Loading...
HomeMy WebLinkAboutContract ' Award Date:_November_ 9, 2009 CAG-09-157 Awarded to: EC Company 3104 C St. NE, Suite 200 Auburn, WA 98001 (206) 436-6001 1 $94,519.31 �Y Bidding Requirements, City of Renton Forms, Contract Forms, Conditions of the Contract, Plans and Specifications Mum N� 1 1 City of Renton 1 Construction of: 2009 Pum p Station Electrical Upgrades PROJECT NO. WTR-27-3458 City of Renton 1055 South Grady Way Renton WA 98057 General Bid Information: 425-430-7200 Project Engineer: Project Manager: RH2 Engineering Tom Malphrus,P.E. 425-430-7313 Mark Miller,P.E. 425-951-5400 Printed on Recycled Paper t t t ec 3104 C St. NE, Suite 200 ' Auburn, WA. 98001 Emergency Contact Information 2009 Pump Station Electrical Upgrades: Bill Medchill—Proiect Manager Office: (206) 436-6001 Cell : (206) 595-6652 Home: (425)432- 6875 Robert Redick—On-Site Foreman Cell: (206) 450-2141 t t ' CERTIFIED COPY OF CORPORATE RESOLUTION I, Joel J. Scroggy, the duly qualified and elected Secretary of E C Company, do hereby certify that the following is a true and correct copy of a Resolution adopted by the Board of Directors by unanimous action of the Board: r `BE IT RESOLVED THAT each of the following employees of the Corporation is authorized,without the signature of others, to execute any and all contracts, proposals, change orders or other documents between the Corporation and the city of Renton, WA and any of its departments, including Bid Bonds, Payment Bonds or Performance Bonds between E C Company and the agency listed above. George H. Adams, President Joel J. Scroggy, Senior vice President, Chief Financial Officer, Secretary James A. Bock,Vice President William Medchill, Project Manager I further certify that said Resolution has not been rescinded or modified and that no provisions of the Articles of Incorporation or the bylaws of the Company limit the power of the Board of Directors to pass the above and foregoing Resolution." ' IN WITNESS WHEREOF,I hereunto set my hand and the Corporate Seal the 23rd day of November, 2009. Joe J. Scroggy, ecretary V4 ,t�� i , - m o cn �,:D m � CD..: o ' -I n D r•: r / D, l � oo = �' •; '�AA CJ-ch D N -I V '.O 0.Z: j < _ �.: TT • co m� o' N. W' i 00 � n O. CD CAD. y dQ CD: CD CD CD 77 A LU fD" O O" SD, CD �;. O A Ln 0 . ,, °C CO (D, �.; ml- rn ..A -rte_CD _ x rA o r, r W - o c� CD w p. 7 All- CD v i� ... . City of Renton—.Finance/fT Department, VENDOR SETUP FORM 1055 south Gr6dy.:Way-5`i"Floor Renton;WA.98D57 To tie filled"out by vendor ONLY ❑ New Vendor ❑ Reactivate:Vendor Addressthange. Vendor No: City of Renton Contact: 'City;of Renton Department:, To add your business to our vehdor file,please complete'ail sections of this.form and:return by fax(425.430.,69S7),or-U.S.mail. Website:www.rentonwa.eov Tax ID#:91-6001271 Rhone: 42S-4304919 or 42S-430-6930 E-mail: nwissbrod @rentonwa:Qov.(Natalie); ccommodo'rePretitonwa.Qov (Casaundra) Note Ot(electrbnk fund transfer)payments available Please vrsh our website for more information. • An incomplete form will create a'delay,ln our.:payment(s.)to you,-and your-payments)could be subject tothe RS required backup holding... E C Company Name,as it appears on check(NO ABBREVIATIONS) Doing Business As..{if different than name an check). P.,O. Box 10286 3';14.:`C St:., Ste: 200 Payment Address Business"Address Portland, OR 97296 Auburn, WA 98002 City state Zip , - City State. Zip 50.3 224-311 Laura or Traci . Phone Number•/Extension Accounts Receivable Contact {check the'appr"opriaW box) ®Corporation ❑Government=Agency ❑Individual/Soie`Proprietor ❑,Non-Profit ❑Partnership Will you:provide medical services to the City of Renton?;: ...... ........ ...... . ...... ...❑Yes No • Will You provide legal services to the City.of Rehton?...:.:: ;....: ...! ....:.i.. ................... ❑.Yes. ®No Will.You iprovide other,seryices•to the;City of Renton(other thah:medical'6(legal)?:..,. .......... yes ❑No Will yoii.:provide parts,supplies,or°materials.to the City ofRentom Yes, ❑No; Do you pay sales tax to the'State of Washington? ......... ...;.. ®Yes ❑No; • ®if exempt fromForm 10-99 reporting,an-d,c eck our qua!ify'm gexerrptloh rgason.lielouv: 1, Corporation,except there is no exemption for Medical and healthcare payments o'r'payrnehts for legai•services... ❑ 2: Tax Exempt Charity under-S-01(a),or-1.RA 3. The..United States or any of its agencies or instrumentalities ❑ 4. A state,the District of Columbia,a possession of the United States,or anyof their pollfical,subdivislons ❑ S: A foreign government or any of its political sub visions _ Name(Owner of-the Tax'Payer Identification Number(EIN orSSN)''as name appears on'IRS,of Social Security', Admini, ation.Records): E C Company A str, Social Security:Number `. orFederal'TIN 9 3_,Q,9 0 2 56"6 'Required:by City of Renton.Nliunicipbl Code,,,Business fieguJation State of Washington U.B.1.T: 'Renton Business license#i *5.15-1 Questions?.Contact"Business Licensing at 425-430 5851,or email 601107330 BL023866 Iweldo»rrvrentoriwa,gav Under penalties of:perjury,1 certify,that: 1. The number shown on this form is my correct taxpayer identification number{or I am waiting for a Humberto be issued to me)and,. 2: tarn not subject to backup withholding because: (a)I,am exempt from backup withholding,or(b)I have not been:notified by the Internal ;Revenue Service"(IRS)that I am subject to backup withholding as a resultof a,failure to report all interest or dividends,or{c)the IRS has notified me that I amno.ionger-I •ect to�backq withholding. ,Signature: t Date November 19, 2009 Printed Name: Kristin Robertson am a U.S.person(including a U.S.residentalien)i [n yes ❑No ' C:%Documrnts-and Seui ngs"mRg".rRENTO�ADeskl6p\Vend6t foMm.dx 07/29/20W 10.20.00 AM2/21/2002 �Y ♦ 2009 Pump Station Electrical Upgrades Project No. WTR-27-3458 i ADDENDUM NO. 1 TO THE PLANS AND SPECIFICATIONS Date of Issue: September 17, 2009 1 Date of Bid Opening: The date of bid opening is not changed by this addendum and shall remain as identified in the CALL FOR BIDS The Bid Documents for the above-named project are modified as described below. Bidders shall take this addendum into consideration when preparing and submitting their bids. Bidders shall acknowledge receipt of this addendum in the space provided below and submit it with their bids. Failure to do so may subject the bidder to disqualification. ITHE BID DOCUMENTS ARE MODIFED AS FOLLOWS: INSTRUCTIONS TO BIDDERS: ' A new paragraph,Paragraph 23,is added to the INSTRUCTIONS TO BIDDERS 23 A non-mandatory,pre-bid walkthrough of all three construction sites will be held on,Tuesday, September 22,2009. The walkthrough will begin at 10:00 AM at the Mt Olivet Booster Pump Station construction site which is located at 250 Bronson Way NE,Renton WA, 98056. The project engineer and project owner will be in attendance. The purpose of the meeting is to allow bidders to become familiar with construction sites. ALL OTHER REQUIREMENTS OF THE CONTRACT DOCUMENTS REMAIN IN EFFECT Page I of 2 City�f Renton Washington ' 2009 Pump Station Electrical Upgrades, WTR-27-3458 Addendum No. 1 September 17,2009 THE CITY OF RENTON Thomas Malphrus,P. E. City of Renton Received and acknowledged: (Addendum No. 1 to 2009 Pump Station Electrical Upgrades, WTR-27-3458) CONTRACTOR See S cue Ae- OF l t,;c-c.5 By Title Date ' Page 2 of 2 ♦ - ' 2009 Pump Station Electrical Upgrades Project No. WTR-27-3458 1 ADDENDUM NO. 2 TO THE PLANS AND SPECIFICATIONS Date of Issue: September 25, 2009 Date of Bid Opening: THE DATE OF THE BID OPENING HAS CHANGED TO: OCTOBER 22,2009 (see below) 1 The Bid Documents for the above-named project are modified as described below. Bidders shall take this addendum into consideration when preparing and submitting their bids. Bidders shall acknowledge receipt of this addendum in the space provided below and submit it with their bids. Failure to do so may subject the bidder to disqualification. 1 THE BID DOCUMENTS ARE MODIFED AS FOLLOWS: INSTRUCTIONS TO BIDDERS, Instruction No. 1: Replace the first paragraph with the following: Sealed bids for this proposal will be received until 2:30 p.m. Thursday, October 22, 2009, at the City Clerk's office, 7`h floor and will be opened and publicly read in conference room 511 on the 5`h floor, Renton City Hall, 1055 South Grady Way, Renton,WA 98057, for the 2009 Pump Station Electrical Upgrades Project. 1 Page 1 of 2 ' Ci ty Of Renton Washington • 2009 Pump Station Electrical Upgrades, WTR-27-3458 ' Addendum No. 2 September 25, 2009 y ' ALL OTHER REQUIREMENTS OF THE CONTRACT DOCUMENTS REMAIN IN EFFECT THE CITY OF RENTON Thomas Malphrus,P. E. City of Renton ' Received and acknowledged: (Addendum No. 2 to 2009 Pump Station Electrical Upgrades, WTR-27-3458) CONTRACTOR By SCC. �eJvke— ' Title Date Page 2 of 2 2009 Pump Station Electrical Upgrades Project No. WTR-27-3458 ADDENDUM NO. 3 TO THE PLANS AND SPECIFICATIONS Date of Issue: October 20, 2009 ' Date of Bid Opening: THE DATE OF THE BID OPENING IS NOT CHANGED BY THIS ADDENDUM AND SHALL REMAIN AS: OCTOBER 22, 2009 The Bid Documents for the above-named project are modified as described below. Bidders shall take this addendum into consideration when preparing and submitting their bids. Bidders shall acknowledge receipt of this addendum in the space provided below and submit it with id their . Failure e b s to do so may subject the bidder to disqualification. THE BID DOCUMENTS ARE MODIFED AS FOLLOWS: Technical Specifications 1. Division 1, Section 1.11 Project Description (a) Modify first sentence in this section as follows: SENTENCE CURRENTLY READS. ' The 2009 Pump Station Electrical Upgrade project consists of electrical work at three of the City's water facilities including: replacement of generator receptacle at Houser Way Booster Pump Station;replacement of generator receptacle and pad moutit t±a11sf;5i!rne ' at Well No-8;and replacement of pad-mount transformer at Mt. Olivet Reservoir and Pump Station. REVISE TO READ: Page 1 of 4 i City Of Renton,Washington 2009 Pump Station Electrical Upgrades,WTR-27-3458 ' Addendum No. 3 October 20,2009 The 2009 Pump Station Electrical Upgrade project consists of electrical work at three ' of the City's water facilities including: replacement of generator receptacle at Houser Way Booster Pump Station; replacement of generator receptacle at Well No.8; and replacement of pad-mount transformer at Mt. Olivet Reservoir and Pump Station. ' 2. Division 16, Section 16.26.3 Pad Mount Transformer (a) Modify first sentence in the Design Criteria section as follows. SENTENCE CURRENTLY READS. ' Provide two U.L. listed and labeled,DOE 2010 rated,pad mounted transformers,0)-Mt. Olivet ,with ratings as shown in this specification and that other wise conform to the following: ' REVISE TO READ. Provide one 750 KVA,U.L. listed and labeled,DOE 2010 rated,pad mounted transformer, at Mt. Olivet with rating as shown in this specification and that otherwise conform to the following: (b) Modify the last sentence of item number 11,under Part 2—Products, Manufactured ' Units section as follows: SENTENCE CURRENTLYREADS. Proposed transformers at Mt. Olivet and We4` e4 No. 8 do not require anti-condensation heaters. REVISE TO READ. The proposed transformer at Mt. Olivet does not require anti-condensation heaters. Plans 1. Cover Sheet of the Plans, Summary of Work, Below Well No. 8 ' Photo (a) Revise summary of work at Well No. 8 as follows: SUMMARY OF WORK CURRENTLYREADS.- REPLACE PAD TNIO TNT TRANSFORMER ATCL'(IDT,E e�PORTABLE GENERATOR ' RECEPTACLE. REVISE TO READ. i REPLACE PORTABLE GENERATOR RECEPTACLE. 2. Sheet 3 of the Plans (DWG No. E02), Well #8 Electrical Plan ' (a) Replacement of the existing 300 KVA pad-mount transformer is removed from the scope of this project. The existing pad-mount transformer shall remain. Callouts for proposed load break elbows and a proposed lightning arrestor are also removed from ' the scope of the project. All other work shown on this sheet including grounding and ' Page 2 of 4 t i f Renton, Washington City O o , 2009 Pump Station Electrical Upgrades,WTR-27-3458 Addendum No. 3 October 20, 2009 installation of new primary and secondary transformer conductors is still included as ' part of the scope of work and shall be completed as shown on DWG No. E02. Contractor shall disconnect and remove existing primary and secondary transformer conductors from existing transformer. Contractor shall install new primary and ' secondary transformer conductors as shown on DWG No. E02 and terminate proposed conductors at existing transformer. 3. Sheet 4 of the Plans (DWG No. E03), Sheet Notes (a) Revise note 2 as follows: ' NOTE NO. 2 CURRENTL Y READS: THIS FACILITY MAY BE TAKEN OUT OF SERVICE UNDER A POWER ' OUTAGE FOR A MAXIMUM PERIOD OF g HOURS. AFTER g HOURS THE STATION MUST BE MADE OPERATIONAL UNDER UTILITY POWER. IF A SECOND OUTAGE. REVISE TO READ. ' THIS FACILITY MAY BE TAKEN OUT OF SERVICE UNDER A POWER OUTAGE FOR A MAXIMUM PERIOD OF 96 HOURS. AFTER 96 HOURS THIS STATION MUST BE MADE OPERATIONAL UNDER UTILITY POWER. 1 ■ Clarifications / Answers to Miscellaneous Questions ■ Asked by Bidders Question 1: At Well No. 8, what is the distance from the transformer to the Well#8 Building? ' Answer 1: The distance from the transformer to the Well #8 building is approximately 8- feet. Question 2: At Well No.8, is the 15kv cable to be removed and replaced by the contractor? Answer 2: Yes at both the Well No. 8 and at Mt Olivet sites, the 15kv cables are to be removed and replaced by the contractor. Question 3: Is it your intent to limit the outage of the Mt Olivet Pump Station to 8 hours? It will take several days to remove the existing vault, replace the vault, terminate the 15kv cable, ' Hi Pot the cable, pull the existing 600 volt cable back into the vault and energize. Can the existing vault remain in its location? Can we splice the conductors and extend to new location? I ' Page 3 of 4 ' City Of Renton,Washington 2009 Pump Station Electrical Upgrades,WTR-27-3458 Addendum No. 3 October 20,2009 Answer 3: The plans have been revised to increase the power outage limit at the Mt Olivet site to 4 days (96 hours)to allow for more time to complete the work (see above). The proposed vault is to replace the existing vault in its current location as shown on the plans. Splicing of existing conductors shall not be allowed. Question 4: Are the transformers PCB free? Answer 4: Replacement of the transformer at the Well No. 8 site has been removed from the project(see above). Recent testing of the oil in the transformer at the Mt Olivet site found PCB at less than 1.0 mg/Kg. Results of the test are attached. Question 5: At Mt Olivet, are there service loops on the primary side of the transformer? Answer 5: The cables on the primary side of the transformer are to be replaced by the contractor as per the plans. The existing conduit can be used to where possible. Sections of the conduit damaged by the removal of the existing vault and installation of the new vault will need to be replaced. ALL OTHER REQUIREMENTS OF THE CONTRACT DOCUMENTS REMAIN IN EFFECT THE CITY OF RENTON omas Malphrus,P. E. City of Renton ' Received and acknowledged: (Addendum No. 3 to 2009 Pump Station Electrical Upgrades, WTR-27-3458) CONTRACTOR By Title ' Date ' Page 4 of 4 SPECTRA Laboratories —L 2221 Ross Way ® Tacoma,WA 98421 ® (253)272-4850 0 Fax(253)572-9538 0 www.spmtra-1ab.com 10/12/2009 P.O.#: 61088-1008 ' Project: Oil Client ID: SN-02J'507175 Western Electrical Services Sample Matrix: Oil ' 14311 29th St. E Date Sampled: 10/06/2009 Sumner, WA 98390 Date Received: 10/09/2009 Attn: Dan Hook Spectra Project: 2009100189 ' Spectra Number: 1 Rush Analyte Result Units Method PCB <1.0 mg/Kg SW846 8082A Surrogate Recovery Method ' Decachlorobiphenyl 89 SW8468082A SPECTRA LABORATORIES Steve Hibbs, Laboratory Manager Page 1 of 2 a6/jib i Ci ty of Renton ■ BID PROPOSAL, CONTRACT DOCUMENTS, AND SPECIFICATIONS FOR: ■ ■ 2009 Pum p Station Electrical Upgrades t Renton Project No. WTR-27-3458 RH2 Project No. 108. 109.01. 101 Summer 2009 Volume 1 of 2 1 THE CONTENT OF THIS DOCUMENT,AS A MEANS OF PROFESSIONAL SERVICE,IS PROTECTED BY 17 U.S.C.§101,ET SEQ.AS SUCH,IT SHALL NOT BE USED,IN WI DOLE OR IN PART,FOR ANY OTHER PROJECT OR PURPOSE WITHOUT WRITTEN AUTHORIZATION FROM RI-12 ENGINEERING.Q 2009 RI-12 ENGINEERING,INC. L Al �a�A IL S 22780 38613 le I CITY OF RENTON WTR-27-3458 2009 Pump Station Electrical Upgrades CONTRACT DOCUMENT TABLE OF CONTENTS ' Summary of Fair Practices Policy Summary of Americans with Disability Act Policy Scope of Work Vicinity Maps Instructions to Bidders Call for Bids *Proposal&Combined Affidavits & Certification Form: Non-Collusion Anti-Trust Claims Minimum Wage Form *Bid Bond Form *L&I Certificate of Registration *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(Divisions 1 & 9 only) Special Provisions Technical Specifications Standard Details—Available on City of Renton web site at: http://rentonwa.gov/business/default.aspx?ld=1020 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 pen-nit. 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 ❖ Submit at Notice of Award CITY OF RENTON Public Works Department 1055 South Grady Way ' Renton, Washington 98057 ' Tab]eOfContents, ' CITY OF RENTON SUMMARY OF FAIR PRACTICES POLICY ADOPTED BY RESOLUTION NO. 3229 It is the policy of the City of Renton to promote and provide equal treatment and service to all citizens and to ensure equal employment opportunity to all persons without regard to race, color, national origin, ' ethnic background, gender, marital status, religion, age or disability, when the City of Renton can reasonably accommodate the disability, of employees and applicants for employment and fair, non- discriminatory treatment to all citizens. All departments of the City of Renton shall adhere to the following guidelines: (1) EMPLOYMENT PRACTICES - The City of Renton will ensure all employment related activities included recruitment, selection, promotion, demotion, training, retention and separation are conducted in a manner which is based on job-related criteria which does not discriminate against women, minorities and other protected classes. Human resources decisions will be in accordance with individual performance, staffing requirements, governing civil service rules, and labor contract agreements. (2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton will cooperate fully with all organizations and commissions organized to promote fair practices and equal opportunity in employment. (3) AFFIRMATIVE ACTION PLAN - The City of Renton Affirmative Action Plan and Equal Employment Program will be maintained and administered to facilitate equitable representation with the City work force and to assure equal employment opportunity to all. It shall be the responsibility of elected officials, the Mayor, the Affirmative Action Officer, department administrators,managers, supervisors, Contract Compliance Officers and all employees to carry out the policies, guidelines and corrective measures set forth in the Affirmative Action Plan and Equal Employment Program. (4) CONTRACTORS' OBLIGATIONS - Contractors, sub-contractors, consultants and 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. CITY OF RENTON: RENTON CITY COUNCIL: N(ayor Council President Attest: City Clerl SumOfFairPractices\ ' CITY OF RENTON SUA&VARY OFAMERICANS WITH DISABILITIESACT POLICY ADOPTED BYRESOLUTIONNO. 3007 The policy of the City of Renton is to promote and afford equal treatment and service to all citizens and to assure 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 Iocal laws. All departments of the City of Renton shall adhere to the following guidelines: (1) EMPLOYMENT PRACTICES - All activities relating to employment such as recruitment, selection,promotion,termination and training shall be conducted in a non- discriminatory manner. Personnel decisions will be based on individual performance, staffing requirements, and in accordance with the Americans With Disabilities Act and other applicable laws and regulations. (2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton will cooperate fully with all organisations and commissions organized to promote fair practices and equal opportunity for persons with disabilities m employment and receipt of City services,activities and programs. (3) AMERICANS WITH DISABILITIES ACT POLICY-The City of Renton Americans With Disabilities Act Policy will be maintained to facilitate equitable representation within the City work force and to assure equal employment opportunity and equal access to City services, activities and.programs to all people with disabilities. It shall be the responsibility and the duty of all City officials and employees to carry out the policies and guidelines as set forth in this policy j (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 i 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 RENTON CITY COUNCIL: el�" - Mayor uncil President . Attest: i City Clerk 1 CITY OF RENTON WTR-27-3458 2009 Pump Station Electrical Upgrades 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: Replacement of the generator receptacle at Houser Way Booster Pump Station; replacement of the generator receptacle and the pad-mount transformer at Well No. 8, and replacement of the pad-mount transformer at Mt. Olivet Booster Pump Station. i 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 one hundred (100) working days will be allowed for the completion of this project. i 1 1 1 G9 �u w �. W D> W CCS ' a w n za v --7Z: ou 4-4 ...i k .H Q y N O cc + ' w � 47 I an o� 4-4 � M 4 r � MMO Q � +�9k ~ L L - [J El 'r Tflfii 0 N t aato [=2j UEI i � � 00 rj INSTRUCTIONS TO BIDDERS 1. Sealed bids for this proposal will be received by the City of Renton at the office of the Renton City Clerk, Renton City Hall,until the time and date specified in the Call for Bids. At this time the bids will be publicly opened and read, after which the bids will be considered and the award made as early as practicable. No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall be submitted on the forms attached hereto. 2 Any omissions, discrepancies or need for interpretation should be brought, in writing, to the attention of the Project Engineer. Written addenda to clarify questions that arise may then be issued. 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. 5. The bid price for any item must include the performance of all work necessary for completion of that 1 item as described in the specifications. 6. The bid price shall be stated in terms of the units indicated and as to a total amount. In the event of errors, the unit price bid will govern. Illegible figures will invalidate the bid. 7. The right is reserved to reject any and/or all bids and to waive informalities if it is deemed advantageous to the City to do so. 8. A certified check or satisfactory bid bond made payable without reservation to the Director of Finance of the City of Renton in an amount not less than 5% of the total amount of the bid shall accompany each bid proposal. Checks will be returned to unsuccessful bidders immediately following the decision as to award of contract. The check of the successful bidder will be returned provided he enters into a contract and furnishes a satisfactory performance bond covering the full amount of the work within ten days after receipt of notice of intention to award contract. Should he fail, or refuse to do so, the check shall be forfeited to the City of Renton as liquidated damage for such failure. 9. All bids must be self-explanatory. No opportunity will be offered for oral explanation except as the City may request further information on particular points. 10. The bidder shall, upon request, furnish information to the City as to his financial and practical ability to satisfactorily perform the work. 11. Payment for this work will be made in Cash Warrants. 12. The contractor shall obtain such construction insurance (e.g. fire and extended coverage, worker's compensation, public liability, and property damage as indicated on forms enclosed under Attachment A herein and as identified within Specification Section 1-07.18. Revised:04/06 bh 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 In accordance with Revised Code of Washington Chapters 39.12 and 49.28 as amended or supplemented herein, there shall be paid to all laborers, workmen or mechanics employed on this contract the prevailing rate of wage for an hour's work in the same trade or occupation in the area of work regardless of any contractual relationship which may exist, or be alleged to exist, between the CONTRACTOR and any laborers, workmen,mechanics or subconsultants. The most recent issue of the prevailing wage rates are included within these specifications under section titled "Prevailing Minimum Hourly Wage Rates". The Contractor is Responsible for obtaining updated issues of the prevailing wage rate forms as they become available during the duration of the contract. The wage rates shall be included as part of any subcontracts the Contractor may enter into for work on this project. 19. 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. Revised:04/06 bh 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 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 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) ❑ Have you reviewed the Prevailing Wage Requirements? ❑ Have you certified receipt of addenda, if any? iRevised:04/06 bh i CAG-09-157 RECF1VCD ' CITY OF RENTON S F' ® � 2009 CALL FOR BIDS crT i OTIL�TGy P -N s WTR-27-3458, 2009 Pump Station Electrical Upgrades iSealed bids will be received until 2:30 p.m. Tuesday, September 29, 2009, at the City Clerk's office, 7"' floor and will be opened and publicly read in conference room 511 on the 5"' floor, Renton City ' Hall, 1055 South Grady Way, Renton WA 98057, for the 2009 Pump Station Electrical Upgrades Proj ect. The work to be performed within one-hundred (100) working days from the date of commencement iunder this contract shall include,but not be limited to: ' Replacement of generator receptacle at Houser Way Booster Pump Station; replacement of generator receptacle and pad-mount transformer at Well No. 8; and replacement of pad-mount transformer at Mt Olivet Booster Pump Station. iThe City reserves the right to reject any and/or all bids and to waive any and/or all informalities. ' Bid documents will be available September 9, 2009. Plans, specifications, addenda, and plan holders 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.") Questions about the project shall be addressed to , Tom Malphrus, City of Renton, Department of ' Public Works, 1055 S Grady Way,Fifth Floor,Renton,WA, 98057,phone(425)430-7313, fax(425) 430-7241. i A certified check or bid bond in the amount of five percent (5%) of the total of each bid must accompany each bid. iThe City's Fair Practices,Non-Discrimination, and Americans with Disability Act Policies shall apply. ' &It,,�- J Bonnie I. Walton, City Clerk ' Published: Daily Journal of Commerce September 9, 2009 ' Daily Journal of Commerce September 16,2009 CafforBids\ ' CITY OF RENTON WTR-27 34:58 ' 20091?unp;,Station Electrical Upgrades Proposal & Combined Affidavits&Certification Form TO THE CITY OF RENTON tRENTQN,WASHINUPON Ladies and/or::Gentlemen:: The uniiersigned hereby certify that the brdderhas;exammed;the site ofthe-proposed work<:and,,avezead..and thoroughly understand -the plans,; specificaUans and contract governing the work embraced .in this tnprovement.AW the inethod1:by which payment will be trade for said work;and hereby propose-;to undertake: ' and complete the work embraced.iii this improvement;of as much the"reof as can be`cornpleted with the money available, in,'accordance with the said;°plans;'"spectficattons:and contract and the--followtr g schedule of`rates and prices: , (Note Unit pnces for all item§,,all;extehsions,_and=total, amount of bid should lie-shown. Show unit prices both ' m writing and to figures:); 'I he iinderstgned certifies and:agrees;to the following provisions: NON-COLLi1SION AFFIDAVIT' t Being`duly"sworn,deposes and says;.that hd,is the:identical person who submitted the foregotngsproposal or bid;artd that such Aims genuine.and not sham or.collusive or made in the "interest ar on behalf of.'auyl enon. riot therein named,and:further,that the deponent he`s not directly inclueed or;solicited atiy°other Binder on"fife° ' foregoi»g workor equipmcnt;to puvin_,a s h a iI d,or-any other persc n or coipotation to re Frain front bidding, and that deponent'lies not in atiy llusibh to secure to himself or,to any other person any advantage over other Bidder orBidders CERTIFICATION RE ASSTGTOF ANTI-TRUST CLAIMS-T'O PURCHASER Vendor and purchaser recognise that in actual economic p actice overcharges.resulting from-anti-trust violations are in"fact usually borne by the-purchaser: 7 refo"re,vendor hereby assigns tb purchaser any and all claims for such over-charges as to�,goodts and materials purchased in connection ninth th swder:or contract; except as to overcharges resulting firorn anti-trust violations:commencing after the date.of the bid; quotation; or.other event.establishing'the price finder this,order of.eontraat. Iii addition, vendor .warrants and represents . ' that such of his suppliers and subcontractors shall assign any and all such claims%topurchaser,subject to the aforementioned exception. MINIMUM WAGE.AFFIDAViT,:FORM Page u Proposal&-Combined Affidavits&certification Form Provided to.Builders Exchange of WA, Ind.,Forusage Conditions,Agreement see wwwbxwa.com-Always Verify Scale I,the undersigned,having been duly'sworn,deposed;say and certify th viti connea on"with the performance: of the work of this project;l will pay each ciassiftcation oP laborer, workman, or rnecbamc"employed in the performance of such work; not less than. the prevailing rate of wage or-hot'less than: the"minimum rate of ' wages as specified yin the principal contract;that I-have read the above and foregoing statement and certificate, know the contents thereof and'the sulistance.as set fartli.therein is:true tormy knowledge artd belief. ' ,FOR: PROPQSA:L, NON COLLUSION AFFIDAVIT"'ASSIGNMENT°OF ANTI-TRUST CLAEMS TO PU.RCI3ASE,R',AND M:INIMU:M WAGE AFFIDAVIT E C Company Name of Bidder's Firm, ' Printed`Name. James A Back SVP,. c_Company . Address .,_121 NW Thurman, Portland, Or 97210 Names;of Members of Partnership: t OR IvFamc of Pt'esident of Gorporst�oii ' George_H Adams ;Name:of Secretary vfCorporation ' Joel J Scrogg_y. Corporation Organized under the laws of Oregon With Main Office`it3 State of Washington at ' 3104 C :St:....NE, Ste. 200. Subscribed and sworn to before me on:this 20th :day'f'Ac.tober _,20:09. ' OFFICIAL SEAL KRISTIN A ROBERTSON Notary"Public to and for the.State of V7"JJIW Oregon NOTARY PUBLIC.-OREGON - COMMISSION NO.409883 Notary(Print)' r Kistin A Robertson MY COMMISSION EXPIRES OCTOBER 21,2010 My appointment expires: 10/21/2010 1 Page 15. Provided to Builders.Exchange of WA; Inc. For usage Conditions Agreement see wwwaxwa come-Always Verify Scale ' BID BOND FORM Herewith find deposit in the form of a certified check, cashier's check, cash, or id bond in the ' amount of S 5% of amount bid which amount is not less than five rcent f t e otal bid. ' Sign , re Know All Men by These Presents: That we E C COMPANY as Principal, and �rravelers C sua X an Surety as Surety; are held and firmly bound unto the City of Renton; ' as Obligee, in the penal sum of FIVE PERCENT OF TOTAL BID (5%) Dollars, for the payment of which the Principal and the.Surety bind themselves, their heirs,executors,administrators; successors and assigns,jointly and severally,by these presents. ' The condition of this obligation is such that if the Obligee shall make any award to the Principal for, 2009 Pump Station Electrical Upgrades, WTR-27-3458, according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter into a contract with the ' Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure to do so, pay and forfeit to the Obligee the penal amount of the deposit specified in the call for bids; then this obligation shall be null and void; otherwise it shall be and ' remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee,as penalty and liquidated damages,the amount of this bond. SIGNED;SEALED AND DA'Z'ED THIS 22nd DAY OF October _ 2009 B 1?rinci ' TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA Surety /�� �/ � By: /�/ 57�� y ' Received return of deposit in the sum of$ Lyne e G. Harris, Attorney—in—fact Bid[londforim t age 16 Bid Bond Form rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER POWER OF ATTORNEY TRAVELERSJ� Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company Attorney-In Fact No. 218850 Certificate No. 003120553 KNOW ALL MEN BY THESE PRESENTS:That St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company and St.Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota,that Farmington Casualty Company,Travelers Casualty and Surety Company,and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut,that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland,that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa,and that Fidelity and Guaranty Insurance Underwriters,Inc.,is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the"Companies"),and that the Companies do hereby make,constitute and appoint Lynette G.Harris,and Kristin Renee Barsch of the City of Portland State of Oregon their true and lawful Attome s-m-Fact, YO � each in their separate capacity if more than one is named above,to sign,execute,seal and acknowledge any and all bonds,recognizances,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted In any-actions or.,proceedings allowed by law. n � 10th LUU IN WITNES$WHEREOF,the Compxv bbhave caused this instrument to be signed and their corporate seals to be hereto affixed,this day of U y IJyy wyo ,r Farmington Casualty Corlipany ° , St.Paul Mercury Insurance Company Fidelity and Guaranty`;Insurance"Company, Travelers Casualty and Surety Company Fidelity and Guaranty'Insueance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company OI.Sf!•A � -F1RE 6 # C;E O 42 y s�y►O•1 y P 9 PE�.�C8+�2 Ir ti)N(-a�L=2(O 1 �I1!.'y 9p�7.*7 tt•� aC1I 9PO5RA1 T ED y C a'2 s�.-c 4`c'E_,°yyoP�r.m ot F&E a�F,'��➢�ti-m i I $�1 1Z'o fQ 4F:°rJ:. .L. NYS,a1, t 8' r9�6 tm '0 S s v? A!N State of Connecticut By: City of Hartford ss. /Georgqg Thompson, enior ice President 10th July 2009 On this the day of ,before me personally appeared George W.Thompson,who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,and that he,as such,being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. C•TET I R.) n Witness Whereof,I hereunto set my hand and official seal. My Commission expires the 30th day of June,2011. At/B�t� * Marie C.Tetreault,Notary Public 58440-4-09 Printed in U.S.A. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,which resolutions are now in full force and effect,reading as follows: RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED,that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary;or(b)duly executed(under seal,if required)by one or more Attomeys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED,that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President,any Vice President, any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. 1,Kori M.Johanson,the undersigned,Assistant Secretary,of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United-,States Fidelity,and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Compan es;`whrch-is infull force, effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and' ixed the seals of s_aid,Comanies this 2 ND day of October 20 09. Kori M.Johans Assistant Secretary °�SUA �'y,+t•F•. F\RE 6 l �N INf .N5 tFY qN !u°i'•..._Uayy .�,s 4�a 080 ,� •� � Y � 1982'O � 191! H�PORAttp m� �? �, fim l�W i00RPORATf:.Pz xma �1 n- a HARTFORD, < NAfi1f6R0.J a G t 195 F J'•SEAGioj �i of �b�cn'Naa b�' yas c° �d'�•........atf SBAL; y• 1• i �nmmmNrnE lS ANi 15........�A b1 Aa< • V+ Ap'1 To verify the authenticity of this Power of Attorney,call 1-800-421-3880 or contact us at www.travelersbond.com.Please refer to the Attorney-In-Fact number,the above-named individuals and the details of the bond to which the power is attached. I WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER II ' Department of-L=abor and ti6stdes Certificate of Registration ' Name on Re istrat ori:: E c •cotnpdny, _ Registration-Number ECCOM**14 8BA_ Expiration:Date: 06/30/2.010 Note:.A copy of Oic-,j=rtifeate will be regiaested'as part of,coiitract ex;ecut on wlien project is ' awarded. = Page.:17 Department of;Labor.and Industries Certificate of Registration Provided to Builders EXChange of WA, Inc. Fovusage Conditions-Agreement see www.lixwa:com'—Always Verify Scale Y f r t 4 $ j - IM 1731 fn s` Fes\ Y 0 C�. yh � . d � ro tL�J4zt-� t rnCb � 'LV1.J11 ;•,rout' _ rj a � A . i NIX � s s � i coy x Ua At f t � Y F { f 3 S Y y � kV 53 f 0 2009 Pump Station Electrical Upgrades WTR-27-3458 City of Renton Schedule of Prices Item Description Unit Quantity Total Price S 1. Mobilization,Demobilization,Site LS 1 Preparation and Clean-Up at Houser Way BPS: Price in Words 2. Electrical at Houser Way BPS: LS 1 am Aat Sa n d ofe 44.�(�re� o Price in Words $ 3. Mobilization,Demobilization,Site LS 1 Preparation and Clean-Up at Well No. 8: ,loo ACU56.,41 Cv hukdred $ 02 Price in Words 8 4. Electr cal at Well No. 8: LS 1 Price in Words e� ��fr ) $ 17 5. Mobilization,Demobilization, Site LS 1 Preparation and Clean-Up at Mt Olivet Pump Station and Reservoir: 7L-ce 7L5&J 4>e 4�r Price in Words 'age 18 Schedule of Prices Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale 2009 Pump Station Electrical Upgrades WTR-27-3458 1 City of Renton Schedule of Prices 6. Electrical at Mt Olivet Pump Station and LS 1 Reservoir: Price in Words -1-4�rFy nJ✓1e [ 7. As-Builts LS 1 Price in Words $ Sub Total(All Bid Items) $ 76 �312 9.5% Sales Tax $ 7 f i $, Total Bid Amount(including sales tax) $ 1 1 1 1 1 1 lage 19 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale SUBCONTRACTOR LIST RCW 39.30-060 requires that for all public works contracts exceeding $1,000,000 that the bidder submit the ' names of all heating, ventilation and air conditioning, and plumbing subcontractors as described in chapter 18.106 RCW, and electrical subcontractors as described in chapter 19.28 RCW (this also includes the control system integrator subcontractor as well as other electrical subcontractors). ' If the subcontractors names are not submitted with the bid, or within one (1) hour after the published bid submittal time OR if two or more subcontractors are named to perform the same work, then the bid shall be considered nonresponsive and,therefore,void. ' Complete the following: If. awarded the contract, („yn,12c,,tSe will contract with the following ' subcontractors for the performance of heating, ventil ion and air conditioning, plumbing, and electrical (including automatic controls)work: ' Bid Item(s) Subcontractor Name Address Phone No. State Contractor's License No. ' Bid Item(s) ' Subcontractor Name Address ' Phone No. State Contractor's License No. Bid Item(s) ' Subcontractor Name Address ' Phone No. State Contractor's License No. I . ' lgnature of Authorized Representative of Bidder c� /-� Subscribed and sworn to be before me on this day of lJ,-,� , 200`� _. , Notary Public in and for 0,� the State of Washington _W O_ Notary(Print) 2�� Residing at y Q�"N j �$��pS/V+►`S'�P! �'4�rF pp j1P5.�` My appointment expires: A h,file sys;wtr-drinking water utility';wtr-27-water project files,Avir-27-3458-replace tran,,f ormers`biddocuments'subcontractorlist.doc Revised 9,'2006 Ige 20 Subcontractor List Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale 0 1 BOND TO THE CITY OF RENTON Bond No. 105324161 KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned E C COMPANY TRAVELERS CASUALTY AND SURETY O as principal, and COMPANY OF AMERICA corporation organized and existing under the laws of the State of Connecticut 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 $94,519.31 for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or person representatives,as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washington., the Ordinance of the City of Renton. Dated at , Washington, this 19th day of November ,2009_. Nevertheless,the conditions of the above obligation are such that: WHEREAS, under and pursuant to Public Works Construction Contract CAG-09-157 providing for construction of WTR-27-3458, 2009 Prune Station Electrical Upgrades the principal 1 is required to furnish a bond for the faithful performance of the contract; and ' WHEREAS, the principal has accepted, or is about to accept, the contract, and undertake to perform the work therein provided.for in the manner and within the time set forth; NOW, THEREFORE, if the principal shall faithfully perform all of the provisions of said contract in P 1 yp P t the manner and within the time therein set forth, or within such extensions of time as may be granted under said contract, and shall pay all laborers, mechanics, subcontractors and materialmen, and all persons who shall supply said principal or subcontractors with provisions and supplies for the carrying on of said work, and shall hold said City of Renton harmless from any loss or damage ' occasioned to any person or property by reason of any carelessness or negligence on the part of said principal, or any subcontractor in the performance of said work, and shall indemnify and hold the City of Renton harmless from any damage or expense by reason of failure of performance as specified in ' the contract or from defects appearing or developing in the material or workmanship provided or performed under the contract within a period of one year after its acceptance thereof by the City of Renton, then and in that event this obligation shall be void; but otherwise it shall be and remain in full ' force and effect. ' E C COMPANY TRAVELERS CASUALTY AND SURETY COMPANY Principal Surety �p OF AMERICA By ✓Jz%�u�,J Si ature Signatur ynette G. Harris SyAttorney-in-fact tTitle V Title WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER POWER OF ATTORNEY TRAVELERSJ� Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company Attorney-In Fact No. 218850 Certificate No. O O 312 0 5 1 6 KNOW ALL MEN BY THESE PRESENTS:That St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company and St.Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota,that Farmington Casualty Company,Travelers Casualty and Surety Company,and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut,that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland,that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa,and that Fidelity and Guaranty Insurance Underwriters,Inc.,is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the"Companies"),and that the Companies do hereby make,constitute and appoint Lynette G.Harris,and Kristin Renee Barsch of the City of Portland State of Oregon their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above,to sign,execute,seal and acknowledge any and all bonds,recognizances,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any;bons or•,proceedings allowed by law. _, 10th IN WITN S WHEREOF the Com have caused this instrument to be st ned-and thetr.co orate seals to be hereto affixed this E S the , day of July pLU�� e F, rP b Farmington Casualty Company" i ' St.Paul Mercury Insurance Company Fidelity and Guaranty!,Insurance'Company Travelers Casualty and Surety Company Fidelity and Guaranty'Insural ce Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company ®r *cN flq� . .f ��• pp 7 tjP........ s��!f � �i$ PI�PORAtED �J O A)(-, 4' pPORAT:C8 2 0 .1.91!; 1951 r a �/J Ltip ,� NNE fs ar 1 4yj ANt State of Connecticut By: City of Hartford ss. Georg Thompson, enior ice President 10th July 2009 On this the day of before me personally appeared George W.Thompson,who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,and that he,as such,being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. ®r=In Witness Whereof,I hereunto set my hand and official seal. PIN� �My Commission expires the 30th day of June,2011. Marie C.Tetreault,Notary Public 58440-4-09 Printed in U.S.A. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER L WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,which resolutions are now in full force and effect,reading as follows: RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED,that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary;or(b)duly executed(under seal,if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED,that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President,any Vice President, any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I,Kori M.Johanson,the undersigned,Assistant Secretary,of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United' Fidelity'•and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Compari_es;which-is in"Aulf force and effect and has not been revoked. AIN IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the-seals of said;Co panies this 19th day of November 2009 . Kori M.Johans Assistant Secretary G�SU,�� Qys••• 1PE 4 tTµ..�NSG . .1NSUq JP�tY ANp �IW ETY Y"vJ c�UOV'Fpgl 1` CYy'.e�wa>� �r�c. QO:' •.9 JP,...........9,1,`, 05 •`�11 F' ,�o w C 9� rtpX PORATF�y Pte:'RPORAT'�'t^t 195 � � SE Al.ios t,; b � � •y o' ��.• f SSAL,.'3 m o To verify the authenticity of this Power of Attorney,call 1-800-421-3880 or contact us at www.travelersbond.com.Please refer to the Attorney-In-Fact number,the above-named individuals and the details of the bond to which the power is attached. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER ' CITY OF RENTON S. FAIR PRACTICES POLICY AFFIDAVIT OF COMPLIANCE L,5�<Y\yl C_4N� hereby confirms and declares that ' {Name of contractor/subcontractor/consult I. It is the policy of E L COmy to offer equal (Name of contractor/subcontrac or/consult nt) opportunity to all qualified employees and a P p licants for employment without regard and to the race,creed,color,sex,national origin,age,disability or veteran status. IL. _ �kyy\ complies with all applicable (Name of contractor/subcontractor/consul nt federal,state and local laws governing non-discrimination in employment. III. When applicable, �� L ( Z nAq r,_A,� will seek out and (Name of contractor/subcontractor/c nsultan negotiate with minority and women contractors for the award of subcontracts. ' Print Agent/Representative's Name Print Agent/Representative's Title ' r Ag nt/Representative's Signature 1 Date Signed ' HAFile Svs\\V'rR-Drinking Water U ilit)AWTR-27-water Project Files\\VTR-27-3458-Replace Transformers\BidDocuments`,FiirPracticesAffidav it.doc\ CONTRACTS OTHER THAN FEDERAL-AID FHWA THIS AGREEMENT, made and entered into this day oed,?� 12010,by and between THE CITY OF RENTON, Washington, a municipal o ration of the State of Washington, hereinafter referred to as "CITY" and C hereinafter referred to as "CONTRACTOR." WITNESSETH: ' 1) The Contractor shall within the time stipulated, (to-wit: within 1.00 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. WTR-27-3458) for improvement by construction and installation o£ 2009 Pump Station Electrical Upgrades ' Work as described in"Scope of Work" attached hereto. 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 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'spec:i-fied in this Contract, or any extension in writing thereof, or fails to complete said wofk with such time, or if the Contractor shall be adjudged a banknipt,-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 ' inso.lvency, 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 liis 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 terrriinate:in every respect. InAbe 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 o'r by any other method. if may deem advisable,for the accourit.: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,I equipment, plants and other properties belonging to the Contractor as :may be: on site. the project and.useful 1 therein. 4) The foregoing provisions are in addition.to and. not in"limitation of any other rights, or: remedies available to the City., 5) Contractor agrees and covenants to Bold and save the Crty; its officers, agents;. representatives,and employees harmless and to promptly indemnrfysame from andaganst ' any-and all claims, actions, damages; liability of every type and nature including al.l costs and legal expenses induit d by reason of any>woik.arrsi ig,under or:rn..connection with the. Contract to be performed.hereunder, including-loss offlife,,gersonal,inj:ury:and%or'damage to ' property arising from or out of any occurrence,;,omission or activity upon,-.6h or about the premises worked upon or: any relating,to this Contract. This hold harmless and indemnification provision shall likewise apply for of On. account of :any patented or unpatenfed invention, process,article or appliance jaixifacture'dfor use in.the perfoilnance. of the Contract, including.its use by the:City, unless otherwise specifically provided form. this Contract. ' Th6'Contractor agrees to name the City as all additional' insured -oil 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 Co itiac_tor 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 Wrtti.such htrgation, 1 irtheriiiore, Contractor agrees to pay all costs,expenses and reasonable.attorney's fees that may be incurredor;paid by City in the enforcement of any-of the covenants,provisions.and agreements hereunder. ' Nothing herein shall require the Contractor to 4ndernni.f the City against and hoUhar-mless Y Y g the City, from claims, demands or suits based solely:i:rpon the conduct of the City, its Officers or employees and provided further'that if'clairiis or suits are caused by or- result from the concurrent negligence of(a)the Contractor's agents or employees and (b)the City, ' 2 its agents, officers and employees, and,involves those actions covered by RE 424.115, this indemnity provision with respect to claims or suits :based upon such concu►Tent ' negligence shall be valid and enforceable only to the.extent of'the Contractor's negligence: or the.negligence of the Contractor's agents or;employc;es. ' Should a court'of competent jurisdiction detpi-mme;that this agreemen.t is subject to RCW 4.24.115,then, in the event of liability for damages arising out.of bodily:injuryto_persons or damages to property caused by or:resulting from the concurrent:negligence of the contractor ' and the city, its .officers, official"s, e nployees 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, solcly ' for the purposes of this indemnification; This waiver has been mutually negotiated by the. parties. The provisions of"this section shall:su vive the,expiration.or termination of this agreement. ' 6) Any notice from:one party to the.otlier party under the Coritra.ct shall:be:in writing and.shall be dated and: igned by the.party giving-such�norice or,by its duly authorized representative. of.sueh,party. Any such.notice a's heretofore specified,shall be given by personal delivery ' thereof.or by depositing same; in the United :States::mail, postage prepaid, .certified- or registered mail. ' 7) The Contractor shall commence.per formance of A.he Contract no.la.ter than 10 calendar.days after Contract final execution, and shall complete the full performance of:the Contract.not later Phan 00 working days front the.dat,e of.conimenceirient. 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 1-0'8.9 of Standard.Specifications as liquidated damages,(and not as.:a.penalty) for each such da.y; which shall be paid by the`Coritractor to'the,City;. ' 8) Neither the .final certificate of payment not any provision in the Contract nor partial or entire use:.of zany installation provided for by this Contract shall relieve the Contractor.of ' liability in respect:to any warranties-or responsibility for faulty materials or workmanship.. The Contractor shall be under the duty to remedy any defects in the workand pay for any damage to other work resulting therefrom which.shall appear within the period of one (1) year.froin the date of final acceptance of'the work, unless a longer period is specified. The ' City will gave notice of observed.defects as heretofore specified`with reasonable promptness after discovery:thereof, and Contractor shall lie obligated Ao take imnie:diate steps to correct and remedy any such defect, fault or'breach at the.sole-cost.and expense.ofContractor., Defective or Unauthorized Work. The City,reserves its rrglit°to withhold paynieit: from Contractor for any defective or unauthorized work. Defective or -unauthorized work lim n: ' inellides, without itatio work and materials that do not conform to the re.quirem6hts of. this Agreem'-t;and extra work arid materials fiimished without;tlie City's written approval. if'Contractor.is unable, for any reason, to satisfactorily complete any portion of the,work, the City may..c.omplete they work by contract or other wise,.acid 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 attoi7 ey fees, inci rie0 by the Cit . y beyond rile maximum Contract price specified above. The Cify further reserves its right io.deduct the cost to complete Ahe Contract work, including any Additional Costs, from any and all amounts_due or to become due the Contractor-. t 3 'the agrees the above one year limitation shall not exclude or diminish the City's rights under any law to ob m tain daages 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 4.16.0.40 limiting actions upon.a contract,in writing, or liability expressed or implied arising out of a written agreement: Final Payment Waiver ofClaims. THE CONTRACTOR'S ACCEPTANCE OF FINAL PAYMENT (EXCLUDING WITHHELD RETAINAGE) SHALL CONSTITUTE A WAIVER OF CONTRACTOR'S CLAIMS, EXCEPT TI3;OSE PREVIOUSLY AND ' PROPERLY MADE AND IDENTIFIED BY CONTRACTOR AS UNSF'I"TLED.AT`T.HE 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 maybe requested by,the City from time to ' time 10) The Contractor shall funtisll a surety bornd,Or bonds as security;for tlie.;faithfiil 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,Contractprice:as specified in Paragraph 12.. The surety:or sureties on.sueh bond or'bonds must:be duly,licensed as a:surety iii the ' State of Washington. Ll). The:Contractor shall verify, when submitting first payment invoice and.-annually thereafter, ' possession ofa current City of Renton business license while coriducting work-for the City: The Contractor shall require,and provide verification upon request, that all subcontractors participating in a City project possess a current City of Renton bus.:iness license. The Contractor shall provide,, and obtain City approval .of, a traffic control plan prior to ' conducting work-m"City right-of-way. 12) The totatarnount of this contract is the sum of $86 319.00 no Eighty sit thousand three hundred and,nineteeii dollars and no cents. icrineBiFaids 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 tliat an Independent Contrktot. 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 ikvok the City being interested only in the results obtained under this Agreement. ' 14) LIMITATION OF ACTIONS, CONTRACTOR MUST, IN ANY EVENT, FILE ANY LAWSUIT ARISING FROM OR CONNECTED WI`T`H THIS AGREEMENT WITHIN 120 CALENDAR-DAYS FROM THE DATE THE CONTRACT WORK IS COMPLETE. ' OR CONTRACTOR'S ABILITY TO FILE THAT CLAIM OR SUIT SHALT: 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 1 1 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 1 remain in full force<and effect. 1 G) Written.Notice. All communications regarding this Agreement shall be sent to the parties at 1 the addresses listed on the signature page.of the Agreement, unless notified to the con#rary. 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 maybe hereafter specified in.writing. 17) Assignment: Any assignment of this Agreement by either paitywthoutthe written consent. 1 of the non-assigning;party.shall be-void, If the-non-ass 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. 1 18) Modification. No waiver, alteration, or modification of any of the provisions of this Agreement shall be bindifig 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, riles, 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-outofthe performance ofthose operations. ZO) Counterparts._ This:.Agreement maybe executed in any number of_Counterparts, each of -which shall constitute an original,, and all of which will, together constitute this one Agreement 1 IN WITNESS WHEREOF; the City has caused these presents to be signed by its Mayor and attested by its City Cter-kand ih:e:Contractor fias hereunto set his hand and Cal the:day and year first above-written CON'I A 'I QR CITY OF R TOM President/Partnei/7 wrier Mayor Denis Law 1 ATTEST, 1 Sec etary nn -- Bonnie I . Walton, City Clerk dba C. C-Z n ao Firin.Name 1 check one. Q Individual' Partnership 0 Corporation Incorporated in Dreann 1 1 5 i Attention; ' If business is a CORPORATION, name of the corporation should. listed in full and both President and Secretary;must,sign;the contract, OR if one signature is permitted by corporation. by-laws, a.:copy ,of the by-laws shall be furnished to the City and made a part of the contract document. If business is a PARTNERSHIP; full:name of ea6 partner should be listed followed by d/b/a (doing business as)and firm avade name,a`ny one parhhe'r may sigh,the contract. If business is an.INDIVIDUAL PROPRIETORSHIP,the name of the owner should appear followed byd/b/a and name of the company.: t t i i 3 � INSURANCE DOCUMENTS AND � INFORMATION E r T z z �Y Insurance Requirements For City of Renton The Ci of Renton requires the indust standard: . q ry • $1,000,000 Commercial General Liability, with$2,000,000 in the aggregate • $1,000,000 Auto Liability (Needed if a vehicle will be used in per formance of work. This would include delivery of products to worksite) • $1,000,000 Excess Liability (if required in contract; can be in tandem with CGL) • Proof of Workers' Compensation coverage (provide the number) • $1,000,000 Professional Liability Qfrequired in contract) Requirements unique to the City of Renton: • Name the City of Renton as a P_ri_mary and Non-contributory Additional Insured on the policy • Due to a statement found at the upper right of the ACORD form, please provide the endorsement pages)from the policy(ies),evidencing Primary&Non- contributory coverage • Modify the cancellation clause to state: "Should any of the above described policies be canceled before the expiration date thereof, the issuing company will mail 45 days written notice to the certificate holder to the left." - per RCW 48.18.290. • Put descriptive text of the project in the "Description of Operations"box • The certificate holder should read: City of Renton ATTN: {enter your City contact's name here) 1055 South Grady Way Renton,WA. 98057 • For expeditious review and approval, please forward the Certificate of Insurance and pertinent endorsement page(s)to: City of Renton ATTN: Pauli Sulky—HR&RM 1055 South Grady Way Renton, WA. 98057 Direct any questions; comments or concerns to: Pauli Sulky— 425.430.7661/desk 425.430.7650/main 425.430.7665/fax ps ullc�.(rrentonwa.goy POLICY NUMBER: COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization City of Renton (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) WHO IS AN INSURED Section II is amended to include as an insured the person or organization ( ) p 9 shown in the Schedule but only with respect to liability arising out of your ongoing operations performed for that insured. CG 20 10 03 97 Owners, Lessees, or Contractors SAMPLE No Completed Operations WCIA Insurance Requirements CERTIFICATE OF LIABILITY INSURANCE Page 1 of 3 11/18/2 o ' PRODUCER 877-945-7378 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Willis of Oregon, Inc. HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 26 Century Blvd. ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. P. O. Box 305191 Nashville, TN 37230-5191 INSURERS AFFORDING COVERAGE NAIC# INSURED E C Company INSURERA:Wausau Business Insurance Company 26069-001 PO Box 10286 INSURERB: St. Paul Fire and Marine Insurance Compan 24767-900 Portland, OR 97296-0286 ' INSURERC:American International Specialty Lines In 26883-004 INSURER D: INSURER E: COVERAGES ' THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDT POLICY EFFECTIVE POLICY EXPIRATION ' LTR NSR TYPEOFINSURANCE POLICY NUMBER DATE MMIDDIYYYY DATE MM/DD/YYYY LIMITS • X GENERAL LIABILITY TBKZ91442756029 8/1/2009 8/1/2010 EACHOCCURRENCE $ _11000,000 X COMMERCIAL GENERAL LIABILITY PREMISES E.occccur°nce $ 300,000 CLAIMS MADE a OCCUR MED EXP(Any one person) $ cj 000 ' X Washington Stop Gap PERSONAL 8ADVINJURY $ 11000,000 GENERALAGGREGATE $ 2.000,000 GEN'LAGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OPAGG $ 2,000,000 POLICY X JECT LOC ' • X AUTOMOBILE LIABILITY ASJZ91442756019 8/l/2009 8/1/2010 COMBINED SINGLE LIMIT $ 1,000,000 X ANYAUTO (Ea accident) ALL OWNED AUTOS BODILY INJURY $ SCHEDULED AUTOS (Per person) HIRED AUTOS BODILY INJURY $ NON-OWNED AUTOS (Per accident) PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANYAUTO OTHERTHAN EA ACC $ ' AUTO ONLY: AGG $ B EXCESS/UMBRELLA LIABILITY QK09400862 8/1/2009 8/1/2010 EACH OCCURRENCE $ 10,000,000 X OCCUR F-1 CLAIMSMADE AGGREGATE $ 10,000,000 DEDUCTIBLE $ X RETENTION $ 10,000 $ WORKERS COMPENSATION WC STATU- I OTH- AND EMPLOYERS'LIABILITY TORY LIMITS ER ' ANY PROPRIETOR/PARTNER/EXECUTIVE F E.L.EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ If yes,describe under SPECIAL PROVISIONS below E.L.DISEASE-POLICY LIMIT $ C OTHER 6682382- 8 1 2009 8 1/20 0 ' Contractors $1,000,000 per claim Pollution Liability $1,000,000 aggregate Including Automobile $25,000 Deductible DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS Umbrella provides coverage in excess of Employer's Liability, Commercial General Liability and ' Automobile Liability limits. ' CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,THE ISSUING INSURER WILL*XXZMXtX MAIL 45 DAYS WRITTEN ' NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEF1�'"XXKKXYf,0tYA6 nXXLL iifnKriki€X117 5XIXb'n�fii51i14ItX!XtXI�[�f7#�7 d7 4�1C K1lidt�i5}d7flsf�C1}P�Sd;]f�LXi�61X.�ifr3C City of Renton � X ' 1055 S. Grady Way AUTHORIZED REPRESE TIVE Renton, WA 98057 ACORD 25(2009/01) Coll:2866207 Tpl:1011765 Cert:13380392 ©1988-2009ACORD CORPORATION.All rights reserved. The ACORD name and logo are registered marks of ACORD DATE WI11IS CERTIFICATE OF LIABILITY INSURANCE page 2 of 3 11118/2009 ' PRODUCER 877-945-7378 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Willis of Oregon, Inc. HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 26 Century Blvd. ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. P. 0. Box 305191 ' Nashville, TN 37230-5191 INSURERS AFFORDING COVERAGE NAIC# INSURED E C Company INSURERA:Wausau Business Insurance Company 26069-001 PO BOX 10286 INSURERS: St. Paul Fire and Marine Insurance Compan 24767-900 Portland, OR 97296-0286 INSURERC:American International Specialty Lines In 26883-004 INSURER D: INSURER E: DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS ' Policy Type: Design/Build Professional Liability Policy #EOC399996800 Effective Date: 8/01/2009 - Expiration Date: 8/01/2010 Carrier: Steadfast Insurance Company Limit: $3,000,000 Per Claim Limit $3,000,000 Annual Aggregate Re: 2009 Pump Station Upgrades ' It is agreed that City of Renton is included as an Additional Insured as respects to General Liability and Automobile Liability if required by contract. It is further agreed that such insurance as is afforded shall be Primary and Non-contributory with ' any other insurance in force for or which may be purchased by Additional Insured if required by contract. Waiver of Subrogation applies in favor of City of Renton with respects to General Liability and ' Automobile Liability as required by a written contract. 1 ' Coll:2866207 Tpl:1011765 Cert:13380392 t Page 3 of 3 t t IMPORTANT ' If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). ' If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate. holder in lieu of such endorsement(s). DISCLAIMER ' This Certificate of Insurance does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ill I t ' ACORD 25(2009/01) Co11:2866207 Tp1:1011765 Cert:13380392 I ' POLICY NUMBER: TBKZ91442756029 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY.PLEASE READ IT CAREFULLY. ' ADDITIONAL INSURED-- Owners,Lessees or Contractors ' This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART. ' Name of Person or Organization: As required by Written Contract or Written Agreement Paragraph 2.of Section 1I—Who Is An Insured is amended to add the following: ' e. Additional Insured by Written contract or Written Agreement ' The limits of insurance applicable to the following additional insureds shall be the lesser of the limits required by the agreement between the parties or the limits provided by this policy. This insurance shall be excess over any other insurance available to the additional insured,whether ' such insurance is on a primary,excess,contingent or on any other basis,unless you are obligated under a written contract or written agreement to provide liability insurance for the additional insured on a primary or a primary and non-contributory basis. ' The following person(s)or organization(s)other than a joint venture,for which you have agreed by written contract or written agreement,prior to the"bodily injury","property damage"or"personal and advertising injury"which occurs,to procure bodily injury,property damage or personal and advertising injury liability insurance: ' Owners,Lessees or Contractors—Ongoing Operations: all persons or organizations with whom you have a written contract or written agreement to include them as additional insures,which is signed in advance of the"occurrence"or offense for which the additional insured seeks coverage, but only with respect to liability for"bodily injury"or"property damage"or"personal and advertising injury"caused,in whole or in part,by your acts or omissions,or the acts or omissions of those acting on your behalf,in the performance of your ongoing operations for the additional insured(s)and the"bodily injury"or"property damage"occurs,or the"personal and advertising injury"is caused by an offence committed,while that part of the written contract or written agreement is in effect. This insurance does not apply to: (a) "Bodily injury","property damage"or"personal and advertising injury"arising out of,the rendering of,or the failure to render,any professional architectural,engineering or surveying services,including but not limited to the preparing,approving,or failing to prepare or approve change orders,drawings,field orders,maps,opinions,reports,shop drawings,specifications, surveys;or architectural,engineering,inspection or supervisory activities;or ' (b) Damages arising out of the sole negligence of the additional insured. ' GL0580 0108 Wausau EXPRESS Construction Liability Page 1 of 2 I ' Owners,Lessees or Contractors—Completed Operations: all persons or organizations with whom you have a written contract or written agreement to include them as additional insureds for ' the"products-completed operations hazard",which is signed in advance of the"occurrence"or offense for which the additional insured seeks coverage,but only with respect to liability for "bodily injury"or"property damage"caused,in whole or in part,by"your work"at the location designated and described in the written agreement performed for that additional insured and included in the"products-completed operations hazard". This insurance does not apply to: ' (a) "Bodily injury","property damage"or"personal and advertising injury"arising out of,the rendering of,or the failure to render,any professional architectural,engineering or surveying services,including but not limited to the preparing,approving,or failing to prepare or approve ' change orders,drawings,field orders,maps,opinions,reports,shop drawing,specifications, surveys;or architectural,engineering,inspection or supervisory activities;or (b) Damages arising out of the sole negligence of the additional insured. GL0580 0108 . Wausau EXPRESS Construction Liability Page 2 of 2 t POLICY NUMBER: COMMERCIAL AUTO ' ASJZ91442756019 CA 20 48 02 99 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ' DESIGNATED INSURED ' This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM ' TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement,the provisions of the Coverage Form apply unless modified by this endorsement. ' This endorsement identifies person(s)or organization(s)who are"insureds"under the Who Is An Insured Provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. ' Endorsement Effective: Countersigned By: 8/1/2009 ' Named Insured: E C COMPANY t (Authorized Representative) SCHEDULE Name of Person(s)or Organization(s): Any person or organization whom you have agreed in a written contract, executed prior to loss,to name as an additional insured. ' (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to the endorsement. ) Each person or organization shown in the Schedule is an"insured"for Liability Coverage, but only ' to the extent that person or organization qualifies as an"insured"under the Who Is An Insured Provision contained in Section II of the Coverage Form. ' CA 20 48 02 99 0 Insurance Services Office,Inc., 1998 ENDORSEMENT 1 ' In consideration of the premium charged,it is hereby agreed and understood that Policy Number issued by Insurance Company, is amended to include the following terms and conditions as respects Contract Number issued by the(OWNER). 1. ADDITIONAL INSURED. The OWNER their elected or appointed officers, officials, employees, subconsultants, and volunteers are included as additionally insured with regard to damages and defense of claims arising from: (a)activities performed by or on behalf of the NAMED INSURED; or(b)products and completed operations of the NAMED INSURED, or (c) premises owned, leased or used by the NAMED INSURED. 2. CONTRIBUTION NOT REQUIRED. As respects: (a)work performed by the NAMED INSURED for or on behalf of the OWNER; or(b)products sold by the NAMED INSURED to the OWNER; or(c)premises leased by the NAMED INSURED from the OWNER, the insurance afforded by this policy shall be primary ' insurance as respects the:OWNER, or any other insured, its elected or appointed officers, officials, employees, subconsultants or volunteers; or stand in an unbroken chain of coverage excess of the NAMED INSURED'S scheduled underlying primary coverage. In either 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 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 NOTICE. The insurance afforded by this policy shall not be suspended, voided, canceled, reduced in coverage or in limits except after FORTY-FIVE (45) days' prior written notice by certified mail return receipt requested has been given to the OWNER. Such notice shall be addressed to(a) the OWNER and(b)the CONTRACTOR. 5. CLAIM REPORTING. The OWNER has no obligation to report occurrences unless a claim has beer,filed- with the OWNER. 6. AGGREGATE LIMIT. The General Aggregate Limit under Limits of Insurance applies separately to the above named contract for the above named OWNER. (Z5�N h��a Date Authorized Representative tV�k gnature 1 1 1 Document in Windows Internet Explorer\ s�Y o City of Renton :. Human Resources & Risk Management Department o� Insurance Information Form FOR: PROJECT NUMBER: STAFF CONTACT: Certificate of Insurance indicates the coverages/limits specified in ❑ Yes ❑ No contract? Are the following coverages and/or conditions in effect? ❑ Yes ❑ No The Commercial General Liability policy form is an ISO 1993 ❑ Yes ❑ No Occurrence Form or Equivalent? (If no,attach a copy of the policy with required coverages clearly identified) CG 0043 Amendatory Endorsement provided?* ❑ Yes ❑ No tGeneral Aggregate provided on a"per project basis(CG2503)?* ❑ Yes ❑ No Additional Insured wording provided?* ❑ Yes ❑ No ' Coverage on a primary basis and non-contributing basis?* ❑ Yes ❑ No Waiver of Subrogation Clause applies?* ❑ Yes ❑ No ' Severability of Interest Clause(Cross Liability)applies? . ❑ Yes ❑ No Notice of Cancellation/Non-Renewal ❑ Yes ❑ No ' amended to 45 days per RCW 48.18.290?* *To be shown on certificate of insurance* ' A-M BEST'S RATING FOR CARRIER GL _ Auto Umb 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 attacned CERTIFICATE OF INSURANCE. The CITY OF RENTON, at its option, shall.obtain copies of the policies and/or specific declaration pages FROM awarded bidder prior to execution of contract. )(— hl� M A-WaJ4 Agency/Broker Completed By(Type or P * t Name) r � -V\- PN 0 �. Address Complete By(Signature) Name of person to contact Telephone Number NOTE: THIS QUESTIONNAIRE MUST BE COMPLETED FOR EACH LINE OF COVERAGE AND ATTACHED TO CERTIFICATE OF INSURANCE 1 1 � PREVAILING MINIMUM HOURLY � WAGE RATES 1 i 1 1 1 1 f t i 1 1 State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section-Telephone(360)902-5335 PO Box 44540,Olympia,WA 98504-4540 Washington State Prevailing Wage Rates For Public Works Contracts ' The PREVAILING WAGES listed here include both the hourly Wage rate and the hourly rate of fringe benefits. On public works projects,workers'wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements is provided on the Benefit Code Key. KING. COUNTY EFFECTIVE 09-02-2009 (See Benefit Code Key) Ove r ' PREVAILING Time Holiday Note Classification WAGE Code Code Code ASBESTOS ABATEMENT WORKERS ' JOURNEY LEVEL $40.03 1H 5D BOILERMAKERS JOURNEY LEVEL $53.61 1C 5N BRICK MASON BRICK AND BLOCK FINISHER $39.49 1M 5A JOURNEY LEVEL $46.35 1M 5A BUILDING SERVICE EMPLOYEES JANITOR $17.98 2F 5S ' TRAVELING WAXER/SHAMPOOER $18.39 2F 5S WINDOW CLEANER(NON-SCAFFOLD) $22.65 2F 5S WINDOW CLEANER(SCAFFOLD) $23.51 2F 5S CABINET MAKERS(IN SHOP) JOURNEY LEVEL $16.67 1 CARPENTERS ACOUSTICAL WORKER $48.63 1M 5D ' BRIDGE, DOCK AND WARF CARPENTERS $48.47 1M 5D CARPENTER $48.47 1M 5D CREOSOTED MATERIAL $48.57 1M 5D 1 DRYWALL APPLICATOR $48.47 1M SD FLOOR FINISHER $48.60 1M 5D FLOOR LAYER $48.60 1M 15D FLOOR SANDER $48.60 IM 5D ' MILLWRIGHT AND MACHINE ERECTORS $49.47 1M 5D PILEDRIVERS,DRIVING,PULLING;PLACING COLLARS AND WELDING $48.67 1M 5D SAWFILER $48.60 1M 5D ' SHINGLER $48.60 1M 5D STATIONARY POWER SAW OPERATOR $48.60 1M 5D STATIONARY WOODWORKING TOOLS $48.60 1M 5D CEMENT MASONS ' JOURNEY LEVEL $49.15 1M 5D DIVERS&TENDERS DIVER ;100.28 1M 5D 8A DIVER ON STANDBY $56.68 1M 5D DIVER TENDER $52.23 1M 5D 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 ASSISTANT ENGINEER $49.57 IT 5D 8L ASSISTANT MATE(DECKHAND) $49.06 IT 5D 8L BOATMEN $49.57 1T 5D 8L Page 1 KING COUNTY EFFECTIVE 09-02-2009 ' (See Benefit Code Key) Ove r PREVAILING Time Holiday Note ' Classification WAGE Code Code Code ENGINEER WELDER $49.62 IT 5D 8L LEVERMAN,HYDRAULIC $51.19 IT 5D 8L ' MAINTENANCE $49.06 IT 5D 8L MATES $49.57 IT 51D 8L OILER $49.19 IT 5D 8L ' DRYWALL TAPERS JOURNEY LEVEL $48.79 1E 5P ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL $25.34 1E 5L ' ELECTRICIANS-INSIDE CABLE SPLICER $61.95 2W 5L CABLE SPLICER(TUNNEL) $66.57 2W 5L CERTIFIED WELDER $59.85 2W 5L ' 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 ' ELECTRICIANS-MOTOR SHOP CRAFTSMAN $15.37 2A 6C JOURNEY LEVEL $14.69 2A 6C , ELECTRICIANS-POWERLINE CONSTRUCTION CABLE SPLICER $59.79 4A 5A CERTIFIED LINE WELDER $54.59 4A 5A ' GROUNDPERSON $39.07 4A 5A 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 ' MECHANIC $64.81 4A 60 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 ' MECHANIC $59.32 1E 6L HOD CARRIERS&MASON TENDERS JOURNEY LEVEL .$41.28 1H 5D Page 2 KING COUNTY EFFECTIVE 09-02-2009 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC $15.65 1 INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL $9.24 1 INLAND BOATMEN CAPTAIN $48.39 1 K 5B COOK $45.36 1 K 5B DECKHAND $45.36 1K 5B ENGINEER/DECKHAND $46.25 1K 5B MATE, LAUNCH OPERATOR $47.35 1K 5B INSPECTION/CLEANING/SEALING OF SEWER&WATER SYSTEMS BY REMOTE CONTROL CLEANER OPERATOR,FOAMER OPERATOR $31.49 1 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 JOURNEY LEVEL $54.27 10 5A LABORERS ASPHALT RAKER $41.28 1 H 5D ' BALLAST REGULATOR MACHINE $40.03 1H 5D BATCH WEIGHMAN $33.93 1 H 5D BRUSH CUTTER $40.03 1 H 5D BRUSH HOG FEEDER $40.03 1 H 5D BURNERS $40.03 1H 5D CARPENTER TENDER $40.03 1 H 5D ' CASSION WORKER $41.28 1H 5D CEMENT DUMPER/PAVING $40.77 1 H 5D CEMENT FINISHER TENDER $40.03 1 H 5D CHANGE-HOUSE MAN OR DRY SHACKMAN $40.03 1 H 5D CHIPPING GUN(OVER 30 LBS) $40.77 1 H 5D CHIPPING GUN(UNDER 30 LBS) $40.03 1H 5D CHOKER SETTER $40.03 1H 5D CHUCK TENDER $40.03 1H 5D CLEAN-UP LABORER $40.03 1H 5D CONCRETE DUMPER/CHUTE OPERATOR $40.77 1H 5D CONCRETE FORM STRIPPER $40.03 1 H 5D ' CONCRETE SAW OPERATOR $40.77 1H 5D CRUSHER FEEDER $33.93 1H 5D CURING LABORER $40.03 1H 5D DEMOLITION,WRECKING&MOVING(INCLUDING CHARRED MATERIALS) $40.03 1 H 5D ' DITCH DIGGER $40.03 1H 5D DIVER $41.28 1H 5D DRILL OPERATOR(HYDRAULIC, DIAMOND) $40.77 1 H 5D DRILL OPERATOR,AIRTRAC $41.28 1H 5D DUMPMAN $40.03 1 H 5D EPDXY TECHNICIAN $40.03 1H 5D EROSION CONTROL WORKER $40.03 1 H 5D FALLER/BUCKER,CHAIN SAW $40.77 1 H 5D Page 3 KING COUNTY EFFECTIVE 09-02-2009 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code FINAL DETAIL CLEANUP(i.e.,dusting,vacuuming,window cleaning;NOT $30.84 1 H 5'D construction debris cleanup) FINE GRADERS $40.03 1 H 5D FIRE WATCH $33.93 1 H 5D FORM SETTER $40.03 1 H 5D GABION BASKET BUILDER $40.03 1H 5D ' GENERALLABORER $40.03 1H 5D GRADE CHECKER&TRANSIT PERSON $41.28 1H SD GRINDERS $40.03 1H 5D GROUT MACHINE TENDER $40.03 1H 5D GUARDRAIL ERECTOR $40.03 1H 5D HAZARDOUS WASTE WORKER LEVEL A $41,28 1H 5D HAZARDOUS WASTE WORKER LEVEL B $40,77 1H 5D HAZARDOUS WASTE WORKER LEVEL C $40.03 1H 5D HIGH SCALER $41.28 1H 5D HOD CARR I E R/MORTARMAN $41.28 1H 5D JACKHAMMER $40.77 1H 5D LASER BEAM OPERATOR $40.77 1 H 5D MANHOLE BUILDER-MUDMAN $40.77 1H 5D MATERIAL YARDMAN $40.03 1H 5D MINER $41,28 1H 5D NOZZLEMAN,CONCRETE PUMP,GREEN CUTTER WHEN USING HIGH $40.77 1H 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 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 POWDERMAN $41.28 1 H 5D POWDERMAN HELPER $40.03 1H 5D POWERJACKS $40.77 1H 5D RAILROAD SPIKE PULLER(POWER) ' ( ) $40.77 1H 5D RE-TIMBERMAN $41.28 1H 5D RIPRAP MAN $40.03 1 H 5D , RODDER $40.77 - 1H 5D SCAFFOLD ERECTOR $40.03 1H 5D SCALE PERSON $40.03 1H 5D ' SIGNALMAN $40.03 1H 5D SLOPER(OVER 20") $40.77 1 H 5D SLOPER SPRAYMAN $40.03 1H 5D SPREADER(CLARY POWER OR SIMILAR TYPES) $40.77 1H 5D , SPREADER(CONCRETE) $40.77 1 H 5D STAKE HOPPER $40.03 1H 5D STOCKPILER $40.03 1H 5D TAMPER&SIMILAR ELECTRIC,AIR&GAS $40.77 1 H 5D TAMPER(MULTIPLE&SELF PROPELLED) $40.77 1H 5D TOOLROOM MAN(AT JOB SITE) $40.03 1H 5D TOPPER-TAILER $40.03 1H 5D , TRACKLABORER $40.03 1H 5D Page 4 KING COUNTY EFFECTIVE 09-02-2009 (See Benefit Code Key) er Time PREVAILING Time Holiday Note Classification WAGE Code Code Code TRACK LINER(POWER) $40.77 1H 5D TRUCK SPOTTER $40.03 1 H 5D TUGGER OPERATOR $40.77 1 H 5D VIBRATING SCREED(AIR,GAS,OR ELECTRIC) $40.03 1 H 5D VIBRATOR $40.77 1H 5D VINYL SEAMIER $40.03 1 H 5D 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 1 H 5D LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $13.56 1 LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $28.17 1 LANDSCAPING OR PLANTING LABORERS $17.87 1 ' LATHERS JOURNEY LEVEL $46.42 1M 5D MARBLE SETTERS JOURNEY LEVEL $46.35 1M 5A METAL FABRICATION(IN SHOP) JOURNEY LEVEL $28.91 1 MODULAR BUILDINGS CABINETASSEMBLY $11.56 1 ELECTRICIAN $11.56 1 EQUIPMENT MAINTENANCE $11.56 1 PLUMBER $11.56 1 PRODUCTION WORKER $9.40 1 TOOL MAINTENANCE $11.56 1 UTILITY PERSON $11.56 1 WELDER $11.56 1 PAINTERS JOURNEY LEVEL $34.87 2B 6Z PLASTERERS JOURNEY LEVEL $46.63 1R 5B PLAYGROUND&PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $8.55 1 PLUMBERS&PIPEFITTERS JOURNEY LEVEL $64.84 1G 5A POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $47.12 IT 5D 8P ' BACKHOE,EXCAVATOR SHOVEL,OVER 50 METRIC TONS TO 90 METRIC $50.94 IT 5D 8P TONS BACKHOE,EXCAVATOR SHOVEL,OVER 90 METRIC TONS $51.51 IT , 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 IT 5D 8P BACKHOE,EXCAVATOR,SHOVEL,TRACTORS:15 TO 30 METRIC TONS .$49.90 IT 5D 8P BACKHOES, 175 HP&UNDER) $49.48 IT 5D 8P ' BARRIER MACHINE(ZIPPER) $49.90 IT 5D 8P BATCH PLANT OPERATOR,CONCRETE $49.90 IT 5D 8P BELT LOADERS(ELEVATING TYPE) $49.48 IT 5D 8P BOBCAT(SKID STEER) $47.12 IT 5D 8P Page 5 i 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 1T 5D 8P BUMP CUTTER $49.90 IT 5D 8P CABLEWAYS $50.39 1T 5D 8P CHIPPER $49.90 IT 5D 8P COMPRESSORS $47,12 1T 5D 8P CONCRETE FINISH MACHINE-LASER SCREED $47.12 IT 5D 8P CONCRETE PUMPS $49,48 IT 5D 8P CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $49,90 IT 5D 8P i CONVEYORS $49.48 IT 5D 8P CRANE, FRICTION 100 TONS THROUGH 199 TONS $51.51 IT 5D 8P CRANE, FRICTION OVER 200 TONS $52,07 IT 5D 8P CRANES, THRU 19 TONS,WITH ATTACHMENTS $49.48 IT 5D 8P CRANES, 20-44 TONS,WITH ATTACHMENTS $49.90 IT 5D 8P CRANES, 45 TONS-99 TONS,UNDER 150 FT OF BOOM(INCLUDING JIB $50.39 IT 5D 8P WITH ATACHMENTS) CRANES,100 TONS-199 TONS,OR 150 FT OF BOOM(INCLUDING JIB $50.94 IT 5D 8P WITH ATTACHMENTS) CRANES,200 TONS TO 300 TONS,OR 250 FT OF BOOM(INCLUDING JIB $51.51 IT 5D 8P WITH ATTACHMENTS) CRANES,A-FRAME, 10 TON AND UNDER $47,12 IT 5D 8P CRANES,A-FRAME,OVER 10 TON $49.48 IT 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 IT 5D 8P CRANES,OVERHEAD,BRIDGE TYPE(45-99 TONS) $50.39 IT 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 IT 5D 8P CRANES,TOWER CRANE OVER 175'IN HEIGHT,BASE TO BOOM $51.51 IT 5D 8P CRUSHERS $49,90 IT 5D 8P DECK ENGINEER/DECK WINCHES(POWER) $49.90 IT 5D 8P DERRICK,BUILDING $50.39 IT 5D 8P DOZERS,D-9&UNDER $49.48 IT 5D 8P DRILL OILERS-AUGER TYPE,TRUCK OR CRANE MOUNT $49,48 IT 5D 8P DRILLING MACHINE $49.90 IT 5D 8P ' ELEVATOR AND MANLIFT,PERMANENT AND SHAFT-TYPE $47.12 IT 5D 8P EQUIPMENT SERVICE ENGINEER(OILER) $49.48 IT 5'D 8P FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $49.90 IT 5D 8P FORK LIFTS,(3000 LBS AND OVER) $49.48 IT 5D 8P , FORK LIFTS,(UNDER 3000 LBS) $47.12 IT 5D 8P GRADE ENGINEER $49,48 IT 5D 8P GRADECHECKER AND STAKEMAN $47,12 IT 5D 8P , GUARDRAIL PUNCH $49.90 IT 5D 8P HOISTS,OUTSIDE(ELEVATORS AND MANLIFTS),AIR TUGGERS $49.48 IT 5D 8P HORIZONTAUDIRECTIONAL DRILL LOCATOR $49.48 IT 5D 8P HORIZONTAUDIRECTIONAL DRILL OPERATOR $49.90 IT 5D 8P HYDRALIFTS/BOOM TRUCKS(10 TON&UNDER) $47.12 IT 5D 8P HYDRALIFTS/BOOM TRUCKS(OVER 10 TON) $49.48 IT 5D 8P LOADERS,OVERHEAD(6 YD UP TO 8 YD) $50.39 1T 5D 8P , LOADERS,OVERHEAD(8 YD&OVER) $50.94 1 T 5D 8P LOADERS,OVERHEAD(UNDER 6 YD),PLANT FEED $49.90 1T 5D 8P LOCOMOTIVES,ALL $49.90 IT 5D 8P MECHANICS,ALL $50.94 IT 5D 8P Page 6 i KING COUNTY EFFECTIVE 09-02-2009 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code MIXERS,ASPHALT PLANT $49.90 IT 5D 8P MOTOR PATROL GRADER(FINISHING) $50.39 IT 5D 8P MOTOR PATROL GRADER(NON-FINISHING) $49.48 IT 5D 8P MUCKING MACHINE,MOLE,TUNNEL DRILL AND/OR SHIELD $50.39 IT 5D 8P OIL DISTRIBUTORS,BLOWER DISTRIBUTION AND MULCH SEEDING $47,12 IT 5D 8P OPERATOR PAVEMENT BREAKER $47.12 IT 5D 8P PILEDRIVER(OTHER THAN CRANE MOUNT) $49.90 IT 5D 8P PLANT OILER(ASPHALT,CRUSHER) $49.48 IT 5D 8P POSTHOLE DIGGER,MECHANICAL $47.12 IT 5D 8P POWER PLANT $47.12 IT 5D 8P PUMPS,WATER $47.12 1T 5D 8P QUAD 9, D-10,AND HD-41 $50.39 1T 5D 8P QUICK TOWER-NO CAB,UNDER 100 FEET IN HEIGHT BASED TO BOOM $47,12 IT 5D 8P REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $50.39 IT 5D 8P EQUIP O RIGGER AND BELLMAN $47.12 IT 5D 8P ROLLAGON $5 0.39 IT 5D 8P ROLLER,OTHER THAN PLANT ROAD MIX $47.12 IT 5D 8P ROLLERS,PLANTMIX OR MULTILIFT MATERIALS $49.48 IT 5D 8P ROTO-MILL,ROTO-GRINDER $49.90 IT 5D 8P SAWS,CONCRETE $49.48 IT 5D 8P SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $50.39 IT 5D 8P OFF-ROAD EQUIPMENT 45 YD AND OVER)) SCRAPERS,CONCRETE AND CARRYALL $49.48 IT SD 8P SCREED MAN $50.39 IT 5D 8P SHOTCRETE GUNITE $47.12 IT 5D 8P SLIPFORM PAVERS $50.39 IT 5D 8P SPREADER,TOPSIDER&SCREEDMAN $50.39 1 T 5D 8P SUBGRADE TRIMMER $49.90 IT 5D 8P TOWER BUCKET ELEVATORS $49.48 IT 5D 8P TRACTORS,(75 HP&UNDER) $49.48 IT 5D 8P TRACTORS,(OVER 75 HP) $49.90 IT 5D 8P TRANSFER MATERIAL SERVICE MACHINE $49.90 IT 5D 8P TRANSPORTERS,ALL TRACK OR TRUCK TYPE $50.39 IT 5D 8P TRENCHING MACHINES $49.48 IT 5D 8P TRUCK CRANE OILER/DRIVER(UNDER 100 TON) $49.48 IT 5D 8P TRUCK CRANE OILER/DRIVER(100 TON&OVER) $49.90 IT 5D 8P TRUCK MOUNT PORTABLE CONVEYER $49.90 IT 5D 8P WHEEL TRACTORS,FARMALL TYPE $47.12 IT 5D 8P YO YO PAY DOZER $49.90 1 T 5D 8P POWER EQUIPMENT OPERATORS-UNDERGROUND SEWER&WATER (SEE POWER EQUIPMENT OPERATORS) $0.00 POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $39.33 4A 5A SPRAY PERSON $37.24 4A 5A TREE EQUIPMENT OPERATOR $37.85 4A 5A TREE TRIMMER $35.21 4A 5A TREE TRIMMER GROUNDPERSON $26.58 4A 5A REFRIGERATION&AIR CONDITIONING MECHANICS MECHANIC $38.54 1 RESIDENTIAL BRICK MASON JOURNEY LEVEL $46.35 1M SA Page 7 1 i KING COUNTY EFFECTIVE 09-02-2009 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code RESIDENTIAL CARPENTERS JOURNEY LEVEL $23.47 1 RESIDENTIAL CEMENT MASONS JOURNEY LEVEL $22.64 1 RESIDENTIAL DRYWALL TAPERS ' JOURNEY LEVEL $24.69 1 RESIDENTIAL ELECTRICIANS JOURNEY LEVEL $26.24 1 RESIDENTIAL GLAZIERS JOURNEY LEVEL $33.29 1 H 5G RESIDENTIAL INSULATION APPLICATORS JOURNEY LEVEL $17.60 1 RESIDENTIAL LABORERS 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 $34.59 1 , 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 RESIDENTIAL SOFT FLOOR LAYERS JOURNEY LEVEL $26.40 1 RESIDENTIAL SPRINKLER FITTERS(FIRE PROTECTION) JOURNEY LEVEL $32.56 2R 5C RESIDENTIAL TERRAZZO WORKERS JOURNEY LEVEL $45.26 1M 5A RESIDENTIAL TERRAZZOITILE FINISHERS JOURNEY LEVEL $21.46 1 RESIDENTIAL TILE SETTERS JOURNEY LEVEL $25.17 1 ROOFERS JOURNEY LEVEL $40.05 1R 5A USING IRRITABLE BITUMINOUS MATERIALS $43.05 1R 5A SHEET METAL WORKERS JOURNEY LEVEL(FIELD OR SHOP) $59.32 1E 6L SHIPBUILDING&SHIP REPAIR BOILERMAKER $32.56 1H 6W CARPENTER $33.66 1B 6X ELECTRICIAN $33.34 1B 6X HEAT&FROST INSULATOR $48.28 1S 51 LABORER $32.17 1B 6X MACHINIST $33.29 1B 6X OPERATOR $35.61 1B 6X PAINTER $33.21 1B 6X , PIPEFITTER $33.23 1B 6X RIGGER $33.24 1B 6X SANDBLASTER $33.24 1B 6X SHEET METAL $33.24 1B 6X Page 8 i KING COUNTY EFFECTIVE 09-02-2009 (See Benefit Code Key) Ove r �. PREVAILING Time Holiday Note Classification WAGE Code . Code Code SHIPFITTER $33.24 1B 6X TRUCKER $33.06 1B 6X WAREHOUSE $33.11 1 B 6X WELDER/BURNER $33.24 1B 6X SIGN MAKERS &INSTALLERS(ELECTRICAL) SIGN INSTALLER $22.92 1 SIGN MAKER $21.36 1 SIGN MAKERS&INSTALLERS(NON-ELECTRICAL) SIGN INSTALLER $27.28 1 t SIGN MAKER $33.25 1 SOFT FLOOR LAYERS JOURNEY LEVEL $36.75 1 ' SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL $12.44 1 5S SPRINKLER FITTERS(FIRE PROTECTION) JOURNEY LEVEL $59.74 1X 5C STAGE RIGGING MECHANICS(NON STRUCTURAL) 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 INSTRUMENT PERSON $11.40 1 PARTY CHIEF $13.40 1 TELECOMMUNICATION TECHNICIANS TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $22.76 1 TELEPHONE LINE CONSTRUCTION-OUTSIDE CABLE SPLICER $32.27 2B 5A HOLE DIGGER/GROUND PERSON $18.10 2B 5A 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 II $31.62 2B 5A TELEPHONE EQUIPMENT OPERATOR(HEAVY) $32.27 2B 5A TELEPHONE EQUIPMENT OPERATOR(LIGHT) $30.02 2B 5A TELEVISION GROUND PERSON $17.18 2B 5A TELEVISION LINEPERSON/INSTALLER $22.73 2B 5A TELEVISION SYSTEM TECHNICIAN $27.09 2B 5A TELEVISION TECHNICIAN $24.35 2B 5A TREE TRIMMER $29.97 2B 5A TERRAZZO WORKERS JOURNEY LEVEL $45.26 1M 5A TILE SETTERS JOURNEY LEVEL $21.65 1 TILE, MARBLE&TERRAZZO FINISHERS FINISHER $39.09 1B 5A TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $38.90 1K 5A TRUCK DRIVERS ASPHALT MIX(TO 16 YARDS) $45.63 IT 5D 8L Page 9 1 KING COUNTY EFFECTIVE 09-02-2009 , (See Benefit.Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ASPHALT MIX(OVER 16 YARDS) $46.47 1T 5D 8L DUMP TRUCK $45.63 1T 5D 8L DUMP TRUCK&TRAILER $46.47 1T 5D 8L OTHER TRUCKS $46.47 1T 5D 8L TRANSIT MIXER $23.45 1 WELL DRILLERS&IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $17.71 1 OILER $12.97 1 WELL DRILLER $18.00 1 Page 10 BENEFIT CODE KEY-EFFECTIVE 09-02-2009 OVERTIME CODES OVERTIME CALCULATIONS ARE BASED ON THE HOURLY RATE ACTUALLY PAID TO THE WORKER. ON PUBLIC WORKS PROJECTS,THE HOURLY RATE MUST BE NOT LESS THAN THE PREVAILING RATE OF WAGE MINUS THE HOURLY RATE OF THE COST OF FRINGE BENEFITS ACTUALLY PROVIDED FOR THE WORKER. 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 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. IALL 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 AND ALL WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. E. THE FIRST TWO(2)HOURS AFTER EIGHT(8)REGULAR HOURS MONDAY"THROUGH FRIDAY AND THE FIRST EIGHT ' (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER HOURS WORKED MONDAY THROUGH SATURDAY,AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. F. THE FIRST TWO(2)HOURS AFTER EIGHT(8)REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN(10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS WORKED,EXCEPT LABOR DAY,SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. G. THE FIRST TEN (10) HOURS WORKED ON SATURDAYS AND THE FIRST TEN (10) HOURS WORKED ON A FIFTH CALENDAR WEEKDAY IN A FOUR - TEN HOUR SCHEDULE, SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. H. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS OR EQUIPMENT BREAKDOWN)SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. 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 DOUBLE THE HOURLY RATE OF WAGE. K. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. L. ALL HOURS WORKED IN EXCESS OF TEN(10) HOURS PER DAY"MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. M. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER 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 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 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 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, 7 BENEFIT CODE KEY-EFFECTIVE 09-02-2009 -2- I. Q. THE FIRST TWO(2) HOURS AFTER EIGHT(8) REGULAR HOURS MONDAY THROUGH FRIDAY AND UP TO TEN (10) HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN(10)HOURS PER DAY"MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS(EXCEPT CHRISTMAS DAY)SHALL BE PAID AT DOUBLE THE HOURLY RATE , OF WAGE. ALL HOURS WORKED ON CHRISTMAS DAY SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. S. THE FIRST TWO(2)HOURS AFTER EIGHT(8)REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT t (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 THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLYRATE OF WAGE. V. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS(EXCEPT THANKSGIVING DAY AND CHRISTMAS DAY) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON THANKSGIVING DAY AND CHRISTMAS DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. WHEN A FOUR(4)DAY,TEN(10)HOUR WORKWEEK IS ESTABLISHED, 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 t 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 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 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 HOURLY 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. 2. ALL HOURS WORKED IN EXCESS OF EIGHT(8) HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE t AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. THE FIRST SIX'(6) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF ' WAGE. ALL HOURS WORKED IN EXCESS OF SIX(6)HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. 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. 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. 2. I. ALL HOURS WORKED ON SATURDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE- HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. J. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE, INCLUDING THE HOLIDAY PAY. ALL HOURS WORKED ON UNPAID HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. K. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE IN ADDITION TO 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 MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. iM. 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. 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. 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 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 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 HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL. BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. 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) 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 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. 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 5. A. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(7). B. HOLIDAYS: NEW YEAR'S DAY, MEMORI.AL 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 FRIDAY AND SATURDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). 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 t 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). 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' t 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, THANKSGIVING DAY, AND CHRISTMAS DAY(6). BENEFIT CODE KEY-EFFECTIV"E 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). 5. S. PAID HOLIDAYS: NEW YEAR'S DAY,PRESIDENTS'DAY,MEMORIAL DAY",INDEPENDENCE DAY.LABOR DAY, THANKSGIVING DAY,AND CHRISTMAS DAY(7). T. PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS DAY,AND THE DAY BEFORE OR AFTER CHRISTMAS(9). 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. 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, WASHINGTONS BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,CHRISTMAS DAY AND A FLOATING HOLIDAY(8). Y. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,PRESIDENTIAL ELECTION DAY, THANKSGIVING DAY,THE FRIDAY FOLLOWING THANKSGIVNG DAY,AND CHRISTMAS DAY"(8). Z. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIV'NG 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 THANKSGIVNG 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). E. PAID HOLIDAYS: NEW YEAR'S DAY,DAY BEFORE OR AFTER NEW YEAR'S DAY,PRESIDENTS DAY,MEMORIAL DAY, INDEPENDENCE DAY,LABOR DAY,THANKSGIVNG 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,THANKSGIVNG 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, 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). 1 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,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVNG DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY AFTER CHRISTMAS, AND A FLOATING HOLIDAY(9). L. HOLIDAYS: NEW YEAR'S DAY;MEMORIAL DAY,INDEPENDENCE DAY, LABOR DAY,THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY.(8) Q. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY, VETERANS DAY, THANKSGIVING DAY;THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY(8). UNPAID HOLIDAY_ PRESIDENTS'DAY. BENEFIT CODE KEY-EFFECTIVE 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 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 1,50'-$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: OVER 50'TO 100'-$1.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100'TO 150'-$1.50 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 150'TO 200'-$2.00 PER FOOT FOR EACH FOOT OVER 150 FEET OVER 200'-DIVERS MAY NAME THEIR OWN PRICE D. WORKERS WORKING WITH SUPPLIED AIR ON HAZMAT PROJECTS RECEIVE AN ADDITIONAL$1.00 PER HOUR. L. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS-LEVEL A: $0.75,LEVEL B:$0.50,AND LEVEL C:$0.25. M. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS: LEVELS A&B: $1.00, LEVELS C&D:$0.50. N. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS-LEVEL A:$1.00,LEVEL B:$0.75,LEVEL C:$0.50,AND LEVEL D:$0.25 P. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY"PREMIUMS AS FOLLOWS -CLASS A SUIT: $2.00, CLASS B SUIT:$1.50, CLASS C SUIT:$1.00,AND CLASS D SUIT$0.50. Department f Labor and Industries � STAT�.�� STATEMENT OF INTENT TO Prevaailiiling ng Wage 4 _ - (360)902- 335 PAY PREVAILING WAGES www.liii.wa.gov/TradesLicensing/PrevWage w rass Public Works Contract a $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) • Once approved,your form will be posted online at the website above. Awarding Agency Address „PROVED FORMWILL BE ILED TOTHIS ADDRESS:^ it a� Contractor,company or agency name,address,city,state&ZIP+4 City State ZIP+4 Awarding Agency Project Contact Person Phone Number tCounty 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? ❑ Yes El No ❑ Yes ❑ No -- ---- —._ .-...---........... --- - — Prime's Contractor Registration Number Prime's UBI Number Responding"Yes"to either of the questions above will then require you to list the subcontractor,their UBI 4,and Contractor Registration 4(if they are required to have one)on Addendum B of the Affidavit of Wages Paid form. Number of Owner/Operators that own at least 30%of the company who will perform Expected job start date(mm/dd/yy) Do you intend to use apprentice work on the project: employees? Will employees perform work on this project? ❑Yes ❑No If"Yes",please list ❑ Yes ❑ No worker's craft/trade/occupation below.(If you choose"No"and this changes later,you certify that you will submit a new form listing workers. Craft/trade/occupation.(Do NOT list apprentices.)When using employees in Estimated number Rate of Rate of hourly more than one craft,each craft transition must be accurately recorded on the time sheet. of workers hourly pay fringe benefits jONLY SAMPLE Company Frame Indicate total dollar amount of your contract (including Sales Tax) or time and materials, if applicable. Address 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 City State ZIP+4 the Prevailing Wage Rate(s)as determined by the Industrial Statistician of the Department of Labor and Industries. Contractor Registration Number UBI Number Title Signature Industrial Insurance Account Number Email Address Phone Number For I z4cI Use'Onl y Check Number: ❑ $40 or gxqpll For i&I Use.Only Issued By: APPROVED: Department of Labor and Industries By Industrial Statistician F700-029-000 statement of intent to pay prevailing wages 05-08 DO NOT SEPARATE FORMS PRIOR TO APPROVAL BY L&I (White&canary copies must be submitted-canary will be retained by L&I after approval.) INSTRUCTIONS TO COMPLETE THE STATEMENT OF INTENT OT PAY PREVAILING WAGES Starting in the upper right hand corner of the form: *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 Prune 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 performed. 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) *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 joumey-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 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. *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 top of each form"Page 1 of 2","Page 2 of 2",etc.No additional fee is required.No other attachments will be accepted. I Approval of this Intent will be based on the information provided by the contractor/subcontractor. It does not signify iapproval 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://w�i-�a-.Ini.��a.90Vfl radesl_,icensin /PrevVti%aye 1 Please submit both copies (white and canary)and the S40 filing fee to: Management Services Dept. of Labor and Industries PO Box 44835 Olympia,WA 98504-483-5 (360)902-5335 F700-029-000 intent-back 05-05 Department of Labor and Industries AFFIDAVIT OF WAGES PAID Prevailing Wage ��y ZZ: 0 (360)902-5335 Public Works Contract www.Ini.wa.gov/TradesLicensing/PrevWage T �_ $40.00 Filing Fee Required www.Ini.wa.gov/TradesLicensiiig/PrevWage rase doy . Affidavit 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) • Once approved,your form will be posted online at the website above. APPROVEI� Q.RiVi�VILL BE MAILIEDTO IITSADDR.ESS Awarding Agency Address F Yi r,�, Contractor,company or agency name,address,city,state&ZIP+4 City State ZIP+4 Awarding Agency Project Contact Person Phone Number County where work was performed City where work was performed jBid 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) Prime's Contractor Registration Number Prime's UBI Number Intent ID# Was all work subcontracted? Did you use subcontractors? I Number of Owner/Operators that own at least 30%of the company who will perform ❑ Yes LJ No ❑ Yes ❑ No work on the project: Responding"Yes"to either of the above questions will require that you fill out Addendum B,List of Nest Tier Subcontractors. Did Employees Perform Work on this Project? ❑Yes ❑No If"Yes",please list Job start date (mm/dd/yy) worker's craft/trade/occupation below. Craft/trade/occupation and apprentices.(For apprentices,give name, Number Total#of hours Rate of Rate of hourly registration#,trade,dates of work on project,stage of progression,wage and fringe.) of workers worked—ea.trade hourly pay fringe benefits SAMPLE I � i ONLY Company Name Indicate total dollar amount of your contract (including Sales Address I hereby certify that the information, including any addenclums, is correct and that all workers I employed on this Public Works City State ZIP+4 Project were paid no less than the Prevailing Wage Rate(s) as determined by the Industrial Statistician of the Department of Labor and Industries. Contractor Registration Number UBI Number Title Signature Industrial Insurance Account Number Email address Phone Numbers For I&I Ilse Onl Check Number: ❑ S40 or S w Only �� Issued ., By: APPROVED: Department of Labor and Industries i t By — Industrial Statistician _ F700-007-000'affidavit of wages 05-08 DO NOT SEPARATE FORMS PRIOR TO APPROVAL BY L&I (White&canary copies must he submitted-canary will be retained by L&I after approval.) i INSTRUCTIONS TO COMPLETE THE AFFIDAVIT OF WAGES PAID Starting in the upper right hand corner of the form: *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 *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. *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. *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 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. *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). 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 I of 2","Page 2 of 2",etc.No additional fee is required.No other attachments will be accepted. IApproval 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. Prevailing wage rates are available on the Internet at http:/hvivw.Ini.wa.Lov;rfradesLicensing/PrevWa2e 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 F700-007-000 affidavit of wages-back 05-05 CERTIFICATION OF PAYMENT OF PREVAILING WAGES Date: Ref: Pay Estimate No. Project: 2009 Pump Station Electrical Upgrades CAG No. This is to certify that the prevailing wages have been paid to our employees and our subcontractors' employees for the period from through in accordance with the Intents to Pay Prevailing Wage filed with the Washington State Department of Labor&Industries. This form will be executed and submitted prior to or with the last pay request. ECompany Name By. Title: j t 1 1 1 CertificationOfPaymentOfWages\ WSDOT AMENDMENTS Division 1 and 9 Only 1 Last Updated August 19, 2009 l t r r � Division 1 i t 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 11 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 1 requested by the Project Engineer to support a continuing protest) described in item 2 2 above. 3 4 SECTION 1-05, CONTROL OF WORK 5 April 7, 2008 6 1-05.1 Authority of the Engineer 7 The fourth paragraph is revised to read: 8 9 At the Contractor's risk, the Project Engineer may suspend all or part of the Work 10 according to Section 1-08.6. 11 12 1-05.12 Final Acceptance 13 The second paragraph is revised to read: 14 15 The Contractor agrees that neither completion nor final acceptance shall relieve the 16 Contractor of the responsibility to indemnify, defend, and protect the Contracting Agency 17 against any claim or loss resulting from the failure of the Contractor (or the 18 subcontractors or lower tier subcontractors) to pay all laborers, mechanics, 19 subcontractors, materialpersons, or any other person who provides labor, supplies, or 20 provisions for carrying out the Work or for any payments required for unemployment 21 compensation under Title 50 RCW or for industrial insurance and medical aid required 22 under Title 51 RCW. 23 24 SECTION 1-06, CONTROL OF MATERIALS 25 August 3, 2009 26 1-06.2(2)A General 27 Tables 1 and 2 are revised to read: 28 Table 1 29 Estimated Percent of Work Within Specification Limits Estimated Upper Quality Index Qu or Lower Quality Index QL Percent Within n=10 n=12 Specification n=3 n=4 n=5 n=6 n=7 n=8 n=9 to to Limits n=11 n=14 (Pu or PL) I I 100 1.16 1.49 1.72 1.88 1.99 2.07 2.13 2.20 2.28 99 - 1.461.64 1.75 1.82 1.881.91 1.96 2.01 98 - 1.431.58 1.66 1.72 1.751.781.81 1.84 97 1.15 1401. .52 1.59 1.63 1.66 1.68 1.71 1.73 96 - 1.371.47 1.52 1.56 1.58 1.60 1.62 1.64 95 1.14 1.34 1.42 1.47 1.49 1.51 1.52 1.54 1.55 94 - 1.31 1.38 1.41 1.43 1.45 1.46 1.47 1.48 93 1.13 1.28 1.33 1.36 1.38 1.39 1.40 1.41 1.41 92 1.12 1.25 1.29 1.31 1.33 1.33 1.34 1.35 1.35 91 1.11 1.22 1.25 1.27 1.28 1.28 1.29 1.29 1.30 90 1.10 1.19 1.21 1.23 1.23 1.24 1.24 1.24 1.25 89 1.09 1.16 1.18 1.18 1.19 1.19 1.19 1.19 1.20 88 1.07 1.13 1.14 1.14 1.15 1.15 1.15 1.15 1.15 87 1.06 1.10 1.10 1.10 1.10 1.10 1.10 1.10 1.11 86 1.04 1.07 1.07 1.07 1.07 1.06 1.06 1.06 1.06 85 1.03 1.04 1.03 1.03 1.03 1.03 1.02 1.02 1.02 84 1.01 1.01 1.00 0.99 0.99 0.99 0.99 0.98 0.98 83 0.99 0.98 0.97 0.96 0.95 0.95 0.95 0.95 0.94 82 0.97 0.95 0.93 0.92 0.92 0.92 0.91 0.91 0.91 81 0.95 0.92 0.90 0.89 0.88 0.88 0.88 0.87 0.87 80 0.93 0.89 0.87 0.86 0.85 0.85 0.84 0.84 0.84 79 0.91 0.86 0.84 0.82 0.82 0.81 0.81 0.81 0.80 78 0.88 0.83 0.81 0.79 0.79 0.78 0.78 0.77 0.77 77 0.86 0.80 0.77 0.76 0.75 0.75 0.74 0.74 0.74 76 0.83 0.77 0.74 0.73 0.72 0.72 0.71 0.71 0.70 75 0.81 0.74 0.71 0.70 0.69 0.69 0.68 0.68 0.67 74 0.78 0.71 0.68 0.67 0.67 0.65 0.65 0.65 0.64 73 0.75 0.68 0.65 0.64 0.63 0.62 0.62 0.62 0.61 72 0.73 0.65 0.62 0.61 0.60 0.59 0.59 0.59 0.58 71 0.70 0.62 0.59 0.58 0.57 0.57 0.56 0.56 0.55 70 0.67 0.59 0.56 0.55 0.54 0.54 0.53 0.53 0.52 69 0.64 0.56 0.53 0.52 0.51 0.51 0.50 0.50 0.50 68 0.61 0.53 0.50 0.49 0.48 0.48 0.48 0.47 0.47 67 0.58 0.50 0.47 0.46 0.45 0.45 0.45 0.44 0.44 66 0.55 0.47 0.45 0.43 0.43 0.42 0.42 0.42 0.41 65 0.51 0.44 0.42 0.40 0.40 0.39 0.39 0.39 0.38 64 0.48 0.41 0.39 0.38 0.37 0.37 0.36 0.36 0.36 63 0.45 0.38 0.36 0.35 0.34 0.34 0.34 0.33 0.33 62 0.41 0.35 0.33 0.32 0.32 0.31 0.31 0.31 0.30 61 0.38 0.30 0.30 0.30 0.29 0.28 0.28 0.28 0.28 60 0.34 0.28 0.28 0.25 0.25 0.25 0.25 0.25 0.25 59 0.31 0.27 0.25 0.23 0.23 0.23 0.23 0.23 0.23 58 0.30 0.25 0.23 0.20 0.20 0.20 0.20 0.20 0.20 57 0.25 0.20 0.18 0.18 0.18 0.18 0.18 0.18 0.18 56 0.20 0.18 0.16 0.15 0.15 0.15 0.15 0.15 0.15 55 0.18 0.15 0.13 0.13 0.13 0.13 0.13 0.13 0.13 54 0.15 0.13 0.10 0.10 0.10 0.10 0.10 0.10 0.10 53 0.10 0.10 0.08 0.08 0.08 0.08 0.08 0.08 0.08 52 0.08 0.05 0.05 0.05 0.05 0.05 0.05 0.05 0.05 51 0.05 0.03 0.03 0.03 0.03 0.03 0.03 0.03 0.03 50 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 1 3 (continued) 1 Table 1 continued 2 Estimated Percent of Work Within Specification Limits Estimated Percent Within Upper Quality Index Qu or Lower Quality Specification Index QL Limits (PuorPJ n=15 n=18 n=23 n=30 n=43 n=67 to to to to to to n=17 n=22 n=29 n=42 n=66 CO 100 2.34 2.39 2.44 2.48 2.51 2.56 99 2.04 2.07 2.09 2.12 2.14 2.16 98 1.87 1.89 1.91 1.93 1.94 1.95 97 1.75 1.76 1.78 1.79 1.80 1.81 96 1.65 1.66 1.67 1.68 1.69 1.70 95 1.56 1.57 1.58 1.59 1.59 1.60 94 1.49 1.50 1.50 1.51 1.51 .1.52 93 1.42 1.43 1.43 1.44 1.44 1.44 92 1.36 1.36 1.37 1.37 1.37 1.38 91 1.30 1.30 1.31 1.31 1.31 1.31 90 1.25 1.25 1.25 1.25 1.26 1.26 89 1.20 1.20 1.20 1.20 1.20 1.20 88 1.15 1.15 1.15 1.15 1.15 1.15 87 1.11 1.11 1.11 1.11 1.11 1.11 86 1.06 1.06 1.06 1.06 1.06 1.06 85 1.02 1.02 1.02 1.02 1.02 1.02 84 0.98 0.98 0.98 0.98 0.98 0.98 83 0.94 0.94 0.94 0.94 0.94 0.94 82 0.91 0.90 0.90 0.90 0.90 0.90 81 0.87 0.87 0.87 0.87 0.87 0.87 80 0.83 0.83 0.83 0.83 0.83 0.83 79 0.80 0.80 0.80 0.80 0.80 0.79 78 0.77 0.76 0.76 0.76 0.76 0.76 77 0.73 0.73 0.73 0.73 0.73 0.73 76 0.70 0.70 0.70 0.70 0.70 0.70 75 0.67 0.67 0.67 0.67 0.67 0.66 74 0.64 0.64 0.64 0.64 0.64 0.63 73 0.61 0.61 0.61 0.61 0.61 0.60 72 0.58 0.58 0.58 0.58 0.58 0.57 71 0.55 0.55 0.55 0.55 0.55 0.54 70 0.52 0.52 0.52 0.52 0.52 0.52 69 0.49 0.49 0.49 0.49 0.49 0.49 68 0.47 0.46 0.46 0.46 0.46 0.46 67 0.44 0.44 0.43 0.43 0.43 0.43 66 0.41 0.41 0.41 0.41 0.41 0.40 65 0.38 0.38 0.38 0.38 0.38 0.38 64 0.36 0.35 0.35 0.35 0.35 0.35 63 0.33 0.33 0.33 0.33 0.33 0.32 62 0.30 0.30 0.30 0.30 0.30 0.30 61 0.28 0.28 0.28 0.28 0.28 0.28 60 0.25 0.25 0.25 0.25 0.25 0.25 j I 59 0.23 0.23 0.23 0.23 0.23 0.23 58 0.20 0.20 0.20 0.20 0.20 0.20 57 0.18 0.18 0.18 0.18 0.18 0.18 56 0.15 0.15 0.15 0.15 0.15 0.15 55 0.13 0.13 0.13 0.13 0.13 0.13 54 0.10 0.10 0.10 0.10 0.10 0.10 53 0.08 0.08 0.08 0.08 0.08 0.08 52 0.05 0.05 0.05 0.05 0.05 0.05 51 0.03 0.03 0.03 0.03 0.03 0.03 50 0.00 0.00 0.00 0.00 0.00 0.00 1 B G I I 1 spill was caused by or resulted from the Contractor's operations, negligence, or 2 omissions. 3 4 1-07.16(2) Vegetation Protection and Restoration 5 The last sentence in the first paragraph is revised to read: 6 7 The Engineer will designate the vegetation to be saved and protected by a site 8 preservation line, high visibility fencing, or individual flagging. 9 10 This section is supplemented with the following new sub-section: 11 12 1-07.16(2)A Wetland and Sensitive Area Protection 13 Existing wetland and other environmentally sensitive areas, where shown in the Plans =s 14 or designated by the Engineer, shall be saved and protected through the life of the 15 Contract. When applicable, a site preservation line has been established as a boundary 16 between work zones and sensitive environmental areas. u 17 18 The Contractor shall install high visibility fence as shown in the Plans or designated by 19 the Engineer in accordance with 8-01.3(1). The areas to be protected include critical 20 environmental areas, buffer zones, and other areas of vegetation to be preserved. The 21 Contractor shall keep areas identified by the site preservation lines free of construction 22 equipment, construction materials, debris, and runoff. No access, to include but not 23 limited to excavation, clearing, staging, or stockpiling shall be performed inside the 24 protected area. 25 26 1-07.16(4) Archaeological and Historical Objects 27 This section is supplemented with the following new sub-section: 28 29 1-07.16(4)A Inadvertent Discovery of Human Skeletal Remains , 30 If human skeletal remains are encountered by the Contractor, they shall not be further 31 disturbed. The Contractor shall immediately notify the Engineer of any such finds, and 32 shall cease all work adjacent to the discovery, in an area adequate to provide for the . 33 total security and protection of the integrity of the skeletal remains. The Engineer may 34 require the Contractor to suspend Work in the vicinity of the discovery until final 35 determinations and removal of the skeletal remains is completed. 36 37 If the Engineer finds that the suspension of Work in the vicinity of the discovery 38 increases or decreases the cost or time required for performance of any part of the 39 Work under this Contract, the Engineer will make an adjustment in payment or the time 40 required for the performance of the Work in accordance with Sections 1-04.4 and 1- 41 08.8. 42 43 1-07.17(2) Utility Construction, Removal or Relocation by Others 44 The first sentence in the second paragraph is revised to read: s 45 46 If the Contract provides notice that utility work (including furnishing, adjusting, 47 relocating, replacing, or constructing utilities) will be performed by others during the 48 prosecution of the Work, the Special Provisions will establish the utility owners - 49 anticipated completion. 50 51 The first sentence in the third paragraph is revised to read: 52 1 When others delay the Work through late performance of utility work, the Contractor 2 shall adhere to the requirements of Section 1-04.5. 3 4 1-07.23 Public Convenience and Safety 5 This section is revised to read: 6 7 The Contractor shall be responsible for providing adequate safeguards, safety devices, 8 protective equipment, and any other needed actions to protect the life, health, and 9 safety of the public, and to protect property in connection with the performance of the 10 Work covered by the Contract. The Contractor shall perform any measures or actions 11 the Engineer may deem necessary to protect the public and property. The responsibility 12 and expense to provide this protection shall be the Contractor's except that which is to 13 be furnished by the Contracting Agency as specified in other sections of these 14 Specifications. Nothing contained in this Contract is intended to create any third-party 15 beneficiary rights in favor of the public or any individual utilizing the Highway facilities 16 being constructed or improved under this Contract. 17 18 1-07.23(1) Construction Under Traffic 19 The second sentence in the second paragraph is revised to read: 20 21 The Contractor shall maintain existing roads, streets, sidewalks; and paths within the 22 project limits, keeping them open, and in good, clean, safe condition at all times. 23 24 The fifth sentence in the second paragraph is revised to read: 25 26 The Contractor shall also maintain roads, streets, sidewalks, and paths adjacent to the 27 project limits when affected by the Contractor's operations. 28 29 The final paragraph in this section is deleted. 30 31 1-07.23(2) Construction and Maintenance of Detours 32 Number 1. under the first paragraph is revised to read: 33 34 Detours and detour bridges that will accommodate traffic diverted from the Roadway, 35 bridge, sidewalk or path during construction, 36 37 SECTION 1-08, PROSECUTION AND PROGRESS 38 August 3, 2009 39 1-08.1 Subcontracting T 40 Item (2) in the first sentence of the seventh paragraph is revised to read: 41 42 (2) Delivery of these materials to the Work site in vehicles owned or operated by such 43 plants or by recognized independent or commercial hauling companies hired by 44 those commercial plants. 45 46 1-08.3(2)A Type A Progress Schedule 47 This section is revised to read: 48 49 The Contractor shall submit five copies of a Type A Progress Schedule no later than 10 50 days after the date the contract is executed, or some other mutually agreed upon 51 submittal time. The schedule may be a critical path method (CPM) schedule, bar chart, 1 or other standard schedule format. Regardless of which format used, the schedule shall 2 identify the critical path. The Engineer will evaluate the Type A Progress Schedule and 3 approve or return the schedule for corrections within 15 calendar days of receiving the 4 submittal. 5 6 1-08.4 Prosecution of Work 7 This section is supplemented with the following: 8 9 When shown in the Plans, the first order of work on this project shall be the installation 10 of high visibility fencing to delineate all areas for protection or restoration, as described 11 in the Contract. Installation of high visibility fencing adjacent to the roadway shall occur 12 after the placement of all necessary signs and traffic control devices are in place in 13 accordance with 1-10.1(2). Upon construction of the fencing, the Contractor shall 14 request the Engineer to inspect the fence. No other work shall be performed on the site 15 until the Contracting Agency has accepted the installation of high visibility fencing, as 16 described in the Contract. 17 18 1-08.5 Time for Completion 19 The third sentence in the first paragraph is revised to read: 20 21 A nonworking day is defined as a Saturday, a Sunday, a whole or half day on which the 22 Contract specifically prohibits Work on the critical path of the Contractor's approved 23 progress schedule, or one of these holidays: January 1, the third Monday of January, 24 the third Monday of February, Memorial Day, July 4, Labor Day, November 11, 25 Thanksgiving Day, the day after Thanksgiving, and Christmas Day. 26 27 1-08.6 Suspension of Work 28 The first paragraph is revised to read: 29 30 The Engineer may order suspension of all or any part of the Work if: 31 32 1. Unsuitable weather that prevents satisfactory and timely performance of the 33 Work; or 34 35 2. The Contractor does not comply with the Contract: or 36 37 3. It is in the public interest. 38 39 1-08.7 Maintenance During Suspension 40 The first sentence in the fourth paragraph is revised to read: 41 42 If the Engineer determines that the Contractor has pursued the Work diligently before 43 the suspension, then the Contracting Agency will maintain the temporary Roadway (and 44 bear its cost). 45 46 The fifth paragraph is revised to read: 47 48 The Contractor shall protect and maintain all other Work in areas not used by traffic. All 49 costs associated with protecting and maintaining such Work shall be the responsibility of 50 the Contractor, except those costs associated with implementing the TESC Plan 51 according to Section 8-01. 1 2 The seventh paragraph is revised to read: 3 4 After any suspension, the Contractor shall resume all responsibilities the Contract 5 assigns for the Work. 6 7 SECTION 1-09, MEASUREMENT AND PAYMENT 8 April 7, 2008 9 1-09.9 Payments 10 The first paragraph is supplemented with the following: 11 12 For items Bid as lump sum, the Contractor shall submit a breakdown of their lump sum 13 price in sufficient detail for the Project Engineer to determine the value of the Work 14 performed on a monthly basis. Lump sum breakdowns shall be provided to the Project 15 Engineer no later than the date of the preconstruction meeting. 16 17 The second sentence in the third paragraph is revised to read: 18 19 Unless otherwise provided in the payment clause of the applicable Specifications, partial 20 payment for lump sum Bid items will be a percentage of the price in the Proposal based 21 on the Project Engineer's determination of the amount of Work performed, with 22 consideration given to but not exclusively based on the Contractors lump sum 23 breakdown. 24 25 The third paragraph is supplemented with the following: 26 27 The determination of payments under the contract will be final in accordance with 28 Section 1-05.1. 29 30 1-09.9(1) Retainage 31 In the fourth paragraph, number 1, the reference to $20,000 is revised to read $35,000. 32 33 SECTION 1-10, TEMPORARY TRAFFIC CONTROL 34 August 3, 2009 35 1-10.1(2) Description 36 The following new paragraph is inserted after the second paragraph: 37 38 Unless otherwise permitted by the Contract or approved by the Project Engineer, the 39 Contractor shall keep all existing pedestrian routes and access points (including 40 sidewalks, paths and crosswalks) open and clear at all times. 41 42 The second and third sentences in the third paragraph are revised to read: 43 44 The Contractor shall erect and maintain all construction signs, warning signs, detour 45 signs, and other traffic control devices necessary to warn and protect the public.at all 46 times from injury or damage as a result of the Contractor's operations which may occur 47 on or adjacent to Highways, roads, streets, sidewalks or paths. No Work shall be done 48 on or adjacent to any Traveled Way until all necessary signs and traffic control devices 49 are in place. 50 l 1 1-10.2(1) General 2 The second sentence in the third paragraph is revised to read: 3 4 Possession of a current TCS card and flagging card by the primary and alternate TCS is 5 mandatory. 6 7 1-10.2(1)B Traffic Control Supervisor 8 In number 1. under the third paragraph, the reference to the book Quality Guidelines for 9 Work. Zone Traffic Control Devices is revised to Quality Guidelines for Temporary Traffic 10 Control Devices. _. 11 12 In number 2. under the third paragraph, the second sentence is revised to read: 13 14 Traffic control devices shall be inspected at least once per hour during working hours 15 except that Class A signs need to be checked only once a week and nighttime lighting 16 need to be checked only once a shift. 17 18 1-10.2(2) Traffic Control Plans 19 The first sentence in the first paragraph is revised to read: 20 21 The traffic control plan or plans appearing in the Contract documents show a method of 22 handling vehicle, bicycle and pedestrian traffic. 23 24 In the third sentence of the second paragraph, the reference to "MUTCD, Part VI" is revised 25 to "MUTCD, Part 6". 26 27 1-10.2(3) Conformance to Established Standards 28 The second paragraph is revised to read: 29 30 In addition to the standards of the MUTCD described above, the Contracting Agency 31 has crashworthiness requirements for most workzone devices. The National 32 Cooperative Highway Research Project (NCHRP) Report 350 has established 33 requirements for crash testing. Workzone devices are divided into four categories. Each 34 of those categories is described below: 35 36 In the paragraph that begins with "Category 2", the second sentence is revised to read: 37 38 Examples of this class are barricades, portable sign supports and signs. 39 40 1-10.3(1) Traffic Control Labor 41 The second paragraph is revised to read: 42 43 Vests and other high visibility apparel shall be in conformance with Section 1-07.8. 44 45 1-10.3(1)A Flaggers and Spotters 46 The following is inserted after the fifth sentence of the second paragraph: 47 48 Flagger station illumination shall meet the requirements of the MUTCD and these 49 specifications. 50 51 The Contractor shall provide portable lighting equipment capable of sufficiently 52 illuminating a flagger and their station without creating glare for oncoming motorists, yet 1 1 will meet the mobility requirements of the operation. The lighting stations shall be 2 located on the same side of the roadway as the flagger and aimed either parallel or 3 perpendicular to the traveled lanes to minimize glare. The lighting devices shall be 4 located 5 to 10 feet from the edge of the travel lane with a mounting height of 15 to 25 ft 5 above the ground. The flagger should be visible and discernable as a flagger from a 6 distance of 1000 feet. 7 8 The fourth sentence of the fourth paragraph is revised to read: 9 10 The duties of a spotter shall not include flagging and the use of a flagging paddle while 11 performing spotting duties is not allowed. 12 13 1-10.3(2)B Rolling Slowdown 14 The first two paragraphs are deleted and replaced with the following: 15 16 Rolling slowdown traffic control operations are not to be used for routine work that can 17 be addressed by standard lane or shoulder closure traffic control. When a short-term 18 roadway closure is needed for an infrequent, non-repetitive work operation such as a 19 sign bridge removal, or utility wire crossing, the Contractor may implement a rolling 20 slowdown on a multi-lane roadway, as part of an approved traffic control plan. 21 22 The Contractor shall submit for approval a traffic control plan detailing the expected 23 delay time, interchange ramp control and rolling slowdown distance. A portable 24 changeable message sign shall be placed ahead of the starting point of the traffic 25 control to warn traffic of the slowdown. The sign shall be placed far enough ahead of the 26 Work to avoid any expected backup of vehicles. 27 28 A rolling slowdown shall use traffic control vehicles with flashing amber lights. At least 29 one traffic control vehicle will be used for every two lanes to be slowed, plus a control 30 vehicle will serve as a following (chase) vehicle for traffic ahead of the blockade. The 31 traffic control vehicles shall enter the roadway and form a moving blockade to reduce 32 traffic speeds and create a clear area ahead of the blockade in which to accomplish the 33 work without a total stoppage of traffic. 34 35 1-10.3(2)C Lane Closure Setup/Takedown 36 The following is inserted in front of item 1. of the first paragraph: 37 38 A portable changeable message sign shall be established in advance of the operation, 39 far enough back to provide warning of both the operation and of any queue of traffic that 40 has formed during the operation. 41 42 The second paragraph is revised to read: 43 44 Once the lane is closed, the TMA/arrow board combination shall be replaced with an 45 arrow board without attenuator. 46 47 The second sentence of the third paragraph is revised to read: 48 49 A truck-mounted attenuator with arrow board is required during the process of closing 50 each additional lane and is to be replaced with an arrow board without attenuator after 51 the lane is closed. 52 1 1-10.3(2)D Mobile Operations 2 The first sentence of the first paragraph is revised to read: 3 4 Where construction operations are such that movement along the length of a Roadway 5 is continuous or near-continuous to the extent that a stationary traffic control layout will 6 not be effective, the Contractor may implement a moving, or mobile, traffic control 7 scheme. 8 9 1-10.3(3)A Construction Signs 10 The third paragraph is revised to read: 11 12 All existing signs, new permanent signs installed under this Contract, and construction 13 signs installed under this Contract that are inappropriate for the traffic configuration at a 14 given time shall be removed or completely covered in accordance with Section 8- 15 21.3(3). 16 17 The seventh sentence of the fourth paragraph is revised to read: 18 19 Class B construction signs are those signs that are placed and removed daily, or are 20 used for short durations which may extend for one to three days. 21 22 The fourth paragraph is supplemented with the following: 23 24 Tripod mounted signs in place more than three days in any one location, unless 25 approved by the Engineer, shall be required to be post mounted and shall be classified 26 as Class A construction signs. 27 28 The fifth paragraph is revised to read: 29 30 Where it is necessary to add weight to signs for stability, sand bags or other similar 31 ballast may be used but the height shall not be more than 4-inches above the Roadway 32 surface, and shall not interfere with the breakaway features of the device. The 33 Contractor shall follow the manufacturer's recommendations for sign ballasting. 34 35 1-10.3(3)B Sequential Arrow Signs 36 The second and third sentences of the first paragraph are deleted. 37 � 38 1-10.3(3)C Portable Changeable Message Sign 39 The second sentence of the first paragraph is deleted. 40 41 1-10.3(3)D Barricades 42 The second paragraph is revised to read: 43 44 Where it is necessary to add weight to barricades for stability, sand bags or other similar 45 ballast may be used but the height shall not be more than 4-inches above the Roadway 46 surface and shall not interfere with the breakaway features of the device. The 47 Contractor shall follow the manufacturer's recommendation for sign ballasting. 48 49 1-10.3(3)E Traffic Safety Drums 50 The second paragraph is revised to read: 51 1 Used drums may be utilized provided all drums used on the project are of essential) Y � P P 1 Y 2 the same configuration and the devices conform to Section 1-10.2(3). 3 4 1-10.3(3)G Traffic Cones 5 This section including title is revised to read: 6 7 1-10.3(3)G Traffic Cones and Tall Channelizing Devices 8 Where shown on an approved traffic control plan or where ordered by the Engineer, the 9 Contractor shall provide, install and maintain traffic cones or tall channelizing devices. 10 Cones and tall channelizing devices shall be kept in good repair and shall be removed 11 immediately when directed by the Engineer. Where wind or moving traffic frequently 12 displaces cones, an effective method of stabilizing them, such as stacking two together 13 at each location, shall be employed or heavier weighted bases may be necessary. 14 15 1-10.3(3)J Truck-Mounted Attenuator 16 This section is supplemented with the following: 17 18 A TMA may be used in lieu of a temporary impact attenuator when approved by the 19 Engineer as part of a stage traffic control shift to protect an object such as blunt barrier 20 end, or bridge pier column that is located within the work zone clear zone. This use of a 21 TMA is restricted to a maximum of 3 days or approved extension by the Engineer. 22 23 1-10.3(3)K Portable Temporary Traffic Control Signal 24 The first paragraph is revised to read: 25 26 Where shown on an approved traffic control plan, the Contractor shall provide, operate, 27 maintain and remove a portable temporary traffic control signal system to provide 28 alternating one-lane traffic operations on a two-way facility. A portable temporary traffic 29 control signal system shall be defined as two traffic control units that operate together. 30 The system shall be trailer mounted, fully self-contained and designed so that it can be 31 easily transported and deployed at different locations. 32 33 The third sentence in the second paragraph is deleted. 34 35 The following is inserted in front of the sixth paragraph: 36 37 The Traffic Control Supervisor shall monitor and insure that the Portable Temporary 38 Traffic Control Signal is fully operational and maintained as specified by the 39 manufacturer. This Work may include cleaning and replacing lamps and other routine 40 maintenance as needed. 41 42 1-10.4(2) Item Bids with Lump Sum for Incidentals 43 The unit of measurement statement for "Portable Changeable Message Sign" is revised to 44 read: 45 46 "Portable Changeable Message Sign" will be measured by the hour for the time that 47 each sign is operating as shown on an approved Traffic Control Plan. 48 49 The unit of measurement statement for"Operation of Portable Changeable Message Sign" is 50 deleted. 51 1 The unit of measurement statement for"Portable Temporary Traffic Control Signal" is revised 2 to read: 3 4 No specific unit of measurement will apply to the lump sum item of"Portable Temporary 5 Traffic Control Signal". 6 7 1-10.5(1) Lump Sum Bid for Project (No Unit Items) 8 This section is revised to read: 9 10 "Project Temporary Traffic Control", lump sum. 11 12 The lump sum Contract payment shall be full compensation for all costs incurred by the 13 Contractor in performing the Contract Work defined in Section 1-10, except for costs 14 compensated by Bid Proposal items inserted through Contract Provisions as described 15 in Section 1-10.4(3). 16 17 1-10.5(2) Item Bids with Lump Sum for Incidentals 18 The unit of measure for"Portable Changeable Message Sign" is revised to "per hour'. 19 20 The bid item "Operation of Portable Changeable Message Sign" and the associated 21 paragraph are deleted. 22 23 The unit of measure for the bid item "Portable Temporary Traffic Control Signal," is revised to 24 lump sum. 25 26 The paragraph following "Portable Temporary Traffic Control Signal," is revised to read: 27 28 The lump sum Contract price shall be full compensation for all costs of labor, materials 29 and equipment incurred by the Contractor in performing the Contract Work as described 30 in Section 1-10.3(3)K, including all costs for. traffic control during manual control, 31 adjustment, malfunction, or failure of the portable traffic control signals and during 32 replacement of failed or malfunctioning signals. 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 1 lip �Ir � Division 9 it I i 1 t I i 1 1 1 1 6 1 1 SECTION 9-00, DEFINITIONS AND TESTS ' 2 August 3, 2009 3 9-00 Definitions and Tests 4 In regards to sieve sizes, all references in this division to "U.S" and "Square" are deleted. 5 6 9-00.4 Sieve Analysis of Aggregate 7 This section including title is revised to read: ' 8 9 9-00 Sieves for Testing Purposes 10 Test sieves shall be made either: (1) of woven wire cloth conforming to AASHTO 11 Designation M 92 or ASTM Designation E 11, or (2) of square-hole, perforated plates 12 conforming to ASTM Designation E 323. 13 ' 14 SECTION 9-02, BITUMINOUS MATERIALS 15 August 3, 2009 ' 16 9-02.1 Asphalt Material, General 17 This section is supplemented with the following: 18 19 The Asphalt Supplier of Performance Graded Asphalt Binder (PGAB) and Cationic 20 Emulsified Asphalt shall have a Quality Control Plan (QCP) in accordance with WSDOT 21 QC 2 "Standard Practice for Asphalt Suppliers That Certify Performance Graded and 22 Emulsified Asphalts." The Asphalt Supplier's QCP shall be submitted and approved by 23 the WSDOT State Materials Laboratory. Any change to the QCP will require a new QCP 24 to be submitted. The Asphalt Supplier of PGAB and Cationic Emulsified Asphalt shall 25 certify through the Bill of Lading that the PGAB or Cationic Emulsified Asphalt meets the 26 Specification requirements of the Contract. 27 28 9-02.1(4)A Quality Control Plan 29 This section including title is revised to read: 30 31 9-02.1(4)A Vacant 32 33 This section is supplemented with the following new subsection: 34 35 9-02.5 Warm Mix Asphalt (WMA) Additive. 36 Additives for WMA shall be approved by the Engineer. 37 38 SECTION 9-03, AGGREGATES 39 August 3, 2009 ' 40 9-03 Aggregates 41 In regards to sieve sizes, all references in this division to "U.S" and "Square" are deleted. 42 1. 43 9-03.1(1) General Requirements 44 The reference to ASTM C-1260 in the third, fifth, and sixth paragraphs is deleted. 45 46 The following new paragraph is inserted after the sixth paragraph: 47 1 The use of fly ash that does not meet the requirements of Table 2 of AASHTO M295 2 may be approved for use. The Contractor shall submit test results according to ASTM C 3 1567 through the Project Engineer to the State Materials Laboratory that demonstrate 4 that the proposed fly ash when used with the proposed aggregates and portland cement 5 will control the potential expansion to 0.20 percent or less before the fly ash and 6 aggregate sources may be used in concrete. The Contracting Agency may test the 7 proposed ASR mitigation measure to verify its effectiveness. In the event of a dispute, 8 the Contracting Agency's results will prevail. 9 '10 9-03.1(5)6 Grading 11 The table following the second paragraph is revised to read: 12 'Nominal 3 2-1/2 2 1-%2 1 3/4 '/z % No. 4 Maximum Aggregate , Size 3Y2" 100 3" 93-100* 100 ' 2 %2" 92-100* 100 2" 76-90 90-100* 100 1%2" 66-79 71-88 87-100* 100 1" 54-66 58-73 64-83 82-100* 100 3/4' 47-58 51-64 55-73 62-88 87-100* 100 %" 38-48 41-54 45-61 57-83 81-100* 100 3/" 33-43 35-47 39-54 43-64 60-88 86-100* 100 No. 4 22-31 24-34 26-39 29-47 34-54 41-64 48-73 68-100* No. 8 15-23 16-25 17-29 19-34 22-39 27-47 31-54 39-73 No. 16 9-17 10-18 11-21 12-25 14-29 17-34 20-39 24-54 28-73 No. 30 5-12 6-14 6-15 7-18 8-21 9-25 11-29 13-39 16-54 No. 50 2-9 2-10 3-11 3-14 3-15 4-18 5-21 6-29 7-39 No. 100 0-7 0-7 0-8 0-10 0-11 0-14 0-15 0-21 0-29 No. 200 0-2.0 0-2.0 0-2.0 0-2.0 0-2.0 0-2.0 0-2.0 0-2.0 0-2.5 * Nominal Maximum Size 13 9-03.4(2) Grading and Quality ' 14 The table following the second paragraph is revised to read: 15 ,Crushed Screening Percent Passing 3/4" - 1/2n W - Y2" - %% 3/8" — No. 4 - No. 4 No. 4 No. 4 No. 10 0 ill 100 --- --- --- --- 3/4" 95-100 100 --- --- --- 5/8" --- 95-100 1 100 --- Y2 0-20 --- 90-100 100 100 --- ' %11 0-5 --- 60-85 70-90 90-100 100 No. 4 --- 0-10 0-3 0-5 0-20 76-100 No. 10 --- 0-3 0-5 30-60 No. 200 0-1.5 0-1.5 0-1.5 0-1.5 0-1.5 0-10.0 % 90 90 90 90 90 90 ' fracture, by weight, min. 1 2 This section is supplemented with the following: 3 4 Fine aggregate used for choke stone applications meeting the grading requirements of 5 Section 9-03.1(2)B may be substituted for the No. 4 - 0 gradation. 6 7 9-03.6(3) Test Requirements 8 The sentence above the last paragraph is revised to read: 9 ' 10 WSDOT Test Method T 718 Pass 11 12 9-03.8(2) HMA Test Requirements 13 Under Mix Criteria, in the chart following number 4, "Modified Lottman Stripping Test' is 14 revised to "Stripping Evaluation WSDOT Test Method T 718". 15 16 9-03.8(3)B Gradation - Recycled Asphalt Pavement and Mineral Aggregate I 17 This section is revised to read: 18 19 The gradation for the new aggregate used in the production of the HMA shall be the ' 20 responsibility of the Contractor, and when combined with recycled material, the 21 combined material shall meet the gradation Specification requirements for the specified 22 Class HMA as listed in Section 9-03.8(6) or as shown in the Special Provisions. The ' 23 new aggregate shall meet the general requirements listed in Section 9-03.8(1) and 24 Section 9-03.8(2). No contamination by deleterious materials will. be allowed in the old 25 asphalt concrete used. 26 27 9-03.8(7) HMA Tolerances and Adjustments 28 Number 1. including the associated chart is revised to read: 29 30 1. Job Mix Formula Tolerances. The constituents of the mixture at the time of 31 acceptance shall conform to the following tolerances: 32 1 Statistical Nonstatistical Commercial Evaluation Evaluation Evaluation ' Aggregate, percent passing 1" 3/4", %2" and W +_ 6% ± 6% ± 8% sieves No. 4 sieve ± 5% ± 6% ± 8% ' No. 8 sieve ±4% ± 6% ± 8% No. 200 sieve ± 2.0% ± 2.0% ± 3.0% Asphalt binder ± 0.5% ± 0.5% ± 0.7% Air Voids, Va 2.5% minimum and 5.5% maximum ' 1 2 3 These tolerance limits constitute the allowable limits as described in Section 1-06.2. 4 The tolerance limit for aggregate shall not exceed the limits of the control points, , 5 except the tolerance limits for sieves designated as 100% passing will be 99-100. 6 7 9-03.17 Foundation Material Class A and Class B ' 8 This section is revised to read: 9 10. Foundation material Class A and Class B shall conform to the following gradations: , 11 Percent Passing Sieve Size Class A Class B ' 2%2" 98-100 95-100 2" 92-100 75-100 1'/2" 72-87 30-60 3/4" 27-47 0-5 W 3-14 --- No. 4 0-5 --- ' 12 All percentages are by mass. 13 14 9-03.20 Test Methods for Aggregates 15 This section is revised to read: 16 ,17 The properties enumerated in these Specifications shall be determined in accordance 18 with the following methods of test: 19 Title Test Method FOP for AASHTO T 2 for Standard WSDOT FOP for AASHTO Practice for Sampling Aggregates T 2 Organic Impurities in Fine Aggregates AASHTO T 21 9 p for Concrete Clay Lumps and Friable Particles in AASHTO T 112 Aggregates Resistance to Degradation of Small AASHTO T 96 Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine Material Finer than 0.075 mm (No. AASHTO T 11 200) Sieve in Mineral Aggregates by Washing FOP for AASHTO for Determining the WSDOT FOP for AASHTO 1 Percentage of Fracture in Coarse TP 61 Aggregates FOP for WAQTC/AASHTO for Sieve WAQTC FOP for AASHTO Analysis of Fine and Coarse T 27/11 Aggregates FOP for AASHTO T 176 for Plastic WSDOT FOP for AASHTO Fines in Graded Aggregates and Soils T 176 by Use of the Sand Equivalent Test f ' Method of Test for Determination of WSDOT T 113 Degradation Value Particle Size Analysis of Soils AASHTO T 88 Method of Test for Determination of WSDOT T 611 the Resistance (R Value) of Untreated Bases, Subbases, and Basement 1 Soils by the Stabilometer 1 2 9-03.21(1) General Requirements 3 The first paragraph is supplemented with the following: 4 5 The Contractor shall provide a certification that the recycled materials are in. 6 conformance with the requirements of the Standard Specifications prior to delivery. The 7 certification shall include the percent by weight of each recycled material. 8 ' 9 This section is supplemented with the following sub-sections: 10 11 9-03.21(1)A Recycled Hot Mix Asphalt 12 For recycled materials incorporating hot mix asphalt the Contractor shall verify the 13 maximum bitumen content for the blended mix. The Contractor shall use WSDOT FOP 14 for AASHTO T 308 (a statewide average of 0.70 may be used as a calibration factor) 15 and WSDOT FOP for AASHTO T 329 or other tests approved by the Engineer to 16 determine the total bitumen content. 17 ' 18 9-03.21(1)B Recycled Portland Cement Concrete Rubble 19 For recycled materials incorporating Portland cement concrete rubble the product 20 supplier shall perform total lead content testing quarterly. Tests shall include a minimum 1 of five samples. Sample collection shall be conducted accordin g to ASTM D 75. Total , 2 lead content testing will be conducted according to EPA Method 3010/6010. A test shall 3 not exceed 250 ppm using a total lead analysis EPA Test Method 6010. In addition, the ' 4 Toxicity Characteristics Leaching Procedure, EPA Test Method 1311 shall be used and a 5 test shall not exceed 5.0 ppm. The product supplier shall keep all test results on file. 6 7 9-03.21(1)C Recycled Glass Aggregates 8 The product supplier shall perform total lead content testing quarterly. Tests shall include 9 a minimum of five samples. Sample collection shall be conducted according to ASTM D 10 75. Total lead content testing will be conducted according to EPA Method 3010/6010.. 11 12 A test shall not exceed 250 ppm using a total lead analysis EPA Test Method 6010. In 13 addition, the Toxicity Characteristics Leaching Procedure, EPA Test Method 1311 shall 14 be used and a test shall not exceed 5.0 ppm. The .product supplier shall keep all test 15 results on file. , 16 17 9-03.21(1)D Recycled Steel Furnace Slag 18 The Contractor shall provide to the Engineer the steel furnace slag blends that will be 19 used in the final product prior to use. ' 20 21 Maximum Allowable Percent (by weight) of Recycled Material 22 ' Hot Mix Concrete Recycled Glass Steel Asphalt Rubble Furnace Slag , Fine Aggregate for 9-03.1(2) 0 0 0 0 Portland Cement Concrete ' Coarse Aggregates 9-03.1(4) 0 0 0 0 for Portland Cement Concrete Aggregate for 9-03.6 Asphalt Treated Base (ATB) Aggregates for Hot 9-03.8 See 5-04.2 0 0 20 Mix Asphalt Ballast 9-03.9(1) 20 100 15 20 Shoulder Ballast 9-03.9(2) 20 100 15 20 Crushed Surfacing 9-03.9(3) 20 100 15 20 , Aggregate for 9-03.10 20 100 15 20 Gravel Base , Gravel Backfill for 9-03.12(1)A 20 100 15 20 Foundations— Class A Gravel Backfill for 9-03.12(1)B 20 100 . 15 20 Foundations— Class B , Gravel Backfill for 9-03.12(2) 0 . 100 15 20 r Walls Gravel Backfill for 9-03.12(3) 0 100 15 20 Pipe Zone Bedding Gravel Backfill for 9-03.12(4) 0 100 100 0 Drains Gravel Backfill for 9-03.12(5) 0 0 100 0 Drywells Backfill for Sand 9-03.13 0 100 100 0 Drains ' Sand Drainage 9-03.13(1) 0 100 100 0 Blanket Gravel Borrow 9-03.14(1) 20 100 100 20 1 Select Borrow 9-03.14(2) 20 100 100 20 Select Borrow 9-03.14(2) 100 100 100 20 (greater than 3-feet below Subgrade and side slopes) Common Borrow 9703.14(3) 20 100 100 20 ' Common Borrow - 9-03.14(3) 100 100 100 20 (greater than 3-feet ' below Subgrade and side slopes) Foundation 9-03.17 0 100 100 20 Material Class A and Class B Foundation 9-03.18 0 100 100 20 Material Class C Bank Run Gravel 9-03.19 0 100 100 20 for Trench Backfill 2 3 9-03.21(2) Recycled Hot Mix Asphalt 4 This section including title is deleted in its entirety. 5 6 9-03.21(3) Recycled Portland Cement Concrete Rubble 7 This section including title is deleted in its entirety. 8 9 9-03.21(4) Recycled Glass Aggregates 10 This section including title is deleted in its entirety. 11 12 9-03.21(5) Steel Furnace Slag 13 This section including title is deleted in its entirety. 14 i 1 1 1 SECTION 9-04, JOINT AND CRACK SEALING MATERIALS ' 2 December 1, 2008 3 9-04.1(2) Premolded Joint Filler for Expansion Joints ' 4 This section is revised to read: 5 6 Premolded joint filler for use in expansion (through) joints shall conform to either 7 AASHTO M 213 Specifications for "Preformed Expansion Joint Fillers for Concrete 8 Paving and Structural Construction" except the requirement for water absorption is ' 9 deleted, or ASTM D 7174 Specifications for "Preformed Closed-Cell Polyolefin 10 Expansion Joint Fillers for Concrete Paving and Structural Construction." 11 12 9-04.2(1) Hot Poured Joint Sealants 13 This section is revised to read: 14 ,15 Hot poured joint sealants shall meet the requirements of AASHTO M 324 Type IV except 16 that the Cone Penetration at 25°C shall be 130 max. Hot poured joint sealants shall be 17 sampled in accordance with ASTM D 5167 and tested in accordance with ASTM D 18 5329. The Hot poured joint sealant shall have a minimum Cleveland Open Cup Flash 19 Point of 205°C in accordance with AASHTO T 48 20 21 SECTION 9-05, DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS 22 August 3, 2009 23 This section is supplemented with the following new sub-sections: , 24 25 9-05.50 Precast Concrete Drainage Structures 26 27 9-05.50(1) Fabrication Tolerances and requirements 28 All precast concrete items shall meet the requirements of AASHTO M199, fabricated as 29 shown on the Plans, and shall meet the tolerances and revisions as listed below: 30 31 1. The following information shall be legibly marked on each precast product 32 (excluding rectangular and round adjustment sections). Marking shall be , 33 indented into the concrete, painted thereon with waterproof paint, or contained 34 within a bar-coded sticker firmly attached to the product: 35 ,36 a. Fabricator name or trademark. 37 b. Date of manufacture. 38 39 2. Catch Basins (to include Type 1, Type 1 L, Type 1 P), and Concrete Inlets , 40 a. Knock-out wall thickness, measured at thinnest point, 1%2" to 2'/2" 41 b. Knock-out diameter, 5% plus/minus allowance. 42 c. Base thickness, measured at thinnest point, 4" with %2" minus tolerance. , 43 d. All other dimensions as shown on plans, 5% plus/minus allowance. 44 45 3. Catch Basin Type 2, and Manhole Type 1, 2, 3 46 a. Knock-out diameter, 5% plus/minus allowance. 47 48 4. Flat Slab Tops 49 a. Round or rectangular opening, 5% plus/minus allowance. 1 2 5. Rectangular or Circular Adjustment Sections 3 a. Opening size or diameter, 5% plus/minus allowance. 4 5 6. Conical Sections 6 a. Top opening diameter, 5% plus/minus allowance. . 7 8 7. Grate Inlets 9 a. Knock-out wall thickness, measured at thinnest point, 1%2" to 2%". 10 b. Knock-out diameter, 5% plus/minus allowance. 11 c. Opening size, 2%2 % plus/minus allowance. ' 12 13 8. Drop Inlets 14 a. Knock-out diameter, 1" plus/minus allowance. 15 16 9-05.50(2) Manholes 17 Precast concrete manholes shall meet the requirements of AASHTO M 199. 18 19 The joints may be the tongue and groove type or the shiplap type, sufficiently deep to 20 prevent lateral displacement. 21 22 When secondary synthetic fiber reinforcement is used in 48-inch diameter by 3-foot high 23 eccentric or concentric cone sections the synthetic fiber shall meet the requirements of 24 Section 9-05.50(9). A minimum of two hoops of W2 wire shall be placed in the 48-inch 25 end of each cone. No steel is required in the remainder of the cone. 26 27 Precast manhole sections 48-inch diameter, with no knock-outs, may be produced using 28 no steel reinforcement. As an alternate to conventional steel reinforcement, producers 29 shall use synthetic structural fibers meeting the requirements of Section 9-05.50(10). 30 31 9-05.50(3) Precast Concrete Catch Basins 32 Precast concrete catch basins shall conform to the requirements of Section 9-05.50(1), 33 except that the dimensions shall be as set forth in the Plan. 34 1 35 When secondary synthetic fiber reinforcement is used to produce Type 1, Type 1 L and 36 Type 1P, Catch Basins, the synthetic fiber shall meet the requirements of Section 9- 37 05.50(9). A minimum amount of steel reinforcement shall be used to reinforce the area ' 38 around the knockouts. Steel reinforcing shall consist of a No. 3 horizontal hoop 39 reinforcing bar located above the knockouts, and a No. 3 vertical reinforcing bar in each 40 corner, extending a minimum of 18-inches below the top surface of the catch basin. 41 42 Catch Basin Type 1 may be produced using structural synthetic fibers meeting the 43 requirements of Section 9-05.50(10). Catch Basin Type 1 shall contain one hoop of No. 44 3 reinforcing bar around the top perimeter. 45 46 Knockouts or cutouts may be placed on all four sides and may be round or D shaped. 47 48 9-05.50(4) Precast Concrete Inlets 49 Precast concrete inlets shall conform to the requirements of Section 9-05.50(1) except 50 that the dimensions shall be as set forth in the Plans. 51 i t 1 9-05.50(5) Precast Concrete Drywells 2 Precast concrete drywells shall meet the requirements of Section 9-05.50(1). Seepage 3 port size and shape may vary per manufacturer. Each seepage port shall provide a 4 minimum of 1 square inch and a maximum of 7 square inches for round openings and 5 15 square inches for rectangular openings. The ports shall be uniformity spaced with at 6 least one port per 8-inches of drywell height and 15-inches of drywell circumference. 7 8 Precast Drywells may be produced using no steel reinforcement. As an alternate to 9 conventional steel reinforcement, producers shall use synthetic structural fibers ' 10 meeting the requirements of Section 9-05.50(10). 11 12 9-05.50(6) vacant , 13 14 9-05.50(7) vacant 15 16 9-05.50(8) vacant 17 18 9-05.50(9) Synthetic Fibers for Precast Units 19 The synthetic fiber, either nylon multifilament fibers or polypropylene fibrillated fibers, 20 shall meet the requirements of ASTM C 1116 , Section 4.1.3 3 and ICC ES AC 32, 21 Sections 4.1.1 and 4.1.2. Synthetic fibers shall be added at a minimum dosage rate of 22 1.0 pound of Nylon Multifilament fibers per cubic yard of concrete or 1.5 pounds of 23 Polypropylene Fibrillated fibers per cubic yard of concrete and shall be thoroughly 24 mixed with the concrete before placement in the forms. The synthetic fibers shall be a , 25 minimum of 0.75-inches and a maximum of 2-inches in length. 26 27 9-05.50(10) Synthetic Structural Fibers for Precast Units 28 Synthetic fibers shall be monofilament or monofilament/fibrillated blend made of 29 polyolefin, polypropylene or polypropylene/polyethylene blend, meeting the 30 requirements of ATSM C 1116, Section 4.1.3, and ICC ES Acceptance Criteria 32, 31 Sections 4.1.3 and 4.1.2. Additionally the vendor or manufacturer shall furnish an 32 Engineering Report which provides test data in accordance with ASTM C 1018 and/or 33 ASTM C 1399 from an ICC qualified commercial laboratory relating to the specification 34 requirements. , 35 36 The vendor or manufacturer shall provide a letter of certification stating compliance with 37 specifications and/or standard codes. , 38 39 The fibers shall be a minimum of 2 inches in length, and have an aspect ratio (length 40 divided by the equivalent diameter of the fiber) between 70 and 100 when the fibers are , 41 in their final phase. 42 43 The fibers shall have a minimum tensile strength of 50 ksi, and a minimum modulus of 44 elasticity of 600 ksi, when tested in accordance with ASTM D 3822. , 45 46 Precast drainage units shall have a minimum dosage rate of 3.75 Ibs/cu yd. or more in 47 order to obtain an Average Residual Strength (ARS) of 175 PSI when tested in 48 accordance with ASTM C1018 and/or ASTM C1399. Fiber supplier shall submit 49 independent laboratory data to support ARS results. 50 1 SECTION 9-06, STRUCTURAL STEEL AND RELATED MATERIALS 2 August 3, 2009 3 9-06.5(3) High Strength Bolts 4 Paragraphs one through four are revised to read as follows: ® 5 ■ 6 High-strength bolts for structural steel joints shall conform to either AASHTO M 164 7 Type 1 or 3, or AASHTO M 253 Type 1 or 3, as specified in the Plans or Special 8 Provisions. 9 10 Galvanized AASHTO M 164 Type 1 bolts with an ultimate tensile strength above 145 ksi 11 shall be tested for embrittlement. Embrittlement testing shall be conducted after 12 galvanization in accordance with ASTM F 606, Section 7. The Manufacturer's 13 Certificate of Compliance for the lot provided shall show the ultimate tensile strength 14 test results. 15 16 Bolts conforming to AASHTO M 253 shall not be galvanized. AASHTO M 253 Type 1 17 bolts shall be painted with two coats of paint, conforming to Section 9-08.1(2)B, with a 18 minimum dry film thickness of 2 mils per coat, when specified in the Plans or Special 19 Provisions. 20 21 Bolts for unpainted and nongalvanized structures shall conform to either AASHTO M 22 164 Type 3 or AASHTO M 253 Type 3, as specified in the Plans or Special Provisions. 23 24 Nuts for high strength bolts shall meet the following requirements: 25 26 AASHTO M 164 Bolts 27 Black Type 1 AASHTO M 291 Grade C, C3, DH and DH3 28 AASHTO M 292 Grade 2H 29 Black weathering Type 3 AASHTO M 291 Grade C3 and DH3 30 Galvanized Type 1 AASHTO M 291 Grade DH j31 AASHTO M 292 Grade 2H 32 33 AASHTO M 253 Bolts 34 Black Type 1 AASHTO M 291 Grade DH, DH3 35 AASHTO M 292 Grade 2H 36 Black weathering Type 3 AASHTO M 291 Grade DH3 37 38 9-06.13 Copper Seals 39 This section including title is revised to read: 40 41 9-06.13 Vacant 42 43 9-06.16 Roadside Sign Structures 44 This section is revised to read: 45 46 All bolts, nuts, washers, cap screws, and coupling bolts shall conform to AASHTO M 47 164 and Section 9-06.5(3). All connecting hardware shall be galvanized after fabrication 48 in accordance with AASHTO M 232. 49 50 Posts for single post sign structures shall meet the requirements of ASTM A 500 Grade 51 B or ASTM A 53 Grade B, Type E or S. i 1 2 Posts for perforated square steel posts shall meet the requirements of ASTM A 653 3 Grade 50. Perforated square steel posts shall be finished in accordance ASTM A 653 4 G90 Structural Quality Grade 50 or ASTM A653 G140. 5 6 Slip bases (SB1, S132, and SB3) for perforated square steel posts shall conform to the 7 following: 8 9 Plates ASTM A 572 10 Casting (SB3) ASTM A 536 Grade 65-45-12 and ASTM A 153 11 Tubing ASTM A 500 Grade B 12 Angle Iron (SB1) ASTM A 36 13 S 14 Except as noted otherwise, the slip bases (SB1, SB2, and SB3) for perforated square 15 steel posts shall be hot dipped galvanized. 16 i 17 - The heavy duty anchor used for perforated square steel posts (ST 4) shall meet the 18 requirements of ASTM A 500 Grade B and shall be hot dipped galvanized. 19 20 Wide flange steel or solid square steel posts for multiple post sign structures shall 21 conform to either ASTM A 36 or ASTM A 992. Posts conforming to either ASTM A 588 or 22 ASTM A 572 Grade 50 may be used as an acceptable alternate to the ASTM A 36 and 23 ASTM A 992 posts. All steel not otherwise specified shall conform to either ASTM A 36 24 or ASTM A 992. 25 26 Except as noted otherwise all steel, including posts, base plates, and base stiffeners, 27 shall be galvanized after fabrication in accordance with AASHTO M111. 28 29 Base connectors for multiple directional steel breakaway posts shall conform to the 30 following: 31 32 Brackets Aluminum Alloy 6061 T-6 33 Bosses for Type TPB Brackets ASTM A 582 34 Anchor Ferrules Type 304 stainless steel for threaded portion. 35 AISI 1045 steel rod and AISI 1008 coil for 36 cage portion. 37 38 Anchor couplings for multiple directional steel breakaway posts shall conform to AMS 39 6378D with a tensile breaking strength range as follows: 40 41 Type TPA 17,000 to 21,000 lb. 42 Type TPB 47,000 to 57,000 lb. 43 44 For multi-directional breakaway base connectors, shims shall conform to ASTM A 653, 45 SS Grade 33, Coating Designation G 165. 46 47 SECTION 9-07, REINFORCING STEEL 48 August 3, 2009 j 49 9-07.1(2) Bending 50 The first paragraph is supplemented with the following: 51 1 The dimensions shown in the Plans are out-to-out unless shown otherwise. 2 3 This section is supplemented with the following: 4 5 Hooked ends of steel reinforcing bars shall be standard hooks unless shown otherwise 6 in the Plans. Standard hooks shall consist of a 90, 135 or 180 degree bend as shown in 7 the Plans plus a minimum bar extension at the free end of the bar shown in the table 8 below. Seismic hooks shall consist of a 135 degree bend plus a minimum bar extension 9 at the free end of the bar shown in the table below. 10 Minimum Bar Extensions for Standard and Seismic Hooks 1800 1350 Hook 90° Hook Hook Bar Size All Bars Seismic All Other Stirrups and All Other Hook Bars Ties Bars No. 3 2 %2" 3" 21/4" 21/4" 4 %2" No. 4 2 %2" 3" 3" 3" 6" No. 5 2 %2" 33/4" 33/4" 33/4" 7 %2" No. 6 3" 4 %2" 4 %2" 9" 9" No. 7 3 %2' 51/4" 51/4" 10 %2" 10 %2" No. 8 4" 6" 6" 12" 12" No. 9 43/4" 133/4 No. 10 51/4" 151/4" No. 11 53/4" 17" No. 14 7" 20 %2" No. 18 9 '/4" 27 '/4" 11 12 13 9-07.1(3) Lengths 14 The content of this section is deleted and replaced with the following: 15 16 Net length is the length of bar along the bar centerline from end to end. Net lengths of 17 bent bars shown in the "LENGTH" column of the bar list in the plans are rounded to the 18 nearest inch. 19 20 9-07.3 Epoxy Coated Steel Reinforcing Bars 21 The reference to ASTM A 06 in number 1. of the first paragraph is revised to ASTM A ' 22 706. 23 24 9-07.5 Dowel Bars (For Cement Concrete Pavement) 25 The content of this section is deleted and replaced with the following subsections: 26 27 9-07.5(1) Epoxy Coated Dowel Bars (For Cement Concrete Pavement) 28 Epoxy Coated dowel bars shall be round plain steel bars of the dimensions shown in the 29 Standard Plans. They shall conform to AASHTO M 31, Grade 60 or AASHTO M 255, 30 Grade 60 and shall be coated in accordance with ASTM A 934. The thickness of the 31 epoxy coating shall be 10 mils plus or minus 2 mils. In addition, the requirements of 32 Section 9-07.3, Items 2, 3, 4, 5, 6, and 9 shall apply. 33 1 9-07.5(2) Corrosion Resistant Dowel Bars For Cement Concrete 2 Pavement) 3 Corrosion resistant dowel bars shall be 1 %2 inch outside diameter plain round steel bars , 4 18 inches in length and meet the requirements one of the following types: 5 6 A. Stainless Steel Clad dowel bars shall have a minimum 0.06 inches clad to a 7 plain steel inner bar meeting the chemical and physical properties of AASHTO 8 M 31, Grade 60, or AASHTO M 255, Grade 60. Stainless Steel clad shall meet 9 the chemical properties of ASTM A 276, Type 316L. 10 11 B. Stainless Steel Tube dowel bars shall have a minimum 0.06 in thick tube 12 press-fitted onto a plain steel inner bar meeting the chemical and physical 13 properties of AASHTO M 31, Grade 60, or AASHTO M 255, Grade 60. A 14 lubricant/adhesive shall be used between the tube and the plain steel bar to fill 15 any voids. Stainless Steel Tube material shall meet the chemical properties of 16 ASTM A 276, Type 316L. i 17 18 C. Stainless Steel Solid dowel bars shall be ASTM A 276, Type 316L. 19 20 D. Corrosion-resistant low-carbon; chromium plain steel bars for concrete 21 reinforcement meeting all the requirements of ASTM A 1035. 22 23 E. Zinc Clad dowel bars shall be of the dimension shown in the standard plans 24 and shall have a minimum 0.04 inches A710 Zinc alloy clad to a plain steel 25 inner bar meeting the chemical and physical properties of AASHTO M 31, 26 Grade 60 or AASHTO M 255, Grade 60. A710 Zinc shall be composed of: ZN- 27 99.5 percent, by weight, minimum; CU —0.1 —0.25 percent, by weight; and Fe- 28 0.0020 percent, by weight, maximum. 29 30 The surface of the finished cut-to-length corrosion-resistant low-carbon; chromium plain 31 steel bars for concrete reinforcement meeting all the requirements of ASTM A 1035 32 dowels shall be provided with a hot-rolled, as-rolled finish including mill scale. The 33 surface of all other finished cut-to-length dowels shall be provided with a smooth 34 "ground" or"cold drawn" finish. 35 36 Stainless Steel Clad and Tube Dowel bar ends shall be sealed with a patching material 37 (primer and finish coat) used for patching epoxy-coated reinforcing steel as required in 38 Standard Specification 9-07.3 item 6. 39 40 9-07.6 Tie Bars (For Cement Concrete Pavement) 41 The first paragraph is revised to read: 42 43 Tie bars shall conform to the requirements of the Standard Specifications for Deformed 44 Billet Steel Bars for Concrete Reinforcement, AASHTO M 31, Grade 60 and shall be 45 coated in accordance with AASHTO M 284 or corrosion-resistant uncoated low-carbon; 46 chromium deformed steel bars for concrete reinforcement meeting all the requirements 47 of ASTM A 1035. 48 49 9-07.10 Prestressing Reinforcement Strand 50 The third sentence in the third paragraph is revised to read: 51 1 The mill certificate and test report shall include the yield and ultimate strengths, 2 elongation at rupture, modulus of elasticity, and the stress strain curve for the actual ' 3 prestress reinforcing intended for use. 4 5 The first sentence in the fourth paragraph is revised to read: 6 7 For every 5 reels furnished, one sample, not less than 5%2-feet long, shall be sent to the 8 Engineer for testing. 9 10 9-07.11 Prestressing Reinforcement Bar 11 The fifth and sixth paragraphs are revised to read: 12 13 . The Contractor shall supply a Manufacturer's Certificate of Compliance in accordance 14 with Section 1-06.3 for each bar. The Contractor shall supply a Manufacturer's 15 Certificate of Compliance in accordance with Section 1-06.3 for all nuts and couplers 16 confirming compliance with the specified strength requirement. 17 18 For each heat of steel for high-strength steel bar, the Contractor shall submit two 19 samples, each not less than 5Y2-feet long, to the Engineer for testing. 20 21 SECTION 9-08, PAINTS 22 August 3, 2009 23 This section including title is deleted in its entirety and replaced with the following: ' 24 25 9-08 PAINTS AND RELATED MATERIALS 26 27 9-08.1 Paint 28 29 9-08.1(1) Description 1 30 Paints used for highway and bridge structure applications shall be made from materials 31 meeting the requirements of the applicable Federal and State Paint Specifications, 32 Department of Defense (DOD), American Society on Testing of Materials (ASTM), and 33 Steel Structures Painting Council (SSPC) specifications in effect at the time of 34 manufacture. The colors, where designated, shall conform to Section 9-08.1(8). 35 36 9-08.1(2) Paint Types 37 38 9-08.1(2)A Vinyl Pretreatment 39 Vinyl pretreatment shall be a two-component basic zinc chromate-vinyl butyral wash 40 primer conforming to DOD-P-15328 (Formula 117 for Metals) and SSPC Paint 27. Zinc 41 chromate shall be the insoluble type. The paint shall be supplied as two components 42 that are mixed together just prior to use. 43 44 9-08.1(2)B Galvanizing Repair Paint, High Zinc Dust Content 45 Galvanizing repair paint shall conform to Federal Specification MIL-P-21035B. 46 47 9-08.1(2)C Inorganic Zinc Rich Primer 48 Inorganic zinc rich primer shall be a two component self-curing inorganic zinc-rich paint 49 conforming to either AASHTO M 300 or SSPC Paint 20 Type I. 50 1 Organic 9-08.1(2)D g anic Zinc Rich Primer 2 Organic zinc rich epoxy primer shall be a high performance two-component epoxy ' 3 conforming to SSPC Paint 20 Type II. 4 5 9-08.1(2)E Epoxy Polyhamide 6 Epoxy polyamide primer shall be a two-component VOC compliant epoxy system, , 7 conforming to MIL-DTL-24441. 8 9 9-08.1(2)F Primer, Zinc Filled Single Component, Moisture-Cured , 10 Polyurethane 11 Zinc rich primer shall meet the following requirements: 12 13 Vehicle Type: Moisture-cured polyurethane 14 15 Pigment Content: 80% minimum zinc by weight in dry film 16 17 Volume Solids: 60% plus or minus 3%. 18 19 Minimum wt./gal.: 22.0 pounds. 20 21 9-08.1(2)G Intermediate and Stripe Coat, Single Component, Moisture- 22 Cured Polyurethane 23 Vehicle Type: Moisture-cured polyurethane 24 25 Pigment: A minimum of 3.0 lbs. of micaceous iron oxide per gallon. , 26 27 Intermediate and any stripe coat shall meet the following requirements: 28 29 Minimum volume solids 50%. 30 31 A minimum of 3.0 lbs./gal. of micaceous iron oxide. 32 33 The intermediate coating shall be certified by the manufacturer to be able to be 34 recoated by the top coat in a minimum of 4 days. 35 36 9-08.1(2)H Top Coat Single Component, Moisture-Cured Polyurethane 37 Vehicle Type: Moisture-cured aliphatic polyurethane 38 39 Color: . As specified in the Plans or Special Provisions 40 41 The Top Coat shall meet the following requirements: 42 43 The resin must be an aliphatic urethane. 44 45 Minimum volume solids 50%. 46 47 The top coat shall be a semi-gloss. 48 49 9-08.1(2)1 Rust Penetrating Sealer 50 Rust penetrating sealer shall be a two component chemically-cured 100 percent solids ' 51 epoxy with maximum VOC 1.7 pounds/gallon. 1 � 2 9-08.1(2)J Black Enamel 3 The enamel shall conform to Federal Specification MIL PRF 2463D Type II Class II. 4 5 9-08.1(2)K Orange Equipment Enamel 6 The enamel shall be an alkyd gloss enamel conforming to Federal Specification TT-E- 7 489, except that the Sag Index shall be seven minimum. The color, when dry, shall 8 match that of Federal Standard 595, color number 12246. 9 10 For factory application to individual items of new equipment, samples and testing of the 11 enamel will not be required; however, the equipment manufacturer shall match the color 12 specified and shall certify the quality of enamel used. 13 14 9-08.1(2)L Exterior Acrylic Latex Paint-White 15 This paint shall conform to Federal Specification TT-P-96, Paint, Acrylic Emulsion, 16 Exterior, except that the viscosity shall be 75-85 K.U. 17 18 This paint may be used self-primed in multiple coats over salts treated wood and on 19 interior and exterior masonry surfaces. 20 21 9-08.1(3) Working Properties 22 The paint shall contain no caked material that cannot be broken up readily by stirring. 23 When applied to a clean vertical surface, the paint shall dry without running, streaking, 24 or sagging. 25 26 9-08.1(4) Storage Properties 27 Paints manufactured under these Specifications shall show no skin over the surface 28 after 48 hours in a partially filled container, when tested as outlined in Federal Test 29 Method Standard No. 141. A slight amount of skin or gel formation where the surface of 30 the paint meets the side of the container may be disregarded. Variable percentages of 31 anti-skinning agents are shown in those formulas set forth above that are susceptible to 32 undesirable skin formation. The manufacturer will be allowed to vary the amount of anti- 33 skinning agent given in the formulas provided the above results are accomplished and 34 provided the paint does not dry to a nonuniform or nonelastic film. 35 36 9-08.1(5) Fineness of Grinding 37 The paint shall be ground so that all particles of pigment will be dispersed and be 38 coated with vehicle, and the residue on a 325 sieve will not exceed 1 percent by weight 39 of the pigment. Paint shall be homogeneous, free of contaminant, and of a consistency 40 suitable for use under intended application. Finished paint shall be well ground, and the 41 pigment shall be properly dispersed in the vehicle conforming to the requirements of the 42 paint. Dispersion in vehicle shall be such that the pigment does not settle excessively, 43 does not cake or thicken in the container, and does not become granular or curdled. 44 45 9-08.1(6) Test Methods 46 Except as otherwise specified, all paints will be sampled and tested in the ready-mixed 47 form. The test methods will be as specified in the Washington State Department of 48 Transportation Materials Manual or the corresponding test method covered by Federal 49 Test Method Standard No. 141 or as specified under AASHTO R-31. 50 1 9-08.1(7) Acceptance p 2 Except for batches of paint in total project quantities of 20 gallons or less which are 3 accepted upon the manufacturer's certificate, the manufacturer shall not ship any batch 1 4 of paint until the paint has been tested and released by the Washington State 5 Department of Transportation State Materials Laboratory. This release will not constitute 6 final acceptance of the paint. Final acceptance will be based on inspection or testing of 7 job site samples as determined by the Engineer. 8 9 Project quantities of 20 gallons or less of the above paint types will be accepted without 10 inspection upon the manufacturer's notarized certificate. This certificate shall contain a 11 statement by the manufacturer to the effect that the material meets the paint type 12 Specification, and shall include a list of materials and quantities used. One copy of the 13 certificate shall accompany the paint when shipped and one copy with a draw down 14 sample of the paint shall be sent to the Materials Laboratory. The paint may be used at 15 once without further release from the Materials Laboratory. 16 17 9-08.1(8) Standard Colors 18 When paint is required to match a Federal Standard 595 color, the paint manufacturer or 19 the Contractor may obtain a sample of the required color through the following internet 20 link - http://www.colorserver.net. 21 22 When paint is required to match a WSDOT color (Washington Gray, Mt St Helens Gray, 23 Mt Baker Gray or Cascade Green), the paint color shall conform to the Delta E deviation 24 and CIELAB spectrophotometer analysis requirements specified in Section 9-08.3 for 25 the corresponding color. 26 27 Unless otherwise specified, all top or finish coats shall be semi-gloss, with the paint 28 falling within the range of 35 to 70 on the 60 degree gloss meter. 29 30 9-08.2 Powder Coating Materials for Coating Galvanized Surfaces 31 The powder coating system shall consist of two components, an epoxy primer coat and 32 a polyester finish coat. The epoxy primer coat and the polYester finish coat materials 33 shall be from the same manufacturer. 34 35 The epoxy primer coat shall be an epoxy powder primer conforming to the following 36 requirements: 37 38 Property Specification Performance Requirement 39 Adhesion ASTM D 3359 Method B 5B (no failure) 40 Flexibility ASTM D 522 Method B Pass 1/8" mandrel bend 41 Pencil Hardness ASTM D 3363 H Plus 42 Specific Gravity ASTM D 792 1.25 minimum 43 . 44 The polyester finish coat shall conform to American Architectural Manufacturers 45 Association (AAMA) Specification 2604. 46 47 Degassing additives may be added as necessary to prevent pin holes in the finish coat. 48 The degassing additives shall be added in accordance with manufacturer's 49 recommendations. 50 '51 The color of the powder coating system polyester finish coat shall be as specified in the 52 Plans or Special Provisions. 1 2 Repair materials shall be selected from one of the approved products listed in the 1 3 current Qualified Products List and specified in the Contractor's powder coating plan as 4 approved by the Engineer. 5 6 9-08.3 Pigmented Sealer Materials for Coating of Concrete Surfaces 7 The pigmented sealer shall be a semi-opaque colored toner containing only methyl 8 methacrylate-ethyl acrylate copolymer resins, toning pigments suspended in solution at 9 all times by a chemical suspension agent, and solvent. Toning pigments shall be 10 laminar silicates, titanium dioxide and inorganic oxides only. There shall be no settling 11 or color variation. Tinting shall occur at the factory at the time of manufacturer and 12 placement in containers, prior to initial shipment. Use of vegetable or marine oils, 13 paraffin materials, stearates or organic pigments in any part of coating formulation will 14 not be permitted. The Contractor shall submit a one-quart wet sample, a draw down 15 color sample and spectrophotometer or colorimeter readings, taken in accordance with 16 ASTM D 2244, for each batch. The calculated Delta E shall not exceed 1.0 deviation 17 from the Commission Internationale de I'Eclairage (CIELAB) color measurement 18 analysis method for each pigmented sealer color. 19 20 For the respective color pigmented sealer shall conform to the following CIELAB 21 analysis: 22 Color III/Obs L* a* b* Washington D65/10 degrees 62.59 0.98 5.23 Gray A/10 degrees 63.06 1.80 5.70 CWF/10 degrees 63.02 0.73 6.08 Cascade D65/10 degrees 36.62 -6.53 -0.89 Green A/10 degrees 35.82 -7.15 -2.53 CWF/10 degrees 36.34 -5.09 -1.18 Mt. Baker D65/10 degrees 45.94 1.38 4.46 Gray I A/10 degrees 46.40 1.70 5.05 CWF/10 degrees 46.46 1.07 5.48 Mt. St. Helens D65/10 degrees 56.07 2.15 6.68 Gray A/10 degrees 56.76 3.08 7.52 CWF/10 degrees 56.67 1.64 7.85 23 24 25 The one-quart wet sample shall be submitted in the manufacturer's labeled container 26 with product number, batch number and size of batch. The companion draw down 27 color sample shall be labeled with the product number, batch number and size of batch. 28 The Contractor shall submit the specified samples and readings to the Engineer at least 29 14 calendar days prior to the scheduled application of the sealer. The Contractor shall 30 not begin applying pigmented sealer until receiving the Engineer's written approval of 31 the pigmented sealer color samples. 32 33 9-08.4 Abrasive Blast Materials 34 35 9-08.4(1) Abrasive Blast Media 36 Material used for field abrasive blasting shall conform to Military Specification MIL-A- 37 22262B(SH) as listed on QPL-22262-28 as maintained by the Department of the Navy. 38 The Contractor shall provide the Engineer with certified test results from the abrasive 39 blast media manufacturer showing that the abrasive blast material meets the Military 1 Specification. The Contractor shall select the type.and size of abrasive blast media to 2 produce a roughened, sharp, angular surface profile conforming to the surface 3 requirements specified by the manufacturer of the selected paint system. , 4 5 9-08.4(2) Lead Abatement Additive 6 Lead abatement additive shall be a granular chemical abrasive additive consisting of a , 7 complex calcium silicate designed to stabilize lead through multiple mechanisms, 8 including, but not limited to, pH adjustment, chemical reactions and encapsulation. The 9 additive shall be specifically designed and manufactured for lead paint abatement. 10 11 9-08.5 Surface Cleaning Materials 12 13 9-08.5(1) Bird Guano Treatment 14 Bird guano treatment shall consist of a 5.25 percent sodium hypochlorite solution. 15 16 9-08.5(2) Fungicide Treatment 17 Fungicide treatment shall consist of a 5.25 percent sodium hypochlorite solution 18 19 9-08.5(3) Water 20 Water used for water jetting steel surface cleaning operations shall be clean, fresh water 21 only, without any detergents, bleach, or any other cleaning agents or additives. 22 Recycling of rinse water for water jetting operations is not allowed. 23 24 9-08.6 Filter Fabric 25 Filter fabric for water jetting operations shall be a polypropylene, non-woven, needle- 26 punched geosynthetic or equivalent material conforming to the following requirements: 27 28 Property Specification Performance Requirement 29 Grab Tensile Strength ASTM D 4632 100 pounds minimum 30 Apparent opening size ASTM D 4751 #70 U.S. sieve 31 Permittivity ASTM D 4491 1.0 sec-1 or better 32 33 9-08.7 Single Component Urethane Sealant 34 Single component urethane sealant shall conform to Federal Specification TT-S-00230C 35 Type. II Class A. 36 37 9-08.8 Foam Backer Rod 38 Foam backer rod shall be closed cell expanded polyethylene or polyurethane foam. t 39 40 SECTION 9-09, TIMBER AND LUMBER 41 January 7, 2008 42 9-09.1 General Requirements 43 This section is revised to read: 44 45 All timber and lumber shall be sized as indicated in the Plans. 46 47 All timber and lumber to be painted shall be surfaced on all sides. All timber and lumber 48 to be painted shall be thoroughly air or kiln dried to an equilibrium moisture content and 49 shall be stored in such a manner as to remain in a thoroughly dry condition until placed 50 into the work. 1 2 9-09.2 Grade Requirements 3 This section is revised to read: 4 5 Timber and lumber shall conform to the grades and usage listed below. 6 7 Timber and lumber shall be marked with a certified lumber grade stamp provided by one 8 of the following agencies: 9 10 West Coast Lumber Inspection Bureau (WCLIB) 11 Western Wood Products Association (WWPA) 12 Pacific Lumber Inspection Bureau (PLIB) 13 Any lumber grading bureau certified by the American Lumber Standards Committee 14 15 For structures, all material delivered to the project shall bear a grade stamp and have a 16 grading certificate. The grade stamp and grading certificate will not constitute final 17 acceptance of the material. The Engineer may reject any or all of the timber or lumber 18 that does not comply with the specifications or has been damaged during shipping or 19 upon delivery. The grading certificate shall be issued by either the grading bureau 20 whose stamp is shown on the material, or by the lumber mill, which shall be under the 21 supervision of one of the grading bureaus listed above. The certificate shall include the 22 following: 23 24 Name of the mill performing the grading 25 The grading rules being used 26 Name of the person doing the grading with current certification 27 Signature of a responsible mill official 28 Date the lumber was graded at the mill 29 Grade, dimensions, and quantity of the timber or lumber 30 31 For Guardrail Posts and Blocks, Sign Posts, Mileposts, Sawed Fence Posts, and 32 Mailbox Posts, the material delivered to the project shall either bear a grade stamp on 33 each piece or have a grading certificate as defined above. The grade stamp or grading 34 certificate shall not constitute final acceptance of the material. The Engineer may reject 35 any or all of the timber or lumber that does not comply with the specifications or has 36 been damaged during shipping or upon delivery. 37 38 9-09.2(1) Surfacing and Seasoning 39 This section including title is revised to read: 40 41 9-09.2(1) Structures 42 All timber and lumber for structures shall be Douglas Fir-Larch unless specified 43 otherwise in the contract, and shall conform to the following: 44 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) 45 1 Timber lagging for soldier pile walls shall be Dou las Fir-Larch grade No. 2 or better or g9 g P 9 , g 2 Hem-Fir No. 1. 3 4 When the material is delivered to the project, the Engineer will check the order for the 5 appropriate grade stamp. The invoice and grading certificate accompanying the order 6 must be accurate and complete with the information listed above. The grading certificate 7 and grade markings shall not constitute final acceptance of the material. The Engineer 8 may reject any or all of the timber or lumber that does not comply with the specifications 9 or has been damaged during shipping or upon delivery. 10 11 9-09.2(2) Vacant 12 This section including title is revised to read: 13 14 9-09.2(2) Guardrail Posts and Blocks 15 Timber and lumber for guardrail posts and blocks (classified as Posts and Timbers) shall 16 conform to the species and grades listed below. 17 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) Southern Yellow Pine No. 1 and better, grade (Southern Pine Inspection Bureau) 18 19 When the material is delivered to the project, the Engineer will check the order for the 20 appropriate grade stamp. The grade markings shall not constitute final acceptance of 21 the material. The Engineer may reject any or all of the timber or lumber that does not 22 comply with the specifications or has been damaged during shipping or upon delivery. 24 9-09.2(3) Inspection 25 This section including title is revised to read: 26 27 9-09.2(3) Sign Posts, Mileposts, Sawed Fence Posts, and Mailbox Posts 28 The allowable species of timber and lumber for signposts, and mileposts shall be 29 Douglas Fir-Larch or Hem Fir. Timber and lumber for sawed fence posts and mailbox 30 posts shall be Western Red Cedar, Douglas Fir-Larch, or Hem Fir. 31 - 32 Sign posts, mileposts, sawed fence posts, and mailbox posts shall conform to the 33 grades shown below. 34 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) , 35 1 2 SECTION 9-12, MASONRY UNITS 3 August 3, 2009 4 9-12.4 Precast Concrete Manholes 5 This section including title is revised to read: 6 7 9-12.4 Vacant 8 9 9-12.5 Precast Concrete Catch Basins 10 This section including title is revised to read: 11 12 9-12.5 Vacant 13 14 9-12.6 Precast Concrete Inlets 15 This section including title is revised to read: 16 17 9-12.6 Vacant 18 19 9-12.7 Precast Concrete Drywells 20 This section including title is revised to read: 21 22 9-12.7 Vacant 23 24 SECTION 9-14, EROSION CONTROL AND ROADSIDE PLANTING 25 August 3, 2009 26 9-14.4(4) Vacant 27 This section including title is revised to read: 28 29 9-14.4(4) Wood Strand Mulch 30 Wood strand mulch shall be a blend of loose, long, thin wood pieces derived from native 31 conifer or deciduous trees with high length-to-width ratio. A minimum of 95% of the 32 wood strand shall have lengths between 2 and 10-inches, with a width and thickness 33 between 1/16 and 3/8-inches. 34 35 The mulch shall not contain resin, tannin, or other compounds in quantities that would 36 be detrimental to plant life. Sawdust or wood shavings shall not be used as mulch. 37 38 9-14.4(8) Compost 39 This section is revised to read: 40 41 Compost products shall be the result of the biological degradation and transformation of 42 plant-derived materials under controlled conditions designed to promote aerobic 43 decomposition. Compost shall be stable with regard to oxygen consumption and carbon 44 dioxide generation. Compost shall be mature with regard to its suitability for serving as 45 a soil amendment or an erosion control BMP as defined below. The compost shall have 46 a moisture content that has no visible free water or dust produced when handling the 47 material. 48 49 Compost production and quality shall comply with Chapter 173-350 WAC. s . t 1 2 Compost products shall meet the following physical criteria: 3 ,4 1. Compost material shall be tested in accordance with U.S. Composting Council 5 Testing Methods for the Examination of Compost and Composting (TMECC) 6 02.02-B, "Sample Sieving for Aggregate Size Classification". 7 8 Fine Compost shall meet the following: 9 10 Min. Max. 11 Percent passing 2" 100% 12 Percent passing 1" 95% 100% 13 Percent passing 5/8" 90% 100% 14 Percent passing '/" 75% 100% 15 Maximum particle length of 6 inches 16 17 Coarse Compost shall meet the following: 18 19 Min. Max. 20 Percent passing 3" 100% 21 Percent passing 1" 90% 100% 22 Percent passing 3/4" 70% 100% 23 Percent passing '/4" 40% 60% 24 Maximum particle length of 6 inches 25 26 2. The pH shall be between 6.0 and 8.5 when tested in accordance with U.S. 27 Composting Council TMECC 04.11-A, "1:5 Slurry pH". 28 29 3. Manufactured inert material (plastic, concrete, ceramics, metal, etc.) shall be 30 less than 1.0 percent by weight as determined by U.S. Composting Council 31 TMECC 03.08-A"Classification of Inerts by Sieve Size". 32 33 4. Minimum organic matter shall be 40 percent by dry weight basis as determined 34 by U.S. Composting Council TMECC 05.07A"Loss-On-Ignition Organic Matter 35 Method (LOI)". 36 37 5. Soluble salt contents shall be less than 4.0 mmhos/cm when tested in 38 accordance with U.S. Composting Council . TMECC 04.10 "Electrical 39 Conductivity". 40 41 6. Maturity shall be greater than 80% in accordance with U.S. Composting 42 Council TMECC 05.05-A, "Germination and Root Elongation". 43 44 7. Stability shall be 7 mg CO2—C/g OM/day or below in accordance with U.S. i 45 Composting Council TMECC 05.08-B "Carbon Dioxide Evolution Rate". s 46 47 8. The compost product must originate a minimum of 65 percent by volume from 48 recycled plant waste as defined in WAC 173-350 as "Type 1 Feedstocks." A 49 maximum of 35 percent by volume of "Type 2 Feedstocks," source-separated 50 food waste, and/or biosolids may be substituted for recycled plant waste. The . 51 manufacturer shall provide a list of feedstock sources by percentage in the 52 final compost product. 1 2 9. The Engineer may also evaluate compost for maturity using U.S. Composting 3 Council TMECC 05.08-E "Solvita® Maturity Index". Fine Compost shall score 4 a number 6 or above on the Solvita® Compost Maturity Test. Coarse Compost 5 shall score a 5 or above on the Solvita® Compost Maturity Test. 6 7 This section is supplemented with the following new sub-sections: 8 9 9-14.4(8)A Compost Approval 10 The Contractor shall either select a compost manufacturer from the Qualified Products 11 List, or submit the following information to the Engineer for approval: 12 13 1. A Request for Approval of Material Source. 14 15 2. A copy of the Solid Waste Handling Permit issued to the manufacturer by the 16 Jurisdictional Health Department as per WAC 173-350 (Minimum Functional 17 Standards for Solid Waste Handling). 18 19 3. The manufacturer shall verify in writing, and provide lab analyses that the 20 material complies with the processes, testing, and standards specified in WAC 21 173-350 and these specifications. An independent Seal of Testing Assurance 22 (STA) Program certified laboratory shall perform the analysis. 23 24 4. A copy of the manufacturer's Seal of Testing Assurance STA certification as L 25 issued by the U.S. Composting Council. 26 27 9-14.4(8)B Compost Acceptance 28 Seven days prior to initial application of any compost the Contractor shall submit a 29 compost sample, a STA test report dated within 90 calendar days, and the list of 30 feedstocks by volume for each compost type to the Engineer for review. 31 32 The Contractor shall use only compost that has been tested within 90 calendar days of 33 application and meets the requirements in section 9-14.4(8). Compost not conforming 34 to the above requirements or taken from a source other than those tested and accepted 35 shall be immediately removed from the project and replaced at no cost to the 36 Contracting Agency. 37 38 9-14.5 Erosion Control Devices 39 This section is supplemented with the following new sub-section: 40 41 9-14.5(8) High Visibility Fencing 42 High visibility fence shall be UV stabilized, orange, high-density polyethylene or 43 polypropylene mesh, and shall be at least four feet in height. 44 45 Support posts shall be wood or steel in accordance with Standard Plan 1-10.10-00. The 46 posts shall have sufficient strength and durability to support the fence through the life of 47 the project. 48 49 9-14.5(1) Polyacrylamide (PAM) 50 The second sentence is revised to read: 51 52 PAM shall be anionic and shall be linear, and not cross-linked. 1 2 9-14.5(3) Clear Plastic Covering 3 This section is revised to read: 4 5 Clear plastic covering shall conform to the requirements of ASTM D 4397, for 6 polyethylene sheeting having a minimum thickness of 6 mils. 7 8 9-14.5(7) Coir Log 9 The reference to Standard Plans in the second sentence of the first paragraph is revised to 10 read Plans. 11 12 SECTION 9-16, FENCE AND GUARDRAIL 13 December 1, 2008 14 9-16.1(1)A Post Material for Chain Link Fence 15 The first paragraph is supplemented with the following: 16 17 Round Post Material 18 Round post material shall be Grade 1 or 2. i 19 20 Roll Form Material 21 Roll-formed post material shall be Grade 1. 22 Roll-formed end, corner, and pull posts shall have integral fastening loops to 23 connect to the fabric for the full length of each post. Top rails and brace rails shall 24 be open rectangular sections with internal flanges as shown in ASTM F1043. 25 26 The Round Post Material and Roll Form Material information following the third paragraph 27 is deleted. 28 29 9-16.1(1)B Chain Link Fence Fabric 30 The first paragraph is revised to read: 31 32 Chain link fabric shall consist of 11 gage wire for chain link fence Types 3, 4, and 6, and 33 9 gage wire for chain link fence Type 1. The fabric shall be zinc-coated steel wire 34 conforming to AASHTO M 181, Class C. Zinc 5-percent Aluminum-Mischmetal alloy 35 meeting the requirements of ASTM B 750 may be substituted for zinc coating (hot- 36 dipped) at the application rate specified by ASSHTO M 181 for hot-dip zinc coating. 37 Coating for chain link fence fabric shall meet the requirements of ASTM A 817 with 38 minimum weight of coating of uncoated wire surface 1.0 oz/sq ft (305 g/m2). 39 40 9-16.1(1)C Tension Wire 41 This section including title is revised to read. 42 43 9-16.1(1)C Tension Wire and Tension Cable 44 Tension wire shall meet the requirements of AASHTO M 181. Tension wire galvanizing 45 shall be Class 1. 46 47 Tension cable shall meet the requirements of Section 9-16.6(5). 48 49 9-16.1(1)D Fittings and Hardware 50 This section is supplemented with the following: 1 2 Fabric bands and stretcher bars shall meet the requirements of Section 9-16.6(9). 3 4 Thimbles, wire rope clips, anchor shackles, and seizing shall meet the requirements of 5 Section 9-16.6(6). 6 7 9-16.1(1)E Chain Link Gates 8 The first sentence in the first paragraph is revised to read: 10 Gate frames shall be constructed of not less that 1 1/2-inch (I.D.) galvanized pipe 11 conforming to AASHTO M 181 Type I, Grade 1 or 2 as specified in Section 9-16.1(1)A. 12 13 The fourth sentence in the first paragraph is revised to read: 14 15 All welds shall be ground smooth and painted with an A-9-73 galvanizing repair paint or i 16 A-11-99 primer meeting the requirements of Section 9-08.2. 17 18 9-16.2(1)A Steel Post Material 19 The paragraph under Angle Post Material is revised to read: 20 21 All angle post material shall be galvanized in accordance with the requirements 22 of AASHTO M 111 except the anchor plate on fence post material shall be grade 23 55. Angle post used for end, corner, gate and pull post and brace shall have a 24 minimum weight of 3.1 lb/ft. 25 26 The first sentence in the third paragraph is revised to read: 27 28 Posts shall not be less than 7-feet in length. 29 30 The last sentence in the third paragraph is revised to read: 31 32 The anchor plate shall be securely attached and have a surface area of 20 ±2 in2, and a 33 minimum weight of 0.67 pounds. 34 35 9-16.3(2) Posts and Blocks 36 The first sentence in the second paragraph is revised to read: 37 38 Timber posts and blocks shall conform to the grade specified in Section 9-09.2(2). 39 40 9-16.3(3) Galvanizing t 41 The first sentence in the first paragraph is revised to read: 42 43 W-beam or thrie beam rail elements and terminal sections shall be galvanized in 44 accordance with AASHTO M-180, Class A, Type 2, except that the rail shall be 45 galvanized after fabrication, with fabrication to include forming, cutting, shearing, 46 punching, drilling, bending, welding, and riveting. 47 48 9-16.3(4) Hardware 49 This section is revised to read: 50 1 Unfinished Bolts (ordinary machine bolts), nuts, and washers for High Unfinished Bolts, 2 shall conform to 9-06.5(1). High Strength bolts, nuts, and washers for High Strength 3 Bolts shall conform to 9-06.5(3). 4 5 Unfinished bolts will be accepted by field verification and documentation that bolt heads 6 are stamped 307A. The Contractor shall submit a manufacturer's certificate of 7 compliance per 1-06.3 for high strength bolts, nuts, and washers prior to installing any of 8 the hardware. 9 10 9-16.3(5) Anchors 11 The reference to "hot dip galvanized" in the tenth paragraph is revised to "galvanized". 12 13 9-16.4(2) Wire Mesh 14 The reference to "hot dip galvanized" in the second sentence in the third paragraph is 15 revised to "galvanized". 16 17 9-16.6(2) Glare Screen Fabric 18 The reference to "A 491" in the second sentence in the first paragraph is revised to "ASTM A 19 491". 20 21 9-16.6(3) Posts 22 The first paragraph is revised to read: 23 24 Line posts for Type 1 glare.screen shall be 1 1/2-inches by 1 7/8-inches galvanized steel 25 H column with a minimum weight of 2.8 pounds per linear foot. Line posts for Type 2 26 glare screen shall be 1 5/8-inches by 2 1/4-inches galvanized steel H column with a 27 minimum weight of 4.0 pounds per linear foot, or 2-inch inside diameter galvanized steel 28 pipe with a nominal weight of 3.65 pounds per linear foot provided only one type shall 29 be used on any one project. 30 31 The first paragraph is supplemented with the following: 32 33 End, corner, brace, and pull posts for Type 1 Design A shall be 1 1/2-inches by 1 7/8- 34 inches steel H column with a minimum weight of 2.8 pounds per linear foot. 35 36 The first sentence in the second paragraph is revised to read: 37 38 End, corner, brace, and pull posts for Type 1 Design B and Type 2 shall be 2-inch inside 39 diameter galvanized steel pipe with nominal weight of 3.65 pounds per linear foot. 40 41 The reference to "hot dip galvanized" in the third sentence in the second paragraph is 42 revised to "galvanized". 43 44 The first two sentences in the fifth paragraph are revised to read: 45 46 All posts shall be galvanized in accordance with AASHTO M 181 Section 32. The 47 minimum average zinc coating is per square foot of surface area. 48 49 9-16.6(5) Cable 50 The reference to "hot dip galvanized" is revised to "galvanized". 51 1 9-16.6(6) Cable and Tension Wire Attachments 2 The reference to "hot dip galvanized" in the first sentence in the first paragraph is revised to 3 "galvanized". 4 5 The third sentence in the first paragraph is deleted. t 6 7 9-16.6(9) Fabric Bands and Stretcher Bars 8 The reference to"hot dip galvanized" is revised to "galvanized". i 9 10 9-16.6(10) Tie Wire 11 This section including title is revised to read: 12 13 9-16.6(10) Tie Wire and Hog Rings 14 Tie wire shall be 9 gage aluminum wire complying with the ASTM B 211 for alloy 1100 15 H14 or 9 gage galvanized wire meeting the requirements of AASHTO M 279. 16 Galvanizing shall be Class 1. 17 18 Hog rings shall be 12 gage galvanized steel wire. 19 20 9-16.8(1) Rail and Hardware 21 The word "Composition" following the first paragraph is deleted. 22 23 SECTION 9-19, PRESTRESSED CONCRETE GIRDERS 24 April 6, 2009 25 9-19.1 Aggregates and Proportioning 26 The first paragraph is revised to read: 27 28 The concrete for prestressed girders shall have the minimum compressive strengths as 29 specified in the Plans. Aggregates used in the mix shall conform to the following: 30 31 Coarse aggregate shall be in accordance with Section 9-03.1(4). 32 33 Fine aggregate shall be in accordance with Section 9-03.1(2), Class 1 or Class 34 2. 35 36 The manufacturer may revise the. grading of the coarse aggregate provided that the 37 concrete mix design is qualified with the modified gradation. An alternative combined 38 gradation conforming to Section 9-03.1(5)may also be used. 39 40 The reference to Section 9-23.7 in the sixth paragraph is revised to Section 9-23.6. 41 42 SECTION 9-23, CONCRETE CURING MATERIALS AND ADMIXTURES 43 April 6, 2009 44 9-23.6 Admixture for Concrete 45 This section including title is revised to read: 46 47 9-23.6 Chemical Admixtures for Concrete ' 48 Acceptance of chemical admixtures will be based on Manufacturer's Certificate of 49 Compliance. If required by the Engineer, admixtures shall be sampled and tested before I 1 they are used. A one-pint (500 milliliter) sample of the admixture shall be submitted to 2 the WSDOT Headquarters Materials Laboratory for testing 10 days prior to use. 3 Chemical Admixtures shall contain less than one percent chloride ion (Cl-) by weight of 4 admixture. 5 6 This section is supplemented with the following new sub-sections. 7 8 9-23.6(1) Air Entraining Admixtures 9 Air Entraining Admixtures shall meet the requirements of AASHTO M 154 or ASTM C 10 260. 11 12 9-23.6(2) Type A Water-Reducing Admixtures 13 Type A Water-Reducing admixtures shall conform to the requirements of AASHTO M 14 194 Type A or ASTM C 494 Type A. 15 16 9-23.6(3) Type B Retarding Admixtures 17 Type B Retarding admixtures shall conform to the requirements of AASHTO M 194 Type 18 B or ASTM C 494 Type B. 19 20 9-23.6(4) Type C Accelerating Admixtures 21 Type C Accelerating admixtures shall conform to the requirements of AASHTO M 194 22 Type C or ASTM C 494 Type C and only non-chloride accelerating admixtures shall be 23 used. 24 25 9-23.6(5) Type D Water-Reducing and Retarding Admixtures , 26 Type D Water-Reducing and Retarding admixtures shall conform to the requirements of 27 AASHTO M 194 Type D or ASTM C 494 Type D. 28 29 9-23.6(6) Type E Water-Reducing and Accelerating Admixtures 30 Type E Water-Reducing and Accelerating admixtures shall conform to the requirements 31 of AASHTO M 194 Type E or ASTM C 494 Type E and only non-chloride accelerating 32 admixtures shall be used. 33 34 9-23.6(7) Type F Water-Reducing, High Range Admixtures 35 Type F Water-Reducing, High Range admixtures shall conform to the requirements of 36 AASHTO M 194 Type F or ASTM C 494 Type F. 37 38 9-23.6(8) Type G Water-Reducing, High Range and Retarding Admixtures 39 Type G Water-Reducing, High Range and Retarding admixtures shall conform to the 40 requirements of AASHTO M 194 Type G or ASTM C 494 Type G. 41 42 9-23.6(9) Type S Specific Performance Admixtures 43 Type S Specific Performance Admixtures shall conform to the requirements of ASTM C 44 494 Type S. When a Type S admixture is used a report on the performance 45 characteristics of the Type S admixture shall be submitted along with the WSDOT 46 concrete mix design (WSDOT Form 350-040). The report shall describe the 47 performance characteristics and provide data substantiating the specific characteristics 48 of the Type S admixture in accordance with ASTM C 494. 49 t 1 i 1 9-23.7 Air Entraining and Chemical Admixtures for Precast Prestressed 2 Concrete 3 This section including title is revised to read: 4 5 9-23.7 Vacant 6 7 9-23.9 Fly Ash 8 This section is supplemented with the following: 9 10 Fly ash that exceeds the available alkalies limits set in AASHTO M.295 Table 2 may be 11 used if they meet the tests requirements of Section 9-03.1(1). The optional chemical 12 limits in AASHTO M 295 Table 2 do not apply to fly ash used in Controlled Density Fill. 13 14 SECTION 9-25, WATER 15 April 6, 2009 16 9-25.1 Water for Concrete 17 The first paragraph is revised to read: 18 19 Water for concrete, grout, and mortar shall be clear, apparently clean, and suitable for 20 human consumption (potable). If the water contains substances that cause 21 discoloration, unusual smell or taste, or other suspicious content, the Engineer may 22 require the Contractor to provide test results documenting that the water meets the 23 physical test requirements and chemical limits described in ASTM C1602 for non- 24 potable water. 25 26 SECTION 9-27, CRIBBING . 27 August 3, 2009 28 In regards to sieve sizes, all references in this division to "U.S." and "Square" are deleted. 29 30 SECTION 9-28, SIGNING MATERIALS AND FABRICATION 31 April 6, 2009 32 9-28.8 Sheet Aluminum Signs 33 The second paragraph (excluding chart) is revised to read: 34 35 After the sheeting has been fabricated, the surface of each panel shall be protected 36 from corrosion. The corrosion protection shall meet the requirements of ASTM B-449 37 class II Specification for Chromates on Aluminum. Aluminum signs over 12-feet wide by 38 5-feet high shall be comprised of vertical panels in increments of 2, 3, or 4-feet wide. No 39 more than one 2-foot and/or 3-foot panel may be used per sign. The Contractor shall 40 use the widest panels possible. All parts necessary for assembly shall be constructed of 41 aluminum, galvanized, or stainless steel in accordance with the plans. Sheet thickness 42 shall be as follows: 43 44 9-28.9(1) Mechanical Properties 45 The chart in this section is revised to read: 46 47 Mechanical Property Ave. Min. Requirement ASTM Test 48 Tensile Strength 10.0 psi x 103 D638 i 1 Tensile Modulus 1.2 psi x 10 6 D638 2 Flexural Strength 20.0 psi x 103 D790 3 Flexural Modulus 1.2 psi x 106 D790 4 Compression Strength 32.0 psi x 103 D695 5 Compression Modulus 1.4 psi x 106 D695 6 Punch Shear 12.0 psi x 103 D732 7 8 9-28.14(2) Steel Structures and Posts 9 The first sentence in the fifth paragraph is supplemented with the following: 10 11 Steel used for slip bases (SB-1, SB-2, SB-3) and heavy duty anchors shall have a 12 controlled silicon maximum of 0:40-percent. 13 14 SECTION 9-29, ILLUMINATION, SIGNAL, ELECTRICAL 15 August 3, 2009 16 9-29.1 Conduit, Innerduct, and Outerduct . 17 This section's content is deleted. This section is supplemented with the following: 18 19 Conduit shall be free from defects, including out of round, and foreign inclusions. 20 Conduit shall be uniform in color, density, and physical properties. The inside shall be 21 smooth and free from burrs which could damage cable during installation. Conduit ends 22 shall be cut square to the inside diameter, and supplied with thread protectors. All 23 conduit, conduit fittings, and associated hardware/appurtenances shall be listed by a 24 Nationally Recognized Testing Laboratory. 25 26 9-29.1(1) Rigid Metal Conduit, Galvanized Steel Outerduct, and Fittings 27 Rigid metal conduit, shall be straight, and be rigid galvanized steel, or stainless steel, as 28 required and bear the mark of a Nationally Recognized Testing Laboratory. Exterior and 29 interior surfaces of the galvanized steel conduit, except threaded ends, shall be 30 uniformly and adequately zinc coated by a hot-dip galvanizing process. The average of 31 the zinc coating shall comply with Federal Specification WW-C-581 d. 32 33 9-29.1(2) Rigid Metal Conduit Fittings and Appurtenances 34 Couplings for rigid metal type conduits may be either hot-dip or electroplated 35 galvanized. 36 37 Conduit bodies and fittings for rigid steel conduit systems shall be listed by Nationally 38 Recognized Testing Laboratory listed for wet locations, and shall be hot-dip galvanized 39 malleable iron, or bronze. Conduit bodies shall have tapered threads, and include a bolt 40 on cover with stainless steel screws and a neoprene gasket seal. 41 42 Grounding end bushings shall be bronze or galvanized malleable iron with copper, 43 tinned copper, stainless steel, or integral lug with stainless steel clamping screw, 44 mounting screw and set screw. 45 46 Conduit clamps and straps shall be type 304 or type 316 stainless steel or hot-dip 47 galvanized. Two-hole type straps shall span the entire width of the support channel and 48 attach to the supports on both sides of the conduit with bolts and associated hardware. 49 Two piece conduit clamps shall interlock with the support channel with a single bolt. 50 1 Conduit supports for surface mounted conduit shall be hot-dip galvanized or type 304 or 2 type 316 stainless steel channel using type 304 or type 316 stainless steel bolts and 3 spring nuts. 4 5 9-29.1(2)A Expansion Fittings, Deflection Fittings, and Combination 6 Expansion/Deflection Fittings 7 Expansion fittings for rigid galvanized steel conduit shall be weather tight, with hot-dip 8 galvanized malleable or ductile iron end couplings and body and shall allow for 4-inches 9 of- movement minimum (2-inches in each direction). Expansion fittings for rigid 10 galvanized steel conduit shall have an external tinned copper bonding jumper or an 11 internal tinned copper bonding jumper. The internal tinned copper bonding jumper shall 12 not reduce the conduit conductor capacity. 13 14 Deflection fittings for rigid galvanized steel conduit shall be weather tight, with hot-dip 15 galvanized ductile iron or bronze end couplings, with molded neoprene sleeve, stainless 16 steel bands and internal tinned copper bonding jumper. Deflection fittings shall provide 17 for conduit movement of 3/4-inch in all directions and angular movement of 30 degree in 18 any direction. 19 20 A combination of a deflection and an expansion fitting for rigid galvanized steel conduit 21 shall be assembled from a deflection fitting and an expansion fitting as defined above. 22 23 The bonding jumper used for expansion fittings and combination expansion deflection 24 fittings shall be a tinned copper braid attached to the conduit with a galvanized "U" bolt 25 type connection designed for the application. 26 27 9-29.1(3) Flexible Metal Conduit 28 Liquidtight flexible metal conduit shall consist of a single strip of continuous flexible 29 interlocked steel galvanized inside and out, forming a smooth internal wiring channel 30 with a liquid tight covering of sunlight resistant flexible PVC conforming to NEC Article 31 350. 32 33 9-29.1(3)A Flexible Metal Conduit Appurtenances 34 Liquidtight connectors shall be the insulated throat type, conforming to NEC Article 350, 35 and listed for wet locations. 36 37 9-29.1(4) Non-Metallic Conduit 38 39 9-29.1(4)A Rigid PVC Conduit 40 Rigid PVC conduit shall conform to NEMA TC 2 and ASTM F 2136, and UL 651. 41 Fittings shall conform to NEMA TC-3, and be UL 514C and UL 651. 42 43 PVC solvent cement shall meet ASTM D 2564 including note 8 (label to show pipe sizes 44 for which the cement is recommended). 45 46 9-29.1(4)6 HDPE Conduit 47 HDPE conduit shall be listed by a Nationally Recognized Testing Laboratory. Couplings 48 for HDPE shall be mechanical and listed for use with HDPE. 49 50 Aluminum mechanical couplings are prohibited. 51 1 9-29.1(5) Innerduct and Outerduct 2 The innerducts stem shall be factory-installed and shall be designed so that expansion Y rY 9 li 3 and contraction of the innerducts takes place in the coupling body to eliminate 4 compatibility problems.The conduit coupling body shall have a factory-assembled 5 gasket that is multi-stage and anti-reversing, sealing both the outerduct and innerducts. 6 A secondary mid-body O-ring gasket shall be seated into the coupling body and shall 7 hold the coupling body firmly in the outerduct. 8 9 All fittings, adapters, and bends (sweeps) shall be provided and shall be manufactured 10 from the same materials and manufacturing process as the conduit, except as specified 11 otherwise. The conduit system shall be a complete system with the following 12 accessories: 13 14 Manhole Terminator Kits 15 Deflection Fittings 16 Offset Fittings 17 Expansion/Contraction Fittings 18 Repair Kits 19 Conduit and Innerduct Plugs 20 Pull string 21 Pull rope 22 Conduit spacers 23 Split Plugs 24 25 9-29.1(5)A Rigid Galvanized Steel Outerduct with PVC or PE Innerduct 26 Each section of steel outerduct shall be supplied with one reversing spin coupling that 27 allows straight sections and fittings to be joined without spinning the conduit. The 28 reversing coupling shall be galvanized and have three setscrews or a lock nut ring to 29 lock the coupling in place. Setscrews or lock nut ring shall be galvanized or stainless 30 steel and insure continuous electrical ground. The couplings shall be galvanized steel 31 with the same material properties as the conduit. 32 33 The conduit system shall be designed so that assembly of components can be 34 accomplished in the following steps: . 35 36 1. Loosen setscrews or lock nut ring on coupling and spin back to allow for 37 insertion. 38 39 2. Spin coupling mating sections forward to bottom. 40 41 3. Tighten setscrews on lock nut ring. 42 43 9-29.1(5)6 Rigid PVC Outerduct with PVC or PE Innerduct 44 Protective outerduct for schedule 40 PVC and schedule 80 PVC conduit outerduct shall 45 be 4-inch with a minimum 5-inch extended integral "bell end" and shall be gray in color. 46 The outerduct minimum wall thickness shall be 0.23-inch for Schedule 40 PVC and 47 0.32-inch for Schedule 80 PVC. 48 49 Conduit and fittings for PVC outerduct shall be manufactured with an ultraviolet inhibitor. 50 51 The coupling body for PVC outerduct shall include afactory-assembled, multi-stage 52 gasket that is anti-reversing, sealing both the outer and innerducts. A secondary mid- 1 body gasket shall be seated at the shoulder of the bell to assure air and water integrity Yg 9 Y 2 of the system. The bell end and the coupling body assembly shall accept a minimum of 3 5-inches of the spigot end. 4 5 The conduit system shall be designed so that straight sections and fittings will assemble 6 without the need for lubricants or cement. 7 8 PVC outerduct shall have a longitudinal print-line that denotes "Install This Side Up" for 9 proper innerduct alignment. PVC outer-ducts shall have a circumferential ring on the 10 spigot end of the duct to provide a reference point for ensuring the proper insertion 11 depth when connecting conduit ends. The line shall be a minimum of 5-inches from the 12 end of the conduit. 13 14 9-29.1(5)C Innerduct for Straight Sections of Galvanized Steel Outerduct or 15 PVC Outerduct 16 The innerducts shall have a minimum outside diameter of 1.25-inch, and a minimum 17 inside diameter of 1.2-inch. Larger diameter innerducts may be provided if the wall 18 thickness and diameter tolerances are met. The tolerance for inside and outside 19 diameters shall be 0.005-inch. The innerducts shall have a minimum wall thickness of 20 0.060-inch. Innerduct shall be color coded and shall index a minimum of one innerduct 21 with a different color. Alternate color codes are permitted as long as the color codes are 22 contiguous between adjacent junction boxes. The innerducts shall be factory installed in 23 the outerduct. 24 25 Dynamic coefficient of friction of innerducts shall be tested in accordance with Telcordia 26 GR-356-CORE procedure. The coefficient of friction shall be less than 0.30 between 27 medium density polyethylene jacketed fiber optic cable and the prelubricated innerduct. 28 The coefficient of friction shall be less than 0.10 between the '/4-inch diameter 29 polypropylene rope (suitable for fiber optic cable pulling) and the prelubricated 30 innerduct. Pull rope used for testing (meeting the 0.10 coefficient of friction requirement) 31 shall be the same type as the pull rope used for cable installation. The Contractor shall 32 provide as part of the conduit submittals a certificate of compliance with these 33 coefficient of friction requirements. 34 35 The innerduct shall have a smooth, non-ribbed interior surface, with a factory 36 prelubricated coating. The coating shall provide the required dynamic coefficient of 37 friction. 38 39 Innerduct shall be extruded polyvinyl chloride (PVC) or polyethylene (PE). 40 41 The coupling body for the innerduct shall be factory assembled in the bell end of the 42 outerduct and shall be manufactured from a high impact engineered thermoplastic. The 43 coupling body face shall be supplied with lead-ins to facilitate assembly. 44 45 All outerduct shall be marked with data traceable to plant location. 46 47 9-29.1(5)D Conduit with Innerducts Fittings and Appurtenances 48 Duct plugs shall be polypropylene and be equipped with a neoprene or polyurethane 49 gasket. Plugs shall be equipped with an attachment to secure the pull rope in the 50 innerduct. The plug shall withstand 5 psi. 51 i 1 9-29.1(5)D1 Bends for 4-inch PVC Conduit with Innerducts or Galvanized 2 Steel Conduit with Innerducts 3 All bend radii shall be 36-inches or greater. The conduit system shall provide a complete 4 line of fixed and flexible sweeps with system compatible bell and spigot or threaded 5 ends. The bends shall contain high-temperature burn-through-resistant innerducts 6 manufactured from PVC, PE, or Nylon-66. The innerducts shall meet all other 7 requirements for innerduct In Sections 9-29.1(1) and 9-29.1(5)A. 8 9 9-29.1(5)D2 Prefabricated Fixed and Flexible Bends (for Innerducts) 10 The prefabricated standard fixed PVC bends shall have a radius between 4-feet and 9- 11 feet and sweep angles of 11.25-degree, 22.5-degree, 45-degree, or 90-degree. 12 13 Flexible bends shall be prefabricated. These conduits may be field bent to a uniform 14 radius no less than 4-feet. The field bend shall be no greater than 90-degrees. 15 Grounding shall be continuous in flexible bends. Outerduct for flexible ends shall be 16 manufactured from reinforced PVC.Expansion and Deflection fittings for rigid galvanized 17 steel conduit with innerduct shall be provided in accordance with 9-29.1(2)A. 18 19 9-29.1(6) Detectable Underground Warning Tape i 20 Detectable Underground Warning tape shall be Orange imprinted in black lettering with 21 the message; "FIBER OPTIC CABLE BURIED BELOW' or equal. The warning tape 22 shall be polyethylene with a metallic backing. The polyethylene shall be a minimum 4- 23 mils thick and 3-inches wide. 24 25 9-29.1(7) Steel Casings 26 Steel casing material shall conform to ASTM A 252 Grade 2 or 3 or casing as approved 27 by the Engineer. The Contractor shall furnish pipe of adequate thickness to withstand 28 the forces exerted by the boring operation as well as those forces exerted by the earth 29 during installation and shall be a minimum of%-inch thick.All joints shall be welded by a 30 welder qualified in accordance with AWS D1.1 structural welding code, section 3. 31 32 9-29.1(8) Drilling Fluid 33 Drilling fluid used for directional boring shall be an inert mixture of water and bentonite 34 clay, conforming to the drilling equipment manufacturers recommendations. 35 36 9-29.2(1) Standard Duty and Heavy Duty Junction Boxes 37 The second paragraph is revised to read: 38 39 Standard Duty Junction Boxes are defined as Type 1, 2, and 8, and Heavy Duty 40 Junction Boxes are defined as Type 4, 5, and 6. 41 42 9-29.2(1)A Standard Duty Junction Boxes 43 The second sentence of the first paragraph is revised to read: 44 45 A complete Type, 8 Junction Box includes the spread footing shown in the Standard 46 Plans. 47 48 The materials list in the third paragraph under Concrete Junction Boxes is supplemented 49 with the following: 50 �51 Bolts, Nuts, Washers ASTM F 593 or A 193, type 304 or 316 1 2 The third sentence in the second paragraph under Non-concrete Junction Boxes is revised 3 to read: 4 5 Non-concrete junction box lids shall include a pull slot, embedded 6" X 6" X 1/4"steel 6 plate and shall be secured with two %2 inch stainless steel hex-head bolts factory coated 7 with anti-seize compound and recessed into the cover. 8 9 9-29.2(1)C Testing Requirements 10 The paragraph under Testing for the Standard Duty non-concrete Junction Boxes is revised 11 to read: 12 13 Non-concrete Junction Boxes shall be tested as defined in the ANSI/SCTE 77-2007 Tier 14 22 test method with design load minimum of 22,500lbs . In addition the Contractor shall 15 provide a Manufacture Certificate of Compliance for each non-concrete junction box 16 installed. 17 18 9-29.2(2) Standard Duty and Heavy Duty Cable Vaults and Pull Boxes 19 The first sentence of the second paragraph is revised to read: 20 21 The Contractor shall provide shop drawings for all components including concrete box, 22 Cast Iron Ring, Ductal Iron Lid, Steel Rings,and Lid. In addition the shop drawings shall 23 show placement of reinforcing steel, knock outs, and any other appertenances 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 100.1: < 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 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 B3 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 f 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 . 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, 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 I 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 j 1 2. The steel li ht and signal standard fabricator's shop drawing submittal -" 9 9 P 9 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 9-29.10 Luminaires 7 Item G. under the first paragraph is revised to read: 8 9 G. Housings shall be fabricated from aluminum. Painted housings shall be painted flat 10 gray, Federal Standard 595 color No. 26280. Housings that are painted shall 11 withstand a 1,000-hour salt spray test as specified in ASTM B 117. 12 13 9-29.10(2) Decorative Luminaires 14 The reference to Federal Standard 5956 in the third sentence of the sixth ara rah is p 9 P 15 revised to "Federal Standard 595". 16 17 9-29.10(3) High Mast Luminaires and Post Top Luminaires 18 The second sentence of the third paragraph is revised to read: 19 20 All housings shall be painted flat gray, Federal Standard 595 color No. 26280. 21 22 9-29.16(2)E Painting Signal Heads 23 The reference to "Federal Standard 59513" in the first sentence is revised to "Federal 24 Standard 595". 25 26 9-29.20 Pedestrian Signals 27 Under the second paragraph in item B(3) the reference to "Federal Standard 59513" is 28 revised to "Federal Standard 595". 29 30 SECTION 9-30, WATER DISTRIBUTION MATERIALS 31 December 1, 2008 32 9-30.3(1) Gate Valves (3-inches to 16-inches) 33 The second paragraph is revised to read: 34 35 The Contractor shall provide an affidavit of compliance stating that the valve furnished 36 fully complies with AWWA C509 or AWWA C515. 37 38 SECTION 9-32, MAILBOX SUPPORTS 39 August 3, 2009 40 9-32.1 Steel Posts 41 The second paragraph is revised to read: 42 43 Any damage to galvanized paint surfaces shall be treated with two coats of paint 44 conforming to Section 9-08.1(2)B. 45 46 SECTION 9-33, CONSTRUCTION GEOSYNTHETIC 47 August 3, 2009 48 In regards to sieve sizes, all references in this division to "U.S." and "Square" are deleted. 1 2 SECTION 9-34, PAVEMENT MARKING MATERIAL 3 August 3, 2009 4 9-34.2(1) High VOC Solvent Based Paint 5 The reference to "Federal Standard 595a" in the first paragraph under Color-Yellow is 6 revised to "Federal Standard 595". 7 8 9-34.2(2) Low VOC Solvent Based Paint 9 The reference to "Federal Standard 595a" in the first paragraph under Color-Yellow is 10 revised to :Federal Standard 595". 11 12 9-34.2(3) Low VOC Waterborne Paint 13 The reference to "Federal Standard 595a" in the first paragraph under Color-Yellow is 14 revised to "Federal Standard 595". 15 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 August 3, 2009 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 The following is inserted after the first sentence of the fifth paragraph: 38 39 A fabrication decal as stated in Section 9-28.1(2) is not required for construction signs. 40 41 9-35.14 Portable Temporary Traffic Control Signal 42 The sixth sentence of the seventh paragraph is deleted. 43 44 The third sentence in the eighth paragraph is revised to read: 45 46 A highly retroreflective yellow strip, 3-in wide, shall be placed around the perimeter of 47 the face of all vehicle signal backplates to project a rectangular image at night towards 48 oncoming traffic. 49 t t t SPECIAL PROVISIONS 1 1 i t i i r SPECIAL PROVISIONS............................................................................................................10 1-01 DEFINITIONS AND TERMS...........................................................................................10 1-01.1 General.............................................................................................................................10 1-01.3 Definitions.......................................................................................................................10 1-02 BID PROCEDURES AND CONDITIONS ...............................12 ...................................... 1-02.1 Prequalification of bidders............................................................................................12 1-02.2 Plans and Specifications.................................................................................................12 1-02.5 Proposal Forms...............................................................................................................13 1-02.6 Preparation of Proposal.................................................................................................13 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 1-02.13 Irregular Proposals.......................................................................................................14 1-02.14 Disqualification of Bidders..........................................................................................15 1-02.15 Pre Award Information................................................................................................15 1-03 AWARD AND EXECUTION OF CONTRACT..............................................................15 1-03.1 Consideration of bids.....................................................................................................15 1-03.2 Award of Contract..........................................................................................................16 1-03.3 Execution of Contract....................................................................................................16 1-03.4 Contract Bond.................................................................................................................16 1-03.7 Judicial Review...............................................................................................................17 1-04 SCOPE OF WORK...........................................................................................................17 1-04.2 Coordination of Contract Documents..........................................................................17 1-04.3 Contractor-Discovered Discrepancies...........................................................................17 1-04.4 Changes...........................................................................................................................18 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 1-05.4(3) Contractor Supplied Surveying................................................................................19 1-05.4(4) Contractor Provided As-Built Information.............................................................20 1-05.7 Removal of Defective and Unauthorized Work................>..........................................20 1-05.10 Guarantees....................................................................................................................21 1 1-05.11 Final Inspection.............................................................................................................21 1-05.11(1) Substantial Completion Date..................................................................................21 1-05.11(2) Final Inspection and Physical Completion Date...................................................22 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...........................................................................................................24 1-05.18 Contractor's Daily Diary.............................................................................................24 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...........................................................I.............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(1) 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 - 1-07.181 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 1-07.23 Public Convenience and Safety...................................................................................34 1-07.23(1) Construction Under Traffic.....................................................................................34 1-07.23(2) Construction and Maintenance of Detours............................................................36 1-07.24 Rights of Way................................................................................................................36 1-08 PROSECUTION AND PROGRESS................................................................................37 1-08.0 Preliminary Matters.......................................................................................................37 1-08.0(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 1-08.2 Assignment......................................................................................................................39 1-08.3 Progress Schedule...........................................................................................................39 1-08.4 Notice to Proceed and Prosecution of the Work..........................................................40 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 1-09.3 Scope of Payment............................................................................................................44 1-09.6 Force Account.................................................................................................................44 1-09.7 Mobilization....................................................................................................................45 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 1-09.11 Disputes and Claims......................................................................................................48 1-09.11(2) Claims........................................................................................................................48 1-09.11(3) Time Limitations and Jurisdiction..................................:......................................48 1-09.13 Claims and Resolutions.................................................................................................48 1-09.13(3) Claims $250,000 or Less................................................................:.........................48 1-09.13(3)A Administration of Arbitration..............................................................................48 1-09.13(3)B Procedures to Pursue Arbitration........................................................................48 140 TEMPORARY TRAFFIC CONTROL...........................................................................49 1-10.1 General............................................................................................................................49 1-10.2(1)B Traffic Control Supervisor.....................................................................................50 1-10.2(2) Traffic Control Plans.................................................................................................50 1-10.3 Flagging, Signs,and All Other Traffic Control Devices..............................................50 1-10.3(3) Construction Signs.....................................................................................................50 1-10.4 Measurement................................................................................................................. ..51 1-10.5 Payment...........................................................................................................................51 1-11 RENTON SURVEYING STANDARDS...........................................................................51 1-11.1(1) Responsibility for surveys..........................................................................................51 1-11.1(2) Survey Datum and Precision.....................................................................................51 1-11.1(3) Subdivision Information............................................................................................52 1-11.1(4)_ Field Notes..................................................................................................................52 1-11.1(5) Corners and Monuments...........................................................................................52 1-11.1(6) Control or Base Line Survey.....................................................................................52 1-11.1(7) Precision Levels..........................................................................................................53 1-11.1(8) Radial and Station--Offset Topography.................................................................53 1-11.1(9) Radial Topography.....................................................................................................53 1-11.1(10) Station--Offset Topography.....................................................................................53 , 1-11.1(11) As-Built Survey.........................................................................................................53 1-11.1(12) Monument Setting and Referencing.......................................................................54 1-11.12 Materials........................................................................................................................54 1-11.12(1) Property/Lot Corners..............................................................................................54 1-11.12(2) Monuments...............................................................................................................54 1-11.12(3) Monument Case and Cover.....................................................................................54 2-01 CLEARING GRUBBING,AND ROADSIDE CLEANUP............................................54 2-01.1 Description......................................................................................................................54 2-01.2 Disposal of Usable Material and Debris.......................................................................55 2-01.5 Payment...........................................................................................................................55 2-02 REMOVAL OF STRUCTURE AND OBSTRUCTIONS...............................................55 -4 - 2-02.3(3) Removal of Pavement Sidewalks and Curbs.........................................................55 2-02.4 Measurement...................................................................................................................55 2-02.5 Payment...........................................................................................................................56 2-03 ROADWAY EXCAVATION AND EMBANKMENT.....................................................56 2-03.3 Construction Requirements...........................................................................................56 2-03.4 Measurement...................................................................................................................57 2-03.5 Payment...........................................................................................................................57 2-04 HAUL.................................................................................................................................57 2-04.5 Payment............................................................:..............................................................57 2-06 SUBGRADE PREPARATION.........................................................................................58 2-06.5 Measurement and Payment..........................................................................................58 2-09 STRUCTURE EXCAVATION 58 2-09.1 Description......................................................................................................................58 2-09.3(1)D Disposal of Excavated Material.............................................................................58 2-09.4 Measurement...................................................................................................................58 2-09.5 Payment...........................................................................................................................58 5-04 ASPHALT CONCRETE PAVEMENT............................................................................59 5-04.2 Materials..........................................................................................................................59 5-04.3 Construction Requirements...........................................................................................59 5-04.3(5) Conditioning the Existing Surface............................................................................60 5-04.3(5)A Preparation of Existing Surface.............................................................................60 5-04.3(7)A Mix Design...............................................................................................................61 5-04.3(8)A Acceptance Sampling and Testing—HMA Mixture.............................................61 5-04.3(10)B Control...................................................................................................................61 5-04.5 Payment...........................................................................................................................62 5-04.5(1)A Price Adjustments for Quality of HMA Mixture..................................................62 5-04.5(1)B Price Adjustments for Quality of HMA Compaction...........................................62 5-06 TEMPORARY RESTORATION IN PAVEMENT AREAS ..........................................63 5-06.1 Description......................................................................................................................63 5-06.2 Materials..........................................................................................................................63 5-06.3 Construction Requirements...........................................................................................63 7-01 DRAINS..............................................................................................................................63 7-01.2 Materials..........................................................................................................................63 7-01.3 Construction Requirements...........................................................................................63 7-01.4 Measurement...................................................................................................................64 - 5 - 7-02 CULVERTS........................................................................................................................64 7-02.2 Materials..........................................................................................................................64 7-04 STORM SEWERS.............................................................................................................64 7-04.2 Materials..............................................................................................................:...........64 7-04.4 Measurement...................................................................................................................64 7-04.5 Payment...........................................................................................................................65 7-05 MANHOLES,INLETS,AND CATCH BASINS............................................................65 7-05.3 Construction Requirements...........................................................................................65 7-05.3(1) Adjusting Manholes and Catch Basins to Grade....................................................65 7-05.3(2) Abandon Existing Manholes.....................................................................................66 7-05.3(2)A Abandon Existing Sanitary Sewer Pipes...............................................................66 7-05.3(3) Connections to Existing Manholes 67 7-05.3(5) Manhole Coatings......................................................................................................67 7-05.4 Measurement...................................................................................................................67 7-05.5 Payment...........................................................................................................................67 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS...............................................68 7-08.3 Construction Requirements...........................................................................................68 7-08.3(1)C Bedding the Pipe.....................................................................................................68 . 7-08.3(1)D Pipe Foundation.....................................................................................................68 7-08.3(2)A Survey Line and Grade...........................................................................................68 7-08.3(2)B Pipe Laying-General............................................................................................68 7-08.3(2)E Rubber Gasketed Joints..........................................................................................69 7-08.3(2)H Sewer Line Connections.........................................................................................69 7-08.3(2)J Placing PVC Pipe.....................................................................................................69 7-08.3(3)A Backfilling Sanitary Sewer Trenches.....................................................................70 7-08.4 Measurement...................................................................................................................70 7-08.5 Payment...........................................................................................................................70 7-09 PIPE AND FITTINGS FOR WATER MAINS ...............................................................71 7-09.3(15)A Ductile Iron Pipe....................................................................................................71 7-09.3(15)B Polyvinyl Chloride (PVC)Pipe(4 inches and Over)..........................................71 7-09.3(17) Laying Ductile Iron Pipe and Fittings with Polyethylene.....................................71 7-09.3(19)A Connections to Existing Mains.............................................................................71 7-09.3(21) Concrete Thrust Blocking and Dead-Man Block..................................................72 7-09.3(23) Hydrostatic Pressure Test........................................................................................72 7-09.3(24)A Flushing and..........................................................................................................73 -6- 7-09.3(24)D Dry Calcium Hypochlorite...................................................................................73 —, 7-09.3(24)K Retention Period...................................................................................................73 7-09.3(24)N Final Flushing and Testing...................................................................................74 7-09.3(25) Joint Restraint Systems...........................................................................................74 �! 7-09.4 Measurement...................................................................................................................75 7-09.5 Payment...........................................................................................................................76 7-12 VALVES FOR WATER MAINS.......................................................................................76 + �i 7-12.3(1) Installation of Valve Marker Post.............................................................................76 f7-12.3(2) Adjust Existing Valve Box to Grade.........................................................................76 7-12.4 Measurement...................................................................................................................77 7-12.5 Payment......................................................... • .77 7-14 HYDRANTS.......................................................................................................................77 7-14.3(1) Setting Hydrants.............................................................................:..........................77 7-14.3(3) Resetting Existing Hydrants.....................................................................................78 7-14.3(4) Moving Existing Hydrants........................................................................................78 7-14.5 Payment...........................................................................................................................78 7-15 SERVICE CONECTIONS................................................................................................79 7-15.3 Construction Details.......................................................................................................79 7-15.5 Payment...........................................................................................................................79 7-17 SANITARY SEWERS.......................................................................................................79 7-17.2 Materials..........................................................................................................................79 AM 7-17.3 Construction Requirements........... ............79 .................................................................... 7-17.3(1) Protection of Existing Sewerage Facilities...............................................................79 7-17.3(2)H Television Inspection...............................................................................................80 7-17.4 Measurement................................... ................................................................................80 7-17.5 Payment...........................................................................................................................80 8-09 RAISED PAVEMENT MARKERS..................................................................................81 8-09.5 Payment...........................................................................................................................81 8-13 MONUMENT CASES.......................................................................................................81 _a 8-13.1 Description......................................................................................................................81 8-13.3 Construction Requirements...........................................................................................81 8-13.4 Measurement...................................................................................................................81 8-13.5 Pavment...........................................................................................................................81 8-14 CEMENT CONCRETE SIDEWALKS...........................................................................81 F8-14.3(4) Curing.........................................................................................................................81 1 - 7 - 09/01/2009 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. The Contractor shall provide all surveys required other than those to be performed by the Engineer. All survey Work shall be done in accordance with Section 1-11 SURVEYING STANDARDS of these Specifications. The Contractor shall keep updated survey field notes in a standard field book and in a format set by the Engineer,per Section 1-11.1(4). These field notes shall include all survey Work performed by the Contractor's surveyor in establishing line, grade and slopes for the construction Work. Copies of these field notes shall be provided the Engineer upon request and upon completion of the Contract Work the field book or books shall be submitted to the Engineer and become the property of the Contracting Agency. If the survey Work provided by the Contractor does not meet the standards of the Engineer, then the Contractor shall, upon the Engineer's written request, remove the individual or individuals doing the survey Work and the survey Work will be completed by the Engineer at the Contractor's expense. Costs for completing the survey Work required by the Engineer will be deducted from monies due or to become due the Contractor. , All costs for survey Work required to be performed by the Contractor shall be included in the prices bid for the various items which comprise the improvement or be included in the bid item for "Contractor Supplied Surveying" per lump sum if that item is included in the contracts. 1-05.4(3) Contractor Supplied Surveying Section 1-05.4(3) is a new section: k When the Contract provides for Contractor Supplied Surveying, the Contractor shall supply the survey Work required for the project. The Contractor shall retain as a part of the Contractor Organization an experienced team of surveyors under the direct supervision of a professional land surveyor licensed by the State of Washington. All survey Work shall be done in accordance with = Sections 1-05.4 and 1-11. The Contractor and/or the Surveyor shall inform the Engineer in writing of any errors, discrepancies, /4 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. t 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. i 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 of the Standard Specifications, 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" or"As-Builts." - 19 - 09/01/2009 1 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, 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" or"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 -20- 09/01/2009 p erform com p leted by using Contracting Agency or other forces. An emergency ncy 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. 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 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 full and unrestricted use and benefit of the facilities both from the operational and safety standpoint. 2. Only minor incidental Work,replacement of temporary substitute facilities, or correction of repair Work remains to reach physical completion of the Work. 21 - III 09/01/2009 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 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. j, 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 mechanical equipment; street lighting, electrical distribution or signal systems; irrigation systems; buildings; or other similar Work, it may be desirable for the Engineer to have the Contractor operate and test the Work for a period of time, after final inspection but prior to the physical completion date. Whenever items of Work are listed in the Contract Provisions for operational testing they shall be f - 22 - 09/01/2009 fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment which prove faulty, or that are not in first class operating condition. Equipment, electrical controls,meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. The costs for power, gas, labor,material, supplies, and everything else needed to successfully complete operational testing, shall be included in the unit contract prices related to the system being tested,unless specifically set forth otherwise in the proposal. Operational and test periods,when required by the Engineer, shall not affect a manufacturer's guaranties or warranties furnished under the terms of the Contract. 1-05.12 Final Acceptance The third and fourth sentences in paragraph 1 are deleted and replaced with: The Final Acceptance date shall be that date in which the Renton City Council formally approves acceptance of the Contract. 1-05.13 Superintendents,Labor and Equipment of Contractor Revise the seventh paragraph to read: Whenever the Contracting Agency evaluates the Contractor's qualifications pursuant to Section 1- 02.1, the Contracting Agency will take these performance reports into account. 1-05.14 Cooperation with Other Contractors Section 1-05.14 is supplemented as follows: t . 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 IM. 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. -23 - 09/01/2009 1-05.17 Oral Agreements Section 1-05.17 is a new section: No oral agreement or conversation with any officer, agent, or employee of the Contracting Agency, either before or after execution of the Contract, shall affect or modify any of the terms or obligations contained in any of the documents comprising the Contract. Such oral agreement or conversation 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 naive 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. - 24 - 09/01/2009 The Engineer or other Owner's representative on the job site will also complete a Daily Construction Report. 1-06 CONTROL OF MATERIAL 1-06.1 Approval of Materials Prior to Use Section 1-06.1 is supplemented as follows: The materials and equipment lists submitted to 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. The 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 for Acceptance Section 1-06.02(2) is supplemented by adding the following: Unless stated otherwise in the special provisions, statistical evaluation will not be used by the City of Renton. 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.1 Laws to be Observed Section 1-07.1 is supplemented as follows: 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. It 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 administrative agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA). -25 - I� 09/01/2009 The Contractor shall maintain at the project site office, or other well-known place at the project site, all articles necessary for providing first aid to the injured. The Contractor shall establish, publish, and make known to all employees,procedures for ensuring immediate removal to a hospital or doctor's care, 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 �y 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 _ 09/01/2009 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. i 1-07.2(3) State Sales Tax-Rule 170 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 appurtenances; sanitary sewers and sewage disposal systems unless such sewers and disposal systems are within, and a part of,a street or road drainage system; telephone,telegraph, electrical power distribution lines,or other conduits or lines in or above streets or roads, unless such power lines become a part of a street or road lighting system; and installing or attaching of any article of tangible personal property in or to real property,whether or not such personal property becomes a part of the realty by virtue of installation. For Work performed in such cases,the Contractor shall collect from the Contracting Agency,retail sales tax on the full contract price. The Contracting Agency will automatically add this sales tax to each payment to the Contractor. For this reason,the Contractor shall not include the retail sales tax in ` the unit bid item prices, or in any other contract amount subject to Rule 170,with the following exception. Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools,machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit bid item prices or in any other contract amount. 1-07.2(4) Services The Contractor shall not collect retail sales tax from the Contracting Agency on any contract wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 244). 1-07.6 Permits and Licenses Section 1-07.6 is supplemented as follows: The permits, easements, and right of entry documents that have been acquired are available for inspection and review. The Contractor shall be required to comply with all conditions of the permits, easements, and rights q pY p � g 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. 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 - 09/01/2009 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 this document will be bound in the bid documents. 1-07.12 Federal Agency Inspection Section 1-07.12 is supplemented with the following: Required Federal Aid Provisions The Required Contract Provisions Federal Aid Construction Contracts (FHWA 1273) and the amendments thereto supersede any conflicting provisions of the Standard Specifications and are made a part of this contract; provided, however, that if any of the provisions of FHWA 1273, as amended, 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 Control Delete the first paragraph, and replace it with the following: -28 - 09/01/2009 In an effort to prevent, control, and stop water pollution and erosion within the project, thereby protecting the Work, nearby land, streams, and other bodies of water, the Contractor shall perform all Work in strict accordance with all Federal, State, and local laws and regulations governing waters of the State, as well as permits acquired for the project. 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 pvate property. The Contracting Agency may provide certain lands, as indicated in connection with the Work under the Contract together with the right of access to such lands. The Contractor shall not unreasonably encumber the premises with his equipment or materials. The Contractor shall provide, with no liability to the Contracting Agency, any additional land and access thereto not shown or described that may be required for temporary construction facilities or storage of materials. He shall construct all access roads, detour roads, or other temporary Work as required by his operations. The Contractor shall confine his equipment, storage of material, and operation of his workers to those areas shown and described and such additional areas as he may provide. A. General. All construction Work under this contract on easements, right-of-way, over private property or franchise, shall be confined to the limits of such easements, right-of-way or franchise. All Work shall be accomplished so as to cause the least amount of disturbance and a minimum amount of damage. The Contractor shall schedule his Work so that trenches across easements shall not be left open during weekends or holidays and trenches shall not be open for more than 48 hours. B. Structures. The Contractor shall remove such existing structures as may be necessary for the performance of the Work and, if required, shall rebuild the structures thus removed in as good a condition as found. He shall also repair all existing structures 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 debris. The Contractor shall use rubber wheel equipment similar to the small tractor-type backhoes used by side sewer contractors for all Work, including excavation and backfill, on easements or rights-of-way, which have lawn areas. All fences, markers, mailboxes, or other temporary obstacles shall be removed by the Contractor and immediately replace, after the trench is backfilled, in their original position. The Contractor shall notify the Contracting Agency and Property Owner at least 24 hours in advance of any Work done on easements or rights-of-way. -29- 09/01/2009 ' Damage to existing structures outside of easement areas that may result from dewatering and/or other 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. - 30- 09/01/2009 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 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 nflicts occur, the Contractor shall continue the construction process on other n' p 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. Utility Potholing Potholing may be included as a bid item for use in determining the location of existing utilities in advance of the Contractor's operations. If potholing is not included as a bid item then it shall be considered incidental to other Work. The Contractor shall submit all potholing requests to the Engineer for approval, at least 2 working days before potholing is scheduled. Additionally, the a 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. 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 - ' 09/01/2009 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 -32 - 09/01/2009 ' D. Umbrella Liability (when necessary) Excess of Commercial General Liability and Automobile Liability. Coverage should be as broad as primary. ' E. Professional Liability - (whenever the Work under this Contract includes Professional Liability, (i.e. architectural, engineering, advertising, or computer programming) the Contractor shall maintain professional liability covering wrongful acts, errors and/or omissions of the Contractor for damage sustained by reason of or in the course of ' operations under this Contract. F. The Contracting Agency reserves the right to request and/or require additional coverages as may be appropriate based on Work performed(i.e.pollution liability). The Contractor shall name 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: 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 liability in excess of such limits. The Contractor shall carry the following limits of liability as required below: ' Commercial General Liability General Aggregate* $2,000,000 ** Products/Completed Operations $2,000,000 ** Aggregate Each Occurrence Limit $1,000,000 Personal/Advertising Injury $1,000,000 Fire Damage (Any One Fire) $50,000 Medical Payments (Any One $5,000 Person) Stop Gap Liability $1,000,000 ' * General Aggregate to apply per project (ISO Form CG2503 or equivalent) **Amount may vary based on project risk Automobile Liability , Bodily Injury/Property Damage $1,000,000 (Each Accident) Workers'Compensation ' Statutory Benefits-Coverage A Variable (Show Washington Labor and Industries Number) 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 _ - 33 - 09/01/2009 Aggregate $2,000,000 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, driveways, and paths adjacent to the project limits when affected by the Contractor's operations. Snow and ice control will be performed by the - 34 - 09/01/2009 Contracting Agency on all projects. Cleanup of snow and ice control debris will be at the Contracting , Agency's expense. The Contractor shall perform the following: 1. Remove or repair any condition resulting from the Work that might impede traffic or create a hazard. 2. Keep existing traffic.signal and highway lighting systems in operation as the Work proceeds. , (The Contracting Agency will continue the route maintenance on such system.) 3. Maintain the striping on the roadway at the Contracting Agency's expense. The Contractor shall ' be responsible for scheduling when to renew striping, subject to the approval of the Engineer. When the scope of the project does not require Work on the roadway, the Contracting Agency will be responsible for maintaining the striping. , 4. Maintain existing permanent signing. Repair of signs will be at the Contracting Agency's expense, except those damaged due to the Contractor's operations. ' 5. Keep drainage structures clean to allow for free flow of water. Cleaning of existing drainage structures will be at the Contracting Agency's expense when approved by the Engineer, except , when flow is impaired due to the Contractor's operations. Section 1-07.23(1) is supplemented by adding the following: (******) 1 The Contractor shall be responsible for controlling dust and mud within the project limits and on any street, which is utilized by his equipment for the duration of the project. The Contractor shall be prepared to use watering trucks,power sweepers, and other pieces of equipment as deemed necessary , by the Engineer,to avoid creating a nuisance. Dust and mud control shall be considered as incidental to the project, and no compensation will be made for this section. Complaints of dust, mud, or unsafe practices and/or property damage to private ownership will be transmitted to the Contractor and prompt action in correcting them will be required by the Contractor. 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 - 09/01/2009 1 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: 1. Detours and detour bridges that will accommodate traffic diverted from the roadway, bridge, sidewalk, driveway, or path during construction, 2. Detour crossings of intersecting highway,and ' 3. 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 b by the Contracting Agency from the owner of the private property. Copies of the easement jagreements 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 III'I private property, whether adjoining the Work or not, the Contractor shall file with the Engineer a 3 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 - 36- �I 09/01/2009 the case of a release, that the restoration of the property has been satisfactorily accomplished. The statement shall include the parcel number, address and date of signature. Written releases must be filed with the Engineer before the Completion Date will be established. ' 1-08 PROSECUTION AND PROGRESS 1-08.0 Preliminary Matters Section 1-08.0 is a new section with subsection: 1-08.0(1) Preconstruction Conference Section 1-08.0(1) is a new subsection: The Engineer will furnish the Contractor with copies of the Contract Documents per Section 1-02.2 "Plans and Specifications". Additional documents may be furnished upon request at the cost of reproduction. Prior to undertaking each part of the Work the Contractor shall carefully study and compare the Contract Documents, and check and verify pertinent figures shown therein and all , applicable field measurements. The Contractor shall promptly report in writing to the Engineer any conflict, error or discrepancy,which the Contractor may discover. After the Contract has been executed, but prior to the Contractor beginning the Work, a preconstruction conference will be held between the Contractor, the Engineer and such other interested parties as may be invited. The Contractor shall prepare and submit at the preconstruction meeting: , 4 Contractor's plan of operation and progress schedule (3+copies) 4 Approval of qualified subcontractors (bring list of subcontractors if different from list submitted with bid) 4 List of materials fabricated or manufactured off the project 4 Material sources on the project Names of principal suppliers 4 Detailed equipment list, including "Rental Rate Blue Book" hourly costs (both , working and standby rates) 4 Weighted wage rates for all employee classifications anticipated to be used on Project 4 Cost percentage breakdown for lump sum bid item(s) 4 Shop Drawings (bring preliminary list) 4 Traffic Control Plans (3+copies) 4 Temporary Water Pollution/Erosion Control Plan In addition,the Contractor shall be prepared to address: Bonds and insurance Project meetings—schedule and 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 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 -37 - i 09/01/2009 Processing and administration of public complaints 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 k shift on a regular working day, as defined in the Standard Specifications, such Work shall be i 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 p the amount due or to become due the Contractor. 1-08.1 Subcontracting Revise the second paragraph to read: - 38 - 09/01/2009 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. 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 j 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 documentation, forms, etc. s 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: 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: I. 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 Engineer shall be shown as separate activities. 4. Work to be performed by a subcontractor, agent, or any third party. 5. Allowances for delays that could result from normal inclement weather (time extensions due to inclement weather will not be allowed). 6. Allowances for the time required by utilities (Owner's and others) to locate, monitor, and adjust their facilities as required. 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. -39- 09/01/2009 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. I, 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 Day occurs on a Saturday, the two preceding working days shall be observed as holidays. When Christmas day occurs on a Sunday, the two working days following shall be � � -40- 09/01/2009 observed as holidays. When holidays other than Christmas fall on a Saturday, the preceding Friday will be counted as a non-working day and when they fall on a Sunday the following Monday will be counted as a non-working day. The Contract Time has been established to allow for periods of normal inclement weather 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 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. 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; and (5) any partial or whole days the Engineer declared unworkable the previous week. This weekly report will be correlated with the Contractor's current approved progress schedule. If the Contractor elects to work 10 hours a day and 4 days a week (a 4-10 schedule), and the fifth day of the week in which a 4-10 shift is worked would ordinarily be charged as a working day, then the fifth day of that week will be charged as a working day whether or not the Contractor works on that day. The Contractor will be allowed 10 calendar days from the date of each report in which to file a written protest of an alleged discrepancy in the Contract Time as reported. Otherwise, the report will be deemed to have been accepted by the Contractor as correct. The requirements for scheduling the Final Inspection and establishing the Substantial Completion, Physical Completion, and Completion Dates are specified in Sections 1-05.11 and 1-05.12. Revise the seventh paragraph to read: The Engineer will give the Contractor written notice of the completion date of the Contract after all the Contractor's obligations under the Contract have been performed by the Contractor. The following events must occur before the Completion Date can be established: 1. The physical Work on the project must be complete; 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: a. Certified Payrolls (Federal-aid Projects) b. Material Acceptance Certification Documents c. Annual Report of Amounts Paid as MBE/WBE Participants or Quarterly Report of Amounts Credited as DBE Participation, as required by the Contract Provisions. d. FHWA 47 (Federal-aid Projects) e. Final Contract Voucher Certification f. Property owner releases per Section 1-07.24 Section 1-08.5 is supplemented as follows: Within 10 calendar days after execution of the Contract by the Contracting Agency, 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 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 - 09/01/2009 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,°'erititled 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 es Liquidated Damages g Section 1-08.9 is supplemented as follows: Ir> 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 a new Section: The Contractor alone shall at all times be responsible for the adequacy, efficiency, and sufficiency of his and his subcontractor's plant and equipment. The Owner shall have the right to make use of the Contractor's plant and equipment in the performance of any Work on the site of the Work. The use by the Owner of such plant and equipment shall be considered as extra Work and paid for accordingly. Neither the Owner nor the Engineer assumes any responsibility, at any time, for the security of the site from the time 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, -42 - 09/01/2009 barricades, and watchmen service, as he deems necessary for the public safe hand for the protection of the site and his plant and equipment. The Owner will be provided keys for all fenced, secured areas. 1=08.12 Attention to Work Section 1-08.12 is a new section: The Contractor shall give his personal attention to and shall supervise the Work to the end that it shall be prosecuted faithfully, and when he is not personally present on the Work site, he shall at all times be represented by a competent superintendent who shall have full authority to execute the same, and to supply materials, tools, and labor without delay, and who shall be the legal representative of the Contractor. The Contractor shall be liable for the faithful observance of any instructions delivered to him or to his authorized representative. 1-09 MEASUREMENT AND PAYMENT 1-09.1 Measurement of Quantities Section 1-09.1 is supplemented by adding the following: Lump Sum. The percentage of lump sum Work completed, and payment will be based on the cost percentage breakdown of the lump sum bid price(s) submitted at the preconstruction conference. The Contractor shall submit a breakdown of costs for each lump sum bid item. The breakdown shall list the items included in the lump sum together with a unit price of labor, materials, and equipment for each item. The summation of the detailed unit prices for each item shall add up to the lump sum bid. The unit price values may be used as a guideline for determining progress payments or deductions or additions in payment for ordered Work changes. Cubic Yard Quantities. The Contractor shall provide truck trip tickets for progress payments only in the following manner. Where items are specified to be paid by the cubic yard, the following tally system shall be used. 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 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 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 Inspector will not be honored for payment. -43 - /2 09/01 _009 Each truck shall be clearly numbered to the satisfaction of the Engineer and there shall be no duplication of numbers. iDuplicate 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 I 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 Division 18, "Measurement and Payment" of the Section 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. -44 - 09/01/2009 1-09.7 Mobilization Section 1-09.7 is supplemented as follows: (******) Mobilization shall also include, but not be limited to, the following items: the movement of Contractor's personnel, equipment, supplies, and incidentals to the project site; the establishment of an office, buildings, and other facilities necessary for Work on the project; providing sanitary facilities for 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. Payment will be made for the following bid item(s): "Mobilization&Demobilization,"Lump Sum. 1-09.9 Payments Delete the third paragraph and replace it with the following: Progress payments for completed Work and material on hand will be based upon progress estimates prepared by the Engineer. A progress estimate cutoff date will be established at the preconstruction meeting. The initial progress estimate will be made not later than 30 days after the Contractor commences the Work, and successive progress estimates will be made every 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. Progress payments will be made in accordance with the progress estimate less: 1. Retainage per Section 1-09.9(1); 2. The amount of Progress Payments previously made; and 3. Funds withheld by the Contracting Agency for disbursement in accordance with the Contract Documents. Progress payments for Work performed shall not be evidence of acceptable performance or an admission by the Contracting Agency that any Work has been satisfactorily completed. Payments will be made by check or electronic transfer, issued by the Contractin g Agency's fscal 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. -45 - 0.......09 Section 1-09.9 is supplemented as follows: 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 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: 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: a. Failure of the Contractor to provide the Engineer with a field office when required by the Contract Provisions. -46- 09/01/2009 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. Disbursement of such funds, if the Engineer elects to do so will be made only after giving the Contractor 15 calendar days prior written notice of the Contracting Agency's intent to do so, and if prior to the expiration of the 15-calendar day period, 1. No legal action has commenced to resolve the validity of the claims, and 2. The Contractor has not protested such disbursement. 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. 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: 1. To the Contracting Agency of all claims and all liabilities of the Contractor, other than claims in stated amounts as may be specifically excepted in writing by the Contractor; 2. For all things done or furnished in connection with the Work; 3. For every act and neglect by the Contracting Agency; and 4. For all other claims and liability relating to or arising out of the Work. A payment (monthly, final, retainage, or otherwise) shall not release the Contractor or the 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, or obtaining such other remedies as may be permitted by law. Before the Work will be accepted by the Contracting Agency, the Contractor shall submit an affidavit, on the form provided by the Engineer, of amounts paid to certified disadvantaged (DB), minority (MBE) or women business enterprises (WBE) participating in the Work. Such affidavit shall certify the amounts paid to the DB, MBE or WBE subcontractors regardless of tier. On federally funded projects the Contractor may also be required to execute and furnish the Contracting Agency an affidavit certifying that the Contractor has not extended any loans, gratuity or gift and money pursuant to Section 1-07.19 of these Specifications. If the Contractor fails, refuses, or is unable to sign and return the Final Progress Estimate or any other documents required for the final acceptance of the Contract,the Contracting Agency reserves the right to establish a completion date and unilaterally accept the Contract. Unilateral acceptance will occur only after the Contractor has been provided the opportunity, by written request from the Engineer, to voluntarily submit such documents. If voluntary compliance is not achieved, formal notification of -47 - 09/01/2009 the impending unilateral acceptance will be provided by certified letter from the Engineer to the 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 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 jParagraph 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 - 09/01/2009 The arbitration shall be conducted in accordance with the statutes of the State of Washington and i 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. 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. -49 - I 09/01/2009 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 channelMng 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 required as a result of the Contractor's modification to the traffic control plan(s) appearing in the f 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 i decrease. Traffic control and maintenance for the safety of the traveling public on this project shall be the sole j responsibility of the Contractor and all methods and equipment used will be subject to the approval of the Owner. a Traffic control devices and their use shall conform to City of Renton standards and the Manual on I Uniform Traffic Control Devices(MUTCD). The Contractor shall not proceed with any construction until proper traffic control has been provided 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. 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 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. Barricade shall be reflectorized a Barricades s 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: - 50- 09/01/2009 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". 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 f Renton Survey Control Network benchmarks. If tY Y there are two such benchmarks within 3000 feet of the project site a tie to both shall be made. The -51 - 09/01/2009 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 i, 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. Those surveys dependent on retracement of a plat or short plat shall reveal the controlling monuments, measurements,and methodology used in that retracement. 1-11.1(4) Field Notes Field notes shall be kept in conventional format in a standard bound field book with waterproof pages. In cases where an electronic data collector is used field notes must also be kept with a sketch and a record of control and base line traverses describing station occupations and what measurements were made at each point. Every point located or set shall be identified by a number and a description. Point numbers shall be unique within a complete job. The preferred method of point numbering is field notebook, page and point set on that page. Example: The first point set or found on page 16 of field book 348 would be identified as Point No. 348.16.01,the second point would be 348.16.02, etc. Upon completion of a City of Renton project, either the field notebook(s) provided by the City or the original field notebook(s) used by the Surveyor will be given to the City. For all other Work, Surveyors will provide a copy of the notes to the City upon request. In those cases where an electronic data collector is used, a hard copy print out in ASCII text format will accompany the field 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 usually set at such points to physically reference a corner's location on the ground. iMonument: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 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. - 52 - 09/01/2009 If recording of the survey with the King County Recorder is required, it will be prepared on 18 inch by 24 inch mylar and will comply with all provisions of Chapter 58.09 RCW. A photographic mylar of the drawing will be submitted to the City of Renton and, upon their review and acceptance per the specific requirements of the project,the original will be recorded with the King County Recorder. If recording is not required, the survey drawing shall be prepared on 22 inch by 34 inch mylar, and 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 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. 1,2 o�o 0 o 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. 1-11.1(12) Monument Setting and Referencing All roe or lot corners as defined in 1-11.1(5), established or reestablished on a plat or other property rty p recorded survey shall be referenced by a permanent marker at the corner point per 1-11.2(1). In situations where such markers are impractical or in danger of being destroyed, e.g., the front corners of lots, a witness marker shall be set. In most cases,'this will be the extension of the lot line to a tack in lead in the curb. The relationship between the witness monuments and their respective corners shall be shown or described on the face of the plat or survey of record, e.g., "Tacks in lead on the extension of the lot side lines have been set in the curbs on the extension of said line with the curb." In all other cases the corner shall meet the requirements of Section 1-11.2(1)herein. All non-corner monuments, as defined in 1-11.1(5), shall meet the requirements of Section 1-11.2(2) herein. If the monument falls 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 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: -54- 09/01/2009 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. 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. 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: Sawcuttmg 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. - 55 - 09/01/2009 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 items unless designated as specific bid items in the proposal. If pavements, sidewalks, or curbs lie within an excavation area and are not mentioned as separate pay items, their removal will be paid for as part of the quantity removed in excavation. If they are mentioned as a separate item in the proposal, they will be measured and paid for as provided under Section 2-02.5, and will not be included in the quantity calculated for excavation. 2-03 ROADWAY EXCAVATION AND EMBANKMENT 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. 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 backfllled 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. - 56 - 09/01/2009 Any native material used for fill shall be free of organics and debris, and have a maximum particle size of 6 inches. It shall be the responsibility of the Contractor to prevent the native materials from becoming saturated with water. The measures may include sloping to drain, compacting the native materials, and diverting runoff away from the materials. If the Contractor fails to take such preventative measures, any costs or delay related to drying the materials shall be at his own expense. If the native materials become saturated, it shall be the responsibility of the Contractor to dry the materials, to the optimum moisture content. If sufficient acceptable native soils are not available to complete construction of the roadway embankment, Gravel Borrow shall be used. If subgrade trimmer is not required on the project, all portions of Section 2-03 shall apply as though a subgrade trimmer were specified. If sufficient acceptable native soils, as determined by the Engineer, are not available to complete construction of the roadway embankment, Gravel Borrow meeting the requirements of Section 9- 03.14 of the Standard Specifications, shall be used. 2-03.4 Measurement Section 2-03.4 is supplemented by adding the following: At the discretion of the Engineer, roadway excavation, borrow excavation, and unsuitable foundation excavation -by the cubic yard(adjusted for swell)may be measured by truck in the hauling vehicle at the point of loading. The Contractor shall provide truck tickets for each load removed. Each ticket shall have the truck number,time and date, and be approved by the Engineer. 2-03.5 Payment Section 2-03.5 is revised as follows: Payment for embankment compaction will not be made as a separate item.All costs for embankment 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 da 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: 57 - 09/01/200 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. 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 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 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. 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 - 58 - 09/01/2009 expense to the Contractin g Agency,A , shall lace such material with concrete or other material the Y replace 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. 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 1'/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%2 inches. HMA Class %2"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 -59 - 09/01/2009 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. 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: 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 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. 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 be made. The Contractor shall locate all utilities for access immediately after any paving and mark the location by means of painting a circle around the location and scooping a portion of asphalt 4" - 6"in diameter and the depth of the overlay from the center of the utility location. The Contractor shall locate and completely expose gas and water valves for access immediately after final rolling. 09/01/2009 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. for Payment 1 y o 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. 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 ER 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. 09/01/2009 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 '/2", 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 Asphalt binder 52 A pay factor will be calculated for sieves listed in Section 9-03.8(7) for the class of HMA and for the asphalt binder. 1. Nonstatistical Evaluation. Each lot of HMA produced under Nonstatistical Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit contract price with no further evaluation. When one or more constituents fall outside the nonstatistical acceptance tolerance limits in Section 9-03.8(7), the lot shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The nonstatistical tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist,backup samples of the existing sublots or samples from the street shall be tested to provide a minimum of three sets of results for evaluation. 2. Commercial Evaluation. If sampled and tested,HMA produced under Commercial Evaluation and having all constituents falling within the tolerance limits of the job mix 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 -62 - 09/01/2009 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 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 I, 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: - 63 - i 09/01/2009 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 9-04.9, 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: When the Contract does not include "Structure Excavation Class B" or "Structure Excavation Class B Including Haul" as a pay item all costs associated with these items shall be included in other contract pay items. 7-02 CULVERTS 7-02.2 Materials The second paragraph of Section 7-02.2 is revised and supplemented as follows: Where steel or aluminum are referred to in this section in regard to a kind of culvert pipe, pipe arch, or end sections, it shall be understood that steel is zinc coated (galvanized) with Asphalt Treatment I or aluminum coated (aluminized) corrugated iron or steel, and aluminum is corrugated aluminum alloy as specified in Sections 9-05.4 and 9-05.5. Where plain or reinforced concrete, steel, or aluminum are referred to in Section 7-02 it shall be understood that reference is also made to PVC. 7-04 STORM SEWERS 7-04.2 Materials The second paragraph of Section 7-04.2 is revised as follows: Where steel or aluminum are referred to in this section in regard to a kind of storm sewer pipe, it shall be understood that steel is zinc coated (galvanized), Asphalt Treatment I Coated, corrugated iron or steel and aluminum is corrugated aluminum alloy as specified in Sections 9-05.4 and 9-05.5. The Contractor shall require pipe su pp liers to furnish certificates signed by their authorized representative, stating the Specifications to which the materials or products were manufactured. The Contractor shall provide 2 copies of these certifications to the Engineer for approval. Certificates showing nonconformance with the Contract shall be sufficient evidence for rejection. Approval of certificates shall be considered only as tentative acceptance of the materials and products, and such action by 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 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. - 64 - 09/01/2009 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 pay for all Work to complete the installation, including adjustment of inverts to manholes. When no bid item "Gravel Backfill for Pipe Bedding" is included in the Schedule of Prices, pipe bedding, as shown in the Standard Plans, shall be considered incidental to the pipe and no additional payment shall be made. 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. Cost of connecting pipe to structures shall be included in the various unit contract prices for storm sewer pipe, and no additional compensation will be allowed. Abandonment and plugging of pipe shall be included in the lump sum contract price for "Removal of Structure and Obstruction". No separate payment will be made. 7-05 MANHOLES, INLETS,AND CATCH BASINS 7-05.3 Construction Requirements Section 7-05.3 is supplemented by adding the following: 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. I 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 09/01/2009 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 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. 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. 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 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. -66- 09/01/2009 A cement-based out shall be used to fill the void of the abandoned sewer pipe. The grouting grout p p t� g material must have a strength of at least 100 psi and shall have flow characteristics appropriate for filling a sanitary sewer. The grout mix designed and method of installation shall be approved by the Engineer prior to beginning the operation (See Section 9-03.22). 7-05.3(3) Connections to Existing Manholes Section 7-05.3(3) is supplemented by adding the following: Where shown on the Plans, new drain pipes shall be connected to existing line, catch basin, curb inlets and/or manholes. The Contractor shall be required to core drill into the structure, shape the new pipe to fit and re-grout the opening in a workmanlike manner. Where directed by the Engineer or 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. 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: 09/01/2009 "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. 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS 7-08.3 Construction Requirements 7-08.3(1)C Bedding the Pipe Section 7-08.3(1)C is supplemented by adding the following: Pipe bedding for PVC sewer pipe shall consist of clean, granular pea gravel consistent with Section 9- 03.12(3). It shall be laced to a depth of 6" over and 6" under the exterior walls of the pipe. P p Pp 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. Pipe 7-08.3(1)D P a Foundation Section 7-08.3(1)D is a new section: Pipe foundation in poor soil: When soft or unstable material is encountered at the subgrade which, in the opinion of the Engineer,will not uniformly support the pipe, such material shall be excavated to an additional depth as required by the Engineer and backfilled with foundation gravel material placed in maximum 12-inch lifts. Foundation gravel shall be ballast and conform to the requirements of Section 9-03.9(1) of the Standard Specifications. Corrections faulty grade: Excess excavation below grade shall be backfilled with foundation gravel as specified above and thoroughly compacted to the required grade line. 7-08.3(2)A Survey Line and Grade Section 7-08.3(2)A is replaced with: 'p 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 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 -68 - 09/01/2009 manholes, when the downstream pipe(s) is of a larger size, pipe(s) shall be laid by matching the (eight-tenths) flow elevation, unless otherwise approved by the Engineer. All pipe, fittings, etc. shall be carefully handled and protected against damage, impact shocks, and free fall. All pipe handling equipment shall be acceptable to the Engineer. Pipe shall not be placed directly on rough ground but shall be supported in-a manner, which will protect the pipe against injury whenever stored at the trench site or elsewhere. No pipe shall be installed where the lining or coating show defects that may be harmful as determined by the Engineer. Such damaged lining or coating shall be repaired, or a new undamaged pipe shall be furnished and installed. 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 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" - 69 - 09/01/2009 below the bottom of the pipe to 6" above the top of the pipe. When it is necessary to connect to a structure with a mudded joint a rubber gasketed concrete adapter-collar will be used at the point of connection. 7-08.3(3)A Backfilling Sanitary Sewer Trenches Section 7-08.3(3)A is 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. If the native material is considered by the Engineer as unsuitable for backfill, or where unsuitable material is requested by the Engineer to be removed or over-excavated from trench excavations,then Bank Run Gravel for Trench Backfill Sewer material conforming to the requirements of Section 9- 03.19 shall be used. All native or imported backfill material shall be compacted to 95%of maximum dry density per ASTM D 1557 unless otherwise specified herein or on the Plans. Backfill within paved areas shall be compacted to at least 95 percent of maximum dry density as determined by the modified proctor compaction test,ASTM D1557. This includes the foundation, backfill, and base course materials. Maximum lift thickness of backfill shall not exceed 24 inches between the top of the bedding and 4 feet below grade and 12 inches from 4 feet below grade to the base of the subgrade. The Engineer may be on-site to collect soil samples and to test compaction. The Contractor shall provide site access at all times for compaction testing and sample collection. Areas of the trench which fail to meet the compaction requirements shall be removed and replace and re-compacted at the Contractor's expense. 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 d density as p p p dry h' determined by the modified proctor compaction test,ASTM D 1557. The Contractor shall be responsible for the disposal of an excess excavated material. p P Y 7-08.4 Measurement The first paragraph of Section 7-08.4 is revised as follows: Gravel backfill for foundations, or gravel backfill for pipe zone bedding when used for foundations, shall be measured by the cubic yard, including haul, as specified in 2-09, or by the ton. 7-08.5 Payment Section 7-08.5 is replaced with: Payment will be made in accordance with Section 1-04.1 for each of the following bid items that are included in the proposal: "Gravel Backfill for Foundations Class ", per cubic yard or ton. "Gravel Backfill for Pipe Zone Bedding", per cubic yard or ton. All costs associated with furnishing and installing bedding and backfill material within the pipe zone in the installation of culvert, storm sewer, and sanitary sewer pipes shall be included in the unit contract price for the type and size of pipe installed. - 70 - 09/01/2009 "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 coricrete collar shall be included in the unit contract price per foot for the size and type of pipe being jointed. "Shoring or Extra Excavation Class B",per square foot. If this pay item is not in the Contract,then it shall be incidental. 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 C105. The polyethylene wrap shall be tube type and black color. Any damage that occurs to the wrap shall be repaired in accordance with ANSFAWWA 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: - 71 - r 1 09/01/2009 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. The Contractor shall provide all saw-cutting, removal and disposal of existing surface improvements, excavation, haul and disposal of unsuitable materials, shoring, de-watering, foundation material, at the connection areas before the scheduled time for the connection by the City. The Contractor shall provide all materials necessary to install all connections as indicated on the construction plans, including but not limited to the required fittings, couplings,pipe spools, shackle materials to complete the connections. The Contractor shall provide and install concrete blocking, polywrap the piping at the connections, backfill and surface restoration at the locations shown on the plans for the connections to the existing water mains. The City will cut the existing main and assemble all materials. 7-09.3(21) Concrete Thrust Blocking and Dead-Man Block Section 7-09.3(21)has been supplemented by adding the following: Provide concrete blocking at all hydrants, fittings and horizontal or vertical angle points. Conform to the City of Renton Standard Details for general blocking, and vertical blocks herein. All fittings to be blocked shall be wrapped with 8-mil polyethylene plastic. Concrete blocking shall be properly formed with plywood or other acceptable forming materials and shall not be poured around joints. The forms shall be stripped prior to backfilling. Joint restraint (shackle rods), where required, shall be installed in accordance with Section 7-11.3(15). Provide concrete dead-man blocks at locations shown on the plans. The dead-man block shall include reinforcing steels, shackle rods,installation and removal of formwork. i Blocking shall be commercial concrete(hand-mixed concrete is not allowed) and poured in place. 7-09.3(23) Hydrostatic Pressure Test T Section 7-09.3(23) is supplemented and revised as follows: 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, the corporation cocks shall be removed and plugged. The quantity of water required to restore the pressure shall be accurately determined by either 1) pumping from an open container of suitable size such that accurate volume measurements can be made by the Owner or, 2)by pumping through a positive displacement water meter with a sweep unit hand registering 1 gallon per revolution.The meter shall be approved by the Engineer. Acceptability of the test will be determined by two factors, as follows: -72 - IM 09/01/2009 1. The quantity of water lost from the main shall not exceed the number of gallons per hour as listed in the following table. 2. The loss in pressure shall not exceed 5 psi during the 2 hour test period. All water used to perform hydrostatic pressure shall be charged a usage fee. Allowable leakage per 1000 ft. of pipeline* in GPH Nominal Pipe Diameter in inches PSI 6" 8" 10" 12" 16" 20" 24" 450 0.95 1.27 1.59 1.91 2.55 3.18 3.82 400 0.90 1.20 1.50 1.80 2.40 3.00 3.60 350 0.84 1.12 1.40 1.69 2.25 2.81 3.37. .275 0.75 1.00 1.24 1.49 1.99 2.49 2.99 250 0.71 0.95 1.19 1.42 1.90 2.37 2.85 225 0.68 0.90 1.13 1.35 1.80 2.25 2.70 200 0.64 0.85 1.06 1.28 1.70 2.12 2.55 *If the pipeline under test contains sections of various diameters, the allowable leakage will be the sum of the computed leakage for each size. For those diameters or pressures not listed, the 1 formula below shall be used: (� The quantity of water lost from the main shall not exceed the number of gallons per hour as determined by the formula L= P in which: 7400 L= Allowable leakage,gallons/hour N= No. of joints in the length of pipeline tested D= Nominal diameter of the pipe in inches P= Average test pressure during the leakage test,psi The paragraph stating that "There shall not be an appreciable or abrupt loss in pressure during the 15 minute test ep 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: (******) Jill 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: t 09/01/2009 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 I� 25 mg/1. 7-09.3(24)N Final Flushing and Testing Section 7-09.3(24)N has been revised as follows: Before placing the lines into service, a satisfactory report shall be received from the local or State health department or an approved testing lab on samples collected from representative points in the new system. Samples will be collected and bacteriological tests obtained by the Engineer. 7-09.3(25) Joint Restraint Systems Section 7-09.3(25)is a new additional section: General: Where shown on the plans or in the specifications or required by the Engineer,joint restraint system (shackle rods) shall be used. All joint restraint materials used shall be those manufactured by Star National Products, 1323 Holly Avenue, PO Box 258, Columbus Ohio 43216, unless an equal alternate is approved in writing by the Engineer. Materials: Steel types used shall be: High strength low-alloy steel (cor-ten),ASTM A242,heat-treated, superstar"SST" series. High strength low-alloy steel (cor-ten),ASTM A242, superstar "SS" series. Items to be galvanized are to meet the following requirements: ASTM A153 for galvanizing iron and steel hardware. ASTM A123 for galvanizing rolled,pressed and forged steel shapes. — Joint restrainer system components: �. Tiebolt: ASTM A242, type 2, zinc plated or hot-dip galvanized. SST 7:5/8" for 2" and 3" mechanical joints, 3/4" for 4" to 12" mechanical joints, ASTM A325, type 3D, except tensile strength of full-body threaded section shall be increased to 40,000 lbs. minimum for 5/8" and 60,000 lbs. minimum for 3/4" by heat treating (quenching and tempering) to 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. Tienut: heavy hex nut for each tiebolt: SS8: 5/8" and 3/4", ASTM A563, grade C3, or zinc plated. S8: 5/8" and 3/4",ASTM A563, grade A, zinc plated or hot-dip galvanized. Tiecoupling: used to extend continuous threaded rods and are provided with a center stop to aid installation, zinc plated or hot-dip galvanized. SS10: for 5/8" and 3/4" tierods, ASTM A563, grade C3. S 10: for 5/8" and 3/4" tierods,ASTM A563, grade A. Tierod: continuous threaded rod for cutting to desired lengths, zinc plated or hot-dip galvanized. SS 12: 5/8" and 3/4" diameter, ASTM A242, type 2; ANSI B 1.1. S 12: 5/8" and 3/4" diameter, TASTM A36,A307. 1 Tiewasher: round flat washers, zinc plated or hot-dip galvanized. SS 17: ASTM A242, F436. �- S 17: ANSI B 18.22.1. ^ - 74 - 09/01/2009 In the event that the existing valve box is plugged or blocked with debris, the Contractor shall use whatever means necessary to remove such debris, leaving the valve installation in a fully operable condition. 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 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. j 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. 1 "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 _f3 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 t 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. IPJ _77- 0"0""09 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), 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 Section 7-14.3(3)is supplemented by adding the following: All hydrants shall be rebuilt to the approval of the City (or replaced with a new hydrant). All rubber gaskets shall be replaced with new gaskets of the type required for a new installation of the same type. 7-14.3(4) Moving Existing Hydrants Section 7-14.3(4)is supplemented by adding the following: All hydrants shall be rebuilt to the approval of the City (or replaced with a new hydrant). All rubber gaskets shall be replaced with new gaskets of the type required for a new installation of the same type. 7-14.5 Payment Measurement and Payment Schedule for installation of water mains and appurtenances 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: "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 reset the existing hydrant, including rebuilding (or replacement with a new hydrant), shackling, blocking, painting, and guard posts and reconnecting to the main. The new pipe connecting the hydrant to the main shall be considered incidental and no additional payment shall be made. Guard posts, shown on the Plans shall be incidental to the contract. "Moving Existing Hydrants",per each. The unit contract price per each for "Moving Existing Hydrant" shall be full pay for all Work to move the existing hydrant, including new tee, rebuilding (or replacement with a new hydrant), shackling, blocking, painting, and guard posts and reconnecting to the main. The new pipe connecting the - 78 - 09/01/2009 hydrant to the main shall be considered incidental and no additional P a Y ment shall be made. Guard posts, shown on the Plans shall be incidental to the contract. 7-15 SERVICE CONECTIONS 7-15.3 Construction Details Section 7-15.3 is supplemented as follows: Pipe materials used to extend or replace existing water service lines shall be copper. Where installation is in existing paved streets, the service lines shall be installed by a trenchless percussion and impact method (hoe-hogging). If the trenchless percussion and impact method fails, regular open trench methods may be used. 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 -79- 09/01/2009 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. The City system accepts 1/2" wide high density VHS Tapes. The tapes will be run at standard speed SP (1 5/16 I.P.S.). The City will also accept video submittals on DVD viewable on a standard player or a CD or DVD compatible with Cues DataCAP 4.0. 7-17.4 Measurement ® Section 7-17.4 is supplemented as follows: Measurement of"Bank Run Gravel for Trench Backfill Sewer" will be determined by the cubic yard in place,measured by the neat line dimensions shown in the Plans, or by the ton on truck tickets. 7-17.5 Payment 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: "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. The unit contract price per each for " Furnish and Install 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 p i P e 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" 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. - 80- 09/01/2009 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. "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 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: -81 - 09/01/2009 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 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." 8-14.5 Payment Section 8-14.5 is supplemented by adding the following: "Curb Ramp, Cement Concrete," per each. Payment for excavation of material not related to the construction of the sidewalk but necessary before the sidewalk can be placed, when and if shown in the Plans, will be made in accordance with the provisions of Section 2-03. Otherwise, the Contractor shall make all excavations including haul and disposal, regardless of the depth required for constructing the sidewalk to the lines and grades shown, and shall include all costs thereof in the unit contract price per square yard for "Cement Concrete Sidewalk"and the per each contract price for"Curb Ramp, Cement Concrete." 8-17 IMPACT ATTENUATOR SYSTEMS 8-17.5 Payment Section 8-17.5 is supplemented by the following: If no pay item is included for temporary impact attenuators then all costs to provide and install shall be considered a part of the pay item for "Traffic Control." 8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL 8-20.2(1) Equipment List and Drawings Paragraph four of Section 8-20.2(1) is revised and supplemented with the following: - 82- 09/01/2009 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: 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: (******) 11 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. - 83 - 09/01/2009 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. 8-22.5 Payment Section 8-22.5 is supplemented as follows: "Approach Stripe,"per linear foot. "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. 9-03.8(7) HMA Tolerances and Adjustments Item 1 is deleted and replaced with: 1. Job Mix Formula Tolerances. After the JMF is determined as required in 5-04.3(7)A, the constituents of the mixture at the time of acceptance shall conform to the following tolerances: Nonstatistical Commercial Evaluation Evaluation Aggregate,percent passing 1", 3/4", %2", and 3/8" sieves ±6% ±8% U.S.No. 4 sieve ±6% ±8% U.S.No. 8 sieve ±6% ±8% U.S. No. 16 sieve ±4% ±6% U.S.No. 30 sieve ±4% ±6% U.S.No. 50 sieve ±4% ±6% U.S.No. 100 sieve ±3% ±5% U.S. No. 200 sieve ±2.0% ±3.0% Asphalt Binder ±0.5% ±0.7% -84- 09/01/2009 VMA 1.5%below minimum value in 9-03.8(2) VFA minimum and maximum as listed in 9-03.8(2) Va 2.5%minimum and 5.5%maximum I 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. 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 II. 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 TV Cement used in the manufacture of reinforced concrete pipe shall be Type II in conformance with ASTM C150. No admixture shall be used unless otherwise specified. 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. - 85 - 09/01/2009 Steel spiral rib storm sewer pipe shall be manufactured of metallic coated (aluminized or galvanized) 1 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 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). t 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: 9-05.12(3) CPEP Sewer Pipe Section 9-05.12(3) is a new additional section: CPEP - Smooth interior pipe and fittings shall be manufactured from high density polyethylene resin which shall meet or exceed the requirements of Type 111, Category 4 or 5, Grade P33 or P34, Class C per ASTM D1248. In addition, the pipe shall comply with all material and stiffness requirements of AASHTO M294. 9-05.14 ABS Composite Sewer Pipe Section 9-05.14 is deleted 9-05.17 Aluminum Spiral Rib Storm Sewer Pipe Section 9-05.17 is replaced with: Unless otherwise specified, spiral rib storm sewer pipe shall be furnished with pipe ends cut perpendicular to the longitudinal axis of the pipe. Pipe ends shall be cut evenly. Spiral rib pipe shall be fabricated by using a continuous helical lock seam with a seam gasket. For spiral rib storm sewer pipe, helical ribs shall project outwardly from the smooth pipe wall and shall be fabricated from a single thickness of material. The ribs shall be 3/4 inch wide by 3/4 inch 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 wall and shall be fabricated from a single thickness of material. The ribs shall be 0.375 inch + 1/8 - 86- i 09/01/2009 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 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: DRISCOPLEXTm 4100 High-density Polyethylene Piping 1 General Terms and Conditions 1.1 Scope-This Specification covers requirements for DriscoPlexlm 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. -87- ' 09/01/2009 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 I be molded or fabricated by the approved pipe manufacturer. All fittings and custom fabrications shall be pressure rated for the same internal pressure rating as the mating pipe. 2.5 Molded Fittings-Molded fittings shall be manufactured and tested in accordance with ASTM D 3261 and shall be so marked. Molded fittings shall be tested in accordance with AWWA C906. 2.6 Fabricated Fittings -Fabricated fittings shall be made by heat fusion joining specially machined shapes cut from pipe,polyethylene sheet stock or molded fittings. Fabricated fittings shall be rated for internal pressure service at least equal to the full service pressure rating of the mating pipe. Fabricated fittings shall be tested in accordance with AWWA C906. 2.7 Polyethylene Flange Adapters -Flange adapters shall be made with sufficient through-bore length to be clamped in a butt fusion joining machine without the use of a stub-end holder. The sealing surface of the flange adapter shall be machined with a series of small v-shaped grooves(serrations)to promote gasketless sealing, or restrain the gasket against blowout. 2.8 Back-up Rings&Flange Bolts-Flange adapters shall be fitted with back-up rings that are pressure rated equal to or greater than the mating pipe. The back-up ring bore shall be chamfered or radiused to provide clearance to the flange adapter radius. Flange bolts and nuts shall be Grade 3 or higher. 9-08 PAINTS 9-08.8 Manhole Coating System Products Section 9-08.8 is a new section and subsections: 9-08.8(1) Coating Systems Specification A. High Solids Urethane Coating System: C1 Coating Material: High Solids Urethane Surfaces: Concrete Surface In accordance with SSPC Preparation: SP-7 (Sweep or 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 - 88 - 09/01/2009 Coatings: Primer: One coat of ' Wasser MC-Aroshield high solids urethane (2.0 ' DFT)Finish: Two or more coats of Wasser MC-Aroshield(min. 4.0 DFT) Color: White 9-23 CONCRETE CURING MATERIALS AND ADMIXTURES ! 9-23.9 Fly Ash (RC) Section 9-23.9 is revised as follows: Fly ash shall not be used around water lines. 9-30 WATER DISTRIBUTION MATERIALS 9-30.1(1) Ductile Iron Pipe (RC) , Section 9-30.1(1)is revised as follows: 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. - 89- , 09/01/2009 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: Butterfly valves shall be Dresser 450 or Pratt Groundhog. 9-30.3(5) Valve Marker Posts ' Section 9-30.3(5)has been deleted and replaced with the following: The valve markers shall be fabricated and installed in conformance with the Standard Drawings. ' Valve markers shall be carsonite composite utility marker .375"x 6-0" or approved equal with blue label "water." 9-30.3(7) Combination Air Release/Air Vacuum Valves Section 9-30.3(7)has been supplemented as follows: ' Air and vacuum release valves shall be APCO-Valve and Primer Corp, "Heavy-Duty," combination air release valve, or equal. ' Installation shall be per the City of Renton Standard Details, latest revision. Piping and fitting shall be copper or brass. Location of the air release valve as show on the plans is ' approximate. The installation shall be set at the high point of the line. 9-30.3(8) Tapping Sleeve and Valve Assembly ' Section 9-30.3(8) is revised as follows: Tapping sleeves shall be cast iron, ductile iron epoxy-coated steel, or other approved material. ' 9-30.3(9) Blow-Off Assembly Section 9-30.3(9) is a new section: ' 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 ' plans. Temporary blow-off assembly on new dead-end water main shall be installed at location shown on the plans. -90 - 09/01/2009 ' 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 proposal description. 9-30.5(2) Hydrant Dimensions Section 9-30.5(2)is replaced with the following: I (******) 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: I (******) 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: - 91 - 09/01/2009 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. -92 - � TECHNICAL SPECIFICATIONS � I CITY OF RENTON 2009 Pump Station Electrical Upgrades Table of Contents Division1 General......................................................................................................................1-1 1.10 General..................................................................................................................................1-1 1.11 Project Description.........................................................................................................1-1 ' 1.13 Permits and Licenses.......................................................................................................1-1 1.15 Warranty............................................................................................................................1-1 1.16 Electrical Enclosure Locks and Keys............................................................. 1-1 130 Administrative......................................................................................................................1-2 1.31.1.3 Contractor Provided Schedule and Non-working Day Approval.....................1-2 1.31.2 Owner Inspector's Responsibility.............................................................................1-2 1.33 Submittals.........................................................................................................................1-2 1.33.1 Submittal and Shop Drawings ...................................................................................1-2 1.33.2 Substitutions .............................................................................................................1-4 1.50 Construction Support.........................................................................................................1-4 1.51 Temporary Utilities.........................................................................................................1-4 1.52 Temporary Facilities.......................................................................................................1-5 1.53 Traffic Control................................................................................................................1-5 1 1.59.1 Surve ' o,b 5 and Staking.................................................................................................1-5 1.70 Execution and Closeout.....................................................................................................1-5 1.75 Testing b and Operation...................................................................................................1-5 1.75.1 Schedule.........................................................................................................................1-5 r1.75.2 Contractor's Responsibility.:......................................................................................1-5 1.75.3 Testing..................................................................... ......................................................1-6 1.75.4 Electrical Systems Testing..........................................................................................1-6 1.79.3 As-Built Drawings........................................................................................................1-6 1.79.4 Project Closeout......................................................................................... ..................1-7 Division 2 Sitework Not Used This Contract.........................................................................2-1 Division3 Concrete....................................................................................................................3-1 3.40 Pre-Cast Concrete................................................................................................................3-1 3.40.10 Utility Structures........................................................................................................3-1 3.60 Grouting................................................:...............................................................................3-1 3.62 Non-Shrink Grout........................................:.................................................................3-1 1 7:\EastWenatchee\data\REN\108-109\Specs\Technicals.docx 7/1/2009 2:30:33 PM 0 2009 RH2 Engineering,Inc. CITY OF RENTON 2009 Pump Station Electrical Upgrades Table of Contents Division 4 Masonry Not Used this Contract..........................................................................4-1 Division 5 Fabricated Metalwork and Structural Plastics Not Used This Contract.........5-1 1 Division 6 Carpentry Not Used this Contract........................................................................6-1 j Division 7 Thermal and Moisture Protection Not Used this Contract..............................7-1 Division 8 Openings Not Used this Contract........................................................................8-1 j Division.9 Finishes Not Used this Contract...........................................................................9-1 Division 10 Specialties Not Used this Contract.................................................................10-1 , Division 11 Equipment Not Used this Contract...............................................................11-1 Division 12 Furnishings Not Used this Contract...............................................................12-1 Division 13 Special Construction Not Used this Contract...............................................13-1 Division 14 Conveying Systems Not Used this Contract.................................................14-1 Division 15 Mechanical Not Used this Contract...............................................................15-1 Division16 Electrical....................:........................................................................................16-1 16.00 General...............................................................................................................................16-1 16.05 Common Work for Electrical...................................................................................16-1 16.10 Electrical Site Work.........................................................................................................16-5 16.10.1 Common Work for Electrical Site Work.............................................................16-5 16.10.2 Underground Marking Tape (Detectable Type)..................................................16-6 16.15 Electrical Grounding.......................................................................................................16-6 , 16.15.1 Common Work for Electrical Grounding.......:...................................................16-6 16.20 Utility Service...................................................................................................................16-7 , 16.21 Electrical Service.........................................................................................................16-7 16.25 Primary Supply.................................................................................................................16-7 16.26 Transformers...............................................................................................................16-7 16.26.3 Pad Mount Transformer.........................................................................................16-8 16.27 Primary Supply Switches and Disconnects...........................................................16-11 16.27.3 Genertor Receptacle Cabinet Disconnect Switch.............................................16-11 16.55 Switches and Protective Devices.................................................................................16-12 16.55.1 Common Work for Switches and Protective Devices .....................................16-12 16.55.13 Fuses......................................................................................................................16-12 �! 16.55.16 Molded Case Circuit Breakers............................................................................16-13 Z:\EastWenatchee\data\REN\108-109\Specs\Technicals.docx ll 7/1/2009 2:30:33 PM ©2009 RI-I2 Engineering,Inc. t CITY OF RENTON 2009 Pump Station Electrical Upgrades Table of Contents 16.60 Conductors.....................................................................................................................16-13 16.61 Low Voltage Wire and Cable..................................................................................16-13 16.62 Medium Voltage Cable.............................................................................................16-15 16.64 Posi-Lock Receptacle Cabinets...............................................................................16-17 16.70 Conduit, Raceways, Boxes and Fittings .....................................................................16-18 16.71 Raceways....................................................................................................................16-18 16.80 Connectors.....................................................................................................................16-20 16.81 Medium Voltage Connector System......................................................................16-20 16.95 Testing.............................................................................................................................16-21 16.95.1 Common Work for Testing.................................................................................16-21 16.95.2 15kV Conductor Testing......................................................................................16-22 16.95.3 Conductor Test Report.........................................................................................16-25 16.95.4 Ground Electrode Resistance Test Report........................................................16-26 Division 17 Automatic Control Not Used this Contract..................................................17-1 Division 18 Measurement and Payment..............................................................................18-1 18.0 General................................................................................................................................18-1 Bid Item No. 1 - Mobilization, Demobilization, Site Preparation and Clean-up at Houser WayBPS......................................................................................................18-1 Bid Item No. 2—Electrical at Houser Way BPS...................................................................18-1 Bid Item No. 3 - Mobilization, Demobilization, Site Preparation and Clean-up at Well No. 8.............................................................................................................18-1 Bid Item No. 4—Electrical at Well No. 8..............................................................................18-2 Bid Item No. 5 - Mobilization, Demobilization, Site Preparation and Clean-up at Mt. Olivet Pump Station and Reservoir.........................................................18-2 Bid Item No. 6—Electrical at Mt. Olivet Pump Station and Reservoir............................18-2 BidItem No. 7 -As-builts........................................................................................................18-2 i 1 t Z:\East\X/enatchee\data\REN\108-109\SpecsWeehnicals.docz lll 7/1/2009 2:30:33 I'M ©2009 RI-I2 Engineering,Inc. Division 1 General 1.10 GENERAL Sections in these specifications titled "Common Work"shall apply to all following subsections whether directly referenced or not. Sections in these specifications titled "Related Section.?' shall be read as integral to the specification as if they were fully detailed within. All work and materials described in such sections shall be provided and performed by the Contractor. 1.11 Project Description The 2009 Pump Station Electrical Upgrade project consists of electrical work at three of the City's water facilities including: replacement of generator receptacle at Houser Way Booster Pump Station; replacement of generator receptacle and pad-mount transformer at Well INTO. 1 8;and replacement of pad-mount transformer at Mt. Olivet Reservoir and Pump Station. 1.13 Permits and Licenses The Contractor shall acquire and pay for all necessary permits which may include: • Electrical Permit for each facility; and • Disposal Permit. 1.15 Warranty The Contractor shall warrant all products used in the construction of this project for a period of one (1) year following project acceptance except for those components and listed warrantees below. The date of project acceptance is defined as the date the Renton City Council formally approves acceptance of the contract. Warranty does not cover damage due to misuse by the Owner or conditions outside of the Owner or Contractor's control (force ma)eure) including but not limited to war, strikes, floods, fire, earthquakes, high winds (over 85 mph for 3 seconds peak gust), freezes below 10 degrees Fahrenheit (Western Washington), governmental restrictions, vandalism, and power failures or surges. The contractor has control over workmanship, third party subcontractors and parts and materials used to complete the project. 1.16 Electrical Enclosure Locks and Keys All outdoor electrical enclosures requiring locks, including but not limited to generator connection receptacle enclosures, disconnect enclosures, junction boxes, etc. shall have temporary pad-locks provided and installed by the Contractor during construction. The Owner will provide permanent locks and keys at the completion of the project. 1-1 Z:\EastWenatchee\data\REN\108-109\Specs\Technicals.docx 7/1/2009 2:30:33 PM 0 2009 R142 Engineering,Inc. Spring 2009 «City of Renton» Division 1- General «2009 Pump Station Electrical Upgrades» 1.30 ADMINISTRATIVE 1.31.1.3 Contractor Provided Schedule and Non-working Day Approval Contractor is responsible for providing to date construction schedule with each b an up monthly pay estimate and at other times as requested by the Owner or as required by progress of the work. If the current schedule is still inline with the previous schedule, the Contractor shall inform the owner and engineer with each pay estimate. Non-working day approval shall also be received by the Owner with each monthly pay estimate. Owner may delay monthly progress payments if contractor fails to submit updated schedule and non- working day requests. 1.31.2 Owner Inspector's Responsibility The Owner may elect to have an inspector on site to monitor,. observe-_and ,record construction progress. The Contractor maintains complete responsibility to verify construction is meeting the design intent and is being constructed in accordance with the plans and specifications. It is not the responsibility of the Owner's inspector to address neither means and methods issues on site nor direct safety issues on site. 1.33 Submittals 1.33.1 Submittal and Shop Drawings Shop drawing submittals are required for all items installed on this contract. Contractor shall submit one (1) copy to the Owner (Owner's copy will not be returned). The Contractor shall send two (2) copies to the engineer than the Contractor wants returned. Address of Owner and Engineer respectively are as follows: City of Renton 1055 South Grady Way, 5" Floor Renton, WA 98057 ' Attn: Mr. Tom Malphrus, P.E. RH2 Engineering, Inc. 12100 NE 195th St., Suite 100 j Bothell, WA 98011 Attn: Mr. Chris Roberts,P.E. Submittal data for each item shall contain sufficient information on each item to determine if it is in compliance with the contract requirements. Items that are installed in the work that have not been approved through the shop drawing process shall be removed and an approved product shall be furnished, all at the Contractor's expense. , 1-2 7/1/2009 2:30:33 PM Z:\Eastwenatchee\data\REN\108-109\Specs\Technicals.docx 0 2009 RI-I2 Engineering,Inc. City of Renton Spring 2009 2009 Pump Station Electrical Upgrades Division 1- General Shop drawing review will be limited to general design requirements only, and shall not relieve the Contractor from responsibility for errors or omissions, or responsibility for consequences due to deviations from the contract documents. No changes may be made in any submittal after it has been reviewed except with written notice and approval from the Owner. Shop drawings shall be submitted on 81/2" x 11", 11" x 17", or 22" x 34" sheets and shall 1 contain the following information: • Project Name as it appears on the Document Cover. • Prime Contractor and Applicable Subcontractor. • RH2 Engineering. • Owner's Name. • Applicable Specification and Drawings Reference. • A stamp showing that the Contractor has checked the equipment for conformance with the contract requirements, coordination with other work on the job, and dimensional suitability. • A place for the Engineer to stamp. Submittals that do not comply with these requirements may be returned to the Contractor 1 for re-submittal. Revise the returned submittal as necessary and re-submit to the Owner. Acceptable submittals will be reviewed as promptly as possible, and transmitted to the I Contractor not later than 20 working days after receipt by the Engineer. Delays caused by the need for re-submittal shall not be a basis for an extension of contract time or delay damages. The Engineer will keep two sets of shop drawing and return remaining sets to the Contractor after review. Shop drawings and submittals shall contain the following information for all items: A. Shop or equipment drawings, dimensions, and weights B. Catalog information. C. Manufacturer's specifications. jD. Special handling instructions. E. Maintenance requirements. F. Wiring and control diagrams. G. List of contract exceptions. IBy approving and submitting shop drawings and samples, the Contractor warrants that they have determined and verified all field measurements, field construction criteria, materials, catalog numbers, and similar data, and have checked and coordinated each shop drawing with the requirements of the work and of the contract documents. 1-3 Z:\EastWenatchee\data\REN\108-109\Specs\Technicals.docs 7/1/2009 2:30:33 PM 0 2009 R142 Engineering,Inc. Spring 2009 «City of Renton» Division 1- General <(2009 Pump Station Electrical Upgrades» The Owner will pay the costs and provide review services for a first and second review of each submittal item. Additional reviews shall be paid by Contractor by withholding the appropriate amounts from each payment estimate. The Contractor is responsible for identifying the shop drawings and submittals required for this project. Items that are installed but have not been approved through the submittal process may be rejected and must be removed and replaced with an approved product. Specific submittal requirements are listed in each section of these specifications. Contractor shall keep a complete and up to date copy of all submittals and review responses at the job site readily available to the Engineer and Owner for inspection. 1.33.2 Substitutions Any product or construction method that does not meet these specifications will be considered a substitution. Substitutions must be approved prior to their installation or use on this project. Within 30 days after the date of the contract, the Owner shall consider formal requests from the Contractor for a substitution of products in place of those specified. Submit two copies of each request for a substitution. Data shall include the necessary change in construction methods, including a detailed description of the proposed method and related drawings illustrating the methods. An itemized comparison of each proposed substitution with product or method specified shall be provided. In making a request for a substitution, the Contractor represents that they have investigated the proposed product or method and have determined that it is equal or superior to the product specified. The Contractor shall coordinate the installation of accepted substitutions into the work, making changes that may be required for the work to be completed. The Contractor waives all claims for additional costs related to substitutions. 1.50 CONSTRUCTION SUPPORT 1.51 Temporary Utilities The Contractor shall be responsible for all necessary water for construction-related fire protection and utilities required by this contract, or by laws and regulations. Sanitary facilities adequate for all workers shall comply with all codes and regulations. At the close of this contract, the Contractor shall pay all utility bills that are outstanding, remove all temporary electrical, sanitary, gas, telephone and water facilities, and any other temporary service equipment that may remain. Temporary electrical power is not available at the site. The Contractor is responsible for installing temporary power service. The Owner will not provide generators to the M Contractor for use as temporary power except during testing of the system. Upon completion of the project, remove all temporary construction power equipment, material and wiring from the site that is the property of the Contractor. The Contractor shall make arrangements for and provide all necessary facilities for the necessary water supply for construction at their own expense unless otherwise provided. 1-4 7/1/2009 2:30:33 I'M Z:\EastWenatchee\data\REN\105-109\Specs\Technicals.docx 0 2009 RH2 Engineering,Inc. L City of Renton Spring 2009 2009 Pump Station Electrical Upgrades Division 1- General 1.52 Temporary Facilities The Contractor shall be responsible for construction and location of all field offices all necessary gates and barricades, fences, handrails, guard rails, and securities required by this contract, or by laws and regulations. There shall be shelters and dry facilities for the workers as required. The Contractor shall insure that all guards, marks, shields, protective clothing, rain gear, and other equipment required by law, ordinance, labor contracts, Occupational Safety and Health Administration (OSHA) regulations, and other regulations for the maintenance of health and safety be supplied. First aid kits and equipment as required by law shall also be supplied. 1.53 Traffic Control 1 Any traffic control activities required during construction shall be approved by the Renton Transportation Division. 1.59.1 Surveying and_Staking _ _ The Contractor shall be responsible for surveying and staking and will stake out the locations of the permanent easements, temporary easements, rights-of-way, and all major I facilities shown on the Plans and establish bench marks at locations designated by the Owner. The Contractor shall protect all stakes and marks in their original conditions. If stakes and markings are destroyed or defaced before their use is ended, the cost of replacing them will be at the Contractor's expense. All stakes, points, and marks, shall be administered and approved by a registered professional land surveyor licensed in the State of Washington. Provide approved and stamped survey notes, and control points to the Owner for as-built purposes. Replace all damaged survey monuments in accordance with WAC 332-120. 1.70 EXECUTION AND CLOSEOUT 1.75 Testing and Operation ' 1.75.1 Schedule The placing of all improvements in service shall consist of three parts: "testing" and "operation". Not less than 10 working days before the anticipated time for beginning the testing, the Contractor shall submit to the Engineer for approval, a complete plan for the following: jSchedules for tests • Complete schedule of events to be accomplished during testing • An outline of work remaining under the contract that will be carried out concurrently with the operation phases 1.75.2 Contractor's Responsibility The Contractor shall conduct all testing and startup. Testing and startup shall not be a cause for claims for delay by the Contractor and all expenses for testing shall be incidental to this 1-5 Z:\East)X/enatchee\data\REN\108-109\Specs\Technicals.docx 7/1/2009 2:30:33 PM 0 2009 RH2 Engineering,Inc. Spring 2009 «City of Renton» Division 1- General <<2009 Pump Station Electrical Upgrades» contract. The Contractor shall make arrangements for all materials, supplies, and labor necessary to efficiently complete the testing, startup, and operation. t 1.75.3 Testing l The Contractor may periodically request preliminary testing for items that must be covered ■ or tested before other work can proceed. In these cases, the work shall not be tested or covered up without timely notice to the Owner of its readiness for testing. Should any work be covered up without notice, approval, or consent, it must, if required by the Owner, be uncovered for examination at the Contractor's expense. Where work is to be tested, all necessary equipment shall be set up and the work given a preliminary test so that any and all defects may be discovered and repaired prior to-calling out the Owner for the test. Final testing shall consist of individual tests and checks made on p u e q i ment intended to provide proof of performance of unit and proper operation of unit control together with necessary tests to show system operation. Assure proper alignment, size, condition, _ capability, strength, proper_adjustment, lubrication, pressure, hydraulic_test,.leakage test,_.and_—_..... all other tests deemed necessary by the Engineer to determine that all materials and equipment are of specified quality, properly situated, anchored, and in all respects, ready for use. Any certificates required by these specifications by the manufacturer's representatives shall be supplied to the Engineer prior to startup. All electrical work shall be tested as required by specifications and applicable codes. During testing, the Contractor shall correct any defective work discovered. Startup shall not begin until all tests required by these specifications have been completed and approved by the Owner. 1.75.4 Electrical Systems Testing See Division 16.95 for electrical system testing. 1.79.3 As-Built Drawings Prior to receiving final payment for the work, the Contractor shall deliver a complete set of acceptable "As-Constructed" records to the Owner. Plans shall be made on clean, unmarked prints for this project in accordance with the following standards: • yellow markings or highlights = deleted items • red markings = new or modified items The Contractor shall provide "as-built" information on all items and work shown on the plans showing details of the finished product including dimensions, locations, outlines, changes, manufacturers, etc. The information must be in sufficient detail to allow the Owner's personnel to locate, maintain, and operate the finished product and its various components. See also electrical plan requirements in Division 16.05. 1-6 7/1/2009 2:30:33 PM Z:\EastWenatchee\data\REN\108-109\Specs\Technicals.doca ©2009 RI-I2 Engineering,Inc. City of Renton Spring 2009 2009 Pump Station Electrical Upgrades Division 1- General 1.79.4 Project Closeout Part 1 - General Final clean-up and project closeout (demobilization) shall be an element in the schedule of values. Final Cleanup The Contractor shall promptly remove from the vicinity of the completed work, all rubbish, unused materials, concrete forms, construction equipment, and temporary structures and facilities used during construction. Final acceptance of the work by the Owner will be withheld until the Contractor has satisfactorily complied with the foregoing requirement for final cleanup of the project site. Closeout Timetable The Contractor shall establish dates for equipment testing, acceptance periods, and on-site —instructional periods(as required under the Contract). Such dates shall be established not ' less than one week prior to beginning any of the foregoing items, to allow the Owner, the Engineer, and their authorized representatives sufficient time to schedule attendance at such activities. Maintenance and Guarantee The Contractor shall comply with the maintenance and guarantee requirements contained in the standard specifications. Replacement of earth fill or backfill,where it has settled below the required finish elevations, shall be considered as a part of repair work where required, and any repair or resurfacing constructed by the Contractor which becomes necessary by reason of such settlement shall likewise be considered as a part of such repair work unless the Contractor shall have obtained a statement in writing from the affected or public agency releasing the Owner from further responsibility in connection with such repair or resurfacing. The Contractor shall make all repairs and replacements promptly upon receipt of written order from the Owner. If the Contractor fails to make such repairs or replacements promptly, the Owner reserves the right to do the work and the Contractor and his surety 1 shall be liable to the Owner for the cost thereof. Bond The Contractor shall provide a bond to guarantee performance of the provisions contained in Paragraph "Maintenance and Guarantee" above, and the requirements of the standard specifications. Part 3 — Closeout Procedures Substantial Completion 1. Submit the following: a. A written certification to the Owner that the project or designated portion of the project is substantially complete. 1-7 7:\EastWenatchee\data\RHN\108-109\Specs\Techxicals.docx 7/1/2009 2:30:33 PM 0 2009 RH2 Engineering,Inc. Spring 2009 «City of Renton» Division 1- General <<2009 Pump Station Electrical Upgrades» b. A list of items to be completed or corrected. 2. The Owner will make an inspection after receipt of Contractor's certification. 3. If it appears to the Owner that work is substantially complete: a. The Owner may request of and the Contractor shall prepare and submit to the Owner, a list of items to be completed or corrected as determined by the inspection. b. If the Owner then considers the work to be substantially complete, the Owner may issue a certificate of substantial completion, with appropriate conditions, accompanied by a list of the items to be completed and corrected, as verified and amended by the Owner. Omission of any item from the list shall not relieve the Contractor from responsibility to complete all the work in accordance with the Contract. C. The Contractor shall complete all the work within the time designated in -- - the certificate,or if-not-so designated, within-a reasonable time. 4. Should the Owner consider the work is not substantially complete: a. He shall notify the Contractor,in writing, stating reasons; and b. Contractor shall complete work and send second written notice to the Owner certifying that project or designated portion of project is substantially complete. 5. Warranty periods begin with the date of final acceptance. However, in connection with any specific equipment certified by the Owner as completed and its use or operation thereof for its intended purpose is assumed by the Owner, the warranty period for such equipment shall begin with the beginning date of such use or operation. Final Inspection 1. Submit written certification that: a. Contract Documents have been reviewed. b. Work has been completed in accordance with Contract Documents. C. Equipment and systems have been tested in the presence of the Owner's representative and are operation. d. The project is completed, and ready for final inspection. j 2. The Owner will make a final inspection within a reasonable time after receipt or certification. 3. Should the Owner consider that work is complete in accordance with requirements of Contract Documents, he shall request the Contractor to make project closeout submittals. 4. Should the Owner consider that work is not complete: 1-8 7/1/2009 2:30:33 PM 7:\EastWenatchee\data\REN\108-109\Specs\Technicals.docx 0 2009 RI-I2 Engineerin&Inc. City of Renton Spring 2009 2009 Pump Station Electrical Upgrades Division 1- General a, He shall notify the Contractor, in writing, stating reasons, and listing specific items requiring correction. b. The Contractor shall take immediate steps to remedy the stated deficiencies, and send second written notice to the Owner certifying that work is complete. C. The Owner will re-inspect work. Re-inspection Costs If the Owner is required to perform second inspections because of failure of work to comply with original certifications of the Contractor, the Owner will charge the Contractor for the costs incurred by the Owner, including consultant fees and they shall be paid by the Contractor. Closeout Submittals A. Project Record Documents----- 2. Warranties required by these specifications. I 3. Owner's Manuals, as required by these specifications. 4. Delivery of spare parts, extra stock, and similar items. 5. At the close of the Contract, the Contractor shall: a. Pay all utility bills; and b. Remove all electrical, sanitary, gas, telephone, water, offices, and any other temporary service equipment that may remain. Release of Liens or Claims No Contract will be finalized until satisfactory evidence of release of liens has been submitted to the Owner as required by the Renton Standard Specifications. Final Adjustment of Accounts 1. Submit final statement of accounting to the Owner. 2. Statement shall reflect all uncompleted adjustments: a. Additions and deductions resulting from: (1) Previous Change Orders (2) Unit Prices (3) Other Adjustments (4) Deductions for Uncorrected work (5) Deductions for Liquidated Damages b. Unadjusted sum remaining due. I 19 Z:\EastWenatchee\data\REN\108-109\Specs\Technicals.docx 7/1/2009 2:30:33 PAI ©2009 RH2 Engineering,Inc. Spring 2009 «City of Renton» Division 1- General <<2009 Pump Station Electrical Upgrades» Final Application for Payment The Contractor shall submit final application in accordance with requirements of Renton Standard Specifications. Final Certificate for Payment j 1. The Owner will issue final certificate in accordance with provisions of Special Provisions. 2. Should final completion be materially delayed through no fault of the Contractor, the Owner may issue a final certificate for payment, in accordance with provisions of the Renton Standard Specifications and existing laws. Post-Construction Period Prior to expiration of one year from date of final acceptance, the Owner may make visual inspection of the project in company with the Contractor to determine whether correction of work is_required,_in accordance with-the.applicable provisions-of--the-Renton-Standard - --- specifications. 1 l l I 1-10 7/1/2009 2:30:33 PM Z:\East\Xlenatchee\data\REN\108-109\Specs\Technicals.docx 0 2009 RH2 Engineering,Inc. Division 2 Sitework Not Used This Contract i i l I l 1 i �_1 Z:\EastWenatchee\data\REN\108-109\Specs\Technicals.docx 7/1/2009 2:30:33 PM ©2009 RH2 Engineering,Inc. �I Division 3 Concrete 3.40 PRE-CAST CONCRETE 3.40.10 Utility Structures Part 1 - General Performance Requirements Pre-cast structures shall be constructed to withstand anticipated construction loads that occur during transport, handling, and placement as well as the anticipated design loads. Design loads shall include the anticipated soil pressures, and hydrostatic loads. Part 2 - Products Materials All concrete structures identified on the plans as being pre-cast, prefabricated, or not specifically detailed with reinforcing steel shall be pre-cast concrete. Pre-cast vaults shall conform to ACI 318-99 and be constructed to the equivalent dimensions and functional characteristics of the specific product identified on the plans. Additional reinforcement shall be provided within the pre-cast concrete structure at all penetrations, openings, joints, and connections. The additional reinforcement shall be provided to prevent damage during shipping, handling and installation. All damaged units shall be rejected. 3.60 GROUTING 3.62 Non-Shrink Grout Part 1 - General Summary Use Precision Non-Shrink Grout for grouting all equipment base plates, pipe supports, and base plates for metalwork. Precision Non-Shrink grout may also be used for all other non- shrink grouting operations. General Purpose Non-Shrink grout may be used for any applications other than those noted for Precision Non-shrink Grout. Non-shrink grout shall be used to seal all new pipe and conduit penetrations (watertight) into and out of all concrete and CMU block walled structures. Storage and Handling Stockpile grout to prevent contamination from foreign materials and store admixtures to prevent contamination or damage from excess temperature change 3-1 Z:\BastWenatchee\data\REN\105-109\Specs\Technicals.doca 7/1/2009 2:30:33 PM O 2009 RI-12 F_ngineeiing,Inc. Spring 2009 City of Renton Division 3 - Concrete 2009 Pump Station Electrical Upgrades Part 2 - Products Materials Precision Non-Shrink Grout: Provide a high-precision, fluid, non-shrink, quartz or non-catalyzed metallic aggregate grouting material. Provide a ready-to-use grout that hardens free from bleeding, settlement, or drying shrinkage when mixed, placed and cured at any consistency — fluid, flowable, plastic or damp-pack. Provide precision, non-shrink natural aggregate grout that when cured produces the following properties: a. Compressive Strength at fluid consistency (ASTM C 109-90-Modified): 3500 psi (24 MPa) at 1 day, 7500 psi (52 MPa) at 28 days. b. Passes ASTM C 1107 as a grade B grout when tested as temperature minimum and maximums of 45° F to 90° F (8° C to 32° C) at a working time of 30 minutes. Grout must be tested at a fluid consistency per ASTM C 939 and remain fluid at temperature range minimum and maximums for the 30 minute working time. All materials including water must be mixed and tested at temperature minimum/maximums. c. Modulus of Elasticity at 28 days at fluid consistency (ASTM C 469): 3.00 x 106 psi (27.0 GPa) minimum, 3.9 x 106 (27.0 GPa maximum). d. Coefficient of Thermal Expansion for fluid consistency (ASTM C 531): 7.5 x 10-6/ o F maximum (13.5 x 10-6/ o C). e. Flexural strength at 28 days for fluid consistency (ASTM C 78): 1300 psi (7.9 MPa). £ Resistance to rapid freezing— thawing (ASTM C 666, Procedure A): 300 cycles- min RDF 90%. g. Split tensile strength at 28 days at fluid consistency (ASTM C 496): 450 psi (3.1 MPa). h. Pass 24 hour grout test under stated temperature, time and fluidity constraints. See MBT Protection and Repair 24 hour Grout Form. Precision non-shrink grout shall be Masterbuilders 928 or Embeco 885 Grout or approved equal. General Purpose Non-Shrink Grout: General Purpose Non-shrink grout shall meet the compressive strength and nonshrink requirements of CRD-C 621, Grades B and C; Corp or Engineers Specification for Non- shrink grout; and ASTM C 1107, Grades B and C. General Purpose Non-shrink grout shall be Masterflow 71') Plus or Embeco 636 Plus or approved equal. Provide curing compounds as recommended by the grout manufacturer. Water to be used in mixing the grout shall be potable. 3-2 7/1/2009 2:30:33 PM Z:\EastWenatchee\data\REN\108-109\Specs\Technicals.docx ©2009 RH2 Engineering,Inc. t City of Renton Spring 2009 2009 Pump Station Electrical Upgrades Division 3 - Concrete Mixes Comply with grout manufacturer's recommendations for mixing procedures. Adjust water temperature to keep mixed grout temperature in the range of 45° F (7° C) and 90° F (32° C) minimum/maximum. Use cold or iced water to extend working time in hot weather or in large placements. Use warm water in cold conditions to achieve minimum as mixed temperatures. Part 3 - Installation Preparation Mechanically remove unsound concrete within the limits of the grout placement. Remove at least 1/4 in. (6mm) of existing concrete facing and continue removal as required to expose sound aggregate. Thoroughly clean the roughened surface of dirt, loose chips, and dust. Maintain substrate in a saturated condition for 24 hours prior to grouting. Contractor shall follow manufacturer's recommendations for determining whether surface should be saturated or surface dry at time of grouting. Clean baseplates and other metal surfaces to be grouted to obtain maximum adhesion. Remove loose rust and scale by grinding or sanding. Comply with grout manufacturer's recommendations for form construction. Construct forms to be liquid tight. Installation Place grout mixture into prepared areas from one side to the other. Avoid placing grout from opposite sides in order to prevent voids. Work material firmly into the bottom and sides to assure good bond and to eliminate voids. Ensure that foundation and baseplate are within maximum/minimum placement temperatures. Shade foundation from summer sunlight under hot conditions. Warm foundation when foundation temperature is below 45° F (7° C). Wet cure exposed shoulders for 48 hours followed by two coats of curing compound for best results. The minimal requirement is to wet cure until grout has reached final set, followed by two coats of curing compounds. t 3-3 Z:\EastWenatchee\data\REN\108-109\Specs\Technicals.docx 7/1/2009 2:30:33 PM ©2009 RH2 Engineering,Inc. l Division 4 Masonry Not Used this Contract 4-1 Z:\EastWenatchee\data\REN\108-109\Specs\Technicals.docx 7/1/2009 2:30:33 PM 0 2009 RF12 Engineering,Inc. Division 5 Fabricated Metalwork and Structural Plastics Not Used This Contract i I i - 5-1 Z:\EastWenatchee\data\REN\108-109\Specs\Technicals.docx 7/1/2009 2:30:33 PM 0 2009 RI-I2 Engineering;Inc. Division 6 Carpentry Not Used this Contract i 6-1 Z:\EastWenatchee\data\RLN\108-109\Specs\Technicals.docx 7/1/2009 2:30:33 PM 0 2009 R-12 Engineering,Inc. Division 7 Thermal and Moisture Protection Not Used this Contract 1 7-1 iZ:\EastWenatchee\data\REN\108-109\Specs\Technicals.docx 7/1/2009 2:30:33 PM 0 2009 R-12 Engineering,Inc. Division 8 Openings Not Used this Contract s-1 Z:\EastWenatchee\data\REN\108-109\Specs\Technicals.dc,cx 7/1/2009 2:30:33 PM 0 2009 RI-12 Engineering,Inc. Division 9 Finishes Not Used this Contract �I i I 9-1 Z:\EastWenatchee\data\REN\108-109\Specs\Technicals.docx 7/1/2009 2:30:33 PM 0 2009 RH2 Engineering,Inc. 1 Division 10 Specialties Not Used this Contract i 10-1 Z:\EastWenatchee\data\REN\108-109\Specs\Technicals.docx 7/1/2009 2:30:33 PM ©2009 RI-12 Engineering,Inc. Division 11 Equipment Not Used this Contract 11-1 Z:\EastWcnatchee\data\REN\108-109\Specs\Technicals.doca 7/1/2009 2:30:33 PM ©2009 RI-I2 Engineering,Inc. T - Division 12 Furnishings Not Used this Contract T T T T T I, t T T T 12-1 Z:\EastWenatchee\data\REN\108-109\Specs\Technicals.docx 7/1/2009 2:30:33 PM 0 2009 R142 Engineering,Inc. i Division 13 Special Construction Not Used this Contract i z 13-1 jZ:\EastWenatchee\data\REN\108-109\Specs\Wechnicals.docx 7/1/2009 2:30:33 PM ©2009 RH2 Engineering,Inc. Division 14 Conveying Systems Not Used this Contract II ■ 14-1 7:\Eas0X/enatchee\data\REN\108-109\Specs\Technicals.docx 7/1/2009 2:30:33 PM 0 2009 RH2 Engineering,Inc. Division 15 Mechanical Not Used this Contract �I 15-1 Z:\East Wenatchee\data\REN\108-109\Specs\Technicals.doca 7/1/2009 2:30:33 PM 0 2009 RI-12 Engineering,Inc. Division 16 Electrical 1 16.00 GENERAL This division covers that wo rk necessary for furnishing and installing electrical equipment required for this project. Items not covered shall be suitable for their particular application. ' Sections in these specifications titled "Common Vork for Electrical' shall apply to all following sections whether directly referenced or not. 16.05 Common Work for Electrical Part 1 - General ' Summary Plans are diagrammatic and indicate general arrangements of systems and equipment, except - --- -wkeri-specifically-dimensioned or detailed--Tlie—intenrion--of-the plans is to show size, capacity, approximated location, direction and general relationship of one work phase to another, but not exact detail or arrangement. Permits and Fees The Contractor shall coordinate and provide all permits, licenses, approvals, inspections by the authority having jurisdiction and other arrangements for work on this project and all fees shall be paid for by the Contractor. The Contractor shall include these fees in the bid price. References All electrical work shall be in accordance to the current edition of codes adopted by the City . of Renton Building Division otherwise the latest edition of the National Electrical Code, National Electrical Safety Code, Washington State Electrical Code, and local ordinances. If any conflict occurs between government adopted code rules and these specifications, the codes are to govern. All electrical products shall bear a label from a certified testing laboratory recognized by the State of Washington. Recognized labels in the State of Washington are UL, ETL, and CSA-US. Definitions • Dry Locations: All those indoor areas which do not fall within the definitions below for wet, damp, or corrosive locations and which are not other wise designated on the Plans. • Wet Locations: All locations exposed to the weather, whether under a roof or not, unless otherwise designated on the Plans. • Damp Locations: All spaces wholly or partially underground, or having a wall or ceiling forming part of a channel or tank unless otherwise designated on the Plans. Submittals Provide submittals of each item specified in this division to engineer for approval in accordance with the submittals' sections of these specifications. 16-1 Z:\Eastwenatchee\data\I'.EN\108-109\Specs\Technicals.docz 7/1/2009 2:30:33 PM 0 2009 RI-12 Engineerung,Inc. Spring 2009 City of Renton Division 16 - Electrical 2009 Pump Station Electrical Upgrades Submittal information shall be provided to the Owner for the following items: ' • Circuit Breakers • Conduit and Fittings • Electrical Handholes and Vaults • Wire and Cables • High Voltage Conductors ' • Pad-Mount Transformer • Automatic Transfer Switch • Pad-Mount Transformer Condensation Heater • Other Electrical Components listed in this division and/or required by the Engineer. ' Project Conditions Contractor shall keep all power shutdown periods to a minimum. Carry out shutdowns only after a shutdown schedule has been submitted and favorably reviewed by both the Owner and the Engineer. See Plans for specific requirements. Construction Power: See Division 1.51 ' Part 2 - Products Source Quality Control Do not use equipment exceeding dimensions indicated or equipment or arrangements that reduce required clearances or exceed specified maximum dimensions unless approved by the Engineer. Identification of Listed Products Electrical equipment and materials shall be listed for the purpose for which they are to be used, by an independent testing laboratory. When a product is not available with a testing laboratory listing for the purpose for which it is to serve, the inspection authority may require the product to undergo a special inspection at the manufacturer's place of assembly. All costs and expenses incurred for such inspections shall be included in the original contract price. Materials Use equipment, materials and wiring methods suitable for the types of locations in which they will be located, as defined in Definitions above. Components Fasteners for securing equipment to walls, floors and the like shall be either hot-dip galvanized after fabrication or stainless steel. Provide stainless steel fasteners in Corrosive locations. When fastening to existing walls, floors, and the like,provide capsule anchors, not expansion shields. Size capsule anchors to meet load requirements. Minimum size capsule anchor bolt is 3/8-inch. 16-2 ' 7/1/2009 2:3033 PM Z:\East\Xlenatchee\data\REN\108-109\Specs\Technicals.docx 0 2009 R142 Engineering,Inc. City of Renton Spring 2009 2009 Pump Station Electrical Upgrades Division 16 - Electrical Unless otherwise noted,provide enclosures as follows: • Class 1, Division 1 &2 Locations: NEIvIA Type 7 ' • Indoors unclassified Locations: NEMA Type 12 • Corrosive Locations: NEMA Type 4X • Outdoors and/or Wet Locations: NEMA Type 4 • Electrical rooms: NEMA Type 1 Accessories Wire Identification ' Identify each wire or cable at each termination and in each pull box using numbered and lettered wire markers. All electrically common conductors shall have the same number. ' -- -- -- ac --electricallST-different-conductor-shall-be uniquely-numbered.- Identity- panelboard --- --- circuits using the panelboard identification and circuit number. Identify motor control circuits using the equipment identification number assigned to the control unit by the motor ' control center manufacturer and the motor control unit terminal number. Identify other circuits as approved by the Engineer. Identify each wire or cable in each pull box with plastic sleeves having permanent markings. Conductors between terminals of different ' numbers shall have both terminal numbers shown at each conductor end. The terminal number closest to the end of the wire shall be the same as the terminal number. Finishes ' Refer to each electrical equipment section of these Specifications for painting requirements of equipment enclosures. 1 fart 3 - Execution Installation ' Install all materials in accordance with electrical code, UL listing requirements and manufacturer's instructions. ' Ensure that all equipment and materials fit properly in their installations. Perform any required work to correct improperly fit installations at no additional expense to the Owner. Provide the required inserts, bolts and anchors, and securely attach all equipment and ' materials to their supports. Install all floor-mounted equipment on 3-1/2-inch high reinforced concrete pads. Cutting, Drilling and Welding: Provide any cutting, drilling, and welding that is required for the electrical construction work. Structural members shall not be cut or drilled, except when favorably reviewed by the Engineer. Use a core drill wherever it is necessary to drill through ' concrete or masonry. Perform patch work with the same materials as the surrounding area and finish to match. Metal Panels: Mount all metal panels, which are mounted on, or abutting concrete walls in damp locations or any outside walls '/4-inch from the wall, and paint the back side of the 16-3 7.:\EastWenatchee\data\REN\108-109\Specs\Technicals.docx 7/1/2009 230:33 PM cQ 2009 RI-12 Engineering,Inc. Spring 2009 City of Renton Division 16 - Electrical 2009 Pump Station Electrical Upgrades panels with a high build epoxy primer with the exception of stainless steel panels. Film thickness shall be 10 mils minimum. ' Maintenance: Install all equipment and junction boxes to permit easy access for normal maintenance. ' Interconnections: Provide all uiterconnection wiring between work provided in other divisions and work provided in this division. All equipment to be completely wired and fully operational upon completion of the project. ' Protection Device Coordination • Provide the services of a recognized independent testing laboratory or coordination ' analysis consultant for the proper system coordination of the protective devices furnished on this project. Submit the name and the qualifications of the laboratory or consultant for review by the Engineer; qualifications must include professional ' registration of proposed personnel as electrical engineers. - ---- — ---•The-protective-device-on-the-line-side-closest-to the fault-or a-bnorinal con- dons shall- isolate the problem portion of the system and minimize damage in that portion. The ' rest of the system shall be maintained in normal service. The coordination shall be in conformance with the recommendations of latest IEEE Standard 242. • Submit the analysis that shall include impedance and short circuit calculations, list of any assumptions made and the analysis, the recommended settings of the protective devices, and the system time/current characteristic curves. The submittal shall be made so as to , allow time for review and re-submittal, if necessary, before the implementation of final settings and adjustments by the testing laboratory. Equipment Protection: Exercise care at all times after installation of equipment, motor ' control centers, control panels, etc., to keep out foreign matter, dust debris, and moisture. Use protective sheet metal covers, canvas, heat lamps, etc., as needed, to ensure equipment protection. Field Quality Control Minor Deviations , The electrical plans are diagrammatic in nature and the location of devices, futures and equipment is approximate unless dimensioned. On the basis of this, the right is reserved to provide for minor adjustments and deviations from the apparent locations shown on the Plans without any extra cost. Deviations from the Plans and/or specifications required by code shall also be done, subsequent to Owner's approval,without extra cost. ' Plans indicate the general location and number of the electrical equipment items. When raceway, boxes, and ground connections are shown, they are shown diagrammatically only and indicate the general character and approximate location. Layout does not necessarily ' show the total number of raceways or boxes for the circuits required. Furnish, install, and place in satisfactory condition all raceways, boxes, conductors and connections, and all of ' the materials required for the electrical systems shown or noted in the contract documents complete, fully operational, and fully tested upon the completion of the project. 16-4 7'/1/2009 2:30:33 P\1 Z:\EastWenatchee\data\FEN\108-109\Specs\Technicals.docx ©2009 RH2 Engineering,Inc. I City of Renton Spring 2009 ' 2009 Pump Station Electrical Upgrades Division 16 - Electrical Record Plans ' The Contractor shall maintain a complete and accurate record set of Plans for the electrical construction work. Continually record actual electrical system(s) installation on a set of prints kept readily available at the project during construction for this purpose alone. Accurately locate all raceways and circuit number of each equipment item. At the completion of the work, furnish a set of clean, neat, and accurate record plans on reproducible sepia-type paper which shows raceway type, routing, and conductors for every outlet and every circuit. Cleanup ' Cleaning Equipment: Thoroughly clean all soiled surfaces of installed equipment and materials upon completion of the project. Clean out and vacuum all construction debris ' from the bottom of all equipment enclosures. Painting: Repaint any electrical equipment or materials scratched or marred in shipment or installation, using_paint_furnished-b-y_the_equipm.ent manufacturer.-- -- ' Cleanup: Upon completion of the electrical work, remove all surplus materials, rubbish, and debris that accumulated during the construction work. Leave the entire area neat, clean and acceptable to the Engineer. 16.10 ELECTRICAL SITE WORK ' 16.10.1 Common Work for Electrical Site Work Part 3 — Execution Construction Provide all excavation, trenching, backfill and surface restoration required for the electrical work. Trenching shall be to depths as required by Code, particular installation, or as shown on the Plans. Trench width and length as required by the installation or as shown. Trench bottom ' shall be free of debris and graded smooth. Where trench bottom is rock or rocky, or contains debris larger than 1 inch or material with sharp edges, over excavate 3 inches and fill with 3 inches of sand. Separation between new electrical utilities and other utilities shall be 1 foot 0 inches minimum horizontal, except gas lines shall be 1 foot 0 inches both vertical and horizontal. Perform crossing of concrete or asphalt only after surface material has been ' saw cut to required width and removed. Backfill around raceways shall be 3-inch pea gravel or sand for systems of 600 volt or less. Provide red marker tape over raceways below grade. Place backfill material to obtain a minimum degree of compaction of 93 percent of maximum density at optimum moisture content. Moisten backfill material as required to obtain proper compaction. Do not use broken pavement, concrete, sod roots, and debris for backfill. 16-5 Z:\EastWenatchee\data\REN\108-109\Specs\Technicals.docx 7/1/2009 2:30:33 I'M 0 2009 RH2 Engineering,Inc. Spring 2009 City of Renton Division 16 - Electrical 2009 Pump Station Electrical Upgrades 16.10.2 Underground Marking Tape (Detectable Type) ' Part 2 Products Manufacturers. ' Tape shall be Brady"Detectable Identoline—Buried Underground Tape, or equal. Materials Underground marking tape shall be for location and early warning protection of buried power and communication lines. Tape shall be detectable by a pipe/cable locator or metal detector from above the undisturbed ground. Tape shall be nominally 2 inches wide with a , type B721 aluminum foil core laminated between two layers of 5 mil thickness polyester plastic. The plastic color shall be red for electrical lines and orange for telephone lines. 16.15 ELECTRICAL GROUNDING 16 5.1 Common W rk-for Electrical Grounding Part 1 - General References Service and equipment grounding shall be per Article 250 of the National Electrical Code. Performance Requirements ' Verify that a low-resistance ground path is provided for all circuits so an accidental contact to ground of any live conductor will instantly trip the circuit. , Part 2 - Products Components ' The grounding systems shall consist of.the ground rods, grounding conductors, ground bus, ground fittings and clamps as shown on the Plans. System components shall be as allowed in the N.E.C. unless specified otherwise below. ' • Ground Rods: Ground rods shall be cone pointed copper clad Grade 40 HS steel rods conforming to ASTM B228. The welded copper encased steel rod shall have a ' conductivity of not less than 27% of pure copper. • Ground Conductors: Buried conductors shall be medium-hard drawn bare copper; ' other conductors shall be soft drawn copper. Sizes over No. 6 AWG shall be stranded. Coat all ground connections, except the exothermic welds, with non-petroleum type electrical joint compound,UL listed for copper and aluminum applications. , • Ground_ Rod Boxes: Boxes shall be a 9-inch diameter precast concrete unit with hot- dip galvanized traffic cover. Units shall be 12-inches deep minimum. Covers shall be embossed with the wording"Ground Rod". , 16-6 ' 7/1/2009 2:30:33 PM Z:\EastWenatchee\data\REN\108-109\Specs\Technicals.docs 0 2009 RI-12 Engineering,Inc. City of Renton Spring 2009 2009 Pump Station Electrical Upgrades Division 16 - Electrical 1 Part 3 - Execution Installation 1 Provide a ground rod box for each ground rod so as to permit ready access to facilitate testing. ' Provide a ground wire in every conduit carrying a circuit of over 110 volts to ground. Make embedded or buried ground connections, taps and splices with exothermic welds. Coat ground connections. tTesting Perform testing per NETA Standard ATS paragraph 7.3. Testing methods shall conform to NETA Standard ATS using the three electrode method for large systems. Conduct tests only after a period of not less than 48 hours of dry weather. F-urnish---to-the-Engineer-a-te-st-r-eport with record-ed-data-of-each-b ound-rod-location. -- 1 16.20 UTILITY SERVICE ' 16.21 Electrical Service Part 1 — General ' Summary Both Mt. Olivet Pump Station and Well No. 8 are primary metered sites. The Contractor shall coordinate with the Owner for scheduling required power outages necessary to perform shown improvements. The Contractor shall provide the Owner with 72 hours of advance notice when scheduling a power shutoff. Work to be completed by Puget Sound Energy (PSE) to shutoff power to the sites will be paid by the Owner and shall not be included in the Contractor's bid price. References Work involving service installation shall be done in accordance with Electrical Power Provider standards and the National Electric Code. Service equipment shall be listed and labeled by UL as "suitable for use as service equipment". 16.25 PRIMARY SUPPLY 16.26 Transformers 1 16-7 2:\East)Y1enatchee\data\REN\108-109\Specs\Technicals.docx 7/1/2009 2:30:33 PM ©2009 RF12 Engineering,Inc. Spring 2009 City of Renton Division 16 - Electrical 2009 Pump Station Electrical Upgrades 16.26.3 Pad Mount Transformer ' Part 1— General References The following codes shall be adhered to: General requirements C57.12.00 (IEEE Standard 462, latest revision); Pad-mounted Equipment — Enclosure Integrity C57.12.28, terminal , markings and connections C57.12.70 (latest revision); terminology C57.12.80, including Supplement C57.12.80A (latest revision); and test code C57.12.90 (IEEE Standard 262, latest revision). Design Criteria Provide two U.L. listed and labeled, DOE 2010 rated, pad mounted transformers, (a) Mt. Olivet - 750 KVA and (b) Well #8 - 300 KVA, with ratings as shown in this specification and that other wise conform to the following: • Transformers shall be designed, manufactured and tested in accordance with the latest applicable American national Standard Institute (ANSI) (latest revision). • All characteristics, definitions, terminology, and voltage designations and tests, except as , otherwise specified herein, shall be in accordance with the following American national Standard requirements, terminology and test code for distribution, power, and regulating transformers. The.pad-mounted equipment shall meet the requirements for tamper resistance set forth in ANSI C57.12.28 including but not limited to the pry test,pull test, and wire probe test. Transformer tanks shall be a sealed-tank construction with a bolted or welded main cover of , sufficient strength to withstand a pressure of 7 psig without permanent distortion, and 15 psig without rupturing or affecting a cabinet security per ANSI C57.12.22, paragraph 7.5.2. The tank shall include a pressure relief valve with a flow at 15 psig of 35 SCFM minimum. ' Provide a bolted, tamper-resistant handhold in tank cover for access to internal connections. With the transformers operating at rated KVA continuously, the average temperature rise ' shall not exceed 55 degrees C above ambient. Factory Testing ' Tests on transformers shall include the manufacturer's standard tests, including winding resistance, ratio, polarity, phase relation, no-load loss, impedance, full load losses, and dielectric tests. Certified copies shall show compliance with all referenced standards. ' Part 2 — Products Manufactured Units ' Provide pad-mounted, radial feed, compartmental-type transformers consisting of the transformer tank with high and low voltage cable terminating compartment. The compartments shall be separated by a barrier of metal or other rigid material. Provide transformer tank and compartment assembled as an integral unit for mounting on pad. There shall be no exposed screws, bolts, or other openings through which foreign objects ' 16-8 7/1/2009 2:30:33 PM Z:\EastWenatchee\data\RENT\108-109\Specs\Technicals.docx ©2009 R-12 Engineering,Inc. City of Renton Spring 2009 2009 Pump Station Electrical Upgrades Division 16 - Electrical ' such as sticks, rods, or wires might contact live parts. Construction shall limit the entry of water (other than flood water) into compartment so as not to impair the operation of the transformer. ' Locate full height, air-filled incoming and outgoing terminal compartments with hinged doors side-by-side, separated by a steel barrier, with incoming compartment on the left. High-voltage (incoming) compartment will be accessible only after door to the low voltage (outgoing) compartment has been opened. To facilitate making connections and permit ' cable pulling, the doors and compartment hood shall be removable. Removable door sill on compartment shall be provided to permit rolling or skidding of unit into place over conduit stubs in foundation. Provide compartment with hinged doors equipped for latching in open position. Provide high-voltage compartment door with fastening device which is accessible only through low- ' voltage compartment. Provide hinged assemblies made of corrosion-resistant material. Stainless steel hinge pins of 378-e mminimum diameter will—be provided. Provide means for padlocking compartment doors. Both compartment doors must be capable of being secured with single padlock having a 1/2-inch diameter shackle. ' Provide lifting provisions in accordance with ANSI standards. Provide jacking and rolling provisions. Locate instruction nameplate in the low-voltage portion of the compartment Instruction nameplate shall be readable with cables in place. Where nameplate is mounted on a removable part, manufacturer's name and transformer serial number shall be permanently affixed to a non-removable part. Provide provisions for tank grounding in both high-voltage and low-voltage compartments. These provisions shall consist of: • 500 kva and below: (1) '/2-13 unc tapped hole 7/16 inch deep • 750 kva and above: (2) '/2-13 unc tapped holes '/2 inch deep All Transformer oil must be bulk tested for polychlorinated biphenyl's (PCBs) per ASTM D4059 and certified, upon request, as having no detectable level of PCB. Transformer shall be filled with Environtemp FR3 fluid or equal. ' Low voltage bushings shall be tinned, spade-type with 9/16 inch holes spaced on 1 '/4" centers in accordance with the latest revisions of ANSI. ' For wye-wye connected units, the high-voltage and low-voltage neutrals shall be connected internally and brought out through bushing located in secondary compartment. Unless otherwise specified, equip incoming primary section with three 200-ampere bushing wells in accordance with ANSI Standard C119.2. Provide the following: 1) Overcurrent protection - a combination of oil-immersed, current-limiting fuses and bayonet oil-immersed, expulsion fuse clearing low-current faults up to 50,000 amperes. i 16-9 Z:\EastWenatchee\data\REN\108-109\Specs\Technicals.docx 7/1/2009 2:30:33 PM ©2009 R142 Engineering,Inc. Spring 2009 City of Renton Division 16 - Electrical 2009 Pump Station Electrical Upgrades 2) Radial feed switch - provide an internal, oil-immersed, gang-operated, two-position (on- . off) loadbreak manually-operated switch. Switch must be capable of switching , transformer full-load switch 3) Special accessory group consisting of. a) 1-inch drain valve and sampler b) Dial-type thermometer c) Liquid-level gauge, and d) Provisions (1/4-inch NPT) for vacuum/pressure gauge. 4) External lightning arrester rated 9.1KV at the high voltage terminals. 5) Load break elbows. 6) Seismic Anchorage. , 7) Primary taps: a) Two 2-1/2 percent taps above and b) Two 2-1/2 percent taps below rated voltage. 8) Primary voltage— 12,470 volts grounded wye , 9) Secondary voltage—480Y/277 volts 10) A sufficient quantity of transformer oil shall be furnished by the supplier. r 11) Anti-Condensation Heater and Thermostat: 120 VAC, single phase, strip heater with thermostat. Provide anti-condensation heaters and thermostats for installation in existing 750 KVA step-up pad-mount transformer at Mt. Olivet site. Anti-condensation heaters shall be sized according to the dimensions of the existing transformer compartments. Two (2) anti-condensation heaters and thermostats shall be provided ' and installed in the existing transformer. Install one heater and thermostat in both the primary and secondary compartments of the transformer. Set thermostats at 60 degrees. Manufacturer of existing transformer is Cooper Power Systems. Proposed transformers , at Mt. Olivet and Well No. 8 do not require anti-condensation heaters. Part 3 — Execution Installation Install transformers as indicated on the Plans, complying with manufacturer's written instructions, applicable requirements of NEC, NEMA, ANSI and IEEE standards, and in accordance with recognized industrial practices to ensure that products fulfill requirements. Coordinate transformer installation work with electrical raceway and wire/cable work, as necessary for proper interface. Install units on vibration mounts; comply with manufacturer's indicated installation method if any. 16-10 7/1/2009 2:30:33 PM 7:\East\X/enatchee\data\REN\108-109\Specs\Technicals.docx 0 2009 RH2 Engineering,Inc. 1 City of Renton Spring 2009 2009 Pump Station Electrical Upgrades Division 16 - Electrical ' Grounding Provide equipment grounding connections, sufficiently tight to assure permanent and effective ground. Provide a separately derived grounding point for each transformer. Extend grounding conductor to an earth electrode. Testing ' Upon completion of installation of transformers, energize primary circuit at rated voltage and frequency from norm power source and test transformers, including, but not limited to, audible sound levels, to deomonstrate capability and compliance with requirements. Where possible, correct malfunctioning units at the site, then retest to demonstrate compliance; otherwise, remove and replace with new units and proceed with retesting. Test voltage and connect tap setting for an acceptable no load voltage level. 16.27 Primary Supply Switches and Disconnects 6-27-3 Genertor Receptacle Cabinet Disconnect Switch Part 1 — General ' Design Criteria The switch shall be heavy duty type, shall be quick-make, quick break, and shall be ' horsepower rated. The switch shall have blades as required to open all ungrounded conductors. The disconnect shall have a minimum available fault current withstand rating of 42,000 amperes unless noted otherwise on the plans. Part 2— Products Manufacturers ' Acceptable switch manufacturer's: Siemens or Square-D. Materials The switch shall be pad-lockable in both the OFF or ON position. The enclosure shall have interlocking cover to prevent opening the door when the switch is closed. The interlock shall include a defeating scheme. The enclosure shall be pad-lockable. The NEMA enclosure rating shall be as shown on the Plans. Circuit Breaker TMe Circuit breakers shall be molded case thermal-magnetic type and meet molded case circuit breaker specifications covered in Division 16.55.16. Part 3 — Execution Installation Install units plumb within 1/8-inch of vertical, and in accordance with manufacturer's instructions. Make sure that breaker trip settings are per the Engineer's instructions. 16-11 Z:\EastWenatchee\data\REN\108-109\Specs\Technicals.docx 7/1/2009 2:30:33 PM 0 2009 RI-I2 Engineering,Inc. Spring 2009 City of Renton Division 16 - Electrical 2009 Pump Station Electrical Upgrades , Testing , Demostrate that the protected circuit can be manually controlled by the installed equipment. 16.55 SWITCHES AND PROTECTIVE DEVICES , 16.55.1 Common Work for Switches and Protective Devices Part 1 - General , Design Requirements Overcurrent devices shall be NEMA rated. j Extra Materials Provide one fuse for each ungrounded conductor and a minimum of two spare fuses of each ampacity and voltage used on the project. Deliver fuses to Owner at the completion of the raj-ems t. Part 3 — Execution ' Installation Overcurrent protection devices and safety switches shall be centered 5'-0" above the finished floor unless noted otherwise on the Plans. 16.55.13 Fuses Part 1 - General , Design Requirements Fuses shall be of the type and amperage indicated on the Plans. The voltage rating shall be appropriate for the application indicated. The fuse types indicated on the Plans imply a certain set of fuse characteristics. No substitutions of fuse types will be allowed without Engineer approval. , Part 2 - Products Manufacturers , Fuses shall be Bussman, Gould Shawmut,Utdefuse, Reliance, or equal. Materials Fuses in motor circuits which are indicated but not sized, shall be provided with Manufacturer's recommended size based on the actual motor installed. In-line or integrally- mounted fuse clips shall be provided on all control power or low-voltage transformers. 16-12 7/1/2009 2:30:33 PM Z:\EastWenatchee\data\REN\108-109\Specs\Technicals.docx ' 0 2009 RH2 Engineering,Inc. 1 City of Renton Spring 2009 1 2009 Pump Station Electrical Upgrades Division 16 - Electrical 16.55.16 Molded Case Circuit Breakers Part 1 - General ' Design Requirements Breakers shall have the interrupting rating and trip rating indicated on the Plans. All breakers shall be calibrated for operation in an ambient temperature of 40° C. Part 2 - Products Manufactured Units Molded case circuit breakers shall be quick-make and quick-break type with wiping type contacts. Each breaker shall be provided with arc chutes and individual trip mechanisms on each.pole consisting of both thermal and magnetic trip elements. Two and three pole breakers shall be common trip. Molded case circuit breakers shall be trip-free. Each breaker-shall-haven rip-inzlica6on�nd-eRenzlent-of thoON- r-OEF positiuris- 16.60 CONDUCTORS ' 16.61 Low Voltage Wire and Cable Part 1 - General tDesign Requirements This section is for power and control conductors for 600 volts or less. ' All conductors shall be copper. Wire or cable not shown on the Plans or specified, but required, shall be of the type and size required for the application and in conformance with the applicable code. Part 2 - Products Materials Conductors • Solid copper wires shall be 600 volt Type THWNT, sizes #12 and #10 AWG only. • Stranded copper wire shall be 600 volt Type THWN, Class B stranding, sizes #14 AWG, #12 AWG, and #10 AWG only. ' Stranded copper wire shall be 600 volt Type XHHW or RHW, Class B stranding, Sizes #8 AWG and Larger. • Future wire shall be 600 volt, silicone rubber insulated, 200° C, UL Type SF-2, with stranded copper conductors. • Control cable (CC) shall be 90°C, 600 volt, UL listed multiconductor tray cable, Type TC. Individual conductors shall be #14 AWG, unless otherwise noted. CC shall have 15 mils PVC insulation and 4 mils nylon over individual conductors; outer jacket shall be 45 mils thickness for up to 7 conductor cables and 60 mils for 9 through 19 conductor cables. Control cables shall be Dekoron Type IC99;Alpha Type TC or equal. 16-13 z:\EastWenatchee\data\REN\108-109\Specs\Technicals.docs 7/1/2009 2:30:33 PM 0 2009 RI-I2 Engineering.Inc. Spring 2009 City of Renton Division 16 - Electrical 2009 Pump Station Electrical Upgrades Splices • For Lighting Systems and Power Outlets: Wire nuts shall be twist-on type insulated connectors utilizing an outer insulating cover and a means for connecting and holding the conductors firmly. • All Equipment: Crimp type connectors shall be insulated type, suitable for the size and material of the wires and the number of wires to be spliced and for use with either solid or stranded conductors. , • Division 16 Equipment and Power Conductors: Bolted pressure connectors shall be suitable for the size and material of the conductors to be spliced. • All Equipment: Epoxy splice kits shall include epoxy resin, hardener, mold, and shall be suitable for use in wet and hazardous locations. Terminations 1 • Crimp type terminals shall be self-insulating sleeve type, with ring or rectangular—ty-pe _ tongue, suitable for the size and material of the wire to be terminated, and for use with either solid or stranded conductors. • Terminal lugs shall be split bolt or bolted split sleeve type in which the bolt or set screw , does not bear directly on the conductor. • Wire Markers shall be plastic sleeve type. Wire numbers shall be permanently imprinted on the markers. , Components Provide the following conductors for the following applications. • Solid Copper, Sizes #12 and #10 AWG: As shown on the Plans for circuits for receptacles, switches and light fixtures with screw-type terminals. • Stranded Copper, Size #14 AWG and Larger, Individual Conductors or CC: As shown on the Plans for the control of motors or other equipment. Size #14 shall not be used for power supplies to any equipment. • Stranded Copper, Sizes #12 AWG and Larger: As shown on the plans for motors and other power circuits. • Fixture Wire: For connections to all fixtures in which the temperature may exceed the rating of branch circuit conductors. Finishes , Color Coding: Provide color coding for all circuit conductors. Insulation color shall be white for neutrals and green for grounding conductors. An isolated ground conductor shall be identified with an orange tracer in the green body. Ungrounded conductor colors shall be as follows: • 120/208 Volt, 3 Phase: Red, black and blue. • 277/480 Volt, 3 Phase: Yellow, brown and orange. • 120/240 Volt, 1 Phase: Red and black. 16-14 7/1/2009 2:30:33 PM z:\EastWenatchee\data\REN\105-109\Specs\Technicals.docx ©2009 RH2 Engineering,Inc. City of Renton Spring 2009 ' 2009 Pump Station Electrical Upgrades Division 16 - Electrical Part 3 —Execution Installation ' Conductor Splices • Splices: Install all conductors without splices unless necessary for installation, as determined by the Engineer. Splices when permitted and terminations shall be in accordance with the splice or termination kit manufacturer's instructions. Splice or terminate wire and cable as follows: • Watertight Splices: Splices in concrete pullboxes, for any type of cable or wire, shall be watertight. Make splices in low voltage cables using epoxy resin splicing kits rated for application up to 600 volts. ' Conductor Identification • Except for interior lighting and receptacle circuits, identify each wire or cable, at each *P-MUM azien and--in-eaci pullbox—junction-box—handhole,and-manhole-usmg�n-umbered-- ' and lettered wire markers. All electrically common conductors shall have the same number. Each electrically different conductor shall be uniquely numbered. Identify panelboard circuits using the panelboard identification and circuit number. Identifl, motor control circuits using the equipment identification number assigned to the control unit by the motor control center manufacturer and the motor control unit terminal number. Identify other circuits as shown in the circuit schedule as favorably by the Engineer. • Conductors between terminals of different numbers shall have both terminal numbers shown at each conductor end. The terminal number closest to the end of the wire shall be the same as the terminal number. Testing Insulation Resistance Tests: For all circuits 150 volts to ground or more and for all motors circuits over '/2 horsepower, test cables per NETA Paragraph 7.3.1. The insulation 1 resistance shall be 20 megohms or more. Submit results to Engineer for review. 16.62 Medium Voltage Cable Part 1 - General Definition Medium voltage power cable shall mean all cables rated above 600 volts and below 34.5 W. References Cable shall, in every respect, conform to ICEA, NENLA and Standard Specifications of UL type NIV-90 cable for similar applications. Related Sections Division 16.95.2 15kV Conductor Testing Division 16.95.3 Conductor test report 16-15 Z:\EastWenatchee\data\REN\108-109\Specs\Technicals.docx 7/1/2009 2:30:33 PM 0 2009 RI-I2 Engineering,Inc. Spring 2009 City of Renton Division 16 - Electrical 2009 Pump Station Electrical Upgrades , Design Requirements Cables rated 15,000 volts, ungrounded neutral shall be used on a 12,470 volt, 60 Hertz, three phase system. Part 2— Products t Cables General: Provide Type MV-90 cable per NEC Article 326 and bearing the UL label. Wire or cable not specifically shown on the Plans or specified, but required, shall be of the type and size required for the application and in conformance with the applicable code. Cables shall be suitable for use in vet or dry locations, in metallic and non-metallic conduits, and in ducts. Cables shall be able to operate continuously at 90° C conductor temperature and have an ' emergency rating of 130° C and a short circuit rating of 250°C. ables shall-be singe con uctor type and shall have: stranded copper conductors; a semi- conducting material over the conductors (conductor screen); ozone-resistant insulation of ethylene-propylene-rubber (EPR); semi-conducting material (insulation screen); copper shield; and polyvinyle chloride jacket. Cable shall conform to NEMA Standard WC8 and AEIC Specifications CS6. All conductors shall be Class B stranded copper conforming to ASTM B3. Provide single conductor concentric round construction. Conductor screen shall be an extruded layer of semiconducting EPR, easily removable from the conductor per AEIC. Insulation shall be flexible thermosetting dielectric based on an ethylene-propylene elastomer, colored to contrast with other cable components. It shall be resistant to heat, moisture, ozone and corona. Insulation screen shall be extruded layer of semiconducting EPR easily removable from the insulation per AEIC. , Shield shall be a 5-mil thick bare copper tape with minimum overlap of 12.5%. Jacket shall be extruded layer of polyvinyl chloride having a minimum thickness per NEMA. Terminations Terminations shall consist of pre-assembled terminators and termination kits, suitable for the conductors, insulations, and jackets of the cables, and complying with IEEE Standard 48. They shall be 3M Company, G&W Electric Company or equal brand. 1) Class 1: Procelain insulator, and suitable for outdoor use. 2) Class 2: Procelain or molded rubber insulator, and suitable for use inside an outdoor enclosure. 3) Class 3: Procelain or molded rubber insulator. t i 16-16 7/1/2009 2:30:33 PM Z:\Eastwenatchee\data\REN\108-109\Specs\Technicals.docx 0 2009 R142 Engineering,Inc. City of Renton Spring 2009 2009 Pump Station Electrical Upgrades Division 16 - Electrical All loadbreak elbows shall be equipped with peroxide-cured EPDM insulation, copper top connector, tin plated copper loadbreak probe with an aplative arc-follower ip, stainless steel reinforced pulling eye, and capacitive test point. Provide amperages as indicated on Plans, Cooper RTE or equal. Part 3 —Execution Installation General: Install electrical cables, wires and connectors as indicated, in compliance with manufacturer's written instructions, applicable requirements of NEC and NECA's "Standard of Installation", and in accordance with recognized industry practices as well as owner's requirements. Coordinate cable and wire insulation work with electrical raceway and equipment installation work, as necessary for proper interface. Pull conductors together where more than one is being installed in a raceway. Use pulling compound or lubricant, where necessary; compound must not deteriorate conductor or insulation. Use pulling means, including fish tape, cable or rope which cannot damage raceway. No conductor splices shall be made without Engineer's written approval. Install splices and taps which have mechanical strength. Current and insulation rating shall be equivalent-or-better than conductor. All splices shall be compression type with cold shrink wrap and taped. Use splice and tap connectors which are compatible with conductor material. Testing Prior to engergization, high pot test cables and connectors using a non-destructive high voltage insulation resistance tester. Provide written reports for all cables and connectors tested and submit them to Owner or Owner's representative prior to energizing. Correct malfunctions where detected. Subsequent to wire and cable hook-ups, energize circuitry and demonstrate functioning in accordance with requirements. 16.64 Posi-Lock Receptacle Cabinets Part 1 — General tDescription of Work Installation of Posi-Lock Receptacle Cabinets is indicated on the Plans. Existing generator receptacles shall be removed and returned to the City. Quality Assurance Posi-lock Receptacle Cabinets shall be UL-listed and labeled. 16-17 Z:\Eastwenatchee\data\REN\108-109\Specs\Technicals.docx 7/1/2009 2:30:33 PM ©2009 RI-I2 Engineering,Inc. Spring 2009 City of Renton Division 16 - Electrical 2009 Pump Station Electrical Upgrades Part 2— Products j Acceptable Manufacturers The Posi-lock Receptacle Cabinets shall be manufactured by Skyline Electrical and Manufacturing Company or equal. General Except as otherwise indicated,provide manufacturer's standard materials and components as , indicated by published product information, designed and constructed as recommended by manufacturer, and as required for complete installation. Ratings Cabinets shall be NEMA 3R rated for outdoor installation. Receptacle system shall be rated for 400 amps at 600 volts AC. Constr ctibn The cabinets shall be constructed of #12 gauge steel with removable deadfront and tip-up section in bottom of cabinets. Cabinets shall be fully lockable when closed and cords have been removed. Front of cabinets shall be lockable when cords are engaged. The cabinet doors shall be heavy duty steel with stainless steel hinges (lift-off type). Provide with closed cell neoprene gasket around perimeter of door and stainless steel padlockable vault handle. The receptacles shall be Crouse Hinds Posi-lock Cam Type with Male A,B,C,N and G. Mount at down angle to reduce stress on cords when installed. The cabinets finish shall be ASA 61 gray polyester power coating on interior and exterior. Part 3 — Execution Installation Install cabinets to wall as indicated on Plans. Connect to proposed conductors. 16.70 CONDUIT, RACEWAYS, BOXES AND FITTINGS 16.71 Raceways , Part 1 — General Design Requirements Conduit sizes not noted on Plans shall be in accordance with N.E.C. requirements for the quantities and sizes of wire installed therein. l 16-18 7/1/2009 2:30:33 PM 7_:\EastV.1enatchee\data\REN\108-109\Specs\Technicals.docx ©2009 RH2 Engineering,Inc. City of Renton Spring 2009 2009 Pump Station Electrical Upgrades Division 16 - Electrical Part 2— Products Components Conduit and Fittings • Galvanized Rigid Steel (GRS): Rigid conduit shall be steel, hot dipped galvanized inside and out. The GRS must meet USA Standards Institute C80-1 Underwriters Laboratories ' Standard UL6, and carry a UL label. Use cast threaded hub fittings and junction boxes for all rigid conduit except in locations not permitted by the N.E.0 . • PVC Coated Rigid Steel Conduit: PVC coated conduit shall meet the GRS standard above plus have a 40 mil PVC factory applied PVC coating. • Nonmetallic Conduit: Nonmetallic Conduit shall be rigid PVC, Schedule 40 or 80. PVC conduit installed above grade shall be Schedule 80 extra heavy wall 90 degree C. UL listed for aboveground use and UV resistant. Conduit shall be gray In color. Fittings shall—be—of--floe—same—rna-t-erial--as—tale--raceway—and—installed-with-solvent—p-er , Manufacturer's instructions. Conduit, fittings and solvent shall all be manufactured by the same Manufacturer. • Flexible Metal Conduit: Flexible conduit shall be interlocking single strip, hot dipped galvanized and shall have a polyvinyl chloride jacket extruded over the outside to form a flexible watertight raceway. Flexible conduit shall be American Brass Company Sealtite Ty pe VA, General Electric Type UA or equal. • Electrical Metallic Tubing (EMT): EMT shall be UL 797 and ANSI C80.3; steel tubing, hot dipped galvanized. EMT fittings shall be ANSI/NEMA FB 1; steel, rain tight, insulated throat, compression type. Conduit& Cable Supports• Conduit Supports: Hot dipped galvanized framing channel shall be used to support groups of conduit. Individual conduit supports shall be one-hole galvanized malleable iron pipe straps used with galvanized clamp backs and nesting backs where required. Conduit support for PVC or PVC coated rigid steel shall be one hole PVC or epoxy coated clamps or PVC conduit wall hangers. • Ceiling Hangers: Ceiling hangers shall be adjustable galvanized carbon steel rod hangers. S Unless otherwise specified, hanger rods. shall be '/2-inch all-thread rod and shall meet ASTM A193. Hanger rods in corrosive areas and those exposed to weather or moisture shall be stainless steel. 1 • Racks: Racks shall be constructed from framin g channel. Galvanized channels and hanger rods shall be steel, hot dipped galvanized. Channels attached directly to structural surfaces shall be 14 gauge minimum thickness, 1-5/8-inch deep. Channel section shall be sufficient to limit deflection to 1/360 of span. Framing channels on all exterior areas and in corrosive areas shall be aluminum, stainless steel, or fiberglass. All hardware shall be stainless steel. Channel section shall be sufficient to limit deflection to 1/360 of span. Framing channel shall be manufactured by Unistrut or equal. 16-19 Z:\EastWenatchee\data\REN\108-109\Specs\Technicals.docx 7/1/2009 2:30:33 PM ©2009 R7-I2 Engineering,Inc. Spring 2009 City of Renton Division 16 - Electrical 2009 Pump Station Electrical Upgrades Conduit Sealants • Moisture Barrier Types: Sealant shall be a non-toxic,.non-shrink, non-hardening, putty type hand applied material providing an effective barrier under submerged conditions. • Fire Retardant Types: Fire stop material shall be a reusable, non-toxic, asbestos-free, expanding, putty type material with a 3-hour rating in accordance with UL 1479. Provide products indicated by the manufacturer to be suitable for the type and size of penetration. Part 3 - Installation Schedule • Galvanized Rigid Steel (GRS) conduit shall be used in all locations unless noted otherwise below or on the Plans. Buried GRS shall be PVC coated. j I Installation anon • Spare conduits shall contain one 3/16 inch diameter nylon pull rope. • Conduit routing is shown diagrammatic on the Plans. Contractor is responsible for routing the conduits in a neat manner,parallel and perpendicular to walls and ceilings. Securely fasten raceways at intervals and locations required b N.E.C., or the e Y type raceway employed. • Location of conduit ends are shown approximately. Contractor is responsible for ending i conduits in location that will not conflict with electrical equipment. Route conduit ends to facilitate ease of equipment maintenance. Conduits extending from the floor to a device shall be located as close as possible to avoid creating a hazard. • All raceways shall contain a separate grounding conductor. 16.80 CONNECTORS 16.81 Medium Voltage Connector System Part 1 - General Design Requirements , Operational rating shall be as follows: • 21.1 kV line to ground • Momentary amperes— 10,000 (rms-sym) • Nominal amperes—200 • Basic insulation level (bil) — 150 kV • Provide items compatible with stock items used by Puget Sound Energy. 16-20 7/1/2009 2:30:33 PM Z:\EastWenatchee\data\REN\106-109\Specs\Technicals.docc j 0 2009 R-12 Engineering,Inc. City of Renton Spring 2009 2009 Pump Station Electrical Upgrades Division 16 - Electrical Part 2— Products Manufacturers Medium voltage connector system shall consist of junction blocks and load break elbow connectors as manufactured by RTE or Elastimold. 16.95 TESTING 16.95.1 Common Work for Testing Part 1 - General Submittals Test reports shall be submitted to the Engineer prior to final acceptance in accordance with Division 1. of these specifications. Schedulin g and Coordination The Contractor shall inform the Engineer in advance of testing in accordance with the requirements listed in Division 1 of these specifications. Prior to scheduling the testing, the Contractor shall have satisfied himself that the project area is properly cleaned up; all patching and painting deemed necessary properly completed; and all systems, equipment and controls are functioning as intended. Part 2 - Products Source Quality Control Submit reports of factory tests and adjustments performed by equipment manufacturers to the Engineer prior to field testing and adjustment of equipment. These reports shall identify the equipment and show dates, results of test, measured values and final adjustment settings. Provide factory tests and adjustments for equipment where factory tests are specified in the equipment specifications. The Engineer may inspect the fabricated equipment at the factory before shipment to job site. Provide the Engineer with sufficient prior notice so that an inspection can be arranged at the factory. Part 3 — Execution Site Testing • Test all circuits for continuity, freedom from ground, and proper operation during progress of the work. • Insulation Resistance, Continuity, and Rotation: Perform routine insulation resistance, continuity and rotation tests for all distribution and utilization equipment prior and in addition to tests performed by the testing laboratory specified herein. • Conduct special test as required for service and/or system ground. Field Quality Control 16-21 7:\EastWenatchee\data\REN\108-109\Specs\Technicals.docx 7/1/2009 2:30:33 PM ©2009 RH2 Engineering,Inc. Spring 2009 City of Renton Division 16- Electrical 2009 Pump Station Electrical Upgrades , • General: Conduct final test in the presence of Owner and/or their authorized representative. Contractor shall provide all testing instrumentation and labor required to l demonstrate satisfactory operation of systems, equipment and controls. • Operational Tests: Operational test all circuits to demonstrate that the circuits and equipment have been properly installed, adjusted and are ready for full-time service. 16.95.215kV Conductor Testing Part 1— General Summary The electrical Contractor at his/her expense shall engage the services of an independent field testing agency for the purpose of performing inspection and tests of 15kV service cables as specified herein. The testing agency shall provide all material, equipment, labor and technical supervision to er€arm-such-tests and inspectian . It is the intent of these tests to assure that all power service feeder conductors' P a q ui ment as supplied and installed by the Contractor are operational within the industry and Manufacturer's tolerances and are in accordance with the design documents. The tests and inspection shall determine the suitability for energization. References All inspection and tests shall be in accordance with the following applicable codes and standards: • National Electrical Code (N.E.C.) • National Electrical Manufacturer's Association (NEMA) • American Society for Testing and Materials (ASTM) • Institute of Electrical and Electronics Engineers (IEEE) - • National Electrical Testing Association (META) • American National Standards Institute (ANSI) • State and Local Codes and Ordinances • Insulated Power Cable Engineers Association (IPCEA) • Federal OSHA Requirements All inspection and tests shall utilize the following references: • Project Design Specifications • Project Plans • Manufacturer's Instructions 16-22 7/1/2009 2:30:33 PM Z:\Eastwenatchee\data\REN\108-109\Specs\Technicals.docx ©2009 RI-I2 Engineering,Inc. City of Renton Spring 2009 2009 Pump Station Electrical Upgrades Division 16 - Electrical Quality Assurance The specified tests shall be performed by Electro-Test, Inc., 7223 South 182 d Street, Kent, Washington, 98032, (425) 656-3646, or an equal testing service with the following qualifications: • The testing agency shall be a member in good standing of the National Electrical Testing Association. • The testing agency shall meet Federal Department of Commerce laboratory certification. • The testing agency shall submit proof of above qualifications to the Engineer. Test Instrument Traceability: • The testing agency shall have a calibration program which maintains test instrumentation within rated accuracy. • The accuracy shall be traceable to the National Bureau of Standards in an unbroken chain. • Cali bration frequency shall be at a maximum of six (6) months intervals for all field equipment. ' Sequencing and Scheduling The Contractor shall supply a source of test power to the testing agency at each test site. The Contractor shall notify the testing agency when equipment becomes available for acceptance tests. Work shall be coordinated to minimize project delay. The testing agency shall maintain a written record of all tests and upon completing project tests, assemble and certify a final test record. The testing agency shall notify the Contractor prior to commencement of any testing and perform all tests in the presence of the Contractor,unless directed otherwise by him/her. The testing agency shall be responsible for any damage to equipment or material due to improper test procedures or tests apparatus handling. The agency shall replace or restore to original condition any damaged equipment or material. The testing agency shall be responsible for implementing all final settings and adjustments on protective devices and tap changers in accordance with the Engineer's specified values. Any system, material, or workmanship which is found defective on the basis of acceptance tests shall be replaced or rectified and made ready for a new test by the Contractor. The cost of rectifying the defective work and/or material and of additional tests and inspection shall be borne by the Contractor. 16-23 Z:\EastWenatchee\data\REN\108-109\Specs\Techmcals.docx 7/1/2009 2:30:33 PM ©2009 RI-12 Engineering,Inc. Spring 2009 City of Renton Division 16 - Electrical 2009 Pump Station Electrical Upgrades Part 3 - Execution Site Tests Conductor Tests Visual and Mechanical Inspections: • Inspect exposed section for physical damage. • Verify cable is supplied and connected in accordance with specifications and one-line diagram, and that phases are labeled correctly. • Inspect for shield grounding, cable support, and termination. • Visible cable bends shall be checked against IPCEA or Manufacturer's minimum allowable bending radius. Electrical Tests: • In setting up the test set, special safety precautions should be taken regarding grounding — of test equipment. The test set, its sphere gap, its voltmeter and the cable sheath (shielded cable only) should be grounded at the same time. • During tests, a person shall be stationed at each point where the cable has exposed ' connections. • Each conductor shall be individually tested with all other conductors grounded. All shields shall be grounded. • Determine the insulation level of each cable before starting any test. • Test feeder conductors from termination at the transformer to the primary feeder connection station with cables disconnected at both ends. Test Procedures: I Megger Test: Each cable shall be tested first with a 2500 volt motor driven megger. Minimum allowable reading at 20 degrees C is 15 megohms.Polarization Index Test: The test conductor shall be raised to the maximum test voltage and held for a total of ten (10) minutes. The reading shall be plotted on one minute intervals. Determine the polarization index by dividing the ten minute reading by the one minute reading. In accordance with IEEE No. 43, the safe minimum is 1.5 for 105 degrees C rated insulation and 2.0 for 130 degrees C rated insulation. Test Report: The test report shall include the following: • Summary of project • Description of cable tested • Description of test procedure • List of test equipment and calibration date • Test results 16-24 7/1/2009 2:30:33 PM Z:\Eastwenatchee\data\R>✓N\108-109\Specs\Technicals.docx 0 2009 RH2 Engineering,Inc. City of Renton Spring 2009 2009 Pump Station Electrical Upgrades Division 16 - Electrical • Recommendations • Appendix which includes all field reports 16.95.3 Conductor Test-Report Conductor Test`.Re ort Page 1 of 1 PROJECT: OWNER: Contractor Co. Name: Phone Number: Tested by: Test Date: Race- V C Operating Load Vo Insulation Resistance- OHMS ltage Way Label lll 2 (3 VAB VCB VCA VAN V13 T V N A_B B-C C-/+ A-G_—_B-G---G=G- A B C D E F G (1) Refer to raceway and wire schedule and one-line diagram for description of feeder identified by label shown on this report (2) Visual Inspection—Check when completed (3) Continuity Test—Check when completed 16-25 Z:\EastWenatchee\data\REN\108-109\Specs\Technicals.docx 7/1/2009 2:30:33 I'M 0 2009 RI-12 Engineerin,,Inc. Spring 2009 City of Renton Division 16 - Electrical 2009 Pump Station Electrical Upgrades 16.91.4 Ground Electrode Resistance Test Report Ground Electrode Resistance Test Report PROJECT: OWNTER: Contractor Co. Name: Phone Number: Tested by: Test Date: Test Meter Type: Test Distance-D: Soil Conditions: Measured Resistance: DESCRIPTION OF TEST PROCEDURE, CONDITIONS, RESULTS: 16-26 7/1/2009 2:3033 PM 7:\EastWenatchee\data\REN\108-109\Specs\Technicals.docs ©2009 R142 Engineering,Inc. Division 17 Automatic Control Not Used this Contract i I i I 1 I I 17_1 Z:\EastWenatchee\data\REN\108-109\Specs\Technicals.docs 7/1/2009 2:30:33 PM 0 2009 RH2 Engineering,Inc. Division 18 Measurement and Payment 18.0 GENERAL tIt is the intention of these specifications that performance of work under bid items shall result in complete construction, in proper operating condition, of improvements identified in these written specifications and accompanying plans. Work and material not specifically listed in the proposal, but required according to the plans and specifications and general practice, shall be included in Contractor's bid price. BID ITEM No. 1 - MOBILIZATION, DEMOBILIZATION, SITE PREPARATION AND CLEAN-UP AT HOUSER WAY ' BPS Lump sum price covers complete cost of furnishing, installing and testing, complete and in- place, all work and materials necessary at Houser Way BPS to: move and organize equipment and personnel onto the job site; surveying and staking; traffic control; secure job site; provide and maintain necessary support facilities; obtain all necessary permits and licenses; prepare site for construction operations; maintain site and surrounding areas during construction; provide system testing, move all personnel and equipment off site after contract completion, clean up site prior to final acceptance; and accomplish all other items of work not specifically listed in other divisions. Payment shall be lump sum. No more than 50 percent of bid amount for this item will be paid before final payment request, and this bid amount may not be more than 10 percent of value of total contract. BID ITEM NO. 2 - ELECTRICAL AT HOUSER WAY BPS The lump sum price shown shall cover the complete cost of providing all labor, materials, and equipment necessary for the electrical work shown on the Plans and detailed in the contract specifications for Houser Way BPS. Payment shall be lump sum. BID ITEM NO. 3 - MOBILIZATION, DEMOBILIZATION, SITE PREPARATION AND CLEAN-UP AT WELL NO. 8 Lump sum price covers complete cost of furnishing, installing and testing, complete and in- place, all work and materials necessary at Well No. 8 to: move and organize equipment and personnel onto the job site; surveying and staking; traffic control; secure job site; provide and maintain necessary support facilities; obtain all necessary permits and licenses; prepare site for construction operations; maintain site and surrounding areas during construction; provide system testing, move all personnel and equipment off site after contract completion, I clean up site prior to final acceptance; and accomplish all other items of work not specifically listed in other divisions. Payment shall be lump sum. No more than 50 percent of bid amount for this item will be paid before final payment request, and this bid amount may not be more than 10 percent of value of total contract. 18-1 Z:\EastWenatchee\data\REN\108-109\Specs\Technicals.docs 7/1/2009 2:30:33 PD4 ©2009 RI-12 Engineering,Inc. Spring 2009 City of Renton Division 18 —Measurement & Payment 2009 Pump Station Electrical Upgrades BID ITEM NO. 4 - ELECTRICAL AT WELL NO. 8 The lump sum price shown shall cover the complete cost of providing all labor, materials, and equipment necessary for the electrical work shown on the Plans and detailed in the contract specifications for Well No. 8. Payment shall be lump sum. Equipment and materials shall be properly stored, protected, and insured at the site of work prior to receiving payment for the equipment and materials. BID ITEM NO. 5 - MOBILIZATION, DEMOBILIZATION, SITE PREPARATION AND CLEAN-UP AT MT. OLIVET PUMP STATION AND RESERVOIR Lump sum price covers complete cost of furnishing, installing and testing, complete and in- ' place, all work and materials necessary at Mt. Olivet Pump Station and Reservoir to: move and organize equipment and personnel onto the job site; surveying and staking; traffic control; secure job site;provide and maintain necessary support facilities; obtain all necessary permits and licenses; prepare site for construction operations; maintain site and surrounding areas during construction; provide system testing, move all personnel and equipment off site after contract completion, clean up site prior to final acceptance; and accomplish all other i items of work not specifically listed in other divisions. Payment shall be lump sum. No tf, more than 50 percent of bid amount for this item will be paid before final payment request, and this bid amount may not be more than 10 percent of value of total contract. BID ITEM NO. 6 - ELECTRICAL AT MT. OLIVET PUMP STATION AND RESERVOIR The lump sum price shown shall cover the complete cost of providing all labor, materials, and equipment necessary for the electrical work shown on the Plans and detailed in the contract specifications for Mt. Olivet Pump Station and Reservoir. Payment shall be lump sum. Equipment and materials shall be properly stored, protected, and insured at the site of work prior to receiving payment for the equipment and materials. BID ITEM NO. 7 - AS-BUILTS Lump sum price shown shall cover the complete cost of providing all mark-up plans necessary for the Owner to create accurate as-built records as detailed in the specifications. The work includes surveying all structures and utilities to determine their as-constructed locations and elevations, records of all mechanical and electrical equipment for maintenance purposes, and operation and maintenance manuals. The price for this work will be $10,000. Failure to comply with the as-built requirements and furnish acceptable as-built records will result in the deletion of this bid item by change order. Payment for this work will not be made prior to the final payment. Payment shall be lump sum. 18-2 7/1/2009 2:30:33 PM Z:\EastWenatchee\data\REN\108-109\Specs\Technicals.docx , 0 2009 RI-12 Engineering,Inc.