Loading...
HomeMy WebLinkAboutWTR272890(10)4, CITY OF RENTON .AL Planning/Building/Public Works Department T J e Tanner, Mayor Gregg Zimmerman P.E., Administrator June 14, 2001 Joe Adams Archer Construction, Inc. 7855 So. 206th St. Kent, WA 98032 SUBJECT: Notice to Proceed — Relocation of 10" water meters for Boeing Renton plant CAG 01-043, WTR-27-2890 Joe: This letter is your official "Notice to Proceed" on the construction contract for the Relocation of 10" water meters for Boeing Renton plant. You are hereby notified to commence work in accordance with the Contract CAG 01-043 dated May 17, 2001, on or before Monday, June 25, 2001, and you are to complete the work within sixty (60) working days thereafter. If you have any questions regarding this notice, please call me at 425-430-7207. Sincerely, Laszlo Csuha Project Manager - Water Utility Receipt of this NOTICE TO PROCEED is hereby acknowledged This, the day of -It -Me- , 2001. Contractor: By: / ♦ /P✓ Title P.S. Please sign and return one copy of this Notice to Proceed Acknowledgment to me in the enclosed business reply envelope. CC: Greg Karalus — Boeing Plant Engineer Jim Wilke — Seattle Public Utilities 1055 South Grady Way -Renton, Washington 98055 ® This paper contains 50 % recycled material, 30 % post consumer CITY OF RENTON Planning/Building/Public Works Department Gregg Zimmerman P.E., Administrator Jesse Tanner, Mayor April 24, 2001 Mr. Wade Archer Archer Construction Inc. 7855 So. 206th St. Kent, WA. 98032 SUBJECT: Relocation of 10" water maters for Boeing Renton Plant CAG 01-043 Contract Documents Dear Wade: The Renton City Council has awarded the subject construction contract to your firm on April 24, 2001, in the total amount of $123,344.38. In order to prepare the contract documents, I am requesting that you provide the following documents to me as soon as possible: • A list of names, addresses, phone numbers, pager numbers, and emergency phone numbers for the responsible officer and the on -site job foreman. • A Corporation Letter of Resolution giving the names of those authorized to sign contract documents, change orders and a sample of their signatures. • A photocopy of your current 2001 State Contractor's License (not Master License). • A photocopy of your current 2001 City of Renton Business License. • Three Contract Bonds, on City of Renton Forms enclosed, UNDATED, the date will be filled in when the contract is signed by the Mayor. • Three signed Contracts also UNDATED. The blank forms of the contract are enclosed. • Three signed Fair Practices Policy Affidavit of Compliance. Three Certificates of Insurance for 2001, naming the City of Renton, as additional insured. Sample of certificate of insurance is attached for reference only. Please return all of the above documents and the signed and undated contracts to me. After our review of the above documents, the Mayor will then execute the contract and a final copy will be returned to you. A pre -construction conference will be scheduled as soon as the contract is executed. Please submit the following information before the pre -construction conference. • Contractor's detailed plan of operation and progress schedule, using the critical path method. • Order dates, statement of origin, composition, name of principal suppliers and manufacturer of materials to be used. • Preliminary list of shop drawings and schedule of submittals. • Traffic Control Plan 1055 South Grady Way - Renton, Washington 98055 � ® This paper contains 50 % recycled material, 20 % post consumer e ten�1� Page 2 April 24, 2001 Please call me at (425) 430-7207 if you have any questions or need additional information on this contract. Sincerely, Laszlo Csuha Project Manager - Water Utility Enclosure CC: Abdul Gafour - Water Utility Supervisor H:\DIVISION.S\UTILITIE.S\DOCS\2001\2001-215.doc\LC\tb April 24, 2001 Mr. Wade Archer Archer Construction Inc. 7855 So. 206th St. Kent, WA. 98032 SUBJECT: Relocation of 10" water maters for Boeing Renton Plant — -Contract Documents Dear Wade: The Renton City Council has warded the subject construction contract to your firm on April 24, 2001 in the total amount of $123,344.38. In order to prepare the contract documents, I am requesting that you provide the following documents to me as soon as possible: • A list of names, addresses, phone numbers, pager numbers, and emergency phone numbers for the responsible officer and the on -site job foreman. • A Corporation Letter of Resolution giving the names of those authorized to sign contract documents, change orders and a sample of their signatures. • A photocopy of your current 2001 State Contractor's License (not Master License). • A photocopy of your current 2001 City of Renton Business License. • Three Contract Bonds, on City of Renton Forms enclosed, UNDATED, the date will be filled in when the contract is signed by the Mayor. • Three signed Contracts also UNDATED. The blank forms of the contract are enclosed. • Three signed Fair Practices Policy Affidavit of Compliance. Three Certificates of Insurance for 2001, naming the City of Renton, as additional insured. Sample of certificate of insurance is attached for reference only. Please return all of the above documents and the signed and undated contracts to me. After our review of the above documents, the contract will then be executed by the Mayor and a final copy will be returned to you. A pre -construction conference will be scheduled as soon as the contract is executed. Please submit the following information before the pre -construction conference. • Contractor's detailed plan of operation and progress schedule, using the critical path method. • Order dates, statement of origin, composition, name of principal suppliers and manufacturer of materials to be used. • Preliminary list of shop drawings and schedule of submittals. Page 2 April 24, 2001 • Traffic Control Plan Please call me at (425) 430-7207 if you have any questions or need additional information on this contract. Sincerely, Laszlo Csuha Project Manager - Water Utility Enclosure CC: Abdul Gafour - Water Utility Supervisor H:\DIVISION.S\LMLITIE.S\WATER\LASZLO\Boeing-vault\Correspondence\AWARDLTR.DOC BOND TO THE CITY OF RENTON KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned as principal, and corporation organized and existing under the laws of the State of as a surety corporation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal corporations, as surety are jointly and severally held and firmly bound to the City of Renton in the penal sum of for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or person representatives, as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washington, the Ordinance of the City of Renton. Dated at Washington, this day of , 2001. Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to Public Works Construction Contract CAG 01-043 providing for construction of Relocation of 10" Water Meters for Boeing Renton Plant the principal is required to furnish a bond for the faithful performance of the contract; and WHEREAS, the principal has accepted, or is about to accept, the contract, and undertake to perform the work therein provided for in the manner and within the time set forth; NOW, THEREFORE, if the principal shall faithfully perform all of the provisions of said contract in the manner and within the time therein set forth, or within such extensions of time as may be granted under said contract, and shall pay all laborers, mechanics, subcontractors and material handling men, and all persons who shall supply said principal or subcontractors with provisions and supplies for the carrying on of said work, and shall hold said City of Renton harmless from any loss or damage occasioned to any person or property by reason of any carelessness or negligence on the part of said principal, or any subcontractor in the performance of said work, and shall indemnify and hold the City of Renton harmless from any damage or expense by reason of failure of performance as specified in the contract or from defects appearing or developing in the material or workmanship provided or performed under the contract within a period of one year after its acceptance thereof by the City of Renton, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. Principal Signature Title Surety Signature Title Approved by Larry Warren 2/14/92 CITY OF RENTON FAIR PRACTICES POLICY O AFFIDAVIT OF COMPLIANCE ARCHER CONSTRUCTION INC. hereby confirms and declares that It is the policy of ARCHER CONSTRUCTION INC. to offer equal opportunity to all qualified employees and applicants for employment without regard to the race, creed, color, sex, national origin, age, disability or veteran status. II. ARCHER CONSTRUCTION INC. complies with all applicable federal, state and local laws governing non-discrimination in employment. II. When applicable, ARCHER CONSTRUCTION INC. will seek out and negotiate with minority and women contractors for the award of subcontracts. Print Agent/Representative's Name Print Agent/Representative's Title Agent/Representative's Signature Date Signed Instructions: This document MUST be completed by each contractor, subcontractor, consultant and/or supplier. Include or attach this document(s) with the contract. H:\DIVISION.S\UTILITIE.S\WATER\LASZLO\Boeing-vault\Specs\bidpack.doc Page 17 CITY OF RENTON FAIR PRACTICES POLICY O AFFIDAVIT OF COMPLIANCE hereby confirms and declares that (Name of contractor/subcontractor/consultant/supplier) I. It is the policy of to offer equal ( Name of contractor/subcontractor/consultant/supplier) opportunity to all qualified employees and applicants for employment without regard to the race, creed, color, sex, national origin, age, disability or veteran status. II. complies with all applicable ( Name of contractor/subcontractor/consultant/supplier) federal, state and local laws governing non-discrimination in employment. II. When applicable, will seek out and ( Name of contractor/subcontractor/consultant/supplier) negotiate with minority and women contractors for the award of subcontracts. Print Agent/Representative's Name Print Agent/Representative's Title Agent/Representative's Signature Date Signed Instructions: This document MUST be completed by each contractor, subcontractor, consultant and/or supplier. Include or attach this document(s) with the contract. H:\DIVISION.S\UTILITIE.S\WATER\LASZLO\Boeing-vault\Specs\bidpack.doc Page 17 CONTRACTS OTHER THAN FEDERAL -AID FHWA THIS AGREEMENT, made and entered into this day of , 20 . by and between THE CITY OF RENTON, Washington, a municipal corporation of the State of Washington, hereinafter referred to as "CITY" and ARCHER CONSTRUCTION INC. hereinafter referred to as "CONTRACTOR." WITNESSETH: I) The Contractor shall within the time stipulated, (to -wit: within (30) thirty working days from date of commencement hereof as required by the Contract, of which this agreement is a component part) perform all the work and services required to be performed, and provide and furnish all of the labor, materials, appliances, machines, tools, equipment, utility and transportation services necessary to perform the Contract, and shall complete the construction and installation work in a workmanlike manner, in connection with the City's Project identified as CAG-01-043 for improvement by construction and installation of: Relocation of 10" Water Meters for Boeing Renton Plant All the foregoing shall be timely performed, furnished, constructed, installed andcompleted in strict conformity with the plans and specifications, including any and all addenda issued by the City and all other documents hereinafter enumerated, and in full compliance with all applicable codes, ordinances and regulations of the City of Renton and any other governmental authority having jurisdiction thereover. It is further agreed and stipulated that all of said labor, materials, appliances, machines, tools, equipment and services shall be furnished and the construction installation performed and completed to the satisfaction and the approval of the City's Public Works Director as being in such conformity with the plans, specifications and all requirements of or arising under the Contract. 2) The aforesaid Contract, entered into by the acceptance of the Contractor's bid and signing of this agreement, consists of the following documents, all of which are component parts of said Contract and as fully a part thereof as if herein set out in full, and if not attached, as if hereto attached. a) This Agreement b) Instruction to Bidders c) Bid Proposal d) Specifications e) Maps and Plans f) Bid g) Advertisement for Bids h) Special Provisions, if any i) Technical Specifications, if any H:\DIVISION.S\UfILITIE.S\WATER\LASZLO\Boeing-vault\Specs\bidpack.doc Page 18 3) If the Contractor refuses or fails to prosecute the work or any part thereof, with such diligence as will insure its completion within the time specified in this Contract, or any extension in writing thereof, or fails to complete said work with such time, or if the Contractor shall be adjudged a bankrupt, or if he should make a general assignment for the benefit of his creditors, or if a receiver shall be appointed on account of the Contractor's insolvency, or if he or any of his subcontractors should violate any of the provisions of this Contract, the City may then serve written notice upon him and his surety of its intention to terminate the Contract, and unless within ten (10) days after the serving of such notice, such violation or non-compliance of any provision of the Contract shall cease and satisfactory arrangement for the correction thereof be made, this Contract, shall, upon the expiration of said ten (10) day period, cease and terminate in every respect. In the event of any such termination, the City shall immediately serve written notice thereof upon the surety and the Contractor and the surety shall have the right to take over and perform the Contract, provided, however, that if the surety within fifteen (15) days after the serving upon it of such notice of termination does not perform the Contract or does not commence performance thereof within thirty (30) days from the date of serving such notice, the City itself may take over the work under the Contract and prosecute the same to completion by Contract or by any other method it may deem advisable, for the account and at the expense of the Contractor, and his surety shall be liable to the City for any excess cost or other damages occasioned the City thereby. In such event, the City, if it so elects, may, without liability for so doing, take possession of and utilize in completing said Contract such materials, machinery, appliances, equipment, plants and other properties belonging to the Contractor as may be on site of the project and useful therein. 4) The foregoing provisions are in addition to and not in limitation of any other rights or remedies available to the City. 5) Contractor agrees and covenants to hold and save the City, its officers, agents, representatives and employees harmless and to promptly indemnify same from and against any and all claims, actions, damages, liability of every type and nature including all costs and legal expenses incurred by reason of any work arising under or in connection with the Contract to be performed hereunder, including loss of life, personal injury and/or damage to property arising from or out of any occurrence, omission or activity upon, on or about the premises worked upon or in any way relating to this Contract. This hold harmless and indemnification provision shall likewise apply for or on account of any patented or unpatented invention, process, article or appliance manufactured for use in the performance of the Contract, including its use by the City, unless otherwise specifically provided for in this Contract. In the event the City shall, without fault on its part, be made a party to any litigation commenced by or against Contractor, then Contractor shall proceed and hold the City harmless and he shall pay all costs, expenses and reasonable attorney's fees incurred or paid by the City in connection with such litigation. Furthermore, Contractor agrees to pay all costs, expenses and reasonable attorney's fees that may be incurred or paid by City in the enforcement of any of the covenants, provisions and agreements hereunder. Nothing herein shall require the Contractor to indemnify the City against and hold harmless the City, from claims, demands or suits based solely upon the conduct of the City, its officers or employees and provided further that if claims or suits are caused by or result from the concurrent negligence of (a) the Contractor's agents or employees and (b) the City, its agents, officers and employees, and involves those actions covered by RCW 4.24.115, this indemnity provision with respect to claims or suits based upon such concurrent negligence shall be valid and enforceable only to the extent of the Contractor's negligence or the negligence of the Contractor's agents or employees. H:\DIVISION.S\UTILITIE.S\WATER\LASZLO\Boeing-vault\Specs\bidpack.doc Page 19 6) Any notice from one party to the other party under the Contract shall be in writing and shall be dated and signed by the party giving such notice or by its duly authorized representative of such party. Any such notice as heretofore specified shall be given by personal delivery thereof or by depositing same in the United States mail, postage prepaid, certified or registered mail. 7) The Contractor shall commence performance of the Contract no later than 10 calendar days after Contract final execution, and shall complete the full performance of the Contract not later than thirty [301 working days from the date of commencement. For each and every working day of delay after the established day of completion, it is hereby stipulated and agreed that the damages to the City occasioned by said delay will be the sum of per Section 1-08.9 of Standard Specifications as liquidated damages (and not as a penalty) for each such day, which shall be paid by the Contractor to the City. 8) Neither the final certificate of payment not any provision in the Contract nor partial or entire use of any installation provided for by this Contract shall relieve the Contractor of liability in respect to any warranties or responsibility for faulty materials or workmanship. The Contractor shall be under the duty to remedy any defects in the work and pay for any damage to other work resulting therefrom which shall appear within the period of one (1) year from the date of final acceptance of the work, unless a longer period is specified. The City will give notice of observed defects as heretofore specified with reasonable promptness after discovery thereof, and Contractor shall be obligated to take immediate steps to correct and remedy any such defect, fault or breach at the sole cost and expense of Contractor. 9) The Contractor and each subcontractor, if any, shall submit to the City such schedules of quantities and costs, progress schedules, payrolls, reports, estimates, records and miscellaneous data pertaining to the Contract as may be requested by the City from time to time. 10) The Contractor shall furnish a surety bond or bonds as security for the faithful performance of the Contract, including the payment of all persons and firms performing labor on the construction project under this Contract or furnishing materials in connection with this Contract; said bond to be in the full amount of the Contract price as specified in Paragraph 11. The surety or sureties on such bond or bonds must be duly licensed as a surety in the State of Washington. H:\DIVISION.S\UTILITIE.S\WATER\LASZLO\Boeing-vault\Specs\bidpack.doc Page 20 11) The total amount of this contract is the sum of $123,344.38 ONE HUNDRED TWENTY THREE THOUSAND THREE HUNDRED FOURTY FOUR DOLLARS AND THIRTHY EIGHT CENTS. which includes Washington State Sales Tax. Payments will be made to Contractor as specified in the "General Requirements" and this Contract Document. IN WITNESS WHEREOF, the City has caused these presents to be signed by its Mayor and attested by its City Clerk and the Contractor has hereunto set his hand and seal the day and year first above -written. CONTRACTOR President/Partner/Owner Secretary dba Firm Name check one 0 Individual 0 Partnership Attention: Mayor 0 Corporation Incorporated in .�11Was]Wmakwene ATTEST City Clerk If business is a CORPORATION, name of the corporation should be listed in full and both President and Secretary must sign the contract, OR if one signature is permitted by corporation by-laws, a copy of the by-laws shall be furnished to the City and made a part of the contract document. If business is a PARTNERSHIP, full name of each partner should be listed followed by d/b/a (doing business as) and firm or trade name; any one partner may sign the contract. If business is an INDIVIDUAL PROPRIETORSHIP, the name of the owner should appear followed by d/b/a and name of the company. H:\DIVISION.S\UTILITIE.S\WATER\LASZLO\Boeing-vault\Specs\bidpack.doc Page 21 ENDORSEMENT In consideration of the premium charged, it is hereby agreed and understood that Policy Number issued by Insurance Company, is amended to include the following terms and conditions as respects Contract Number CAG 01-043 issued by the City of Renton (OWNER). 1. ADDITIONAL INSURED. The OWNER, their elected or appointed officers, officials, employees, sub -consultants, and volunteers are included as additionally insured with regard to damages and defense of claims arising from: (a) activities performed by or on behalf of the NAMED INSURED; or (b) products and completed operations of the NAMED INSURED, or (c) premises owned, leased or used by the NAMED INSURED. 2. CONTRIBUTION NOT REQUIRED. As respects: (a) work performed by the NAMED INSURED for or on behalf of the OWNER; or (b) products sold by the NAMED INSURED to the OWNER; or (c) premises leased by the NAMED INSURED from the OWNER, the insurance afforded by this policy shall be primary insurance as respects the OWNER, or any other insured, its elected or appointed officers, officials, employees, sub -consultants or volunteers; or stand in an unbroken chain of coverage excess of the NAMED INSURED'S scheduled underlying primary coverage. In either event, any other insurance maintained by the OWNER, or any other insured, its elected or appointed officers, officials, employees, sub -consultants or volunteers shall be in excess of this insurance and shall not contribute with it. SEVERABILITY OF INTEREST. The inclusion of more than one Insured under this policy shall not affect the rights of any Insured as respects any claim, suit or judgment made or brought by or for any other Insured or by or for any employee of any other Insured. This policy shall protect each Insured in the same manner as through a separate policy had been issued to each, except that nothing herein shall operate to increase the company's liability beyond the amount or amounts for which the company would have been liable had only one insured been named. 4. CANCELLATION NOTICE. The insurance afforded by this policy shall not be suspended, voided, canceled, reduced in coverage or in limits except after FORTY-FIVE (45) days' prior written notice by certified mail return receipt requested has been given to the OWNER. Such notice shall be addressed to (a) the OWNER and (b) the CONSULTANT. 5. CLAIM REPORTING. The OWNER has no obligation to report occurrences unless a claim has been filed with the OWNER. 6. AGGREGATE LIMIT. The General Aggregate Limit under Limits of Insurance applies separately to the above named contract for the above named OWNER. Date Authorized Representative Signature H:\DIVISION.S\UTILITIE.S\WATER\LASZLO\Boeing-vault\Specs\bidpack.doc Page 22 CAG-01-043 CITY OF RENTON HUMAN RESOURCES & RISK MANAGEMENT DEPARTMENT sINSURANCE INFORMATION FORM CONTRACTOR/CONSULTANT: ARCHER CONSTRUCTION INC. PROJECT NUMBER: WTR-27-2890, Relocation of 10" Water Meters for Boeing Renton Plant, STAFF CONTACT: Laszlo Csuha Certificate of Insurance indicates the coverages and limits specified in contract? If no, explain below: ❑ Yes ❑ No Is the Commercial General Liability policy form an ISO 1993 Occurrence Form or Equivalent? ❑ Yes ❑ No (If no, attach a copy of the policy with required coverages clearly identified) CG 0043 Amendatory Endorsement provided?*A ❑ Yes ❑ No CGL General Aggregate provided on a "per project basis (CG2503)?* ❑ Yes ❑ No Additional Insured wording provided?* ❑ Yes ❑ No All coverage on a primary basis and non-contributing basis?* ❑ Yes ❑ No Waiver of Subrogation Clause applies?* ❑ Yes ❑ No Severability of Interest Clause (Cross Liability) applies? ❑ Yes ❑ No Notice of Cancellation/Non-Renewal amended to 45 days?* ❑ Yes ❑ No * To be shown on certificate of insurance A Not required if ISO Occurrence form is 1990 or earlier; may also be assumed under contract. AM BEST'S RATING FOR CARRIER: CGL Auto Umb Professional This Questionnaire is issued as a matter of information. This questionnaire is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies indicated on the attached CERTIFICATE OF INSURANCE. The CITY OF RENTON, at its option, shall obtain copies of the policies and/or specific declaration pages FROM awarded bidder prior to execution of contract. Agency/Broker Address Name of person to contact Completed By (Type or Print Name) Completed By (Signature) Telephone Number NOTE: THIS QUESTIONNAIRE MUST BE COMPLETED AND ATTACHED TO CERTIFICATE OF INSURANCE FOR EACH LINE OF COVERAGE ry � ARCHER CONSTRUCTION, INC. 7855 So. 206th St. • Kent, WA 98032 • (253) 872-7222 / FAX (253) 872-7277 AR-CH-EI-219-DR May 1, 2001 RtCJ �`. Laszlo Csuha MAY — 3 2001 City of Renton CITY OF RENTON 1055 South Grady Way UTILITY SYSTEMS Renton, WA 98055 RE: Relocation of 10" water meters for Boeing Renton Plant CAG 0 1 -043 Dear Laszlo: Enclosed are the following documents for this project: 1. Names and address of project manager and job foreman 2. Corporate Resolution 3. Copy of 2001 State Contractor's License 4. Copy of City of Renton business license 5. Three executed contract documents 6. Three insurance certificates Please call if you have any questions. Sincerely, Wade Archer President UTILITIES • FIRE PROTECTION ARCHER CONSTRUCTION, INC SUBJECT: RELOCATION OF 10" WATER METERS FOR BOEING RENTON PLANT CAG 01-043 PROJECT MANAGER: SCOTT L TRAUTMANN 16836 113TH AVE SE RENTON WA 98055 PHONE: 253/872-7222 CEL: 206/396-1813 HOME: 425/228-8951 PROJECT FOREMAN: JEROME KINZLER CEL: 206/396-1816 25440 SE 357TH ST HOME: 360/886-7144 AUBURN WA 98002 MAY 1, 2001 CORPORATE RESOLUTION Resolved that: Wade Archer and/or Allyson D. Archer, whose signatures appear below, are hereby authorized, directed and empowered for and on behalf of the corporation and in its name to execute any legal document which the corporation may have need of execution. Authorized Signatures: Wade Archer 7 Allyson D. Archer I, Allyson D. Archer, Officer of Archer Construction, Inc., do hereby certify that the resolution appearing above is a full, true and correct copy of a resolution of the Board of Directors of said company which was duly and regularly called and held in all respects as required by law and that the signatures appearing on the above mentioned copy of said resolution are the genuine signatures of the persons mentioned in said resolution and authorized to act on behalf of said company as set forth in said resolution. I further certify that said resolution had not been amended or revoked and is still in frill force and effect. IN WITNESS WHEREOF, I have hereunto set my hand as such Officer of said corporation and affix the corporate seal of said corporation this 1" day of May 2001. '��� Signature of Officer Named Above DEPARTMENT OF LABOR AND INDUSTRIES REGISTERED AS PROVIDED BY LAW -AS CONST CONT GENERAL "DATE .A= R 04/01/20012 wo ARCHER -CONSTRUCTION INC 7855 S 206TH ST KENT WA 98032 F625-052-000 (8/97) CITY OF RENTON 40 BUSINESS LICENSE 2001 U177 11206TH ARCHER CONSTRUCTION INC 7855 S 206TH KENT WA 98032 Licensee has made application for a City of Renton business license in accordance with the provisions of Title V, Business Regulations Chapter 1, Code of General Ordinances of the City of Renton and agrees to comply with all the requirements of said ordinance. Licensee shall further comply with and all other City Code Ordinances, State Laws and Regulations applicable to the business activity licensed. Post this License at place of business. City of Renton Licensing Division 1055 South Grady Way Renton, WA 98055 (425)430-6851 DP 3133 12/94 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. 1-03 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 bid opening. 1-04 SCOPE OF THE WORK 1-04.12 Hours of Work (Additional Section) General hours of work for the Project shall be limited to the hours of 7:00 a.m. to 5:00 p.m. See Section 1-07.23(1)A of the Special Provisions for lane closure limitations. 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 Special Provisions Page 1 3/8/01 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 superelevations. 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 or Contractor. 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(Z). 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 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 CONTRACTOWs 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. Page 2 WTR-27-2890 Special Provisions 3/8/01 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 thoroughly 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 will be furnished by the CONTRACTING AGENCY. The CONTRACTOR shall further notify each occupancy in person a minimum of three days prior to construction adjacent to each property. 1-07.17 Utilities and Similar Facilities (Supplemental Section) The CONTRACTOR shall provide written notification to the ENGINEER whenever an adjustment to the new sewer line location or grade is known to be required in order to avoid conflicts. Locations and dimensions shown in the plans for existing buried facilities are in accordance with available information obtained without uncovering, measuring, or other verification. The CONTRACTOR shall be responsible for determining their exact location. All utilities shall be potholed to locate them horizontally and vertically a sufficient time in advance of the pipe excavation, removal, and laying operation to allow adjustments to be made as necessary to avoid conflicts. The CONTRACTOR is alerted to the existence of Chapter 19.122 RCW, a law relating to underground utilities. Any cost to the CONTRACTOR incurred as a result of this law shall be at the CONTRACTOR's expense. 1-07.23(1)A Lane Closures (Additional Section) For Logan Avenue South, the CONTRACTOR shall keep one lane open during working hours on weekdays and weekends as specified: Keep North -bound lane open east of West Meter Vault and keep South -bound lane open west of East meter vault. 1-09 MEASUREMENT AND PAYMENT 1-09.14 Payment Schedule (Additional Section) GENERAL 1-09.14(A) Scope A. Payment for the various items of the Bid Sheets, as further specified herein, shall include all compensation to be received by the CONTRACTOR for furnishing all tools, equipment, supplies, and manufactured articles, and for all labor, operations, and incidentals appurtenant to the items of work being described, as necessary to complete the various items of the WORK all in accordance with the requirements of the Contract Documents, including all appurtenances thereto, and including all costs of compliance with the regulations of public regulations of public agencies having jurisdiction, including Safety and Health Administration of the 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. WTR-27-2890 Special Provisions Page 3 3/8/01 B. The Owner shall not pay for material quantities which exceed the actual measured amount used and approved by the ENGINEER. 1-09.14(B) Mobilization, Demobilixation (Bid Item 001) Measurement for mobilization, shall be based on the establishment of all site improvements required to begin construction for said schedules, 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. 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. 1-09.14(C) Trench Excavation Safety Systems (Bid Item 002) Measurement for trench excavation safety systems, will be based on a percentage defined as the amount of pipeline installed divided by the total length of 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. 1-09.14(D) Vault Shoring (Bid Item 003) Measurement for Vault Shoring, will be based on a percentage defined as the total work complete, by number of vaults, at the time of measurement. Payment for vault shoring, 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. No change will be made to the lump sum for increased depth, to and including a depth of 3 feet below the elevations shown in the drawings. If depths greater than 3 feet below the elevations shown are required by the Engineer, allowance for extra costs will be made. All excavation for the Fire Service vaults shall be included in the price of the two vaults. No separate payment will be made for this excavation. 1-09.14(E) Construction Surveying, Staking, and As-Builts (Bid Item 004) 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. Page 4 WTR-27-2890 Special Provisions 3/8/01 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, cleanup, etc. required to complete this item of work in conformance with the Contract Documents. 1-09.14(F) Traffic Control (Bid Item 005) Measurement for traffic control work, will be based on the percentage of total work complete, by dollar value, at the time of measurement. Payment for traffic control for work, will be made at the measured percentage amount for the pay period times the lump sum amount bid, said payment will be complete compensation for all labor, materials, equipment, prepare and conform to the approved Traffic Control Plan, provide for public convenience and safety, detours, flagging, barricades, flashers, signs, traffic control devices, cleanup, etc. required to complete this item of work in conformance with the Contract Documents. 1-09.14(G) Remove 10" water meter (Bid Item 006) Measurement for removing 10" water meter work, will be based on the percentage of total work complete, by dollar value, at the time of measurement. Payment for Removing 10" water meter work, will be made at the measured percentage amount for the pay period times the lump sum amount bid, said payment will be complete compensation for all labor, materials, equipment, hauling, cleanup, etc. required to complete this item of work in conformance with the Contract Documents. Both 10" water meter will be reinstalled in new vault. The CONTRACTOR is responsible for damages of water meter during removal, transportation and installation. 1-09.14(H) Remove Pavement (Bid Item 007) Measurement for removing pavement work, will be based on the percentage of total work complete, by dollar value, at the time of measurement. Payment for Removing pavement work, will be made at the measured percentage amount for the pay period times the lump sum amount bid, said payment will be complete compensation for all labor, materials, equipment, hauling, cleanup, etc. required to complete this item of work in conformance with the Contract Documents. 1-09.14(n 14" Ductile Iron Pipe, Cl. 250 In place of existing water meter(Bid Item 08) The unit price shown shall cover the complete cost of providing all labor, materials, equipment, saw cutting, haul disposal of waste materials, pipe of the size and type shown, special fittings, laying and jointing of pipe and fittings, handling, testing, flushing, pigging, disinfecting, cleanup. Payment shall be per linear foot based on the actual lineal footage measured along the centerline of the pipe. WTR-27-2890 Special Provisions Page 5 3/8/01 1-09.14(J) 14" Ductile Iron Pipe, Cl. 250 Poly wrapped (Bid Item 09) The unit price shown shall cover the complete cost of providing all labor, materials, equipment, saw cutting, dewatering, excavation, haul disposal of waste materials, pipe of the size and type shown, polyethylene encasement, special fittings, laying and jointing of pipe and fittings, crosses, bends, shackle rods, handling, bedding materials as shown on the plans, bedding, back filling, compaction, testing, flushing, pigging, disinfecting, cleanup. Payment shall be per linear foot based on the actual lineal footage measured along the centerline of the pipe. 1-09.14(K) Furnish and Install 14'x 8'x6'-6" Concrete Meter Vault (Bid Item 10) The unit price for "Furnish and Install 14'x 8'x6'-6" Concrete Meter Vault" (Inside measurements), shall include all costs required to furnish and install the complete precast concrete fire service meter vault in accordance with Section 7-12.3(2)F, including structural excavation, disposal of excess excavated material; foundation; adjustment brick; specified hatch doors with diamond plate covers; 36-inch diameter cast iron frame and cover; ethafoam cushion; mortar plastering; brick support piers; galavnized steel shims, non -shrink grout; Standon S92 Saddle Supports; corporation stops; dismantling joint with flange isolation kit; water proofing materials; steps or ladders; sump and sump's channels; dry register and remote totalizer. The unit price shown shall also cover the complete cost of providing all labor, materials, equipment, saw cutting, dewatering, excavation, haul disposal of waste materials, pipe of the size and type shown, polyethylene encasement, special fittings, laying and jointing of pipe and fittings, crosses, bends, shackle rods, handling, bedding materials as shown on the plans, bedding, back filling, compaction, testing, flushing, pigging, disinfecting, cleanup for the 10" Ductile Iron Pipe, Cl 52, between the vault and 14"x10" reducers. 1-09.14(L) Install Removed 10" Water Meter (Bid Item 11) Measurement for removing 10" water meter, will be based on the percentage of total work complete, by dollar value, at the time of measurement. Payment for "Install Removed 10" Water Meter" per each shall include all costs for the work required to load, transport and install the meter including any concrete blocks, shims, fasteners, bolts or other appurtenances necessary to complete the installation in accordance with this Section. 1-09.14(M) Furnish & Install 14" Gate Valve Assembly (Bid Item 012) The unit price shown 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. Unit price includes furnishing and installation of standard valve box with ethafoam ring.. Payment shall be per each gate valve. 1-09.14(N) Abandon & Fill Pipe (Bid Item 013) The unit price shown shall cover the complete cost of providing all labor, materials and equipment. Contractor shall plug the remaining water main pipe at both ends with concrete Class 5 (3/4) for a minimum length of 12 inches. Page 6 WTR-27-2890 Special Provisions 3/8/01 Payment shall be per linear foot based on the actual lineal footage measured along the centerline of the pipe. 1-09.14(0) Connection to Existing Main (Bid Item 014) The unit price shown shall cover the complete cost of providing all labor, materials, equipment, saw cutting, dewatering, excavation, haul disposal of waste materials and existing pipe, pipe, shackle rods, couplings, cleaning, chlorinating, final connection, bedding material, replacement of water main per contract plans and specifications. Payment shall be per each connection to existing water main. 1-09.14(P) Concrete for Thrust Blocking, Dead -Man Anchor Bolts (Bid Item 015) The unit price shown 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. Payment shall be per cubic yard. Concrete material weights shall be verified by providing a copy of certified truck tickets which accompany each truck load 1-09.14(R) Cathodic Protection Flush Monitor Test Station (Bid Item 016) Measurement for Cathodic Protection Flush Monitor Test Station will be based on the number of individual test stations installed as shown on the plans. Payment for cathodic protection Flush Monitor Test Station will be made at the unit price bid, which payment will be complete compensation for all labor, equipment, materials, cutting, excavation, installation, mounted post, terminal block, terminal head, all mounting hardware, wire, vault cover or meter box with traffic bearing lid, etc. to ensure proper installation ofcathodic protection flush mounted test station where shown on plans or directed by the engineer. 1-09.14(S) Joint Bond Thermite Weld (Bid Item 017) Measurement for joint bond thermite weld will be based on a percentage defined as the amount of pipeline installed divided by the total length of pipe shown to be installed. Payment for joint bond therm ite weld will be at the measured amount for the pay period times the lump sum amount bid. Said payment will be complete compensation for all equipment, labor, materials, planning, design, engineering, submittals, furnishing of acceptable prefabricated sleeve joint bonds, bond wires, welding, weld caps, repairs, mastic coatings, insulating joints, wire connectors, etc. to include all items required to complete proper mechanical joint bond therm ite welds at each pipe joint. 1-09.14(T) Asphalt Patch Class `B' including Crushed Surfacing Top Course (Bid Item 018) Measurement for asphalt concrete patch shall be measured in square yards, horizontally over the completed surface of the trench. Pavement repair measurement width shall be as defined by the limit of trench patch payment shown in the Contract Documents, unless otherwise approved by the ENGINEER. Payment for asphalt concrete patch, including crushed surfacing top course and asphalt concrete, will be made at the amount bid per square yards, which payment will be complete compensation for all labor, materials, haul, surface preparation, gravel materials including crushed surfacing top course, compaction, water, temporary trench patch (placement and removal), pavement sawcutting, asphaltic materials, tack oil, placement, final trench patch, cleanup, etc. required to complete this item of work in conformance WTR-27-2890 Special Provisions Page 7 3/8/01 with the contract documents. No additional payment will be made for work necessary to correct ACP not installed in accordance with specifications. 1-09.14(U) Select Imported Backfill (Bid Item 024, Schedule A, B) (Bid Item 019) Measurement for select imported backfill, shall be measured in Tons based on the weight of material installed into the work. Certified weight tickets shall accompany each load, a copy of tickets shall be given to the ENGINEER daily. Wasted materials will not be included in the measurement or payment. Only materials placed within the pay limits shown will be considered for payment. Material placed outside of the ,pay limits shown on the plans or as approved by the ENGINEER will be deducted from the certified tickets. Payment for select imported backfill, will be made at the amount bid per ton, which payment will be complete compensation for .all labor, materials, 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. 1-09.14(V) Removal and Replacement of Concrete Curb (Bid Item 020) Measurement for removal and replacement of concrete curb shall be in lineal feet of curb repair required for installation of utilities as shown in the Contract Documents, unless otherwise approved by the ENGINEER. Payment for removal and replacement of concrete curb will be made at the amount bid per lineal foot, which payment will be complete compensation for all labor, equipment, materials, materials hauling, preparation, forming, placement, finishing, cleanup, etc. required to compete this item in conformance with the Contract Documents. 1-09.14(W) Removal and Replacement of Concrete Sidewalk and Driveways (Bid Item 021) Measurement for removal and replacement of concrete sidewalk and driveways shall be in square yards of sidewalk and driveway repair required for installation of utilities as shown in the Contract Documents, unless otherwise approved by the ENGINEER. Payment for removal and replacement of concrete sidewalk and driveways will be made at the amount bid per square yard, which payment will be complete compensation for all labor, equipment, materials, materials hauling, preparation, forming, placement, finishing, cleanup, etc. required to compete this item in conformance with the Contract Documents. 1-09.14(X) Remove, Restore Lawn, Landscaping restoration (Bid Item 022) Measurement for remove, restore lawn, landscape restorations hall be per lump sum of lanscape restored as required to complete this item in conformance with the Contract Documents. Page 8 WTR-27-2890 Special Provisions 3/8/01 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, watering, cleanup, etc. required this item in conformance with the Contract Documents. DIVISION 2 EARTHWORK 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 2-02.6 REMOVE THE FIRE SERVICE METER ASSEMBLY (New Section) The Contractor shall remove 4(four) of the "Seattle Water Department" Fire Service Meter Assembly from existing meter vaults, located on Boeing Renton Plant. See attached site plan for location of vaults. The 2(two) of the newest (north vaults) removed Fire Service Meter Assembly(ies) will be installed in (two) new water meter vault(s). The 2(two) of the oldest (south vaults) removed Fire Service Meter Assembly(ies) will be salvaged to Seattle Public Utilities yards at 2700 Airport Way South as directed by the Engineer. Dave Bell (SPU) shall be notified 48 hours prior to salvaging the Water Meter at 206-386-1513. The contractor will be responsible for damages to existing Fire Service Meter Assembly during removal, transportation and installation. 2-09.3(3)D SHORING, AND COFFERDAMS (Additional Section) A Vault Shoring System shall be designed and used to construct the Fire Service Meter vault. The Vault Shoring System that the Contractor implements for the vaults shall be designed and stamped by a Washington State Professional Engineer. The Vault Shoring System design and calculations shall be submitted to the Engineer not less than 10 working days prior to the excavation of the Vaults in accordance with this Section and Section 1-05.3(2)F. There is a 6-inch storm drain line to the north and a 6-inch sewer line to the south of the new East Vault location. Care shall be taken to not disturb the adjacent utilities, as these utilities will need to remain in service during construction. The Contractor shall bear all costs of repairs to any adjacent utilities that are damaged by the Contractor's pipe laying and vault constructing operation. DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS WTR-27-2890 Special Provisions Page 9 3/8/01 5-04 ASPHALT CONCRETE PAVEMENT 5-04.3(5) Conditioning the Existing Surface The Contractor shall maintain existing surface contour during overlay, unless instructed by City Engineer. 5-04.3(5) Preparation of Existing Surface The Contractor shall provide their own mechanical sweeping equipment. The sweeper will be on the project prior to the start of paving, to insure the streets to be paved are clean before the tack coat is applied. The sweeper will keep the streets clean ahead of the paving machine and clean the streets behind the empty trucks that have dumped their loads into the paving machine. The sweeper must sweep all streets made dirty by the CONTRACTOR'S equipment. If the paving machine is "walked" from one site to another, the sweeper must sweep up behind paving machine. The sweeper shall not leave the overlay site until given permission by the City's inspector. Preparation of existing surface shall be done as outlined in this section and a tack coat shall be applied at the rate of 0.02 to 0.08 gallons per square yard. Payment for preparation of the surface and application of the tack coat shall be considered incidental to the paving and no separate payment shall be made. The Contractor shall locate and completely expose gas and water valves for access immediately after final rolling. The day following the start of application of ACP, utility adjustments must begin. The Contractor shall have an adjustment crew adjusting utilities every workable working day until adjustments are complete. During the adjustment of any utility, existing concrete bricks or grouting material that has been broken or cracked shall be removed and replaced at the CONTRACTOR'S expense. Utility adjustments must be completed within 15 working days after overlay is complete, and within the specified working days. Payment for utility adjustments includes all labor, materials, tools, and equipment necessary to complete the adjustments and is incidental to pay item for Asphalt Patch (1-09.14(AF)). 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. Page 10 WTR-27-2890 Special Provisions 3/8/01 Within paved alleys, the Contractor may use the compacted backfill to allow vehicular traffic to travel over the construction areas. Trench plates or others devices used to cover construction activities shall be placed and anchored in a manner that provides a smooth and safe transition between and across surfaces. Labor, materials, haul, surface preparation, etc., required for temporary patching shall be considered incidental to pavement repairs as described in Special Provision Sections 1-09.14(R), 1-09.14(S), 1-09.14(T) and 1-09.14(AG) of these Special Provisions. 5-06.2 Materials (Additional Section) Materials shall be `Cold Mix'. The composition of other components of the 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 a safety or health hazard. Temporary pavement material that does not form a consolidated surface after compaction shall be considered unsuitable and shall be removed from the site. Unsuitable temporary pavement shall be disposed of offsite. 5-06.3 Construction Requirements (Additional Section) The roadway subsurface 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 pavement shall be removed from the site by the end of the project and shall not be used as permanent asphalt pavement or subgrade material. WTR-27-2890 Special Provisions Page 11 3/8/01 DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS AND CONDUITS 7-11 PIPE INSTALLATION FOR WATER MAINS 7-11.2 Material (Supplemental Section) For this project all flanged pipe shall be class 250 class B ductile iron pipe in accordance with Section 9- 30.1 Pipe, and all flanged fittings shall be class 250 class B ductile fittings in accordance with Section 9- 30.2 fittings. 7-11-.3(6)E Installing Pipe Restrained with Shackle Rods & Tie Bolts (New Section) For restraining the mechanical joints the Contractor shall use a combination of Superstar tie bolts and A- 36 steel shackle rods. The tie bolt sizes shall be the SST 7 or approved equal and shall have an eye for'/4- inch, and SST 747 or approved equal and shall have an eye for 1-inch rods. The tie bolts shall be manufactured from ASTM A325, Type 3D, (Cor-ten Type) steel and must meet the requirements of AWWA C111. See Sheet C-4 for Shackle Rod details. The A36 shackle rods shall be Four(4) 3/4-inch diameter rods for 10-inch diameter pipes and Four(4) f- inch diameter rods for 14-inch diameter pipes. They shall be epoxy coated by the manufacturer. The rod ends shall only have 6-inch of thread cut on each end. All tie rods and tie bolts shall be fastened with Superstar tie -nuts and Superstar tie -washer or approved equal. Tie nuts shall meet the specifications in ASTM 563. Tie washers shall be round flat washers and meet the requirements of ASTM A588. All nuts and washers shall be galvanized. Upon completion of shackle rod construction the Contractor shall apply Trenton wax tape #1 or two coats of Mastic paint to shackle rod ends, bolts, nuts, washers and other bare metal. 7-11.3(11)A1 Test Pressure for Field Testing Water Main Pipe (Supplemental Section) WARNING: The meter shall only be tested to a pressure of 175 psi. 7-11.3(13) Concrete Thrust Block (Supplemental Section) The Contractor shall follow Detail 1 on sheet C-4 for table on thrust block sizing. Class 3000 concrete used in concrete thrust blocking shall cure minimum of 5 days prior to hydrostatic pressure testing of water main. 7-12.3(2)F Precast Concrete, Fire Service Meter Vault (New Section) The Fire Service Meter shall be Utility Vault(s) shall be in accordance with the Sheet C-2 and C-3 details. The Fire Service Meter Vault shall be Utility Vault 814-66-LA with a top section Utility Vault 814-TEE Special Ordered Modified for opening locations, and with Utility Vaults cover slab No. 57-2-332-AT with spring assisted galvanized diamond plate covers SCL'80 Style with locking latch and Frame and Page 12 WTR-27-2890 Special Provisions 3/8/01 , Cover No. 4220-1-12O, as manufactured by Utility Vault of Auburn, WA., at 253-839-3500, or an approved equal. To be an approved equal vault, the vault shall have as a minimum the following: Inside measurements of at least 14 feet by 8 feet by 6 feet-6 inches. NOTE: 1. For the purposes of this Contract Structural Excavation of the Vault is included in the Work of the Vault. The excavation is approximately 18 ft by 12.5 ft by 10.5 ft. disposal of excess excavated material is also included in the Work of the Vault. 2. The Contractor shall follow he permit(s) required by Right -of -Way Fee schedule of the City of Renton. 3. For the purpose of this Contract the work of the vault shall include installing all 10-inch flanged pipe in the vault. See Sheet C-2 and C-3. 4. For the purpose of this Contract the work of the vault shall include Pipe, Water Main, (Material), (Class), 10-inch, Polyethylene encasement, with Shackle Rods & Tie Bolts, including Fittings, from middle of the 14-inch by 10-inch reducer to the outside of the Fire Service Meter Vault, on both North and South sides. DIVISION 8 MISCELLANEOUS CONSTRUCTION 8-04 CURBS, GUTTERS, AND SPILLWAYS 8-04.1 Description (Revised Section) Replace paragraph with the following: This work shall consist of constructing replacement cement concrete curbs and/or gutters to restore curbs and/or gutters removed or damaged by the work of this contract. Cement concrete curbs and/or gutters shall be removed between existing joints. Replacement curb and/or gutter 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. 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 sidewalk and driveway 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. WTR-27-2890 Special Provisions Page 13 3/8/01 8-23 PIPE BONDING AND TEST STATIONS 8-23.1 Description (Additional Section) Electrically Continuous Pipeline: A pipeline that has a linear electrical resistance equal to or less than the sum of the resistance of the pipe plus the maximum allowable bond resistance for each joint as specified in this section. Electrical Isolation: The condition of being electrically isolated from other metallic structures (including, but not limited to, piping, reinforcement, casing) and the environment as defined in NACE Reinforcement Practice RPO 169-83. 8-23.1(A) Submittals Shop Drawings: Catalog cuts and other information for products proposed for use. Quality Assurance Submittals: Manufacturers' Certificates of Compliance Field Test Reports 8-23.1(B) Wires GENERAL: Conform to applicable requirements of NEMA WC 3-80, WC 5-73, and WC 7-88 Joint Bond: Single -conductor, stranded copper wire with 600-volt HMWPE insulation. Supply joint bonds complete with a formed copper sleeve on each end of the wire. For Push -On, Mechanical, or Flanged Joints: No. 2 AWG wires, 18-inches long. For Flexible Coupling Joints: No. 2 AWG wires, 24-inches long, with two 12-inch long THHN insulated No. 12 AWG wire pigtails, as manufactured by Erico Products Inc. (Cadweld), Cleveland, OH. For Insulated Flexible Coupling Joints: No. 8 AWG wire, 18-inch long, with one 12-inch long THHN insulated No. 12 AWG wire pigtail. Test Station: Single —conductor, No. 12 AWG stranded copper with 600-volt TW, THWN, or THHN insulation and single -conductor, No. 8 AWG stranded copper with 600-volt HMWPE insulation. 8-23.1(C) Cathodic Protection Test Station Test Box: Cast aluminum suitable or threaded mounting to a 1-inch or larger rigid galvanized conduit. Terminal Block: Plastic or glass -reinforced laminate, 1/4-inch thick with five terminals. Terminal heads shall have special heads to keep them from turning or shall be easily accessible from both sides of the terminal block without requiring its removal. Terminal studs, washers, and nuts shall be nickel-palted brass. Mounting Structure: 4-inch by 4-inch by 5-foot long AWPB LP-22 preservative -treated wood post. Mounting Hardware: Conduit, straps, and galvanized steel hardware required to mount the test station to the post. Manufacturer and Product: Testox; 100 series test stations or equal. 8-23.1(D) Pre-packeged Magnesium Anode Anode Core: Galvanized steel spring wound wire core (D-shape) or Flat Strap (R-shape). Giving an ideal bond and assuring contact for the life of the anode. Anode Backfill: 75% Gypsum, 20% Bentonite, 5% Sodium Sulfate Anode Lead Wire: No. 12 THHN copper wire, stranded, brazed to core and insulated with cold tar to isolate the brazed connection. Page 14 WTR-27-2890 Special Provisions 3/8/01 Length of anode — bare should be min. 18 7/8" with approx. 25" packed length. Manufacturer: Norton Corrosion Limited, Woodinville, WA., 425-483-1616 or equal. 8-23.1(E) Thermite Weld Materials GENERAL: Thermite weld materials consist of wire sleeves, welders, and weld cartriges according to the weld manufacturer's recommendations for each wire size and pipe or fitting size and material. Welding materials and equipment shall be the product of a single manufacturer. Interchanging materials of different manufacturers is not acceptable. Molds: Graphite. Ceramic "One -Shot" molds not acceptable. Adapter Sleeves: For No. 12 AWG and No. 2 AWG wires. Prefabricated factory sleeve joint bonds or bond wires with formed sleeves made in the field are acceptable size and type of hammer die furnished by the thermite weld manufacturer. Extend wire conductor 1/4-inch beyond the end of the sleeve. Cartridges: Cast iron thermite weld cartridges for cast and ductile iron pipe and fittings. Maximum Cartridge Size: 25 grams for steel and 32 grams for cast and ductile iron materials, respectively. Welders and Cartridges: For attaching copper wire to pipe material: PIPE MATERIAL WELD TYPE CARTRIDGE SIZE, MAX. No. 4 AWG Wire and Smaller: Steel HA, VS, HC 25 g Ductile Iron HB, VH, HE 32 g Cast Iron HB, VH, HE 32 g No. 2 AWG Joint Bonds: Steel FE 25 g Ductile or Cast Iron FC 32 g Concrete Cylinder Pipe HA, GR 32 g Welding Materials manufacturers: Erico Products Inc. (Cadweld), Cleveland, OH. Continental Industries, Inc. (Thermo -Weld), Tulsa, OK. Thermite Weld Caps: Prefabricated weld cap with coating and suitable primer, such as Handy Cap II with Royston Primer 747, as manufactured by Royston Laboratories, Inc. Flange Insulating Kits: Gaskets: Full -face Type E with O-ring seal. The flanged gasket shall be supplemented with a neoprene facing on each side to accomplish a seal. Insulating Sleeves: Full length fiberglass reinforced epoxy (NEMA G-10 grade). Insulating Washers: Fiberglass reinforced epoxy (NEMA G-10 grade). Steel Washers: Plated, hot rolled steel, 1/8-inch thick. Manufacturers: Pacific Seal, Inc., Burbank, CA. Central Plastics Co., Shawnee, OK. Flexible Insulated Couplings: Romac Industries, Style IC 501 or approved equal. Insulating Unions: O-ring sealed with molded and bonded insulating bushing to union body, as manufactured by central Plastics C., Shawnee, OK> 8-23.1(1) Pipe Joint Bonding WTR-27-2990 Special Provisions Page 15 3/8/01 Install two joint bond wire assemblies at each joint that requires bonding for larger than 10-inch diameter pipe. Provide one Joint bond wire assembly at each joint that requires bonding for pipes smaller than 10- inch diameter. Use thermite weld process for electrical connection of wires to pipe and fittings. Test each bonded joint for continuity. 8-23.1(G) Insulated Joints After assembly of insulated flanges, prepare cement -mortar surface in accordance with point manufacturer's instruction and apply a 20-mm minimum thickness of EPA potable water approved, 100% solids water or air curing epoxy coating to the interior of the pipeline. Apply coating for a minimum of two pipe diameter lengths from the insulating flange in both directions. Apply and cure coating in accordance with the manufacturer's recommendations. Do not apply coating where it will interfere with operation of pipeline valves or other pipeline assemblies. 8-23.1(H) Test And Inspection ELECTRIACAL CONTINUITY TESTING: Provide necessary equipment and materials and make electrical connections to the pipe as required to test continuity of bonded joints. Conduct a continuity test on buried joints that are required to be bonded. Test the electrical continuity of joint bonds after the bonds are installed but before backfilling of the pipe. Test electrical continuity of completed joint bonds using either a digital low resistance ohmmeter or by the Calculated Resistance Method, at the CONTRACTOR's option. DIGITAL LOW RESISTANCE OHMMETER METHOD: Provide the following equipment and materials: One Biddle Model 247001 digital low resistance ohmmeter One set of duplex helical current and potential hand spikes, Biddle Model No. 241001, cable as required. One calibration shunt rated at 0.001 ohms, 100 amperes, Biddle Model No. 249004. Test procedure: Measure resistance of joints bonds with the low resistance Ohmmeter in accordance with manufacturer' written instructions. Use helical hand spikes to contact the pipe on each side of area to bright metal by filling or grinding and without surface rusting or oxidation. Record the measured joint bond resistance on the form described herein. Repair damaged pipe coating. CALCULATED RESISTANCE METHOD: Provide the following equipment: One do ammeter (meter or clamp -on) with full scale reading of 1-amperes and a minimum resolution of 1 ampere r a 100-ampere shunt with a voltmeter as specified herein. One high resistance electronic voltmeter with a do low range of 200 millivolts full scale to a do high range of 20 volts full scale and capable of a minimum resolution of I millivolt (two voltmeters as required if shunt is used) One knife switch, safety switch, or time controlled relay suitable for test current. Two electrical probes for the voltmeter. Insulated wire suitable for carrying the test current, length as required. One do power supply with a steady capacity of 50 amperes minimum; storage batteries are not acceptable power supply. Test Procedure: Page 16 WTR-27-2890 Special Provisions 3/8/01 Either tightly clamp or thermite weld current wire connections to the pipe. Determine wire size for the test current, and do not exceed 1,000 feet in length. Apply a minimum direct current of 50 amperes. Measure the voltage drop across each joint with a voltmeter by contacting the pipe on each side of the joint. Voltmeter connections to the bond wire or thermite welds will not be acceptable. Measure the current applied to the test span and the voltage drop across the joint simultaneously. Record the measured voltage drop and current for each joint of the test from described herein and calculate the bond resistance in accordance with the following formula: Where: R=E/1 R = Resistance of the joint bond. E = Measured voltage drop across the joint, in volts. I = test current applied to the pipe test span, in amperes. Joint Bond Acceptable: Joint bond resistance: Less than or equal to the maximum allowable bond resistance values in Table 1. Table 1 Max. Allowable Resistance Joint Type 1 Bond / Joint 2 Bonds / Joint Push on or mechanical 0.000325 ohm 0.000162 ohm Flexible Coupling 0.000425 ohm 0.000212 ohm Concrete cylinder 0.000250 ohm 0.000125 ohm Replace joint bonds that exceed the allowable resistance. Retest replacement joint bonds for compliance with bond resistance. Repair defective joint bonds discovered during energizing and testing. Record tests of each bonded pipe: Description and location of the pipe tested. Starting location and direction of test. Date of test. Joint type. Test current and voltage drop across each joint and calculated bond resistance (Calculated Resistance Method only) Measured joint bond resistance (Digital Low Resistance Ohmmeter method only) Insulated Joint Testing: Test each joint after assembly with the insulator tester in accordance with the manufacturer's written instructions. Replace damaged or defective insulation parts. Correct defects identified during testing. Provide the Engineer with 3 days' advance notice before beginning test. WTR-27-2890 Special Provisions Page 17 3/8/01 CITY OF RENTON SPECIAL PROVISIONS 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. 1-03 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 bid opening. 1-04 SCOPE OF THE WORK 1-04.12 Hours of Work (Additional Section) General hours of work for the Project shall be limited to the hours of 7:00 a.m. to 5:00 p.m. See Section 1-07.23(1)A of the Special Provisions for lane closure limitations. 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 Special Provisions Page 1 2/15/01 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 superelevations. 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 or Contractor. 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(Z). 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 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. Page 2 wTR-27-2890 Special Provisions 2/15101 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 thoroughly 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 will be furnished by the CONTRACTING AGENCY. The CONTRACTOR shall further notify each occupancy in person a minimum of three days prior to construction adjacent to each property. 1-07.17 Utilities and Similar Facilities (Supplemental Section) The CONTRACTOR shall provide written notification to the ENGINEER whenever an adjustment to the new sewer line location or grade is known to be required in order to avoid conflicts. Locations and dimensions shown in the plans for existing buried facilities are in accordance with available information obtained without uncovering, measuring, or other verification. The CONTRACTOR shall be responsible for determining their exact location. All utilities shall be potholed to locate them horizontally and vertically a sufficient time in advance of the pipe excavation, removal, and laying operation to allow adjustments to be made as necessary to avoid conflicts. The CONTRACTOR is alerted to the existence of Chapter 19.122 RCW, a law relating to underground utilities. Any cost to the CONTRACTOR incurred as a result of this law shall be at the CONTRACTOR's expense. 1-07.23(1)A Lane Closures (Additional Section) For Logan Avenue South, the CONTRACTOR shall keep one lane open during working hours on weekdays and weekends as specified: Keep North -bound lane open east of West Meter Vault and keep South -bound lane open west of East meter vault. 1-09 MEASUREMENT AND PAYMENT 1-09.14 Payment Schedule (Additional Section) GENERAL 1-09.14(A) Scope A. Payment for the various items of the Bid Sheets, as further specified herein, shall include all compensation to be received by the CONTRACTOR for furnishing all tools, equipment, supplies, and manufactured articles, and for all labor, operations, and incidentals appurtenant to the items of work being described, as necessary to complete the various items of the WORK all in accordance with the requirements of the Contract Documents, including all appurtenances thereto, and including all costs of compliance with the regulations of public regulations of public agencies having jurisdiction, including Safety and Health Administration of the 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. WTR-27-2890 Special Provisions Page 3 2/15/01 B. The Owner shall not pay for material quantities which exceed the actual measured amount used and approved by the ENGINEER. 1-09.14(B) Mobilization, Demobilixation (Bid Item 001) Measurement for mobilization, shall be based on the establishment of all site improvements required to begin construction for said schedules, 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. 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. 1-09.14(C) Trench Excavation Safety Systems (Bid Item 002) Measurement for trench excavation safety systems, will be based on a percentage defined as the amount of pipeline installed divided by the total length of 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. 1-09.14(D) Vault Shoring (Bid Item 003) Measurement for Vault Shoring, will be based on a percentage defined as the total work complete, by number of vaults, at the time of measurement. Payment for vault shoring, 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. No change will be made to the lump sum for increased depth, to and including a depth of 3 feet below the elevations shown in the drawings. If depths greater than 3 feet below the elevations shown are required by the Engineer, allowance for extra costs will be made. All excavation for the Fire Service vaults shall be included in the price of the two vaults. No separate payment will be made for this excavation. 1-09.14(E) Construction Surveying, Staking, and As-Builts (Bid Item 004) 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. Page 4 WTR-27-2890 Special Provisions 2/15/01 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, cleanup, etc. required to complete this item of work in conformance with the Contract Documents. 1-09.14(F) Traffic Control (Bid Item 005) Measurement for traffic control work, will be based on the percentage of total work complete, by dollar value, at the time of measurement. Payment for traffic control for work, will be made at the measured percentage amount for the pay period times the lump sum amount bid, said payment will be complete compensation for all labor, materials, equipment, prepare and conform to the approved Traffic Control Plan, provide for public convenience and safety, detours, flagging, barricades, flashers, signs, traffic control devices, cleanup, etc. required to complete this item of work in conformance with the Contract Documents. 1-09.14(G) Remove 10" water meter (Bid Item 006) Measurement for removing 10" water meter work, will be based on the percentage of total work complete, by dollar value, at the time of measurement. Payment for Removing 10" water meter work, will be made at the measured percentage amount for the pay period times the lump sum amount bid, said payment will be complete compensation for all labor, materials, equipment, hauling, cleanup, etc. required to complete this item of work in conformance with the Contract Documents. Both 10" water meter will be reinstalled in new vault. The CONTRACTOR is responsible for damages of water meter during removal, transportation and installation. 1-09.14(H) Remove Pavement (Bid Item 007) Measurement for removing pavement work, will be based on the percentage of total work complete, by dollar value, at the time of measurement. Payment for Removing pavement work, will be made at the measured percentage amount for the pay period times the lump sum amount bid, said payment will be complete compensation for all labor, materials, equipment, hauling, cleanup, etc. required to complete this item of work in conformance with the Contract Documents. 1-09.14(I) 14" Ductile Iron Pipe, Cl. 52 In place of existing water meter(Bid Item 08) The unit price shown shall cover the complete cost of providing all labor, materials, equipment, saw cutting, haul disposal of waste materials, pipe of the size and type shown, special fittings, laying and jointing of pipe and fittings, handling, testing, flushing, pigging, disinfecting, cleanup. Payment shall be per linear foot based on the actual lineal footage measured along the centerline of the pipe. W IR-27-2890 Special Provisions Page 5 2/15/01 1-09.14(,>) 14" Ductile Iron Pipe, Cl. 52 Poly wrapped (Bid Item 09) The unit price shown shall cover the complete cost of providing all labor, materials, equipment, saw cutting, dewatering, excavation, haul disposal of waste materials, pipe of the size and type shown, polyethylene encasement, special fittings, laying and jointing of pipe and fittings, crosses, bends, shackle rods, handling, bedding materials as shown on the plans, bedding, back filling, compaction, testing, flushing, pigging, disinfecting, cleanup. Payment shall be per linear foot based on the actual lineal footage measured along the centerline of the pipe. 1-09.14(K) Furnish and Install 14'x 8'x6'-6" Concrete Meter Vault (Bid Item 10) The unit price for "Furnish and Install 14'x 8'x6'-6" Concrete Meter Vault" (Inside measurements), shall include all costs required to furnish and install the complete precast concrete fire service meter vault in accordance with Section 7-12.3(2)F, including structural excavation, disposal of excess excavated material; foundation; adjustment brick; specified hatch doors with diamond plate covers; 36-inch diameter cast iron frame and cover; ethafoam cushion; mortar plastering; brick support piers; galavnized steel shims, non -shrink grout; Standon S92 Saddle Supports; corporation stops; dismantling joint with flange isolation kit; water proofing materials; steps or ladders; sump and sump's channels; dry register and remote totalizer. The unit price shown shall also cover the complete cost of providing all labor, materials, equipment, saw cutting, dewatering, excavation, haul disposal of waste materials, pipe of the size and type shown, polyethylene encasement, special fittings, laying and jointing of pipe and fittings, crosses, bends, shackle rods, handling, bedding materials as shown on the plans, bedding, back filling, compaction, testing, flushing, pigging, disinfecting, cleanup for the 10" Ductile Iron Pipe, Cl 52, between the vault and 14"x10" reducers. 1-09.14(L) Install Removed 10" Water Meter (Bid Item 11) Measurement for removing 10" water meter, will be based on the percentage of total work complete, by dollar value, at the time of measurement. Payment for "Install Removed 10" Water Meter" per each shall include all costs for the work required to load, transport and install the meter including any concrete blocks, shims, fasteners, bolts or other appurtenances necessary to complete the installation in accordance with this Section. 1-09.14(M) Furnish & Install 14" Gate Valve Assembly (Bid Item 012) The unit price shown 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. Unit price includes furnishing and installation of standard valve box with ethafoam ring.. Payment shall be per each gate valve. 1-09.14(1) Abandon & Fill Pipe (Bid Item 013) The unit price shown shall cover the complete cost of providing all labor, materials and equipment. Contractor shall plug the remaining water main pipe at both ends with concrete Class 5 (3/4) for a minimum length of 12 inches. Page 6 WTR-27-2890 Special Provisions 2/15/01 Payment shall be per linear foot based on the actual lineal footage measured along the centerline of the pipe. 1-09.14(0) Connection to Existing Main (Bid Item 014) The unit price shown shall cover the complete cost of providing all labor, materials, equipment, saw cutting, dewatering, excavation, haul disposal of waste materials and existing pipe, pipe, shackle rods, couplings, cleaning, chlorinating, final connection, bedding material, replacement of water main per contract plans and specifications. Payment shall be per each connection to existing water main. 1-09.14(P) Concrete for Thrust Blocking, Dead -Man Anchor Bolts (Bid Item 015) The unit price shown 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. Payment shall be per cubic yard. Concrete material weights shall be verified by providing a copy of certified truck tickets which accompany each truck load 1-09.14(R) Cathodic Protection Flush Monitor Test Station (Bid Item 016) Measurement for Cathodic Protection Flush Monitor Test Station will be based on the number of individual test stations installed as shown on the plans. Payment for cathodic protection Flush Monitor Test Station will be made at the unit price bid, which payment will be complete compensation for all labor, equipment, materials, cutting, excavation, installation, mounted post, terminal block, terminal head, all mounting hardware, wire, vault cover or meter box with traffic bearing lid, etc. to ensure proper installation ofcathodic protection flush mounted test station where shown on plans or directed by the engineer. 1-09.14(S) Joint Bond Thermite Weld (Bid Item 017) Measurement for joint bond thermite weld will be based on a percentage defined as the amount of pipeline installed divided by the total length of pipe shown to be installed. Payment for joint bond thermite weld will be at the measured amount for the pay period times the lump sum amount bid. Said payment will be complete compensation for all equipment, labor, materials, planning, design, engineering, submittals, furnishing of acceptable prefabricated sleeve joint bonds, bond wires, welding, weld caps, repairs, mastic coatings, insulating joints, wire connectors, etc. to include all items required to complete proper mechanical joint bond thermite welds at each pipe joint. 1-09.14(T) Asphalt Patch Class `B' including Crushed Surfacing Top Course (Bid Item 018) Measurement for asphalt concrete patch shall be measured in square yards, horizontally over the completed surface of the trench. Pavement repair measurement width shall be as defined by the limit of trench patch payment shown in the Contract Documents, unless otherwise approved by the ENGINEER. Payment for asphalt concrete patch, including crushed surfacing top course and asphalt concrete, will be made at the amount bid per square yards, which payment will be complete compensation for all labor, materials, haul, surface preparation, gravel materials including crushed surfacing top course, compaction, water, temporary trench patch (placement and removal), pavement sawcutting, asphaltic materials, tack oil, placement, final trench patch, cleanup, etc. required to complete this item of work in conformance WTR-27-2890 Special Provisions Page 7 2/15/01 with the contract documents. No additional payment will be made for work necessary to correct ACP not installed in accordance with specifications. 1-09.14(U) Select Imported Backfill (Bid Item 024, Schedule A, B) (Bid Item 019) Measurement for select imported backfill, shall be measured in Tons based on the weight of material installed into the work. Certified weight tickets shall accompany each load, a copy of tickets shall be given to the ENGINEER daily. Wasted materials will not be included in the measurement or payment. Only materials placed within the pay limits shown will be considered for payment. Material placed outside of the pay limits shown on the plans or as approved by the ENGINEER will be deducted from the certified tickets. Payment for select imported backfill, will be made at the amount bid per ton, which payment will be complete compensation for all labor, materials, 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. 1-09.14(V) Removal and Replacement of Concrete Curb (Bid Item 020) Measurement for removal and replacement of concrete curb shall be in lineal feet of curb repair required for installation of utilities as shown in the Contract Documents, unless otherwise approved by the ENGINEER. Payment for removal and replacement of concrete curb will be made at the amount bid per lineal foot, which payment will be complete compensation for all labor, equipment, materials, materials hauling, preparation, forming, placement, finishing, cleanup, etc. required to compete this item in conformance with the Contract Documents. 1-09.14(W) Removal and Replacement of Concrete Sidewalk and Driveways (Bid Item 021) Measurement for removal and replacement of concrete sidewalk and driveways shall be in square yards of sidewalk and driveway repair required for installation of utilities as shown in the Contract Documents, unless otherwise approved by the ENGINEER. Payment for removal and replacement of concrete sidewalk and driveways will be made at the amount bid per square yard, which payment will be complete compensation for all labor, equipment, materials, materials hauling, preparation, forming, placement, finishing, cleanup, etc. required to compete this item in conformance with the Contract Documents. 1-09.14(X-) Remove, Restore Lawn, Landscaping restoration (Bid Item 022) Measurement for remove, restore lawn, landscape restorations hall be per lump sum of lanscape restored as required to complete this item in conformance with the Contract Documents. Page 8 WTR-27-2890 Special Provisions 2/15/01 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, watering, cleanup, etc. required this item in conformance with the Contract Documents. DIVISION 2 EARTHWORK 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 2-02.6 REMOVE THE FIRE SERVICE METER ASSEMBLY (New Section) The Contractor shall remove the "Seattle Water Department" Fire Service Assembly from existing meter vault, located on Boeing Renton Plant. The removed Fire Service Assembly(ies) will be installed in (two) new water meter vault(s). The contractor will be responsible for damages to existing Fire Service Assembly during removal, transportation and installation. 2-09.3(3)D SHORING, AND COFFERDAMS (Additional Section) A Vault Shoring System shall be designed and used to construct the Fire Service Meter vault. The Vault Shoring System that the Contractor implements for the vaults shall be designed and stamped by a Washington State Professional Engineer. The Vault Shoring System design and calculations shall be submitted to the Engineer not less than 10 working days prior to the excavation of the Vaults in accordance with this Section and Section 1-05.3(2)F. There is a 6-inch storm drain line to the north and a 6-inch sewer line to the south of the new East Vault location. Care shall be taken to not disturb the adjacent utilities, as these utilities will need to remain in service during construction. The Contractor shall bear all costs of repairs to any adjacent utilities that are damaged by the Contractor's pipe laying and vault constructing operation. DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS 5-04 ASPHALT CONCRETE PAVEMENT 5-04.3(5) Conditioning the Existing Surface WTR-27-2890 Special Provisions Page 9 2/15/01 The Contractor shall maintain existing surface contour during overlay, unless instructed by City Engineer. 5-04.3(5) Preparation of Existing Surface The Contractor shall provide their own mechanical sweeping equipment. The sweeper will be on the project prior to the start of paving, to insure the streets to be paved are clean before the tack coat is applied. The sweeper will keep the streets clean ahead of the paving machine and clean the streets behind the empty trucks that have dumped their loads into the paving machine. The sweeper must sweep all streets made dirty by the CONTRACTOR'S equipment. If the paving machine is "walked" from one site to another, the sweeper must sweep up behind paving machine. The sweeper shall not leave the overlay site until given permission by the City's inspector. Preparation of existing surface shall be done as outlined in this section and a tack coat shall be applied at the rate of 0.02 to 0.08 gallons per square yard. Payment for preparation of the surface and application of the tack coat shall be considered incidental to the paving and no separate payment shall be made. The Contractor shall locate and completely expose gas and water valves for access immediately after final rolling. The day following the start of application of ACP, utility adjustments must begin. The Contractor shall have an adjustment crew adjusting utilities every workable working day until adjustments are complete. During the adjustment of any utility, existing concrete bricks or grouting material that has been broken or cracked shall be removed and replaced at the CONTRACTOR'S expense. Utility adjustments must be completed within 15 working days after overlay is complete, and within the specified working days. Payment for utility adjustments includes all labor, materials, tools, and equipment necessary to complete the adjustments and is incidental to pay item for Asphalt Patch (1-09.14(AF)). 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 the compacted backfill to allow vehicular traffic to travel over the construction areas. Trench plates or others devices used to cover construction activities shall be placed and anchored in a manner that provides a smooth and safe transition between and across surfaces. Labor, materials, haul, surface preparation, etc., required for temporary patching shall be considered incidental to pavement repairs as described in Special Provision Sections 1-09.14(R), 1-09.14(S), 1-09.14(T) and 1-09.14(AG) of these Special Provisions. Page 10 WTR-27-2890 Special Provisions 2/15/01 5-06.2 Materials (Additional Section) Materials shall be `Cold Mix'. The composition of other components of the 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 a safety or health hazard. Temporary pavement material that does not form a consolidated surface after compaction shall be considered unsuitable and shall be removed from the site. Unsuitable temporary pavement shall be disposed of offsite. 5-06.3 Construction Requirements (Additional Section) The roadway subsurface 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 pavement shall be removed from the site by the end of the project and shall not be used as permanent asphalt pavement or subgrade material. WTR-27-2890 Special Provisions Page 11 2/15/01 DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS AND CONDUITS 7-11 PIPE INSTALLATION FOR WATER MAINS 7-11.2 Material (Supplemental Section) For this project all flanged pipe shall be class 250 class B ductile iron pipe in accordance with Section 9- 30.1 Pipe, and all flanged fittings shall be class 250 class B ductile fittings in accordance with Section 9- 30.2 fittings. 7-11-.3(6)E Installing Pipe Restrained with Shackle Rods & Tie Bolts (New Section) For restraining the mechanical joints the Contractor shall use a combination of Superstar tie bolts and A- 36 steel shackle rods. The tie bolt sizes shall be the SST 7 or approved equal and shall have an eye for 3/4- inch, and SST 747 or approved equal and shall have an eye for 1-inch rods. The tie bolts shall be manufactured from ASTM A325, Type 313, (Cor-ten Type) steel and must meet the requirements of AWWA C111. See Sheet C-4 for Shackle Rod details. The A36 shackle rods shall be Four(4) 3/4-inch diameter rods for 10-inch diameter pipes and Four(4) f- inch diameter rods for 14-inch diameter pipes. They shall be epoxy coated by the manufacturer. The rod ends shall only have 6-inch of thread cut on each end. All tie rods and tie bolts shall be fastened with Superstar tie -nuts and Superstar tie -washer or approved equal. Tie nuts shall meet the specifications in ASTM 563. Tie washers shall be round flat washers and meet the requirements of ASTM A588. All nuts and washers shall be galvanized. Upon completion of shackle rod construction the Contractor shall apply Trenton wax tape # 1 or two coats of Mastic paint to shackle rod ends, bolts, nuts, washers and other bare metal. 7-11.3(11)Al Test Pressure for Field Testing Water Main Pipe (Supplemental Section) WARNING: The meter shall only be tested to a pressure of 175 psi. 7-11.3(13) Concrete Thrust Block (Supplemental Section) Class 3000 concrete used in concrete thrust blocking shall cure minimum of 5 days prior to hydrostatic pressure testing of water main. 7-12.3(2)F Precast Concrete, Fire Service Meter Vault (New Section) The Fire Service Meter shall be Utility Vault(s) shall be in accordance with the Sheet C-2 and C-3 details. The Fire Service Meter Vault shall be Utility Vault 814-66-LA with a top section Utility Vault 814-TEE Special Ordered Modified for opening locations, and with Utility Vaults cover slab No. 57-2-332-AT with spring assisted galvanized diamond plate covers SCL ' 80 Style with locking latch and Frame and Page 12 WTR-27-2890 Special Provisions 2/15/01 Cover No. 4220-H2O, as manufactured by Utility Vault of Auburn, WA., at 253-839-3500, or an approved equal. To be an approved equal vault, the vault shall have as a minimum the following: Inside measurements of at least 14 feet by 8 feet by 6 feet-6 inches. NOTE: 1. For the purposes of this Contract Structural Excavation of the Vault is included in the Work of the Vault. The excavation is approximately 18 ft by 12.5 ft by 10.5 ft. disposal of excess excavated material is also included in the Work of the Vault. 2. The Contractor shall follow he permit(s) required by Right -of -Way Fee schedule of the City of Renton. 3. For the purpose of this Contract the work of the vault shall include installing all 10-inch flanged pipe in the vault. See Sheet C-2 and C-3. 4. For the purpose of this Contract the work of the vault shall include Pipe, Water Main, (Material), (Class), 10-inch, Polyethylene encasement, with Shackle Rods & Tie Bolts, including Fittings, from middle of the 14-inch by 10-inch reducer to the outside of the Fire Service Meter Vault, on both North and South sides. DIVISION 8 MISCELLANEOUS CONSTRUCTION 8-04 CURBS, GUTTERS, AND SPILLWAYS 8-04.1 Description (Revised Section) Replace paragraph with the following: This work shall consist of constructing replacement cement concrete curbs and/or gutters to restore curbs and/or gutters removed or damaged by the work of this contract. Cement concrete curbs and/or gutters shall be removed between existing joints. Replacement curb and/or gutter 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. 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 sidewalk and driveway 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. WTR-27-2890 Special Provisions Page 13 2/15/01 8-23 PIPE BONDING AND TEST STATIONS 8-23.1 Description (Additional Section) Electrically Continuous Pipeline: A pipeline that has a linear electrical resistance equal to or less than the sum of the resistance of the pipe plus the maximum allowable bond resistance for each joint as specified in this section. Electrical Isolation: The condition of being electrically isolated from other metallic structures (including, but not limited to, piping, reinforcement, casing) and the environment as defined in NACE Reinforcement Practice RPO 169-83. 8-23.1(A) Submittals Shop Drawings: Catalog cuts and other information for products proposed for use. Quality Assurance Submittals: Manufacturers' Certificates of Compliance Field Test Reports 8-23.1(B) Wires GENERAL: Conform to applicable requirements of NEMA WC 3-80, WC 5-73, and WC 7-88 Joint Bond: Single -conductor, stranded copper wire with 600-volt HMWPE insulation. Supply joint bonds complete with a formed copper sleeve on each end of the wire. For Push -On, Mechanical, or Flanged Joints: No. 2 AWG wires, 18-inches long. For Flexible Coupling Joints: No. 2 AWG wires, 24-inches long, with two 12-inch long THHN insulated No. 12 AWG wire pigtails, as manufactured by Erico Products Inc. (Cadweld), Cleveland, OH. For Insulated Flexible Coupling Joints: No. 8 AWG wire, 18-inch long, with one 12-inch long THHN insulated No. 12 AWG wire pigtail. Test Station: Single —conductor, No. 12 AWG stranded copper with 600-volt TW, THWN, or THHN insulation and single -conductor, No. 8 AWG stranded copper with 600-volt HMWPE insulation. 8-23.1(C) Cathodic Protection Test Station Test Box: Cast aluminum suitable or threaded mounting to a 1-inch or larger rigid galvanized conduit. Terminal Block: Plastic or glass -reinforced laminate,'/4-inch thick with five terminals. Terminal heads shall have special heads to keep them from turning or shall be easily accessible from both sides of the terminal block without requiring its removal. Terminal studs, washers, and nuts shall be nickel-palted brass. Mounting Structure: 4-inch by 4-inch by 5-foot long AWPB LP-22 preservative -treated wood post. Mounting Hardware: Conduit, straps, and galvanized steel hardware required to mount the test station to the post. Manufacturer and Product: Testox; 100 series test stations or equal. 8-23.1(D) Pre-packeged Magnesium Anode Anode Core: Galvanized steel spring wound wire core (D-shape) or Flat Strap (R-shape). Giving an ideal bond and assuring contact for the life of the anode. Anode Backfill: 75% Gypsum, 20% Bentonite, 5% Sodium Sulfate Anode Lead Wire: No. 12 THHN copper wire, stranded, brazed to core and insulated with cold tar to isolate the brazed connection. Page 14 WTR-27-2890 Special Provisions 2/19/01 Length of anode — bare should be min. 18 7/8" with approx. 25" packed length. Manufacturer: Norton Corrosion Limited, Woodinville, WA., 425-483-1616 or equal. 8-23.1(E) Thermite Weld Materials GENERAL: Thermite weld materials consist of wire sleeves, welders, and weld cartriges according to the weld manufacturer's recommendations for each wire size and pipe or fitting size and material. Welding materials and equipment shall be the product of a single manufacturer. Interchanging materials of different manufacturers is not acceptable. Molds: Graphite. Ceramic "One -Shot" molds not acceptable. Adapter Sleeves: For No. 12 AWG and No. 2 AWG wires. Prefabricated factory sleeve joint bonds or bond wires with formed sleeves made in the field are acceptable size and type of hammer die furnished by the thermite weld manufacturer. Extend wire conductor 1/4-inch beyond the end of the sleeve. Cartridges: Cast iron thermite weld cartridges for cast and ductile iron pipe and fittings. Maximum Cartridge Size: 25 grams for steel and 32 grams for cast and ductile iron materials, respectively. Welders and Cartridges: For attaching copper wire to pipe material: PIPE MATERIAL WELD TYPE CARTRIDGE SIZE, MAX. No. 4 AWG Wire and Smaller: Steel HA, VS, HC 25 g Ductile Iron HB, VH, HE 32 g Cast Iron HB, VH, HE 32 g No. 2 AWG Joint Bonds: Steel FE 25 g Ductile or Cast Iron FC 32 g Concrete Cylinder Pipe HA, GR 32 g Welding Materials manufacturers: Erico Products Inc. (Cadweld), Cleveland, OH. Continental Industries, Inc. (Thermo -Weld), Tulsa, OK. Thermite Weld Caps: Prefabricated weld cap with coating and suitable primer, such as Handy Cap II with Royston Primer 747, as manufactured by Royston Laboratories, Inc. Flange Insulating Kits: Gaskets: Full -face Type E with O-ring seal. The flanged gasket shall be supplemented with a neoprene facing on each side to accomplish a seal. Insulating Sleeves: Full length fiberglass reinforced epoxy (NEMA G-10 grade). Insulating Washers: Fiberglass reinforced epoxy (NEMA G-10 grade). Steel Washers: Plated, hot rolled steel, 1/8-inch thick. Manufacturers: Pacific Seal, Inc., Burbank, CA. Central Plastics Co., Shawnee. OK. Flexible Insulated Couplings: Romac Industries, Style IC 501 or approved equal. Insulating Unions: O-ring sealed with molded and bonded insulating bushing to union body, as manufactured by central Plastics C., Shawnee, OK> 8-23.1(F) Pipe Joint Bonding WTR-27-2890 Special Provisions Page 15 2/19/01 Install two joint bond wire assemblies at each joint that requires bonding for larger than 10-inch diameter pipe. Provide one Joint bond wire assembly at each joint that requires bonding for pipes smaller than 10- inch diameter. Use thermite weld process for electrical connection of wires to pipe and fittings. Test each bonded joint for continuity. 8-23.1(G) Insulated Joints After assembly of insulated flanges, prepare cement -mortar surface in accordance with point manufacturer's instruction and apply a 20-mm minimum thickness of EPA potable water approved, 100% solids water or air curing epoxy coating to the interior of the pipeline. Apply coating for a minimum of two pipe diameter lengths from the insulating flange in both directions. Apply and cure coating in accordance with the manufacturer's recommendations. Do not apply coating where it will interfere with operation of pipeline valves or other pipeline assemblies. 8-23.1(H) Test And Inspection ELECTRIACAL CONTINUITY TESTING: Provide necessary equipment and materials and make electrical connections to the pipe as required to test continuity of bonded joints. Conduct a continuity test on buried joints that are required to be bonded. Test the electrical continuity of joint bonds after the bonds are installed but before backfilling of the pipe. Test electrical continuity of completed joint bonds using either a digital low resistance ohmmeter or by the Calculated Resistance Method, at the CONTRACTOR's option. DIGITAL LOW RESISTANCE OHMMETER METHOD: Provide the following equipment and materials: One Biddle Model 247001 digital low resistance ohmmeter One set of duplex helical current and potential hand spikes, Biddle Model No. 241001, cable as required. One calibration shunt rated at 0.001 ohms, 100 amperes, Biddle Model No. 249004. Test procedure: Measure resistance of joints bonds with the low resistance Ohmmeter in accordance with manufacturer' written instructions. Use helical hand spikes to contact the pipe on each side of area to bright metal by filling or grinding and without surface rusting or oxidation. Record the measured joint bond resistance on the form described herein. Repair damaged pipe coating. CALCULATED RESISTANCE METHOD: Provide the following equipment: One do ammeter (meter or clamp -on) with full scale reading of ]-amperes and a minimum resolution of 1 ampere r a 100-ampere shunt with a voltmeter as specified herein. One high resistance electronic voltmeter with a do low range of 200 millivolts full scale to a do high range of 20 volts full scale and capable of a minimum resolution of 1 millivolt (two voltmeters as required if shunt is used) One knife switch, safety switch, or time controlled relay suitable for test current. Two electrical probes for the voltmeter. Insulated wire suitable for carrying the test current, length as required. One do power supply with a steady capacity of 50 amperes minimum; storage batteries are not acceptable power supply. Test Procedure: Page 16 WTR-27-2890 Special Provisions 2/19/01 Either tightly clamp or thermite weld current wire connections to the pipe. Determine wire size for the test current, and do not exceed 1,000 feet in length. Apply a minimum direct current of 50 amperes. Measure the voltage drop across each joint with a voltmeter by contacting the pipe on each side of the joint. Voltmeter connections to the bond wire or thermite welds will not be acceptable. Measure the current applied to the test span and the voltage drop across the joint simultaneously. Record the measured voltage drop and current for each joint of the test from described herein and calculate the bond resistance in accordance with the following formula: Where: R=E/I R = Resistance of the joint bond. E = Measured voltage drop across the joint, in volts. I = test current applied to the pipe test span, in amperes. Joint Bond Acceptable: Joint bond resistance: Less than or equal to the maximum allowable bond resistance values in Table 1. Table 1 Max. Allowable Resistance Joint Type 1 Bond / Joint 2 Bonds / Joint Push on or mechanical 0.000325 ohm 0.000162 ohm Flexible Coupling 0.000425 ohm 0.000212 ohm Concrete cylinder 0.000250 ohm 0.000125 ohm Replace joint bonds that exceed the allowable resistance. Retest replacement joint bonds for compliance with bond resistance. Repair defective joint bonds discovered during energizing and testing. Record tests of each bonded pipe: Description and location of the pipe tested. Starting location and direction of test. Date of test. Joint type. Test current and voltage drop across each joint and calculated bond resistance (Calculated Resistance Method only) Measured joint bond resistance (Digital Low Resistance Ohmmeter method only) Insulated Joint Testing: Test each joint after assembly with the insulator tester in accordance with the manufacturer's written instructions. Replace damaged or defective insulation parts. Correct defects identified during testing. Provide the Engineer with 3 days' advance notice before beginning test. w,rR-27-2890 Special Provisions Page 17 2/ 19/01 •'�� " i.1 �' � �� ",ail, �_ Lomm L =�,, S I]ZM SI S lapis Am 5 a a r uah � S N_M Viye R VICINITY MAP RELOCATION OF WATER METERS FOR BOEING RENTON PLANT WTR-27-2890