% ±8% U.S. No. 4 sieve ±6% ±8% 0 U.S. No. 8 sieve ±6% ±8% U.S. No. 16 sieve ±4% ±6% U.S. No. 30 sieve ±4% ±6% w U.S. No. 50 sieve ±4% ±6% U.S. No. 100 sieve ±3% ±5% U.S. No. 200 sieve ±2.0% ±3.0% ■r Asphalt Binder ±0.5% ±0.7% VMA VFA Va 1.5% below minimum value in 9-03.8(2) minimum and maximum as listed in 9-03.8(2) 2.5% minimum and 5.5% maximum rr These tolerance limits constitute the allowable limits as described in Section 1-06.2. The tolerance limit for aggregate shall not exceed the limits of the control point's section, except the tolerance limits for sieves designated as 100% passing will be 99-100. .r 09/28/2009 9-05 DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS 9-05.4 Steel Culvert Pipe and Pipe Arch (RC) Section 9-05.4 is revised as follows: 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. 9-05.7(2) Reinforced Concrete Storm Sewer Pipe (RC) Section 9-05.7(2) is replaced by the following: Reinforced Concrete Storm Sewer pipe shall conform to the requirements of ASTM C-76 and shall be Class IV. Cement used in the manufacture of reinforced concrete pipe shall be Type 11 in conformance with ASTM C150. No admixture shall be used unless otherwise specified. 9-05.7(2)A Basis for Acceptance (RC) Section 9-05.7(2)A is supplemented by the following: All pipe shall be subject to (1) a three -edge -bearing strength (D -load) test in accordance with ASTM C76; and (2) a hydrostatic test of rubber gasket joints in accordance with ASTM C361 or AWWA C302 except test pressure shall be 5 psi. 9-05.7(3) Concrete Storm Sewer Pipe Joints (RC) Section 9-05.7(3) is replaced by the following: Joint assembly design shall be reinforced concrete bell and spigot type incorporating a fully retained single rubber gasket in accordance with ASTM C361 or AWWA C302. Rubber gasket material shall be neoprene. 9-05.7(4) Testing Concrete Storm Sewer Pipe Joints (RC) Section 9-05.7(4) is supplemented by the following: Hydrostatic testing of rubber gasket joints shall be performed in accordance with ASTM C361 or AWWA C302 except test pressure shall be 5 psi. 9-05.9 Steel Spiral Rib Storm Sewer Pipe (RC) Section 9-05.9 is replaced with: The manufacturer of spiral rib storm sewer pipe shall furnish the Engineer a Manufacturer's Certificate of Compliance stating that the materials furnished comply in all respects with these Specifications. The Engineer may require additional information or tests to be performed by the Contractor at no expense to the City. Unless otherwise specified, spiral rib storm sewer pipe shall be furnished with pipe ends cut perpendicular to the longitudinal axis of the pipe. Pipe ends shall be cut evenly. Spiral rib pipe shall be fabricated either by using a continuous helical lock seam or a continuous helical welded seam paralleling the rib. Steel spiral rib storm sewer pipe shall be manufactured of metallic coated (aluminized or galvanized) corrugated steel and inspected in conformance with Section 9-05.4. The size, coating, and metal shall be as shown in the Plans or in the Specifications. For spiral rib storm sewer pipe, helical ribs shall project outwardly from the smooth pipe wall and shall be fabricated from a single thickness of material. The ribs shall be essentially rectangular and shall be 3/4 inch plus two times the wall thickness (2t) plus or minus 1/8 inch (measured outside to outside) and a minimum of 0.95 inch high (measured as the minimum vertical distance from the 98 A e to 09/28/2009 outside of pipe wall immediately adjacent to the lockseam or stiffener to the top surface of rib). The maximum spacing of the ribs shall be 11.75 inches center to center (measured normal to the direction of the ribs). The radius of bend of the metal at the corners of the ribs shall be a minimum of 0.10 inch and a maximum of 0.17 inch. If the sheet between adjacent ribs does not contain a lockseam, a stiffener shall be included midway between ribs, having a nominal radius of 0.25 inch and a minimum height of 0.20 inch toward the outside of the pipe. Pipe shall be fabricated with ends that can be effectively jointed with coupling bands. When required, spiral rib or narrow pitch spiral rib pipe shall be bituminous treated or paved. The bituminous treatment for spiral rib pipe shall conform to the requirements of Sections 9-05.4(3) and 9-05.4(4). For narrow pitch spiral rib sewer pipe, the helical ribs shall project outwardly from the smooth pipe wall and shall be fabricated from a single thickness of material. The ribs shall be .375 inch + 1/8 inch wide (measured outside to outside) and a minimum of .4375 inch high (measured as the minimum vertical distance of ribs shall be 4.80 inches center to center (measured normal to the direction of the ribs). The radius of bend of the metal at the corners of the ribs shall be 0.0625 inch with an allowable tolerance of + 10 percent. 9-05.12 Polyvinyl Chloride (PVC) Pipe Section 9-05.12(3) is a new additional section: Ow 9-05.12(3) CPEP Sewer Pipe Section 9-05.12(3) is a new additional section: r" CPEP - Smooth interior pipe and fittings shall be manufactured from high density resin polyethylene which shall meet or exceed the requirements of Type 111, Category 4 or 5, Grade P33 or P34, Class C per ASTM D1248. In addition, the pipe shall comply with all material and stiffness requirements of r AASHTO M294. 9-05.14 ABS Composite Sewer Pipe Section 9-05.14 is deleted 9-05.17 Aluminum Spiral Rib Storm Sewer Pipe Section 9-05.17 is replaced with: Unless otherwise specified, spiral rib storm sewer pipe shall be furnished with pipe ends cut perpendicular to the longitudinal axis of the pipe. Pipe ends shall be cut evenly. Spiral rib pipe shall be fabricated by using a continuous helical lock seam with a seam gasket. For spiral rib storm sewer pipe, helical ribs shall project outwardly from the smooth pipe wall and shall be fabricated from a single thickness of material. The ribs shall be 3/4 inch wide by 3/4 inch deep with a nominal spacing of 7-1/2 inches center to center. Pipe shall be fabricated with ends that can be effectively jointed with coupling bands. For narrow pitch spiral rib storm sewer pipe, helical ribs shall project outwardly from the smooth pipe rr wall and shall be fabricated from a single thickness of material. The ribs shall be 0.375 inch + 1/8 inch wide (measured outside to outside) and a minimum spacing of ribs shall be 4.80 inches center to center (measured normal to the direction of the ribs). The radius of bend of the metal at the corners of the ribs shall be 0.0625 inch with an allowable tolerance of + 10 percent. For wide pitch spiral rib storm sewer pipe, helical ribs shall project outwardly from the smooth pipe wall and shall be fabricated from a single thickness of material. The ribs shall be 3/4 inch + 1/8 inch ,. wide (measured outside to outside) and a minimum of 0.95 inch high (measured as the minimum vertical distance from the outside of pipe wall to top surface of the rib). The maximum spacing of ribs shall be 11.75 inches center to center (measured normal to the direction of the ribs). The radius ■.r 09/28/2009 of bend of the metal at the corners of the ribs shall be 0.0625 inch with an allowable tolerance of + 10 percent. 9-05.22 High Density Polyethylene Piping Section 9-05.22 is a new section: DRISCOPLEX'rm 4100 High-density Polyethylene Piping 1 General Terms and Conditions 1.1 Scope - This Specification covers requirements for DriscoPlexTI 4100 PE 3408 high-density polyethylene piping. All Work shall be performed in accordance with these Specifications. 1.2 Engineered and Approved Plans - Construction shall be performed in accordance with Engineered Construction Plans for the Work prepared under the direction of a Professional Engineer. 1.3 Referenced Standards - Where all or part of a federal, ASTM, ANSI, AWWA, etc., Standard Specification is incorporated by reference in these Specifications, the reference standard shall be the latest edition and revision. 1.4 Licenses and Permits — The Contractor shall be licensed and bonded. 1.5 Inspections - All Work shall be inspected by an Authorized Representative of the City who shall have the authority to halt construction if, in his opinion, these Specifications or standard construction practices are not being followed. Whenever any portion of these Specifications is violated, the Engineer shall, by written notice, order further construction to cease until all deficiencies are corrected. 2 Polyethylene Pipe and Fittings 2.1 Qualifications of Manufacturers - The manufacturer shall have manufacturing and quality assurance facilities capable of producing and assuring the quality of the pipe and fittings required by these Specifications. The manufacturer's production facilities shall be open for inspection by the City or his Authorized Representative. The Project Engineer shall approve qualified manufacturers. 2.2 Materials - Black PE materials used for the manufacture of polyethylene pipe and fittings shall be PE 3408 high density polyethylene, meeting ASTM D 3350 cell classification 345464C and shall be listed in the name of the pipe and fitting manufacturer in PPI (Plastics Pipe Institute) TR -4, with a standard grade HDB rating of 1600 psi at 73°F. Color material, when used, shall be the same except for meeting ASTM D 3350 cell classification 345464E. The material shall be listed and approved for potable water in accordance with NSF Standard 61. When requested on the order, the manufacturer shall certify that the materials used to manufacture pipe and fittings meet these requirements. 2.3 Interchangeability of Pipe and Fittings - The same qualified and approved manufacturer shall produce polyethylene pipe and fittings. Products such as fittings or flange adapters made by sub- contractors or distributors are prohibited. 2.4 Polyethylene Fittings & Custom Fabrications - Polyethylene fittings and custom fabrications shall be molded or fabricated by the approved pipe manufacturer. All fittings and custom fabrications shall be pressure rated for the same internal pressure rating as the mating pipe. 771 100 :t '-1 to 09/28/2009 2.5 Molded Fittings - Molded fittings shall be manufactured and tested in accordance with ASTM D 3261 and shall be so marked. Molded fittings shall be tested in accordance with AWWA C906. 2.6 Fabricated Fittings - Fabricated fittings shall be made by heat fusion joining specially machined shapes cut from pipe, polyethylene sheet stock or molded fittings. Fabricated fittings shall be rated for internal pressure service at least equal to the full service pressure rating of the mating pipe. 4Wfor fittings shall be tested in accordance with AWWA C906. 2.7 Polyethylene Flange Adapters - Flange adapters shall be made with sufficient through -bore length to be clamped in a butt fusion joining machine without the use of a stub -end holder. The sealing surface of the flange adapter shall be machined with a series of small v -shaped grooves (serrations) to promote gasketless sealing, or restrain the gasket against blowout. 9-23 CONCRETE CURING MATERIALS AND ADMIXTURES VM 9-23.9 Fly Ash (RC) Section 9-23.9 is revised as follows: r No M 2.8 Back-up Rings & Flange Bolts - Flange adapters shall be fitted with back-up rings that are pressure rated equal to or greater than the mating pipe. The back-up ring bore shall be chamfered or radiused to provide clearance to the flange adapter radius. Flange bolts and nuts shall be Grade 3 or higher. 9-08 PAINTS �r 9-08.8 Manhole Coating System Products Section 9-08.8 is a new section and subsections: �xxxx*x� 9-08.8(1) Coating Systems Specification A. High Solids Urethane Coating System: C 1 Coating Material: High Solids Urethane Surfaces: Concrete Surface In accordance with SSPC Preparation: SP -7 (Sweep or brush off „r blast) Application: Shop/Field: The drying time between coats shall not exceed 24 hours in +r. any case System Thickness: 6.0 mils dry film Coatings: Primer: One coat of Wasser MC-Aroshield aw high solids urethane (2.0 DFT) Finish: Two or more coats of Wasser ,,w MC-Aroshield (min. 4.0 DFT) Color: White 9-23 CONCRETE CURING MATERIALS AND ADMIXTURES VM 9-23.9 Fly Ash (RC) Section 9-23.9 is revised as follows: r No M 09/28/2009 Fly ash shall not be used around water lines. 9-30 WATER DISTRIBUTION MATERIALS 9-30.1(1) Ductile Iron Pipe (RC) Section 9-30.1(1) is revised as follows: Ductile iron pipe shall be centrifugally cast and meet the requirements of AWWA C151. Ductile iron pipe shall have a cement -mortar lining meeting the requirements of AWWA C104. All other ductile iron pipe shall be Standard Thickness Class 52 or the thickness class as shown in the Plans. 9-30.3(1) Gate Valves (3 inches to 12 inches) Section 9-30.3(1) is replaced with: Valves shall be designed for a minimum water operating pressure of 200 PSI. Gate valves shall be Iowa List 14, Mueller Company No. A2380, Kennedy, or M&H. Approval of valves other than models specified shall be obtained prior to bid opening. All gate valves less than 12" in diameter shall include an 8" x 24" cast iron gate valve box and extensions, as required. All 12" diameter and larger gate valves shall be installed in a vault. See the City of Renton Standard Details for 12" gate valve assembly vault and 1" bypass installation. Gate valves shall conform to AWWA C500 and shall be iron body, bronze -mounted, double disc with bronze wedging device and O-ring stuffing box. Resilient Seated Gate Valves: Resilient seated gate valves shall be manufactured to meet or exceed the requirements of AWWA Standard C509 latest revisions. All external and internal ferrous metal surfaces of the gate valve shall be coated for corrosion protection with fusion bonded epoxy. The epoxy coating shall be factory applied to all valve parts prior to valve assembly and shall meet or exceed the requirements of AWWA Standard C-550 latest revision. Valves shall be provided with two (2) internal O-ring stems seals. The valves shall be equipped with one (1) anti -friction washer. The resilient gate valve shall have rubber sealing surfaces to permit bi-directional flow. The stem shall be independent of the stem nut or integrally cast. Manufacturers of Resilient Seated Gate Valves shall provide the City on request that the valve materials meet the City specifications. Valves shall be designed for a minimum water operating pressure of 200 psi. End connections shall be mechanical joints, flanged joints or mechanical by flanged joints as shown on the project plans. Resilient Seated Gate Valves shall be U.S. Metroseal 250, Clow, M&H Style 3067, Mueller Series 2370, Kennedy. Approval of valves other than model specified shall be obtained prior to bid opening. All gate valves less than 12 inches in diameter shall include an 8"x24" cast iron gate valve box and extensions, as required. All 12 inch diameter and larger resilient seated gate valves shall have a 1 inch by-pass assembly and shall be installed in a concrete vault per City of Renton Standard Details, latest revision. 9-30.3(3) Butterfly Valves Section 9-30.3(3) is supplemented by adding the following: 102 A 0 g 09/28/2009 ® (******) Butterfly valves shall be Dresser 450 or Pratt Groundhog. 9-30.3(5) Valve Marker Posts �s Section 9-30.3(5) has been deleted and replaced with the following: (******) The valve markers shall be fabricated and installed in conformance with the Standard Drawings. nr Valve markers shall be carsonite composite utility marker .375"x 6'-0" or approved equal with blue label "water." 9-30.3(7) Combination Air Release/Air Vacuum Valves Section 9-30.3(7) has been supplemented as follows: (******) to Air and vacuum release valves shall be APCO- Valve and Primer Corp, "Heavy -Duty," combination air release valve, or equal. Installation shall be per the City of Renton Standard Details, latest revision. Piping and fitting shall be copper or brass. Location of the air release valve as show on the plans is r"' approximate. The installation shall be set at the high point of the line. 9-30.3(8) Tapping Sleeve and Valve Assembly No Section 9-30.3(8) is revised as follows: (******) Tapping sleeves shall be cast iron, ductile iron epoxy -coated steel, or other approved material. 9-30.3(9) Blow -Off Assembly Section 9-30.3(9) is a new section: so (***** ) Permanent blow -off assembly shall be #78 Kupferle Foundry Co. or approved equal. Installation of blow -off permanent blow -off assembly shall be per City of Renton Standard Details, latest revision. Pipe and fittings shall be galvanized. Blow -off assembly shall be installed at location(s) shown on the ow plans. Temporary blow -off assembly on new dead-end water main shall be installed at location shown on the plans. Temporary blow -off assemblies for testing and flushing of the new water mains will not be included under this item and shall be considered incidental to the contract and no additional payment shall be made. 9-30.5 Hydrants Section 9-30.5 is supplemented by adding the following: (******) Fire hydrants shall be Iowa, Corey Type (opening with the pressure) or approved equal conforming to AWWA C-502-85. Approval must be obtained prior to bid opening. Compression type fire hydrants (opening against pressure) shall be Clow Medallion, M&H 929, Mueller Super Centurion 200, conforming to AWWA C-502-85. 9-30.5(1) End Connections (RC) +•+ Section 9-30.5(1) is supplemented by adding the following: (******) Hydrants shall be constructed with mechanical joint connection unless otherwise specified in bid rrr 103 r.r 09/29/2009 proposal description. 9-30.5(2) Hydrant Dimensions Section 9-30.5(2) is,replaced with the following: Fire hydrants shall be Corey type (opening with the pressure) or compression type (opening against pressure) conforming to AWWA C-502-85 with a 6 inch mechanical joint inlet and a main valve opening (M.V.O.) of 5 1/4 inches, two 2 1/2 inch hose nozzles with National Standard Threads 7 1/2 threads per inch and one 4 inch pumper nozzles with the new Seattle Pattern 6 threads per inch, 60 degrees V. Threads, outside diameter of male tread 4.875 and root diameter 4.6263. Hydrants shall have a 1-1/4" pentagon operating nut opened by turning counter clockwise (left). The two 2-1/2" hose nozzles shall be fitted with cast iron threaded caps with operating nut of the same design and proportions as the hydrant stem nut. Caps shall be fitted with suitable neoprene gaskets for positive water tightness under test pressures. The 4" pumper nozzle shall be fitted with a Stortz adapter, 4" Seattle Thread x 5" Stortz. Stortz adapter shall be forged and/or extruded 6061-T6 aluminum alloy, hardcoat anodized. Threaded end portion shall have no lugs and 2 set screws 180 degrees apart. Stortz face to be metal, no gasket to weather. Stortz cap to have synthetic molded rubber gasket, and shall be attached to hydrant adapter with 1/8" coated stainless steel aircraft cable. Fire hydrants shall be installed per City of Renton Standard Details for fire hydrants, latest revisions. 9-30.6(3)B Polyethylene Pipe Section 9-30.6(3)B has been modified as follows: Polyethylene pipe shall not be used. 9-30.6(4) Service Fittings Section 9-30.6(4) has been revised as follows: Fittings used for copper tubing shall be compression type with gripper ring. 9-30.6(5) Meter Setters Section 9-30.6(5) has been supplemented as follows: Meter setters shall be installed per the City of Renton Standard Details for water meters, latest revision. SECTION 10 REMOVAL OF UTILITY LOCATE MARKINGS FROM SIDEWALKS REQUIRED The permittee will be required to remove utility locate marks on sidewalks only within the Downtown Core Area. The permittee shall remove the utility locate marks within 14 days of job completion. 104 FINISHED GRADE ELEVATION 3 FT MIN. COVER (10—INCH DIAMETER AND UNDER) 4 FT MIN. COVER (12—INCH DIAMETER AND OVER) NEW WATER MAIN I POLYPIG --D TEMPORARY 2" GALVANIZED PIPE AND 2" GATE VALVE INSTALL 2" PLUG ON TOP BLIND FLANGE AFTER REMOVAL OF POLYPIG mw VERTICAL CROSS FOR POLYPIGGING STATION: SIZE OF VERTICAL CROSS SHALL BE THE SAME AS SIZE OF MAIN UNE VERTICAL CROSS (MJ X FL) ONE BUND FLANGE ON TOP OF CROSS WITH 2" TAP & 2' TEMPORARY BLOW—OFF ASSEMBLY (REMOVE BLOW—OFF ASSEMBLY AND INSTALL 2" PLUG AFTER REMOVAL OF CLEANING 'POLY—PIG") ONE BUND FLANGE ON BOTTOM OF CROSS ONE PLUG (MJ) ON END OF CROSS CONCRETE BLOCKING ALL DEBRIS AND POLYPIGS SHALL BE REMOVED FROM SUMP OF VERTICAL CROSS BEFORE DISINFECTION OF NEW WATER MAIN o PUBLIC WORKS + �•` �+ DEPARTMENT wr ow POLY P/O *rA770N ~ SM. PLAN - 300.6 CLlAII►/NO OF wAMR MON49 JANUARY 2009 0 FIRE HYDRANT SHALL BE COREY—TYPE EQUAL TO IOWA F-5110 OR COMPRESSION TYPE SUCH AS CLOW MEDALLION; M & H 929, MUELLER SUPER CENTURION 200, AND WATEROUS PACER WITH 6" MECHANICAL goo JOINT INLET WITH LUGS. 5-1/4" MAIN VALVE OPENING. TWO 2 -1/2 - HOSE CONNECTIONS NATIONAL STANDARD THREADS. 4" PUMPER CONNECTION CITY OF SEATTLE THREADS WITH A STORZ ADAPTOR, 4.875" SEATTLE THREAD X 5" STORZ, ATTACHED WITH 1/8" STAINLESS STEEL CABLE. 1-1/4" PENTAGON OPERATING NUT. FIRE HYDRANT TO Iw BE PAINTED WITH TWO COATS OF PAINT. KELLY— MOORE/PRESERVATIVE PAINT No. 5780-563 DTM ACRYLIC GLOSS, SAFETY YELLOW OR APPROVED EQUAL. PUMPER CONNECTION TO FACE ROADWAY OR AS DIRECTED BY RENTON FIRE DEPARTMENT. FIRE HYDRANT EXTENSION TO BE USED IF REQUIRED. —18" TO 20" BEHIND BACK OF CURB OR 12" BEHIND BACK OF SIDEWALK THAT IS ADJACENT TO CURB TWO—PIECE CAST IRON VALVE BOX WITH LUG TYPE COVER. EQUAL TO OLYMPIC FOUNDRY CO. STANDARD 8" TOP SECTION 4.875" x 5" STORZ NTH REGULAR BASE SECTION LENGTH TO FIT. VALVE NUT 11 EXTENSION AS REQUIRED (SEE DWG BR46 / PAGE B090). MAX MIN 2 RAISED PAVEMENT MARKER TYPE 88 A8 STIMSONITE TWO—WAY BLUE. 42" MIN CONCRETE BLOCKING HYDRANT LOCATION IN CUT OR FILL ti`S Y O ` PUBLIC WORKS + _+ DETARTMENT aw D P/ftff HYDMUUff ASSEMBLY STD. PLAN - 310.1 ANI;A.RY 2009 MAIN UNE TEE. WITH 6" FLANGE SIDE OUTLET. / 6" GATE VALVE(FL X MJ) AWWA C-509, RESILIENT SEAT 6 DUCTILE IRON PIPE, CLASS 52 CEMENT LINED, LENGTH TO FIT 16" x 8" x 4" INUM 2-3/4" COR—TENSTEEL 11E RODS. SEE STD DETAIL FOR TIE RODS. CONCRETE BLOCK UNDER HYDRANT 1/2 YARD WASHED DRAIN ROCK (3 -TO 3/8") MIN. V ABOVE BOOT FLANGE. PLACE 8 MIL POLYETHYLENE FILM AROUND TOP AND SIDES OF GRAVEL. FIRE HYDRANT ASSEMBLY _ LEVELALL GROUND MIN 3' RADIUS LEVEL ALL GROUND ass �u MIN 3' RADIUS 1� 4.875" x 5" �6 1 STORZ ONE MAN ROCK 6 n FILL CUT HYDRANT LOCATION IN CUT OR FILL ti`S Y O ` PUBLIC WORKS + _+ DETARTMENT aw D P/ftff HYDMUUff ASSEMBLY STD. PLAN - 310.1 ANI;A.RY 2009 MARKER MARKER MARKER rt" TWO LANE ROAD OFFSET ON SIDE STREETS WHERE THE MARKER TO INDICATE HYDRANT IS WITHIN 20' OF A WHICH SIDE OF STREET MAIN TRAVELED STREET, THE HYDRANT IS ON (4" FROM MARKER IS TO BE INSTALLED DOTS OR PAINTED LINE) ON THAT MAIN STREET MARKER MARKER FOUR LANE ROAD OFFSET FIVE LANE ROAD OFFSET MARKER TO INDICATE WHICH MARKER TO INDICATE WHICH SIDE OF STREET HYDRANT IS SIDE OF STREET HYDRANT IS ON (4" FROM DOTS OR ON (4" FROM DOTS OR PAINTED LANE DIVIDER) PAINTED LANE DIVIDER) HYDRANT MARKERS .7' �— 4' RAISED PAVMENT MARKER TYPE 88 AB STIMSONITE TWO-WAY (BLUE) PUBLIC WORKS SM. PLAN - 310.3 DEPARTMENT HY�kT' A:AMCM L.AYO�iT JANUARY 2009 aw Aw ww 13"x24" PLASTIC METER BOX EQUAL TO MID -STATES PLASTIC, INC. BCF SERIES MSBCF 1324-18 WITH 1.75" THICK DUCTILE IRON DIAMOND PLATE COVER EQUAL TO MID -STATES PLASTICS, INC. MSCBC-1324-R WITH READER LID AND 1-5/8" DRILLED HOLE FOR TOUCHREAD PIT LID (SEE DETAIL A -A) - CITY I PRIVATE PIPING PIPING Ld Ld 9" MIN 12" MAX FINISH GRADE I x aw �> 36" MIN COVER _• o N 0 U ,j _AOM 22-1/2' CITY I PRIVATE PIPING PIPING Ld Ld ? ( IN UNIMPROVED RIGHT OF J I WAY INSTALL METER BOX AT > ' PROPERTY LINE WITH 12" ' Of LONG COPPER TAILPIECE. W' � I SIDEWALK I TOUCHREAD WATER METER TO BE 12 SUPPLIED BY THE z x af CITY > TYPE "K" SOFTp O COPPER TUBING v IF SERVICE LINE TO HOUSE IS TO BE INSTALLED IN THE FUTURE INSTALL FORD C14-33 OR 44 FIDT x COMPRESSION COUPLING / LOOP DOWN TO CENTERLINE OF WATER MAIN TOPPER PROVIDE SLACK IN COCOPPERSETTER FOR 5/8"x3/4" METER: FORD SERVICE LINE TO METER. VBH72-15W-44-33G, OR McDONALD BRASS: 21-215WC0033, OR MUELLER: 3/4-B-2470-2 WITH ANGLE BALL VALVE ON INLET AND SINGLE CHECK VALVE ON OUTLET CORPORATION STOP WITH BALL VALVE. FORD COPPERSETTER FOR 1" METER: FORD VBH72-15W-44-44G, OR TAPERED THREAD (CC). QUICK JOINT McDONALD BRASS: 21-415WC0044, OR MUELLER: 1-B-2470-2 (3/4" FB1000-3-0) OR AY MCDONALD 47018 BOTH INLET AND OUTLET WITH PACK JOINT WITH GRIPPER. (1" FB1000-4-Q) OR AY MCDONALD 4701B PADLOCK WINGS ON INLET ANGLE BALL VALVE AND SINGLE CHECK VALVE ON OUTLET, ALL PACK -JOINT FITTINGS SHALL BE WITH QUICK JOINT, NOTE: ALL METER BOXES INSTALLED WITHIN CONCRETE OR PAVED DRIVEWAYS SHALL BE CAST—IRON EQUAL TO OLYMPIC FOUNDARY. EXPANSION JOINTS MUSH BE INSTALLED ON BOTH SIDES OF METER BOX. A- A RILL 1-5/8" DIA, HOLE FOR AMR AUTOMATIC METER READ) TOUCHREAD DEVICE 2-1/2" MIN. FROM NEAREST AND FRONT EDGE OF PIT LID 3/4" OR 1" GALVANIZED PLUG NOTE: THE CENTER OF THE HOLE MUST BE AT LEAST 1" FROM UNDERNEATH RIBS UNLESS THE RIB SPACING ALLOWS THE NUT TO TIGHTEN AGAINST THE OPEN SIDE OF MORE THAN ONE RIB. �Y ti STD. PLAN — 320.1 ��e UB�1C WORKS ` + 1'JE AR`I'1"I`Ji' 3�4�� AND I" WATER SERVICE �'N`Co A PLAN VIEW A � WATER 12" M. 18" ME SEE SECTION A—A VALVE BOX LID WITH EARS IN DIRECTION OF 2" SQUARE WATER MAIN AND WORD OPERATING NUT "WATER" CAST INTO IT CONCRETE COLLAR FOR .VES IN PAVED AREAS 4-1/4" DIA. 1/8" MIN. THICKNESS 'IECE CAST IRON VALVE RICH—SEATTLE TYPE OLYMPIC FOUNDRY 1" STEEL \ LENGTH AS REQUIRED �y 1/8" MIN. THICKNESS / 2-1/4" INSIDE MEASUREMENT 2-1/4" DEPTH VALVE OPERATING NUT EXTENSION VALVE OPERATION NUT EXTENSION NOTE - EXTENSIONS ARE REQUIRED WHEN VALVE NUT IS MORE THAN THREE (3) FEET BELOW FINISHED GRADE. EXTENSIONS ARE TO BE A MINIMUM OF wrr ONE (1) FOOT LONG. ONLY ONE EXTENSION TO BE USED PER VALVE. NOTE: ALL EXTENSIONS ARE TO BE MADE OF STEEL, SIZED AS NOTED, AND PAINTED "" WITH TWO COATS OF METAL PAINT. rr VALVE MARKER NOTES VALVE MARKERS SHALL BE EQUAL TO CARSONITE UTILITY MARKER VALVE MARKER POST TO BE USED FOR ALL MAIN LINE VALVES OUTSIDE PAVED AREAS ON= 24" VALVE MARKER POST drr Gly Y O C�PUBLIC WORKS VALIMBOX, MARKER a DEPARTMENT OPE MTWO NUrAUMMS/ON � NTO WHITE POS STD. PLAN - 330.1 JANUARY 2009 M L:j M CAP 22-1/2a TEE 45aBEND + R + PUBLIC WORKS DEPARTMENT rAf N T O� - Co to Table 2: Table 2 gives the sale beo-Ng load lar sand and gravel: 3.000 lb../sq. ft - of the concrete Figure 1; 1w blockingkthe 9tes 0-berd'tbn - Go to tM speaifih of trench((ea)0ons f the Pro).et and find 1Y1dM 4 feet of trench (W; = 3 feet With the above a bI.d information we Proceed to the fmal calculation.: Area of Concato (A) = Thrust ry0 Safe Bearing Load 3.000 = 7.12 sq fir Maximum Height of Thrust Block (Hm) _ n!2M of Trench In Feet 2 h ± = 20 fir 2 = 2 - Depth of Concrete Thrust Block (Dc) = Wdth of Trench F Feet (W) - Outside Olam tar of Pipe (d) 2 3-0.75 2 =1.13 ft. Maximum Length of Thrust Block (Lm) = Area of Concrete - Required Amount of Concre Pressure PSI 300 300 300 300 275 250 250 225 200 200 200 200 200 Height of Can -.to A 7.12 = 3.56 ft Nm 20 to (Height x Depth x Length) x 0.03704 _ (Hm x Lm x Oc) x 0.03704 _ (2.0 x 3.56 x 1.13) x 0.03704 - 0.30 - yd TABLE 1 Th -t at ratings in Pound. TABLE 2 Safe Bearina foods in h /Sa F The safe bearing loads y in the following table are for horizontal Mru.ts when the depth of cover own the pipe exceeds 2 feet. Safe Bearing Load SIL Lb mer ea Ft 'Muck Peat, eta. 0 Soft Clay 1.000 Sand 2,000 Sand and Gravel 3,000 Sand and Gavel Cemented with Clay 4,000 Hard Shale 10000 'In muck ar Peat, all thrusts $half be r -trained by piles ar Ila rods to solid foundation$ or by removd of muck wppeat and reepplacement with ballast of sufficient stabMty to reds( throats. 11-1/4a 90*BEND FIGURE 1 NOTE: FOR CONVEX VERTICAL BENDS BLOCKING SEE APWA STANDARD PLAN NO. 73. •- j •-. _. • •- r • r.• 11:1 all STD. PLAN - 330.2 JANUARY 2009 CONCRETE BLOCKING SIZING PROCEDURE our A. GENERAL The amount of concrete required to anchor horizontal bends, tae; and dead ends depends on the strength of the sol. The mefhoda o/ placing 1--t- to keep the joint —.1ble Is shown In Figure 1. The area in square feet of concrete which must bear against the side of the trench is found by dividing the thrust in pounds shown In Table 1 by the hewing safe load Of the ON as shown in Table 2. itis B. CRITERIA 1. The sizing procedure Is far horizontal ar downward th-t only - 2 Haight Of the thrust block must be equal to ar bas than 1/2 the depth from the ground surface to the block base. 3. The thrust block bearing face Is app'..Imctely rectangular. �r 4. The oncrste blodhg shall be as per APWA Specification 2.14. C. S-kt Wtsida d Diameter of pip. h Feat 7 = Thrust M Pounds at the Fitting (Table 1) SBL Safe Bearing toad In Pound./Sq. FL (Table 2) h Depth Of T-rch in Feet W dth of Trench In Feet A = Area rs of Concrete which must bear against Me Side of the Tranch h Sq. Ft Hm = Maximum Haight of the Thrust Block In feat Dc = Depth of the Concrete Thrust Block to Bearrface L. Mn9imur LengthaOf the Thrust Block in Feat tion GROUND SUFACE h vF dx ■r '4 2 BLOCK BASE�� ' 1) W C 0. CALCULATION rATIONt 1. Area of Concrete (A) Thrust In Pounds T 000 Safe Bowing Load h Pounda�8q. Ft) _ SBL 2 Maximum Height of Thrust Block (Hm) 02" of Trench In Fast e h 2 2 <Width of Trench Mise() - 3. OepM of Concrete Thrust Block = Outside Dlamate, of Pipe h Fast) W -d _ 2 2 as 4. Maximum Length of Thrust Block (Lm) = Areaof Concrete= A Maximum Height Hn 5. Required Amount of Cenar.te (Cu. yd.) _ (Height x Oepth x Length) x 0.03704 _ (Hm x Lm x 0c) x 0.03704 E. ExAMPI F aw 1. ptablem Calculation of the amount of concrete required to dock a 90' bend in an B' C.I. rate, main. the normal operating pressure in the Phe will be 65 Pal and the sol condtion In the area Indicates sand and gravel. 2 : - Maximum testing pressure (Sea Table 1) =300 ypsl. =Oen ft Outside diameter o1 e' Pip. 9.05 in. = 9.05/1 - Go to Table 1: The teeth y pressure o/ 300 p see Mot the (Must on a 90' bend is 21,360 Pounds. L:j M CAP 22-1/2a TEE 45aBEND + R + PUBLIC WORKS DEPARTMENT rAf N T O� - Co to Table 2: Table 2 gives the sale beo-Ng load lar sand and gravel: 3.000 lb../sq. ft - of the concrete Figure 1; 1w blockingkthe 9tes 0-berd'tbn - Go to tM speaifih of trench((ea)0ons f the Pro).et and find 1Y1dM 4 feet of trench (W; = 3 feet With the above a bI.d information we Proceed to the fmal calculation.: Area of Concato (A) = Thrust ry0 Safe Bearing Load 3.000 = 7.12 sq fir Maximum Height of Thrust Block (Hm) _ n!2M of Trench In Feet 2 h ± = 20 fir 2 = 2 - Depth of Concrete Thrust Block (Dc) = Wdth of Trench F Feet (W) - Outside Olam tar of Pipe (d) 2 3-0.75 2 =1.13 ft. Maximum Length of Thrust Block (Lm) = Area of Concrete - Required Amount of Concre Pressure PSI 300 300 300 300 275 250 250 225 200 200 200 200 200 Height of Can -.to A 7.12 = 3.56 ft Nm 20 to (Height x Depth x Length) x 0.03704 _ (Hm x Lm x Oc) x 0.03704 _ (2.0 x 3.56 x 1.13) x 0.03704 - 0.30 - yd TABLE 1 Th -t at ratings in Pound. TABLE 2 Safe Bearina foods in h /Sa F The safe bearing loads y in the following table are for horizontal Mru.ts when the depth of cover own the pipe exceeds 2 feet. Safe Bearing Load SIL Lb mer ea Ft 'Muck Peat, eta. 0 Soft Clay 1.000 Sand 2,000 Sand and Gravel 3,000 Sand and Gavel Cemented with Clay 4,000 Hard Shale 10000 'In muck ar Peat, all thrusts $half be r -trained by piles ar Ila rods to solid foundation$ or by removd of muck wppeat and reepplacement with ballast of sufficient stabMty to reds( throats. 11-1/4a 90*BEND FIGURE 1 NOTE: FOR CONVEX VERTICAL BENDS BLOCKING SEE APWA STANDARD PLAN NO. 73. •- j •-. _. • •- r • r.• 11:1 all STD. PLAN - 330.2 JANUARY 2009 a* dw do 7 FUSION BONDED EPDXY COATED SHACKLE RODS TYPE A BLOCKING S TYPE B VERTICAL CONCRETE BLOCKING ,,, Y 0 ADOPTED G A CITY OF RENTON STANDARD PLANS �'NTO nuir� �e�ir_ nnnr LST DATE: 02/07 rn ne rr. nnn- 0 Where shown on the plans or in the specifications or required by the Engineer, joint restraint system (shackle rods) shall be used. All joints restraint materials used shall be those manufactured by Star National Products, 1323 Holly Avenue, PO Box 258, Columbus, Ohio 43216 unless on equal alternate is approved in dft writing by the Engineer. Steel Tyner: Moteriols High strength low—olloy steel (cor—ten), ASTM A588 heat—treated. 1. Tiebolt ASTM A588, Grade B. Cor—Ten, equal to SuperStar Tielbolt SST 7 : 5/8" for 2" and 3" mechanical joints (M.J.) with eye for 5/8" rod SST 7 : 3/4" for 4' to 12" M.J. with eye for 3/4" rod SST 756: 3/4" for 14" to 24" M.J, with eye for 3/4' rod SST 747: 3/4" for 4" to 12" M.J. with eye for 7/8" and 1" rod SST 757: 3/4" for 14' to 24" M.J, with eye for 7/8" and 1" rod SST 778: 1" for 30" to 36" M.J. with eye for 1" rod 2.TTenut: Hex Nut ASTM A588, Grade B. Cor—Ten, equal to SuperStar Tienut SS8 for 5/8", 3/4", 7/8", 1" Tiebolt and Tierod 3.Tiecoupling with Tiestop Pin ASTM A588, Grade B. Cor—Ten, equal to SuperStar Tiecoupling SS70 for 5/8', 3/4', 7/8", 1' Tierod 4. Tierod: Continuous threaded rod for cutting to desired lengths ASTM A588, Grade B, Cor—Ten, equal to SuperStar Tierod SS12 for 5/8', 3/4", 7/8", 1" 5. Tiewasher ASTM A588, Grade B. Cor—Ten, equal to SuperStar Tiewasher SS17 for 5/8", 3/4', 7/8", 1' round flat washer Installation - Install the joint restraint system in accordance with the Manufacturer's instructions so all joints ore mechanically locked together to prevent joint separation. Tiebolts shall be installed to pull against the mechanical joint body and not the M.J. follower. Torque nuts at 75-90 foot pounds for 3/4" nuts. Install tiecouplings with both rods threaded equal distance into tiecouplings. Arrange tierods symmetrically around the pipe. Where a Manufacturer's mechanical joint valve or fitting is supplied with slots for "T' bolts instead of holes, a flanged valve with o flange by mechanical 'pint adaptor shall be used instead, so as to provide adequate space for locating tiebolt. Where a continuous run of pipe is required to be restrained, no run of restrained pipe shall be greater than 60 feet in length betwee fittings. Insert long body solid sleeves as required on longer runs to keep tierod lengths to the 60 foot maximum. Pipe used in continuously restrained runs shall be mechanical pint pipe and tiebolts shall be installed as rod guides at each joint. G11 � O n PUBLIC WORKS DEPARTMENT I" W SMCKL N A% DDs AND "AF "L78 STD. PLAN - 330.5 JANUARY 2009 do No irr im urs am wr N rr ON No arr air CONCRETE DEAD MAN BLOCKING WITH SHACKLE RODS TO CAP, BLOCK SHALL BE POURED AGAINST UNDISTURBED EARTH, SIZE OF BLOCK TO BE DETERMINED BASED ON TEST PRESSURE OF WATER LINE AND SOIL CHARACTERISTICS. "- - - - - CAST IRON CAP OR PLUG WITH 2" IPS TAP SHALL BE A ROCKWELL I � 482 END CAP COUPLING. WATER MAIN 2" GALVANIZED IRON PIPE AS REQUIRED. 2" CLOSE NIPPLE 2" 90' ELBOW 2" GALVANIZED IRON PIPE, 12" LONG. PLAN TWO PIECE CAST IRON VALVE BOX VALVE NUT EXTENSION IF REQUIRED EQUAL TO RICH VALVE CO. STANDARD (SEE DWG BR46 / PAGE 8090) 8" TOP SECTION, WITH REGULAR BASE SECTION LENGTH TO FIT. INSTALL 2" 90' ELBOW, SCREWED -�— 2" PLUG, SCREWED 18" 2" GALVANIZED IRON PIPE 12" LONG 2" GALVANIZED IRON PIPE AS REQUIRED. 2" RESILIENT GATE VALVE, SCREWED INSTALL 2" 90' ELBOW, — SCREWED 2" GALVANIZED IRON PIPE AS REQUIRED. ELEVATION — .a..� PUBLIC WORKS DEPARTMENT Zw BLO OPF STD. PLAN — 340.2 7MUPIPANNY A33MMALY JANUARY 2009 2" BEEHIVE STRAINER la CUT OPENING AS REQUIRED, AFTER INSTALLATION, GROUT AROUND PIPE 2" OPEN PATTERN, RETURN BEND - 180' 2" GALVANIZED IRON PIPE FIELD LOCATE 6" MAX. 1" CLOSE NIPPLE 18" 1" UNION NIPPLE 1"1" UNION +IIIIIIIII 2°'x 2"x 1" TEE, 1" CLOSE NIPPLE BETWEEN TEE & BEND. 1" 90' ELBOW 2" GALVANIZED IRON PIPE 18" LONG 6" MIN. --I I �° roc Coo n'� c pop pyo 12"MI� N. o od o e �p o 0 00 000 1" GALVANIZED IRON PIPE TO FIT 2" CAP WITH 1/8 1" 90' ELBOW HOLE FOR DRAIN. aw 1" TYPE "K" SOFT COPPER TUBING Irrl 1" COMBINATION AIR RELEASE & VACUUM VALVE, SCREWED. APCO NO. 143C OR EQUAL. ill WASHED GRAVEL, PASSING 1-1/2" AND RETAINED ON 1/4" MESH FOR DRAIN NOTE: AIR AND VACUUM RELEASE VALVE ASSEMBLY SHALL BE INSTALLED AT HIGHEST POINT OF LINE. IF HIGH POINT FALLS IN A LOCATION WHERE ASSEMBLY CANNOT BE INSTALLED, PROVIDE ADDITIONAL DEPTH OF LINE TO CREATE A HIGH POINT AT A LOCATION WHERE ASSEMBLY CAN BE INSTALLED. LOCATE ARE -VACUUM METER BOX OUTSIDE OF TRAFFIC AREAS, IN PLANTING STRIPS, BEHIND CURB OR SIDEWALK. `S Y C� PUBLIC WORKS + + DEPARTMENT rlr rlr 17"x30" PLASTIC METER BOX EQUAL TO MID STATES PLASTIC, BCF SERIES 1730-18 WITH 2" THICK DUCTILE IRON DIAMOND PLATE. 18"x31" MSCBC 1730R 1" BRONZE GATE VALVE, SCREW EQUAL TO RED -WHITE VALVE CORP. FIG N0.280 COUPLING COPPER TO MALE IRON PIPE -FORD C28-44 OR EQUAL. 2" RESILIENT SEAT GATE VALVE WITH THREADED ENDS 2" BRASS NIPPLE - 6" LONG >���(MIPT X MIPT) �/- 2" IRON PIPE THREAD CORPORATION STOP WITH 90' BEND FOR COPPER. FORD TYPE F1000 PACK JOINT CTS. DOUDLE STRAP SERVICE CLAMP WITH 2" IPS TAP TO FIT, EQUAL TO MEULLER CO. 2" xt" BRASS BUSHING f"A/R a VACUUM AM"aff STD. PLAN - 340.3 ASSMUSLY JANUARY 2009 wlr 2" BEEHIVE STRAINER 2"x2"x2" TEE 18 2" OPEN PATTERN, RETURN BEND — 180' 2•' GALVANIZED IRON PIPE FIELD LOCATE 2" 90' ELBOW CUT OPENING AS REQUIRED, AFTER INSTALLATION, GROUT AROUND PIPE. 2" UNION SHORT NIPPLE 2" CLOSE NIPPLE 2" UNION 17"x30" PLASTIC METER BOX EQUAL TO MID STATES PLASTIC, BCF SERIES 1730-18 WITH 2" THICK DUCTILE IRON DIAMOND PLATE. 18"x31" MSCBC 1730R 2" BRONZE GATE VALVE, SCREWED EQUAL TO RED—WHITE VALVE CORP. FIG N0. 280 2" 90' BEND WITH CLOSE THREADED ENDS 2-2" BRASS 90' BENDS WITH CLOSE NIPPLE BETWEEN BEND A Irk 2" GALVANIZED IRON PIPE TO FIT 0 0 °nOt yMrr 12" MIN. / 0c>°p °c o 2" GALVANIZED IRON PIPE 18" LONG ilrl DOUDLE STRAP SERVICE CLAMP WITH 2" 2" CAP WITH 1/8" IPS TAP TO FIT, EQUAL TO MUELLER CO. HOLE FOR DRAIN. 2" 90' ELBOW DOUDLE STRAP SERVICE CLAMP WITH 2" IPS TAP TO FIT, EQUAL TO MUELLER CO. d WASHED GRAVEL, PASSING AIR AND VACUUM VALVE 2" ASSEMBLY 1-1/2" AND RETAINED ON APCO NO. 1452C OR EQUAL. 1/4" MESH FOR DRAIN 2" RESILIENT SEAT GATE VALVE WITH NIPPLE BETWEEN BENDS CLOSE oeo 0 oco o°°o C1IPPLE 0 2 CORPORATION STOP 90" BEND, I.P. THREAD TO COPPER, EQUAL TO FORD FB 500. 2" TYPE K SOFT COPPER TUBING TO FIT NOTE: AIR AND VACUUM RELEASE VALVE ASSEMBLY SHALL BE INSTALLED AT HIGHEST POINT OF LINE. IF HIGH POINT FALLS IN A LOCATION WHERE ASSEMBLY CANNOT BE INSTALLED, PROVIDE ADDITIONAL DEPTH OF LINE TO CREATE A HIGH POINT AT A LOCATION WHERE ASSEMBLY CAN BE INSTALLED, LOCATE AIR VACUUM METER BOX OUTSIDE OF TRAFFIC AREAS, IN r� PLANTING STRIPS, BEHIND CURB AND SIDEWALK. TY No G.n.� �' PUBLIC WORKS �,��� y� DEPARTMENT 40 r r.uN a VACUUM MWJAA3e A89WM8LY STD. PLAN — 340.4 JANUARY 2009 Mir-, 7' MANHOLE FRAME AND COVER SEE DRAWING 401 ADJUSTMENT (4" MIN.) CONE RUBBER GASKETED JOINTS IN ACCORDANCE WITH ASTM C-443 STEPS - POLYPROPYLENE STEPS SHALL BE INCLUDED CONCRETE RISER BY PIPE INC., OR APPROVED EQUAL. MAX. PIPE SIZE - 'E' LADDER -POLYPROPYLENE CONCRETE SHELF PRECAST BASE SECTION OR CAST IN SHELF. NOT TO SCALE rrr V6O8" B, .C, .D, E, al 6" MIN. 5"MIN 24" MIN. 21" I.D. 8" MIN. 5.5" MIN. 24" MIN. 24" I.D. MIN. 6" MIN. 142" MIN. 30" I.D. NOTES: 1. STEPS TO BE POLYPROPYLENE SAFETY STEPS. 2. STEPS ARE TO BE IN PLACE BEFORE MANHOLE SECTIONS ARE INSTALLED. 3. CASTING TO BE PER DRAWING 401. 4. MANHOLE SECTIONS TO BE OF REINFORCED PRECAST CONCRETE. 5. ALL JOINTS SHALL BE GROUTED. 6. SANITARY SEWER MANHOLES SHALL HAVE ALL INTERIOR SURFACES, INCLUDING CHANNELING, COATED (SEALED) WITH A HIGH SOLIDS URETHANE COATING; WASSER MC-AROSHIELD OR APPROVED EQUAL; COLOR OF COATING SHALL BE WHITE. 7. RUBBER GASKETED JOINTS SHALL BE IN CONFORMANCE WITH ASTM C-443. 8. CHANNEL HEIGHT SHALL BE A MINIMUM OF 3/4 THE INSIDE DIAMETER OF THE LARGEST PIPE. 9. CONNECTIONS TO MANHOLE SHALL BE MADE USING GPK ADAPTOR, KOR-N-SEAL BOOTS OR APPROVED EQUAL. 10. MANHOLES EQUAL TO AND GREATER THAN 20 FEET DEEP SHALL HAVE A "SURETRACK" CLIMBING AND FALL PROTECTION SYSTEM INSTALLED. wo STD. PLAN - 400.1 PUBLIC WORKS STANDARD SANITARY MANHOLE DEPARTMENT �N,tO MARCH 2008 aw NOTES: REMOVE PAVEMENT AND BASE MATERIALS FOR A DISTANCE SEAL WITH AR 4000 OR ADJUST CASTING FRAME TO PAVEMENT SURFACE USING CONCRETE APPROVED EQUAL AND DRY BLOCKS. SAND AFTER PATCHING mw CLASS 3000 CONCRETE (3/4). FINISH PAVEMENT SURFACE WITH 2" OF HMA CLASS 1/2" 64-22 OR AS APPROVED BY wrr PATCHED AREA qw n~�Y PUBLIC WORKS TYPICAL UTILITY COVER A ADJUSTMENT FOR ,� $ F,,,, 0 ww COVER +rr rrr PLAN N TS to aw 1'-0" OUTSIDE DIA. l'-0"— rn SECTION A -A w� 0 wrr NOTES: REMOVE PAVEMENT AND BASE MATERIALS FOR A DISTANCE WHICH IS EQUAL TO THE DIAMETER OF THE FRAME PLUS TWO FEET. ADJUST CASTING FRAME TO PAVEMENT SURFACE USING CONCRETE W111 BLOCKS. REPLACE ALL BUT TOP 2" OF EXCAVATED MATERIAL WITH CLASS 3000 CONCRETE (3/4). FINISH PAVEMENT SURFACE WITH 2" OF HMA CLASS 1/2" 64-22 OR AS APPROVED BY wrr THE ENGINEER. aili n~�Y PUBLIC WORKS TYPICAL UTILITY COVER =` DEPARTMENT ADJUSTMENT FOR ,� $ F,,,, 0 PAVEMENT OR OVERLAY i 2" HMA CLASS 1/2" 64-22 OR AS APPROVED BY THE ENGINEER. CONCRETE STD. PLAN — 400.4 MARCH 2008 m r7 Neb\ RENTON 0 \ SEWER ti MADE IN USA COVER & FRAME PLAN VIEW BC]LTHCILES — 3 PLCS EQUALLY SPACED 120° APART ON 23 1/16' (586mm) DIA B.C. (SEE DETAIL) COVER BOTTOM VIEW 25' DIA. wrr C635rr ] 1. C3) BLT SCLC. (ALLEN HEAD) 3/4' C25Mr ] 5/8'-11 X 1.5 SS C19r'r, RUBBER WASHER arr 8 3/4' L 2 1/2' 1222rnml 164Mri] TYP w• COVER SECTION VIEW 0 0 I= fv 26 1/2' DIA FC673mrh] 25 1/4' DIA 1641mml 1 1/16' 1/4' (6mm) D[A E2 7mml NEOPRENE GASKET 6' 1 C152Mm) 5/8' 23 3/8' DIA CL OPEN 116MMI C594rir ] 27 5/16' DIA E694mml 34 1/8' DIA E867mml NOTES: EON BOLTING DETAIL 1/4' 16MMI C27rnr)] C3mml 1/8' CR3,mml GASKET GROOVE DETAIL FRAME SECTION VIEW 1. ALL COVERS SHALL BE LOCKING LID PER EAST JORDAN IRON WORKS INC. No. 3717C1 OR EQUAL. 2. USE FRAME AND COVER FOR STORM (SPECIFY "DRAIN" ON COVER), SANITARY (SPECIFY "SEWER"), OR WATER (SPECIFY "WATER"). ti� Y O PUBLIC WORKS STD• PIAN — 401 DEPARTMENT MANHOLE FRAME AND COVER MARCH 2008 mom 6" MIN. 1.__ r6" MIN. t � ee 6" MIN. + 6" MIN. 1/2 BLIND FLANGE AS DAM X111 D.I.P. TEE CL.50 \i/2 PLUG AS DAM ONE LENGTH OF DUCTILE ONE LENGTH OF DUCTILE IRON PIPE (CLASS 50) TO TYPICAL TEE 2" MIN. IRON PIPE (CLASS 50) TO ilk SOLID BEARING WHEN SPAN SOLID BEARING WHEN SPAN IS MORE THAN 4'. MANHOLE F 6" MIN. / IS MORE THAN 4'. ow FLEXIBLE JOINT FLEXIBLE JOINT a BACKFILL WITH COMPACTED MATERIAL x BACKFILL WITH AS DIRECTED BY f ¢ COMPACTED ENGINEER. % MATERIAL AS D.I.P. CL50 x N o 6" MIN. DIRECTED BY Im 6" MIN. < N I ENGINEER. WITH MIN. 4 hal SHACKLE RODS Ih •• CEMENT CONCRETE CLASS C CEMENT I POURED IN PLACE CONCRETE CLASS C BLOCK POURED 9 IN PLACE 0" BEND (TYTON U-651) TYPICAL MANHOLE -� D.I.P. 90' BEND FOUNDATION CL.50(MJ X PE) CONSTRUCTION DUCTILE IRON CONCRETE ENCASED DROP CONNECTION DROP CONNECTION iY111 NOTES: 1. LOWER CONNECTIONS TO MANHOLE SHALL BE MADE USING CPK ADAPTOR, KOR-N-SEAL BOOTS OR APPROVED EQUAL. 2. UPPER PENETRATION OF MANHOLE SHALL BE MADE BY CORE DRILLING THE STRUCTURE, ROUGHING THE EDGES, AND SEALING AROUND THE PIPE WITH NON -SHRINK EPDXY GROUT. UNLESS OTHERWISE APPROVED BY THE CITY, THE CONNECTION SHALL BE SEALED BY USE OF A URETHANE OR POLYURETHANE INJECTION GROUT BEHIND THE POINT OF CONNECTION. SAID GROUT SHALL BE DESIGNED TO STOP WATER LEAKS. MIS WM PUBLIC WORKS OUTSIDE DROP CONNECTION SID. PLAN — 402.1 4w DEPARTMENT DEPARTMENT FOR SANITARY MANHOLE MARCH 2008 wr as RECESSED ow LIFT POCKET 11 N.C. SOCKET HD 2" A. C. 2'-0' a* /� oSCREW 1 Y4" LONG (BRONZE OR S.S.) Y" x 2" RAISED PADS _� 6" CONCRETE go CLASS 3000 FIBER JOINT PACKING aw 12 Y4" 14" WATER TIGHT she„ PLUG aw I 2„ y8„ 18 45' (1/8) BEND t Y4" 2„ vw y4—� 8„ �c� 1 ., �P\ aw 2„ G� 11 I 12 Y4' --- �° Nu 14" J� CAST IRON RING AND COVER it G�FP PIPE MATERIAL AS SPECIFIED BY THE ENGINEER arr PLUG TO BE SEALED IN SAME MANNER AS do MAIN SEWER JOINTS. NOTES: 1. 8" CLEANOUTS SHALL BE EASE JORDAN IRON WORKS, INC. No. 3698 OR EQUAL, CLEAN OUT SHALL BE A WATER TIGHT ASSEMBLY. rrr 2. IN UNIMPROVED AREAS, POUR A 1'-0" THICK, 2'-0" SQUARE CONCRETE, CLASS 3000, PAD AROUND THE RING AND COVER. 11Y O PUBLIC WORKS STD. PIAN — 403.1 DEPARTMENT 8 OR 6 INCH CLEAN-OUT MARCH 2008 rYr RECESSED LIFT POCKET 11 N.C. SOCKET HD SCREW 1 Y" LONG (BRONZE OR S.S.) YZ" x 2" RAISED PADS �I 12 Y<" Wrl 14 �8 2" y' ow Y8 ' 2 ilk 1 Y<" _� 8„ to 12 Y4,. 14" NOTE: I. CLEANOUT IS ONLY TO BE USED AT THE PERMISSION OF THE err CITY OF RENTON ENGINEER. 2„ 2. THIS CLEANOUT IS ONLY TO BE USED FOR "DRY" SEWER LINES THAT MAY BE EXTENDED IN THE FUTURE. ITS PURPOSE IS TO ALLOW THE ENGINEER TO DETERMINE THE INVERT ELEVATION OF THE PIPE FOR FUTURE DESIGNS. ALL "LIVE" LINES SHALL USE of STANDARD DETAIL 6076-1. J — 3. RING AND COVER SHALL BE EAST JORDAN IRON WORKS, INC. FIBER JOINT No. 3698 OR EQUAL. 6" CONCRETE PACKING 4. IN UNIMPROVED AREAS POUR 1'-0" THICK 2'-0" SQUARE so CLASS 3000 CONCRETE, CLASS 3000, PAD AROUND RING AND COVER. WATER TIGHT PLUG a dw PIPE MATERIAL AS SPECIFIED BY THE ENGINEER low 'W PLUG TO BE SEALED /— IN SAME MANNER AS MAIN SEWER JOINTS. sir MAIN SIZE MAY VARY e PUBLIC WORKS 8 INCH CLEAN-OUT ow DEPARTMENT FOR •'DRY•• ti W11=0 ennlwJ wr fm STD. PLAN — 403.2 MARCH 2008 W (SEE NOTE 4) LIMITS OF PIPE ZONE 1, 0 - BEDDING MATERIAL FOR SANITARY SEWER PIPE ow (SEE NOTE 6) 0. D. OF PIPE FOUNDATION LEVEL f 40 6 " No BEDDING FOR SANITARY SEWER PIPE aro NOTES: 1. PROVIDE UNIFORM SUPPORT UNDER BARREL. 2. HAND TAMP UNDER HAUNCHES. No 3. COMPACT BEDDING MATERIAL TO 95% MAX. DENSITY EXCEPT DIRECTLY OVER PIPE. HAND TAMP ONLY. ww 4. SEE "EXCAVATION AND PREPARATION OF TRENCH" IN THE SANITARY SEWER SECTION OF THE STANDARD SPECIFICATIONS FOR TRENCH WIDTH "W" AND TRENCHING OPTIONS. THE PIPE ZONE WILL BE THE ACTUAL TRENCH WIDTH. w 5. TRENCH BACKFILL SHALL CONFORM TO "BACKFILLING" IN THE SANITARY SEWER SECTION OF THE STANDARD SPECIFICATIONS, EXCEPT THAT ROCKS OR LUMPS LARGER THAN 1" PER FOOT OF PIPE DIAMETER SHALL NOT BE USED IN THE BACKFILL MATERIAL. arr 6. PIPE ZONE MATERIAL SHALL BE "GRAVEL BACKFILL FOR DRAINS" AS SPECIFIED IN THE AGGREGATES SECTION OF THE STANDARD SPECIFICATIONS. arr 7. PIPE MUST BE ANCHORED IN SUCH A MANNER AS TO ENSURE FLOW LINE IS MAINTAINED. � ,r PUBLIC WORKS ,w �� ,. DEPARTMENT vm PIPE BEDDING STD. PLAN — 405 FOR SANITARY SEWERS MARCH 2008 mom NOTE: UNLESS OTHERWISE SHOWN ON PLAN, SIDE SEWER SHALL HAVE A MINIMUM 2.5' COVER AT PROPERTY LINE OR 3-5' LOWER THAN THE LOWEST HOUSE ELEVATION, WHICHEVER IS LOWER. G� f PUBLIC WORKS STANDARD SIDE SEWER STD. PLAN — 406.1 low �=`�� DEPARTMENT INSTALLATION F'NTo; (SEWER MAIN TO PROPERTY LINE) I MARCH 2008 4m I PROPERTY UNE z 6'—O" eWr 6" BUILDING SEWER PIPE O FUTURE I BUILDING SEWEP, Li z TEE WITH 6" SIDE OUTLET 2"x 4" STUD MARKING POST PAINTED w r WHITE WITH THE WORD "SEWER" STENCILED IN 3" HIGH BLACK LETTERS AND #6 WIPE a WRAPPED AROUND THE STUD AND o EXTENDED TO THE TOP OF THE STUD. 4w a 6" SIDE SEWER AND BUILDING SR or ACCEPTABLE PROCEDURES FOR SIDE SEWER CONNECTIONS TO MAIN LINES ARE AS FOLLOWS: A. VITRIFIED CLAY MAIN - CUT IN A NEW TEE USING FLEXIBLE COUPLINGS (FERNCO OR APPROVED EQUAL). a B. CONCRETE MAIN - CORE -DRILLED WITH A ROMAC SADDLE (OR APPROVED EQUAL). C. PVC MAIN - CORE -DRILLED WITH A ROMAC SADDLE (OR APPROVED EQUAL) OR CUT IN A NEW TEE USING RIGID COUPLINGS. D. DUCTILE IRON MAIN - CORE -DRILLED WITH A ROMAC SADDLE (OR aMY APPROVED EQUAL) E. MANHOLE CONNECTION - ALL CONNECTIONS TO MANHOLES SHALL BE AT MANUFACTURED KNOCK -OUTS OR THE STRUCTURE SHALL BE CORE -DRILLED. +rWr 60" ALLOWABLE MAX. FOR CAST IRON PIPE OR DUCTILE IRON PIPE. ��1G CONCRETE BLOCKING �P+ / g�pG� air 25 MSN PNG� GGN 2% MIN SLOPE HORIZONTAL .r 6" SIDE OUTLET TEE SEWER 6" MIN. MAIN SEWER MAIN w CONCRETE BLOCKING ANGLE OF TEE AT MAIN OVER 25 TYPICAL SIDE SEWER ELEVATION ELEVATION NOTE: UNLESS OTHERWISE SHOWN ON PLAN, SIDE SEWER SHALL HAVE A MINIMUM 2.5' COVER AT PROPERTY LINE OR 3-5' LOWER THAN THE LOWEST HOUSE ELEVATION, WHICHEVER IS LOWER. G� f PUBLIC WORKS STANDARD SIDE SEWER STD. PLAN — 406.1 low �=`�� DEPARTMENT INSTALLATION F'NTo; (SEWER MAIN TO PROPERTY LINE) I MARCH 2008 4m go ALL 90' TURNS SHALL BE ACCOMPLISHED BY MEANS OF A WYE AND 45' BEND. TWO 4" BEND AS REQUIRED (NO MORE 45' BENDS SHALL NOT BE ACCEPTABLE. THAN 45' BEND). EVERY 2ND CHANGE IN DIRECTION OR GRADE 4 5 CLEANOUT WYE WITH to WILL REQUIRE A SURFACE 45' BEND AND PLUG. CLEANOUT WYE. I I w ? � w Z' J z• cr cr F} } F HOUSE o ' aI HOUSE cr al o HOUSE al HOUSE a (if � a. i� 3 -0" MIN. \ 4" SEWER PIPE I `4" SURFACE (TYPICAL) CLEANOUT WYE 4" SEWER PIPE, SEE NOTES 2 4" TEST TEE WITH AND 3. MINIMUM LINE SIZE FOR M� PROPERTY LINE IV �- 4" CLEANOUT PLUG FACE UP OTHER THAN SINGLE FAMILY IS 6" (TYPICAL) io 6' MIN. WYE WITH PLUG O --PROPERTY LINE — — F Z Z 6"x 4" REDUCER N (TYPICAL) z w MAIN SEWER LINE z IF THE BUILDING SEWER SERVES ANY FIXTURE HAVING x a FLOOD LEVEL RIMS LOCATED BELOW THE ELEVATION o OF THE NEXT UPSTREAM MANHOLE COVER OF THE c� PUBLIC SEWER SYSTEM, A BACKFLOW PREVENTION DEVICE SUCH AS CLEAN CHECK EXTENDABLE BACKWATER VALVE OR APPROVED EQUAL SHALL BE INSTALLED. CD Z 4" FLEXIBLE COUPLING (FERNCO OR EQUAL) 11111 a SURFACE CLEANOUT m 4"x 4"x4" WYE 4" PIPING PLAN 4 BUILDING DRAIN FOR LOW ELEVATION HOUSE MAIN TO PROPERTY LINE 5'-0" 5'-0" 1111 PROPERTY LINE FROM THE HOUSE BUILDING DRAIN S10E SEWER BUILDING SEWER 2'_6^ \ TO 3'-0" 1 I 6-0"MINI I I 1 nm mm m Z 0 �u (11 O> P m A p A UI A A zoz� c�m� n zC)x• x' �m ( D O m p Z r OO -v0 Dm pr=0m A �.ox z am OX O 0Q -0 V) �CmON Z p m DA G7 r0- Tl W m m D 0 rmtrma 0 c Z fm m -.� tea? Zm �gx y n om rji D m n r~i -<O; � G1 z 00 m r f zv�zc :D c -y c0 vr� Z om omoo �m z m 00 m r*Frn a m m m c� Z m O N tnp� Dcli �OM U A Z m A m m0� m z c CALL FOR LOCATIONS BEFORE YOU DIG 0 0 48HR LOCATORS 1-800-424-5555 as PUBLIC WORKS TYPICAL BUILDING SEWER STD. PLAN - 408.2 DEPARTMENT FROM PROPERTY LINE TO �� NT°� BUILDING CONNECTION MARCH 2008 to r7 40 is we go ' 6" CC'\IICM n,nr 8' 6' i i-(1/8) BE JE CONNE( ,CH SIDE. .I. SEWER RETE 3'x n v SIZE)TEE SECTION B -B SECTION A -A NOTE: UTILIZATION OF THIS DETAIL REQUIRES WRITTEN APPROVAL OF THE WASTEWATER UTILITY. ~�Y o I PUBLIC WORKS DUAL SIDE SEWER SERVICE STD. PLAN — 408 �,=` $ DEPARTMENT VERTICAL CONNECTION c�`NTO MARCH 2008 aw to w r 0 #a m .r 71 w 40 low ow ow 0 m CONTRACTION JOINT IN SIDEWALK ONLY EXPANSION JOINT IN BOTH CURB AND SIDEWALK JOINT AND FINISH DETAIL SLOPE ROUNDING VARIES (SEE CONTRACT) WHEN SPECIFIED SIDEWALK MAY BE ADJACENT IN CONTRACT TO A WALL (SEE DETAIL) SIDEWALK VARIES ^- 6' — 0" MIN. (SEE CONTRACT) =2% f1/2" R. (TYP.) + 2%_ 1/4" PREMOLDED JOINT FILLER CEMENT CONCRETE SIDEWALK ADJACENT TO CURB BROOMED FINISH 4" WIDE, SMOOTH /% TROWELED PERIMETER CEMENT CONCRETE CURB (CURB AND GUTTER SHOWN) NOT INCLUDED IN BID ITEM CURB NOT NCLUDED N BID ITEM CEMENT CONCRETE SIDEWALK SHEET T OF 3 �CY,p ADOPTED CITY OF RENTON STANDARD PLANS LST DATE: 04 /04 DWG. NAME: F005 SP PAGF:F0O5 1'- 0" MIN. 6" SIDEWALK VARIES ^- 6' - 0" MIN. (SEE CONTRACT) 1/2" R. (TYP.) CURB NOT INCLUDED ��� ;, 2% IN BID ITEM SEE RAISED 1/4" PREMOLDED EDGE DETAIL JOINT FILLER CEMENT CONCRETE SIDEWALK WITH RAISED EDGE SLOPE ROUNDING VARIES (SEE CONTRACT) WHEN SPECIFIED SIDEWALK MAY BE ADJACENT IN CONTRACT TO A WALL (SEE DETAIL) ) I / SIDEWALK VARIES ^- 6' - 0" MIN. (SEE CONTRACT) 112" R. (TYP. ) SEE CURB FACE DETAIL MONOLITHIC CEMENT CONCRETE CURB AND SIDEWALK 6 1/2" SLOPE ROUNDING VARIES (SEE CONTRACT) WHEN SPECIFIED SIDEWALK MAY BE ADJACENT IN CONTRACT TO A WALL (SEE DETAIL) SIDEWALK BUFFER STRIP VARIES - 5' - 0" MIN. V RIES - 3' - D" M (SEE CONTRACT) (SEE CONTRACT) 1/2" R. (TYP.) 2% * 2% CEMENT CONCRETE SIDEWALK ADJACENT TO BUFFER STRIP CURB NOT NCLUDED N BID ITEM CEMENT CONCRETE SIDEWALK SHEET 2 of 3 ~� Y p ADOPTED V�� CITY OF RENTDN ♦ r■ - STANDARD PLANS LST DATE 04/04 DWG. NAME: F005-1 SP PAGE: F005.1 l 0 ws dw No arr 4w m �rlr mmff-� wa iw no ow WALL OR BARRIER SIDEWALK 1/2" R. c 1/4" PREMOLDED JOINT FILLER SIDEWALK ADJACENT TO WALL DETAIL 3/8" PREMOLDED JOINT FILLER O EXPANSION JOINT SEE © 6 1/2" CONTRACTION FACE OF CURB JOINT 5 1/2" 1" 2% 1.. R. TOP OF — D ROADWAY 12" 8" 6 1/2" 1 NOTE: EXTEND SIDEWALK TRANSVERSE EXPANSION JOINTS TO INCLUDE CURB (FULL DEPTH) CURB FACE DETAIL z 1/8" TO 1/4" �8 . -�. 0 6" CONTRACTION JOINT 1 /2" 1/2" R. LEVEL 1" R. L2% ~� Y 0 ADOPTED 00 ZZ — NOTE: EXTEND SIDEWALK TRANSVERSE JOINTS TO INCLUDE RAISED EDGE RAISED EDGE DETAIL WALL OR BARRIER SIDEWALK 1/2" R. c 1/4" PREMOLDED JOINT FILLER SIDEWALK ADJACENT TO WALL DETAIL 3/8" PREMOLDED JOINT FILLER O EXPANSION JOINT SEE © 6 1/2" CONTRACTION FACE OF CURB JOINT 5 1/2" 1" 2% 1.. R. TOP OF — D ROADWAY 12" 8" 6 1/2" 1 NOTE: EXTEND SIDEWALK TRANSVERSE EXPANSION JOINTS TO INCLUDE CURB (FULL DEPTH) CURB FACE DETAIL z 1/8" TO 1/4" �8 . -�. 0 O CONTRACTION JOINT CEMENT CONCRETE SIDEWALK SHEET 3 of 3 ~� Y 0 ADOPTED CITY OF RENTON ♦ a STANDARD PLANS N T O LST DATE.04/04 DWG. NAME: F005-2 SP PAGEF005.2 1/2"X4" EXPANSION MATERIAL 1/4"R AT JOINTS SCORE LINES TO BE RADIAL A TO CURB AND GUTTER ' + W I 1/2"X4" EXPANSION MATERIAL 1/4"R AT JOINTS "W"—WIDTH OF SIDEWALK 1/2"X4" EXPANSION MATERIAL CEM. CONC. CURB AND GUTTER 1/4"R AT JOINTS A Irt SCORE LINES B B 1/2"X5" EXPANSION MATERIAL CURB RETURN 1/4"/FT. SL /2 R OPE ONLY 1/2"R 1/4"/FT. SLOPE 4 1/2"R PL) PAVEMENT AS PER P 4" 1TPAVEMENT AS PER PLANS STANDARD CEM. CONIC. PARKWAY—/STANDARD CEM. CONIC. CURB AND CURB AND GUTTER GUTTER SECTION A -A SECTION B -B SEE SHEET 2.5.1 FOR ROADWAY DEVELOPMENT STANDARDS GENERAL NOTES JOINTS: DUMMY JOINTS SHALL BE PLACED NOT TO EXCEED 15' C/C NOR LESS THAN 10' C/C. THEY SHALL NOT BE LESS THAN 3/16" IN THICKNESS AND SHALL BE EXTENDED 2" BELOW THE GUTTER LME. 1/2' THRU JOINTS SHALL BE PLACED AT ALL COLD JOINTS AS DIRECTED BY ENGINEER AND SHALL EXTEND 1" BELOW CONCRETE. WHERE THE SIDEWALK IS TO BE PLACED AGAINST THE CURB AND GUTTER. THE JOINT SHALL BE A COLD JOINT. I/2'X 5" EXPANSION MATERIAL SHALL BE PLACED FROM P.C. 'S TO P. T.'S AT ALL CURB RETURNS. 1/2"X4" EXPANSION MATERIAL SHALL BE PLACED AT EVERY FOURTH SIDEWALK PANEL. THE CONCRETE MIX FOR SIDEWALKS SHALL CONFORM TO THE REQUIREMENTS OF CLASS B (3/4") NTH AIR =NTRAINMENT. THE CONCRETE SHALL HAVE A BROOM FINISH WITH ALL EDGES HAVING A 2 1/2" TOOLED FINISH >UBGRADE COMPACTION SHALL BE 90% (MODIFIED PROCTOR). TYPICAL SIDEWALK ADOPTED �d1 CITY OF RENTON STANDARD PLANS LST DATE: 04,/04 DWG. NAME- F007 SP PAGE F007 LOOP NUMBERING SYSTEM 23 0 # LOOP NUMBER (PHASE COUNTING FROM NUMBER) STOP BAR BACK AND FROM INSIDE LANE TO OUTSIDE LANE ---4#2 EACH PAIR OF LOOP WIRES AND EACH LOOP RETURN CABLE SHALL BE TAGGED IN EACH JUNCTION BOX WITH A DURABLE, MOISTURE RESISTANT TAG APPROVED BY THE ENGINEER 0 #1 42 04 LOOP RETURN NUMBERING SYSTEM RETURN CABLE TO HAVE SAME MARKING AS THE FIRST LOOP CONNECTED TO IT. EXAMPLE: 11 12 RETURN CABLE #11 864 #2 06 863 LOOP 862 #1 DETECTOR 861 852 05 LOOP 851 DETECTOR 846 N. B. 845 #3 04 43 844 S.B. LOOP 843 #2 CALL DETECTOR 842 S. B. 41 841 #1 u) 822 02 LOOP 821 DETECTOR 21 26 22 24 #1 26 #2 02 05 51 52 v 04 45 46 47 48 rn #3 DETECTOR NUMBERING SYSTEM ADOPTED CITY OF RENTON i3 r ♦♦ STANDARD PLANS LST DATE: 0404 DWG NAVE -034 SP PAGE: J034 o Q J ry wall 0 J N U N LEAD—IN CABLE 2/C SHLD. METAL TAPE------' OR SHIELD TWO LAYERS OF SPLICING COMPOUND TAPE & ONE LAYER OF FRICTION TAPE J. B. l�—J TRAFF 0 FLOW J U U U > O N Q J I � � THREE LAYER VINYL ELEC. TAPE & PROTECTIVE COATING 1 (SCOTCHKOTE) Ref: ITE TRAFFIC DETECTOR 112" FIELD MANUAL, 1985 LOOP WIRES i — COMPRESSION AND SOLDER CONNECTION INDUCTION LOOP WIRING AND LOOP SPLICING DETAILS ADOPTED CITY OF RENTON �1 STANDARD PLANS LST DATE 04/04 vI BY PPR'D D'NG NAM_ _!033 SP PAGE: J038 m VAR. VAR. 0 • - LOOP WIRES ws 1 1/2" + X . 2 112" --- CRATYPE RUBBERIZED ASPHHALAL T LOOP SEALANT �- A -A B -B X = 1/2" OF DEPTH FOR EACH TWISTED PAIR NOTE: TWIST EACH PAIR 2 TURNS PER FOOT FROM PULL BOX TO END OF LOOP. THREE TURNS OF WIRE IN EACH LOOP, AS SHOWN ON DETECTOR SCHEDULE, OR AS DIRECTED BY THE ENGINEER. VIM INSTALLATION AND TESTING TO CONFORM WITH STANDARD SPECIFICATION. INDUCTION LOOP DETAIL ADOPTED CITY OF RENTON + \-_ _\' ♦ STANDARD PLANS --_ LST DATE:04/04 I DATE I REVISION I RY IAPPR'�i DWG. 39 SP PAGE. J039 to FLOW LOG CHECK DAM NTS "I L = THE DISTANCE SUCH THAT POINTS A & B ARE OF EQUAL ELEVATION. ROCK CHECK DAM SPACING BETWEEN CHECK DAMS 2" n" pnry ROCK CHECK DAM NTS NTS CHECK DAMS �SY o !' ADOPTED CITY OF RENTON t + 5 N �� STANDARD PLANS LST DATE: 0404 n\AIC NInNAC- RnR7 CD RnF7 mor -1 OEM _ _AAO VS11 w __ ( ) k § R e § \ \ \ CD _ 0 I ) § _ \ f - t | e ` : U) K \ 6 2® f \ j 2 ƒ E {¥ }k 4-M, 77 E ` 0 e� z w w � � mor -1 OEM _ _AAO VS11 w __ ( ) k SlN1 N D znZO N 3OY x00 N 1 d?d / Otj� Iw ed� U "v p a� wN< W II N \�O h OM :J UQ 0 0 N Z Q W z ZI I W=In a aF-i u w I YYI m U�� warn I / z b O wm� 3 U�� Q-.ilf �ll� X89 z 0 3 zI I 0 o zo0 W 3ui�� IL 0 N 0 z�, m O<- z M q w o o 0� W J J I Z0_ w z 1 O_W O' 0 1 mini r,5., j U Ozo zw, W O O U N U n= \\ \ a w Onn ¢rn U7 d. W �a UOOO \ I� M' S31pybN L \a Yz x o N I n ZO Z - ZQOd I� NM3'00 :20 Z J N00 Y i0O O Vwl I O O .-- O I z z w Y U Q Z d O U .0 z�aZ I� 0 z Q / =zaow W z o �o x "� V, I �" z 7 0- a z Oo 000 a O c\v i73�d 'o I I 6-L) ,aAd 3� N Z I m X M ZZ - \O ow vii I- �<03on0 3 K K J V V F II h J Z O p U ,^7N p w� a F a Uz ,M� 0�� a N N o Oz / 2 ��z va 1 a 'z aM pJ� 03 \ oWQ O 1 'S H -L ci p OX 1 Ino J O 0^ � �W 19g1 XY 0 W U h J w o =ZaO Z Z M GOON 1 \Q\ Z <3 OJ J 0: m rn U / V U 3 p Ow Z Z ZWO :02 Oi jp �W / 1 W h :00 OO\ �Z X\0 Z N min rZZ� NU - - z� ��3w J. 0 o y°°ia 2 r-:3 a m aOQw v<o Ow / IQ �R aHa zQ znZO N 3OY x00 / W ZOJW / Otj� Iw ed� U ply 0<Z� o `I W p a� wN< W II rn�UO 1� \�O h OM :J UQ No~ U Z Q aim z� ¢/ a aF-i u w I YYI m U�� warn pZ / z b O wm� rna 1 W � hry Q-.ilf �ll� X89 z 0 U 3 2 U V) w a 0 Q Q �z W Q lovZp 0 N 0 O J Z Q Q O mini r,5., / /3/ �^ �O o zO-�I- �/ = I Q w Onn ¢rn / / VniO noz 0 /��Z l< I �p L / , , =!' / 1 o xA ow�-p< M-3.1b,t1.LON '/ S -H148-! z 0 rn lFI ' Q / �zz NF I Q O o Z 0, O 0 pzd ° °N _ I x� Q U NUV)Q l.N °i •� cYi mxQ� 4i / Oh rn w I YYI m U�� �U3 wM(/j Z0 y Q ^ Q \W K 7 1 9g1 (1 b�d� OZ• M U 3 2 U V) w a 0 / z 0 rn dS � Q Z z z Q NF I Q O o Z 0, } N �0 z'0, _ I x� 00X, °i •� cYi <Z IJ zU3 rn w I YYI m U�� �U3 >' Mm,a Q ^ Q \W K 7 Q U 3 2 U V) w a 0 Q Q Z W Q D 0 N 0 O J Z Q Q O M Q / :CMN V 0 Q U W W S F- j zK 0 0 Z S <C � O O w w m W J Q M 3k •7 Q O O d U N U N J U 3 = �p F 0 <3 OF .- U BpS\5 � F olZ N Z Z lir wF � f�4PoN�< Q / a O W _ o 0 m Y m N ZZ} 0 m opo 00 LLJ ZO W V)aW _t^Z D mp Q�W � �O V Uz'Q/ wI ao> g� O�<�Z z WLv U) w- 8 z mwZZ~CoW �0-J L.JUOo z�O Q O Zz ¢oW O0>0 6,J V1 Z> W Z Y W� IY_U K N W j O Z O�nn O Oz 00 NnM �M00 Q O W CD F n�2 •°MjN c.j ~z 001 W NaN U � CL w� C) II II II II II II 0_ ` 4rrJ UW �' I B 4otJ ZO WNO > i W QOM m U Q O �;9: N W Z \ /�9� m N �7 z \VVI avm �� Z ,O06 ZE'n Z \M oO O N 8 �0 \�1�1\ it II II z z0 Oz \ �\ mo z 0 U O N 0 3 \ V 0 nN \ lZi N nM rnn Z a3 N \O M �- 0 W z_ J O 3w W N Y F, N o- omcn Z O N W• -O Ki �i�l�'-All i�pIin U w N W Z OU Q H U \O O O Z, o 0 F Fz 3vw� a z = a 2 O w W U mwOro<�mz wry w ZOZ UNGOW W . Q Z 90fn_U V; 3 w 0 W � OONS Vlzp � Z W�oc_W,jo<3 ¢o oZ'Up 'ODN<4J LLnnp000,0,m 0 U z 0¢ w Z F rnP:=W2 i000_00Q a mama'', z�a d Q I I_ f O� 0 W N Uowp Ow Q V=If 1=- 0 rn 0 O Q NF I Q Q� } N <Z N z o m � 0 Q ^ W Z 7 / ILd V) w a m Q Q Q U O 0 W Q J 0 N 0 p O- L J Z Q Q O L� m / :CMN V 0 Q Q W W W S F- j zK 0 0 Z S QKJ O O w w m W 0 Q M 3k •7 Q O O 0 Z � :2N E:J s oQ m O �3 •� 3„29,00.1ON w U � LZL, W :z W W p O^ O a Z O U w N W Z OU Q H U \O O O Z, o 0 F Fz 3vw� a z = a 2 O w W U mwOro<�mz wry w ZOZ UNGOW W . Q Z 90fn_U V; 3 w 0 W � OONS Vlzp � Z W�oc_W,jo<3 ¢o oZ'Up 'ODN<4J LLnnp000,0,m 0 U z 0¢ w Z F rnP:=W2 i000_00Q a mama'', z�a d Q I I_ f O� 0 W N Uowp Ow Q V=If 1=- 0 z rn 0 O NF I Q <Z N z o w o Z 0 Q ^ N O 7 wCU ILd ¢aLda- teN 4; U Z z Q Q N OZ J O d pIn0 yQ L� m m Z O 0 00 O O \ U a Z 0 Q O� O ca -- Q Q Of Z h -q-O W Q M 3k •7 Q O O O N � :2N E:J s Ly C)m0 Qv �KOD �3 •� 3„29,00.1ON >} I- K 0- LZL, W :z W W p O^ (n FF< Z O (n Q 00 Q O v2^ m WW } �C, �U Z ti O I OfY .JY / yNJ Q OS IL W Zma F -K mI- W O I'a' I C O oa 3v 0Q _W Z W C O 0- ZW o No 3 � oa wr. oa U F- Z ' > O a0 rO N 7 Q4'O �O N c0 in np za0 N Np Wo ap n0 mn K 00-0 U;na z2 Z z rn 0 O NF I Q N z w o Z 0 Q ^ N O O O n N ILd ¢aLda- teN O Q Q N OZ J O d pIn0 yQ L� m m Z O In O O N 0 U a Z 0 Q O� O ca -- Q Q Of Z h -q-O W Q M 3k 0 O O O N � :2N E:J O O QO Ly C)m0 Qv �KOD fY O O W >} I- K 0- LZL, W :z W W p O^ (n FF< Z O (n Q 00 Q O O O m WW } �C, �U of O Z�O OfY .JY OO UNi W>r� OS F- V) W Zma F -K mI- W O I'a' I C O 3: Q W U O 0Q _W Z W C O JLLIOQ O o(D �(n U F- Z fY '-- I -C QO J Q4'O �O W J 0a J W d IY U� W LVL),O0 K 00-0 I W Q � ° U �°v a 0 I— °s> W C) v0 cn v m U tEv W °bE �o � > oa�� Of EoE (n �E EE a ti� o s a .h a.s 2y 3,Z4, ll.lON r,j ° S RHI Q K rnl 00 �. L49 0 w a ti� o s a .h a.s 2y 3,Z4, ll.lON r,j ° S RHI Q K rnl 00 �. , n I aY L181s 3 O S 0O z J O z N z m a h / o � (7• � W z' �s o / w Z V uj M J _ ° N �N N z / m 3NIl N0003S Z O Z. M s o 0 0 \ o F \V1 0 Q O N / S Qf m I ■ OF cn y z 3a � o 0 a 'T i 0 / 3' SV. /I y 3 �! / lav I 7 oI � I �.tg•ZF_. F I N Ia i I ijr • M I 3iI Y z 199 I s '34 •pb.tl.g,s ^ , I n3Mod I M's 3iQy yN r,j ° Q K rnl 00 �. , n I z W z J wig s2 a h z -o o W szw 0 _ ° N �N N Q N U_ W � ! F- (n _ �w 6Jz oz U 3w s nz nz � v o 3 W ° U ! MM oho y Q N ^O Mold D:f 2 p o o Ms U w � ll O 2 '£p' •Sp.p %N Ziv Not n Vr. 0 I z / O 0 1Y S�Ohfl ED ED (n z r,j ° Q K rnl , n I z ED ED (n z W 'h .1g9 . apo 2 •90 / 'tZ Yulrn ilr.rr. 1. W r somr M ter. r.. GKONOW WASOM "snow irrOW sommoo .rr .■r rr.r wrr swam i .....VIII r,j ° W rnl 3 i° N � W _ ° m N Q N U_ W � F- V) �w U 3 V! � v W ° U Q N D:f I p o i U w � ll W 'h .1g9 . apo 2 •90 / 'tZ Yulrn ilr.rr. 1. W r somr M ter. r.. GKONOW WASOM "snow irrOW sommoo .rr .■r rr.r wrr swam i .....VIII W 3 i° N oo rJ � 2 4 Q tv� h O F Q v °ma E ° >�o Z li you F F— > a W U w ?o„ wn z of z U E'" zo W o`E v v a� - N Eoa°� ? V) W 'h .1g9 . apo 2 •90 / 'tZ Yulrn ilr.rr. 1. W r somr M ter. r.. GKONOW WASOM "snow irrOW sommoo .rr .■r rr.r wrr swam i .....VIII 0 0 SN��31S j M N cd Ito CD w O F - w O D� I I tV C) z I w o N I I I I o 0 n e� I NLd NLU / Ey I3 I I Iz z 0 hly No.(.NB�S �. 4 �= I I I v NJ �~ 4 I N 00 00 z zss i ' N O Za W `" O • o m K rr \\ O co NK 00CDm I/ wwz Q �ZL,w ¢ _ W 6.r O� I 2a JF H �3a N 3z, (IV 4z z caro 3N C o O LO 0 3 �o I w w V) C) w N ._ •�, S t� a i w Ld v W Oro U CDN W Tv a z U V S �� CLO 81 E wOU �dE > N n •� ti a ! // Uww o w U) I - `EY Y M a �.8(� / / QC�d�UV,7 OR N z �U O / oo�Z n Q0 3 oa / / 3 w wVl �- w•c,� �� / oho YU) 'T C)/ / Noa�o d'�Ias O o a� / / N m H ?, O / \ �j o / /�►� W � a��Nz • Q Q i / F— o� vC z10, m��� o � o z 3�NSb • / / CO V� O N / ODo ZI�Z Q c �Mj c�6a 0rn M>c Q�3 L aLLJ o U GJ ,Op•Z a .N' �' C' m p MS s��o 00 /� �/ ��� q 0 0 O C9 :;7M c iy�Od 73 / " o o Y a- y " c :�