HomeMy WebLinkAboutWTR2703344_4H
d a l b'u 2: 4 �) l
1
v S ; sc,
-7 ; �� CAD S7, L 81,`716,
WWW JIVv • xxx 2� ��v W W W
Vl NI &A
000
v1 O 0
�— N
�N`ININ'1 IL 'D1
�n
•F
Te
2�0
�U
{ \ 4-
S
I l o-I LF.-�r-�.-
I'
J 1" ' Ci `•' try �i!'� �^'� �L �� `� �� S�S� \
19b`7 coo 00 S�-
Tc
ram,-�.��1•.
,: 92� • 4z� - ��, ,� C 4223'� 40.�1 1,1 +10,L3d�
-779 --":7 7yo ���7�30+13c: = 910-13
7
e
�F
I S5kc'j c -o I
2j,41-
V' -
L koLl-1 LX)PP
I
1,�-
ILO CL �Z
2o
r,
110
.314-
I- 2/
n r�e.��4 �
2-� a
�f
ex'' '^�
I Z'' S 1
a I C, 3
3
Oco" I
o' fur -fee J 416
(4 zo)+ I L�
v42-0 LV k il'(�15-7 Y040 ��l = 56o lk�
�>A� �o/1 i�,� 2 1 � - 4=
1,vs= 126,04
AS ��- - Gj-'' C►r 5')'L" f (, 70 4/Z - i2 ' 42v
FD S
0
�rC4
1�'
I c'' CL 52 M- fv�S
wl Tb��wr4,r4P
1 b'' C L q2 �T
50
44
c)4-
(SAW cv�- , --' 1.4"- -�-: e,,.� I,_ ; ..� ,7t-z- -
64,44 -+Z2 = 10(,, 51 I z I
!F19vin
<sTe-- /,2 • b.5 •342 = 570 �-�� ZI•11
A sal+
-1 41 /1 lz - 44)=
2,. 2G4 F�3 9• �_�.�._
l2 • 12.4 �- - �� __-
T���= 53,c
I
I
%Akn4A
I-.
W W W
W la W
ISI
1A 'A IA
O O O
W O O
�H
N It
aaa
rrC4
1
�-b4
W W W
W W W
xxx
0CAul
goo
N
Na
vav
N CIN
N N N
ell,
16'` _ CL 5z _ 'R ")-
90 ►- t
3'd -1 LF
4 �p
I I � TZ) I �
cs p r h� L �t'2 J = 4con 0' - 4444. T 4
,6' 07
IOG.G7�� 3
ger. D� I ��v�-c, 5; a�k z G x I = �0 ;42= c -
W W W
In 4h FA
MOO
..n
^^
C4C4n
I
Q'
PIAJ �- Ta pD ,
COiv►.��L� TO ��S'�S�b
LAA
�0z • ZI. 17I = I I4o �3 � 42.22 ��
4 Z. 2Z------------
53.o
C « r 1 �"I-- - 1-7 _ 014 ��2 = 2v2 •(off r,Q,�
eX - �v z �; L S 1
_I6 iD i
I lG Tb
,,�
40 o. �7 - (4o Li) 4.26 nQ"
A* 4 611 /t Z • 1 b - I 1 = 14 5 �38-33 �a� ) o I
+p/)Z • 1 O. 4
Cow SI�, .
Vo
7/
k
�aa
aaa
eras
aaa
ll�
vlt- ( CZ P�
C�� bps �� � ��—�- c�� � � n� �►� � Cg
1
RWIS, ` ti t�
A L7 4Ll qs% 6
:MtD�?f14�H
,
C
N N
F F
W W
W W
N N
h0
c�v env n / , • i I 1 � � � l
.o
a
AD
778r.
ISO
54
2if LAB. 06JU74AA
Ll
554-=770.3- 72s"
v _
2" 0,c-1�= 1 4:; I lzE77 14So !�5
i
Your Connection to the Future'""
Mechanical Joint Restraint for Ductile Iron Pipe
3
1103
6.1
30
350
4
1104
7.7
30
350
6
1106
11.9
3 °
350
8
1108
14.8
30
350
10
1110
23.9
3 °
350
12
1112
31.2
30
350
14
1114
48.5
2 °
350
16
1116
56.4
20
350
18
1118
63.1
11/2 °
250
20
1120
72.3
11/2 °
250
24
1124
133.1
11/2 °
250
30
1130
194.6
10
250
36
1136
234.0
10
250
42
1142
536.0
10
250
48
1148
653.0
10
250
Made In
The USA
0"07-i-I
U.S. Patent Nos.
4092036, 4627774, 4779900, 4896903, 5544922
Features and Applications:
• Sizes 3 inch through 48 inch
• Constructed of ASTM A536 Ductile Iron
• Torque Limiting Twist -Off Nuts
• MEGA-BOND`S
Restraint Coating System
For more information on MEGA -BOND,
refer to www.ebaa.com
• The Mechanical Joint Follower Gland is
incorporated into the restraint
• Heavy Duty thick wall design
• Support Products Available:
Split repair style available 3 inch
through 48 inch.
EBAA Series 110OSD
Solid restraint harness available for
push -on pipe bells.
EBAA Series 1700
Split restraint harness available for
existing push -on bells.
EBAA Series 110OHD
• All MEGALUG and related restraint
products can be furnished as packaged
accessories complete with appropriate
restraint, gasket, lubrication, and bolt-
ing hardware
• For use on water or wastewater pipe-
lines subject to hydrostatic pressure
and tested in accordance with either
AWWA C600 or ASTM D2774
Copyright ® 2007. EBAA Iron, Inc. All Rights Reserved.
MEGALUG: THE PRODUCT OF PREFERENCE SINCE 1984
Since 1984, engineers and contractors designing and installing
water and wastewater pipelines and systems have come to rely
on the EBAA Series 1100 MEGALUG Mechanical Joint Restraint
as the "Product of Preference" for effectively and economically
restraining ductile iron pipe connections above or below ground.
MEGALUG Mechanical Joint Restraints replace external re-
straints such as cumbersome concrete thrust blocks and corrod-
ible metal tie rods creating a quicker, safer and more economical
installation.
Major testing laboratories agree as the 3" through 24" sizes
are Underwriters Laboratories (UL) listed, and the 3" through 12"
sizes are Factory Mutual (FM) approved.
For use on all classes of ductile iron pipe (PC350 through
PC150 and CL56 through CL50), for practically any application
including valves, hydrants and pipe, the MEGALUG Mechanical
Joint Restraint effectively and safely performs without damage to
the pipe or cement linings.
THE MEGALUG GRIPPING WEDGE... PERFORMANCE PROVEN
The wedge style MEGALUG design reacts
to the amount of force acting on the joint.
When each wedge is set, the wedge teeth
penetrate the pipe's outer surface, and
the wedge does not move on the pipe.
There is very little change in this interface
until the wedge movement begins inside
the pocket of the main casting. Once the
wedge starts moving, the formation of the
buttress begins.
This "dam" of material (the wedge
impression) is cold formed as the wedging
action continues. If the force of pressure
acting on the joint is released, the wedge
moves back to near its original position.
This engages the reserve -controlled move-
ment or "RCM". The wedge is then ready
for another round.
After the wedge has moved to the back
w�
cc
0 savanwa
U_ CaX
J , w*+ s to
__. 3Aa.Y r?xYiMrea%
cc
cr ;
X
- Res waxc:.re
w
g.
cr
0
w
......eau
�I
Lu
cc
MOVEMENT
of the pocket at the maximum pressure or
load, the wedge buttress are in shear. The
maximum movement is about 0.3 inch
through the thirty-six inch size and 0.4
inch for forty-two and forty-eight inch.
The RCM is available even with severe
cyclic loads. This has been tested to very
high-pressure differentials and the wedge
impressions look the same as if a single
test had been performed.
Typically, the depth of pipe wall pen-
etration, or wedge impression at around
25,000 pounds of force per wedge (200
PSI on a six inch and 150 PSI on a twelve
inch) is 0.03". Finally, at roughly twice that
force the penetration is around 0.05" At
these high pressures, there is no affect on
the design thickness of ductile iron pipe
made according to AWWA C150. The lack
of damage to the cement lining clearly
indicates that the thrust load is primarily
longitudinal.
This ability to move in the pocket allows
for angular flexibility as well as longitudi-
nal flexibility.
THE ORIGINAL PATENTED
GRIPPING WEDGES
Since 1964 EBAA Iron has respond-
ed aggressively to the needs of the
water industry for better solutions
to joint restraint problems - thus the
development of the family of self
actuating MEGALUG wedge action
restraints.
TOOLS
**,,to MEGALUGS install using an ordinary
wrench (box, ratchet, or air -driven),
because the torque -limiting, twist-
s off nuts automatically shear during
tightening when the proper torque
is reached. The same 1'/4 wrench
F:
used to tighten the T-bolts on the
4" through 24" sizes can be used
to tighten and shear the twist off
nuts in all sizes. If removal becomes
necessary, a 5/8 hex head remains
so the screws can be loosened,
and retightened with a torque -in-
dicating wrench. During removal,
the wedges are held in place by
retainer clips.
DEFLECTION
The MEGALUG gripping I
wedges provide resiliency
to your pipeline design. In
addition to deflecting as
MEGALUG
Takes the Load
nuch as allowed
)y the mechanical
Dint during installa-
ion, it can also deflect
ifter assembly:
>izes of 12" and below are
:apable of up to 3 degrees
)f deflection after installation
depending on the preset deflec-
ion.)
'he 14" and 16" sizes are capable
)f 2 degrees deflection.
'he 18" through 24" sizes are capable of
L.5 degrees deflection.
'he 30" through 48" sizes are capable of 1
legree deflection.
iTEEL PIPE 11
'he 1100 Series MEGALUG can be used to restrain
3'- 8" SCH 40 or 80 steel pipe when joining to me-
chanical appurtenances. It can also be used on steel
pipe in all sizes if the pipe's outside diameter is the
same as the ductile iron pipe and its thickness is equal
to or greater than PC350 ductile iron pipe in sizes of 16
inch and below and PC250 ductile iron pipe 18 inches
and above.
CAST IRON PIPE
Grey iron pipe diameters are often larger than duc-
tile iron pipe diameters. The Series 1100 MEGA -
LUG restraint may be used with grey iron pipe
having standardized cast iron O.D. per AWWA
C150 and C151, and with pit cast Classes
"A" and "B" without modification. Use of the
Series 1100 with pit cast grey iron Classes
"C" and "D" will require over sizing the
MEGALUG. More information on this is
explained in detail in "Connections Bul-
letin DI-1".
On April 11, 1997 EBAA Iron performed a remark-
able force demonstration of their series 1100 MEGALUG Joint
Restraint. With the use of EBAA's Series 1100 MEGALUG using a standard
mechanical joint installation on 12 inch Ductile Iron Pipe, and a 80 Ton mo-
tor crane, EBAA Iron lifted a D7 Caterpillar Track Type Tractor weighing in at
50,350 lbs. Along with this, the Series 1100 MEGALUG has been tested to over
700 PSI. Concluding that EBAA's MEGALUGS can take the load.
Mechanical Joint Restraint Sample Specifications
m do (The text of the specifications below can be copied pasted from www.ebaa.cownload/1100Spec.DOC)
Restraint devices for mechanical joint fittings and appurtenances conforming to either ANSI/AWWA C111/
A21.11 or ANSI/AWWA C153/A21.53, shall conform to the following:
Design
Restraint devices for nominal pipe sizes
3 inch through 48 inch shall consist of
multiple gripping wedges incorporated into
a follower gland meeting the applicable re-
quirements of ANSI/AWWA C110/A21.10.
The devices shall have a working pressure
rating of 350 psi for 3-16 inch and 250 psi
for 18-48 inch. Ratings are for water pres-
sure and must include a minimum safety
factor of 2 to 1 in all sizes.
Material
Gland body, wedges and wedge actuating
components shall be cast from grade 65-
45-12 ductile iron material in accordance
with ASTM A536.
For applications requiring restraint 30
inch and greater, an alternate grade of
iron meeting the material requirements of
ASTM A536 is acceptable, providing the
device meets all end product performance
requirements.
Ductile iron gripping wedges shall be heat
treated within a range of 370 to 470 BHN.
Three (3) test bars shall be incrementally
poured per production shift as per Under-
writer's Laboratory (U.L.) Specifications
and ASTM A536. Testing for tensile, yield
and elongation shall be done in accor-
dance with ASTM E8.
Chemical and nodularity tests shall be
performed as recommended by the Ductile
Iron Society, on a per ladle basis.
Traceability
An identification number consisting of
year, day, plant and shift (YYDDD)(plant
designation)(Shift number), shall be cast
into each gland body.
All physical and chemical test results shall
be recorded such that they can be ac-
cessed via the identification number on
the casting. These Material Traceability
Records (MTR's) are to be made avail-
able, in hard copy, to the purchaser that
requests such documentation and submits
his gland body identification number.
Production pieces that are too small to ac-
commodate individual numbering, such as
fasteners and wedges, shall be controlled
in segregate inventory until
such time as all quality control tests are
passed. These component parts may then
be released to a general inventory for final
assembly and packaging.
All components shall be manufactured
and assembled in the United States. The
purchaser shall, with reasonable notice,
have the right to plant visitation at his/her
expense.
Installation
Mechanical joint restraint shall require
conventional tools and installation proce-
dures per AWWA C600, while retaining full
mechanical joint deflection during assem-
bly as well as allowing joint deflection after
assembly.
Proper actuation of the gripping wedges
shall be ensured with torque limiting twist
off nuts.
Approvals
Restraint devices shall be Listed by Under-
writers Laboratories (3" through 24" inch
size) and Approved by Factory Mutual (Y
through 12" inch size).
Mechanical joint restraint for ductile Iron
pipe shall be Megalug Series 1100 pro-
duced by EBAA Iron Inc. or approved equal.
MEGA -BOND® Restraint Coating System
All wedge assemblies and related parts
shall be processed through a phosphate
wash, rinse and drying operation prior
to coating application. The coating shall
consist of a minimum of two coats of liquid
Xylan® fluoropolymer coating with heat
cure to follow each coat.
All casting bodies shall be surface pre-
treated with a phosphate wash, rinse and
sealer before drying. The coating shall be
electrostatically applied and heat cured.
The coating shall be a polyester based
powder to provide corrosion, impact and
UV resistance.
The coating system shall be MEGA -BOND
by EBAA Iron, Inc. or approved equal.
Requests for approved equal must submit
coating material and process details for
review prior to bid.
For more information regarding MEGA
BOND, refer to the MEGA -BOND brochure
or visit www.ebaa.com.
Support Products
for more information concerning these products please consult the catalog or www.ebaa.com
ries 1100SD
MEGALUG Restraint
xisting Mechanical Joints
ies 1100SDB
v1EGALUG Restraint
[id -Span Applications
Series 170
MEGALUG RestraintHarness
For Push -On Bell Joints
Series 1100
Split MEGALUG Res
Harness for Existing Push -On
Series 1100 Submittal Reference Drawing
3
1103
4.48
2.27
4.06
4
1104
5.92
2.27
4.90
6
1106
8.02
2.27
7.00
8
1108
10.17
2.31
9.15
10
1110
12.22
2.37
11.20
12
1112
14.32
2.37
13.30
14
1114
16.40
2.69
15.44
16
1116
18.50
2.69
17.54
18
1118
20.60
2.69
19.64
20
1120
22.70
2.69
21.74
24
1124
26.90
3.20
25.94
30
1130
33.29
3.20
32.17
36
1136
39.59
3.20
38.47
42
1142
45.79
4.56
44.67
48
1148
52.09
4.56
50.97
0..
IM,-,
.2
Important Notes
M
0.75
X
K2 J 0.125 -'it-� C
! l!
r
SECTI❑N A -A SECTI❑N B-B
0,75
I� 1
M
P Z
A
0.62
9.06
0.750
6.19
7.69
2
4
6.1
350
0.75
9.90
0,875
7.50
9.12
2
4
7.6
350
0.88
12.00
0.875
9.50
11.12
3
6
11.8
350
1.00
14.15
0.875
11.75
13.37
4
6
14.9
350
1.00
16.20
0.875
14.00
15.62
6
8
23.9
350
1.25
18.30
0.875
16.25
17.88
8
8
31.2
350
1.50
20.94
0.875
18.75
20.25
10
10
49.7
350
1.56
22.90
0.875
21.00
22.50
12
12
56.4
350
1.63
25.00
0.875
23.25
24.75
12
12
63.6
250
1.69
27.10
0.875
25.50
27.00
14
14
71.0
250
1.81
32.64
0.875
30.00
31.50
16
16
128.7
250
2.25
38.87
1.125
36.88
39.12
20
20
190.7
250
2.25
45.17
1.125
43.75
46.00
24
24
226.5
250
3.88
55.57
1.375
50.62
53.48
28
28
518.9
250
3.88
61.87
1.375
57.50
60.36
32
32
608.3
250
• The Series 1100 MEGALUG should not be used on plain
end fittings.
• For test pressures above the rated pressures shown, con-
tact EBAA for recommendations, such as tandem restraint
for high pressure applications.
• If you experience the need to install the Series 1100
MEGALUG in an unconventional manner please consult
our engineering department.
• The Series 1100 MEGALUG is intended for use on ductile
iron pipe. The restraint can be used on grey iron pipe if
the pipe is not severely corroded and is in sound condition
and has an outside diameter that can be accommodated.
For more information on the use of the MEGALUG restraint
on grey iron pipe ask for Connections Bulletin DI-1.
• EBAA-Seal"I Mechanical Joint Gaskets are provided with 30 inch
through 48 inch MEGALUG restraints. These are required on the
above referenced sizes to accommodate the pressure ratings and
safety factors shown.
• Extra length T-bolts are provided with the 42 inch and 48 inch sizes
to facilitate easier assembly of the mechanical joint.
• All Series 1100 MEGALUG components are made of ductile iron con-
forming to ASTM A536. The wedges are heat treated to a hardness
range of 370 to 470 BHN.
• LISTINGS AND APPROVALS: Sizes 3 inch through 24 inch are listed
by Underwriters Laboratories, Inc. Category HJKF "Fittings, Retainer
Type" with a deflection angle of 5 degrees (3 inch through 12 inch)
and 211" degrees (14 inch through 24 inch). The listing file number is
EX2836, Sizes 3 inch through 12 inch are Factory Mutual approved.
1. The Series 1100 MEGALUG joint re-
straint is designed for use on ductile
iron pipe conforming to ANSI/AWWA
C151/A21.51(all thickness classes)
when restraining mechanical joint
pipe fittings.
2.* Clean the socket and the plain end.
Lubrication and additional cleaning
should be provided by brushing both
the gasket and the plain end with
soapy water or an approved pipe
lubrication meeting the requirement
of ANSI/AWWA C111/A21.11,
just prior to slipping the gasket onto
the plain end forjoint assembly.
Place the gland on the plain end
with lip extension toward the plain
end, followed by the gasket.
NOTE: In cold weather it is preferable to warm
the gasket to facilitate assembly of the joint.
3.* Insert the pipe into the socket and
press the gasket firmly and evenly
into the gasket recess. Keep the
joint straight during assembly.
5.* Tighten the bolts to the normal
range of torque as indicated [3 inch
45-60 ft-lbs., 4-24 inch 75-90 ft-
Ibs., 30-36 inch 100-120 ft-lbs., and
42-48 inch 120-150 ft-lbs.] While at
all times maintaining approximately 6
the same distance between the
gland and the face of the flange at
all points around the socket. This
can be accomplished by partially
tightening the bottom bolt first, then
top bolt, next the bolts at either
side, finally the remaining bolts.
Repeat the process until all bolts
are within the appropriate range of
torque.
4.* Push the gland toward the socket
and center it around the pipe with
the gland lip against the gasket.
Insert bolts and hand tighten nuts.
Make deflection after joint assembly
but before tightening bolts.
In large sizes (30-48 inch), five or 7
more repetitions may be required.
The use of a torque -indicating
wrench will facilitate this procedure.
Tighten the torque limiting twist -
off nuts in a clockwise direction
(direction indicated by arrow on
top of nut) until all wedges are in
firm contact with the pipe surface.
Continue tightening in an alternat-
ing manner until all of the nuts have
been twisted off.
EBAA IRON Sales, Inc.
P.O. Box 857, Eastland, A 76448
Tel; (254) 629.1731
Fax; (254) 629.8931
(800) 433.1716 within US and Canada
contact@ebaa.com
www,ebaa,com
If removal is necessary, utilize the 5/8
inch hex heads provided. If reas-
sembly is required, assemble the
joint in the same manner as above,
by tightening the wedge bolts to 90
ft-lbs. If the series 1100 restraint
is removed from the pipe, be sure
that all the collar bolts and wedges
are in place before the restraint is
reassembled.
These steps are requirements of
AWWA. AWWA Standard C600
For More Information
For more information about MEGALUG restraints call
EBAA today and request
"EBAA Connections Bulletin DI-1" concerning use of
the MEGALUG restraint on grey iron pipe, or "EBAA
Connections Bulletin DI-2" covering the background
and operation of the MEGALUG system of restraint.
"Restraint Length Calculation" Software is available
for PC/Windows applications. Support documenta-
tion about the software can be found in "EBAA Con-
nections Bulletin PD-1 through PD-Y.
Your Connection to the Future TM
Series 1706 on 6 inch Push -On Pipe Joints
SERIES
Megalug® Restraint Harness
for Ductile Iron Pipe
Push -On Bells
`Ji ii ,t
„350
4
1704
19.96
6s
1706
28.92
350
8
1708
37,92
350
10
1710
56.34
350
12
1712
X02
350
14
1714
119.62
350
16
1716
134.40
350
18
172
1140
250
10
1720
161.88
250
24
1724
242.36
250
30
1730
312.00
250
36
1736
475.00
250
Packaged Items
Features and Application:
• Restraint for ductile iron pipe meeting
ANSI/AWWA C151/A21.51 and ANSI/
AWWA C150/A21.50 requirments.
• N1EGA-BONDT" Restraint Coating System
For more information regarding MEGA -BOND
refer to www.ebaa.com/products/mega-bond
• Minimum 2 to 1 Safety Factor.
• Split Bell Ring design for ease of installation.
• Constructed of ASTM A536 Ductile Iron.
• For use on water or wastewater pipelines
subject to hydrostatic pressure and tested
in accordance with either AWWA C600 or
ASTM D2774.
Sample Specification
Ductile iron pipe bell restraint shall consist of a wedge action
restraint ring on the spigot joined to a split ductile iron ring
behind the bell. The restraint ring shall have individually
actuated wedges that increase their resistance to pull-out as
pressure or external forces increase. The restraint ring and its
wedging components shall be made of ductile iron conforming
to ASTM A536. The wedges shall be heat treated to a
minimum hardness of 370 BHN. Torque limiting twist off nuts
shall be used to insure proper actuation of the restraining
wedges. The split ring shall be made of a ductile iron
conforming to ASTM A536. The restraint devices shall be
coated using MEGA -BOND"". (For complete specifications on
MEGA -BOND visit www.ebaa.com.) The connecting tie rods
that join the two rings shall be made of low alloy steel that
conforms to ANSI/AWWA C111/A21.11. The assembly shall
have a rated pressure, with a minimum two to one safety
factor of 350 psi in sizes sixteen inch and below 250 psi in the
sizes eighteen inch through thirty-six inch. The product shall
be the Series 1700 Megalug restraint harness manufactured
by EBAA Iron, Inc. or approved equal.
0706-3-H Copyright 2006 's) EBAA Iron, Inc.
Series 1700 Submittal Reference Drawing
E
B
A
A
1
R
O
N
M
a
d
a
i
n
U
S
6 1706
&90
8.6
12.00
6-W3
8 1708
9.05
10.9
14.15
x 13
PAW
10 1710
11.10
131
1610
8-141118
12 1712
1310
15.4
18.30
8AX18
14 1714
15,30
17.9
21.88
PAW
16 1716
17.40
20.1
24.13
10 - %x 18
18 1718
19.50
22.4
20
10A08
20 1720
21,60
24.6
28.50
12 -N x 18
24 1724
25,80
29.1
33.38
14 - %x 18
30 1730
32,00
35.8
40.25
16•ix18
36 1736
130
42.6
4&75
20•1xill
Installation Instructions
1.The Series 1700 is designed for restraining ductile
iron pipe, conforming to ANSI/A"A C151/A21.51
(all thickness classes), push on pipe bells. It has
a restraint ring on the spigot and a split ring
behind the bell.
2.lnstali the split ring behind the bell in the
direction indicated on the casting. Tighten the
clamp bolts to 90 ft-Ibs.
3.Place the MegalugS restraint gland on the
spigot with the lip extension toward the bell.
4.Assemble the push -on joint per the pipe
manufacturer's instructions.
5.Position the Megalug® restraint on the
spigot such that the bolts holes are in
alignment and the distance between the
rings is suitable for the tie bolt length. Allow
enough room on the tie bolt to fully engage
10.If removal is necessary, use the 5/8" hex
heads provided. If reassembly is required,
assemble the product in the same manner
as indicated in the previous steps and
tighten the wedge bolts to 90 ft-Ibs.
6.Install the tie bolts in each available bolt hole for
maximum distribution of operating forces. Place
8.Tighten the torque limiting twist off nuts in a
nuts on the end of the tie bolts. Allow enough
clockwise direction (direction indicated by arrow on top
room on the tie bolt to fully engage the nut with
of nut) until all wedges are in firm contact with the
several threads showing.
pipe surface. Continue tightening in an alternate
manner until all of the nuts have been twisted off.
7.Pull the restraint ring away from the joint until
the slack is removed from the thrust bolts.
9.Tighten the tie bolt nuts until the ring behind the bell
is in firm contact with the back of the bell.
Mrmbers a/,.
EBAA IRON Sales, Inc.
P.O. Box 857, Eastland, TX 76448
Tel: (254) 629.1731
Fax: (254)629.8931
(800) 433-1716 within US and Canada
contact@ebaa.com
www.ebaa.com
BID TAB
Page 1
Project Title: Talbot Hill
BID DATE: 4/20/04 T 1410 PDT_ Ntr. Main Repl., Phase 1
Item Description Unit Est.
No. I I Quantity
City of Renton_
Engineers Estimate
Unit Bid
Price
Amount
001 Mobilization & Demobilization
002 Trench Excavation Safety Systems
003 Construction Surveying, Staking, & As-Builts
004 Traffic Control
005 Temporary Erosion/Sedimentation Controls
006 Landscape Restoration
007 16-Inch DIP, Cl. 52 & Fittings (Push -On, Polywraped) '�
008 1f_Inch_.IP, - ed)
009 16-Inch Gate Valve Assembly
010 Fire Hydrant Assembly :1 GATIE VALX A 5S L�
011 Connection to Existing Water Main - Benson Rd.
Lump Sum
Lump Sum
1
1
$65,000.00
$10,000.00
$7,500.00
$5,000.00
$2,500.00
$1,000.00
$250. 0
$300.0
OOd
Z00
$19, 0
$12,500.00 too
$17,500.00 ou
$13,500.00
$12,000.00 ,/
$7,000.00 _
$2500
$25.00 V.
$49990 30 _✓
rt.
$3,000
$ 0 LS
@
$31im-90 ZCO
$3,000.00 _v
$70.00 /
$30.00
$5,000.00 ✓
$65,000.00
$10,000.00
Lump Sum
1
$7,500.00
Lump Sum
1
1
$5,000.00
Lump Sum
$2,500.00
Lump Sum
Linear Foot
Linear Foot
Each
1
1,293
614
2
$1,000.00
$323,250.00
$184,200.00
$7,600.00
Each
3
$2,100.00
Lump Sum
1
$19,000.00
012 Connection to Existing Water Main - NE Comer Sam's Club
013 Connection to Existing Water Main - S Comer Sam's Club
Lump Sum
1
$12,500.00
Lump Sum
1
$17,500.00
014 Connection to Existing Water Main - SR 515 (Talbot Rd.)
Lump Sum
1
$13,500.00
015 Steel Encasement for Crossing Existing 54" Arched Culvert
Lump Sum
1
$12,000.00
016 Steel Encasement for Crossing Future 1-405 Retaining Wall
Lump Sum
1
$7,000.00
017 Select Imported Select Trench Backfill
Ton
1,520
$30,400.00
018 Removal & Replacement of Unsuitable Foundation Material
Ton
250
$6,250.00
019 Crushed Surfacing Top Course & Crushed Rock Backfill
-
Ton
300
$30,000.00
020 Reinforced_ Concrete Trench Cut -Off Walls 01.,
021 Asphalt Concrete for nch Patching Class 1/ss 1/ G .�o
022 2" Deep_ Asphalt Overlay Class 1/2" PG-70
023 nn ing or
024 Concrete for Thrust Blocks & Dead -man Anchor Blocks
025 Replace Pavement Markings and Traffic Buttons
026 Removal & Replacement of Concrete Sidewalk and Driveways
027 Removal & Replacement of Concrete Curb & Gutter
028 Traffic Loops Sensor Replacemen
029 Reme., andl R PVG drain-
Lump Sum
$3,000.00
Ton
7a6.- 160,
$18,750.00
q. ar
1
$14,500.00
Cubic Yd.
25
1
$6,250.00
Lump Sum
$3,000.00
Sq. Yard
40
$2,800.00
y °v
50
$1,500.00
- Lump Sum
1
$5,000.00
_-"tet pips
030 Culvert Repair Contingency
031 Remove and Replace Existing Guardrail
032 SR 515 Stormwater Improvements
T�-
W CDO.00
$ SR
Q qWu
Subtotal
Lump Sum
1
$7,500.00
Linear Foot
20
$900.00
Lump Sum
1
$6,500.00
$847,350.00
Tax
Total
$75,414.15
$922,764.15
i L H
7/12/2007
_�> `_1 w,j,-N IU1s
1-4 r
m
i
(L
S
SPECIAL PROVISIONS
i
DIVISION 1
GENERAL REQUIREMENTS
1-01 DEFINITIONS AND TERMS
1-01.3 Definitions (APWA Only)
Add the following definitions.
CITY
The City of Renton
Substantial Completion Date (APWA Only)
The date established by the Contracting Agency or ENGINEER when the contract work is completed to
a point that the formal procedures for liquidated damages will no longer be used and liquidated damages
thereafter will be assessed on the basis of direct engineering and related cost for overruns of the contract
time until the Actual Completion Date.
Actual Completion Date (APWA Only)
The date established by the ENGINEER as the date that all the work the contract requires is complete.
Acceptance Date (APWA Only)
The date the Contracting Agency accepts the completed contract and items of work shown in the final
estimate
1-02 BID PROCEDURES AND CONDITIONS
1-02.4 Examination of Plans, Specifications, and Site Work
1-02.4(1) General
Add the following to the end of Section 1-02.4(1):
Locations of existing utilities shown on the Drawings are approximate and some existing utilities may have
been omitted. It is the Contractor's responsibility to verify the locations and elevations of existing
pipelines, structures, grades, and utilities prior to construction. The Owner assumes no responsibility for
any conclusions or interpretations made by the Contractor or the basis of the information made available.
1-02.5 Proposal Forms
Delete the first sentence of this section and replace with the following:
05 - Spec Provisions For Bid 4-10-2007.doc
Page 1
The Proposal and associated forms are included in these Contract Documents under Documents
Submitted in Sealed Bid Package These forms shall not be altered by the bidder. Reference herein to the
Proposal Form(s) shall mean the "Proposal" and "Schedule of Prices."
1-03 AWARD AND EXECUTION OF CONTRACT
1-03.1(1) Consideration of Bids (additional Section)
The contract, if awarded, will be awarded to the lowest, responsive, responsible bidder.
1-03.2 Award of Contract (Supplemental Section)
The contract award or bid rejection will occur within 30 calendar days after the bid opening.
1-04 SCOPE OF THE WORK
1-04.12 Hours of Work (Additional Section)
General hours of work for the Project shall he limited to the hours of 7:00 a.m. to 5:00 p.m.
The Hours of Work may be changed at the discretion of the ENGINEER when it is in the interest of the
public or the CONTRACTOR due to reasons of safety, health and welfare and must be approved in
writing prior to the start of construction work. The CONTRACTOR shall give a minimum of 48 hours notice
to the Contracting Agency prior to work on any roadway and shall do no work on the roadway without a
traffic control plan approved by the City Transportation Division.
1-05 CONTROL OF WORK
1-05.4 Conformity with and Deviations from Plans and Stakes (Revised Section)
Delete the first sentence of this section and replace with the following:
The CONTRACTOR will lay out and set any construction stakes and marks needed to establish the lines,
grades, slopes, cross -sections, and curve super -elevations.
1-05.5 Construction Stakes (Revised Section)
The CONTRACTOR shall provide all required survey work, including such work as mentioned in Section
1-05.4, 1-05.5, 1-11 and elsewhere in these specifications as being provided by the Engineer. All costs
of this survey work shall be included in "Construction Surveying, Staking, As-Builts" per lump sum, as
described in Section 1-09.14 Measurement and Payment.
1-05.5(2) Construction Staking (Supplemental Section)
The CONTRACTOR shall be responsible for securing the services of a professional land surveyor
registered in the State of Washington who shall provide all required survey work, construction staking and
as-builting including such work as mentioned in Section 1-05,4, 1-05,5, 1-11 and elsewhere in these
specifications as being provided by the Engineer or Contractor. All costs of this survey work shall be
included in "Construction Surveying, Staking, As-Builts" per lump sum, as described in the Measurement
and Payment section of the special provisions. This staking shall consist of, but not limited to:
05 - Spec Provisions For Bid 4-10-2007.doc Page 2
Utility Construction limits
Alignments ant Grade Stakes (w/offsets. 50 max. interval)
Valve location, horizontal and vertical bends, air -vacuum release assemblies, manhole location
Grading Limits and Grades
Monuments (Reference and Restoration)
Right -of -Way and Easement Limits
Locating and Resetting of Key Landscape Features, Fences, etc.
The CONTRACTOR shall supply the CITY with required survey notes and notify the CITY for inspection
of the stalking at least two working days in advance of the work taking place
The CONTRACTOR shall assume full responsibility for the accuracy of the staking and shall provide all
replacement staking or re -staking as needed. The CITY will provide the contractor's surveyor with the
horizontal and vertical control needed to perform the construction surveying. The CONTRACTOR's
surveyor shall provide the ENGINEER the original field notes and a set of the field notes which shall
contain as -constructed locations of the improvements constructed under this CONTRACT
These notes shall contain as a minimum the center line station and offset and cut to each cut stakes and
offsets, and all other changes in alignment or grade as may be needed to draw accurate as constructed
records of the project. These notes shall be kept legibly, in a format conforming to good engineering
practice in a hard covered field book supplied to the CONTRACTOR's surveyor by the CITY on request.
It shall be the CONTRACTOR's responsibility to record the location, by centerline station, offset, and
depth below pavement or finish grade of all existing utilities uncovered or crossed during his work as
covered under this project.
Water and Storm Water Alignment and Grade Stakes
(50' max. interval for laser control)
(30' max. interval for batter boards)
1-06 CONTROL OF MATERIAL
1-06.1 Source of Supply and Quality of Materials (Supplemental Section)
No source has been provided for any materials necessary for the construction of this improvement
The Contractor shall arrange to obtain the necessary materials at his own expense and all costs of
acquiring, producing, and placing this material, in the finished work shall be included in the unit contract
prices for the various items involved.
If the sources of materials provided by the Contractor necessitate hauling over roads other than City
streets, the Contractor shall, at his own cost and expense, make all arrangements for the use of the haul
routes.
1-06.7 Shop Drawings and Submittals (Additional Section)
1-06.7(1) General (Additional Section)
Shop drawing and submittal review will be limited to general design requirements only and shall not
relieve the Contractor from responsibility for errors or omissions, or responsibility for consequences due
to deviations from the contract documents. No changes may be made in any submittal after it has been
reviewed except with written notice and approval from the Owner.
05 - Spec Provisions For Bid 4-10-2007.doc Page 3
By approving shop drawings, submittals, and samples, the Contractor thereby represents that he has
determined and verified all field measurements, field construction criteria, materials, catalog numbers,
and similar data, and that he has checked and coordinated each shop drawing with the requirements of
the work and of the contract documents.
Shop drawing and submittal data for each item shall contain sufficient information on each item to
determine if it is in compliance with the contract requirements
Owner will pay the costs and provide review services for a first and second review of each submittal item.
Additional reviews shall be paid the Contractor by withholding the appropriate amounts from each
payment estimate.
Shop drawing and submittal items that have been installed in the work but have not been approved
through the review process shall be removed and an approved product shall be furnished, all at the
Contractor's expense.
The Contractor shall review each submittal and provide approval in writing or by stamping with a
statement indicating that the submittal has been approved and the Contractor has verified dimensional
information, confirmed that specified criteria has been met, and acknowledges that the product, method,
or information will function as intended.
1-06.7(2) Required Information (Additional Section)
Submit five copies of each submittal to the Engineer. Shop drawings and submittals shall he submitted on
81 /2"x11 ", 11 "x17", or 22" x34" sheets and shall contain the following information:
1. Project
2. Contractor
3. Engineer
4. Owner
5. Applicable specification and drawings reference
6. A stamp showing that the Contractor has checked the equipment for conformance with the
contract requirements, coordination with other work on the job, and dimensional suitability.
7. A place for the Engineer to place a 3-inch by 4-inch review stamp.
8. Shop or equipment drawings, dimensions, and weights
9. Catalog information
10. Manufacturer's specifications
11. Special handling instructions
12. Maintenance requirements
13. Wiring and control diagrams
14. List of contract exceptions
15. Other information as required by the Engineer
1-06.7(3) Review Schedule (Additional Section)
Shop drawings and submittals will be reviewed as promptly as possible, and transmitted to Contractor not
later than 10 working days after receipt the Engineer. The Contractor shall revise and resubmit as
necessary to obtain approval. Delays caused by the need for re -submittal may not be a basis for an
05 - Spec Provisions For Bid 4-10-2007.doc Page 4
extension of contract time or delay damages at the discretion of the Owner. At least one set of shop
drawings will be returned to the Contractor after review. Additional sets will be returned to the Contractor,
if remaining.
1-06.7(4) Substitutions (Additional Section)
Any product or construction method that does not meet these specifications will be considered a
substitution. Substitutions must he approved prior to their installation or use on this protect.
1-06.7(5) Submittal Requirements (Additional Section)
The following submittal items shall be provided to the Engineer by the Contractor and additional submittal
information shall be provided to the Engineer by the Contractor if required by the Engineer:
Schedule of Values / Schedule
Culvert Crossing Plan with Casing Details
Traffic Control Plan and haul route
Traffic Loop Restoration Plan
5-04 Asphalt Concrete Pavement Materials
7-05 Inlets and Catch Basins
7-06 Concrete Anchor Blocks
7-10.3 Pipe Foundation and Bedding Materials
7-10.3 Backfilling of Trenches
9-30 Ductile Iron Pipe and Fittings
9-30 Gate Valves
9-30 Fire Hydrants, Combination Air -Vac Release Assemblies
1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC
1-07.1(1) Archaeological Discoveries and Historic Preservation Clause Addition
The Contractor shall adhere to the National Historic Preservation Act of 1960 and 36 CFR 800 which
provide for the preservation of potential historical, architectural, archaeological, or cultural resources
(herein called "cultural resources") and fair compensation to the Contractor for delays resulting from such
cultural resources investigations.
In the event that potential cultural resources are discovered during subsurface excavations at the site of
construction, the following procedures shall be instituted:
1. The Owner shall issue a Work Suspension Order directing the Contractor to cease all
construction operations at the location of such potential cultural resources find.
2. If archaeological findings include human remains, the Engineer shall contact a qualified
archaeologist in consultation with the State Historic Preservation Officer (SHPO) to evaluate the
remains.
3. Such Work Suspension Order shall be effective until such time as a qualified archaeologist can
be called by the Engineer to assess the significance of these potential cultural resources and
make recommendations to the State Historical Preservation Officer. If the archaeologist, in
consultation with State Historic Preservation, determines that the potential find is a significant
cultural resource, the Owner shall extend the duration of the Work Suspension Order.
4. Suspension of work at the location of the find shall not be grounds for any claim by the Contractor
unless the suspension extends beyond the contract working days allowed for the project, in which
05 - Spec Provisions For Bid 4-10-2007.doc Page 5
case the Engineer will make an adjustment for increased cost of performance of the contract.
1-07.16 Protection and Restoration of Property (Supplemental Section)
Private property such as plants, shrubs, trees, fences, and rockeries within the work area shall be
removed and restored to the satisfaction of the property owner. It shall be the CONTRACTOR's
responsibility to notify each property owner when it is necessary to remove such improvements to
facilitate the CONTRACTOR's progress, and to remove those improvements to locations requested by
the property owner or to restore them to near original location in as near original condition as possible,
For the purpose of this contract, all property not within the Right of Way, including property owned by the
City of Renton, will be considered private property.
All lawn within the area to be disturbed by the CONTRACTOR's operations shall be cut with a sod -cutting
machine, removed and disposed. The disturbed lawn area shall be restored with sod after trench is
backfilled and compacted. The restoration of the distributed lawn area shall be performed under the
following guidelines:
A. Topsoil shall be placed at a depth of 3 inches.
B. Topsoil shall be tilled to a depth sufficient to key into the subsoil, raked to a smooth even
grade without low areas to trap water and compacted, all as approved by the ENGINEER.
C. Sod strips shall be placed within 48 hours of being cut. Placement shall be without voids and
shall have the end joints staggered. The sod shall be rolled with a smooth roller following
placement.
D. Barriers shall be erected, with warning signs where necessary, to preclude pedestrian traffic
from access to the newly placed lawn during the establishment period.
E. The watering schedule of all newly laid sod shall be four times a week for three weeks The
watering shall be such duration as to soak the replaced sod thorough' and promote good root
growth.
F. Such removal, complete restoration and maintenance of the lawn shall be considered
incidental to other items of work and no further compensation will be made.
The CONTRACTOR shall notify all property owners along the construction area, by mail, prior to the start
of construction. Names and addresses of all property owners will be furnished to the CONTRACTING
AGENCY. The CONTRACTOR shall further notify each occupancy a minimum of three days prior
to construction adjacent to each property.
1-07.16(3)A Protection and Restoration of Existing Markers and Monuments (Additional Section)
All existing survey monuments and property corner markers shall be protected from movement or
damage by the Contractor. All existing markers and/or monuments that are damaged or removed for
construction purposes shall be referenced by survey ties and then replaced by the Contractor. The
Contractor shall coordinate work with the City Engineer and City staff to reference the markers and/or
monuments and replace them, as required by state law. All existing property corner markers disturbed or
removed by the Contractor's operations shall be replaced at the Contractor's own expense.
1-08 PROSECUTION AND PROGRESS
1-08.1(3) Hours of Work (Revised Section)
The first paragraph in this section is replaced with the following three paragraphs:
05 - Spec Provisions For Bid 4-10-2007.doc Page 6
Except in the case of emergency, or unless otherwise stated in the Special Provisions, or indicated in the
contract documents, or 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 allowed working days, or the
normal working hour start and stop times may be restricted or may otherwise vary over any portion of the
work, as indicated in the special provisions, or other contract documents, or as approved by the
Contracting Agency. The normal straight time 8-hour working period, or variations where they are
indicated, for the contract shall be established at the preconstruction conference or prior to the Contractor
commencing the work.
Unless specifically approved in writing by the Owner, no weekend or holiday work will be allowed on, or
immediately adjoining the Sam's Club properties. Holidays shall be defined as shown on the Contract
Drawings and any day in which the Owner staff do not normally work a full 8 hour shift. Contractor shall
coordinate all work plans with Sam's Club during the regular construction meetings. Owner reserves the
right to modify the working hours as required in order to accommodate special needs, deliveries, or any
other reasonable request on behalf of Sam's Club.
The permissible construction times for construction taking place the Benson Road, or SR 515 right-of-way
shall be strictly limited as shown on the contract drawings. Unless noted otherwise in the Contract
documents, all other work in, or pertaining to the public rights -of -ways shall be as follows;
1-09 MEASUREMENT AND PAYMENT
1-09.14 Payment Schedule (Additional Section)
GENERAL
1-09.14(A) Scope
Payment for the various items of the Bid Sheets, as further specified herein, shall include
all compensation to be received by the CONTRACTOR for furnishing all tools,
equipment, supplies, and manufactured articles, and for all labor, operations, and
incidentals appurtenant to the items of work being described, as necessary to complete
the various items of the WORK all in accordance with the requirements of the Contract
Documents, including all appurtenances thereto, and including all costs of compliance
with the regulations of public regulations of public agencies having jurisdiction,
including Safety and Health Administration of the U.S. Department of Labor (OSHA).
No separate payment will be made for any item that is not specifically set forth in the
Bid Schedules, and all costs therefore shall be included in the prices named in the Bid
Schedules for the various appurtenant items of work,
2. The Owner shall not pay for material quantities which exceed the actual measured amount
used and approved by the ENGINEER.
1-09.14(B) Bid Items
Bid Item 1 — Mobilization & Demobilization (LS)
Measurement for mobilization shall be based on the establishment of all site improvements required to
begin construction, including: project schedule, and transportation of equipment to the project site,
receipt of all bonds and insurance policies, obtaining all required permits, along with any other submittal
and shop drawing requirements, provide protection of existing facilities and removal of all materials and
equipment from the construction site after project completion.
05 - Spec Provisions For Bid 4-10-2007.doc Page 7
Payment for mobilization will be made at the lump sum amount bid based on the percent of completed
work as defined in the 1996 Standard Specifications for Road, Bridge, and Municipal Construction
(WSDOT) for mobilization. Such payment will be complete compensation for all mobilization of
employees, equipment and materials, preparation of all necessary submittals, bonds, insurance, site
improvements, etc. all in conformance with the Contract Documents.
Bid Item 2 — Trench Excavation Safety Systems (LS)
Measurement for trench excavation safety systems will be based on a percentage defined as the amount
of water and storm pipelines installed divided by the total length of water and storm pipe shown to be
installed.
Payment for trench excavation safety systems will be made at the measured percentage amount for the
pay period times the lump sum amount bid, said payment will be complete compensation for all
equipment, labor, materials, hauling planning, design, engineering, submittals, furnishing and constructing
and removal and disposal of such temporary sheeting, shoring, and bracing complete as required under
the provisions of any permits and in the requirements of OSHA and RCW Chapter 49.17, etc. required to
complete this item of work in conformance with the Contract Documents.
Bid Item 3 — Construction Surveying, Staking, and As-Builts (LS)
Measurement for construction surveying, staking and as -built information will be based on the percentage
of total work complete, by dollar value, at the time of measurement
Payment for construction surveying, staking and as -built information will be made at the measured
percentage amount for the pay period times the lump sum amount bid, said payment will be complete
compensation for all labor, materials, equipment, travel, surveying needed to construct the improvements
to the line and grade as shown on the plans, to provide the required construction and as -constructed field
(as -built information) notes and drawings, etc. required to complete this item of work in conformance with
the Contract Documents. No more than 50% of the bid amount for this item shall be paid prior to the
review and acceptance of the as -constructed information by the Engineer.
Bid Item 4 — Temporary Erosion/Sedimentation Controls (LS)
Measurement for temporary erosion/sediment control(s) will be based on the percentage of total work
complete, by dollar value, at the time of measurement.
Payment for trench excavation safety systems will be made at the measured percentage amount for the
pay period times the lump sum amount bid, said payment shall be complete compensation for all erosion
control work specified in the contract documents and plans, and shall include but not be limited to the
following:
• All catch basic protection, inserts, and all other protective measures
• All filter fabric fences, hay bales, placement of plastic sheets over exposed soil and stockpiles.
• All required seeding, mulching, netting, geotextile surface treatments, covers, and anchors.
• cleaning catch basins, temporary sediment ponds, etc., and any other activities needed to control
erosion from the project.
The surface water control requirements of King County shall apply and the King County, Washington,
Surface Water Design Manual shall be used for sizing of all facilities.
Bid Item 5 — Traffic Control (LS)
Measurement for traffic control work will be based on the discrete portion of total work complete, as
05 - Spec Provisions For Bid 4-10-2007.doc Page 8
described by the Traffic Control Plan submittal acceptance and initial sign installation, the SR515 portion,
and Sam's Club portion, at the time of measurement.
Payment for all submittals and initial signage, all traffic control work in SR 515, and all traffic control work
within and adjoining Sam's Club will be made as follows:
• Upon acceptance of the Traffic Control Plan Submittal and initial signage installation, 30 percent
times the lump sum amount bid,
• Upon completion of all Traffic Control work within SR 515 rights -of -way, 35 percent times the lump
sum amount bid,
• Upon completion of all Traffic Control work within and adjoining the Sam's Club Parking lots area, 35
percent times the lump sum amount bid;
Said payment will be complete compensation for all submittals, permits, coordination, labor, materials,
equipment, property owner notification of project work prepare and conform to the approved Traffic
Control Plan, provide for public convenience and safety, detours, flagging, barricades, sequential arrow
boards, signs, traffic control devices, temporary striping, cleanup, etc, required to complete this item of
work in conformance with the Contract Documents. The signs will become property of the Contractor at
the end of the contract. No separate pay item is provided for the project signs and the cost for
construction and placing the signs will be included in the Lump Sum price for Traffic Control.
Bid Item 6 — Existing CMP Culvert Crossing (LS)
Measurement for furnishing and installing the special crossing complete with all appurtenances in
conformance with the Contract Documents.
Payment for furnishing and installing the culvert crossing shall be lump sum and shall be full
compensation to complete the installation of the casing, insulators, spacers, end seals, CDF backfill,
restoration, and all appurtenances required for a complete and functional installation. Payment shall also
be full compensation for all initial excavations, and investigations in order to assess the condition of the
existing storm drain culvert.
Bid Item 6a — Existing Culvert Repair Contingency (LS)
Measurement for existing culvert repair and all appurtenances shall be per lump sum. Repair shall
include all labor, equipment, materials, materials hauling, finishing, restoration, cleanup, etc. required for
a compete and functional repair to the existing culvert unless otherwise approved the ENGINEER.
Any initial investigations as required to determine the actual conditions, dimensions, and extents of any
possible repairs shall be considered as incidental to the cost of the work and shall not be considered as
part of this Bid Item. The decision to exercise the culvert repair contingency and perform any actual repair
shall be at the sole discretion of the Owner.
Payment for actual culvert repairs installed shall be per lump sum, which payment will be complete
compensation for all labor, equipment, materials, materials hauling, finishing, restoration, cleanup, etc.
required for a compete and functional repair.
Bid Item 6b — Benson Road Future 1-405 Retaining Wall Casing Installation (LS)
Measurement for furnishing and installing the Benson Road future 1-405 retaining wall casing complete
with all appurtenances in conformance with the Contract Documents.
Payment for furnishing and installing the Benson Road future 1-405 retaining wall casing shall be lump
sum and shall be full compensation to complete the installation of the casing, insulators, spacers, end
seals, restoration, and all appurtenances required for a complete and functional installation. Payment
05 - Spec Provisions For Bid 4-10-2007.doc Page 9
shall also be full compensation for the trench cut-off walls, drainage, and tie-in and restoration of all
existing drainage features adjacent to the casing work.
Bid Item 7 — Class 52,16 inch, Ductile Iron Push -On Water Pipe with Poly -Wrap and
Appurtenances — Complete (LF)
Measurement for furnishing and installing all water pipes, fittings, couplers, devices, and appurtenances,
of the size, type and class specified, for a complete and functional system, will be based on the actual
lineal footage measured horizontally over the centerline of the installed pipe.
Payment for furnishing and installing water pipes and fittings of the size, type and class specified will be
made at the measured quantity put in place that pay period times the unit amount bid, and shall cover the
complete cost of providing all labor, materials, and equipment required to complete the work specified in
the contract documents and plans including but not limited to the following:
• Locating existing utilities and all potholing, investigation, and coordination in advance to determine
the horizontal and vertical location of all existing utilities, including but not limited to, fiber optic cables,
power, communications, water, storm, sewer, and any other utilities whether on public rights -of -way,
or private commercial properties.
• Saw cutting, trench excavation, and removal, hauling, and disposal of pavement, curbs, gutters,
sidewalks, surplus and unsuitable excavated material.
• Stockpiling suitable excavated material for use as pipe bedding and trench backfill.
• Furnishing, installing, laying and jointing water pipes and fittings of the size, type and class shown,
polyethylene encasement, special fittings, horizontal and vertical bends, vertical crosses for poly -
pigging, shackle rods, temporary blow -off assemblies, and all incidentals and appurtenances
associated with the pipe installation.
• Furnishing bedding materials, placing and compacting pipe bedding, as shown on the plans.
• Placing and compacting trench backfill.
• Testing, poly -pigging, disinfecting and flushing of water mains.
• Replacing, protecting and/or maintaining existing utilities.
• The complete cost to provide all other miscellaneous work items not specifically identified elsewhere
within the measurement and payment section 1-09, including all labor, equipment, materials,
subcontractor, and coordination costs for a complete and functional project.
Bid Item 7a — Class 52,16 inch, Ductile Iron Restrained Joint Water Pipe with Poly -Wrap and
Appurtenances — Complete (LF)
Measurement for furnishing and installing all restrained joint water piping, and appurtenances, of the size,
type and class specified, for a complete and functional system, will be based on the actual lineal footage
measured horizontally over the centerline of the installed pipe.
Payment for furnishing and installing all restrained joint water piping, and appurtenances, of the size, type
and class specified, will be made at the measured quantity put in place that pay period times the unit
amount bid, and shall cover the complete cost of providing all labor, materials, and equipment required to
complete the work specified in the contract documents and plans.
Bid Item 7b — Class 52, 6 inch, Ductile Iron Push -On Water Pipe with Poly -Wrap and
Appurtenances — Complete (LF)
Measurement for furnishing and installing all water pipes, fittings, couplers, devices, and appurtenances,
05 - Spec Provisions For Bid 4-10-2007.doc Page 10
of the size, type and class specified, for a complete and functional system, will be based on the actual
lineal footage measured horizontally over the centerline of the installed pipe.
Payment for furnishing and installing all restrained joint water piping, and appurtenances, of the size, type
and class specified, will be made at the measured quantity put in place that pay period times the unit
amount bid, and shall cover the complete cost of providing all labor, materials, and equipment required to
complete the work specified in the contract documents and plans.
Bid Item 8 — Gate Valve Assembly 16 Inch (EA)
Measurement for furnishing and installing 16 inch gate valve assemblies will be per each for each gate
valve assembly installed in conformance with the Standard Plans, Contract Specifications and Details.
Payment for furnishing and installing gate valve assemblies of the size and type specified shall will be
made at the measured quantity put in place that pay period times the unit amount bid, and shall cover the
complete cost of providing all labor, materials, equipment and all incidental work necessary to complete
the work specified in the contract documents and plans, and shall include but not be limited to the
following:
• Locating existing utilities and potholing in advance to determine their horizontal and vertical location
• Saw cutting, trench excavation, and removal, hauling, and disposal of pavement, curbs, gutters,
sidewalks, surplus and unsuitable excavated material.
• Provide all valve boxes, risers, extensions, raise to finish grade, and provide collar or pavement
patch, seal, and match to finish pavement grade complete.
• Stockpiling suitable excavated material for use as pipe bedding and trench backfill.
• Furnishing, installing valves of the size and type shown, valve boxes and cover, stem extensions,
valve location marker, shackle rods, polyethylene encasement, adjustment to finished grade, and all
incidentals
• Placing and compacting of bedding materials
• Placing and compacting trench backfill
• Replacing, protecting and/or maintaining existing utilities
Bid Item 8a — Gate Valve Assembly 12 Inch (EA)
Measurement for furnishing and installing gate valve assemblies as noted above in Item 8, except that the
size and type specified shall be for all 12 inch gate valves.
Payment for furnishing and installing gate valve assemblies of the size and type specified will be made at
the measured quantity put in place that pay period times the unit amount bid and shall cover the complete
cost of providing all labor, materials, equipment and all incidental work necessary to complete the work
specified in the contract documents and plans.
Bid Item 8b — Gate Valve Assembly 6-Inch (EA)
Measurement for furnishing and installing gate valve assemblies as noted above in Item 8, except that the
size and type specified shall be for all 6 inch gate valves.
05 - Spec Provisions For Bid 4-10-2007.doc Page 11
Payment for furnishing and installing gate valve assemblies of the size and type specified will be made at
the measured quantity put in place that pay period times the unit amount bid and shall cover the complete
cost of providing all labor, materials, equipment and all incidental work necessary to complete the work
specified in the contract documents and plans.
Bid Item 9 — Fire Hydrant Assembly (EA)
Measurement for furnishing and installing fire hydrant assembly shall be per each, including tees, fittings,
blocking, and appurtenances for a complete and functional system.
Payment for furnishing and installing fire hydrant assemblies of the size and type specified will be made
at the measured quantity put in place that pay period times the unit amount bid and shall cover the
complete cost of providing all labor, materials, equipment and all incidental work necessary to complete
the work specified in the contract documents and plans including, but not limited to the following:
• Locating existing utilities and all potholing, investigation, and coordination in advance to determine
the horizontal and vertical location of all existing utilities, including but not limited to, fiber optic cables,
power, communications, water, storm, sewer, and any other utilities whether on public rights -of -way,
or private commercial properties.
• Saw cutting, trench excavation, and removal, hauling, and disposal of pavement, curbs, gutters,
sidewalks, surplus and unsuitable excavated material.
• Stockpiling suitable excavated material for use as pipe bedding and trench backfill.
• Furnishing, installing, laying and jointing water pipes and fittings of the size, type and class specified,
polyethylene encasement, special fittings, horizontal and vertical bends, shackle rods, and all
incidentals and appurtenances associated with the installation.
• Furnishing bedding materials, placing and compacting pipe bedding, as shown on the plans.
• Placing and compacting trench backfill.
Bid Item 10 — Connection to Existing Water Mains (EA)
Measurement for connections to existing mains will be per each for each connection to an existing main
in conformance with the Contract Documents.
Payment for connections to existing main will be made at the measured quantity put in place that pay
period times the unit amount bid and shall cover the complete cost of providing all labor, materials
equipment to complete the final connection and all work specified in the contract documents and plans
and shall include but not be limited to the following:
• Locating existing utilities and water mains and potholing in advance to determine their horizontal and
vertical location.
• Saw cutting, trench excavation, and removal, hauling, and disposal of pavement, curbs, gutters,
sidewalks, surplus and unsuitable excavated material.
• Stockpiling suitable excavated material for use as pipe bedding and trench backfill.
• Installation of concrete dead -man blocks around existing water mains in advance of the final
connections.
• Furnishing, installing, laying and jointing water pipes, fittings, and all necessary couplings of the size,
type and class shown, polyethylene encasement, special fittings, horizontal and vertical bends,
shackle rods, removal of temporary blow -off assemblies, disinfecting the pipes and fittings and all
incidentals to complete the connection according to the contract plans and specifications.
05 - Spec Provisions For Bid 4-10-2007.doc Page 12
• Furnishing bedding materials, placing and compacting pipe bedding, as shown on the plans.
• Placing and compacting trench backfill.
• Replacing, protecting and/or maintaining existing utilities.
Bid Item 11 — Concrete for Thrust Blocking, Dead -Man Anchor Blocks (CY)
Measurement for concrete for thrust blocking, dead -mar, anchor blocks will be per cubic yard for all
concrete installed for thrust blocking and dead -mar, anchor bolts in conformance with the Contract
Documents.
Payment for furnishing and installing concrete for thrust blocking, dead -man anchor blocks will be made
at the measured quantity put in place that pay period times the unit amount bid and shall cover the
complete cost of providing all labor, materials, equipment, excavation, haul dispose of waste, dewatering,
concrete vertical and horizontal blocks, dead -man anchor bolts, reinforcing steel, shackle rods, clamp
assembly, anchor bolts, and necessary form work. Concrete material weights shall be verified by
providing a copy of certified truck tickets, which will accompany each load.
Bid Item 12 — Removal of Unsuitable and Excess Spoils Material (TON)
Measurement for removal of unsuitable and excess spoils material shall be measured in Tons based on
the weight of material removed. Replacement of foundation material will be measured only for the areas
authorized by the ENGINEER. Certified weight tickets shall accompany each load. A copy of tickets shall
be given to the Owner's Representative daily. Wasted materials will not be included in the measurement
or payment.
Payment for removal of unsuitable and excess spoils material will be made at the measured quantity for
that pay period times the unit amount bid and shall be complete compensation for all, labor, materials,
equipment, excavation, hauling, and disposal fees of waste material, etc. required to complete this item of
work in conformance with the Contract Documents.
Bid Item 13 — Select Imported Trench Backfill (TON)
Measurement for select imported trench backfill, shall be measured in Tons based on the weight of
material installed into the work. Certified weight tickets shall accompany each load. A copy of tickets shall
be given to the ENGINEER daily. Wasted materials will not be included in the measurement or payment.
Only materials placed within the pay limits shown will be considered for payment. Material placed outside
of the pay limits shown on the plans or as approves by the ENGINEER will be deducted from the certified
tickets.
Payment for select imported trench backfill will be made at the measured quantity put in place that pay
period times the unit amount bid and shall be complete compensation for all labor, materials, equipment,
hauling, placement, water, compaction, removal and disposal of waste materials, etc. required to
complete this item of work in conformance with the Contract Documents.
Bid Item 13a — Gravel Backfill for Pipe Zone Bedding (TON)
Measurement for gravel backfill for pipe zone bedding, shall be measured in Tons based on the weight of
material installed into the work. Certified weight tickets shall accompany each load. A copy of tickets shall
be given to the ENGINEER daily. Wasted materials will not be included in the measurement or payment.
Only materials placed within the pay limits shown will be considered for payment. Material placed outside
of the pay limits shown on the plans or as approves by the ENGINEER will be deducted from the certified
tickets.
Payment for gravel backfill for pipe zone bedding will be made at the measured quantity put in place that
05 - Spec Provisions For Bid 4-10-2007.doc Page 13
pay period times the unit amount bid and shall be complete compensation for all labor, materials,
equipment, hauling, placement, water, compaction, removal and disposal of waste materials, etc. required
to complete this item of work in conformance with the Contract Documents.
Bid Item 14 — Crushed Surfacing Base Course (CSBC) (TON)
Measurement for Crushed Surfacing Base Course (CSBC) backfill shall be measured in Ton based on
the weight of material installed into the work. Certified weight tickets shall accompany each load. A copy
of tickets shall be given to the ENGINEER. Wasted materials will not be included in the measurement or
payment. Only materials placed within the pay limits shown will be considered for payment. Material
placed outside of the pay limits shown on the plans or as approved by the ENGINEER will be deducted
from the certified tickets.
Payment for Crushed Surfacing Base Course (CSBC) backfill will be made at the measured quantity put
in place that pay period times the unit amount bid and shall be complete compensation for all labor,
materials, equipment, hauling, placement, water, compaction, removal and disposal of waste materials,
etc. required to complete this item of work in conformance with the Contract Documents.
Bid Item 14a — Crushed Surfacing Top Course (CSTC) (TON)
Measurement for Crushed Surfacing Top Course (CSTC) backfill shall be measured in Ton based on the
weight of material installed into the work. Certified weight tickets shall accompany each load. A copy of
tickets shall be given to the ENGINEER. Wasted materials will not be included in the measurement or
payment. Only materials placed within the pay limits shown will be considered for payment. Material
placed outside of the pay limits shown on the plans or as approved by the ENGINEER will be deducted
from the certified tickets.
Payment for Crushed Surfacing Top Course (CSTC) backfill will be made at the measured quantity put in
place that pay period times the unit amount bid and shall be complete compensation for all labor,
materials, equipment, hauling, placement, water, compaction, removal and disposal of waste materials,
etc. required to complete this item of work in conformance with the Contract Documents.
Bid Item 15 — Temporary Asphalt Patch Class `1/2 Inch PG70' Asphalt Concrete Pavement (TON)
Measurement for asphalt concrete patch shall be per ton. Pavement repair measurement width shall be
as defined by the limit of trench patch payment shown in the Contract Documents, unless otherwise
approved the ENGINEER.
Payment for asphalt concrete patch will be made at the measured quantity put in place that pay period
times the unit amount bid and shall be complete compensation for all labor, materials, and equipment for:
• Furnishing, placing, and compacting asphalt concrete pavement (ACP)
• Furnishing, placing and compacting incidental ACP for pavement repair, dikes, berms, and wedge
curbing
• Furnishing, placing and compacting pre -leveling, leveling and wearing courses
• Feathering pavement and
• Furnishing and applying tack coat and crack sealing asphalt
• Furnishing and installing and removing temporary asphalt concrete pavement (cold -mix)
• Pavement saw cutting
• No separate payment will be made for the installation and removal of the temporary asphalt patch,
class B, or ACP for trench patch.
05 - Spec Provisions For Bid 4-10-2007.doc Page 14
• No additional payment will be made for work necessary to correct ACP not installed in accordance
with specifications.
Bid Item 16 —Asphalt Concrete Paving Class `1/2 Inch PG70' (TON)
Measurement for asphalt concrete overlay shall be per ton. Pavement repair measurement width shall be
as defined by the limit of overlay shown in the Contract Documents, unless otherwise approved the
ENGINEER.
Payment for asphalt concrete Overlay will be made at the measured quantity put in place that pay period
times the unit amount bid and shall be complete compensation for all labor, materials, and equipment.
• All grinding, feathering, sweeping, cleaning and prep existing pavement to match existing grade at all
seams, joints, catch basins, and other match points
• Furnishing and applying tack coat and crack sealing asphalt
• Furnishing, placing and compacting pre -leveling, leveling and wearing courses
• Furnishing, placing, and compacting asphalt concrete pavement (ACP)
• Furnishing, placing and compacting incidental ACP for pavement repair, dikes, berms, and wedge
curbing
• Pavement saw cutting,
• No separate payment will be made for the .iastallat+an and removal of the temporary asphalt patch,
class B, or ACP for trench patch,
• No additional payment will be made for rework necessary to correct ACP not installed in accordance
with specifications.
Bid Item 17 — Restore Traffic Detection Loop System (LS)
Measurement for the restoration of the traffic detection loops and all appurtenances shall be per lump
sum. Payment repair measurement width shall be as defined by the limit of restoration shown in the
Contract Documents, unless otherwise approved the ENGINEER.
Payment for the restoration of the traffic detection loops and all appurtenances shall be per lump sum,
which payment will be complete compensation for all labor, materials, equipment, testing, removal and
disposal of waste materials, etc. required for a complete and functional system, to complete this item of
work in conformance with the Contract Documents.
Bid Item 18 — Restore, Replace Lane Channelization, Crosswalks, Stripping, and All Temporary
and Miscellaneous Pavement Markings (LS)
Measurement for the restoration of the lane channelization, crosswalks, stripping, and all appurtenances
shall be per lump sum. Pavement repair measurement width shall be as defined by the limit of restoration
shown in the Contract Documents, unless otherwise approved the ENGINEER.
Payment for the restoration of the lane channelization, crosswalks, stripping, and all appurtenances shall
be per lump sum, and payment will be complete compensation for all labor, materials, equipment,
removal and disposal of waste materials, etc. required to complete this item of work in conformance with
the Contract Documents.
Bid Item 19 — Remove and Replace Sidewalk and Driveway (SY)
Measurement for replacement of sidewalk and driveways shall be in square yards of sidewalk and
05 - Spec Provisions For Bid 4-10-2007.doc Page 15
driveway repair for installation of utilities as shown in construction documents, unless otherwise approved
the ENGINEER.
Payment for removal and replacement of sidewalks and driveways will be made at the measured quantity
put in place that pay period times the unit amount bid and shall be complete compensation for all labor,
equipment, materials, hauling, preparation, forming, placement, finishing, cleanup, etc. required to
compete this item in conformance with the Contract Documents.
Bid Item 20 — Remove and Restore In -Kind Curbing, Lawn, Landscaping (LS)
Measurement for landscape restoration shall be per lump sum of landscape restored as required to
compete this item in conformance with Contract Documents.
Payment for landscape restoration shall be per lump sum, which payment will be complete compensation
for all labor, equipment, materials, materials hauling, sod, topsoil, trees, shrubs, rockeries in Lind, fencing,
mail box placement, preparation, forming, placement, finishing, watering, cleanup, etc required to
compete this item in conformance with the Contract Documents. This item includes construction and
restoration of all ditches and swales for surface water runoff control encountered during construction
activities and is considered incidental to this pay item.
Bid Item 21 — Excavation Dewatering (LS)
Measurement for excavation dewatering and all appurtenances shall be per lump sum. Dewatering shall
include all temporary measures required to complete the contract scope of work, including, but not limited
to all sump pumps, lines, settling tanks, or ponds, and all appurtenances that may be required. The limits
of dewatering and excavation ground water control shall extend throughout the construction limits of the
work, unless otherwise approved the ENGINEER.
Payment for excavation dewatering will be made at the measured percentage amount for the pay period
times the lump sum amount bid, which payment will be complete compensation for all labor, equipment,
materials, hauling, preparation, forming, placement, finishing, cleanup, etc. required to compete this item
in conformance with the Contract Documents.
Bid Item 22 —SR 515 Storm Water Drainage Modification (LS)
Measurement for all storm water drainage modifications and all appurtenances shall be per lump sum as
required to compete this item in conformance with Contract Documents.
Payment for storm water drainage modifications will be made at the lump sum amount bid, which
payment will be complete compensation for all labor, equipment, materials, hauling, preparation, forming,
placement, finishing, cleanup, etc. including utilities locating and protection, saw -cutting, excavation,
catch basins, rims, grates, piping, and restoration.
05 - Spec Provisions For Bid 4-10-2007.doc Page 16
1-10 TEMPORARY TRAFFIC CONTROL
1-10.1 GENERAL
1-10.1 General (Additional Section)
This Section is expanded by inserting the following paragraph at the beginning of the section:
The Contractor shall be completely responsible for all traffic control associated with the work
within, on, and adjoining all public rights -of -way, and the Sam's Club properties, including all
planning, submittals, permitting, coordination with Owner agencies, flaggers, signage, lane
control, markers, barriers, labor, equipment, materials, and all other incidentals, required for the
completion of the work.
1-10.2(2) Traffic Control Plans (Added Sections)
This Section is expanded with the following:
The Contractor shall submit a Traffic Control Plan for approval by the Engineer prior to the
start of any work within, or adjoining, any public right-of-way or the Sam's Club properties.
The Traffic Control Plan shall be coordinated with all Right -of -Way Use Permits and any other
required permits. The Traffic Control Plan shall indicate the name(s) and contact number(s)
for all responsible persons, the location and details for all signage, channeling devices,
equipment and vehicle staging locations, and all other details required for a complete and
functional Traffic Control Plan.
2. The drawings shown in the Supplemental Specifications, the Special Provisions, the contract
plans, and elsewhere in the contract documents are generic in nature and are for the
Contractor's benefit in determining the concept, scope and level of detail required in
preparing a detailed and comprehensive Traffic Control Plan.
3. All Traffic Control Plans shall be prepared, enforced, and administered by Contractor
consistent with the WSDOT Standard Specifications Section 1-10.2, and shall conform to the
standards established in the "Manual on Uniform Traffic Control Devices" (MUTCD) latest
edition, and the WSDOT Standard Specifications Sectionl-10.3.
1-10.3(3) Construction Signs (Added Sections)
Add the following to the first paragraph:
The Contractor shall also provide and maintain all flaggers, warning vehicles, barricades, and any
other safety equipment and personnel required in accordance with the approved Traffic Control
Plan, and any associated permits through the duration of the work.
1-10.3(6) One Way Piloted Traffic Control Through The Construction Zone (Replaced Section)
Delete this Section and replace it with the following:
1-10.3(6) Traffic Control Through The Construction Zone
SR 515 and Benson Road rights -of -way (ROW) - The Contractor shall comply with all
Construction Work Restrictions and observe the work hour, and work day restrictions indicated on
the plans and permits. Unless otherwise approved in writing by the Owner, the Contractor shall
maintain traffic in both directions, at all times, on all days, in the ROW. The Contractor may close
one (or two lanes on an occasional basis) maximum, during the hours and locations indicated on
the Contract plans. The Contractor shall observe the work hour restrictions indicated on the
plans and permits. Contractor shall maintain lane openings and traffic directions required on the
Contract plans and permits.
05 - Spec Provisions For Bid 4-10-2007.doc Page 17
Sam's Club Parking Lots and Adjoining areas — The Contractor shall comply with all Construction
Work Restrictions and observe the work hour, and work day restrictions indicated on the plans
and permits. The Contractor shall coordinate all activities with Sam's Club and the Owner. The
Contractor may isolate only those portions of the Sam's Club Parking lots indicated on the
Contract plans for the Contractor's use in performing the work. All traffic shall be safely protected
from all construction activities. Contractor shall maintain traffic flow as required on the Contract
plans and permits. The Contractor shall not stage equipment, store materials, or otherwise make
use of any portion of the Sam's Club property that is outside of the construction limits, or
easements, indicated on the Contract plans.
The Contractor shall be solely responsible for the protection of the work, public vehicular and
pedestrian traffic, the protection of Sam's Club employees, delivery vehicles, and utilities, near or
adjoining the work, regardless of Owner's approval of any Traffic Control Plan, submittals,
permits, or revisions thereof. The Contractor shall be completely liable for, and shall hold Owner
harmless from, any damages, injuries, or loss suffered from Contractor's operations or negligence
associated therewith.
1-10.4 Measurement (Revised Section)
Delete the first sentence and replace it with the following:
Measurement for Traffic Control shall be per 1-09.14(B) Bid Items, Bid Item 5 — Traffic Control, as
described herein.
1-10.5 Payment (Revised Section)
Delete the third paragraph, including items 1 and 2 (lines 11 through 17) and replace them with
the following:
Payment for Traffic Control shall be per 1-09.14(B) Bid Items, Bid Item 5 — Traffic Control, as
described herein.
05 - Spec Provisions For Bid 4-10-2007.doc Page 18
DIVISION 2
EARTHWORK
2-01 CLEARING, GRUBBING AND ROADSIDE CLEANUP
2-01.1 Description
Delete the first paragraph of this section and replace with the following:
The Contractor shall clear, grub, and cleanup those areas shown on the Contract Plans which are
required for the execution of construction activities. Trees and scrubs may be removed after approval by
the City.
2-01.2 Disposal of Usable Material and Debris
Delete the third paragraph of this section and replace with the following:
Refuse and debris shall be hauled to a waste site secured by the Contractor and shall be disposed of in
such manner as to meet all requirements of state, county and municipal regulations regarding health,
safety and public welfare.
2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS
2-02.1 Description
Supplement this section with the following:
The work shall consist of necessary removal and disposal of existing improvements, including pavements,
concrete road structures, manholes, abandoned piping, and other items necessary for the completion of
the project.
All removal will be considered incidental to the work unless specifically identified as a bid item.
2-02.3 Construction Details
2-02.3(1) General Requirements Supplement this section with the following:
The removal shall be conducted in such a manner as not to damage existing utilities, roadway, and other
structures that are to remain in place. The Contractor shall repair, replace, or otherwise restore damage
resulting from his activities. The limits of removal for concrete or rigid materials shall be either the edge of
the structure, an existing construction joint, or a new saw cut.
The depth of saw cuts shall be such as will accomplish the intended purpose and will be
determined in the field to the satisfaction of the ENGINEER. Sawing shall be considered incidental to
the other bid items.
05 - Spec Provisions For Bid 4-10-2007.doc Page 19
2-112.3(1) A Salvage (New Section)
Unless otherwise indicated in the Plans or Specifications, all removed items of recoverable value shall be
carefully salvaged and delivered to the City in good condition, and as directed by the City. Materials and
items deemed of no value by the City shall be removed by the Contractor, and shall become the
Contractor's property to be disposed of at no additional cost to the City.
2-02.3(7) D Contractor Provided Disposal Site (Addition)
Waste materials shall be hauled to a waste site secured by the Contractor and shall be disposed of in
such a manner as to meet all requirements of state, county and municipal regulations regarding safety
and public welfare.
2-02.5 Payment
Delete entire section and replace with the following:
See bid items descriptions for units of measure and payment.
05 - Spec Provisions For Bid 4-10-2007.doc Page 20
DIVISION 5
SURFACE TREATMENTS AND PAVEMENTS
5-04 ASPHALT CONCRETE PAVEMENT
5-04.3 Construction Requirements
5-04.3(2) Hauling Equipment
Add the following to the first paragraph:
If truck has not used canvas to protect asphalt from weather during haul the Engineer, or its
representative, reserves the right to reject the load. Rejection of load due to non -protection will not be
basis for any compensation.
5-04.3(5) Conditioning the Existing Surface
The Contractor shall maintain existing surface contour during patching, unless instructed by City
Engineer.
5-04.3(5) Preparation of Existing Surface
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 clear, 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 O.OS 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 monitor 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.
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.
05 - Spec Provisions For Bid 4-10-2007.doc Page 21
Utility adjustments must be completed within 15 working days after overlay is complete, and within the
specified working days.
Payment for utility adjustments includes all labor, materials, tools and equipment necessary to complete
the adjustments and is incidental to pay item for Asphalt Patch (1-09.14(AF)).
5-04.3(9) Spreading and Finishing
Supplement this section with the following:
Asphalt Concrete Pavement (ACP) 1/2 Inch PG 70
ACP shall be placed the compacted depths specified herein, equal to existing ACP thickness for restored
ACP, or as shown on the Contract Plans and City of Renton Standard Plan H032 as leveling and wearing
course. Asphalt over 3 inches in compacted depth shall be placed in two equal lifts. Placement shall be
in accordance with applicable provisions of Section 5-04.
5-04.5 Payment
See bid items descriptions for units of measure and payment,
5-04.6( 2) Traffic Control
Notifications
The Contractor shall be responsible for delivering notification twice to all properties that front on, or
access from, any street or, which the asphalt concrete is to be applied. The first notification shall be
made approximately one week prior to the day the work is scheduled to begin on the street and the
second shall be made twenty-four hours (24 hours) prior to beginning work.
On streets to be overlaid, the Contractor shall post "No Parking" signs a minimum of 72 hours in advance
of the work taking place. The signs shall specify the date and hours that the parking restrictions will be in
effect. The Contractor shall obtain prior approval for the parking restrictions from the City of Renton
Department of Public Works Transportation Systems Division.
The Contractor shall be responsible for coordinating with the City's inspector and/or Police Department if
the need arises to tow any vehicles violating a posted "No Parking" sign. However, the Contractor shall
first make effort to contact the vehicle owner if it is likely the owner is in the area.
The Contractor shall provide and use sufficient traffic control equipment and trained personnel at all times
in accordance with Section 1-10.
5-06 TEMPORARY RESTORATION IN PAVEMENT AREAS (ADDITIONAL SECTION)
5-06.1 Description (Additional Section)
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.
Within paved alleys, the Contractor may use compacted backfill to allow vehicular traffic to travel over
construction areas. Trench plates or other devices used to cover construction activities shall be placed
05 - Spec Provisions For Bid 4-10-2007.doc Page 22
and anchored in a manner that provides a smooth and safe transition between and across surfaces.
5-06.2 Materials (Additional Section)
Materials shall be 'Hot Mix' of either Class E asphalt or Asphalt Treated Base (ATB).
The composition of other components of temporary asphalt pavement shall be determined by the
Contractor to provide a product suitable for the intended application. The Contractor shall not use
materials that are 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 (Additional Section)
The roadway sub -surfaces shall be prepared for the temporary pavement as defined in Section 2-06.
Temporary pavement areas greater than ten (10) square feet shall be a minimum of four (4) inches thick
and roller compacted to consolidation. The completed pavement shall be free from ridges, ruts, bumps,
depressions, objectionable marks, or other irregularities.
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 concrete pavement shall be removed from the site by the end of the project and
shall not be used as permanent asphalt pavement or sub -grade material.
05 - Spec Provisions For Bid 4-10-2007.doc Page 23
DIVISION 7
DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS,
WATER MAINS AND CONDUITS
7-08 GENERAL PIPE INSTALLATION REQUIREMENTS
7-08.3(1)E Trench Dewatering (Additional Section)
Dewatering may be required during construction of the water and storm lines.
If necessary, dewatering may consist of a combination of trench pumping, well points, and/or wells, and
must satisfy the following requirements:
• Prevent water from entering the trench and maintain dry trench conditions at the foundation level.
• Prevent caving of the trench walls related to water migration through the walls.
• Minimize turbidity in the effluent by utilizing properly sized filter hack materials on sumps, wells, and
well points.
• Preserve strength of foundation soils
• Recovery of water levels may be rapid if pumping is interrupted. The Contractor shall provide
standby equipment installed and ready to operate to ensure continuous pumping.
• When wells and/or well points are no longer required, they shall be removed, backfilled, and
abandoned. Wells can be left in place except the top three feet must be removed and provided they
are abandoned in accordance with Chapter 173-160 WAC.
• Turbid water must be treated if discharged to the storm system. Discharge of dewatering effluent to
the storm system must comply with DOE dewatering permit conditions. The Contractor is required to
obtain this permit prior to discharging dewatering effluent to the storm sewer system. All costs
necessary to treat and monitor the dewatering effluent in accordance with the permit shall be the
CONTRACTOR's responsibility.
The dewatering program must be completed in such a way as to avoid excessive dewatering related
settlement of adjacent facilities.
7-15.3(A) Service Connections (Addition)
The Contractor shall complete the installation and testing of the new water main, hydrants, and new water
service lines, make the final connections to the existing water mains, and connection of existing private
service connection to new setters, unless otherwise directed by the Engineer.
05 - Spec Provisions For Bid 4-10-2007.doc Page 24
DIVISION 8
MISCELLANEOUS CONSTRUCTION
8-01 EROSION CONTROL
8-01.2 Materials
Supplement this section with the following:
Filter fabric used in the Sediment Control Fencing shall be equal to Mirafi 100X or approved equal.
8-01.3(3) Miscellaneous Erosion Control (New Section)
Contractor shall take all necessary precautions to prevent sediment from construction activities from
entering into storm water systems or natural waterways and from being transported away from the
construction area by storm water.
8-04 CURBS, GUTTERS, AND SPILLWAYS
8-04.3 Construction Requirements
Add the following:
Curb and gutter shall match the existing curb and gutter, including type and dimensions. Grade shall
meet adjacent curb and gutter in a smooth transition.
8-04.3(3) Width of Replacement (New Section)
Contractor shall replace curb and gutter to the nearest construction joint, unless otherwise authorized by
the ENGINEER.
8-14 CEMENT CONCRETE SIDEWALKS
8-14.1 Description (Revised Section)
Replace paragraph with the following:
This work shall consist of constructing replacement cement concrete sidewalks and driveways to restore
sidewalks and driveways removed or damaged by the work of this contract. Cement concrete sidewalks
and driveways shall be removed full width between existing joints. Replacement sidewalks and
driveways shall be constructed in conformance with the details shown in the Standard Plans as specified
and in conformity to lines and grades to match existing conditions.
05 - Spec Provisions For Bid 4-10-2007.doc Page 25
8-14.3(2) Placing and Finishing Concrete
Add the following:
Contractor shall match the existing dimensions of the sidewalk. Grade shall meet adjacent sidewalks in a
smooth transition.
8-14.3(5) Width of Replacement (New Section)
Contractor shall replace sidewalk to the nearest construction joint, unless otherwise authorized by the
ENGINEER.
8-22 PAVEMENT MARKING
8-22.1 Description
Supplement this section with the following:
All existing pavement markings and markers that are removed by the Contractor's activities related to this
project shall be replaced in the original location and shall be of similar type. Markings and markers shall
be in accordance with the City of Renton Standard Plans.
05 - Spec Provisions For Bid 4-10-2007.doc Page 26
RCS 19.122 UNDERGROUND UTILITIES
19.122.010 INTENT
It is the intent of the legislature in enacting this chapter to assign responsibilities for locating and keeping
accurate records of utility locations, protecting and repairing damage to existing underground facilities,
and protecting the public health and safety from interruption in utility services caused by damage to
existing underground utility facilities (1984 c 144 1.)
19.122.020 Definitions
Unless the context clearly requires otherwise, the definitions in this section apply throughout this chapter.
A. "Business day" means any day other than Saturday, Sunday or a legal local, state or federal
holiday.
B. "Damage" includes the substantial weakening of structural or lateral support of an
underground facility, penetration, impairment, or destruction of any underground protective
coating, housing, or other protective device, or the severance, partial or complete, of an,'
underground facility to the extent that the project owner or the affected utility owner
determines that repairs are required.
C. "Emergency" means any condition constituting a clear and present danger to life or property,
or a customer service outage.
D. "Excavation" means any operation in which earth, rock, or other material or, or below the
ground is moved or otherwise displaced by any means, except the tilling of soil less than
twelve inches in depth for agricultural purposes, or road and ditch maintenance that does not
change the original road grade or ditch flow line.
E. "Excavator" means any person who engages directly in excavation.
F. "Identified facility" means any underground facility, which is indicated in the project plans as
being located within the area of proposed excavation.
G. "Identified but un-locatable underground facility" means an underground facility, which has
been identified but cannot be located with reasonable accuracy.
H. "Locatable underground facility" means an underground facility, which can be field -marked
with reasonable accuracy.
I. "Marking" means the use of stakes, paint, or other clearly identifiable materials to show the
field location of underground facilities, in accordance with the current color code
standard of the American Public Works Association. Markings shall include identification
letters indicating the specific type of the underground facility.
J. "Person" means an individual, partnership, franchise holder, association, corporation, a state,
a city, a county, or any subdivision or instrumentality of a state, and its employees, agents, or
legal representatives.
K. "Reasonable accuracy" means location within twenty-four (24) inches of the outside
dimensions of both sides of an underground facility.
L. "Underground facility" means any item buried or placed below for use in connection with the
storage or conveyance of water, sewage, electronic, telephonic or telegraphic
communications, cablevision, electronic energy, petroleum products, gas, gaseous vapors,
hazardous liquid, or other substances and including but not limited to pipes, sewers, conduits,
05 - Spec Provisions For Bid 4-10-2007.doc
Page 27
cables, valves, lines, wires, manholes, attachments, and those pans of poles or anchors
below ground.
M. "One -number locator service" means a service through which a person can notify utilities and
request field marking of underground facilities. (16984 c 144 2.)
19.122.030 Notice of excavation to owners of underground facilities - One -number locator
service - Time for notice - Marking of underground facilities — Costs
Before commencing any excavation, the excavator shall provide notice of the scheduled commencement
of excavation to all owners of underground facilities through a one -number locator service. All owners of
underground facilities within a one -number locator service area shall subscribe to the service. One
number locator service rates for cable television companies will be based on the amount of their
underground facilities. If no one -number locator service is available, notice shall be provided individually
to those owners of underground facilities known to or suspected of having underground facilities within
the area of proposed excavation. The notice shall be communicated to the owners of underground
facilities not less than two business days or more than ten business days before the scheduled date for
commencement of excavation, unless otherwise agreed by the parties.
Upon receipt of the notice provided for in this section, the owner of the underground facility shall provide
the excavator with reasonable accurate information as to its locatable underground facilities by surface -
marking the location of the facilities. If there are identified but un-locatable underground facilities, the
owner of such facilities shall provide the excavator with the best available information as to their locations.
The owner of the underground facility providing the information shall respond no later than two business
days after the receipt of the notice or before the excavation time, at the option of the owner, unless
otherwise agreed by the parties. Excavators shall not excavate until all know facilities have been marked.
Once marked by the owner of the underground facility, the excavator is responsible for maintaining the
markings. Excavators shall have the right to receive compensation from the owner of the underground
facility for costs incurred if the owner of the underground facility does not locate its facilities in accordance
with this section.
The Owner of the underground facility shall have the right to receive compensation for costs incurred in
responding to excavation notices given less than two business days prior to the excavation from the
excavator.
An owner of underground facilities is not required to indicate the presence of existing service laterals or
appurtenances if the presence of existing service laterals or appurtenances on the site of the construction
project can be determined from the presence of other visible facilities, such as buildings, manholes, or
meter and junction boxes on or adjacent to the construction site,
Emergency excavations are exempt from the time requirements for notification provided in this section.
If the excavator, while performing the contract, discovers underground facilities that are not identified, the
excavator shall cease excavating in the vicinity of the facility and immediately notify the owner or operator
of such facilities, or the one -number locator service. (1988 c99 1; 1984 c 144 3.)
19.122.04 Underground facilities identified in bid or contract - Excavator's duty of
reasonable care - Liability for damages - Attorney's Fees.
A. Project owners shall indicate in bid or contract documents the existence of underground
facilities known by the project owner to be located within the proposed area of excavation.
The following shall be deemed changed or differing site conditions
1. An underground facility not identified as required by this chapter or other provision of law;
and
05 - Spec Provisions For Bid 4-10-2007.doc
Page 28
2. An underground facility not located, as required by this chapter or other provision of law,
by the project owner or excavator if the project owner or excavator is also a utility.
B. An excavator shall use reasonable care to avoid damaging underground facilities. An
excavator shall:
1. Determine the precise location of underground facilities, which have been marked.
2. Plan the excavation to avoid damage to or minimize interference with underground
facilities in and near Inc excavation area; and
3. Provide such support for underground facilities in and near the construction area,
including during backfill operations, as may be reasonably necessary for the protection of
such facilities.
A. If an underground facility is damaged and such damage is the consequence of the failure to
fulfill an obligation under this chapter, the party failing to perform that obligation shall be liable
for any damages. Any clause in an excavation contract which attempts to allocate liability, or
requires indemnification to shift the economic consequences of liability, different from the
provisions of the chapter is against public policy and unenforceable. Nothing in this chapter
prevents the parties to an excavation contract from contracting with respect to the allocation
of risk for changed or differing site conditions.
B. In any action brought under this section, the prevailing party is entitled to reasonable
attorney's fees. (1984 c 144 4.)
19.122.05 Damage to underground facility - No notification by excavator - Repairs or
relocation of facility
A. An excavator who, in the course of excavation, contacts or damages an underground facility
shall notify the utility owning or operating such facility and the one -number locator service. If
the damage causes an emergency condition, the excavator causing the damage shall also
alert the appropriate local public safety agencies and take all appropriate steps to ensure the
public safety. No damaged underground facility may he buried until it is repaired, or
relocated.
B. The owner of the underground facilities damaged shall arrange for repairs or relocation as
soon as is practical or permit the excavator to do necessary repairs or relocation at a
mutually acceptable price. (198 c 144 5.)
19.122.060 Exemption from notice and marking requirements for property owners
An excavation of less than twelve inches in vertical depth on private non-commercial property shall be
exempt from the requirements of RCW 19.122.030, if the excavation is being performed by the person, or
an employee of the person who owns or occupies the property on which the excavation is being
performed. (1984 c 144 6.)
19.122.070 Civil penalties - Treble damages - Existing remedies not affected
A. Any person who violates any provision of this chapter, and which violation results in damage
to underground facilities, is subject to a civil penalty of no more than one thousand dollars for
each violation. All penalties recovered in such actions shall be deposited to the general fund.
05 - Spec Provisions For Bid 4-10-2007.doc Page 29
B. Any excavator who willfully or maliciously damages a field -marked underground facility shall
be liable for treble the costs incurred in repairing or relocating the facility. In those cases in
which an excavator fails to notify known underground facility owners or the one -number
locator service, any damage to the underground facility shall he deemed willful and malicious
and shall be subject to treble damages for costs incurred in repairing or relocating the facility.
C. The chapter does not affect any civil remedies for personal injury or for property damage,
including that to underground facilities, nor does this chapter crest any new civil remedies for
such damage. (1984 c 144 7.)
19.122.080 Waiver of notification and marking requirements
The notification and marking provisions of this chapter may be waived for one or more designated
persons by an underground facility owner with respect to all or part of that underground facility owner's
own underground facilities. (1984 c 144 9.)
19.122.090 Severability — 1984 c 144
If am provisions of this act or its application to any person or circumstance is held invalid, the remainder
of the act or the application of the provision to other persons or circumstances is not affected. (1984 c 144
9.)
05 - Spec Provisions For Bid 4-10-2007.doc Page 30
Y O� PLANNING/BUILDING/
PUBLIC WORKS DEPARTMENT
u
I�(X57V M E M O R A N D U M
DATE: August 24, 2007
TO: File
FROM: Andrew Weygandt, x-7208
SUBJECT: CAG-07-140 - Performance Bond Verification
I spoke with Mari Adamski who represents Zurich North America (Fidelity and Deposit
Company of Maryland) and she verified that Bond No. CMB08827744 in the amount of
$946,800.18 for the construction of the Water Line Relocation for Realignment of
Benson Road and I-405 Overpass (CAG-07-140) is valid.
I contacted Mari at 410-366-1000.
HAFile Sys\WTR - Drinking Water Utility\WTR-27 - Water Project Files\WTR-27-3344-Benson Rd & 1-405 Water Line
Relocation\Construction Con tract\WTR-27-3344_Bond Verification.doc
dt CITY OF RENTON
� DEPARTMENT OF PLANNING, BUILDING &PUBLIC WORKS
- - —NORTH • � '-�': ; !- _-� � � '•�/ � --- ��, 411,'� "• -` +
.,�►
;�-, Yam' R- - 8 11 f :1 . ���,
L �,
46
f 'fit
_� a_' . 1 �.� ft. ,•.� .i„
/ 1 _kL
6 - yL ► .� , ' r+ -� L !
w'� r 1 airs 1 , i 10 ; ...� .,�, - . ► �p,•r
Tr
` 1 ' •:.ads. r �.�) ./ �' � - - � • � t ' *.
... .
, ..
.e
JM
✓•• f lam, .a l; I '•'�,� � ,, ti��_ ..l z ./�..• { .�`� �i� r 1a -� -. ��. i
•. �.
ys �_ �= . ` `T• tr• ,
ENSON RD.S , \ 1 } ` 4\ _ \ ,� , s
CITY HALL AND FOLLOW ROAD lip— �►
M DETOUR ROUTE .��' \ i� — - '•
405 OVERPASS w -ai j OR USE CLOSED ) . / �' V, ►: ,: 4 . ,: r f,�y �hj� `
CLOSED ,A�TERwTEROUTE- �' AHEAD/ y`,•/ " 1 I ' • • �'�
T 41 5
r
DETOUR DETOUR ►f►'i DETOUR "'. � • �' • \ +
it : , ' ' •ii i' '�► ' �r a
l+. +r �'
IV
f
DETOUR _ _ os__ lk • rw NE 7
— - __ �' � s_ � .{1� � •- �
- �• .'�•.. .:k4..\ ►.fi.�;. ,� fir+
D7—_' y_.r :�P ; �•'_ •r , .,� ( ►1 • rf ( �-
IgADCLOSEY1 IL;
TO
i._r, l.;�, '•. s 4 \' } * ►- � A I of
�10
{ !rv.�
/
CITY HALL CITY HALL
It
APPROVED BY:
WORK ORDER #7238 DATE: 10/30/07
SHEET: 1.0
IF AL CITY OF RENTON
� DEPARTMENT OF PLANNING, BUILDING &PUBLIC WORKS
96
._. ..: ,, a
mffibw±NORTH ,�
_� �.
""It
IMF-
y - i �•. l _ r • `••`'"' p 6 .ti • j1• • .� mil- ` '�C y 1�! • 't
_,e, ^' .� +. �
�-
`� ►C r'• �!. - �� tom•
aw
Ip
-tv
IV
IIA
IT
I Or
^1 A rT %.rCt d
_
yl;
- f '^� � �� • . _ • - � ji " � i V ' -1 4` i� 1 � � Syr[".�. � y ♦ r �y�� -
•�
R�`RR•
.. T ,'.' '
ENSONRD. S�, �i i ' `� _t yv
HALLMDi- FOLLOW /ROA\�-• C
.CITY =�
DETOUR ROUTE 1 ' / - - . .r: ,{j•�.��:
I-405 OVERPASS i -ad OR USE .... CLOSED
`• �r Y
CLOSED l�- ALTERNATE ROUTE' s R AHEADv. +t 5 tic: _
�L
.. 1 •.�► r ;ts
•
DETOUR �i, DETOUR !*' DETOUR ' • �� i ' { S'
AHEAD •✓1 •� �'' •� � �'r • � � -�� � fir, � t 1 •';; .!" a�
r•+'- 727
t f �
�' �
_; r '�`I - } / � �` �,i` i^ � J r , r _ � .ia Vie_ ',-+'�,
�1 _ ., -��i ��l � �
.`�,
*= OUR - _ ROADClO!® BE
' ,• -- _ -
fit op
-`
,1
-r�t"--• .-_ !
��`�. \ 1` _ � � y; •`J•� - V •`_, ..i, L - arm ' /i �1
I ,��4,
JL
10
,_ !-_ � CITY HALL / I CITY '
1INA
APPROVED BY.
WORK ORDER #7238 DATE: 10/30/07
SHEET: 1.0
am
CITY OF RENTON
DEPARTMENT OF PLANNING, BUILDING & PUBLIC WORKS
+/tea► - — r-r� -�Rs r _ 4 :( - # w ,,. h - i
NORTH _ �: I" - -ice
`. 1/• 1
per r. f ,�.• ._ ,;,
- w..., -, 4e
__z
� - � 1 — 'r � l:
_ _ •a .— - 1.C'e � � i + Vie. �.� �
�
t
, _ - �� �'•� "1 . 4A' ..0 ''" _�', r� it �, s: t�s
_ � 1„ ,h 't•— Ertl Y -� .� � ��— r � .`� �'Mr ,,�(c ��,:
' v"' .e.
AL
t� apt t• ., � �,,� � �, i. � , - - �-
Ilk
M- tT
— � 3 1
'rl
yl rfl. -f-- - y � r_ •„�^ + r� �r .!J% tir
1
•: + �� Sly'
.
NSON RD. S �`-' �r t , ` r ►' , i o�
CITY HALL ANo CETFOLLOW ROAD
405 OVERPASS.• / 1 - �• . �` - •}' : Z rye r L
-ioRusE CLOSED > i
CLOSED -,- A�r� ERt1'TEROU1E,AHEAD/`
rT
--�_.•�- -s; -a w * fit% ^. * ' r, �i '+�• _ �yt. •1,
DETOUR j4 D■ ET . k DETOUR
AHEAD
jo
o
•wY. li' L E: -'4•• i ._ F - �a , • • -- r ._L � i..
_ �i`
— T UR s` !
'% � ��= _ - -. - _ r ��- • 't t. 1, - _ �..`k �• ::�� _!,P�►. r .
_nt
r - g lam• ' ' •.5j�� �`
a
ROAD CLOSED'
�• ti 1 r �+�� 1 I �?r
THRU TTRAFFICAF�A1
.. _-
10
cmr HALL_
1 T �► 2 . •.
APPROVED BY:
WORK ORDER #7238 DATE: 10/30/07
SHEET: 1.0
PLANNING/BUILDING/PUBLIC WORKS DEPARTMENT
U��Y O� Renton City Hall 1055 South Grady Way, Renton, WA 98055
!L `
UTILITY SYSTEMS DIVISION 425-430 7234 Fax: 425-430.7241
INTO
❑ TRANSPORTATION SYSTEMS DIVISION 425-430-7321 Fax: 425-430-7376
08-1
Ma `
1
WE ARE SENDING YOU ❑ ATTACHED
❑ SHOP DRAWING ❑ PRINTS
❑ COPY OF LETTER ❑
❑ Under Separate Cover via
❑ REPRODUCABLE PLANS SPECIFICATIONS
the following items:
❑ ORIGINALS
COPIES
DATE
NUMBER
DESCRIPTION / REMARKS
MESSAGE:
These are transmitted as checked below:
❑ FOR SIGNATURE APPROVAL ❑ APPROVED AS SUBMITTED
❑� FOR YOUR USE ❑ APPROVED AS NOTED
AS REQUESTED ❑ RETURNED FOR CORRECTIONS
FOR REVIEW AND COMMENT ❑
Copies to:
From:
❑ RESUBMIT COPIES FOR APPROVAL
❑ SUBMIT COPIES FOR DISTRIBUTION
❑ RETURN CORRECTED PRINTS
❑ PRINTS RETURNED AFTER LOAN TO US
IF ENCLOSURES ARE NOT AS NOTED, PLEASE NOTIFY US AT ONCE.
PBPW5001 09/99 bh
AGGREGATES
AGGREGATES
9-03
f crushed, partially crushed, or naturally occurring
rdance with the provisions of Section 3-01.
oundations
Class A, shall conform to the requirements of
19-03.9(3) for crushed surfacing base course.
Class B, shall conform to the requirements of
drements for stabilometer "R" value and swell
'ails
onsist of free draining granular material, essentially
ste or other extraneous or objectionable materials.
ents for grading and quality when placed in hauling
or during manufacture and placement into a
t of acceptance will be determined by the Engineer.
Percent Passing
100
75-100
22-66
5.0 max.
Vo. 200 '/, max.
No. 40
60 min.
tined on a U.S. No. 4 sieve shall contain not more
waste.
043.12(3) Gravel Backfill for Pipe Zone Bedding
Gravel backfill for pipe zone bedding shall consist of crushed, processed, or
suturally occurring granular material. It shall be free from various types of wood waste
of other extraneous or objectionable materials. It shall have such characteristics of size
anti shape that it will compact and shall meet the following specifications for grading
and quality:
Sieve Size
Percent Passing
1'/"square
100
1"square
75-100
V square
50-100
U.S. No. 4
20-80
U.S. No. 40
3-24
U.S. No. 200
10.0 max.
Sand Equivalent
35 min.
All percentages are by weight.
If, in the opinion of the Engineer, the native granular material is free from wood
waste, organic material, and other extraneous or objectionable materials, but otherwise
does not conform to the specifications for grading and Sand Equivalent, it may be used
for pipe bedding for rigid pipes, provided the native granular material has a maximum
dimension of 1'/-inches.
9-03.12(4) Gravel Backfill for Drains
Gravel backfill for drains shall conform to the following gradings:
Sieve Size
Percent Passing
1 " square
100--
square
80-100
square
0-40
U.S. No. 4
04
U.S. No. 200
0-2
Alkali silica reactivity testing is not required.
s
9-03.12(5) Gravel Backfill for Drywelis
Gravel backfill for drywells shall conform to the following gradings:
Sieve Size
Percent Passing
1'/" square
100
1"square
50-100
t '/" square
0-20
square
0-2
U.S. No. 200
0-1.5
Alkali silica reactivity testing is not required.
2006 Standard Specfcations M 41-10 2006 Standard Specifications M 41-10 Page 9-29
ERAL PIPE INSTALLATION REQUIREMENTS
-,mow .. - - .�. qs �*• ..
GENERAL PIPE INSTALLATION REQUIREMENTS 7-08
proved by the Engineer, shall be laid up grade from
pipe or from a designated starting point. The pipe
forward or upgrade. When pipe laying is not in
pe shall be kept tightly closed with an approved
Iected within the manufacturer's recommended
rizontal or vertical curvature, it shall first be joined
acted as required.
lected to an amount greater than the manufacturer's
ate required horizontal or vertical curvature, the curves
tngents and shop fabricated bends, subject to the
York, all pipe and appurtenances shall be open, clean,
erete
al reinforcement, the markings indicating the minor
laced in a vertical plane (top or bottom) when the
or Aluminum
spot welded seams shall be laid in the trench with the
-s upgrade and with longitudinal laps positioned other
together with approved bands.
sed in concrete shall be painted with two coats
painted shall be cleaned with solvent to remove
ipe shall be painted with two coats of paint
i TT P-645 (primer, paint, zinc chromate, alkyd
l not require painting when placed in Controlled
act concrete head walls.
ing the aluminum surfaces as specified shall be
er linear foot for the aluminum pipe or pipe arch.
ints
:ets, the pipe shall be handled carefully to avoid
or contaminating it with foreign material. Any gasket
ted, relubricated if required, and replaced before
❑ed before joints are forced home. Sufficient pressure
to ensure that the, joint is home, as defined in the
wided by the pipe manufacturer. The Contractor
to Engineer for pulling the pipe together, except
machinery will not be permitted. Any pipe damaged
hall be removed and replaced at no expense to the
2006 Standard Specifications M 41-10
Care shall be taken to properly align the pipe before joints are entirely forced
home. During insertion of the tongue or spigot, the pipe shall be partially supported by
hand, sling or crane to minimize unequal lateral pressure on the gasket and to maintain
concentricity until the gasket is properly positioned. Since most gasketed joints tend to
-a _ creep apart when the end of the pipe is deflected and straightened, such movement shall
,It be held to a minimum once the joint is home.
Sufficient restraint shall be applied to the line to ensure that joints once home
IF
are held so by compacting backfill material under and alongside the pipe or by other
f' acceptable means. At the end of the work day, the last pipe shall be blocked in such
a manner as may be required to prevent creep.
7-08.3(2)F Plugs and Connections
_V Plugs for pipe branches, stubs, or other open ends which are not to be immediately
3.
connected shall be made of an approved material and shall be secured in a place with a
joint comparable to the main line joint, or stoppers may be of an integrally cast breakout
design.
7-08.3(2)G Jointing of Dissimilar Pipe
Dissimilar pipe shall be jointed by use of a factory -fabricated adapter coupling
or a pipe collar as detailed in the Standard Plans.
7-08.3(2)H Sewer Line Connections
Storm and sanitary sewer line connections to trunks, mains, laterals, or side sewers
shall be left uncovered until after the Engineer has inspected and approved the work.
After approval of the connection, the trench shall be backfilled as specified.
7-08.3(2)I Side Sewer Connections
Where a storm or sanitary side sewer is larger than the trunk, main, or lateral to
which it is to be connected, the connection shall be made only at a standard manhole
unless otherwise provided in the Plans or in the Special Provisions, or unless otherwise
authorized by the Engineer.
7-08.3(3) Backfilling
Placement of pipe zone backfill shall be performed in accordance with these
requirements and the Standard Plan. Trenches shall be backfilled as soon after the
pipe laying as possible.
Pipe zone backfll material shall be clean earth or sand, free from clay, frozen lumps,
roots, or moisture in excess of that permitting required compaction. Rocks or lumps
larger than 3-inches maximum shall not be used for pipe zone backfill.
Pipe zone backfill shall be placed in loose layers and compacted to 90 percent
maximum density. Backfill shall be brought up simultaneously on each side of the pipe
to the top of the pipe zone. The pipe shall then be covered to the top of the pipe zone and
the materials compacted in a manner to avoid damaging or disturbing the completed pipe.
Backfill above the pipe zone shall be accomplished in such a manner that the pipe
will not be shifted out of position nor damaged by impact or overloading. If pipe is
being placed in a new embankment, backfill above the pipe zone shall be placed in
accordance with Section 2-03.3(14)C. If pipe is being placed under existing paved areas,
or roadways, backfill above the pipe zone shall be placed in horizontal layers no more
2006 Standard Specifications M 41-10 Pi ge "-1 "
7-08 GENERAL PIPE INSTALLATION REQUIREMENTS GENERAL PIPE INSTALLATION REQUIRE
than 6-inches thick and compacted to 95 percent maximum density. If pipe is being
7-08.5 Payment
placed in non -traffic areas, backfill above the pipe zone shall be placed in horizontal
Payment will be made in accordance with Sect:
layers no more than 6-inches thick and shall be compacted to 85 percent maximum
bid items that are included in the proposal:
density. All compaction shall be in accordance with the Compaction Control Test of
"Gravel Backfill for Foundations Class
Section 2-03.3(14)D. Material excavated from the trench shall be used for backfill
"Gravel Backfill for Pipe Zone Bedding", per c
above the pipe zone, except that organic material, frozen lumps, wood, rocks, or
All costs associated with furnishing and installi
pavement chunks larger than 6-inches in maximum dimension shall not be used.
within the pipe zone in the installation of culvert, stc
Materials determined by the Engineer to be unsuitable for backfill at the time of
shall be included in the unit contract price for the tyl
excavation shall be removed and replaced with imported backfill material.
"Plugging Existing Pipe", per each.
Backfilling of trenches in the vicinity of catch basins, manholes, or other
appurtenances will not be permitted until the cement in the masonry has become
"Commercial Concrete", per cubic yard.
thoroughly hardened.
1 "Structure Excavation Class B", per cubic yard
When it is required that a blanket of select material or bank run gravel is to be
r "Structure Excavation Class B Incl. Haul", r
per
placed on top of the native backfill, the backfill shall be placed to the elevations shown
"Shoring or Extra Excavation Class B", per sqt
in the Plans, or to the elevations specified by the Engineer. Compaction of the native
z All costs in jointing dissimilar pipe with a couF
material shall be as required by the Contracting Agency and shall be performed prior
included in the unit contract price per foot for the si:
to placing the select material. Surface material shall be loosened to whatever depth is
required to prevent bridging of the top layer, but shall in no case be less than 18-inches.
The Contractor shall not operate tractors or other heavy equipment over the top
of the pipe until the backfill has reached a height of 2-feet above the top of the pipe.
7-08.3(4) Plugging Existing Pipe
Where shown in the Plans or where designated by the Engineer, existing pipes shall
be plugged on the inlet end for a distance of two diameters with commercial concrete.
Care shall be used in placing the concrete in the pipe to see that the opening of the pipe
is completely filled and thoroughly plugged.
7-08.4 Measurement
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.
There will be no specific unit of measure for any material placed in the pipe zone
in the installation of culvert, storm sewer, and sanitary sewer pipes.
Plugging pipes will be measured per each, for each plug installed, for pipe diameters
up to and including 36-inches. The concrete for plugging pipes in excess of 36-inches
in diameter will be measured by the cubic yard. Computations for corrugated metal
pipes will be based on the nominal diameter.
Excavation of the trench will be measured as structure excavation Class B or
structure excavation Class B including haul, by the cubic yard as specified in Section
2-09. When excavation below grade is necessary, excavation will be measured to the
limits ordered by the Engineer.
Embankment construction before pipe placement under the applicable provisions
of Section 7-08.3(1)A will be measured in accordance with Section 2-03.
Shoring or extra excavation class B will be measured as specified in Section 2-09.4.
Page 7-28 2006 Standard Specifications M 41-10
p
2006 Standard Specifications M 41-10
The CONTRACTOR shall inspect each pipe and fitting prior to installation to insure that there are not
damaged portions of the pipe. Any defective, damaged or unsound pipe shall be repaired or replaced.
All foreign matter or dirt shall be removed from the interior of the pipe before lowering into position
in the trench. Pipe shall be kept clean during and after laying. All openings in the pipe line shall be
closed with water tight expandable type sewer plugs at the end of each day's operation or whenever
the pipe openings are left unattended. The use of burlap, wood, or other similar temporary plugs will
not be permitted.
Where necessary to raise or lower the pipe due to unforeseen obstructions or other causes, the
ENGINEER may change the alignment and/or the grades. Except for short runs which may be
permitted by the ENGINEER, pipes shall be laid uphill on grades exceeding 10 percent. Pipe which
is laid on a downhill grade shall be blocked and held in place until sufficient support is furnished by
the following pipe to prevent movement.
Unless otherwise required, all pipe shall be laid straight between the changes in alignment and at
uniform grade between changes in grade. For concrete pipes with elliptical reinforcement, the pipe
shall be placed with the minor axis of the reinforcement in a vertical position.
Immediately after the pipe joints has been made, proper gasket placement shall be checked with a
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 7-043(2)H is supplemented by adding the following:
All connections not occurring at a manhole or catch basin shall be done utilizing pre -manufactured
tee connectors or pipe sections approved by the Engineer. Any other method or materials proposed
for use in making connections shall be subject to approval by the Engineer.
Unless otherwise approved by the Engineer, all connections of lateral sewers to existing mains shall
be made through a cast iron saddle secured to the sewer main with stainless steel bands. When the
existing main is constructed of vitrified clay, plain or reinforced concrete, cast or ductile iron pipe, the
existing main shall be core drilled.
Connections (unless booted connections have been provided for) to existing concrete manholes shall
be core -drilled, and shall have an "O" ring rubber gasket meeting ASTM C478 in a manhole
coupling equal to the Johns -Manville Asbestos -Cement collar, or use a conical type flexible seal equal
to Kor-N-Seal. PVC pipe connection shall consist of tee, nipple and couplers as approved by the
Engineer.
7-08.3(2)J Placing PVC Pipe
Section 7-083(2)J is an added new section:
In the trench, prepared as specified in Section 7-023(1) PVC pipe shall be laid beginning at the lower
end, with the bell end upgrade. Pea gravel will be used as the bedding material and extend from 6"
below the bottom of the pipe to 6" above the top of the pipe. When it is necessary to connect to a
structure with a mudded joint a rubber gasketed concrete adapter -collar will be used at the point of
connection.
7-08.3(3)A Backfilling Sanitary Sewer Trenches
Section 7-08.3(3)A is an added new section supplementing 7-083(3)
To the maximum extent available, suitable material obtained from trench excavation shall be used for
trench backfill. All material placed as trench backfill shall be free from rocks or stones larger than 8
79
inches in their greatest dimension, brush, stumps, logs, roots, debris and organic or other deleterious
materials. No stones or rock shall be placed in the upper three feet of trench backfill. Rock or stones
within the allowable size limit incorporated in the remainder of fills shall be distributed so that they
do not congregate or interfere with proper compaction.
If the native material is considered by the Engineer as unsuitable for backfill, or where unsuitable
material is requested by the Engineer to be removed or over -excavated from trench excavations, then
Bank Run Gravel for Trench Backfill Sewer material conforming to the requirements of Section 9-
03.19 shall be used. All native or imported backfill material shall be compacted to 95% of maximum
dry density per ASTM D 1557 unless otherwise specified herein or on the Plans.
Backfill within paved areas shall be compacted to at least 95 percent of maximum dry density as
determined by the modified proctor compaction test, ASTM D1557. This includes the foundation,
backfill, and base course materials. Maximum lift thickness of backfill shall not exceed 24 inches
between the top of the bedding and 4 feet below grade and 12 inches from 4 feet below grade to the
base of the subgrade. The Engineer may be on -site to collect soil samples and to test compaction.
The Contractor shall provide site access at all times for compaction testing and sample collection.
Areas of the trench which fail to meet the compaction requirements shall be removed and replace and
re -compacted at the Contractor's expense.
In cuts transverse to the road alignment and at all utility crossings, the entire trench shall be backfilled
with crushed surfacing. Backfill shall be placed and mechanically compacted in 1-foot maximum
lifts. After backfill and compaction, an immediate cold mix patch shall be placed and maintained in a
manner acceptable to the King County inspector until replaced with a permanent hot mix patch.
The Contractor shall be responsible for any settlement of backfill, sub -base, and pavement which may
occur during the period stipulated in the contract conditions. All repairs necessary due to settlement
shall be made by the Contractor at his expense.
Backfill in unimproved areas shall be compacted to at least 90 percent of maximum dry density as
determined by the modified proctor compaction test, ASTM D1557.
The Contractor shall be responsible for the disposal of any excess excavated material.
7-08.4 Measurement
The first paragraph of Section 7-08.4 is revised as follows:
Gravel backfill for foundations, or gravel backfill for pipe zone bedding when used for foundations,
shall be measured by the cubic yard, including haul, as specified in 2-09, or by the TON.
7-08.5 Payment
Section 7-08.5 is replaced with:
Payment will be made in accordance with Section 1-04.1 for each of the following bid items that are
included in the proposal:
"Gravel Backfill for Foundations Class ", per cubic yard, or Ton.
"Gravel Backfill for Pipe Zone Bedding", per cubic yard, or Ton.
All costs associated with furnishing and installing bedding and backfill material within the pipe zone
in the installation of culvert, storm sewer, and sanitary sewer pipes shall be included in the unit
contract price for the type and size of pipe installed.
"Plugging Existing Pipe", per each.
"Commercial Concrete", per cubic yard.
"Structure Excavation Class B", per cubic yard.
80
151
146
n 141
>;
m
0 136
131
126
2
MOISTURE
DENSITY
TEST REPORT RECEI
Curve No. OCT 2 5 z
ZAV S G
P 3490 CITY OF RENT
2.85 UTILITY SYSTE
Test Specification:
ASTM D 1557-00 Method C Modified
Oversize correction applied to each point
Preparation Method
Hammer Wt. 10 lb.
Hammer Drop 18 in.
Number of Layers five
Blows per Layer 56
Mold Size .075 cu.ft.
Test Performed on Material
Passing 3/4 in. Sieve
NM 5% LL NT PI NT
Sp.G. (ASTM D 854) Estimate
%>3/4 in. 22.6 %<No.200 6.3
USCS GW-GM AASHTO AA- 1-a
Date Sampled 10/16/07
10 12 14 Date Tested 10/17/07
Tested By A. Duong
TESTING DATA
4
6
Water
8
content,
%
1
2
3
4
5
6
WM + WS
10368.0
10529.0
10589.0
10579.0
WM
5577.0
5577.0
5577.0
5577.0
WW+T#1
781.80
718.10
695.70
677.50
WD+T#1
739.50
662.50
627.70
603.10
TARE #1
0.00
0.00
0.00
0.00
WW+T#2
WD+T#2
TARE #2
MOISTURE
4.7
6.8
1 8.7
9.8
DRY DENSITY 1
139.4
140.3
1 139.2
137.4
ROCK CORRECTED TEST RESULTS
UNCORRECTED
Material Description
Maximum dry density = 140.5 pcf
Optimum moisture = 7.0 %
134.5 pcf
8•5 %
Sample #3490: Light brown pit run
USCS: Well -graded gravel with silt and sand
Remarks:
Test Equipment ID: 4
Sand Equivalent: 58
Project No. 07-845 Client: City of Renton Utilities Division
Project: Benson Road I-405 Waterline Relocation
Renton Village Place & Talbott Road
• Location: Southeast side of parking lot (northernmost pile)
Checked by: W. Hansen
Title: Project Manager
MOISTURE DENSITY TEST REPORT
OTTO ROSENAU & ASSOCIATES, INC.
Tk
07
>N
fS
101
91
8(
T
ry
W 6(
Z
LL
Z 5(
W
U
W 4(
a.
30
20
10
0
Particle Size Distribution Report - ASTM D 422
e Q O
1
—�-
S e ' cation:
WSDOT
9-03A2 3
Gravel
Backfill
Wipe Zone
Beddin
_
1
\
;1
\
\
\
.... v r U. 1
C;RAIN S17F - mm
U.UI U.UU1
% COBBLES
% GRAVEL
% SAND
% SILT % CLAY
0.0
60.5
33.2
6.3
SIEVE
SIZE
PERCENT
FINER
SPEC.*
PERCENT
PASS?
(X=NO)
1.5 in.
100.0
100- 100
1 in.
86.8
75 - 100
0.75 in.
77.4
0.625 in.
67.9
50 - 100
0.5 in.
60.4
0.375 in.
54.0
0.25 in.
44.4
#4
39.5
20 - 80
#10
25.6
#40
11.3
3 - 24
#100
7.4
#200
6.3
0 - 10
Soil Description
Sample #3490: Light brown pit run
USCS: Well -graded gravel with silt and sand
Atterberg Limits (ASTM D 4318)
PL= NT LL= NT
Pl= NT
Classification
USCS= GW-GM AASHTO=
A-1 i
Coefficients
D85= 23.8 D60= 12.5
D50= 8.07
D30= 2.66 D15= 0.753
D10= 0.327
Cu= 38.26 Cc= 1.73
Date Tested: 10/17/2007rested By:
A. Duong
Remarks
Classification (ASTM D2487)
Natural Moisture (ASTM D2216)
Test Equipment ID: 5
WSDOT 9-03.12(3) Gravel Backfill f/Pipe Zone Bedding
Sample No.: 3490 SourceM SamLorthernmost
Date Sampled: 10/16/07
Location: Southeast side of g 1 pile) Elev./Depth:
Checked By: W. Hansen Project Manager
OTTO ROSEWAV'_ Client: City of Renton Utilities Division
Project: Benson Road I-405 Waterline Relocation
& ASSOCIATES INC. Renton Village Place & Talbott Road
j Proect No: 07-845