Loading...
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