Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutContract Award Date: May 12 , 2008 CAG-08-045
Awarded to:
R.L . Al is Company
107 Williams Avenue South
'r Renton, WA 98055
Award Amount: $737 ,894.19
�Y
ti O
Bidding Requirements, City of Renton
Forms, Contract Forms, Conditions of `
the Contract, Plans and Specifications
N
City of Renton
Construction of:
EARLINGTON SANITARY SEWER INTERCEPTOR
C PTOR
PROJECT NO. WWP-27-2939
City of Renton
1055 South Grady Way
Renton, WA 98057
Project Manager: John Hobson (425)430-7279
Yw
CITY OF RENTON
RENTON, WASHINGTON
,. CONTRACT DOCUMENTS
for the
Earlington Sanitary Sewer Interceptor
PROJECT NO. WWP-27-2939
April, 2008
BIDDING REQUIREMENTS
CONTRACT FORMS
CONDITIONS OF THE CONTRACT
SPECIFICATIONS
PLANS
ti 11 OR
S �pF WASyz
y co o
23169 �Q
c�9FG�STVO���
EXN!!`-�c .. 0
Re off.. Aha
Company
GENERAL CONTRACTORS PUMPING STATIONS
107 WILLIAMS AVENUE SOUTH ROAD CONSTRUCTION
RENTON, WA 98055 E-MAIL ADDRESS: GJPANK @RLALIA.COM CONCRETE STRUCTURES
(425) 226-8100 OFFICE UNDERGROUND UTILITIES
(425) 226-8649 FAX LARGE DEWATERING EQUIPMENT
May 21, 2008
III
City of Renton
1055 South Grady Way
Renton, WA 98057
ift Re: Earlington Sanitary Sewer Interceptor
ATTN: John Hobson
+� John,
Following is our list of emergency contacts for the above-cited project:
Responsible Officer:
r
Richard L. Alia—President
107 Williams Ave S
Renton, WA 98057
(425) 226.8100 Office
(206) 423-3590 Cell
(206) 982-7624 Pager
Job Foreman:
Jason McGovern
107 Williams Ave S
' Renton, WA 98057
(425) 226-8100 Office
(206) 423-3680 Cell
' (206) 469-3371 Pager
Bonding Agent:
Carl Newman
c/o Parker, Smith & Feek
2233 112TH Ave NE
Bellevue, WA 98004
(425) 709-3600 Office
CONTRACTOR'S LICENSE NUMBER RL-AL-IC' 104PT
R, cto Aha Company
GENERAL CONTRACTORS PUMPING STATIONS
r 107 WILLIAMS AVENUE SOUTH ROAD CONSTRUCTION
RENTON, WA 98055 E-MAILADDRESS: GJPANK @RLALIA.COM CONCRETESTRUCTURES
(425) 226-8100 OFFICE UNDERGROUND UTILITIES
ru (425) 226-8649 FAX LARGE DEWATERING EQUIPMENT
Resolution of Board of Directors
w
A special meeting of the directors was held on May 21, 2008 at the Corporate Offices at
107 Williams Ave S, Renton, WA.
All directors were present.
r.
Chairman Richard L. Alia presided over the meeting.
R. L. Alia Company was successful low bidder on the Earlington Sanitary Sewer
Interceptor Project for City of Renton. Renton has awarded said project to R. L. Alia
Company.
i
RESOLVED:
r 1) R. L. Alia Company shall enter into a contract with City of Renton to construct
said project.
2) Persons authorized to sign the contract and change orders on behalf of R. L. Alia
Company include:
' Richard L. Alia
' Gary J Pankiewicz
' There being no further business, the meeting was adjourned.
' AGREED AND CONSENTED TO:
R. L. Alia Company
5-Z-05
Ric and L. Alia Date
President, Chairman and Sole Shareholder
CONTRACTOR'S LICENSE NUMBER RL-AL-IC' 104PT
t
1
Ji .Y P •y' vy„Aif
f r
yax:: >,� Mpatrhr ,_rt ;Y
� S
��y' N.yr ?YY 4WnPrfYy�v tYdb F f�..
1-
!
H
�Y H cl)
a WO cwt oW ��
W L� U-
' TD'S` 'iYM1d� b
yU:. �y NN ,�a0.a .Yr.? .•<v.cYx7.v(?.
h
1[ T
r
i
05/19/2008 MON 11: 51 FAX 4254306855 City of Renton -Finance 0001/001
_y o� CITY OF RENTON BUSINESS LICENSE Expiration Date
Finance Division 6/3012008 I
1055 South Grady Way !
Renton,WA 98057 Issued Date: License#
(425)430-6851 6/29/2007 8L.001673
Business Location
Billing Code: bl_a
107 WILLIAMS AVE S
RENTON,WA 98055 ,Licensee has applied for a City of Renton
business license in accordance with Renton
Municipal Code(the Code),Title'V Business,
r R L ALIA CO Chapter 5 Business Licenses. The Licensee
107 WILLIAMS AVE S Agrees to comply with all requirements of the
RENTON,WA 98055 Code, as well as State laws and regulations
applicable to the business activity licensed.
Post this License at the place of business.
----... .- -.---...,-..-------------------------------------------------------------
r '
I
7/ D
r
ADDENDUM NO. 1
Earlington Sanitary Sewer Interceptor
Project# WWP-27-2939
FOR THE CITY OF RENTON
Bid Opening: May 6, 2008
This Addendum forms a part of the Bid Documents and modifies the original Bid Documents dated April 2008,
as noted below. The Bidder shall acknowledge receipt of this Addendum in the space provided below and
return this Addendum with the Bid. Failure to comply with this requirement shall render the Bid non-
responsive and may cause its rejection:
Addendum No. 1 accepted by:
Title: y P `f ;L;L-0g
This Addendum consists of two pages, including this page.
ITEM
Schedule of Prices (Revised):
ir. Delete page one of the Schedule of Prices and Replace with the attached,revised page 1.
(Bid item 11 units have been revised from"each" to"linear foot" and the quantity from 52 to 211)
Addendum Number 1 is hereby made a part of these contract documents and its terms and conditions are fully
binding on the plan holder and contractor. The contractor shall acknowledge receipt o f'this Addendum
Number 1 by signing in the space provided above and attaching it to his orher proposal.
Sifa bre ,A .^
ohn Hobson
Project Engineer
L
L
W:\WWP-27-2939 Earlington Lift Station ElinninationlBlD DOCS&SPEMAddendum no.1-Earlington.doc
rage 1 Addendum#1
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale
CITY OF RENTON
WWP-27-2939
Earlington Sanitary Sewer Interceptor
CONTRACT DOCUMENT TABLE OF CONTENTS
Summary of Fair Practices Policy
Summary of Americans with Disability Act Policy
+r Scope of Work
Vicinity Map
Instructions to Bidders
�. Call for Bids
*Proposal &Combined Affidavit&Certificate Form:
Non-Collusion
Anti-Trust Claims
Minimum Wage Form
*Dept. of Labor and Industies Certificate of Registration
*Bid Bond Form
*Schedule of Prices
❖Bond to the City of Renton
❖Fair Practices Policy Affidavit of Compliance
❖Contract Agreement(Contracts other than Federal-Aid FHWA)
❖City of Renton Insurance Information Form
❖City of Renton Standard Endorsement Form
Prevailing Minimum Hourly Wage Rates (New job classifications)
Statement of Intent to Pay Prevailing Wages
Affidavit of Prevailing Wages Paid
Certificate of Payment of Prevailing Wages
WSDOT Amendments
Special Provisions
Permits
Geotechnical Report
Standard Plans
Documents marked as follows must be submitted at the time noted and must be executed by the Contractor,
President and Vice President or Secretary if corporation by-laws permit. All pages must be signed. In the
event another person has been duly authorized to execute contracts, a copy of the corporation minutes
establishing this authority must be attached to the bid document.
' * Submit with Bid
❖ Submit at Notice of Award
CITY OF RENTON
Planning/Building/Public Works Department
1055 South Grady Way
Renton, Washington 98057
r
,.. CITY OF RENTON
SUMMARY OF FAIR PRACTICES POLICY
ADOPTED BY RESOLUTION NO. 3229
It is the policy of the City of Renton to promote and provide equal treatment and service to all citizens
and to ensure equal employment opportunity to all persons without regard to race, color,national origin,
ethnic background, gender, marital status, religion, age or disability, when the City of Renton can
•• reasonably accommodate the disability, of employees and applicants for employment and fair, non-
discriminatory treatment to all citizens. All departments of the City of Renton shall adhere to the
following guidelines:
1° (1) EMPLOYMENT PRACTICES -The City of Renton will ensure all employment related
activities included recruitment, selection, promotion, demotion, training, retention and
separation are conducted in a manner which is based on job-related criteria which does
• not discriminate against women, minorities and other protected classes. Human
resources decisions will be in accordance with individual performance, staffing
requirements, governing civil service rules, and labor contract agreements.
(2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton
will cooperate fully with all organizations and commissions organized to promote fair
practices and equal opportunity in employment.
(3) AFFIRMATIVE ACTION PLAN - The City of Renton Affirmative Action Plan and
Equal Employment Program will be maintained and administered to facilitate equitable
representation with the City work force and to assure equal employment opportunity to
all. It shall be the responsibility of elected officials, the Mayor, the Affirmative Action
Officer, department administrators, managers, supervisors, Contract Compliance
Officers and all employees to carry out the policies, guidelines and corrective measures
set forth in the Affirmative Action Plan and Equal Employment Program.
(4) CONTRACTORS' OBLIGATIONS - Contractors, sub-contractors, consultants and
suppliers conducting business with the City of Renton shall affirm and subscribe to the
Fair Practices and Non-discrimination policies set forth by the law and in the City's
Affirmative Action Plan and Equal Employment Program.
Copies of this policy shall be distributed to all City employees, shall appear in all operational
documentation
of the City, including bid calls, and shall be prominently displayed in appropriate city facilities.
CONCURRED IN by the City Council of the City of RENTON, Washington,this 7thday of October, 1996.
' CITY OF RENTON: RENTON CITY COUNCIL:
Mayor Council President
,A,i4t:Ci
rrr
CITY OF RENTON
SVAE-f"Y OFAMERICANS WITHDISABILPIIESACT POLICY
ADOPTED BY RESOL MON NO. 3007
The policy of the City of Renton is to promote and afford equal treatment and service to all citizens and to assure
employment opportunity to persons with disabilities, when the City of Renton can reasonably accommodate the
disability. This policy shall be based on the principles of equal employment opportunity, the Americans With
Disabilities Act and other applicable guidelines as set forth in federal, state and local laws. All departments of the City
of Renton shall adhere to the following guidelines:
(1) EMPLOYMENT PRACTICES - All activities relating to employment such as
recruitment, selection, promotion, termination and training shall be conducted in a non-
discriminatory manner. Personnel decisions will be based on individual performance,
staffing requirements, and in accordance with the Americans With Disabilities Act and
other applicable laws and regulations.
(2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of
Renton will cooperate fully with all organizations and commissions organized to
promote fair practices and equal opportunity for persons with disabilities in
employment and receipt of City services,activities and programs.
(3) AMERICANS WITH DISABILITIES ACT POLICY-The City of Renton Americans
With Disabilities Act Policy will be maintained to facilitate equitable representation
within the City work force and to assure equal employment opportunity and equal
access to City services, activities and programs to all people with disabilities. It shall
be the responsibility and the duty of all City officials and employees to carry out the
policies and guidelines as set forth in this policy
(4) CONTRACTORS' OBLIGATION - Contractors, subcontractors, consultants and
suppliers conducting business with the City of Renton shall abide by the requirements
of the Americans With Disabilities Act and promote access to services, activities and
programs for people with disabilities.
Copies of this policy shall be distributed to all City employees, shall appear in all operational documentation of the City,
including bid calls, and shall be prominently displayed in appropriate City facilities.
CONCURRED IN by the City Council of the City of Renton, Washington,
this 4th day of October 1993.
CITYqW RENTON RENTON CITY COUNCIL:
"Z-
r
Ire Mayor ouncil President
Attest:
w. -
City Clerk
WWP-27-2939
Earlington Sanitary Sewer Interceptor
SCOPE OF WORK
The work involved under the terms of this contract document shall be full and complete installation of the
facilities, as shown on the plans and as described in the construction specifications, to include but not be
•� limited to:
Installation of approximately 1,524 linear feet of 15" diameter PVC sanitary sewer pipe, 239 linear feet of
Trenchless 15" diameter sanitary sewer pipe, 205 linear feet of 8" diameter PVC sanitary sewer pipe, 16
sanitary sewer manholes, associated asphalt street restoration, and associated landscape restoration.
Approximately 90% of the 15" diameter sewer pipe installation will take place in easements across private
property. Excavations for the sanitary sewer will range between 7 feet and 16.5 feet and will include areas of
weathered and unweathered bedrock.
Any contractor connected with this project shall comply with all Federal, State, County, and City codes and
regulations applicable to such work and perform the work in accordance with the plans and specifications of
this contract document. A total of 90 working days will be allowed for the completion of this project.
w
.r
i
t
1
i
02
.s S 132ND
ST
s
ar �y2
CcS X \
O�
■r ,p cf)
O
M W
Q
_ -9
O E T SI E
f. -
rNo cO�JNry
S 134111-1,97.
rr
co
T L9ti
co
1 co co
1 sw
I EARLINGTON SEWER INTERCEPTOR
VICINITY MAP
INSTRUCTIONS TO BIDDERS
1. Sealed bids for this proposal will be received by the City of Renton at the office of the Renton City
" Clerk,Renton City Hall,until the time and date specified in the Call for Bids
At this time the bids will be publicly opened and read, after which the bids will be considered and the
•• award made as early as practicable.
No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall be
,. submitted on the forms attached hereto.
2 Any omissions, discrepancies or need for interpretation should be brought, in writing, to the attention
�r•
of the Project Engineer. Written addenda to clarify questions that arise may then be issued.
No oral statements by Owner, Engineer, or other representative of the owner shall, in any way, modify
the contract documents, whether made before or after letting the contract.
r
3 The work to be done is shown in the plans and/or specifications. Quantities are understood to be only
approximate. Final payment will be based on actual quantities and at the unit price bid. The City
reserves the right to add or to eliminate portions of that work as deemed necessary.
4. Plans may be examined and copies obtained at the Public Works Department Office. Bidders shall
r satisfy themselves as to the local conditions by inspection of the site.
5. The bid price for any item must include the performance of all work necessary for completion of that
item as described in the specifications.
6. The bid price shall be stated in terms of the units indicated and as to a total amount. In the event of
errors, the unit price bid will govern. Illegible figures will invalidate the bid.
7. The right is reserved to reject any and/or all bids and to waive informalities if it is deemed
advantageous to the City to do so.
8. A certified check or satisfactory bid bond made payable without reservation to the Director of Finance
of the City of Renton in an amount not less than 5% of the total amount of the bid shall accompany
each bid proposal. Checks will be returned to unsuccessful bidders immediately following the
decision as to award of contract. The check of the successful bidder will be returned provided he
enters into a contract and furnishes a satisfactory performance bond covering the full amount of the
work within ten days after receipt of notice of intention to award contract. Should he fail, or refuse to
do so, the check shall be forfeited to the City of Renton as liquidated damage for such failure.
9. All bids must be self-explanatory. No opportunity will be offered for oral explanation except as the
City may request further information on particular points.
t10. The bidder shall, upon request, furnish information to the City as to his financial and practical ability
to satisfactorily perform the work.
11. Payment for this work will be made in Cash Warrants.
12. The contractor shall obtain such construction insurance (e.g. fire and extended coverage, worker's
compensation, public liability, and property damage as indicated on forms enclosed under Attachment
A herein and as identified within Specification Section 1-07.18.
Revised:04/06 bb
VM
13. The contractor, prior to the start of construction, shall provide the City of Renton a detailed bar chart
type construction schedule for the project.
• 14 Before starting work under this contract,the Contractor is required to supply information to the City of
Renton on all chemical hazards Contractor is bringing into the work place and potentially exposing
City of Renton Employees.
15. Payment of retainage shall be done in accordance with Section 1-09.9(1) "Retainage.
.. 16. Basis For Approval
The construction contract will be awarded by the City of Renton to the lowest,responsible, responsive
r bidder. The bidder shall bid on all bid schedules items of all schedules set forth in the bid forms to be
considered responsive for award. The total price of all schedules will be used to determine the
successful low responsive bidder.
.r Partial bids will not be accepted. The owner reserves the right to award any or all schedules of the Bid
to meet the needs of the City. The intent is to award to only one BIDDER.
17. Trench Excavation Safety Systems
As required by RCW 39.04.180, on public works projects in which trench excavation will exceed a
depth of four feet, any contract therefor shall require adequate safety systems for the trench excavation
that meet the requirements of the Washington Industrial Safety and Health Act, Chapter 49.17 RCW.
These requirements shall be included in the Bid Schedule as a separate item. The costs of trench
safety systems shall not be considered as incidental to any other contract item and any attempt to
include the trench safety systems as an incidental cost is prohibited.
18. Payment of Prevailing Wages
In accordance with Revised Code of Washington Chapters 39.12 and 49.28 as amended or
supplemented herein, there shall be paid to all laborers, workmen or mechanics employed on this
contract the prevailing rate of wage for an hour's work in the same trade or occupation in the area of
work regardless of any contractual relationship which may exist, or be alleged to exist, between the
CONTRACTOR and any laborers,workmen,mechanics or subconsultants.
The most recent issue of the prevailing wage rates are included within these specifications under
section titled "Prevailing Minimum Hourly Wage Rates". The Contractor is Responsible for obtaining
updated issues of the prevailing wage rate forms as they become available during the duration of the
contract. The wage rates shall be included as part of any subcontracts the Contractor may enter into
for work on this project.
19. Pollution Control Requirements
Work under this contract shall meet all local, state and federal requirements for the prevention of
environmental pollution and the preservation of public natural resources. The CONTRACTOR shall
conduct the work in accordance with all applicable pollution control laws. The CONTRACTOR shall
,r.► comply with and be liable for all penalties, damages, and violations under Chapter 90.48 RCW, in
performance of the work. The CONTRACTOR shall also comply with Article 4 in the Puget Sound
Air Pollution Control Agency Regulation III regarding removal and encapsulation of asbestos
materials.
Revised:04/06 bh
20. Standard Specifications
All work under this contract shall be performed in accordance with the following standard
specifications except as may be exempted or modified by the City of Renton Supplemental
Specifications, Special Provisions other sections of these contract documents. These standard
specifications are hereby made a part of this contract and shall control and guide all activities within
this project whether referred to directly,paragraph by paragraph, or not.
1. WSDOT 112006 Standard Specifications for Road, Bridge and Municipal Construction" and
.. "Division 1 APWA Supplement" hereinafter referred to by the abbreviated title "Standard
Specifications."
A. Any reference to "State," "State of Washington," "Department of Transportation,"
.,. "WSDOT," or any combination thereof in the WSDOT/APWA standards shall be modified
to read "City of Renton," unless specifically referring to a standard specification or test
method.
B. The Special Provisions include "Section 1-09.14, Measurement and Payment". This
section corresponds with the bid items in the Schedule of Prices and shall be considered
primary. All references to measurement and payment in the WSDOT standards that are
_ related to bid items in the Schedule of Prices shall be superceded by Section 1-09.14.
Work NOT covered by the Schedule of Prices and NOT considered incidental shall be
subject to the measurement and payment provisions of the WSDOT standards as modified
by the Special Provisions.
21. If a soils investigation has been completed, a copy may be included as an appendix to this document.
If one has not been provided for this project by the City or Engineer, the Bidders shall familiarize
themselves adequately with the project site and existing subsurface condition as needed to submit their
bid. Upon approval of the City, the Bidder may make such subsurface explorations and investigations
as they see fit. The Bidder shall be responsible for protection of all existing facilities, utilities and
other buried or surface improvements and shall restore the site to the satisfaction of the City.
22 Bidder's Checklist
❑ It is the responsibility of each bidder to ascertain if all the documents listed on the attached index
are included in their copy of the bid specifications. If documents are missing, it is the sole
responsibility of the bidder to contact the City of Renton to obtain the missing documents prior to
bid opening time.
❑ Have you submitted, as part of your bid, all documents marked in the index as "Submit With Bid"?
❑ Has bid bond or certified check been enclosed?
❑ Is the amount of the bid guaranty at least 5 percent of the total amount of bid including sales tax?
❑ Has the proposal been signed?
❑ Have you bid on ALL ITEMS and ALL SCHEDULES?
❑ Have you submitted the Subcontractors List(If required)
❑ Have you reviewed the Prevailing Wage Requirements?
❑ Have you certified receipt of addenda, if any?
Revised:04/06 bh
CAG-08-045
CITY OF RENTON
CALL FOR BIDS
' WWP-27-2939
Earlington Sanitary Sewer Interceptor
r Sealed bids will be received until 2:30 p.m., Tuesday, May 6, 2008, at the City Clerk's office, 7th floor, and
will be opened and publicly read in conference room 511 on the fifth floor, Renton City Hall, 1055 South
Grady Way, Renton, WA 98057.
The work to be performed within 90 working days from the date of commencement under this contract shall
include, but not be limited to:
Installation of approximately 1,524 linear feet of 15" diameter PVC sanitary sewer pipe, 239 linear feet of
Trenchless 15" diameter sanitary sewer pipe, 205 linear feet of 8" diameter PVC sanitary sewer pipe, 16
' sanitary sewer manholes, associated asphalt street restoration, and associated landscape restoration.
Approximately 90% of the 15" diameter sewer pipe installation will take place in easements across private
property. Excavations for the sanitary sewer will range between 7 feet and 16.5 feet and will include areas of
weathered and unweathered bedrock.
' The City reserves the right to reject any and/or all bids and to waive any and/or all informalities.
Bid documents will be available April 15, 2008. Plans, specifications, addenda, and the plan holders list for
this project are available on-line through Builders Exchange of Washington, Inc., at http://www.bxwa.com.
Click on "bxwa.com"; "Posted Projects", "Public Works", "City of Renton" , "Projects Bidding". (Note:
Bidders are encouraged to "Register as a Bidder," in order to receive automatic email notification of future
addenda and to be placed on the"Bidders List.")
If a bidder has any questions regarding the project, please contact the Project Manager, John Hobson at 1055
South Grady Way, Renton, WA 98057 or(425)430-7279.
A certified check or bid bond in the amount of five percent(5%) of the total of each bid must accompany each
bid.
The City's Fair Practices,Non-Discrimination, and Americans with Disability Act Policies shall apply.
Bonnie I. Walton, City Clerk
.. Published:
Daily Journal of Commerce April 15,2008
Daily Journal of Commerce April 22, 2008
Daily Journal of Commerce April 29,2008
r
CITY TY OF RENTON
WWP-27-2939
Earlington Sanitary Sewer Interceptor
TO THE CITY OF RENTON
r RENTON, WASHINGTON
Ladies and/or Gentlemen:
The undersigned hereby certify that the bidder has examined the site of the ro osed work and have P p e read
and thoroughly understand the plans, specifications and contract governing the work embraced in this
improvement, and the method by which payment will be made for said work, and hereby propose to
undertake and complete the work embraced in this improvement, or as much thereof as can be completed
with the money available, in accordance with the said plans, specifications and contract and the following
schedule of rates and prices:
(Note: Unit prices for all items, all extensions, and
total amount of bid should be shown. Show unit
prices both in writing and in figures.)
The undersigned certifies and agrees to the following provisions:
NON-COLLUSION AFFIDAVIT
Being duly sworn, deposes and says, that he is the identical person who submitted the foregoing proposal or
bid, and that such bid is genuine and not sham or collusive or made in the interest or on behalf of any
' person not therein named, and further, that the deponent has not directly induced or solicited any other
Bidder on the foregoing work or equipment to put in a sham bid, or any other person or corporation to
refrain from bidding, and that deponent has not in any manner sought by collusion to secure to himself or to
' any other person any advantage over other Bidder or Bidders.
AND
' CERTIFICATION RE: ASSIGNMENT OF
ANTI-TRUST CLAIMS TO PURCHASER
Vendor and purchaser recognize that in actual economic practice overcharges resulting from anti-trust
violations are in fact usually borne by the purchaser. Therefore, vendor hereby assigns to purchaser any
and all claims for such over-charges as to goods and materials purchased in connection with this order or
contract, except as to overcharges resulting from anti-trust violations commencing after the date of the bid,
quotation, or other event establishing the price under this order or contract. In addition, vendor warrants
and represents that such of his suppliers and subcontractors shall assign any and all such claims to
purchaser, subject to the aforementioned exception.
AND
MINIMUM WAGE AFFIDAVIT FORM
' I, the undersigned, having been duly sworn, deposed, say and certify that in connection with the
performance of the work of this project, I will pay each classification of laborer, workman, or mechanic
employed in the performance of such work; not less than the prevailing rate of wage or not less than the
�ge 12 Proposal and Combined Affidavit&Certificate Form
ovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com
r minimum rate of wages as specified in the principal contract: that I have read the above and foregoing
statement and certificate, know the contents thereof and the substance as set forth therein is true to my
knowledge and belief.
FOR: PROPOSAL, NON COLLUSION AFFIDAVIT, ASSIGNMENT OF ANTI-TRUST CLAIMS TO
PURCHASER AND MINIMUM WAGE AFFIDAVIT
r
AI-to mPA VY
Name of Bidder's Firm
Printed Name RI CH14pi
Signature Df2e 5i DENT
Address: /U-7 04t-i-t^-ws A✓c S
Na s of Members of Partnership:
ar
r
OR
Name of President of Corporation
RIName of Secretary of Corporation 6HR-D 4, At,4
Corporation Organized under the laws of ASE/I/1! tod
r
With Main Office in State of Washington at /;�FlU-MA/ (AIA
Subscribed and sworn to before me on this (ollf day of MAil 20cg.
Notary Pubfi in and for the State of Washington
Notary (Print) 67,01V T P k_(E-K)&2-
�►� � My appointment expires: �—�5-
d
WA
W&
age 13
ovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com
7
t
i
Department of Labor anal Industries
Cerfificate of Registration
Name on Registration:
Registration Nrunber: Pt-A L— i v Y f�T
r
Expiration Date:
Note: A copy of the certificate will be requested as part of contract execution when project is
awarded.
age 14 Certificate of Registration
provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see vwwv.bxwa.com
D D BOND FORM
Herewith find deposit in the form of a certified check.cashier's ohe cash, or bid bond in the amount of
which amount is not less than five enr I of the tofalbid.
Signature
Know All Men by These Presents;
That we, R.L. Al i a Company as Principal, and
—Hartford Casualty Insurance Companyas Surety, are held and fnmly bound unto the City of Renton, as
Obligee,in the penal sum of Five Percent (5%) of Bid Amount I)o1larS, for the payment Of Which
the Principal and the Surety bind themselves, their Heirs, executors, administrators, successors and assigns,
jointly and severally,by these presents.
The contrition oS' this opligation igg such that if the Obligee shall make any award to the Priaci al for
arlington Sani ary ewer n erceptor P
WWP-2 7-2 9 3 9 according to the terms of the proposal or bid made by the Principal
therefore, and the Principal shall duly make-and eater into a contract with the Obligee in'accordance with
the terms of said proposal or bid and award and shall give bond for the faithful penformonce, thereof, with
Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure to do so, .pay and
forfeit to the Obligee the penal amount of the deposit specified in the call for bids, then this obligation shall
be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay
and forfeit to the Obligee, as penalty and liquidated damages, the amount of this bond.
SIGNED, SEALED AND DATED THIS 6th DAY OF May , 2008
R.L. Alia Company
Principal,
H� o d ACclsua� Insurance Company
yV�. f
Surety Deanna M. Meyer, AttLq ney-in-Fact
Received return of deposit in the sum of$
Direct Inquiries/Claims to:
POWER OF ATTORNEY THE HARTFORD
BOND,T-4
P.O.Box 2103,690 ASYLUM AVENUE
s
HARTFORD,CONNECTICUT 06115
call:888-266-3488 or fax:860-757-5835
KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Code: 52-815037
X� Hartford Fire Insurance Company,a corporation duly organized under the laws of the State of Connecticut
X Hartford Casualty Insurance Company,a corporation duly organized under the laws of the State of Indiana
X� Hartford Accident and Indemnity Company,a corporation duly organized under the laws of the State of Connecticut
Hartford underwriters Insurance Company,a corporation duly organized under the laws of the State of Connecticut
Twin City Fire Insurance Company, a corporation duly organized under the laws of the State of Indiana
Hartford Insurance Company of Illinois, a corporation duly organized under the laws of the State of Illinois
Hartford Insurance Company of the Midwest,a corporation duly organized under the laws of the State of Indiana
Hartford insurance Company of the Southeast,a corporation duly organized under the laws of the State of Florida
having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the"Companies")do hereby make, constitute and appoint,
up to the amount of unlimited:
Charles A. Szopa, Barbara R.Johnson, Marie 1. Matetich, David L. Eckroth, Karen A. Hunt of Anchorage,AK;
Peter H. Hammett, Carl Newman, Karen P. Dever, Deanna M. Meyer, Jill A. Boyle, Stuart A. O'Farrell,
Susan B. Larson,April L. Champagne, Scott Fisher, Stephen J. Wachter of Bellevue, WA
their true and lawful Attorney(syin-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies)only as
delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the
nature thereof,on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and
executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law.
In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on July 21, 2003 the Companies
have caused these presents to be signed by its Assistant Vice President and its corporate seals to be hereto affixed,duly attested by its Assistant
Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies,the Companies hereby unambiguously affirm that they are
and will be bound by any mechanically applied signatures applied to this Power of Attorney.
Irr
®rw 19 7'0/� '-`�h�...:.�� �rta rA v Ao� � '♦�, +rtnot5� hor.►� ,.�.
Paul A.Bergenholtz,Assistant Secretary David T.Akers,Assistant Vice President
STATE OF CONNECTICUT
I ss. Hartford
COUNTY OF HARTFORD
On this 4th day of August,2004, before me personally came David T. Akers,to me known,who being by me duly sworn, did depose and
say: that he resides in the County of Hampden, Commonwealth of Massachusetts; that he is the Assistant Vice President of the Companies, the
corporations described in and which executed the above instrument; that he knows the seals of the said corporations; that the seals affixed to the
said instrument are such corporate seals;that they were so affixed by authority of the Boards of Directors of said corporations and that he signed
his name thereto by like authority.
{E.A
' Scott E.Paseka
Notary Public
CERTIFICATE My Commission Expires October 31,2007
I,the undersigned,Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct
copy of the Power of Attorney executed by said Companies,which is still in full force effective as of Kay
Signed and sealed at the City of Hartford. ��/I
®rglo�,\N-1 5
\%���L o-Y..�y;.✓ °�1tb1 e-wrIN yN--e'8 :°�!:x�d+.p r+c1^NA ei.9li't.e trr8 bs eA.7 ta-rY r r f o;40: ►i�J 1��M9L•1I10 A 1N 7 1►� 5':5.�a�19[w-7cMpa-�t9 ti�o �i_.v`f�1h8 xO4r*t�o7 Mt.e.'9'rrff.o 1Y t,y�.•
2'a-•a 3'
„.w1 a9w7x9+�
Gary W.Stumper,Assistant Vice President
POA 2005
CITY OF RENTON
PUBLIC WORKS DEPARTMENT
SCHEDULE OF PRICES
EARLiNGTON SANITARY SEWER INTERCEPTOR
(Note: Unit prices for all items,all extentions,and total amount of bid must be shown. Show unit prices in both words and figures
and where confictconflict occurs the written or typed words shall prevail)
.� ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT
NO. QUANTITY (Unit Prices to be Written in Words) Dollars Cts. Dollars Cts.
001. 1 Mobilization&Demobilization
Lump Sum $ SS xry FF,VC- -7 NoUSANP per Lump um (words) figures
002. 1 Trench Excavation Safety Systggms
Lump Sum $ ONE `THrusA� 0' ti/1
" -� /000 � /,000
per Lump Sum (words) figures
003. 1 Construction Surveying, Staking and As-Builts
Lump Sum $ /41AIE J! ' bon o0o
per Lump Sum (words) figures
004. 1 TmJffc Control
Lump Sum $ Ci6 tr 'TfkAusgnW� nr'��C row—
per Lump Sum (words) figures
•
005. 1 Te�orary Erosion/Sedimentatiog Controls ,
Lump Sum $ l ff� "T'�UsAmd / `4/y-� 3 000_ ��
per Lump Sum (words) figures
006. 1 Landscape Restoration /
Lump Sum $ .51)c '-�(tSAAIP / ' '/ C �.000y w
per Lump Sum (words) figures
007. 1,968 Televison Inspection of Sanitary Sewers
Linear Foot $ Srk � ^/o//-� 6
per Linear Foot (words) figures
008. 1,524 15"PVC Sewer Pipe
Linear Foot $ ONF 4,04V Si Ka '7Z ��14AL 162- f 7 421
per Linear Foot (w rds) figures
009. 1 15"Trenchless Pipe Installation and Pipe
Lump Sum $ UntE 4uNbgj::V *rMrZ' /,1✓F 7ff�usi1-w0 �'{ 3S,,CkA, lj�,a0c, —
r per Lump Sum (wo(ds) figures
010. 205 8"PVC Sewer Pipe 75 1y
7y
Linear Foot $ dA11 AmWm`Ttn/ AhNF j29
ow Linear
Linear Foot (words) figures
011. 211 6"PVC Side Sewer Pip
Linear Foot $ W1415TSI 11 � ?(U
per Linear Foot (words) figures
012. 15 54"Sanitary Sewer
1r MaHYole(less than 15'deep)
Each $ 1-flki/ 7; 4� ND44 f/ N��
33W
per Eac (words) figures
rr
Page 1
age 2 Schedule of Prices
rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale
CITY OF RENTON
PUBLIC WORKS DEPARTMENT
SCHEDULE OF PRICES
EARL.INGTON SANITARY SEWER INTERCEPTOR
(Note: Unit prices for all items,all extentions,and total amount of bid must be shown. Show unit prices in both words and figures
and where conflietconflict occurs the written or typed words shall prevait)
TEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT
NO. QUANTITY (Unit Prices to be Written in Words) Dollars Cts. Dollars Cts.
r
013. 1 54"Sanitary Sewer Manhole(Over 15'deep) LL
Each $_ �*-rt/ -r/4iZES �vnrl�/Lfl1 ``'U�i�-1L q3()o
wr per Each/ (words) figures
014.. 1 Connect New Sewer to Existing Sewer Manhole
Each $ _lW aTV F,116" /�VAf g "'v/,/_y 3 50 C)
to per Each (words) figures
015. 1 Abandon Existing Lift Station
Lump Sum $ � urAa�10 N" /'J,OOL) A)000
1W per Lump Sum (words) figures
016. 200 Removal and Replacement of Unsuitable Foundation
Ton $ '7W61JV A10/� �;" tow
on per Ton ( ords) figures
017. 4,531 Select Imported Trenc Backfill
Ton $ ff,,Zt-C e ^tJ y_K ;?.� /3 5f3
per Ton (words) figures
018. 600 Rock Excavation
r Cubic Yard $ "TW�an/ ✓� /Vu
per Cubic Ya d (words) figures
019. 140 Crushed Rock Driveway _
w Ton $ --rc 1: Aj 'A') 2-0 - Z.ffo U
per Ton o ds) figures
020. 500 Asphalt Patch Including CSTC � _r Sq. Yard $ I ar4 IZI,l�
per Sq.Y rd (words) figures
021. 1,010 2-Inch eep Asphalt Overlayw�
Sq.Yard $ iS 7S_6
per Sq. Yard (words) figures
022. 180 Asphalt Grinding for Overlay
Sq. Yard $ Ct7 F7a / V,
per Sq.Yard (words) figures
023. 1 Replace Paveme,n)t�Markings and Tra is Buttons
Lump Sum $ � � ,[.F / yV / SiJO S uO
per Lump Sum (words) figures
024. 1 Remove and Replace Private Water System
Lump Sum $ 0NF-7' 1s,nV z n� I /ocrs C)Lo
per Lump Sum (words) figures
or
Page 2
I ge 17
ovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com
CITY OF RENTON
PUBLIC WORKS DEPARTMENT
SCHEDULE OF PRICES
EARLINGTON SANITARY SEWER INTERCEPTOR
(Note: Unit prices forall items,all extentions,and total amount of bid must be shown. Show unit prices in both words and figures
and where conflictconflict occurs the written or typed words shall prevail..)
r. ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT
NO. QUANTITY (Unit Prices to be Written in Words) Dollars Cts. Dollars Cts.
rr /�
Subtotal
9.0% Sales Tax 60 y27
Total ?37 9�4 9
i
1
1.
Page 3
I ge 18
ovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com
BOND TO THE CITY OF RENTON Bond No. 52BCSEI3 672
r
KNOW ALL MEN BY THESE PRESENTS:
• That we,the undersigned R.L. Al is Company
as principal, andHartford Casualty Insurance Company corporation organized and existing under the
laws of the State of Indiana as a surety corporation, and qualified under the laws of the
r 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 ofseven Hundred *for
the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or person
representatives,as the case maybe.* Thirty Seven Thousand Eight Hundred Ninety Four
Dollars and 19/100 $737, 894 . 19
This obligation is entered into in pursuance of the statutes of the State of Washington, the Ordinance of the
City of Renton.
r
Dated at ,Washington,this day of ,200—.
Nevertheless,the conditions of the above obligation are such that:
WI-IEREAS, under and pursuant to Public Works Construction Contract CAG-08-045 providing for
r" construction of Earlington Sanitary Sewer Interceptor
(project name)
r 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 materialmen, and all persons who shall
supply said principal or subcontractors with provisions and supplies for the carrying on of said work,and shall
hold said City of Renton harmless from any loss or damage occasioned to any person or property by reason of
any carelessness or negligence on the part of said principal, or any subcontractor in the performance of said
work, and shall indemnify and hold the City of Renton harmless from any damage or expense by reason of
failure of performance as specified in the contract or from defects appearing or developing in the material or
workmanship provided or performed under the contract within a period of one year after its acceptance
thereof by the City of Renton,then and in that event this obligation shall be void;but otherwise it shall be and
remain in full force and effect.
R.L. Alia Compa Hartford Casualty Insurance Company
Principal Surety
Signature Srghdure Deanna M. Meyer
R,651wtT Attorney-in-Fact
Title Title
Direct Inquiries/Claims to:
POWER OF ATTORNEY THE HARTFORD
BOND,T-4
P.O. Box 2103,690 ASYLUM AVENUE
no
HARTFORD,CONNECTICUT 06115
call:888-266-3488 or fax:860-757-5835
KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Code: 52-815037
No X Hartford Fire Insurance Company,a corporation duly organized under the laws of the State of Connecticut
X Hartford Casualty Insurance Company,a corporation duly organized under the laws of the State of Indiana
X� Hartford Accident and Indemnity Company,a corporation duly organized under the laws of the State of Connecticut
Hartford Underwriters Insurance Company,a corporation duly organized under the laws of the State of Connecticut
Twin City Fire Insurance Company,a corporation duly organized under the laws of the State of Indiana
Hartford Insurance Company of Illinois, a corporation duly organized under the laws of the State of Illinois
r
Hartford Insurance Company of the Midwest, a corporation duly organized under the laws of the State of Indiana
Hartford Insurance Company of the Southeast,a corporation duly organized under the laws of the State of Florida
having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the"Companies")do hereby make, constitute and appoint,
up to the amount of unlimited:
1W Charles A. Szopa, Barbara R. Johnson, Marie 1. Matetich, David L. Eckroth, Karen A. Hunt of Anchorage,AK,
Peter H. Hammett, Carl Newman, Karen P. Dever, Deanna M. Meyer, Jill A. Boyle, Stuart A. O'Farrell,
Susan B. Larson,April L. Champagne, Scott Fisher, Stephen J. Wachter of Bellevue, WA
their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as
delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the
nature thereof,on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and
executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law.
I! In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on July 21, 2003 the Companies
have caused these presents to be signed by its Assistant Vice President and its corporate seals to be hereto affixed,duly attested by its Assistant
Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies,the Companies hereby unambiguously affirm that they are
and will be bound by any mechanically applied signatures applied to this Power of Attorney.
in
og;.555
T -V`.°o s+.•,.s.*.e.w�A4 ,w1ce9atrom"7 wtn9ry��l i:
•^x41(
'�Is9•o?
•4 a
Paul A.Bergenholtz,Assistant Secretary David T.Akers,Assistant Vice President
STATE OF CONNECTICUT
• I COUNTY OF HARTFORD Ss, Hartford
On this 4th day of August, 2004, before me personally came David T.Akers,to me known,who being by me duly sworn, did depose and
say: that he resides in the County of Hampden, Commonwealth of Massachusetts; that he is the Assistant Vice President of the Companies, the
corporations described in and which executed the above instrument; that he knows the seals of the said corporations; that the seals affixed to the
said instrument are such corporate seals;that they were so affixed by authority of the Boards of Directors of said corporations and that he signed
his name thereto by like authority.
t////''e.a4
yJ1MrA�1�7
r � " Scott E.Paseka
Notary Public
CERTIFICATE My Commission Expires October 31,2007
I,the undersigned,Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct
u copy of the Power of Attorney executed by said Companies,which is still in full force effective as of J—wr-t 5� 7-006
Signed and sealed at the City of Hartford.
tr irk,
a�•avr� ��,cnanerrra�y � �q�r = �� „`,�,otro��,�'"� 72V A rA S979 �
"�'.rx •! 'b"wvN fA eAO • ^w r•{�nUri' rrorn ,
Gary W.Stumper,Assistant Vice President
POA 2005
CITY OF RENTON
�u
FAIR PRACTICES POLICY
AFFIDAVIT OF COMPLIANCE
Fjtr
CD 14,44 ✓I hereby confirms and declares that
(Name of contractor/sabearoae4er/4ea4uUaao
wr D //
I. It is the policy of /1 . L A, m to offer equal
(Name of contractor/s ctor/co3ly&itAn t)
r opportunity to all qualified employees and applicants for employment without regard to
the race, creed, color, sex,national origin, age, disability or veteran status.
� 41-1A II. �- L. L"o nV,4A/ complies with all applicable
(Name of contractor/subr"4;actor(catrst4au4
federal, state and local laws governing non-discrimination in employment.
II. When applicable, /f, L. 41-1A c"O/omm/ will seek out and
(Name of contractor/ )
negotiate with minority and women contractors for the award of subcontracts.
I ��NRR.p L. �c•A
Print Agent/Representative's Name
jPees,oFNr-
Print Agent/Represent iv 's Title
r -�
Agent/Representative's Signature
S-19
Date Signed
Instructions: This document MUST be completed by each contractor, subcontractor and consultant. Include
or attach this document(s)with the contract.
t
k '
CONTRACTS OTHER THAN FEDERAL-AID FHWA
THIS AGREEMENT, made and entered into this day of 7200 8 by
and between THE CITY OF RENTON, Washington, a municipal corporation of the State of
Washington,hereinafter referred to as"CITY" and R.L.Alia Company,hereinafter referred to as
"CONTRACTOR."
WITNESSETH:
' 1) The Contractor shall within the time stipulated, (to-wit: within Nine 90
Ninety ( ) working days
Y
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
fCity's Project (identified as No. WWP-27-2939 for improvement by construction and
installation of:
Earlington Sanitary Sewer Interceptor
i
j Work as described in"Scope of Work"attached hereto.
All the foregoing shall be timely performed, furnished,constructed,installed and completed
in strict conformity with the plans and specifications, including any and all addenda issued
by the City and all other documents hereinafter enumerated, and in full compliance with all
applicable codes, ordinances and regulations of the City of Renton and any other
governmental authority having jurisdiction thereover. It is further agreed and stipulated that
all of said labor, materials, appliances, machines, tools, equipment and services shall be
furnished and the construction installation performed and completed to the satisfaction and
the approval of the City's Public Works Director as being in such conformity with the plans,
specifications and all requirements of or arising under the Contract. The Contractor agrees
to use recycled materials whenever practicable.
2) The aforesaid Contract,entered into by the acceptance of the Contractor's bid and signing of
this agreement, consists of the following documents, all of which are component parts of
said Contract and as fully a part thereof as if herein set out in full, and if not attached, as if
hereto attached.
a) This Agreement
b) Instruction to Bidders
c) Bid Proposal
d) Specifications
e) Maps and Plans
f) Bid
g) Advertisement for Bids
h) Special Provisions, if any
i) Technical Specifications,if any
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
3 benefit of his creditors, or if a receiver shall be appointed on account of the Contractor's
insolvency, or if he or any of his subcontractors should violate any of the provisions of this
Contract, the City may then serve written notice upon him and his surety of its intention to
terminate the Contract, and unless within ten(10)days after the serving of such notice, such
violation or non-compliance of any provision of the Contract shall cease and satisfactory
arrangement for the correction thereof be made, this Contract, shall, upon the expiration of
said ten (10) day period, cease and terminate in every respect. In the event of any such
termination, the City shall immediately serve written notice thereof upon the surety and the
Contractor and the surety shall have the right to take over and perform the Contract,
provided, however, that if the surety within fifteen (15) days after the serving upon it of
such notice of termination does not perform the Contract or does not commence
performance thereof, the City itself may take over the work under the Contract and
prosecute the same to completion by Contract or by any other method it may deem
E 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.
The Contractor agrees to name the City as an additional insured on a noncontributory
primary basis. In the event the City shall, without fault on its part, be made a party to any
litigation commenced by or against Contractor, then Contractor shall proceed and hold the
City harmless and he shall pay all costs, expenses and reasonable attorney's fees incurred or
i paid by the City in connection with such litigation. Futhermore, 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,
W:IWWP-27-2939 Earlington Lift Station Elimination\BID DOCS&SPECS\Earlington Contract.doc
s
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.
Should a court of competent jurisdiction determine that this agreement is subject to RCW
4.24.115,then,in the event of liability for damages arising out of bodily injury to persons or
damages to property caused by or resulting from the concurrent negligence of the contractor
and the city, its officers, officials, employees and volunteers, the contractor's liability
hereunder shall be only to the extent of the contractor's negligence. It is further specifically
and expressly understood that the indemnification provided herein constitute the
contractor's waiver of immunity under the Industrial Insurance Act, Title 51 RCW, solely
for the purposes of this indemnification. This waiver has been mutually negotiated by the
parties. The provisions of this section shall survive the expiration or termination of this
agreement.
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.
+rr 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 Ninety (90) 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.
The Contractor agrees the above one year limitation shall not exclude or diminish the City's
rights under any law to obtain damages and recover costs resulting from defective and
unauthorized work discovered after one year but prior to the expiration of the legal time
period set forth in RCW 4.16.040 limiting actions upon a contract in writing, or liability
expressed or implied arising out of a written agreement.
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.
W:\WWP-27-2939 Earlington Lift Station Elimination\13ID DOCS&SPECS\Earlington Contract.doc
10) The Contractor shall furnish a surety bond or bonds as security for the faithful performance
of the Contract, including the payment of all persons and firms performing labor on the
construction project under this Contract or furnishing materials in connection with this
Contract; said bond to be in the full amount of the Contract price as specified in Paragraph
12. The surety or sureties on such bond or bonds must be duly licensed as a surety in the
State of Washington.
i
1
1
W:\WWP-27-2939 Earlington Lift Station Elimination\BID DOCS&SPECS\Earlington Contract.doc
11) The Contractor shall verify, when submitting first payment invoice and annually thereafter,
possession of a current City of Renton business license while conducting work for the City.
The Contractor shall require, and provide verification upon request, that all subcontractors
participating in a City project possess a current City of Renton business license. The
Contractor shall provide, and obtain City approval of, a traffic control plan prior to
conducting work in City right-of-way.
r
12) The total amount of this contract is the sum of $676,967.15
numbers
s Six Hundred Seventy Six Thousand Nine Hundred Sixty Seven and 15/100
written words
plus Washington State Sales Tax. Payments will be made to Contractor as specified in the
"Special Provisions" of this Contract.
r
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
,,w first above-written.
CON TOR CITY OF RE TON
President/Pr/ Mayor Denis Law
ATTEST
0 s/wog
Secretary Michele Neumann, Deputy City Clerk
40 dba
Firm Name
check one
'� ❑ Individual ❑ Partnership Corporation Incorporated in W4,54w 6764/
Attention:
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.
r
If business is an INDIVIDUAL PROPRIETORSHIP, the name of the owner should appear
followed by d/b/a and name of the company.
+w
W:AW WP-27-2939 Earlington Lift Station Elimination\131D DOCS&SPEC S\Earlington Contract.doc
r
tizY o City of Renton
Human Resources & Risk Management
ANT° Department
Insurance Information Form
FOR: Earlington Sanitary Sewer Interceptor
PROJECT NUMBER:WWP-27-2939 STAFF CONTACT:
■r Certificate of Insurance indicates the coverages/limits specified in ® Yes ❑ No
contract?
Are the following coverages and/or conditions in effect? ® Yes ❑ No
The Commercial General Liability policy form is an ISO 1993 ® Yes ❑ No
Occurrence Form or Equivalent?
Im (If no,attach a copy of the policy with required coverages clearly
identified)
CG 0043 Amendatory Endorsement provided?* ❑ Yes 0 No
N General Aggregate provided on a"per project basis(CG2503)?* ❑x Yes ❑ No
Additional Insured wording provided?* Q Yes ❑ No
Coverage on a primary basis and non-contributing basis?* ® Yes ❑ No
Waiver of Subrogation Clause applies?* Q Yes ❑ No
ft Severability of Interest Clause(Cross Liability)applies? ❑x Yes ❑ No
Notice of CanceHation/Non-Renewal amended to 45 days?* Q Yes ❑ No
j *To be shotim on certificate of insurance*
AM BEST'S RATING FOR CARRIER
GL A VIII Auto A VIII Umb A XIV 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.
PARKER, SMITH & FEEK, INC. Karen M. Sanders
Agency/Broker Completed By(Type or Print Name)
2233 112th AVE NE -y���r—s .s
Address Completed By(Signature)
Tim Nierman 425 . 709 . 3600
Name of person to contact Telephone Number
NOTE: THIS QUESTIONNAIRE MUST BE C014IPLETED FOR EACH LINE OF CDI"ERAGE AND
ATTACHED TO CERTIFICATE OF INSURANCE
Client#: 570 ALIACOMP
DATE
ACORU, CERTIFICATE OF LIABILITY INSURANCE 5/21/08/DD/YYrY)
PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
Parker Srnith & Feek, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
Bellevue Office HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
.2233 112th Avenue NE ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
Bellevue, WA 98004 INSURERS AFFORDING COVERAGE NAIC#
INSURED INSURERA: Alaska National Ins. Co.
107 R. L. lia Company INSURER B Alaska National Ins. Co.
Williams Ave. S. INSURER c: Great American Ins. Co.
Renton, WA 98055 INSURER D Alaska National Ins. Co.
INSURER E:
COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING
ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR DD' POLICY EFFECTIVE POLICY EXPIRATION
LTR NSR TYPE OF INSURANCE POLICY NUMBER DATE MM/DD/YY DATE MM/DD/YY LIMITS
A X GENERAL LIABILITY 07JPS31945 10101/07 10/01/08 EACH OCCURRENCE $1,000,000
X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED
PREMISES E rr n $300,000
CLAIMS MADE OCCUR MED EXP(Any one person) $10,000
PERSONAL&ADV INJURY $1,000,000
GENERAL AGGREGATE s2,000,000
GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG s2,000,000
POLICY -X] PRO JECT L 0 C
B AUTOMOBILE LIABILITY 07JAS31945 10101/07 10/01/08 COMBINED SINGLE LIMIT
i X ANY AUTO (Ea accident) $1,000,000
ALL OWNED AUTOS
BODILY INJURY $
SCHEDULED AUTOS (Per person)
X HIRED AUTOS
BODILY INJURY $
X NON-OWNED AUTOS (Per accident)
PROPERTY DAMAGE $
(Per accident)
7 GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $
ANY AUTO EA ACC $
OTHER THAN
AUTO ONLY AGO $
C EXCESS/UMBRELLA LIABILITY TUU279164500 10/01/07 10/01/08 EACH OCCURRENCE $SEE LIMITS
X OCCUR 1-1 CLAIMS MADE AGGREGATE $BELOW
$
DEDUCTIBLE
X RETENTION $10,000 $
D WORKERS COMPENSATION AND 07JPS31945 10/01/07 10/01/08 WC STATU- X OTH-
EMPLOYERS'LIABILITY
ANY PROPRIETOR/PARTNER/EXECUTIVE WA STOP GAP E.L.EACH ACCIDENT $1,000,000
OFFICER/MEMBER EXCLUDED? E.L.DISEASE-EA EMPLOYEE $1,000,000
If yes,describe under
SPECIAL PROVISIONS below E.L.DISEASE-POLICY LIMIT $1,000,000
OTHER
DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS
Earlington Sanitary Sewer Interceptor. City of Renton, their elected
or appointed officers, officials, employees, subconsultants, and
volunteers are included as Additional Insureds per Endorsement ANIC GL
703, Edition Date 07/01 attached and coverage is Primary and Non-
See Attached Descriptions)
CERTIFICATE HOLDER CANCELLATION Ten Day Notice for Non-Payment of Premium
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
CITY OF RENTON DATE THEREOF,THE ISSUING INSURER WILL R%)MRR5(R MAIL —45 DAYS WRITTEN
1055 South Grady Way NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT„X)(RRgQ )(
Renton, WA 98057 XhPFR%4d7 G1QX1f6RT44iRRRXENEICR?CX�EXOiX)CK�IPXEP3Q!(RRb cONlda9tH(�(K7[xiYRDC46X)(�(XX
RR96#�RDC6ARRrSEXX
AUTHORIZED REPRESENTATIVE
ACORD 25(2001/08) 1 Of 3 #M79064 KMG00 © ACORD CORPORATION 1988
IMPORTANT
If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed. A statement
on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may
require an endorsement. A statement on this certificate does not confer rights to the certificate
holder in lieu of such endorsement(s).
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between
the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it
affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon.
ACORD 25-S(2001108) 2 of 3 #M79064
DESCRIPTIONS (Continued from Page 1)
Contributory per policy coverage form.Waiver of Subrogation is included
per Endorsement ANIC GL 702, Edition Date 05/95 attached. Severability of
Interest applies. UMBRELLA LIMIT IS AS FOLLOW: $1,000,000 (Occ)
$1,000,000
(Agg)•
I
AMS 25.3(2001/08) 3 of 3 #M79064
Alaska National
INSURANCE COMPANY
BLANKET ADDITIONAL INSURED ENDORSEMENT
a
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
WHO IS AN INSURED(Section II)is amended to include as an 2. The insurance provided to the additional insured
insured any person or organization (herein referred to as an does not apply to"bodily injury", "property damage",or
r additional insured), but only if you are required to add that "personal and advertising injury"arising out of an
person or organization as an insured to this policy by a written architect's, engineer's, or surveyor's rendering of or
contract that is in effect prior to the "bodily injury", "property failure to render any professional services including:
damage", or"personal and advertising injury".
The insurance provided to the additional insured is limited as a. the preparing, approving, or failing to prepare or
follows: approve maps, drawings, opinions, reports,
surveys, change orders, design or
1. That person or organization is only an additional insured for specifications; and
its vicarious liability for your acts or omissions in the
performance of"your work". b. supervisory, inspection, or engineering services.
r.e
Irr
,. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated.
The information below is required only when this endorsement is issued subsequent to preparation of the policy.
r
Endorsement Effective 10/0112007 -2008 Policy No. 07JPS31945
Insured: R.L. Alia Company
Endorsement No.
Countersigned By
ANIC GL 703 07 01
ALIAC0MPICERT07(BLKT Al)
Alaska National
INSURANCE COMPANY
BLANKET WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
We waive any right of recovery we may have against The waiver applies only to the person or organization
any person or organization because of payments we you contracted with and then only if the contract
make for injury or damage arising out of "your work" requires you to obtain this agreement from us.
done under a written contract with that person or
organization.
This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise
stated. The information below is required only when this endorsement is issued subsequent to preparation
of the policy.
Endorsement Effective 10/01/2007 Policy No. 07JPS3194.5
Insured R.L.Alia Company Endorsement No.
Countersigned by
ANIC GL 702 05 95 Producer Copy
ALIACOMPICERT07(BLKT WAIVER)
Alaska Nrfiona/
INSURANCE L JMPANY
COMMERCIAL GENERAL LIABILITY DECLARATIONS
07J PS 31945
Limits of Insurance
General Aggregate Limit $2,000,000
Products - Completed Operations Aggregate Limit 2,000,000
Each Occurrence Limit 1,000,000
Personal and Advertising Injury Limit 1,000,000 Any One Person or Organization
Damage to Premises Rented to You Limit 300,000 Any One Premises
Medical Expense Limit 10,000 Any One Person
Classifications and Premium
Classifications Code Rating Premium FPs-ern timated
Base` ium
Premises/Operations
;1 107 William Avenue S., Renton WA 98055
Contractors Equipment- Earth Moving Equipment 11205
Other Than Cranes, Derricks And Power
Ilk Shovels- Rented To Others With Operators
Contractors Equipment- Earth Moving Equipment 11206
Other Than Cranes, Derricks And Power
Shovels- Rented To Others Without Operators
a Contractors- Subcontracted Work - In 91589
Connection With Street Or Highway
Construction, Or Repair, Not Elevated
Sewer Mains Or Connections Construction 98820
Street Or Road Paving Or Repaving, Surfacing Or 99321
Resurfacing Or Scraping
Water Mains Or Connections Construction 99946
Vr.
2/1 11609 44th Avenue S., Tukwila WA 98178
Contractors Permanent Yards- Maintenance Or 91590
Storage Of Equipment Or Material
^!1 12511 Beverly Park Road Everett WA 98207
Vacant Land - Other Than Not-For-Profit 49451
4/1 7901 40th Avenue W., Everett WA 98207
Vacant Land - Other Than Not-For-Profit 49451
6
Products/Completed Operations
,i11 107 William Avenue S., Renton WA 98055
Contractors - Subcontracted Work - In 91589
Connection With Street Or Highway
Construction, Or Repair, Not Elevated
General Liability Declarations
ANIC GL 502 05 00 Producer Copy Page 1 of 2
Alaska N:Ional
INSURANCE L MPANY
STOP GAP - EMPLOYERS LIABILITY COVERAGE ENDORSEMENT -WASHINGTON
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE FORM
SCHEDULE
Limits Of Insurance
Bodily Injury By Accident $1,000,000 Each Accident
Bodily Injury By Disease $1,000,000 Aggregate Limit
r dil Injury 7 B Disease $1,000,000 Each Employee
(If no entry appears above, the information required to complete this endorsement will be shown in the Declarations
as applicable to this endorsement.)
A. The following is added to Section I— Coverages: b. This insurance applies to "bodily injury by
COVERAGE— STOP GAP —EMPLOYERS accident" or "bodily injury by disease" only
LIABILITY if:
1. Insuring Agreement (1) The:
a. We will pay those sums that the insured (a) "Bodily injury by accident" or "bodily
becomes legally obligated by Washington injury by disease" takes place in the
Law to pay as damages because of "bodily "coverage territory';
injury by accident" or "bodily injury by (b) "Bodily injury by accident" or "bodily
disease" to your "employee" to which this injury by disease" arises out of and
insurance applies. We will have the right in the course of the injured
-- and duty to defend the insured against any "employee's" employment by you;
"suit" seeking those damages. However, and
we will have no duty to defend the insured
against any "suit" seeking damages to (c) "Employee", at the time of the injury,
which this insurance does not apply.I We was covered under a worker's
may, at our discretion, investigate any compensation policy and subject to a,
accident and settle any claim or "suit" that Washington; andensation law" of
may result. But:
(1) The amount we will pay for damages is (2) The:
limited as described in Section III — (a) "Bodily injury by accident" is caused
Limits Of Insurance; and by an accident that occurs durin g the
(2) Our right and duty to defend end when policy period; or
we have used up the applicable limit of
insurance in the payment of judgments
or settlements under this coverage.
No other obligation or liability to pay sums
or perform acts or services is covered
unless explicitly provided for under
Supplementary Payments.
CG 04 42 11 03 Producer Copy Page 1 of 4
AlasKa Nr♦ional
INSURANCE G .r M P A N Y Original Policy
COMMERCIAL LINES INSURANCE POLICY
07J AS 31945
Named Insured: Producer:
R. L. Alia Company Parker, Smith
107 Williams Avenue S. & Feek, Inc.
Renton, WA 98055 2233 112th Avenue NE
Bellevue, WA 98004
The insured is a corporation.
Policy Period: From 10/01/07 to 10/01/08 at 12:01 A.M.standard time at your mailing address shown above.
Coverages: This policy consists of the following coverages for which a premium is indicated. This premium
may be subject to adjustment.
h Coverages Declaration Form Estimated Premium
z �Tz ,.
Business Auto ANIC CA 069 09 06
Deposit Premium Total Estimated Premium-
Forms applicable to all coverages: ANIC 543 11 94; ANIC 646 10 01; IL 01 46 09 07; IL 01 98 07 02
Countersigned by__ vU46 C4aoG ,�'Z` ea►L� (Authorized Representative)
AN IC 500 07 99 Producer Copy Commercial Lines Insurance Declarations
Alaska Nr lonal
INSURANCE COMPANY
BUSINESS AUTO DECLARATIONS
07J AS 31945
ITEM 1 - Insured: R. L.Alia Company
ITEM 2 - Schedule of Coverages and Covered Autos
This policy provides only those coverages where a charge is shown in the premium column below. Each of these
coverages will apply only to those "autos" shown as covered "autos." "Autos" are shown as covered "autos"for a
particular coverage by the entry of one or more of the symbols from the Covered Autos Section of the Business
Auto Coverage Form next to the name of the coverage.
COVERAGES COVERED LIMIT PREMIUM
AUTOS
Liability "1 $1,000,000
Personal Injury Protection(or Separately stated in each Personal Injury
equivalent No-Fault Coverage) Protection Endorsement minus
deductible.
Added Personal Injury Protection Separately stated in each added Personal
(or equivalent Added No-Fault Injury Protection Endorsement.
Coverage)
Auto Medical Payments 7 $5,000
Separately stated in each Uninsured
Uninsured Motorists Motorists Endorsement.
Underinsured Motorists(When Separately stated in each Underinsured
Not Included in Uninsured Motorists Endorsement(When Not
Motorists Coverage) -2 Included in Uninsured Motorists Coverage).
Actual cash value or cost of repair,whichever
Physical Damage: is less,minus deductible for each covered
auto. But no deductible applies to loss caused
Comprehensive Coverage 7 $ by fire or lightning. See ITEM FOUR for hired
or borrowed"autos."
Ilk
Physical Damage: Actual cash value or cost of repair,whichever
is less, minus deductible for each covered auto
Specified Causes of Loss for loss caused by mischief or vandalism. See
Coverage ITEM FOUR for hired or borrowed"autos."
., ANIC CA 069 09 06 Producer Copy Page 1 of 3
0263723
Administrative Offices
580 Walnut street
GREAT GA I 6001 ( Ed . 06 97)
AMERI� C,4N Cincinnati, Ohio 45202 Tel: 1-513-369-5000
INSURANCE GROUP Po I i cy No . TUU 2 - 79 - 16 -45 - 00
Renewal Of NEW
THE PROTECTOR COMMERCIAL UMBRELLA DECLARATIONS PAGE
NAMED INSURED AND ADDRESS : 2 . POLICY PERIOD:
R . L . ALIA COMPANY 12 : 01 A . M. Standard Time at the
n07 WILLIAMS AVENUE SOUTH address of the Named Insured
IENTON , WA 98055 shown at left .
From 10-01 -2007 To 10 -01 - 2008
N RETURN FOR PAYMENT OF THE PREMIUM, PRODUCER ' S NAME AND ADDRESS :
AND SUBJECT TO ALL TERMS OF THIS PARKER , SMITH & FEEK , INC .
POLICY, WE AGREE WITH YOU TO PROVIDE 2233 112TH AVENUE , NE
dE INSURANCE AS STATED IN THIS BELLEVUE , WA 98004
.-OL I CY.
nsurance is afforded by :
GREAT AMERICAN INSURANCE COMPANY
' . PREMIUM: Commercial Umbrella Premium $
Personal Umbrella Premium $
Total Advance Premium $
Service Charge $
Taxes $
Surcharge $
Total $
kgn the event of cancellation by the Named Insured , the company will receive
and retain no less than � as a policy minimum premium.
1ASIS OF PREMIUM: Non -Auditable ( X ) Auditable ( )
LIMITS OF INSURANCE : $ 10 , 000 ,000 . Each Occurrence
$ 10 , 000 , 000 . General Aggregate (Where Applicable )
$ 10 , 000 , 000 . Products -Completed Operations Aggregate
SELF - INSURED RETENTION: $ - 0 -
6 . FORMS AND ENDORSEMENTS applicable to all Coverage Forms and made
part of
this Policy at time of issue are listed on the attached Forms and
Endorsements Schedule , GAI 6013 ( Ed . 06/97 ) .
L
L
Countersigned By
Date Authorized Representative
PREVAILING WAGE
RATES
I
State of Washington
DEPARTMENT OF LABOR AND INDUSTRIES
Prevailing Wage Section-Telephone(360)902-5335
PO Box 44540,Olympia,WA 98504-4540
Washington State Prevailing Wage Rates For Public Works Contracts
The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits.
On public works projects,workers'wage and benefit rates must add to not less than this total. A brief description
of overtime calculation requirements is provided on the Benefit Code Key.
KING COUNTY
Effective 03-02-08
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
ASBESTOS ABATEMENT WORKERS
JOURNEYLEVEL $36.24 1H 5D
BOILERMAKERS
JOURNEY LEVEL $33.32 1
BRICK AND MARBLE MASONS
JOURNEY LEVEL $43.75 1M 5A
CABINET MAKERS(IN SHOP)
JOURNEY LEVEL $16.67 1
CARPENTERS
ACOUSTICAL WORKER $43.91 1M 5D
BRIDGE,DOCK AND WARF CARPENTERS $43.75 1M 5D
CARPENTER $43.75 1M 5D
CREOSOTED MATERIAL $43.85 1 M 5D
DRYWALL APPLICATOR $43.79 1M 5D
FLOOR FINISHER $43.75 1M 5D
FLOOR LAYER $43.75 1M 5D
FLOOR SANDER $43.75 1M 5D
MILLWRIGHT AND MACHINE ERECTORS $44.75 1M 5D
PILEDRIVERS,DRIVING,PULLING,PLACING COLLARS AND WELDING $43.95 1M 5D
SAWFILER $43.75 1M 5D
SHINGLER $43.75 1M 5D
STATIONARY POWER SAW OPERATOR $43.75 1M 5D
STATIONARY WOODWORKING TOOLS $43.75 1 M 5D
CEMENT MASONS
JOURNEY LEVEL $44.58 1M 5D
DIVERS&TENDERS
DIVER $85.75 1M 5D 8A
DIVER TENDER $44.22 1M 5D
DREDGE WORKERS
ASSISTANT ENGINEER $44.59 IT 5D 8L
ASSISTANT MATE(DECKHAND) $44.08 IT 5D 81-
BOATMEN $44.59 IT 5D 8L
ENGINEER WELDER $44.64 IT 5D 8L
LEVERMAN, HYDRAULIC $46.21 IT 5D 8L
MAINTENANCE $44.08 IT 5D 8L
MATES $44.59 IT 5D 8L
OILER $44.21 IT 5D 81-
DRYWALL TAPERS
JOURNEY LEVEL $43.59 1E 5P
ELECTRICAL FIXTURE MAINTENANCE WORKERS
JOURNEY LEVEL $18.69 1
Page 1
KING COUNTY
Effective 03-02-08
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
ELECTRICIANS-INSIDE .
CABLE SPLICER $55.05 1E 5A
CABLE SPLICER(TUNNEL) $58.86 1E 5A
CERTIFIED WELDER $53.16 1E 5A
CERTIFIED WELDER(TUNNEL) $57.15 1E 5A
CONSTRUCTION STOCK PERSON $28.83 1E 5A
JOURNEY LEVEL $51.25 1E 5A
JOURNEY LEVEL(TUNNEL) $55.05 1E 5A
ELECTRICIANS-MOTOR SHOP
CRAFTSMAN $15.37 2A 6C
JOURNEY LEVEL $14.69 2A 6C
ELECTRICIANS-POWERLINE CONSTRUCTION
CABLE SPLICER $56.53 4A 5A
CERTIFIED LINE WELDER $51.64 4A 5A
GROUNDPERSON $37.15 4A 5A
HEAD GROUNDPERSON $39.19 4A 5A
HEAVY LINE EQUIPMENT OPERATOR $51.64 4A 5A
JACKHAMMER OPERATOR $39.19 4A 5A
JOURNEY LEVEL LINEPERSON $51.64 4A 5A
LINE EQUIPMENT OPERATOR $43.83 4A 5A
POLE SPRAYER $51.64 4A 5A
POWDERPERSON $39.19 4A 5A
ELECTRONIC TECHNICIANS ,
ELECTRONIC TECHNICIANS JOURNEY LEVEL $31.00 1
ELEVATOR CONSTRUCTORS
MECHANIC $60.85 4A 6Q
MECHANIC IN CHARGE $66.25 4A 6Q
FABRICATED PRECAST CONCRETE PRODUCTS
ALL CLASSIFICATIONS $13.15 2K 5B
FENCE ERECTORS
FENCE ERECTOR $18.71 1
FENCE LABORER $12.77 1
FLAGGERS
JOURNEY LEVEL $31.01 1H 5D
GLAZIERS
JOURNEY LEVEL $43.76 1H 5G
HEAT&FROST INSULATORS AND ASBESTOS WORKERS
MECHANIC $46.59 1S 5J
HEATING EQUIPMENT MECHANICS
MECHANIC $33.65 1
HOD CARRIERS&MASON TENDERS
JOURNEY LEVEL $36.75 1H 5D
INDUSTRIAL ENGINE AND MACHINE MECHANICS
MECHANIC $15.65 1
INDUSTRIAL POWER VACUUM CLEANER
JOURNEY LEVEL $9.24 1
INLAND BOATMEN
CAPTAIN $38.87 1K 5B
COOK $32.73 1K 5B
DECKHAND $32.42 1K 5B
ENGINEER/DECKHAND $35.20 1K 5B
MATE,LAUNCH OPERATOR $36.85 1K 5B
Page 2
KING COUNTY
Effective 03-02-08
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
INSPECTION/CLEANING/SEALING OF SEWER&WATER SYSTEMS BY
REMOTE CONTROL
CLEANER OPERATOR,FOAMER OPERATOR $31.49 1
GROUT TRUCK OPERATOR $11.48 1
HEAD OPERATOR $24.91 1
TECHNICIAN $19.33 1
TV TRUCK OPERATOR $20.45 1
INSULATION APPLICATORS
JOURNEY LEVEL $43.75 1M 5D
IRONWORKERS
JOURNEY LEVEL $47.92 10 5A
LABORERS
ASPHALT RAKER $36.75 1H 5D
BALLAST REGULATOR MACHINE $36.24 1H 5D
BATCH WEIGHMAN $31.01 1H 5D
BRUSH CUTTER $36.24 1 H 5D
BRUSH HOG FEEDER $36.24 1H 5D
BURNERS $36.24 1H 5D
CARPENTER TENDER $36.24 1H 5D
CASSION WORKER $37.20 1 H 5D
CEMENT DUMPER/PAVING $36.75 1H 5D
CEMENT FINISHER TENDER $36.24 1 H 5D
CHANGE-HOUSE MAN OR DRY SHACKMAN $36.24 1H 5D
CHIPPING GUN(OVER 30 LBS) $36.75 1H 5D
CHIPPING GUN(UNDER 30 LBS) $36.24 1H 5D
CHOKER SETTER $36.24 1 H 5D
CHUCKTENDER $36.24 1H 5D
CLEAN-UP LABORER $36.24 1 H 5D
CONCRETE DUMPER/CHUTE OPERATOR $36.75 1 H 5D
CONCRETE FORM STRIPPER $36.24 1 H 5D
CONCRETE SAW OPERATOR $36.75 1H 5D
CRUSHERFEEDER $31.01 1H 5D
CURING LABORER $36.24 1H 5D
DEMOLITION,WRECKING&MOVING(INCLUDING CHARRED MATERIALS) $36.24 1H 5D
DITCH DIGGER $36.24 1H 5D
DIVER $37.20 1H 5D
DRILL OPERATOR(HYDRAULIC,DIAMOND) $36.75 1H 5D
DRILL OPERATOR,AIRTRAC $37.20 1H 5D
DUMPMAN
$36.24 1H 5D
EPDXY TECHNICIAN $36.24 1H 5D
EROSION CONTROL WORKER $36.24 1H 5D
FALLER/BUCKER,CHAIN SAW $36.75 1 H 5D
FINAL DETAIL CLEANUP(i.e.,dusting,vacuuming,window cleaning; NOT $28.45 1H 5D
construction debris cleanup)
FINE GRADERS $36.24 1H 5D
FIRE WATCH $31.01 1H 5D
FORM SETTER $36.24 1 H 5D
GABION BASKET BUILDER $36.24 1H 5D
GENERAL LABORER $36.24 1H 5D
GRADE CHECKER&TRANSIT PERSON $36.75 1 H 5D
GRINDERS $36.24 1H 5D
GROUT MACHINE TENDER $36.24 1H 5D
Page 3
KING COUNTY
Effective 03-02-08
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
GUARDRAIL ERECTOR $36.24 1H 5D
HAZARDOUS WASTE WORKER LEVEL A $37.20 1H 51D
HAZARDOUS WASTE WORKER LEVEL B $36.75 1H 51D
HAZARDOUS WASTE WORKER LEVEL C $36.24 1H 5D
HIGH SCALER $37.20 1H 5D
HOD CARRIER/MORTARMAN $36.75 1H 5D
JACKHAMMER $36.75 1H 51D
LASER BEAM OPERATOR $36.75 1H 5D
MANHOLE BUILDER-MUDMAN $36.75 1H 5D
MATERIAL YARDMAN $36.24 1 H 5D
MINER $37.20 1H 5D
NOZZLEMAN,CONCRETE PUMP,GREEN CUTTER WHEN USING HIGH $36.75 1H 5D
PRESSURE AIR&WATER ON CONCRETE&ROCK,SANDBLAST,
GUNITE,SHOTCRETE,WATER BLASTER
PAVEMENT BREAKER $36.75 1H 5D
PILOT CAR $31.01 1H 5D
PIPE POT TENDER $36.75 1H 5D
PIPE RELINER(NOT INSERT TYPE) $36.75 1H 5D
PIPELAYER&CAULKER $36.75 1H 5D
PIPELAYER&CAULKER(LEAD) $37.20 1H 5D
PIPEWRAPPER $36.75 1H 5D w
POT TENDER $36.24 1H 5D
POWDERMAN $37.20 1H 5D
POWDERMAN HELPER $36.24 1H 5D
POWERJACKS $36.75 1H 5D
RAILROAD SPIKE PULLER(POWER) $36.75 1H 5D
RE-TIMBERMAN $37.20 1H 5D
RIPRAP MAN $36.24 1H 5D so
RODDER $36.75 1H 5D
SCAFFOLD ERECTOR $36.24 1H 5D
SCALE PERSON $36.24 1H 5D
SIGNALMAN $36.24 1H 5D so
SLOPER(OVER 20") $36.75 1H 5D
SLOPER SPRAYMAN $36.24 1H 5D
SPREADER(CLARY POWER OR SIMILAR TYPES) $36.75 1H 5D
SPREADER(CONCRETE) $36.75 1H 5D
STAKE HOPPER $36.24 1H 5D
STOCKPILER $36.24 1H 5D
TAMPER&SIMILAR ELECTRIC,AIR&GAS $36.75 1H 5D
TAMPER(MULTIPLE&SELF PROPELLED) $36.75 1H 5D
TOOLROOM MAN(AT JOB SITE) $36.24 1H 5D
TOPPER-TAILER $36.24 1H 5D
TRACK LABORER $36.24 1H 5D
TRACK LINER(POWER) $36.75 1H 5D
TRUCK SPOTTER $36.24 1H 5D
TUGGER OPERATOR $36.75 1H 5D
VIBRATING SCREED(AIR,GAS,OR ELECTRIC) $36.24 1H 5D
VIBRATOR $36.75 1H 5D
VINYL SEAMER $36.24 1H 5D
WELDER $36.24 1H 5D
WELL-POINT LABORER $36.75 1H 5D
Page 4
us
KING COUNTY
Effective 03-02-08
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
LABORERS-UNDERGROUND SEWER&WATER
GENERAL LABORER $36.24 1H 5D
PIPE LAYER
$36.75 1H 5D
LANDSCAPE CONSTRUCTION
IRRIGATION OR LAWN SPRINKLER INSTALLERS $13.56 1
LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $28.17 1
LANDSCAPING OR PLANTING LABORERS $17.87 1
LATHERS
JOURNEY LEVEL $43.79 1M 5D
METAL FABRICATION(IN SHOP)
FITTER $15.86 1
LABORER
$9.78 1
MACHINE OPERATOR $13.04 1
PAINTER
$11.10 1
WELDER $15.48 1
MODULAR BUILDINGS
CABINET ASSEMBLY $11.56 1
ELECTRICIAN $11.56 1
EQUIPMENT MAINTENANCE $11.56 1
PLUMBER $11.56 1
PRODUCTION WORKER $9.40 1
TOOL MAINTENANCE $11.56 1
UTILITY PERSON $11.56 1
WELDER $11.56 1
PAINTERS
JOURNEY LEVEL $33.94 2B 5A
PLASTERERS
JOURNEY LEVEL $43.10 1R 56
PLAYGROUND& PARK EQUIPMENT INSTALLERS
JOURNEY LEVEL $8.42 1
PLUMBERS&PIPEFITTERS
JOURNEYLEVEL $57.34 1G 5A
POWER EQUIPMENT OPERATORS
ASSISTANT ENGINEERS $42.14 IT 5D 8L
BACKHOE,EXCAVATOR,SHOVEL (3 YD&UNDER) $44.92 IT 5D 8L
BACKHOE,EXCAVATOR,SHOVEL (OVER 3 YD&UNDER 6 YD) $45.41 IT 5D 8L
BACKHOE,EXCAVATOR,SHOVEL(6 YD AND OVER WITH $45.96 IT 5D 8L
. ATTACHMENTS)
BACKHOES, (75 HP&UNDER) $44.50 IT 5D 8L
BACKHOES, (OVER 75 HP) $44.92 IT 5D 8L
BARRIER MACHINE(ZIPPER) $44.92 IT 5D 8L
BATCH PLANT OPERATOR,CONCRETE $44.92 IT 5D 8L
BELT LOADERS(ELEVATING TYPE) $44.50 IT 5D 8L
BOBCAT(SKID STEER) $42.14 IT 5D 8L
BROOMS $42.14 IT 5D 8L
BUMP CUTTER $44.92 IT 5D 8L
CABLEWAYS $45.41 IT 5D 8L
CHIPPER $44.92 IT 5D 8L
COMPRESSORS $42.14 IT 5D 8L
CONCRETE FINISH MACHINE-LASER SCREED $42.14 IT 5D 8L
CONCRETE PUMPS $44.50 IT 5D 8L
CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $44.92 IT 5D 8L
Page 5
r
KING COUNTY
Effective 03-02-08
(See Benefit Code Key)
Over '
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
CONVEYORS $44.50 IT 5D 8L
CRANES, THRU 19 TONS,WITH ATTACHMENTS $44.50 IT 5D 8L
CRANES, 20-44 TONS,WITH ATTACHMENTS $44.92 IT 5D 8L
CRANES, 45 TONS-99 TONS,UNDER 150 FT OF BOOM(INCLUDING JIB $45.41 IT 5D 8L
WITH ATACHMENTS)
CRANES,100 TONS-199 TONS,OR 150 FT OF BOOM(INCLUDING JIB $45.96 IT 5D 8L
WITH ATTACHMENTS)
CRANES,200 TONS TO 300 TONS,OR 250 FT OF BOOM(INCLUDING JIB $46.53 IT 5D 8L
WITH ATTACHMENTS)
CRANES,A-FRAME, 10 TON AND UNDER $42.14 IT 5D 8L
CRANES,A-FRAME,OVER 10 TON $44.50 IT 51D 8L
CRANES,OVER 300 TONS,OR 300'OF BOOM INCLUDING JIB WITH $47.09 IT 5D 8L
ATTACHMENTS
CRANES,OVERHEAD,BRIDGE TYPE(20-44 TONS) $44.92 IT 51D 8L
CRANES,OVERHEAD,BRIDGE TYPE(45-99 TONS) $45.41 IT 5D 8L
CRANES,OVERHEAD,BRIDGE TYPE(100 TONS&OVER) $45.96 IT 51D 8L
CRANES,TOWER CRANE UP TO 175'IN HEIGHT,BASE TO BOOM $45.96 IT 51D 8L
CRANES,TOWER CRANE OVER 175'IN HEIGHT,BASE TO BOOM $46.53 IT 5D 8L
CRUSHERS $44.92 IT 51D 8L
DECK ENGINEER/DECK WINCHES(POWER) $44.92 IT 51D 8L
DERRICK,BUILDING $45.41 IT 5D 8L
DOZERS,D-9&UNDER $44.50 IT 5D 8L
DRILL OILERS-AUGER TYPE,TRUCK OR CRANE MOUNT $44.50 IT 5D 8L
DRILLING MACHINE $44.92 IT 5D 8L
ELEVATOR AND MANLIFT,PERMANENT AND SHAFT-TYPE $42.14 IT 5D 8L
IN
EQUIPMENT SERVICE ENGINEER(OILER) $44.50 IT 5D 8L
FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $44.92 IT 5D 8L
FORK LIFTS,(3000 LBS AND OVER) $44.50 IT 5D 8L
FORK LIFTS,(UNDER 3000 LBS) $42.14 IT 5D 8L 1w
GRADE ENGINEER $44.50 IT 5D 8L
GRADECHECKER AND STAKEMAN $42.14 IT 5D 8L
GUARDRAIL PUNCH $44.92 IT 5D 8L
HOISTS,OUTSIDE(ELEVATORS AND MANLIFTS),AIR TUGGERS $44.50 IT 5D 8L
HORIZONTAL/DIRECTIONAL DRILL LOCATOR $44.50 IT 5D 8L
HORIZONTAUDIRECTIONAL DRILL OPERATOR $44.92 IT 5D 8L
HYDRALIFTS/BOOM TRUCKS(10 TON&UNDER) $42.14 IT 5D 8L
HYDRALIFTS/BOOM TRUCKS(OVER 10 TON) $44.50 IT 5D 8L
LOADERS,OVERHEAD(6 YD UP TO 8 YD) $45.41 IT 5D 8L
LOADERS,OVERHEAD(8 YD&OVER) $45.96 IT 5D 8L
LOADERS,OVERHEAD(UNDER 6 YD),PLANT FEED $44.92 IT 5D 8L
LOCOMOTIVES,ALL $44.92 IT 5D 8L
MECHANICS,ALL $45.41 IT 5D 8L
MIXERS,ASPHALT PLANT $44.92 IT 5D 8L
MOTOR PATROL GRADER(FINISHING) $44.92 IT 5D 8L
MOTOR PATROL GRADER(NON-FINISHING) $44.50 IT 5D 8L
MUCKING MACHINE,MOLE,TUNNEL DRILL AND/OR SHIELD $45.41 IT 5D 8L
OIL DISTRIBUTORS,BLOWER DISTRIBUTION AND MULCH SEEDING $42.14 IT 5D 8L
OPERATOR
PAVEMENT BREAKER $42.14 IT 5D 8L
PILEDRIVER(OTHER THAN CRANE MOUNT) $44.92 IT 5D 8L
PLANT OILER(ASPHALT,CRUSHER) $44.50 IT 5D 8L
POSTHOLE DIGGER,MECHANICAL $42.14 IT 5D 8L
POWER PLANT $42.14 IT 5D 8L
Page 6
KING COUNTY
Effective 03-02-08
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
PUMPS,WATER $42.14 IT 5D 8L
QUAD 9,D-10,AND HD-41 $45.41 IT 5D 8L
REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $45.41 IT 5D 8L
EQUIP
RIGGER AND BELLMAN $42.14 IT 5D 8L
ROLLAGON $45.41 IT 5D 8L
ROLLER,OTHER THAN PLANT ROAD MIX $42.14 IT 5D 8L
ROLLERS,PLANTMIX OR MULTILIFT MATERIALS $44.50 IT 5D 8L
ROTO-MILL, ROTO-GRINDER $44.92 IT 5D 8L
SAWS,CONCRETE $44.50 IT 5D 8L
SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $44.92 IT 5D 8L
OFF-ROAD EQUIPMENT(UNDER 45 YD)
SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $45.41 IT 5D 8L
OFF-ROAD EQUIPMENT(45 YD AND OVER)
SCRAPERS,CONCRETE AND CARRY ALL $44.50 IT 5D 8L
SCREED MAN $44.92 IT 5D 8L
SHOTCRETE GUNITE $42.14 IT 5D 8L
SLIPFORM PAVERS $45.41 IT 5D 8L
SPREADER,TOPSIDE OPERATOR-BLAW KNOX $44.92 IT 5D 8L
SUBGRADE TRIMMER $44.92 IT 5D 8L
TOWER BUCKET ELEVATORS $44.50 IT 5D 8L
TRACTORS, (75 HP&UNDER) $44.50 IT 5D 8L
TRACTORS, (OVER 75 HP) $44.92 IT 5D 8L
TRANSFER MATERIAL SERVICE MACHINE $44.92 IT 5D 8L
TRANSPORTERS,ALL TRACK OR TRUCK TYPE $45.41 IT 5D 8L
TRENCHING MACHINES $44.50 IT 5D 8L
TRUCK CRANE OILER/DRIVER(UNDER 100 TON) $44.50 IT 5D 8L
TRUCK CRANE OILER/DRIVER(100 TON&OVER) $44.92 IT 5D 8L
TRUCK MOUNT PORTABLE CONVEYER $44.92 IT 5D 8L
WHEEL TRACTORS,FARMALL TYPE $42.14 IT 5D 8L
YO YO PAY DOZER $44.92 IT 5D 8L
POWER EQUIPMENT OPERATORS-UNDERGROUND SEWER&WATER
(SEE POWER EQUIPMENT OPERATORS)
POWER LINE CLEARANCE TREE TRIMMERS
JOURNEY LEVEL IN CHARGE $37.61 4A 5A
SPRAY PERSON $35.73 4A 5A
TREE EQUIPMENT OPERATOR $36.19 4A 5A
TREE TRIMMER $33.68 4A 5A
y TREE TRIMMER GROUNDPERSON $25.43 4A 5A
REFRIGERATION&AIR CONDITIONING MECHANICS
MECHANIC $55.41 1G 5A
RESIDENTIAL BRICK&MARBLE MASONS
JOURNEY LEVEL $27.05 1
RESIDENTIAL CARPENTERS
JOURNEYLEVEL
$23.47 1
s RESIDENTIAL CEMENT MASONS
JOURNEY LEVEL $22.64 1
RESIDENTIAL DRYWALL TAPERS
JOURNEY LEVEL $43.59 1E 5P
RESIDENTIAL ELECTRICIANS
JOURNEY LEVEL $26.24 1
RESIDENTIAL GLAZIERS
JOURNEY LEVEL $31.99 1H 5G
Page 7
go
KING COUNTY
Effective 03-02-08
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
RESIDENTIAL INSULATION APPLICATORS
JOURNEY LEVEL $17.60 1
RESIDENTIAL LABORERS
JOURNEY LEVEL $18.12 1
RESIDENTIAL PAINTERS
JOURNEY LEVEL $18.36 1
RESIDENTIAL PLUMBERS&PIPEFITTERS
JOURNEY LEVEL $22.95 1
RESIDENTIAL REFRIGERATION&AIR CONDITIONING MECHANICS
JOURNEY LEVEL $55.41 1G SA
RESIDENTIAL SHEET METAL WORKERS
JOURNEY LEVEL(FIELD OR SHOP) $19.48 1
RESIDENTIAL SOFT FLOOR LAYERS
JOURNEY LEVEL $36.08 1B 5A
RESIDENTIAL SPRINKLER FITTERS(FIRE PROTECTION)
JOURNEY LEVEL $31.01 16 5C
RESIDENTIAL TERRAZZO/TILE FINISHERS
JOURNEY LEVEL $26.30 1
RESIDENTIAL TERRAZZO/TILE SETTERS
JOURNEY LEVEL $41.96 1M 5A
ROOFERS
JOURNEY LEVEL $36.78 1R 5A
USING IRRITABLE BITUMINOUS MATERIALS $39.78 1R 5A
SHEET METALWORKERS
JOURNEY LEVEL(FIELD OR SHOP) $51.97 1E 6L
SHIPBUILDING&SHIP REPAIR
BOILERMAKER $31.46 1H 6W
CARPENTER $30.74 16 6X
ELECTRICIAN $30.37 1B 6X
HEAT&FROST INSULATOR $46.59 is 5J
LABORER $29.26 1B 6X 4w
MACHINIST $30.29 1B 6X
OPERATOR $30.22 1B 6X
PAINTER $32.34 1B 6X
PIPEFITTER $30.22 1B 6X w
RIGGER $30.33 1B 6X
SANDBLASTER $30.22 1B 6X
SHEET METAL $30.48 113 6X
SHIPFITTER $30.32 1B 6X
TRUCKER $30.17 1B 6X
WAREHOUSE $30.20 1B 6X
WELDER/BURNER $30.32 1B 6X
SIGN MAKERS&INSTALLERS(ELECTRICAL)
SIGN INSTALLER $22.92 1
SIGN MAKER $21.36 1
SIGN MAKERS&INSTALLERS(NON-ELECTRICAL)
SIGN INSTALLER $27.28 1
SIGN MAKER $33.25 1
SOFT FLOOR LAYERS
JOURNEY LEVEL $36.08 113 5A
SOLAR CONTROLS FOR WINDOWS
JOURNEY LEVEL $12.44 1 5S
Page 8
■.
KING COUNTY
Effective 03-02-08
dw
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
SPRINKLER FITTERS(FIRE PROTECTION)
JOURNEY LEVEL
$55.64 1X 5C
STAGE RIGGING MECHANICS(NON STRUCTURAL)
JOURNEY LEVEL $13.23 1
SURVEYORS
CHAIN PERSON $9.35 1
INSTRUMENT PERSON $11.40 1
PARTY CHIEF
$13.40 1
TELECOMMUNICATION TECHNICIANS
TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $22.76 1
TELEPHONE LINE CONSTRUCTION-OUTSIDE
CABLE SPLICER $30.66 2B 5A
HOLE DIGGER/GROUND PERSON $17.19 2B 5A
INSTALLER(REPAIRER) $29.41 2B 5A
JOURNEY LEVEL TELEPHONE LINEPERSON $28.53 2B 5A
SPECIAL APPARATUS INSTALLER I
$30.66 2B 5A
SPECIAL APPARATUS INSTALLER II $30.05 2B 5A
TELEPHONE EQUIPMENT OPERATOR(HEAVY) $30.66 2B 5A
TELEPHONE EQUIPMENT OPERATOR(LIGHT) $28.53 2B 5A
TELEVISION GROUND PERSON $16.31 2B 5A
TELEVISION LINEPERSON/INSTALLER $21.68 2B 5A
TELEVISION SYSTEM TECHNICIAN
$35.78 26 5A
TELEVISION TECHNICIAN $23.19 2B 5A
TREE TRIMMER $28.53 213 5A
TERRAZZO WORKERS&TILE SETTERS
JOURNEYLEVEL $41.96 1M 5A
TILE,MARBLE&TERRAZZO FINISHERS
FINISHER
$35.79 1 B 5A
TRAFFIC CONTROL STRIPERS
JOURNEY LEVEL $36.40 1K 5A
TRUCK DRIVERS
ASPHALT MIX(TO 16 YARDS) $41.19 1T 5D 8L
ASPHALT MIX(OVER 16 YARDS) $41.90 IT 5D 8L
DUMP TRUCK $41.19 IT 5D 8L
DUMP TRUCK&TRAILER $41.90 1T 5D 8L
OTHER TRUCKS $41.90 1T 5D 8L
TRANSIT MIXER $23.45 1
WELL DRILLERS& IRRIGATION PUMP INSTALLERS
IRRIGATION PUMP INSTALLER $17.71 1
OILER
$12.97
WELL DRILLER 1
$18.00 1
Page 9
Department of Labor and Industries STATEMENT OF INTENT TO
Prevailing Wage
(360)902-5335 PAY PREVAILING WAGES
www.Ini.wa.gov//TradesLicensing/PrevailingWage Public Works Contract
$25.00 Filing Fee Required
• This form must be typed or printed in ink. Project Name Contract#
• Large,bold numbers match instructions on back of form.
• Please allow a minimum of 10 working days for processing. Contract Awarding Agency(public agency-not federal or private)
• Once approved your form will be posted online at the above website
FAPPROVED FORM WILL BE MAILED TO THIS ADDRESS " Address
Contractor,company or agency name,address,city,state&ZIP+4
City State ZIP+4
Awarding Agency Project Contact Person Phone#
County where work was performed City where work was performed
Bid due date (mm/dd/yy) Date contract awarded (mm/dd/yy)
Will all work be subcontracted? Do you intend to use subcontractors?
❑ Yes ❑ No ❑ Yes ❑ No
Prime contractor(has contract with the public agency) Contractor Registration# Expected job start date(mm/dd/yy) Do you intend to use apprentices?
❑ Yes ❑ No
Craft/trade/occupation(Do NOT list apprentices) Estimated no. Rate of Rate of hourly fringe
Indicate number of owners expected to perform work. of workers hourly pay benefits
l
Company name Indicate total dollar amount of your contract
or time and materials if applicable.
Address I hereby certify that the above information is correct and that all
workers I employ on this Public Works Project will be paid no less
State ZIP+4 than the Prevailing Wage Rate(s) as determined by the Industrial
City State of the Department of Labor and Industries
Contractor Registration No. UBI Title Signature
Industrial Insurance Account Number
Email address Phone number For L&I Use Only
Check Number ❑ $25 or $
pq-
For L&I Use Only; s
Issued By:
APPROVED: Department of Labor and Industries
s
By -
Industrial Statistician
F700-029-000 statement of intent to pay prevailing wages 12-04 After APPROVAL,send white copy to Awarding Agency.
Canary copy—L&I
How to expedite the processing of your form:
REQUIRED FOR PROCESSING ERRORS THAT CAUSE REJECTION
Filing Fee No fee or wrong amount. $25.00 filing fee required.
Bid Due Date and Date Contract Awarded Missing. Award date is before bid due date. Prevailing Wage is based
on the date bids from prime contractor were due to the contract awarding
agency.
Craft/trade/occupation Craft not listed, not specific, or does not match prevailing wage
occupation listings.
Owner/Operators: If the work will be performed by owners/partners,
state "Owner/Operator' under the"Craft"section, and the wage and
fringe need not be completed. Do list the number of owners on the job.
(Individuals who own less than 30% of the company are not considered
to be owner/operators and must be paid prevailing wage.)
All work subcontracted: If all work will be performed by
subcontractors, check the appropriate box on the form.
Rate of Hourly Pay Missing or incorrect wages. Enter the rate of hourly pay and rate of
qualified hourly fringe benefits, as defined by RCW 39.12.010, that you
will actually provide to the workers. The amount listed for"Rate of
Hourly Pay" plus the amount listed for the"Rate of Hourly Fringe
Benefits", if any, must equal or exceed the Prevailing Wage rate.
Estimated number of workers Missing
Total Dollar Amount of Your Contract Missing—Enter"time and materials" if applicable. The exact dollar
amount will be required on the Affidavit of Wages Paid form.
Contractor Registration No. or UBI Missing or not registered. Companies not required to obtain a
contractor's registration number need only indicate UBI (i.e.,janitorial,
surveying, truck driving).
Signature Missing—Intent must be signed by an authorized representative.
Apprentices: Do not list apprentices or apprenticeship wages on this Statement of Intent. If you use apprentices on this project, they
must be listed on the Affidavit of Wages Paid form (F700-007-000), and registered with the Washington State Apprenticeship and
Training Council within 60 days of hire. Any workers not registered as such must be paid prevailing journey level wages. Call (360)
902-5323 to verify registration. Electrical and Plumber trainees registered with the Department of Labor and Industries MUST ALSO be
registered with the Washington State Apprenticeship and Training Council to qualify for apprentice rates.
If there is not enough space to list all required information on one form, use additional Intent forms as needed. Please indicate at the
top of each form"Page 1 of 2", "Page 2 of 2", etc. No additional fee is required. No other attachments will be accepted.
Approval of this Intent will be based on the information provided by the contractor/subcontractor. It does not signify approval
of the classifications of labor used by the contractor/subcontractor.
L&I will mail the approved white copy of this Intent to the organization provided on the front of this form. Make a copy for your records.
A copy of the approved Intent form for each employer must be posted at the jobsite for contracts in excess of$10,000.00.
Prevailing wage rates are available on the Internet at www.Lni.wa.gov/TradesLicensing/PrevailingVVage
Submit both copies (white and canary) and the $25.00 filing fee to:
MANAGEMENT SERVICES
Please fold in thirds so the address
DEPT. OF LABOR AND INDUSTRIES will show in a window envelope
PO BOX 44835
OLYMPIA, WASHINGTON 98504-4835 For questions call (360) 902-5335
F700-029-000 statement of intent to pa} prevailing wages—backer 12-04
s
Department of Labor and Industries �y s�erc AFFIDAVIT OF WAGES PAID i
Prevailing Wage o
(360)902-5335 T Public Works Contract
http://www.lni.wa.gov/TradesLicensingfPrevailingWage �� ,ao�oy° $25.00 Filing Fee Required
This form must be typed or printed in ink. Project Name Contract#
• Fill in all blanks or form will be returned for correction(see back).
•
Contract Awarding Agency(public agency-not federal or private)
Please allow a minimum of 10 working days for processing.
• Once approved,your form will be posted,online at the website above
Address
Contractor,company or agency name,address,city,state&ZIP+4
City State ZIP+4
Awarding Agency Project Contact Person Phone#
County where work was performed City where work was performed
Bid due date (mm/dd/yy) Date contract awarded (mm/dd/yy)
Date work completed (mm/dd/yy) Date Intent filed (mm/dd/yy)
Was all work subcontracted? Did you intend to use subcontractors?
Prime contractor(has contract with the public agency) Contractor Registration No.
❑ Yes ❑ No ❑ Yes ❑ No
Job start date(mm/dd/yy)
Craft/trade/occupation and apprentices(For apprentices,give name,registration#, Number Total#of hours Rate of Rate of Hourly
trade,dates of work on project,stage of progression,wage and fringe) of workers worked-ea.trade Hourly Pay Fringe Benefits
Indicate number of owners that performed work.
Company name Indicate total dollar amount of your contract $
or time and materials if applicable.
Address I hereby certify that the above information is correct and that all
workers I employ on this Public Works Project will be paid no less
than the Prevailing Wage Rate(s) as determined by the Industrial
City State ZIP+4 Statistician of the Department of Labor and Industries
Contractor Registration No. UBI Title Signature
Industrial Insurance Account Number
Email address Phone number
Check Number: ❑ $25 or $
Y r <:� ,. _ ,,k `,,tea;, Issued By:
APPROVED: Department of Labor and Industries
By
Industrial Statistician
F700-007-000 affidavit of wages 12-04 After APPROVAL send white copy to Awarding Agency.
Canary copy—L&I
How to expedite the processing of your form:
REQUIRED FOR PROCESSING ERRORS THAT CAUSE REJECTION
Filing Fee No fee or wrong amount. $25.00 filing fee required.
Bid Due Date and Date Contract Awarded Missing. Award date is before bid due date. Prevailing Wage is based on the
date bids from prime contractor were due to the contract awarding agency.
Date work completed Missing or a date in the future.
Date Intent Filed Missing-An affidavit cannot be approved without the Statement of Intent to Pay
Prevailing Wages being filed.
Craft/trade/occupation Craft not listed, not specific, or does not match prevailing wage occupation
listings.
Owner/Operators: If the work was performed by owners/partners, state
"Owner/Operator"under the"Craft"section,and the wage and fringe need not be
completed. Do list the number of owners on the job. (Individuals who own less
than 30% of the company are not considered to be owner/operators and must be
paid prevailing wage.)
All work subcontracted: If all work was performed by subcontractors,check
the appropriate box on the form.
Number of workers each trade Missing
Total number of hours worked each trade Missing
Rate of Hourly Pay Missing or incorrect wages. Enter the rate of hourly pay and rate of qualified
.c hourly fringe benefits, as defined by RCW 39.12.010, that you actually provided
to the workers. The amount listed for"Rate of Hourly Pay" plus the amount listed
for the"Rate of Hourly Fringe Benefits", if any, must equal or exceed the
Prevailing Wage rate.
Apprentices' Missing information or apprentice not registered*. List each apprentice by name,
registration number,trade, stage of progression,beginning and ending dates of
work performed on the proiect(m/d/y to m/d/y), and rate of hourly pay and fringe
.. benefits.
Total Dollar Amount of Your Contract Missing—Enter exact amount not"time and materials").
Contractor Registration No. or UBI Missing or not registered. Companies not required to obtain a contractor's
registration number need only indicate UBI (i.e.,janitorial, surveying,truck
driving).
Signature Missing—Affidavit must be signed by an authorized representative.
" Any apprentice not registered with the Washington State Apprenticeship and Training Council within 60 days of hire must be paid
.. prevailingJournev level wages for the time preceding the date of registration Call (360) 902-5323 to verify registration. NOTE:
Electrical and Plumber trainees registered with the Department of Labor and Industries MUST ALSO be registered with the Washington
State Apprenticeship and Training Council to qualify for apprentice rates.
If there is not enough space to list all required information on one form, use additional Affidavit forms as needed. Please indicate at the
top of each form"Page 1 of 2","Page 2 of 2",etc.. No additional fee is required. No other attachments will be accepted.
Approval of this Affidavit will be based on the information provided by the contractor/subcontractor. It does not signify
approval of the classifications of labor used by the contractor/subcontractor.
L&I will mail the approved white copy of this Affidavit to the organization provided on the front of this form. Make a copy for your
records.
Prevailing wage rates are available on the Internet at hftp://www.Ini.wa.gov/TradesLicensing/PrevailingWage
Submit both copies (white and canary) and the $25.00 filing fee to:
MANAGEMENT SERVICES Please fold in thirds so the address
DEPT. OF LABOR AND INDUSTRIES will show in a window envelope
PO BOX 44835
OLYMPIA, WASHINGTON 98504-4835 For questions call (360) 902-5335
wM
F700-007-000 affidavit of waves -hacker 12-04
CERTIFICATION OF PAYMENT OF PREVAILING WAGES
Date:
Ref: Pay Estimate No.
Project CAG No.
This is to certify that the prevailing wages have been paid to our employees and our subcontractors'
employees for the period
from through in
accordance with the Intents to Pay Prevailing Wage filed with the Washington State Department of
Labor&Industries. This form will be executed and submitted prior to or with the last pay request.
Company Name
By:
Title:
18 INTNT.DOC\
WSDOT AMENDMENTS
INTRODUCTION
The following Amendments and Special Provisions shall be used in conjunction with the 2006
Standard Specifications for Road, Bridge, and Municipal Construction.
AMENDMENTS TO THE STANDARD SPECIFICATIONS
r
The following Amendments to the Standard Specifications are made a part of this contract and
supersede any conflicting provisions of the Standard Specifications. For informational purposes, the
.. date following each Amendment title indicates the implementation date of the Amendment or the
latest date of revision.
Each Amendment contains all current revisions to the applicable section of the Standard
Specifications and may include references which do not apply to this particular project.
INTRODUCTION
The following Amendments and Special Provisions shall be used in conjunction with the 2006
Standard Specifications for Road, Bridge, and Municipal Construction.
AMENDMENTS TO THE STANDARD SPECIFICATIONS
The following Amendments to the Standard Specifications are made a part of this contract and
supersede any conflicting provisions of the Standard Specifications. For informational purposes, the
r• date following each Amendment title indicates the implementation date of the Amendment or the
latest date of revision.
rri Each Amendment contains all current revisions to the applicable section of the Standard
Specifications and may include references which do not apply to this particular project.
SECTION 1-04,SCOPE OF THE WORK
April 3, 2006
1-04.6 Variation in Estimated Quantities
The third paragraph beginning with"If the adjusted final quantity of any items", is revised to read:
If the adjusted final quantity of any item does not vary from the quantity shown in the proposal
by more than 25%, then the Contractor and the Contracting Agency agree that all work under
that item will be performed at the original contract unit price.
SECTION 1-06, CONTROL OF MATERIAL
April 3, 2006
1-06.1 Approval of Materials Prior To Use
The second sentence in the first paragraph is revised to read:
' The Contractor shall use the Qualified Product List (QPL), the Aggregate Source Approval
(ASA)Database, or the Request for Approval of Material (RAM) form.
Number 1 under the second paragraph is revised to read:
' WSDOT Amendments 1
I. Shall be new, unless the Special Provisions or Standard Specifications permit otherwise; '
1-06.1(1) Qualified Products List(QPL)
This section is supplemented with the following:
The current QPL can be accessed on-line at www.wsdot.wa.gov/biz/mats/QPL/QPL-cfm ,
The following new sub-section is inserted to follow 1-06.1(2).
1-06.1(3) Aggregate Source Approval(ASA)Database
The ASA is a database containing the results of WSDOT preliminary testing of aggregate
sources. This database is used by the Contracting Agency to indicate the approval status of these
aggregate sources for applications that require preliminary testing as defined in the contract.The
ASA`Aggregate Source Approval Report'identifies the currently approved applications for each
aggregate source listed. The acceptance and use of these aggregates is contingent upon
additional job sampling and/or documentation. '
Aggregates approved for applications on the ASA `Aggregate Source Approval Report' not
conforming to the specifications, not fulfilling the acceptance requirements, or improperly ,
handled or installed, shall be replaced at the Contractor's expense.
For questions regarding the approval status of an aggregate source, contact the WSDOT Regional
Materials Engineer for the Region the source is located in. The Contracting Agency reserves the
right to make revisions to the ASA database at anytime.
If there is a conflict between the ASA database and the contract, then the contract shall take
precedence over the ASA database in accordance with Section 1-04.2. The ASA database can be
accessed on-line at www.wsdot.wa.gov/biz/mats/ASA
1-06.2(2)D Quality Level Analysis
Item 9 under the first paragraph is revised to read:
9. Determine the Composite Pay Factor(CPF)for each lot.
CPF= fl(PFI)+f2PF2)+•••+fi(PFi) �+
Ef,
i= 1toj
where: fi =price adjustment factor listed in these
Specifications for the applicable material
.ri
J = number of constituents being evaluated
SECTION 1-07,LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC
August 7,2006
1-07.9(1) General
The fifth paragraph is revised to read:
If employing labor in a class not listed in the contract provisions on state funded projects only,
the Contractor shall request a determination of the correct wage and benefits rate for that class
WSDOT Amendments 2 '
and locality from the Industrial Statistician, Washington State Department of Labor and
Industries(State L&I), and provide a copy of those determinations to the Engineer.
.. The fifth paragraph is supplemented with the following new paragraph:
If employing labor in a class not listed in the contract provisions on federally funded projects, the
r. Contractor shall request a determination of the correct wage and benefits for that class and
locality from the U. S. Secretary of Labor through the project engineer's office. Generally, the
contractor initiates the request by preparing standard form 1444 and submitting it to the project
„rr engineers'office for further action.
1-07.10 Worker's Benefits
�r
The fourth paragraph is revised to read:
The Public Works Contract Division of the Washington State Department of Labor and Industries
will provide the Contractor with applicable industrial insurance and medical aid classification
and premium rates. After receipt of Revenue Release from the Washington State Department of
Revenue, the contracting agency will verify through the Department of Labor and Industries that
the Contractor is current with respect to the payments of industrial insurance and medical aid
premiums.
1-07.15 Temporary Water PoRution/Erosion Control
The first paragraph is revised to read:
' In an effort to prevent, control, and stop water pollution and erosion within the project,thereby
protecting the work, nearby land, streams, and other bodies of water, the Contractor shall
perform all work in strict accordance with all Federal, State, and local laws and regulations
governing waters of the State, as well as permits acquired for the project.
SECTION 1-08,PROSECUTION AND PROGRESS
December 4,2006
1-08.1 Subcontracting
The eighth paragraph (beginning with - On all projects funded with both Contracting Agency funds
and Federal assistance ...) is supplemented with the following:
' The Contractor has the option of submitting actual MBE/WBE or DBE payment data, on
Federally assisted, Federally assisted and Contracting agency funded, and Contracting Agency
funded only contracts to the contracting agency on a monthly basis using the Contract
Monitoring and Tracking System (CMATS) through the BizWeb application located at
http://www.omwbe.wa.jzov/blzwebatwashinp-ton. Use of CMATS will become a requirement for
all contractors effective January 7, 2008.
' 1-08.3 Progress Schedule
Section 1-08.3 and all subsections are deleted in their entirety and replaced with the following:
1-08.3 Progress Schedule
1-08.3(1) General Requirements
The Contractor shall submit Type A or Type B Progress Schedules and Schedule Updates to
the Engineer for approval. Schedules shall show work that complies with all time and order
of work requirements in the contract. Scheduling terms and practices shall conform to the
standards established in Construction Planning and Scheduling, Second Edition,published
Ow WSDOT Amendments 3
by the Associated General Contractors of America. Except for Weekly Look-Ahead
Schedules, all schedules shall meet these General Requirements, and provide the following
information: ,
1. Include all activities necessary to physically complete the project.
2. Show the planned order of work activities in a logical sequence. ,
3. Show durations of work activities in working days as defined in Section 1-08.5.
4. Show activities in durations that are reasonable for the intended work.
5. Define activity durations in sufficient detail to evaluate the progress of individual '
activities on a daily basis.
6. Show the physical completion of all work within the authorized contract time. '
The Contracting Agency allocates its resources to a contract based on the total time allowed
in the contract. The Contracting Agency may accept a Progress Schedule indicating an
early physical completion date but cannot guarantee the Contracting Agency's resources
will be available to meet an accelerated schedule. No additional compensation will be
allowed if the Contractor is not able to meet their accelerated schedule due to the
unavailability of Contracting Agency's resources or for other reasons beyond the .r
Contractin g Agency's A 's control.
Y
If the Engineer determines that the Progress Schedule or any necessary Schedule Update
does not provide the required information, then the schedule will be returned to the
Contractor for correction and resubmittal.
The Engineer's approval of any schedule shall not transfer any of the Contractor's
responsibilities to the Contracting Agency. The Contractor alone shall remain responsible
for adjusting forces, equipment, and work schedules to ensure completion of the work
within the time(s) specified in the contract. no
1-08.3(2) Progress Schedule Types
Type A Progress Schedules are required on all projects that do not contain the bid item for No
Type B Progress Schedule. Type B Progress Schedules are required on all projects that
contain the bid item for Type B Progress Schedule. Weekly Look-Ahead Schedules and
Schedule Updates are required on all projects. r
1-08.3(2)A Type A Progress Schedule
The Contractor shall submit five copies of a Type A Progress Schedule no later than 10
days after the date the contract is executed, or some other mutually agreed upon
submittal time. The schedule may be a critical path method(CPM) schedule, bar chart,
or other standard schedule format. Regardless of which format used, the schedule
shall identify the critical path. The Engineer will evaluate the Type A Progress
Schedule and approve or return the schedule for corrections within 15 calendar days of
receiving the submittal.
1-08.3(2)B Type B Progress Schedule
The Contractor shall submit a preliminary Type B Progress Schedule no later than five
calendar days after the date the contract is executed. The preliminary Type B Progress
WSDOT Amendments 4
Schedule shall comply with all of these requirements and the requirements of Section
1-08.3(1), except that it may be limited to only those activities occurring within the
first 60 working days of the project.
..
The Contractor shall submit five copies of a Type B Progress Schedule no later than 30
calendar days after the date the contract is executed. The schedule shall be a critical
.. path method (CPM) schedule developed by the Precedence Diagramming Method
(PDM). Restraints may be utilized, but may not serve to change the logic of the
network or the critical path. The schedule shall display at least the following
information:
Contract Number and Title
Construction Start Date
Critical Path
Activity Description
Milestone Description
.. Activity Duration
Predecessor Activities
Successor Activities
Early Start(ES)and Early Finish(EF) for each activity
Late Start(LS)and Late Finish(LF)for each activity
Total Float(TF)and Free Float (FF) for each activity
Physical Completion Date
Data Date
r The Engineer will evaluate the Type B Progress Schedule and approve or return the
schedule for corrections within 15 calendar days of receiving the submittal.
1-08.3(2)C Vacant
1-08.3(2)D Weekly Look-Ahead Schedule
Each week that work will be performed, the Contractor shall submit a Weekly Look-
Ahead Schedule showing the Contractor's and all subcontractors' proposed work
activities for the next two weeks. The Weekly Look-Ahead Schedule shall include the
description, duration and sequence of work, along with the planned hours of work.
This schedule may be a network schedule, bar chart, or other standard schedule format.
The Weekly Look-Ahead Schedule shall be submitted to the Engineer by the midpoint
of the week preceding the scheduled work or some other mutually agreed upon
submittal time.
1-08.3(3) Schedule Updates
The Engineer may request a Schedule Update when any of the following events occur:
1. The project has experienced a change that affects the critical path.
2. The sequence of work is changed from that in the approved schedule.
3. The project is significantly delayed.
4. Upon receiving an extension of contract time.
WSDOT Amendments 5
The Contractor shall submit five copies of a Type A or Type B Schedule Update within 15 '
calendar days of receiving a written request, or when an update is required by any other
provision of the contract. A"significant"delay in time is defined as 10 working days or 10 ,
percent of the original contract time,whichever is greater.
In addition to the other requirements of this Section, Schedule Updates shall reflect the '
following information:
1. The actual duration and sequence of as-constructed work activities, including '
changed work.
2. Approved time extensions.
3. Any construction delays or other conditions that affect the progress of the work. '
4. Any modifications to the as-planned sequence or duration of remaining activities. '
5. The physical completion of all remaining work in the remaining contract time.
Unresolved requests for time extensions shall be reflected in the Schedule Update by '
assuming no time extension will be granted, and by showing the effects to follow-on
activities necessary to physically complete the project within the currently authorized time
for completion. rr
1-08.3(4) Measurement
No specific unit of measurement shall apply to the lump sum item for Type B Progress
Schedule.
1-08.3(5) Payment
Payment will be made in accordance with Section 1-04.1, for the following bid item when it •
is included in the proposal:
"Type B Progress Schedule", lump sum. '
The Lump Sum price shall be full pay for all costs for furnishing the Type B Progress '
Schedule and preliminary Type B Progress Schedule.
Payment of 80 percent of the lump sum price will be made upon approval of the Progress '
Schedule.
Payment will be increased to 100 percent of the lump sum price upon completion of 80
percent of the original total contract award amount.
All costs for providing Type A Progress Schedules and Weekly Look-Ahead Schedules are
considered incidental to other items of work in the contract.
No payment will be made for Schedule Updates that are required due to the Contractors
operations. Schedule Updates required by events that are attributed to the actions of the }
Contracting Agency will be paid for in accordance with Section 1-09.4.
1-08.4 Prosecution of Work
The first sentence is revised to read:
WSDOT Amendments 6
The Contractor shall begin work within 21 calendar days from the date of execution of the
contract by the Contracting Agency,unless otherwise approved in writing.
1-08.5 Time for Completion
This section is revised to read:
r
The Contractor shall complete all physical contract work within the number of"working days"
stated in the Contract Provisions or as extended by the Engineer in accordance with Section 1-
08.8. Every day will be counted as a "working day' unless it is a nonworking day or an
Engineer determined unworkable day. A nonworking day is defined as a Saturday, a Sunday, a
whole or half day on which the contract specifically prohibits work on the critical path of the
Contractor's approved progress schedule, or one of these holidays: January 1, the third Monday
0° of January, the third Monday of February, Memorial Day, July 4, Labor Day, November 11,
Thanksgiving Day, the day after Thanksgiving, and Christmas Day. When any of these holidays
fall on a Sunday, the following Monday shall be counted a nonworking day. When the holiday
falls on a Saturday, the preceding Friday shall be counted a nonworking day. The days between
December 25 and January 1 will be classified as nonworking days.
rr An unworkable day is defined as a half or whole day the Engineer declares to be unworkable
because of weather or conditions caused by the weather that prevents satisfactory and timely
performance of the work shown on the critical path of the Contractor's approved progress
schedule. Other conditions beyond the control of the Contractor may qualify for an extension of
time in accordance with Section 1-08.8.
Contract time shall begin on the first working day following the 21 st calendar day after the date
the Contracting Agency executes the contract. If the Contractor starts work on the project at an
earlier date, then contract time shall begin on the first working day when onsite work begins.
The contract provisions may specify another starting date for contract time, in which case, time
will begin on the starting date specified.
Each working day shall be charged to the contract as it occurs, until the contract work is
physically complete. If substantial completion has been granted and all the authorized working
days have been used, charging of working days will cease. Each week the Engineer will provide
the Contractor a statement that shows the number of working days: (1) charged to the contract
the week before; (2) specified for the physical completion of the contract; and (3) remaining for
the physical completion of the contract. The statement will also show the nonworking days and
any half or whole day the Engineer declares as unworkable. Within 10 calendar days after the
date of each statement, the Contractor shall file a written protest of any alleged discrepancies in
it. To be considered by the Engineer, the protest shall be in sufficient detail to enable the
Engineer to ascertain the basis and amount of time disputed. By not filing such detailed protest
in that period,the Contractor shall be deemed as having accepted the statement as correct.
The Engineer will give the Contractor written notice of the physical completion date for all work
the contract requires. That date shall constitute the physical completion date of the contract, but
shall not imply the Secretary's acceptance of the work or the contract.
The Engineer will give the Contractor written notice of the completion date of the contract after
all the Contractor's obligations under the contract have been performed by the Contractor. The
' following events must occur before the Completion Date can be established:
1. The physical work on the project must be complete; and
1
WSDOT Amendments 7
2. The Contractor must furnish all documentation required by the contract and required
by law, to allow the Contracting Agency to process final acceptance of the contract. '
The following documents must be received by the Project Engineer prior to
establishing a completion date:
a. Certified Payrolls(Federal-aid Projects)
b. Material Acceptance Certification Documents
c. Annual Report of Amounts Paid as MBE/WBE Participants or Quarterly
Report of Amounts Credited as DBE Participation, as required by the
Contract Provisions.
d. FHWA 47(Federal-aid Projects)
e. Final Contract Voucher Certification ,
1-08.8 Extensions of Time
Section 1-08.8 is revised to read: '
The Contractor shall submit any requests for time extensions to the Engineer in writing no later
than 10 working days after the delay occurs. The requests for time extension shall be limited to
the affect on the critical path of the Contractor's approved schedule attributable to the change or
event giving rise to the request.
To be considered by the Engineer, the request shall be in sufficient detail (as determined by the
Engineer) to enable the Engineer to ascertain the basis and amount of the time requested. The
request shall include an updated schedule that supports the request and demonstrates that the
change or event: (1)had a specific impact on the critical path, and except in cases of concurrent
delay, was the sole cause of such impact, and (2) could not have been avoided by resequencing •
of the work or by using other reasonable alternatives. If a request combined with previous
extension requests, equals 20 percent or more of the original contract time then the Contractor's
letter of request must bear consent of Surety. In evaluating any request, the Engineer will �►
consider how well the Contractor used the time from contract execution up to the point of the
delay and the effect the delay has on any completion times included in the special provisions.
The Engineer will evaluate and respond within 15 calendar days of receiving the request.
The authorized time for physical completion will be extended for a period equal to the time the
Engineer determines the work was delayed because of:
1. Adverse weather causing the time requested to be unworkable, provided that the
Engineer had not already declared the time to be unworkable and the Contractor has
filed a written protest according to Section 1-08.5.
2. Any action, neglect, or default of the Contracting Agency, its officers, or employees, or ■r
of any other contractor employed by the Contracting Agency.
I Fire or other casualty for which the Contractor is not responsible.
4. Strikes. ,
5. Any other conditions for which these Specifications permit time extensions such as:
a. In Section 1-04.4 if a change increases the time to do any of the work
including unchanged work. as
■i
WSDOT Amendments 8
b. In Section 1-04.5 if increased time is part of a protest that is found to be a
valid protest.
c. In Section 1-04.7 if a changed condition is determined to exist that caused a
delay in completing the contract.
w.
d. In Section 1-05.3 if the Contracting Agency does not approve properly
prepared and acceptable drawings within 30 calendar days.
e. In Section 1-07.13 if the performance of the work is delayed as a result of
damage by others.
f. In Section 1-07.17 if the removal or the relocation of any utility by forces
other than the Contractor caused a delay.
g. In Section 1-07.24 if a delay results from all the right of way necessary for
the construction not being purchased and the special provisions does not
make specific provisions regarding unpurchased right of way.
h. In Section 1-08.6 if the performance of the work is suspended, delayed, or
interrupted for an unreasonable period of time that proves to be the
r responsibility of the Contracting Agency.
i. In Section 1-09.11 if a dispute or claim also involves a delay in completing
the contract and the dispute or claim proves to be valid.
j. In Section 1-09.6 for work performed on a force account basis.
6. If the actual quantity of work performed for a bid item was more than the original plan
quantity and increased the duration of a critical activity. Extensions of time will be
limited to only that quantity exceeding the original plan quantity.
7. Exceptional causes not specifically identified in items 1 through 6, provided the
request letter proves the Contractor had no control over the cause of the delay and
could have done nothing to avoid or shorten it.
Working days added to the contract by time extensions, when time has overran, shall only apply
to days on which liquidated damages or direct engineering have been charged, such as the
following:
If substantial completion has been granted prior to all of the authorized working days being
used, then the number of days in the time extension will eliminate an equal number of days
on which direct engineering charges have accrued. If the substantial completion date is
established after all of the authorized working days have been used, then the number of
days in the time extension will eliminate an equal number of days on which liquidated
damages or direct engineering charges have accrued.
The Engineer will not allow a time extension for any cause listed above if it resulted from
the Contractor's default, collusion,action or inaction, or failure to comply with the contract.
The Contracting Agency considers the time specified in the special provisions as sufficient to do
all the work. For this reason, the Contracting Agency will not grant a time extension for:
WSDOT Amendments 9
• Failure to obtain all materials and workers unless the failure was the result of ,
exceptional causes as provided above in subsection 7;
• Changes, protests, increased quantities, or changed conditions (Section 1-04) that do ,
not delay the completion of the contract or prove to be an invalid or inappropriate time
extension request; '
• Delays caused by nonapproval of drawings or plans as provided in Section 1-05.3;
• Rejection of faulty or inappropriate equipment as provided in Section 1-05.9;
• Correction of thickness deficiency as provided in Section 5-05.5(1)B.
The Engineer will determine whether the time extension should be granted, the reasons for the
extension, and the duration of the extension, if any. Such deternunation will be final as provided
in Section 1-05.1. ,
SECTION 1-09,MEASUREMENT AND PAYMENT
December 4,2006
1-09.6 Force Account
The last paragraph under "3. For Equipment"is revised to read:
1W
Copies of the AGC/WSDOT Equipment Rental Agreement will be maintained on the Contracting
Agency's web site at www.wsdot.wa.gov.
.r
1-09.9(1) Retainage
The fourth paragraph is revised to read:
Release of the retainage will be made 60 days following the Completion Date (pursuant to RCW
39.12, and RCW 60.28)provided the following conditions are met:
1. On contracts totaling more than $20,000, a release has been obtained from the
Washington State Department of Revenue.
2. Affidavits of Wages Paid for the Contractor and all Subcontractors are on file with the to
Contracting Agency(RCW 39.12.040).
3. A certificate of Payment of Contributions Penalties and Interest on Public Works so
Contract is received from the Washington State Employment Security Department.
4. Washington State Department of Labor and Industries (per section 1-07.10) shows the
Contractor is current with payments of industrial insurance and medical aid premiums.
5. All claims, as provided by law, filed against the retainage have been resolved. In the
event claims are filed and provided the conditions of 1, 2, 3 and 4 are met, the
Contractor will be paid such retained percentage less an amount sufficient to pay any
such claims together with a sum determined by the Contracting Agency sufficient to
pay the cost of foreclosing on claims and to cover attorney's fees.
�r
WSDOT Amendments 10
.. SECTION 2-03, ROADWAY EXCAVATION AND EMBANKMENT
August 7, 2006
2-03.3(2) Rock Cuts
This section is revised to read:
1. Preserving Rock Below Subgrade. The Contractor shall take care not to break down,
loosen, or damage the rock under the subgrade line, except as provided by Section 2-
03.3(3). Normally cuts will be made from the top, lift by lift, to protect the rock bench that
will remain. The Contractor shall be responsible for methods used and for any damage
�` caused to the roadbed,regardless of any previous approvals by the Engineer.
2. Sealing and Dressing. To leave rock cuts in a safe, stable condition, the Contractor shall
scale and dress them, removing all loose fragments and rocks not firmly fastened to the rock
slope. The Contractor shall also remove any overhanging rock the Engineer sees as a
hazard to roadway users.
If the Engineer requires it, the Contractor shall remove loose fragments and rocks lying
outside the slope stakes. Payment for such extra work shall be by force account as provided
.. in Section 1-09.6. The Contracting Agency will pay for loading and hauling these materials
at the unit contract prices that apply or as provided in Section 1-04.4.
,i 3. Drilling and Blasting. Not less than two weeks prior to commencing drilling and blasting
operations or at any time the Contractor proposes to change the drilling and blasting
methods, the Contractor shall submit a blasting plan to the Engineer for review. The
blasting plan shall contain the full details of the drilling and blasting patterns and controls
the Contractor proposes to use for both the controlled and production blasting. The blasting
plan submittal is required for all blasting operations and shall contain the following
minimum information:
a) Station limits of proposed shot.
b) Plan and section views of proposed drill pattern including free face, burden, blast
hole spacing, blast hole diameter, blast hole angles, lift height, and subdrill depth.
c) Loading diagram showing type and amount of explosives, primers, initiators, and
location and depth of stemming.
d) Initiation sequence of blast holes including delay times and delay system.
e) Manufacturer's data sheets for all explosives, primers, and initiators to be
employed.
Review of the blasting plan by the Engineer shall not relieve the Contractor of the
responsibility for the accuracy and adequacy of the plan when implemented in the field.
When blasting to establish slopes '/2 to 1 or steeper, and more than 10 feet high, the
Contractor shall use controlled blasting. The Engineer may require the Contractor to use
controlled blasting to form the faces of other slopes, even if the slopes could be formed by
1 nonblasting methods.
WSDOT Amendments
Controlled blasting refers to the controlled use of explosives and blasting accessories in '
carefully spaced and aligned drill holes to provide a free surface or shear plane in the rock
along the specified backslope. Controlled blasting techniques covered by this specification '
include presplitting and cushion blasting.
In addition to the blasting plan submittal, when using controlled blasting the Contractor
shall: '
a) Prior to commencing full-scale blasting operations, the Contractor shall
demonstrate the adequacy of the proposed blast plan by drilling, blasting, and
excavating short test sections, up to 100 feet in length, to determine which
combination of method, hole spacing, and charge works best. When field
conditions warrant, the Contractor may be ordered to use test section lengths less
than 100 feet.
Unless otherwise approved by the Engineer, the Contractor shall begin the tests ,
with the controlled blast holes spaced 30-inches apart, then adjust if needed, until
the Engineer approves the spacing to be used for full-scale blasting operations.
b) The Contractor shall completely remove all overburden soil and loose or ,
decomposed rock along the top of the excavation for a distance of at least 30 feet
beyond the end of the production hole drilling limits, or to the end of the cut,
before drilling the presplitting holes.
c) The controlled blast holes shall be not less than 21/2 inches nor more than 3 inches
in diameter.
d) The Contractor shall control drilling operations by the use of the proper
equipment and technique to ensure that no hole shall deviate from the plane of the
planned slope by more than 9 inches either parallel or normal to the slope. Drill
holes exceeding these limits shall not be paid for unless satisfactory slopes are
being obtained.
e) Controlled blast holes shall extend a minimum of 30 feet beyond the limits of the
production holes to be detonated, or to the end of the cut as applicable.
f) The length of controlled blast holes for any individual lift shall not exceed 20 feet
unless the Contractor can demonstrate to the Engineer the ability to stay within '
the above tolerances and produce a uniform slope. If greater than 5 percent of the
presplit holes are misaligned in any one lift, the Contractor shall reduce the height
of the lifts until the 9-inch alignment tolerance is met. Upon satisfactory
demonstration, the length of holes may be increased to a maximum of 60 feet ,
with written approval of the Engineer.
g) When the cut height requires more than one lift, a maximum 2-foot offset
between lifts will be permitted to allow for drill equipment clearances.- The
Contractor shall begin the control blast hole drilling at a point that will allow for
necessary offsets and shall adjust, at the start of lower lifts, to compensate for any
drift that may have occurred in the upper lifts.
h) Before placing charges, the Contractor shall determine that the hole is free of '
obstructions for its entire depth. All necessary precautions shall be exercised so
WSDOT Amendments 12 ,
• that the placing of the charges will not cause caving of material from the walls of
the holes.
r i) The maximum diameter of explosives used in presplit holes shall not be greater
than X12 the diameter of the presplit hole.
j) Only standard explosives manufactured especially for controlled blasting shall be
used in controlled blast holes, unless otherwise approved by the Engineer. Bulk
ammonium nitrate and fuel oil (ANFO) shall not be allowed to be loaded in the
r
presplit holes.
k) If fractional portions of standard explosive cartridges are used, they shall be
firmly affixed to the detonating cord in a manner that the cartridges will not slip
i down the detonating cord nor bridge across the hole. Spacing of fractional
cartridges along the length of the detonating cord shall not exceed 30 inches
center to center and shall be adjusted to give the desired results.
r
1) Continuous column cartridge type of explosives used with detonating cord shall
be assembled and affixed to the detonating cord in accordance with the explosive
manufacturer's instructions, a copy of which shall be furiiished to the Engineer.
m) The bottom charge of a presplit hole may be larger than the line charges but shall
r. not be large enough to cause overbreak. The top charge of the presplitting hole
shall be placed far enough below the collar, and reduced sufficiently, to avoid
overbreaking and heaving.
n) The upper portion of all presplit holes, from the top most charge to the hole collar,
shall be stemmed. Stemming materials shall be sand or other dry angular
material, all of which passes a 3/8-inch sieve.
o) If presplitting is specified, the detonation of these holes shall be fired first.
p) If cushion blasting is specified, the detonation of these holes shall be fired last on
an instantaneous delay after all other blasting has taken place in the excavation.
q) Production blast holes shall not be drilled closer than 6 feet to the controlled blast
line, unless approved by the Engineer. The bottom of the production holes shall
' not be lower than the bottom of the controlled blast holes. Production holes shall
not exceed 6 inches in diameter, unless approved by the Engineer. Detonation of
production holes shall be on a delay sequence toward a free face.
r) The use of horizontal blast holes for either production or controlled blasting is
prohibited.
tSECTION 2-09,STRUCTURE EXCAVATION
January 3,2006
2-09.3(1)E Backtilling
Item I of the first paragraph under Compaction is revised to read:
1. Backfrll supporting roadbed, roadway embankments, or structures, including backfill
providing lateral support for noise barrier wall foundations, luminaire poles, traffic signal
WSDOT Amendments 13
standards, and roadside and overhead sign structure foundations — placed in horizontal ,
layers no more than 6 inches thick with each layer compacted to 95 percent of the
maximum density determined by the Compaction Control Test, Section 2-03.3(14)D. ,
SECTION 2-12 CONSTRUCTION GEOTEXTILE
August 7,2006 '
The section title is revised to read:
CONSTRUCTION GEOSYNTHETIC
2-12 CONSTRUCTION GEOTEXTILE
This heading is revised to read:
2-12 CONSTRUCTION GEOSYNTHETIC
2-12.1 Description
The word geotextile is revised to geosynthetic.
2-12.2 Materials
In the first and second paragraphs geotextile is revised to geosynthetic.
2-12.3 Construction Requirements
In the first, second,and third paragraphs geotextile is revised to geosynthetic.
SECTION 3-01,PRODUCTION FROM QUARRY AND PIT SITES
August 7,2006
3-01.4(1) Acquisition and Development �r
The first paragraph is revised to read:
If, under the terms of the Contract, the Contractor is required to provide a source of materials, or r
if the Contractor elects to use materials from sources other than those provided by the
Contracting Agency, the Contractor shall, at no expense to the Contracting Agency, make all
necessary arrangements for obtaining the material and shall ensure the quantity of suitable
material is available. Preliminary samples shall be taken by or in the presence of the Engineer or
a designated representative unless the Engineer permits otherwise. Approval of the source does
not relieve the Contractor from meeting these specification requirements, nor does it guarantee
that the material will meet these requirements without additional or proper processing. The
Engineer may require additional preliminary samples at any time.
SECTION 5-01,CEMENT CONCRETE PAVEMENT REHABILITATION
December 4,2006
5-01.3(2)B Portland Cement Concrete
The third paragraph beginning with "Acceptance testing" is supplemented with the following:
The Contractor shall provide cure boxes in accordance with Section 6-02.3(5)H, and protect ■I
concrete cylinders in cure boxes from excessive vibration and shock waves during the curing
period in accordance with Section 6-02.3(6)D. Payment for cure boxes shall be in accordance
with Section 6-02.5. iril
wr
WSDOT Amendments 14
..
5-01.3(4) Replace Portland Cement Concrete Panel
The third paragraph is revised to read:
When new concrete pavement is to be placed against existing cement concrete pavement, epoxy
coated tie bars and epoxy coated dowel bars shall be drilled and grouted into the existing
pavement with either Type I or N epoxy resin as specified in Section 9-26. Tie bars are not
required for panel replacement less than a full panel.
5-01.3(6) Dowel Bar Retrofit
The fourth and fifth sentences in the second paragraph are revised to read:
When gang saws are used, slots that are not used shall be cleaned and sealed with either Type I or
N epoxy resin as specified in Section 9-26.
The sixth paragraph is revised to read:
All slot surfaces shall be cleaned to bare concrete by sand blasting. The cleaning shall remove
all slurry, parting compound, and other foreign materials prior to installation of the dowel. Any
r damage to the concrete shall be repaired by the Contractor at no cost to the Contracting Agency.
Traffic shall not be allowed on slots where concrete has been removed.
,r. 5-01.3(10) Pavement Smoothness
This section is revised to read:
r
Perform the work described in Section 5-05.3(12), and the following:
Where the pavement is ground, calculation of the profile index shall exclude dips and
depressions in the existing roadway. The profilograph generated reports shall be provided
w to the Engineer prior to payment.
5-01.5 Payment
This section is revised to read:
In the 1 5th paragraph for Sealing Transverse and Longitudinal Joints, delete "Cement Concrete
Pavement Grinding",per square yard.
At the top of the 16th paragraph add "Cement Concrete Pavement Grinding", per square yard.
irr
The second sentence in the 16th paragraph is revised to read:
.r The costs of any additional pavement grinding and profiling required to complete the work
as specified is also included in this payment.
The 18th paragraph for Replace Uncompactable Material is supplemented with the following:
All costs associated with the containment, collection and disposal of concrete slurry and
grinding residue shall be included in the applicable concrete grinding or cutting items of
work.
WSOOT Amendments 15
SECTION 5-05,CEMENT CONCRETE PAVEMENT
December 4,2006
5-05.3(4)A Acceptance of Portland Cement Concrete Pavement
The ninth paragraph beginning with "Acceptance testing for compliance" is supplemented with the
following:
The Contractor shall P rovide cure boxes in accordance with Section 6-02.3(5)H, and protect
concrete cylinders in cure boxes from excessive vibration and shock waves during the curing
period in accordance with Section 6-02.3(6)D. Payment for cure boxes shall be in accordance
with Section 6-02.5.
5-05.3(7) Placing,Spreading, and Compacting Concrete
The second paragraph is revised to read:
The average density of the cores shall be at least 97 percent of the approved mix design density
or the actual concrete density when determined by the Contractor using AASHTO T 121 with no
cores having a density of less than 96 percent.
5-05.3(10) Tie Bars and Dowel Bars ,
The second sentence in the seventh paragraph is revised to read:
The epoxy-bonding agent shall be either Type I or IV epoxy resin as specified in Section 9-26.
5-05.3(12) Surface Smoothness
The first sentence in the first paragraph is revised to read:
The pavement smoothness will be checked with equipment furnished and operated by the
Contractor, under supervision of the Engineer, within 48 hours following placement of concrete.
SECTION 6-02, CONCRETE STRUCTURES
December 4,2006 '
6-02.3(2) Proportioning Materials
The third paragraph is revised to read:
The use of fly ash is required for Class 4000D and 4000P concrete, except that ground granulated
blast furnace slag may be substituted for fly ash at a 1:1 ratio. The use of fly ash and ground '
granulated blast furnace slag is optional for all other classes of concrete.
6-02.3(2)A Contractor Mix Design
The first paragraph is revised to read:
The Contractor shall provide a mix design in writing to the Engineer for all classes of concrete
specified in the Plans except for those accepted based on a Certificate of Compliance. No
concrete shall be placed until the Engineer has reviewed the mix design.The required average 28
day compressive strength shall be selected per ACI 318, Chapter 5, Section 5.3.2.ACI 211.1 and
ACI 318 shall be used to determine proportions.The proposed mix for Class 4000P shall provide
a minimum fly ash or ground granulated blast furnace slag content per cubic yard of 100 pounds,
and a minimum cement content per cubic yard of 600 pounds. The proposed mix for Class
4000D shall provide a minimum fly ash or ground granulated blast furnace slag content per cubic '
yard of 75 pounds, and a minimum cement content per cubic yard of 660 pounds. All other
WSDOT Amendments 16
.. concrete mix designs, except those for lean concrete and commercial concrete, shall have a
minimum cementitious material content of 564 pounds per cubic yard of concrete.
The following new sentence is inserted after the first sentence in the fourth paragraph.
An alternate combined aggregate gradation conforming to Section 9-03.1(5)may also be used.
r 6-02.3(4)A Qualification of Concrete Suppliers
The first paragraph and the entire second paragraph (1 through 4) are deleted and replaced with the
following:
r
Batch Plant Prequalifrcation may be obtained through one of the following methods:
1. Certification by the National Ready Mix Concrete Association (NRMCA).
Information concerning NRMCA certification may be obtained from the NRMCA at
900 Spring Street, Silver Springs, MD 20910 or online at www.nrmca.org. The
r• NRMCA certification shall be good for a two year period. When this method of
cert ification is used the following documentation shall be submitted to the project
engineer.
dw
a. A copy of the current NRMCA Certificate of Conformance, the concrete mix
design(s) (WSDOT Form 350-040), along with copies of the truck list, batch
plant scale certification, admixture dispensing certification, and volumetric
water batching devices(including water meters)verification.
2. Independent evaluation certified by a Professional Engineer using NRMCA checklist.
.. The Professional Engineer shall be licensed under title 18 RCW, state of Washington,
qualified in civil engineering. The independent certification using the NRMCA
checklist shall be good for a two year period. When this method of certification is
used the following documentation shall be submitted to the engineer.
a. A copy of the Professional Engineer's stamped and sealed NRMCA
Verification of Inspection and Application for Certificate page from the
NRMCA checklist, the concrete mix design(s) (WSDOT Form 350-040),
along with copies of the truck list, batch plant scale certification, admixture
dispensing certification, and volumetric water batching devices (including
water meters) verification.
3. Inspection conducted by the Plant Manager, defined as the person directly responsible
for the daily plant operation, using the NRMCA Plant Certification checklist. The
Plant Manager certification shall be done prior to the start of a project, and every six
months throughout the life of the project, and meet the following requirements:
a. The Agreement to Regularly Check Scales and Volumetric Batching
Dispensers page in the NRMCA Plant Certification checklist shall be signed
by the Plant Manager and notarized.
Eb. The signed and notarized Agreement to Regularly Check Scales and
Volumetric Batching Dispensers page and a copy of the NRMCA Plant
Certification checklist cover page showing the plant designation, address and
Company operating plant shall all be submitted to the Project Engineer with
the concrete mix design (WSDOT Form 350-040), along with copies of the
WSDOT Amendments 17
truck list, batch plant scale certification, admixture dispensing certification, ,
and volumetric water hatching devices(including water meters) verification.
c. The NRMCA Plant Certification checklists shall be maintained by the Plant
Manager and are subject to review at any time by the Contracting Agency.
e. Volumetric water batching devices (including water meters) shall be verified
every 90 days.
6-02.3(5)C Conformance to Mix Design
Item 2 under the first paragraph is revised to read:
2. Fly ash and ground granulated blast furnace slag weight plus or minus 5 percent of that
specified in the mix design.
6-02.3(5)H Sampling and Testing for Compressive Strength
This section including title is revised to read:
6-02.3(5)H Sampling and Testing for Compressive Strength and Initial Curing
Acceptance testing for compressive strength shall be conducted at the same frequency as the ,
acceptance tests for temperature, consistency, and air content.
The Contractor shall provide, and maintain cure boxes for curing concrete cylinders. The
Contractor shall also provide, maintain and operate all necessary power sources and connections
needed to operate the curing box. Concrete cylinders shall be cured in a cure box in accordance
with WSDOT FOP for AASHTO T 23. The cure boxes shall maintain a temperature between
60°F and 80°F for concrete with specified strengths less than 6000 psi and between 68°F and
78°F for concrete with specified strengths of 6000 psi and higher. A minimum/maximum
thermometer shall be installed to measure the internal temperature of the cure box. The
thermometer shall be readable from outside of the box and be capable of recording the high and
low temperatures in a 24-hour period. The cure boxes shall create an environment that prevents
moisture loss from the concrete specimens. The top shall have a working lock and the interior ,
shall be rustproof.A moisture-proof seal shall be provided between the lid and the box. The cure
box shall be the appropriate size to accommodate the number of concrete acceptance cylinders
necessary or the Contractor shall provide additional cure boxes. Once concrete cylinders are
placed in the cure box, the cure box shall not be moved until the cylinders have been cured in
accordance with these specifications. When concrete is placed at more than one location
simultaneously, multiple cure boxes shall be provided.
The Contractor shall protect concrete cylinders in cure boxes from excessive vibration and shock
waves during the curing period in accordance with Section 6-02.3(6)D.
6-02.3(6)D Protection Against Vibration
The last sentence in the second paragraph is revised to read:
See the Shaft Special Provision, and Section 6-16 respectively for shaft installation, and soldier
P P
pile shaft installation operations.
The first sentence in number 3 under Prescriptive Safe Distance Method is revised to read:
(3) Equipment Class H (High Vibration) shall include pile drivers, machine operated impact
tools, pavement breakers,and other large pieces of equipment.
WSDOT Amendments 18
6-02.3(11) Curing Concrete
The second paragraph is supplemented with the following:
Runoff water shall be collected and disposed of in accordance with all applicable regulations. In
no case shall runoff water be allowed to enter any lakes, streams, or other surface waters.
6-02.3(16) Plans for Falsework and Formwork
The address for FEDEX delivery following the fourth paragraph is revised to read:
Washington State Department of Transportation
Bridge and Structures Engineer
7345 Linderson Way SW
Tumwater, WA 98501-6504
6-02.3(16)A Nonpreapproved Falsework and Formwork Plans
r The address for FEDEX delivery following the first paragraph is revised to read:
Washington State Department of Transportation
„N Bridge and Structures Engineer
7345 Linderson Way SW
Tumwater, WA 98501-6504
6-02.3(16)B Preapproved Formwork Plans
The address for FEDEX delivery following the second paragraph is revised to read:
r Washington State Department of Transportation
Bridge and Structures Engineer
7345 Linderson Way SW
Tumwater, WA 98501-6504
6-02.3(24)C Placing and Fastening
The 14th paragraph is revised to read:
Clearances shall be at least:
4-inches between: Main bars and the top of any concrete masonry exposed to
the action of salt or alkaline water.
3-inches between: Main bars and the top of any concrete deposited against earth
without intervening forms.
.r
21/2-inches between: Adjacent bars in a layer. Roadway slab bars and the top of
the roadway slab.
2-inches between: Adjacent layers. Main bars and the surface of concrete
exposed to earth or weather (except in roadway slabs).
Reinforcing bars and the faces of forms for exposed
aggregate finish.
11/2-inches between: Main bars and the surface of concrete not exposed to earth or
weather. Slab bars and the top of the slab (except roadway
rs
r
WSDOT Amendments 19
slabs). Barrier and curb bars and the surface of the concrete. ,
Stirrups and ties and the surface of the concrete exposed to
earth or weather. ,
1-inch between: Slab bars and the bottom of the slab. Stirrups and ties and the
Shop 6-02.3(26)A
surface of the concrete not exposed to earth or weather.
p Drawin g s
The address for FEDEX delivery under Item 1 in the first paragraph is revised to read:
Washington State Department of Transportation
Bridge and Structures Engineer
7345 Linderson Way SW
Tumwater, WA 98501-6504
6-02.3(28)A Shop Drawings
The first paragraph is revised to read:
Before casting the structural elements, the Contractor shall submit:
1. Seven sets of shop drawings for approval by the Department of Transportation Bridge
and Structures Engineer, Construction Support, addressed as follows:
US Postal Service dw
P. O.Box 47340
Olympia, WA 98504-7340
•
FedEx
7345 Linderson Way SW
Tumwater,WA 98501-6504; and w
2. Two sets of shop drawings to the Project Engineer.
r
6-02.4 Measurement
This section is supplemented with the following:
.r
No specific unit of measure will apply to the lump sum item for cure box.
6-02.5 Payment
This section is supplemented with the following:
"Cure Box", lump sum.
The lump sum contract price for "Cure Box" shall be full pay for all costs for providing,
operating, maintaining, moving and removing the cure boxes and providing, maintaining and
operating all necessary power sources and connections needed to operate the curing boxes.
SECTION 6-03, STEEL STRUCTURES
December 4, 2006
6-03.3(7) Shop Plans
The first two sentences in the first paragraph are revised to read:
w
WSDOT Amendments 20
The Contractor shall submit for approval all shop detail plans for fabricating the steel. These
shall be sent to the Department of Transportation Bridge and Structures Engineer, Construction
Support, addressed as follows:
rr
US Postal Service
P. O. Box 47340
.. Olympia, WA 98504-7340
FedEx
7345 Linderson Way SW
Tumwater, WA 98501-6504
6-03.3(21)A Web Plates
This section is revised to read:
If web plates are spliced, gaps between plate ends shall be set at shop assembly to measure 114-
inch, and shall not exceed 3/8-inch.
6-03.3(33) Bolted Connections
The first sentence in the second paragraph is revised to read:
All bolted connections are slip critical.
r..
SECTION 6-05,PILING
August 7, 2006
•
6-05.3(11)H Pile Driving From or Near Adjacent Structures
The second paragraph is revised to read:
fm
Freshly placed concrete in the vicinity of the pile driving operation shall be protected against
vibration in accordance with Section 6-02.3(6)D.
.. The third paragraph is deleted.
6-05.5 Payment
The paragraph following"Furnishing St. Piling",per linear foot is revised to read:
The unit contract price per linear foot for"Furnishing (type) Piling Lam" shall be full pay for
furnishing the piling specified, including fabricating and installing the steel reinforcing bar cage,
and casting and curing the concrete, as required for concrete piling. Such price shall also be full
pay, when measurement includes, for piling length ordered but not driven.
SECTION 6-07, PAINTING
August 7, 2006
6-07.2 Materials
The first sentence in the second paragraph is revised to read:
s Material used for field abrasive blasting shall meet Military Specification MIL-A-22262B(SI4)
as listed on QPL-22262-28 as maintained by the Department of the Navy.
WSDOT Amendments 21
6-07.3(2)A Bridge Cleaning
In the third paragraph under Pressure Flushing, the US Sieve size for Apparent opening size(ASTM
D4751) is revised to read:
#100 US Sieve
SECTION 6-09,MODIFIED CONCRETE OVERLAYS ,
December 4,2006
6-09.3(6)C Placing Deck Repair Concrete
This section is revised to read:
Deck repair concrete for modified concrete overlays shall be either modified concrete or concrete
Class M.
Before placing any deck repair concrete, the Contractor shall flush the existing concrete in the
repair area with water and make sure that the existing concrete is well saturated. The Contractor
shall remove any freestanding water prior to placing the deck repair concrete. The Contractor
shall place the deck repair concrete onto the existing concrete while it is wet.
All deck repairs with exposed bottom layer steel reinforcing bars, all full depth deck repairs, and r
all deck repairs of an area greater than ten square feet (measured at the top layer of steel
reinforcement) shall be repaired, and wet cured for 42 hours in accordance with Section 6
09.3(13), prior to placing the concrete overlay. During the curing period, all vehicular and foot 'r
traffic shall be prohibited on the repair area.
Small deck repairs, defined as those of an area equal to or less than ten square feet (measured at
the top layer of steel reinforcement), shall be filled with concrete overlay material during the
placement of the concrete overlay.
SECTION 6-10, CONCRETE BARRIER
December 4,2006
6-10.2 Materials
The fourth paragraph is revised to read:
Connecting pins, drift pins and steel pins for type 3 anchors shall conform to Section 9-06.5(4)
and be galvanized in accordance with AASHTO M 232. All other hardware shall conform to
Section 9-06.5(1)and be galvanized in accordance with AASHTO M 232.
SECTION 6-11, PRECAST CONCRETE RETAINING WALL STEMS
January 3,2006
This section including title is revised to read:
SECTION 6-11,REINFORCED CONCRETE WALLS
6-11.1 Description
This work consists of constructing reinforced concrete retaining walls, including those shown in r
the Standard Plans, L walls, and counterfort walls.
W
.w
WSDOT Amendments 22
6-11.2 Materials
Materials shall meet the requirements of the following sections:
r. Cement 9-01
Aggregates for Portland Cement Concrete 9-03.1
Gravel Backfill 9-03.12
Premolded Joint Filler 9-04.1(2)
Steel Reinforcing Bar 9-07.2
Epoxy-Coated Steel Reinforcing Bar 9-07.3
.. Concrete Curing Materials and Admixtures 9-23
Fly Ash 9-23.9
Water 9-25
.r Other materials required shall be as specified in the Special Provisions.
6-11.3 Construction Requirements
6-11.3(1) Submittals
The Contractor shall submit all excavation shoring plans to the Engineer for approval in
+r accordance with Section 2-09.3(3)D.
The Contractor shall submit all falsework and formwork plans to the Engineer for approval in
�s accordance with Sections 6-02.3(16)and 6-02.3(17).
If the Contractor elects to fabricate and erect precast concrete wall stem panels, the following
r, information shall be submitted to the Engineer for approval in accordance with Sections 6-01.9
and 6-02.3(28)A:
r
I. Working drawings for fabrication of the wall stem panels, showing dimensions, steel
reinforcing bars,joint and joint filler details, surface finish details, lifting devices with
the manufacturer's recommended safe working capacity, and material specifications.
2. Working drawings and design calculations for the erection of the wall stem panels
showing dimensions, support points, support footing sizes, erection blockouts, member
sizes, connections,and material specifications.
r
3. Design calculations for the precast wall stem panels, the connection between the
precast panels and the cast-in-place footing, and all modifications to the cast-in-place
footing details as shown in the Plans or Standard Plans.
The Contractor shall not begin excavation and construction operations for the retaining walls
until receiving the Engineer's approval of the above submittals.
6-11.3(2) Excavation and Foundation Preparation
Excavation shall conform to Section 2-09.3(3), and to the limits and construction stages shown in
the Plans. Foundation soils found to be unsuitable shall be removed and replaced in accordance
with Section 2-09.3(1)C.
6-11.3(3) Precast Concrete Wall Stem Panels
The Contractor may fabricate precast concrete wall stem panels for construction of Standard Plan
Retaining Wall Types 1 through 6 and 1 SW through 6SW. Precast concrete wall stem panels
may be used for construction of non-Standard Plan retaining walls if allowed by the Plans or
WSDOT Amendments 23
Special Provisions. Precast concrete wall stem panels shall conform to Section 6-02.3(28), and i
shall be cast with Class 4000 concrete.
The precast concrete wall stem panels shall be designed in accordance with the requirements for ,
Load Factor Design in the following codes:
1. For all loads except as otherwise noted - AASHTO Standard Specifications for
Highway Bridges, latest edition and current interims. The seismic design shall use the
acceleration coefficient and soil profile type as specified in the Plans.
2. For all wind loads - AASHTO Guide Specifications for Structural Design of Sound
Barriers, latest edition and current interims.
The precast concrete wall stem panels shall be fabricated in accordance with the dimensions and
details shown in the Plans, except as modified in the shop drawings as approved by the Engineer.
The precast concrete wall stem panels shall be fabricated full height, and shall be fabricated in r
widths of 8 feet, 16 feet, and 24 feet.
The construction tolerances for the precast concrete wall stem panels shall be as follows:
Height ±1/4 inch
Width ±1/4 inch
Thickness ±1/4 inch
-1/8 inch
Concrete cover for steel reinforcing bar ±3/8 inch so
-1/8 inch
Width of precast concrete wall stem panel joints ±1/4 inch
Offset of precast concrete wall stem panels ±1/4 inch a0
(Deviation from a straight line extending 5 feet on each side of the panel joint)
The precast concrete wall stem panels shall be constructed with a mating shear key between
adjacent panels. The shear key shall have beveled corners and shall be 1-1/2 inches in thickness.
The width of the shear key shall be 3-1/2 inches minimum and 5-1/2 inches maximum. The
shear key shall be continuous and shall be of uniform width over the entire height of the wall aw
stem.
The Contractor shall provide the specified surface finish as noted, and to the limits shown, in the
Plans to the exterior concrete surfaces. Special surface finishes achieved with form liners shall
conform to Sections 6-02.2 and 6-02.3(14) as supplemented in the Special Provisions. Rolled on
textured finished shall not be used. Precast concrete wall stem panels shall be cast in a vertical
position if the Plans call for a form liner texture on both sides of the wall stem panel.
The precast concrete wall stem panel shall be rigidly held in place during placement and curing
of the footing concrete.
The precast concrete wall stem panels shall be placed a minimum of one inch into the footing to
provide a shear key. The base of the precast concrete wall stem panel shall be sloped %Z inch per
foot to facilitate proper concrete placement.
1
F
WSDOT Amendments 24
To ensure an even flow of concrete under and against the base of the wall panel, a form shall be
placed parallel to the precast concrete wall stem panel, above the footing, to allow a minimum
one foot head to develop in the concrete during concrete placement.
The steel reinforcing bars shall be shifted to clear the erection blockouts in the precast concrete
wall stem panel by 1-1/2 inches minimum.
All precast concrete wall stem panel joints shall be constructed with joint filler installed on the
rear(backfill) side of the wall. The joint filler material shall extend from two feet below the final
ground level in front of the wall to the top of the wall. The joint filler shall be a nonorganic
.r flexible material and shall be installed to create a waterproof seal at panel joints.
The soil bearing pressure beneath the falsework supports for the precast concrete wall stem
panels shall not exceed the maximum design soil pressure shown in the Plans for the retaining
wall.
6-11.3(4) Cast-In-Place Concrete Construction
Cast-in-place concrete for concrete retaining walls shall be formed, reinforced, cast, cured, and
finished in accordance with Section 6-02, and the details shown in the Plans and Standard Plans.
+� All cast-in-place concrete shall be Class 4000.
The Contractor shall provide the specified surface finish as noted, and to the limits shown, in the
V" Plans to the exterior concrete surfaces. Special surface finishes achieved with formliners shall
conform to Sections 6-02.2 and 6-02.3(14)as supplemented in the Special Provisions.
so Cast-in-place concrete for adjacent wall stem sections (between vertical expansion joints) shall
be formed and placed separately, with a minimum 12 hour time period between concrete
placement operations.
r
Premolded joint filler, 112" thick, shall be placed full height of all vertical wall stem expansion
joints in accordance with Section 6-01.14.
e 6-11.3(5) Backfill, Weepholes and Gutters
Unless the Plans specify otherwise, backfill and weepholes shall be placed in accordance with
Standard Plan D-4 and Section 6-02.3(22). Gravel backfill for drain shall be compacted in
accordance with Section 2-09.3(1)E. Backfill within the zone defined as bridge approach
embankment in Section 1-01.3 shall be compacted in accordance with Method C of Section 2-
03.3(14)C. All other backfill shall be compacted in accordance with Method B of Section 2-
03.3(14)C, unless otherwise specified.
Cement concrete gutter shall be constructed as shown in the Standard Plans.
6-11.3(6) Traffic Barrier and Pedestrian Barrier
When shown in the Plans, traffic barrier and pedestrian barrier shall be constructed in accordance
with Sections 6-02.3(11)A and 6-10.3(2), and the details shown in the Plans and Standard Plans.
6-11.4 Measurement
Concrete Class 4000 for retaining wall will be measured as specified in Section 6-02.4.
Steel reinforcing bar for retaining wall and epoxy-coated steel reinforcing bar for retaining wall
will be measured as specified in Section 6-02.4.
WSDOT Amendments 25
Traffic barrier and pedestrian barrier will be measured as specified in Section 6-10.4 for cast-in- i
place concrete barrier.
6-11.5 Payment
Payment will be made in accordance with Section 1-04.1 for each of the following bid items
when they are included in the proposal:
"Conc. Class 4000 For Retaining Wall",per cubic yard.
All costs in connection with furnishing and installing weep holes and premolded joint filler
shall be included in the unit contract price per cubic yard for "Conc. Class 4000 for
Retaining Wall".
"St. Reinf. Bar For Retaining Wall",per pound.
"Epoxy-Coated St. Reinf. Bar For Retaining Wall",per pound. +rr
"Traffic Barrier",per linear foot.
"Pedestrian Barrier",per linear foot.
The unit contract price per linear foot for"_Barrier" shall be full pay for constructing the
barrier on top of the retaining wall, except that when these bid items are not included in the
proposal, all costs in connection with performing the work as specified shall be included in
the unit contract price per cubic yard for "Conc. Class 4000 For Retaining Wall", and the
unit contract price per pound for"_Bar For Retaining Wall".
SECTION 6-12,NOISE BARRIER WALLS
January 3,2006
9
6-12.3(6) Precast Concrete Panel Fabrication and Erection
Item 5 following the first paragraph of Section 6-12.3(6) is renumbered to item 6.
t
The below new item 5 is inserted ahead of renumbered item 6:
5. Precast concrete panels shall not be erected until the foundations for the panels have
attained a minimum compressive strength of 3,400 psi. �s
SECTION 6-13, STRUCTURAL EARTH WALLS
December 4,2006 ill
6-13.3(2) Submittals
The fifth paragraph is revised to read:
The design calculation and working drawing submittal shall include detailed design calculations
and all details, dimensions, quantities, and cross-sections necessary to construct the wall. The
calculations shall include a detailed explanation of any symbols, design input, material property
values, and computer programs used in the design of the walls. All computer output submitted
shall be accompanied by supporting hand calculations detailing the calculation process. If
MSEW 3.0, or a later version, is used for the wall design, hand calculations supporting MSEW s
are not required.
6-13.3(6) Welded Wire Faced Structural Earth Wall Erection r
This section is supplemented with the following:
at
WSDOT Amendments 26
IN
Geosynthetic reinforcing, when used, shall be placed in accordance with Sections 2-12.3 and 6-
13.3(5).
.. 6-13.3(7) Backfi l
Under number 4 in the fifth paragraph, the words "light mechanical tampers" are revised to "a plate
compactor".
6-13.3(9) SEW Traffic Barrier and SEW Pedestrian Barrier
This Section is revised to read:
The Contractor, in conjunction with the structural earth wall manufacturer, shall design and detail
the SEW traffic barrier and SEW pedestrian barrier in accordance with Section 6-13.3(2)and the
above ground geometry details shown in the Plans. The barrier working drawings and
supporting calculations shall include, but not be limited to,the following:
1. Complete details of barrier cross section geometry, including the portion below
ground, and accommodations necessary for bridge approach slabs, PCCP, drainage
facilities, underground utilities, and sign support, luminaire pole, traffic signal
standard, and other barrier attachments.
s
2. Details of the steel reinforcement of the barrier, including a bar list and bending
diagram in accordance with Section 6-02.3(24),and including additional reinforcement
so required at sign support, luminaire pole, traffic signal standard, and other barrier
attachment locations.
3. Details of the interface of, and the interaction between, the barrier and the top layers of
structural earth wall reinforcement and facing.
s
4. When the Plans specify placement of conduit pipes through the barrier, details of
conduit pipe and junction box placement.
SEW traffic barrier and SEW pedestrian barrier shall be constructed in accordance with Sections
~` 6-02.3(1 I)A and 6-10.3(2), and the details in the Plans and in the structural earth wall working
drawings as approved by the Engineer.
SECTION 6-14, GEOSYNTHETIC RETAINING WALLS
December 4,2006
6-14.3(2) Submittals
Item 2 is revised to read:
2. The Contractor's ro
p posed wall construction method, including proposed forrrung systems,
types of equipment to be used, proposed erection sequence and details of how the backfill
will be retained during each stage of construction.
6-14.3(4) Erection and Backfill
The first sentence in the eighth paragraph is revised to read:
The Contractor shall place and compact the wall backfill in accordance with the wall
construction sequence detailed in the Plans and Method C of Section 2-03.3(14)C, except as
follows:
WSDOT Amendments 27
Under number 5 in the eighth paragraph, the words "light mechanical tempers" are revised to "a plate
compactor".
6-14.4 Measurement
The first three paragraphs are revised to read:
Permanent geosynthetic retaining wall and temporary geosynthetic retaining wall will be
measured by the square foot of face of completed wall. Corner wrap area and extensions of the 'r
geosynthetic wall beyond the area of wall face shown in the Plans or staked by the Engineer are
considered incidental to the wall construction and will not be included in the measurement of the
square foot of face of completed geosynthetic retaining wall.
Gravel borrow for geosynthetic retaining wall backfill will be measured as specified in Section
2-03.4.
Shotcrete facing and concrete fascia panel will be measured by the square foot surface area of the
completed facing or fascia panel, measured to the neat lines of the facing or panel as shown in
the Plans. When a footing is required, the measurement of the fascia panel area will include the
footing.
6-14.5 Payment
The bid item "Borrow for Geosynthetic Wall Incl. Haul" and subsequent paragraph are revised to
read:
"Gravel Borrow for Geosynthetic Ret. Wall Incl.Haul",per ton or per cubic yard.
All costs in connection with furnishing and placing backfill material for temporary or permanent
geosynthetic retaining walls as specified shall be included in the unit contract price per ton or per
cubic yard for"Gravel Borrow for Geosynthetic Ret.Wall Incl.Haul".
SECTION 6-15,SOIL NAIL WALLS
August 7,2006
6-15.3(8) Soil Nail Testing and Acceptance
The first sentence in the fourth paragraph is revised to read:
The pressure gauge shall be graduated in increments of either 100 psi or two percent of the
maximum test load,whichever is less.
SECTION 6-16,SOLDIER PILE AND SOLDIER PILE TIEBACK WALLS
August 7, 2006
6-16.3(5) Backfilling Shaft
The first and second paragraphs are revised to read:
The excavated shaft shall be backfilled with either controlled density fill (CDF), or pumpable
lean concrete,as shown in the Plans and subject to the following requirements:
1. Dry shaft excavations shall be backfilled with CDF.
2. Wet shaft excavations shall be backfilled with pumpable lean concrete.
1
LII
WSDOT Amendments 28
.. 3. Pumpable lean concrete shall be a Contractor designed mix providing a minimum 28
day compressive strength of 100 psi. Acceptance of pumpable lean concrete will
conform to the acceptance requirements specified in Section 2-09.3(l) for CDF.
4. A wet shaft is defined as a shaft where water is entering the excavation and remains
present to a depth of six inches or more.
5. When the Plans or test hole boring logs identify the presence of a water table at or
above the elevation of the bottom of soldier pile shaft, the excavation shall be
considered as wet, except as otherwise noted. Such a shaft may be considered a dry
shaft provided the Contractor furnishes and installs casing that is sufficiently sealed
into competent soils such that water cannot enter the excavation.
i Placement of the shaft backfill shall commence immediately after completing the shaft
excavation and receiving the Engineer's approval of the excavation. CDF or pumpable lean
concrete shall be placed in one continuous operation to the top of the shaft. Vibration of shaft
.. backfrll is not required.
6-16.3(6) Installing Timber Lagging and Permanent Ground Anchors
„r. The first paragraph is revised to read:
The excavation and removal of CDF and pumpable lean concrete for the lagging installation
shall proceed in advance of the lagging, and shall not begin until the CDF and pumpable lean
concrete are of sufficient strength that the material remains in placed during excavation and
lagging installation. If the CDF or pumpable lean concrete separates from the soldier pile, or
caves or spalls from around the pile, the Contractor shall discontinue excavation and timber
lagging installation operations until the CDF and pumpable lean concrete is completely set. The
bottom of the excavation in front of the wall shall be level. Excavation shall conform to Section
2-03.
s
SECTION 6-17,PERMANENT GROUND ANCHORS
August 7,2006
6-17.3(8) Testing and Stressing
The first sentence in the third paragraph is revised to read:
r
The pressure gauge shall be graduated in increments of either 100 psi or two percent of the
maximum test load, whichever is less.
SECTION 7-01,DRAINS
August 7,2006
7-01.3 Construction Requirements
This section is revised to read:
s
A trench of the dimensions shown in the Plans or as specified by the Engineer shall be excavated
to the grade and line given by the Engineer.
Section 7-01.3 is supplemented with the following new sub-sections:
w
r
WSDOT Amendments 29
7-01.3(1) Drain Pipe j
Drain pipe shall be laid in conformity with the line and grades as shown in the Plans. The drain
pipe shall be laid with soiltight joints unless otherwise specified. Concrete drain pipe shall be
laid with the bell or larger end upstream. PVC drain pipe shall be jointed with a bell and spigot
joint using a flexible elastomeric seal as described in Section 9-04.8. The bell shall be laid
upstream. PE drain pipe shall be jointed with snap-on, screw-on, bell and spigot, or wraparound
coupling bands as recommended by the manufacturer of the tubing.
7-01.3(2) Underdrain Pipe
When underdrain pipe is being installed as a means of intercepting ground or surface water, the
trench shall be fine-graded in the existing soil 3 inches below the grade of the pipe as shown in
the Plans. Gravel backfill shall be used under the pipe. Gravel backfill shall be placed to the
depth shown in the Plans or as designated by the Engineer. All backfill shall be placed in 12-
inch maximum layers and be thoroughly compacted with three passes of a vibratory compactor .rr
for each layer. The Contractor shall use care in placing the gravel backfill material to prevent its
contamination.
an
Class 2 perforations shall be used unless otherwise specified. When Class 1 perforations are
specified the perforated pipe shall be laid with the perforations down. Upon final acceptance of
the work, all drain pipes shall be open, clean, and free draining. Perforated pipe does not require
a watertight joint. PVC underdrain pipe shall be jointed using either the flexible elastomeric seal
as described in Section 9-04.8 or solvent cement as described in Section 9-04.9, at the option of
the Contractor unless otherwise specified in the Plans. The bell shall be laid upstream. PE
drainage tubing underdrain pipe shall be jointed with snap-on, screw-on, bell and spigot, or
wraparound coupling bands, as recommended by the manufacturer of the tubing.
SECTION 7-02, CULVERTS
January 3,2006
7-02.2 Materials
The fifth and seventh paragraphs are deleted:
p
SECTION 7-04,STORM SEWERS iii
January 3,2006
7-04.2 Materials
The fourth and sixth paragraphs are deleted:
SECTION 8-01,EROSION CONTROL AND WATER POLLUTION CONTROL
December 4, 2006
8-01.3(1) General
The eighth paragraph, beginning with "In western Washington, erodible soil", is deleted and replaced
with the following:
Erodible soil not being worked, whether at final grade or not, shall be covered within the
following time period, using an approved soil covering practice, unless authorized otherwise by
the Engineer:
In western Washington(west of the Cascade Mountain crest):
October 1 through April 30 2 days maximum ..
WSDOT Amendments 30
May 1 to September 30 7 days maximum
In eastern Washington(east of the Cascade Mountain crest.):
October 1 through June 30 5 days maximum
July 1 through September 30 10 days maximum
8-01.3(1)B Erosion and Sediment Control(ESC) Lead
This section is revised to read:
The Contractor shall identify the ESC Lead at the preconstruction discussions and in the TESC
plan. The ESC Lead shall have, for the life of the contract, a current Certificate of Training in
Construction Site Erosion and Sediment Control from a course approved by the Washington
State Department of Ecology. The ESC Lead shall be listed on the Emergency Contact List
required under Section 1-05.13(1).
.r. The ESC Lead shall implement the Temporary Erosion and Sediment Control (TESC) plan.
Implementation shall include, but is not limited to:
1. Installing and maintaining all temporary erosion and sediment control Best
Management Practices (BMPs) included in the TESC plan to assure continued
performance of their intended function. Damaged or inadequate TESC BMPs shall be
corrected immediately.
2. Updating the TESC plan to reflect current field conditions.
When a TESC plan is included in the contract plans, the Contractor shall inspect all on-site
erosion and sediment control BMPs at least once every calendar week and within 24 hours of
runoff events in which stormwater discharges from the site. Inspections of temporarily
stabilized, inactive sites may be reduced to once every calendar month. The Erosion and
Sediment Control Inspection Form (Form Number 220-030 EF) shall be completed for each
inspection and a copy shall be submitted to the Engineer no later than the end of the next
working day following the inspection.
as
8-01.3(2)E Tacking Agent and Soil Binders
The third paragraph, (PAM) is revised to read:
Soil Binding Using Polyacrylamide(PAM)
The PAM shall be applied on bare soil completely dissolved and mixed in water or applied as a
dry powder. Dissolved PAM shall be applied at a rate of not more than 2/3 pound per 1,000
gallons of water per acre. A minimum of 200 pounds per acre of cellulose fiber mulch treated
with a non-toxic dye shall be applied with the dissolved PAM. Dry powder applications may be
Or at a rate of 5 pounds per acre using a hand-held fertilizer spreader or a tractor-mounted spreader.
8-01.3(2)F Dates for Application of Final Seed,Fertilizer, and Mulch
The second paragraph under East of the summit of the Cascade Range, beginning with "The
Contractor will be responsible", is deleted.
8-01.3(9)A Silt Fence
The fifth paragraph is revised to read:
'W WSDOT Amendments 31
Posts shall be either wood or steel. Wood posts shall have minimum dimensions of 1 1/4 inches
by 1 1/4 inches by the minimum length shown in the Plans. Steel posts shall have a minimum
weight of 0.90 lbs/ft
8-01.4 Measurement
This section is supplemented with the following:
Coir log will be measured by the linear foot along the ground line of the completed installation.
8-01.5 Payment i
The following bid item is inserted after"Compost Sock",per linear foot:
"Coir Log",per linear foot
This section is supplemented with the following:
"Mowing", per acre. A►
SECTION 8-02,ROADSIDE RESTORATION
April 3,2006 rr
8-02.3(8) Planting
The seventh and eighth paragraphs are deleted and replaced with the following:
err
All burlap, baskets, string, wire and other such materials shall be removed from the hole when
planting balled and burlapped plants. The plant material shall be handled in such a manner that
the root systems are kept covered and damp at all times. The root systems of all bare root plant so
material shall be dipped in a slurry of silt and water immediately prior to planting. The root
systems of container plant material shall be moist at the time of planting. In their final position,
all plants shall have their top true root (not adventitious root) no more than 1" below the soil arr
surface, no matter where that root was located in the original root ball or container. After
planting, the backfrll material and root ball shall be thoroughly watered in within 24 hours.
8-02.3(9) Pruning, Staking, Guying, and Wrapping
The first paragraph is revised to read:
Plants shall be pruned at the time of planting, only to remove minor broken or damaged twigs,
branches or roots. Pruning shall be done with a sharp tool and shall be done in such a manner as
to retain or to encourage natural growth characteristics of the plants. All other pruning shall be
performed only after the plants have been in the ground at least one year.
SECTION 8-04, CURBS, GUTTERS,AND SPILLWAYS
December 4,2006
8-04.3(2) Extruded Asphalt Concrete Curbs,and Gutters
The first paragraph is supplemented with the following:
Just prior to placing the curb, a tack coat of asphalt shall be applied to the existing pavement
surface at the rate ordered by the Engineer.
8-04.4 Measurement
The first paragraph is revised to read:
WSDOT Amendments 32
r
All curbs, gutters, and spillways will be measured by the linear foot along the line and slope of
the completed curbs, gutters, or spillways, including bends. Measurement of cement concrete
curb and cement concrete curb and gutter, when constructed across driveways or sidewalk ramps,
_ will include the width of the driveway or sidewalk ramp.
SECTION 8-08, RUMBLE STRIPS
April 3,2006
�. 8-08.1 Description
The first sentence is revised to read:
This work consists of constructing centerline and shoulder rumble strips by grinding hot mix
asphalt.
8-08.3 Construction Requirements
.. The first sentence in the first paragraph is revised to read:
60 The equipment shall have a rotary type cutting head or series of cutting heads capable of
grinding one or more recesses in the hot mix asphalt as detailed in the Standard Plans.
F
The third sentence in the third paragraph is revised to read:
All cuttings and other debris shall become the property of the Contractor and be disposed of
outside the project limits.
SECTION 8-09, RAISED PAVEMENT MARKERS
April 3,2006
8-09.3(5) Recessed Pavement Marker
This section is revised to read:
Construct recesses for pavement markers by grinding the pavement in accordance with the
dimensions shown in the Standard Plans. This work shall include cleanup and disposal of
cuttings and other resultant debris. Prepare the surface in accordance with Section 8-09.3(1).
Install Type 2 markers in the recess in accordance with the Standard Plans and Section 8-09.3(4).
SECTION 8-11, GUARDRAIL
April 3, 2006
8-11.3(4) Removing Guardrail
This section including title is revised to read:
8-11.3(4) Removing Guardrail and Guardrail Anchor
Removal of the various types of guardrail shall include removal of the rail, cable elements,
hardware, and posts, including transition sections, expansion sections and ternunal sections .
Removal of the various types of guardrail anchors shall include removal of the anchor assembly
in its entirety, including concrete bases, rebar, and steel tubes and any other appurtenances in the
anchor assembly. All holes resulting from the removal of the guardrail posts and anchors shall be
backfilled with granular material in layers no more than 6-inches thick and compacted to a
density similar to that of the adjacent material. The removed guardrail items shall become the
property of the Contractor.
'� WSDOT Amendments 33
SECTION 8-16,CONCRETE SLOPE PROTECTION
August 7,2006
8-16.2 Materials
The material"Concrete Class 3000"and referenced section"6-02" are revised to read:
Commercial Concrete 6-02.3(2)B
8-16.3(3) Poured in Place Cement Concrete
In the second paragraph,the words"Class 3000 cement"are revised to read"commercial".
SECTION 8-20,ILLUMINATION,TRAFFIC SIGNAL SYSTEMS,AND ELECTRICAL
December 4,2006
8-20.3(2) Excavating and Backfilling
The third paragraph is revised to read:
The excavations shall be backfilled in conformance with the requirements of Section 2-09.3(1)E,
Structure Excavation.
8-20.3(4) Foundations
The second paragraph is revised to read:
The bottom of concrete foundations shall rest on firm ground. If the portion of the foundation
beneath the existing ground line is formed or cased instead of being cast against the existing soil
forming the sides of the excavation, then all gaps between the existing soil and the completed
foundation shall be backfilled and compacted in accordance with Section 2-09.3(1)E.
The thirteenth paragraph is revised to read:
Both forms and ground which will be in contact with the concrete shall be thoroughly moistened
before placing concrete; however, excess water in the foundation excavation will not be
permitted. Foundations shall have set at least 72 hours prior to the removal of the forms. All
forms shall be removed, except when the Plans or Special Provisions specifically allow or
require the forms or casing to remain.
8-20.3(9) Bonding, Grounding
The first, second, and fourth paragraphs are revised to read:
All metallic appurtenances containing electrical conductors (luminaires, light standards, cabinets,
metallic conduit, etc.) shall be made mechanically and electrically secure to form continuous
systems, that shall be effectively grounded.
Where conduit is installed, the installation shall include an equipment ground conductor, in
addition to the conductors noted in the contract. Bonding jumpers and equipment grounding
conductors shall be installed in accordance with Section 9-29.3 and NEC. Where existing
conduits are used for the installation of new circuits, an equipment-grounding conductor shall be
installed unless an existing equipment ground conductor, which is appropriate for the largest
circuit, is already present in the existing raceway. The equipment ground conductor between the
isolation switch and the sign lighter fixtures shall be a minimum of a 14 AWG stranded copper
conductor. Where parallel circuits are enclosed in a common conduit, the equipment-grounding
WSDOT Amendments 34 i
conductor shall be sized by the largest overcurrent device serving any circuit contained within
the conduit.
Supplemental grounding shall be provided at light standards, signal standards, cantilever and
sign bridge structures. Steel sign posts which support signs with sign lighting or flashing beacons
shall also have supplemental grounding. The supplemental ground conductor shall be connected
to the foundation rebar(all rebar crossings shall be wire tied) by means of a grounding connector
listed for use in concrete, and lead up directly adjacent to a conduit installed within the
foundation. The free end of the conductor shall be terminated to the ground terminal, with an
s approved clamp, within the pole. If no ground terminal is provided, bond to standard or post.
Three feet of slack shall be provided inside the standard. Where a concrete and rebar foundation
is not used the supplemental ground shall be a grounding electrode placed in the hole next to the
„r post prior to back fill. For light standards, signal standards, cantilever and sign bridge structures
the supplemental grounding conductor shall be a non-insulated 4 AWG stranded copper
conductor. For steel sign posts which support signs with sign lighting or flashing beacons the
supplemental grounding conductor shall be a non-insulated 6 AWG stranded copper conductor.
8-20.3(14)E Signal Standards
r.►
The second paragraph is revised to read:
Signal standards shall not be erected on concrete foundations until the foundations have attained
2400 psi or 14 days after concrete placement. Signal standards without mast arms may be
"a erected after 72 hours. Type IV and V strain pole standards may be erected but the messenger
cable (span wire) shall not be placed until the foundation has attained 2400 psi or 14 days after
concrete placement.
SECTION 8-21,PERMANENT SIGNING
January 3,2006
8-21.3(9)F Bases
The second paragraph is revised to read:
The excavation and backfill shall be in conformance with the requirements of Section 2-
09.3(1)E.
The fifth paragraph is revised to read:
The bottom of concrete foundations shall rest on firm ground. If the portion of the foundation
beneath the existing ground line is formed or cased instead of being cast against the existing soil
forming the sides of the excavation, then all gaps between the existing soil and the completed
foundation shall be backfilled and compacted in accordance with Section 2-09.3(1)E.
The fourteenth paragraph is revised to read:
Both forms and ground which will be in contact with the concrete shall be thoroughly g y moistened
before placing concrete; however, excess water in the foundation excavation will not be
permitted. Forms shall not be removed until the concrete has set at least three days. All forms
shall be removed, except when the Plans or Special Provisions specifically allow or require the
forms or casing to remain.
s.
WSDOT Amendments 35
SECTION 8-22,PAVEMENT MARKING
December 4,2006
8-22.3(2) Preparation of Roadway Surfaces
The following new sentence is inserted after the first sentence in the second paragraph:
The temperature requirement may be superseded by the material manufacturers written
installation instructions.
The last sentence in the third paragraph is revised to read:
These cure periods may be reduced if the manufacturer performs a successful bond test and
approves the reduction of the pavement cure period.
8-22.3(3) Marking Application
The following is inserted preceding the first paragraph:
Flat Lines—Pavement marking lines with a flat surface.
Profiled Marking — A profiled pavement marking is a marking that consists of a base line
thickness and a profiled thickness which is a portion of the pavement marking line that is applied
at a greater thickness than the base line thickness. Profiles shall be applied using the extruded
s may be slightly rounded provided
method m the same application as the base line. The profile y g y p
the minimum profile thickness is provided for the length of the profile. See the Standard Plans
for the construction details.
Embossed Plastic Line — Embossed plastic lines consist of a flat line with transverse grooves. aw
An embossed plastic line may also have profiles. See the Standard Plans for the construction
details.
Inset Line — A line constructed by grinding or saw cutting a groove into the pavement surface
and spraying, extruding or gluing pavement marking material into the groove. The groove depth
is dependent upon the material used,the pavement surface and location.
The second paragraph is revised to read:
Centerlines on two lane highways with skip patterns, paint or plastic, shall be applied in the
increasing mile post direction so they are in cycle with existing skip pattern lines at the
beginning of the project. Skip patterns applied to multi-lane or divided roadways shall be
applied in cycle in the direction of travel.
Where paint is applied on centerline on two-way roads with bituminous surface treatment or
centerline rumble strips, the second paint application shall be applied in the opposite (decreasing
mile post) direction as the first application (increasing mile post) direction. This will require
minor skip pattern corrections for curves on the second application.
The fourth paragraph, beginning with"Lines with skip patterns", is deleted.
The fifth paragraph, beginning with"Glass beads", is deleted.
The first sentence in the sixth paragraph is revised to read:
■i[
WS DOT Amendments 36
in Pavement markings shall be applied at the following base line thickness measured above the
pavement surface or above the slot bottom for inset markings in thousandths of an inch(mils):
1W In the sixth paragraph,the chart Marking Material Application is revised to read:
Marking Material Application HMA PCC BST
r Paint-first coat spray 10 10 10
Paint-second coat spray 15 15 15
Type A-flat/transverse& extruded 125 125 125
symbols
Type A-flat/long line& symbols spray 90 90 120
Type A-with profiles extruded 90 90 120
Type A-embossed extruded 160 160 160
Type A-embossed with profiles extruded 160 160 160
Type B -flat/transverse& heat fused 125 125 125
symbols
Type C- flat/transverse& adhesive 90 90 NA
symbols
Type C-1 -inset/long line adhesive 60 60 NA
b. Type D-flat/transverse& spray 120 120 120
symbols
Type D-flat/transverse& extruded 120 120 120
symbols
Type D-flat/long line spray 90 90 120
Type D-flat/long line extruded 90 90 120
Type D-profiled/long line extruded 90 90 120
Type D—inset/long line spray 40 40 40
Type D—inset/long line extruded 230 230 230
In the seventh paragraph, the chart for Liquid pavement marking material yield per gallon is revised to
read:
Mils thickness Feet of 4"line/gallon Square feet/gallon
10 483 161
15 322 108
30 161 54
40 125 42
45 107 36
60 81 27
90 54 18
90 with profiles 30 10
120 40 13
120 with profiles 26 9
WSDOT Amendments 37
Asphalts". The Asphalt Supplier's QCP shall be submitted and approved by the WSDOT State
Materials Laboratory. Any change to the QCP will require a new QCP to be submitted. The
Asphalt Supplier of PGAB shall certify through the Bill of Lading that PGAB meets the
specification requirements of the contract.
9-02.1(6)A Polymerized Cationic Emulsified Asphalt CRS-2P
This section is revised to read:
The asphalt CRS-2P shall be a polymerized cationic emulsified asphalt. The polymer shall be
milled into the asphalt or emulsion during the manufacturing of the emulsion. The asphalt CRS-
2P shall meet the following specifications:
AASHTO Test Specifications
Method Minimum Maximum
Viscosity @122oF, SFS T 59 100 400
Storage Stability 1 day% T59 --- 1
Demulsibility 35 ml.0.8%Dioctyl T 59 40 ---
Sodium Sulfosuccinate
Particle Charge T59 positive ---
Sieve Test% T59 --- 0.30
Distillation
Oil distillate by vol. of emulsion% T 59note 1 0 3
■
i
Residue T 59 note 65 ---
Test on the Residue From
Distillation
Penetration @77oF T49 100 250
I Torsional Recovery% nO1e z 18 ---
or
oughness/Tenacity in-lbs oO1e 3 50/25 - -
note (Distillation modified to use 300 grams of emulsion heated to 350°F f 9oF and
maintained for 20 minutes.
nO1e`The Torsional Recovery test shall be conducted according to the California Department
of Transportation Test Method No. 332. The residue material for this test shall come from
California Department of Transportation Test Method No. 331.
note BBenson method of toughness and tenacity; Scott tester, inch-pounds at 770F, 20 in. per
minute pull.Tension head%in. diameter.
At the option of the supplier the Benson Toughness/Tenacity test can be used in lieu of Torsional
Recovery based on type of modifier used. If the Benson Toughness/Tenacity method is used for
acceptance the supplier must supply all test data verifying specification conformance.
WSDOT Amendments 40
SECTION 9-05,DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS
December 4, 2006
9-05.1(6) Corrugated Polyethylene Drainage Tubing Drain Pipe
This section including title is revised to read:
9-05.1(6) Corrugated Polyethylene Drain Pipe (up to 10-inch)
Corrugated polyethylene drain pipe shall meet the requirements of AASHTO M 252 type C
(corrugated both inside and outside) or type S (corrugated outer wall and smooth inner Iiner).
s The maximum size pipe shall be 10 inches in diameter.
9-05.1(7) Corrugated Polyethylene Drain Pipe
This section including title is revised to read:
9-05.1(7) Corrugated Polyethylene Drain Pipe (12-inch through 60-inch)
Corrugated polyethylene drain pipe, 12-inch through 60-inch -diameter maximum, shall meet the
minimum requirements of AASHTO M 294 Type S or 12-inch through 24 inch diameter
maximum shall meet the minimum requirements of AASHTO M 294 Type C.
s
9-05.2(7) Perforated Corrugated Polyethylene Drainage Tubing Underdrain Pipe
This section including title is revised to read:
9-05.2(7) Perforated Corrugated Polyethylene Underdrain Pipe (Up to 10-inch)
Perforated corrugated polyethylene underdrain pipe shall meet the requirements of AASHTO
16 M252, Type CP or Type SP. Type CP shall be Type C pipe with Class 2 perforations and Type SP
shall be Type S pipe with either Class 1 or Class 2 perforations. Additionally, Class 2
perforations shall be uniformly spaced along the length and circumference of the pipe. The
maximum size pipe shall be 10-inch diameter.
9-05.2(8) Perforated Corrugated Polyethylene Underdrain Pipe
This section including title is revised to read:
9-05.2(8) Perforated Corrugated Polyethylene Underdrain Pipe (12-inch through 60-inch)
Perforated corrugated polyethylene underdrain pipe, 12-inch through 60-inch diameter
maximum, shall meet the requirements of AASHTO M 294 Type CP or Type SP. Type CP shall
be Type C pipe with Class 2 perforations and Type SP shall be Type S pipe with either Class 1 or
Class 2 perforations. Additionally, Class 2 perforations shall be uniformly spaced along the
length and circumference of the pipe.
9-05.4(3) Protective Treatment
In Treatment 1 and 2, the reference to 9-05.4(6)is revised to read 9-05.4(5).
9-05.15 Metal Castings
This section is revised to read:
For all metal castings the producing foundry shall provide certification stating the country of
origin, the material meets the required ASTM or AASHTO specification noted in the subsections
below. The producing foundry shall detail all test results from physical testing to determine
compliance to the specifications. The test reports shall include physical properties of the
material from each heat and shall include tensile, yield, and elongation as specified in the
r WSDOT Amendments 41
appropriate ASTM or AASHTO specification. For AASHTO M 306, Section 8, Certification is
deleted and replaced with the above certification and testing requirements.
Metal castings for drainage structures shall not be dipped, painted, welded, plugged, or repaired.
Porosity in metal castings for drainage structures shall be considered a workmanship defect
subject to rejection by the Engineer. Metal castings made from gray iron or ductile iron shall
conform to the requirements of AASHTO M 306, and metal castings made from cast steel shall
conform to the requirements of Section 9-06.8. All metal castings shall meet the proof load
testing requirements of AASHTO M 306.
9-05.15(1) Manhole Ring and Cover
This section is revised to read:
Castings for manhole rings shall be gray iron or ductile iron and covers shall be ductile iron.
All covers shall be interchangeable within the dimensions shown in the Standard Plans. All
mating surfaces shall be machine finished to ensure a nonrocking fit.
The inside vertical recessed face of the ring and the vertical outside edge of the cover shall be
machined or manufactured to the following tolerances:
Ring +3/32 inch to-3/32 inch
Cover +3/32 inch to -3/32 inch
All manhole rings and covers shall be identified by the name or symbol of the producing foundry
and country of casting origin. This identification shall be in a plainly visible location when the
ring and cover are installed. Ductile iron shall be identified by the following, "DUC" or "DI."
The producing foundry and material identification shall be adjacent to each other and shall be
minimum '/z inch to maximum 1 inch high letters, recessed to be flush with the adjacent surfaces.
9-05.15(2) Metal Frame,Grate and Solid Metal Cover for Catch Basins or Inlets
The first and second paragraphs are revised to read:
Castings for metal frames for catch basins and inlets shall be cast steel, gray iron, or ductile iron,
and as shown in the Standard Plans.
Castings for grates and solid metal covers for catch basins and inlets shall be cast steel or ductile
iron and as shown in the Standard Plans. Additionally, leveling pads are allowed on grates and
solid metal covers with a height not to exceed 1/8 inch. The producing foundry's name and
material designation shall be embossed on the top of the grate. The material shall be identified
by the following. "CS" for cast steel or"DUC" or"DI" for ductile iron and shall be located near
the producing foundry's name.
9-05.15(3) Cast Metal Inlets
The first sentence is revised to read:
The castings for cast metal inlets shall be cast steel or ductile iron, and as shown in the Standard
Plans.
9-05.19 Corrugated Polyethylene Culvert Pipe
The first paragraph is revised to read:
WSDOT Amendments 42
Corrugated polyethylene culvert pipe shall meet the requirements of AASHTO M 294 Type S or
D for pipe 12-inch to 60-inch diameter with silt-tight joints.
SECTION 9-06,STRUCTURAL STEEL AND RELATED MATERIALS
December 4, 2006
9-06.5(4) Anchor Bolts
The first and second paragraphs are revised to read:
Anchor bolts shall meet the requirements of ASTM F 1554 and, unless otherwise specified, shall
s be Grade 105 and shall conform to Supplemental Requirements S2, S3, and S4.
Nuts for ASTM F 1554 Grade 105 black anchor bolts shall conform to AASHTO M 291, Grade
D or DH. Nuts for ASTM F 1554 Grade 105 galvanized bolts shall conform to AASHTO M 291,
Grade DH and shall conform to the lubrication requirements in Section 9-06.5(3). Nuts for
ASTM F 1554 Grade 36 or 55 black or galvanized anchor bolts shall conform to AASHTO M
291, Grade A. Washers shall conform to ASTM F 436.
9-06.9 Gray Iron Castings
r. The AASHTO requirement is revised to read"AASHTO M 306".
SECTION 9-07,REINFORCING STEEL
December 4, 2006
9-07.2 Deformed Steel Bars
The first sentence in the first paragraph is revised to read:
Deformed steel bars for concrete reinforcement shall conform to either AASHTO M 31 Grade
60, or ASTM A 706, except as otherwise noted. Steel reinforcing bar for the cast-in-place
components of bridge structures (excluding sidewalks and barriers but including shafts and
concrete piles), and for precast substructure components of bridge structures, shall conform to
ASTM A 706 only.
SECTION 9-09, TIMBER AND LUMBER
August 7, 2006
9-09.2(3) Inspection
This section is revised to read:
it
Timber and lumber requiring a grade stamp shall be marked with a certified lumber grade stamp
provided by one of the following agencies:
West Coast Lumber Inspection Bureau (WCLIB)
Western Wood Products Association(WWPA)
Pacific Lumber Inspection Bureau(PLIB)
Any lumber grading bureau certified by the American Lumber Standards Committee
Timber and Lumber requiring a grading certificate shall have a certificate that was issued by
�. either the grading bureau whose stamp is shown on the material, or by the lumber mill, which
must be under the supervision of one of the grading bureaus listed above. The certificate shall
wr
include the following:
,� WSDOT Amendments 43
Name of the mill performing the grading
The grading rules being used
Name of the person doing the grading with current certification
Signature of a responsible mill official
Date the lumber was graded at the mill
Grade, dimensions, and quantity of the timber or lumber
For Structures:
All material delivered to the project shall bear a grade stamp and have a grading certificate. The
grade stamp and grading certificate shall not constitute final acceptance of the material. The
Engineer may reject any or all of the timber or lumber that does not comply with the
specifications or has been damaged during shipping or upon delivery.
For Guardrail Posts and Blocks, Sign Posts, Mileposts, Sawed Fence Posts,and Mailbox Posts: '
Material delivered to the project shall either bear a grade stamp on each piece or have a grading
certificate. The grade stamp or grading certificate shall not constitute final acceptance of the
material. The Engineer may reject any or all of the timber or lumber that does not comply with
the specifications or has been damaged during shipping or upon delivery.
9-09.3(1) General Requirements
The last sentence in the first paragraph is revised to read:
Unless otherwise specified in the contract, all timber and lumber shall be treated in accordance
with Sections U1 and T1 of the latest edition of the AWPA standards. r
SECTION 9-10,PILING
December 4, 2006
9-10.2(2) Reinforcement
This section is revised to read:
Reinforcement shall meet the requirements of Section 9-07.
SECTION 9-12,MASONRY UNITS
August 7, 2006
9-12.7 Precast Concrete Dry-wells
The third sentence is revised to read:
Each seepage port shall provide a minimum of 1 square inch and a maximum of 7 square inches
for round openings and 15 square inches for rectangular openings.
SPALLS
SECTION 9-13,RIPRAP,QUARRY , SLOPE PROTECTION,AND ROCK WALLS
August 7, 2006
9-13.5(2) Poured Portland Cement Concrete Slope Protection
The first paragraph is revised to read:
Cement concrete for poured concrete slope protection shall be commercial concrete in
conformance with Section 6-02.3(2)B.
WSDOT Amendments 44
am SECTION 9-14,EROSION CONTROL AND ROADSIDE PLANTING
August 7,2006
9-14.2 Seed
This section is revised to read:
.. Grasses, legumes, or cover crop seed of the type specified shall conform to the standards for
"Certified" grade seed or better as outlined by the State of Washington Department of
Agriculture "Rules for Seed Certification," latest edition. Seed shall be furnished in standard
containers on which shall be shown the following information:
(1) Common and botanical names of seed,
.r� (2) Lot number,
(3) Net weight,
(4) Pure live seed
ML All seed installers and vendors must have a business license issued by the Washington State
Department of Licensing with a "seed dealer" endorsement. Upon request, the contractor shall
furnish the Engineer with copies of the applicable licenses and endorsements.
Upon request, the Contractor shall furnish to the Engineer duplicate copies of a statement signed
by the vendor certifying that each lot of seed has been tested by a recognized seed testing
laboratory within six months before the date of delivery on the project. Seed which has become
wet, moldy, or otherwise damaged in transit or storage will not be accepted.
9-14.4(1) Straw
This section is revised to read:
All straw material shall be in an air dried condition free of noxious weeds and other materials
detrimental to plant life. Straw mulch so provided shall be suitable for spreading with mulch
blower equipment.
i
9-14.4(3) Bark or Wood Chips
This section is supplemented with the following:
Sawdust shall not be used as mulch.
j 9-14.4(4) Sawdust
This section including title is revised to read:
9-14.4(4) Vacant
9-14.4(8) Compost
This section is revised to read:
Compost products shall be the result of the biological degradation and transformation of plant-
derived materials under controlled conditions designed to promote aerobic decomposition.
Compost shall be stable with regard to oxygen consumption and carbon dioxide generation.
Compost shall be mature with regard to its suitability for serving as a soil amendment or an
erosion control BMP as defined below. The compost shall have a moisture content that has no
visible free water or dust produced when handling the material.
wsDOT Amendments 45
p
Compost production and quality shall comply with Chapter 173-350 WAC.
P
Compost products shall meet the following physical criteria:
1. Compost material shall be tested in accordance with Testing Methods for the
Examination of Compost and Composting (TMECC) Test Method 02.02-B, "Sample
Sieving for Aggregate Size Classification".
Fine Compost shall meet the following:
Min. Max.
Percent passing 2" 100%
Percent passing 1" 99% 100%
Percent passing 1/2" 90% 100%
Percent passing '/" 75% 100%
Maximum particle length of 6 inches
Coarse Compost shall meet the following:
Min. Max.
Percent passing 3" 100%
Percent passing 1" 90% 100%
Percent passing 3/" 70% 100%
Percent passing `/a" 40% 60%
Maximum particle length of 6 inches
2. The pH shall be between 6.0 and 8.5 when tested in accordance with TMECC 04.11-A,
1:5 Slurry pH".
3. Manufactured inert material (plastic, concrete, ceramics, metal, etc.) shall be less than
1.0 percent by weight as determined by TMECC 03.08-A.
4. Minimum organic matter shall be 40 percent dry weight basis as determined by
TMECC 05.07A, "Loss-On-Ignition Organic Matter Method". '
5. Soluble salt contents shall be less than 4.0mmhos/cm tested in accordance with
TMECC 04.10-A, "1:5 Slurry Method, Mass Basis".
6. Maturity shall be greater than 80% in accordance with TMECC 05.05-A, "Germination
and Root Vigor".
7. Stability shall be 7 or below in accordance with TMECC 05.08-B, Carbon Dioxide
Evolution Rate" at
8. The compost product must originate a minimum of 65 percent by volume from
recycled plant waste as defined in WAC 173-350 as "Type 1 Feedstocks."A maximum
of 35 percent by volume of other approved organic waste and/or biosolids may be
substituted for recycled plant waste. The supplier shall provide written verification of
feedstock sources
9. The Engineer may also evaluate compost for maturity using the Solvita Compost
Maturity Test, Fine Compost shall score a number 6 or above on the Solvita Compost
MM,
WSDOT Amendments 46
r
Maturity Test. Coarse Compost shall score a 5 or above on the Solvita Compost
Maturity Test.
~ The compost supplier will test all compost products within 90 calendar days prior to application.
Samples will be taken using the Seal of Testing Assurance (STA) sample collection protocol.
(The sample collection protocol can be obtained from the U.S. Composting Council, 4250
Veterans Memorial Highway, Suite 275, Holbrook,NY 11741
Phone: 631-737-4931, www.compostingcouncil.org). The sample shall be sent to an independent
�.r STA Program approved lab. The compost supplier will pay for the test. A copy of the approved
independent STA Program laboratory test report shall be submitted to the Contracting Agency
prior to initial application of the compost. Seven days prior to application, the Contractor shall
,�. submit a sample of each type compost to be used on the project to the Engineer.
Compost not conforming to the above requirements or taken from a source other than those
UL tested and accepted shall be immediately removed from the project and replaced at no cost to the
Contracting Agency.
The Contractor shall either select a compost supplier from the Qualified Products List, or submit
the following information to the Engineer for approval:
1. A Request for Approval of Material Source.
2. A copy of the Solid Waste Handling Permit issued to the supplier by the Jurisdictional
Health Department as per WAC 173-350 (Minimum Functional Standards for Solid
Waste Handling).
3. The supplier shall verify in writing,and provide lab analyses that the material complies
with the processes, testing, and standards specified in WAC 173-350 and these
specifications. An independent STA Program certified laboratory shall perform the
analysis.
4. A list of the feedstock by percentage present in the final compost product.
5. A copy of the producer's Seal of Testing Assurance certification as issued by the U.S.
Composting Council.
Acceptance will be based upon a satisfactory Test Report from an independent STA program
certified laboratory and the sample(s) submitted to the Engineer.
9-14.5(5) Wattles
This section is revised to read:
L Wattles shall consist of cylinders of biodegradable plant material such as straw, coir, compost, or
wood shavings encased within biodegradable or photodegradable netting. Wattles shall be at least
5 inches in diameter, unless otherwise specified. Encasing material shall be clean, evenly woven,
and free of encrusted concrete or other contaminating materials such as preservatives. Encasing
material shall be free from cuts, tears, or weak places and shall have a lifespan greater than 6
months.
Compost filler shall meet the material requirements as specified in Section 9-14.4(8), and shall
be Coarse Compost.
F
■r�
WSDOT Amendments 7
4
9-14.5(6) Compost Sock
This section is revised to read:
Biodegradable fabric for compost sock and compost wattle shall be clean, evenly woven, and
free of encrusted concrete or other contaminating materials and shall be free from cuts, tears,
broken or missing yarns and thin, open, or weak places. Fabric for compost sock shall consist of
extra heavy weight biodegradable fiber which has not been treated with any type of preservative.
Compost for compost socks shall meet the material requirements as specified in Section 9-
14.4(8), and shall be Coarse Compost
Wood stakes for compost sock and wattles shall be made from Douglas-fir, hemlock, or pine
species. Wood stakes shall be 2 inch by 2 inch nominal dimension and 36 inches in length, unless
otherwise indicated in the Plans.
Section 9-14.5 is supplemented with the following new section.
9-14.5(7) Coir Log
Coir log: Logs shall be made of 100% durable coconut (coir) fiber uniformly compacted within an
outer netting. Log segments shall have a maximum length of 20 feet, with a minimum diameter as
shown in the Plans. Logs shall have a density of 7 lbs/cf or greater.
Coir logs shall be manufactured with a woven wrapping netting made of bristle coir twine with
minimum strength of 80 lbs tensile strength. The netting shall have nominal 2 inch by 2 inch
openings.
Stakes shall conform to the requirements of Section 9-09. Cedar wood stakes shall have a notch to
secure the rope ties. Rope ties shall be one-quarter inch diameter commercially available hemp rope.
9-14.6(1) Description
This section is revised to read:
Bareroot plants are grown in the ground and harvested without soil or growing medium around
their roots.
Container plants are grown in pots or flats that prevent root growth beyond the sides and bottom
of the container.
Balled and burlapped plants are grown in the ground and harvested with soil around a core of
undisturbed roots. This rootball is wrapped in burlap and tied or placed in a wire basket or other
supportive structure.
Cuttings are live plant material without a previously developed root system. Source plants for
cuttings shall be dormant when cuttings are taken. All cuts shall be made with a sharp
instrument. Written permission shall be obtained from property owners and provided to the
Engineer before cuttings are collected. The Contractor shall collect cuttings in accordance with
applicable sensitive area ordinances. For cuttings, the requirement to be nursery grown or held in
nursery conditions does not apply. Cuttings include the following forms:
A. Live branch cuttings shall have flexible top growth with terminal buds and may have
side branches.The rooting end shall be cut at an approximate 45 degree angle.
WSDOT Amendments 48
.. B. Live stake cuttings shall have a straight top cut immediately above a bud. The lower,
rooting end shall be cut at an approximate 45degree angle. Live stakes are cut from
one to two year old wood. Live stake cuttings shall be cut and installed with the bark
intact with no branches or stems attached, and be 1/2 to 1 %z inch in diameter.
C. Live pole cuttings shall have a minimum 2inch diameter and no more than three
ru branches which shall be pruned back to the first bud from the main stem.
D. Rhizomes shall be a prostrate or subterranean stem, usually rooting at the nodes and
.rr
becoming erect at the apex. Rhizomes shall have a minimum of two growth points.
E. Tubers shall be a thickened and short subterranean branch having numerous buds or
eyes.
9-14.6(2) Quality
This section is revised to read:
All plant material furnished shall meet the grades established by the latest edition of the
American Standard for Nursery Stock, (ASNS) ANSI Z60.1 shall conform to the size and
acceptable conditions as listed in the contract, and shall be free of all foreign plant material.
All plant material shall comply with State and Federal laws with respect to inspection for plant
diseases and insect infestation.
All plant material shall be purchased from a nursery licensed to sell plants in Washington State.
Live woody or herbaceous plant material, except cuttings, rhizomes, and tubers, shall be
vigorous, well formed, with well developed fibrous root systems, free from dead branches, and
from damage caused by an absence or an excess of heat or moisture, insects, disease,mechanical
or other causes detrimental to good plant development. Evergreen plants shall be well foliated
and of good color. Deciduous trees that have solitary leaders shall have only the lateral branches
thinned by pruning.All conifer trees shall have only one leader(growing apex) and one terminal
bud, and shall not be sheared or shaped. Trees having a damaged or missing leader, multiple
leaders, or Y-crotches shall be rejected.
Root balls of plant materials shall be solidi held together b a fibrous roots stem and shall e
Y g Y Y b
composed only of the soil in which the plant has been actually growing. Balled and burlapped
rootballs shall be securely wrapped with jute burlap or other packing material not injurious to the
plant life. Root balls shall be free of weed or foreign plant growth.
Plant materials shall be nursery grown stock. Plant material, with the exception of cuttings,
gathered from native stands shall be held under nursery conditions for a minimum of one full
growing season, shall be free of all foreign plant material, and meet all of the requirements of
1 these Specifications,the Plans, and the Special Provisions.
Container grown plants must be plants transplanted into a container and grown in that container
sufficiently long for new fibrous roots to have developed so that the root mass will retain its
shape and hold together when removed from the container, without having roots that circle the
pot. Plant material which is root bound, as determined by the Engineer, shall be rejected.
Container plants shall be free of weed or foreign plant growth.
tK
M
►M WSDOT Amendments 49
material of a larger grade than provided for in the container grown
Container sizes for plant m g g P
specifications of the ASNS shall be determined by the volume of the root ball specified in the
ASNS for the same size plant material.
All bare root plant materials shall have a heavy fibrous root system and must be dormant at the
time of planting.
Average height to spread proportions and branching shall be in accordance with the applicable
sections, illustrations, and accompanying notes of the ASNS.
Plants specified or identified as "Street Tree Grade" shall be trees with straight trunks, full and
symmetrical branching, central leader, and be developed, grown, and propagated with a full
branching crown.A"Street Tree Grade" designation requires the highest grade of nursery shade
or ornamental tree production which shall be supplied.
Trees with improperly pruned, broken, or damaged branches, trunk, or root structure shall be
rejected. In all cases, whether supplied balled and burlapped or in a container, the root crown
(top of root structure) of the tree shall be at the top of the finish soil level. Trees supplied and
delivered in a nursery fabric bag will not be accepted.
Plants, which have been determined by the Engineer to have suffered damage as the result of
girdling of the roots, stem, or a major branch; have deformities of the stem or major branches;
have a lack of symmetry; have dead or defoliated tops or branches; or have any defect, injury, or
condition which renders the plant unsuitable for its intended use,shall be rejected.
Plants that are grafted shall have roots of the same genus as the specified plant.
9-14.6(3) Handling and Shipping
The last sentence in the sixth paragraph is deleted.
9-14.6(6) Substitution of Plants
The second paragraph is revised to read:
Container or balled and burlapped plant material may be substituted for bare root plant material.
Container grown plant material may be substituted for balled and burlapped plant materials.
When substitution is allowed, use current ASNS standards to determine the correct rootball
volume (container or balled and burlapped) of the substituted material that corresponds to that of
the specified material. These substitutions shall be approved by the Engineer and be at no cost to
the Contracting Agency.
9-14.6(7) Temporary Storage
The third paragraph is revised to read:
Cuttings shall continually be shaded and protected from wind. Cuttings must be protected from
drying at all times and shall be heeled into moist soil or other insulating material or placed in
water if not installed within 8 hours of cutting.Cuttings to be stored for later installation shall be
bundled, laid horizontally, and completely buried under 6 inches of water, moist soil or placed in
cold storage at a temperature of 34 F and 90% humidity. Cuttings that are not planted within 24
hours of cutting shall be soaked in water for 24 hours prior to planting. Cuttings taken when the
temperature is higher than 50°F shall not be stored for later use. Cuttings that already have
developed roots shall not be used.
WSDOT Amendments 50
The fourth paragraph is deleted.
SECTION 9-15,IRRIGATION SYSTEM
August 7, 2006
9-15.1 Pipe, Tubing, and Fittings
M The second paragraph is revised to read:
Copper pipe or tubing shall be annealed, seamless, and conform to the requirements of ASTM B
i 88, and shall be a minimum of Type L rating.
SECTION 9-16,FENCE AND GUARDRAIL
April 3, 2006
9-16.1(1)A Post Material for Cbain Link Fence
The two references in the second paragraph to"Standard Plan L 2"are revised to "ASTM F1043".
Under Roll Form Material, the reference in the third paragraph to "Standard Plan L 2" is revised to
"ASTM F1043".
SECTION 9-22,MONUMENT CASES
August 7,2006
9-22.1 Monument Cases, Covers, and Risers
' The AASHTO requirement is revised to read"AASHTO M 306".
SECTION 9-28, SIGNING MATERIALS AND FABRICATION
August 7, 2006
9-28.14(1) Timber Sign Posts
The last sentence is revised to read:
Preservative and retention shall be as shown in Section 9-16.2 for sawn posts.
SECTION 9-29, ILLUMINATION, SIGNAL, ELECTRICAL
December 4,2006
9-29.2 Junction Boxes
Section 9-29.2 including title is revised to read:
9-29.2 Junction Boxes, Cable Vaults and Pull Boxes
9-29.2(1) Standard Junction Box
This section including title is revised to read:
,,. 9-29.2(1) Standard Duty and Heavy Duty Junction Boxes
For the purposes of this specification concrete is defined as Portland Cement Concrete and
non-concrete is all others.
Standard Duty Junction Boxes are defined as Type 1, 2, 7 and 8, and Heavy Duty Junction
Boxes are defined as Type 4, 5, and 6.
w
WSDOT Amendments 51
The contractor shall provide shop drawings if their manufacturing process or standard
production model includes any deviation from the Standard Plan. For each type of junction
box, or whenever there is a design change to the junction box, a proof test, as defined in this
specification, shall be performed once in the presence of the Engineer.
This section is supplemented with the following new subsections: ,
9-29.2(I)A Standard Duty Junction Boxes
All Standard Duty Junction Boxes shall have a minimum load rating of 22,500 pounds and be
tested in accordance with 9-29.2(1)C. A complete Type 7 or Type 8 Junction Box includes the
spread footing shown in the Standard Plans.
Concrete Junction Boxes
The Standard Duty Concrete Junction Box steel frame, lid support, and lid shall be painted
with a black paint containing rust inhibiters or painted with a shop applied, inorganic zinc
primer in accordance with Section 6-07.3, or hot dip galvanized in accordance with ASTM
A 111.
Concrete used in Standard Duty Junction Boxes shall have a minimum compressive strength
of 6000 psi when reinforced with a welded wire hoop, or 4000 psi when reinforced with
welded wire fabric or fiber reinforcement. The frame shall be anchored to the box by
welding the wire fabric to the frame or by welding headed studs 3/8 inch x 3 inches long, as
specified in section 9-06.15, to the frame. The wire fabric shall be attached to the studs and
frame with standard tie practices. The box shall contain ten studs located near the centerline
of the frame and box wall. The studs shall be placed one anchor in each corner,one at the
middle of each width and two equally spaced on each length of the box.
Material for Type 1, 2, 7 and 8 Concrete Junction Boxes shall conform to the following:
Concrete Section 6-02
Reinforcing Steel Section 9-07
Fiber Reinforcing ASTM C 1116,Type III
Lid ASTM A786 diamond plate steel
Frame ASTM A786 diamond plate steel or
ASTM A36 flat steel
Lid Support&Handle ASTM A36 steel
Anchors(studs) Section 9-06.15
Non-concrete Junction Boxes
Material for the non-concrete junction boxes shall be of a quality that will provide for a
similar life expectancy as Portland Cement Concrete in a direct burial application.
Type 1,2, 7,and 8 non-concrete junction boxes shall have a Design Load of 22,500 lbs.and
shall be tested in accordance with 9-29.2(1)C. Non-concrete junction boxes shall be gray in
color and have an open bottom design with approximately the same inside dimensions, and
present a load to the bearing surface that is less than or equal to the loading presented by the
concrete junction boxes shown in the Standard Plans. Non-concrete junction box lids shall
include a pull slot and shall be secured with two '/2 inch stainless steel hex-head bolts
factory coated with anti-seize compound and recessed into the cover. The tapped holes for
the securing bolts shall extend completely through the box to prevent accumulation of
debris. Bolts shall conform to ASTM F 593, stainless steel.
WSDOT Amendments 52
+. 9-29.2(1)B Heavy Duty Junction Boxes
Heavy Duty Junction Boxes shall be concrete and have a minimum vertical load rating of 46,000
pounds without permanent deformation and 60,000 pounds without failure when tested in
accordance with 9-29.2(1)C .
The Heavy Duty Junction Box steel frame, lid support and lid shall be painted with a shop
applied, inorganic zinc primer in accordance with Section 6-07.3
The concrete used in Heavy Duty Junction Boxes shall have a minimum compressive strength of
4000 PSI.
Material for Type 4, 5, and 6 Concrete Junction Boxes shall conform to the following:
Concrete Section 6-02
Reinforcing Steel Section 9-07
' Lid ASTM A786 diamond plate steel, rolled
from plate complying with ASTM A572,
grade 50 or ASTM A588 with min. CVN
' toughness of 20 ft-]b at 40 degrees F
Frame and stiffener plates ASTM A572 grade 50 or ASTM A588, both with
min. CVN toughness of 20 ft-lb at 40 degrees F
Handle ASTM A36 steel
Anchors(studs) Section 9-06.15
Bolts,Nuts,Washers ASTM F 593 or 193, type 304 or 316
The lid stiffener plates shall bear on the frame, and be milled so that there is full even contact,
around the perimeter, between the bearing seat and lid stiffener plates, after fabrication of the
frame and lid. The bearing seat and lid perimeter bar shall be free from burrs, dirt and other
foreign debris that would prevent solid seating. Bolts and nuts shall be liberally coated with anti-
seize compound. Bolts shall be installed snug tight. The bearing seat and lid perimeter bar shall
be machined to allow a minimum of 75%of the bearing areas to be seated with a tolerance of 0.0
to 0.005 inches measured with a feeler gage. The bearing area percentage will be measured for
each side of the lid as it bears on the frame.
4 9-29.2(1)C Testing Requirements
W Junction boxes shall be tested by an independent materials testing facility, and a test report issued
documenting the results of the tests performed.
For concrete junction boxes the independent testing lab shall meet the requirements ofAASHTO
R 18 for Qualified Tester and Verified Test Equipment. The test shall be conducted in the
presence of and signed off by the Engineer or a designated representative. The Contractor shall
give the Engineer 30 days notice prior to testing. One copy of the test report shall be furnished to
the Contracting Agency certifying that the box and cover meet or exceed the loading
requirements for a concrete junction box, and shall include the following information:
I. Product identification.
2. Date of testing.
3. Description of testing apparatus and procedure.
4. All load deflection and failure data.
5. Weight of box and cover tested.
6. Upon completion of the required test(s) the box shall be loaded to failure.
7. A brief description of type and location of failure.
WSDOT Amendments 53
For non-concrete junction boxes the testing facility shall be a Nationally Recognized Testing
Laboratory (witnessing is not required). One copy of the test report shall be furnished to the
Contracting Agency certifying that the box and cover meet or exceed the loading requirements
for a non-concrete junction box,and shall include the following information:
1. Product identification. ,
2. Date of testing.
3. Description of testing apparatus and procedure.
4. All load deflection data.
5. Weight of box and cover tested.
Testing for Standard Duty Concrete Junction Boxes '
Standard Duty Concrete Junction Boxes shall be load tested to 22,500 pounds. The test
load shall be applied uniformly through a 10-inch x 10inch x f inch steel plate centered on
the lid. The test load shall be applied and released ten times, and the deflection at the test '
load and released state shall be recorded for each interval. At each interval the junction box
shall be inspected for lid deformation, failure of the lid/frame welds, vertical and horizontal
displacement of the lid/frame,cracks,and concrete spalling. ,
Concrete junction boxes will be considered to have withstood the test if none of the
following conditions are exhibited:
1. Permanent deformation of the lid or any impairment to the function of the lid.
2. Vertical or horizontal displacement of the lid frame. '
3. Cracks wider than 0.012 inches that extend 12 inches or more.
4. Fracture or cracks passing through the entire thickness of the concrete.
5. Spalling of the concrete.
Testing for the Standard Duty non-concrete Junction Boxes
Non-concrete Junction Boxes shall be tested to a minimum of 22,500 lbs as defined in the
ANSI/SCTE 77-2002 Tier 15 test method. In addition the contractor shall provide a
Manufacture Certificate of Compliance for each non-concrete junction box installed.
Testing for Heavy Duty Junction Boxes '
Heavy Duty Junction Boxes shall be load tested to 46,000 pounds. The test load shall be
applied vertically through a 10-inch x 20-inch x 1-inch steel plate centered on the lid with
an orientation both on the long axis and the short axis of the junction box. The test load
shall be applied and released ten times on each axis. The deflection at the test load and
released state shall be recorded for each interval. At each interval the test box shall be
inspected for lid deformation, failure of the lid or frame welds, vertical and horizontal
displacement of the lid frame, cracks, and concrete spalling. After the twentieth loading
interval the test shall be terminated with a 60,000 pound load being applied vertically
through the steel plate centered on the lid and with the long edge of steel plate orientated
parallel to the long axis of the box.
Heavy Duty Junction Boxes will be considered to have withstood the 46,000 pounds test if .
none of the following conditions are exhibited:
1. Permanent deformation of the lid or any impairment to the function of the lid.
2. Vertical or horizontal displacement of the lid frame.
3. Cracks wider than 0.012-inches that extend 12-inches or more.
WSDOT Amendments 54
r• 4. Fracture or cracks passing through the entire thickness of the concrete.
5. Spalling of the concrete.
.� Heavy Duty Junction Boxes will be considered to have withstood the 60,000 pounds test if
all of the following conditions are exhibited:
r. 1. The lid is operational.
2. The lid is securely fastened.
3. The welds have not failed.
4. Permanent dishing or deformation of the lid is 1/4 inch or less.
5. No buckling or collapse of the box.
9-29.2(2) Vacant
This section including title is revised to read:
9-29.2(2) Standard Duty and Heavy Duty Cable faults and Pull Boxes
r Standard Duty and Heavy Duty Cable Vaults and Pull Boxes shall be constructed as a concrete
box and as a concrete lid. The lid for the Heavy Duty and Standard Duty Cable Vaults and Pull
Boxes shall be interchangeable and both shall fit the same box as shown in the Standard Plans.
The Contractor shall provide shop drawings if their manufacturing process or standard
production model includes any deviation from the Standard Plan. For each type of box or
whenever there is a design change to the Cable Vault or Pull box, a proof test, as defined in this
specification, shall be performed once in the presence of the Engineer.
' This section is supplemented with the following new sections:
9-29.2(2)A Standard Duty Cable Vaults and Pull Boxes
Standard Duty Cable Vaults and Pull boxes shall be concrete and have a minimum load rating of
22,500 pounds and be tested in accordance with 9-29.2(1)C for concrete Standard Duty Junction
Boxes.
Concrete for standard duty cable vaults and pull boxes shall have a minimum compressive
strength of 4000 psi. The frame shall be anchored to the vault/box by welding the wire fabric to
' the frame or by welding headed studs 3/8 inch x 3 inches long, as specified in Section 9-06.15, to
the frame. The wire fabric shall be attached to the studs and frame with standard tie practices.
The vault/box shall contain ten studs located near the centerline of the frame and wall. Studs
shall be placed one anchor in each corner, one at the middle of each width and two equally
spaced on each length of the vault/box. The steel frame, lid support, and lid shall be painted with
a black paint containing rust inhibiters or painted with a shop applied, inorganic zinc primer in
accordance with Section 6-07.3 or hot dip galvanized in accordance with ASTM A 111.
Material for Standard Duty Cable Vaults and Pull Boxes shall conform to the following:
' Concrete Section 6-02
Reinforcing Steel Section 9-07
Lid ASTM A786 diamond plate steel
Frame ASTM A786 diamond plate steel or
ASTM A36 flat steel
Lid Support & Handle ASTM A36 steel
Anchors (studs) Section 9-06.15
Bolts, Nuts, Washers ASTM F593 or A 193, type 304 or 316
r WSDOT Amendments 55
■1
9-29.2(2)B Heavy Duty Cable Vaults and Pull Boxes
Heavy Duty Cable Vaults and Pull Boxes shall be constructed of concrete having a minimum
compressive strength of 4000 psi, and have a minimum vertical load rating of 46,000 pounds
without permanent deformation and 60,000 pounds without failure when tested in accordance
with Section 9-29.2(1)C for Heavy Duty Junction Boxes.
Material for Heavy Duty Cable Vaults and Pull boxes shall conform to the following:
s
Concrete Section 6-02
Reinforcing Steel Section 9-07 91�
Cover Section 9-05.15(1)
Ring Section 9-05.15(1)
Anchors(studs) Section 9-06.15 we
Bolts,Nuts, Washers ASTM F593 or Al 93, type 304 or 316
9-29.2(4) Cover Markings
The first sentence of the first paragraph is revised to read:
Junction boxes, cable vaults, and pull boxes with metallic lids shall be marked with the
appropriate legend in accordance with the bead weld details in the Standard Plans. Non
metallic lids shall be embossed with the appropriate legend and a non-skid surface. Legends
for metallic lids and non-metallic lids shall be 1-inch nominal height. so
The first sentence of the second paragraph is revised to read:
Junction boxes, cable vaults and pull boxes shall be marked or embossed for use in
accordance with the plans and following schedule:
9-29.6(2) Slip Base Hardware
The last sentence in the first paragraph is revised to read:
i
Plate washers shall conform to ASTM A 36, and also shall conform to the flatness tolerances
specified in AASHTO M 293 for circular washers.
9-29.6(5) Foundation Hardware ■o
The second and third paragraphs are revised to read:
Anchor bolts, and associated nuts and washers, for Type CCTV, Il, III, N, and V signal standards .r
and luminaire poles shall conform to Section 9-06.5(4). Anchor rods conforming to ASTM A
449 may be substituted, provided that the galvanized ASTM A 449 anchor rods having an
ultimate tensile strength above 145 ksi shall be tested for embrittlement in accordance with either go
ASTM A 143 (if the rod length is equal to or greater than five times the bolt diameter) or ASTM
F 606 Section 7 (if the rod length is less than five times the nominal bolt diameter).
All foundation hardware shall be 100% hot-dipped galvanized in accordance with AASHTO M
I I 1 and AASHTO M 232.
`5
WSDOT Amendments 56
r SECTION 9-30, WATER DISTRIBUTION MATERIALS
August 7, 2006
w 9-30.6(3)A Copper Tubing
This section is revised to read:
Copper pipe or tubing shall be annealed, seamless, and conform to the requirements of ASTM B
88,Type K rating.
SECTION 9-33, CONSTRUCTION GEOTEXTILE
August 7, 2006
Section 9-33 including title is revised in its entirety to read:
SECTION 9-33, CONSTRUCTION GEOSYNTHETIC
• 9-33.1 Geosynthetic Material Requirements
The term geosynthetic shall be considered to be inclusive of geotextiles, geogrids, and
prefabricated drainage mats.
Geotextiles, including geotextiles attached to prefabricated drainage core to form a prefabricated
drainage mat, shall consist only of long chain polymeric fibers or yarns formed into a stable
network such that the fibers or yarns retain their position relative to each other during handling,
placement, and design service life. At least 95 percent by weight of the material shall be
polyolefins or polyesters. The material shall be free from defects or tears. The geotextile shall
also be free of any treatment or coating which might adversely alter its hydraulic or physical
properties after installation.
Geogrids shall consist of a regular network of integrally connected polymer tensile elements with
an aperture geometry sufficient to permit mechanical interlock with the surrounding backfill.
I The long chain polymers in the geogrid tensile elements, not including coatings, shall consist of
at least 95 percent by mass of the material of polyolefins or polyesters. The material shall be free
of defects, cuts, and tears.
Prefabricated drainage core shall consist of a three dimensional polymeric material with a
structure that permits flow along the core laterally, and which provides support to the geotextiles
attached to it.
The geosynthetic shall conform to the properties as indicated in Tables 1 through 8 in Section 9-
33.2, and additional tables as required in the Standard Plans and Special Provisions for each use
specified in the Plans. Specifically, the geosynthetic uses included in this section and their
associated tables of properties are as follows:
Geotextile Geosynthetic Application Applicable
Property Tables
Underground Drainage, Low and Moderate Survivability, Tables 1 and 2
Classes A R and C
Separation ITable 3
Soil Stabilization Table 3
Permanent Erosion Control, Moderate and High Survivabilil Tables 4 and 5
Classes A R and C
r
WSDOT Amendments 57
Ditch Lining Table 4 ,
Temporary Silt Fence Table 6
Permanent Geosynthetic Retaining Wall Table 7 and Std. Plans '
Temporary Geosynthetic Retaining Wall Tables 7 and 10
Prefabricated Drainage Mat Table 8 ,
Table 10 will be included in the Special Provisions.
Geogrid and geotextile reinforcement in geosynthetic retaining walls shall conform to the ,
properties specified in the Standard Plans for permanent walls,and Table 10 for temporary walls.
For geosynthetic retaining walls that use geogrid reinforcement, the geotextile material placed at ,
the wall face to retain the backfill material as shown in the Plans shall conform to the properties
for Construction Geotextile for Underground Drainage, Moderate Survivability, Class A.
Thread used for sewing geotextiles shall consist of high strength polypropylene, polyester, or '
polyamide. Nylon threads will not be allowed. The thread used to sew permanent erosion
control geotextiles, and to sew geotextile seams in exposed faces of temporary or permanent
geosynthetic retaining walls, shall also be resistant to ultraviolet radiation. The thread shall be of
contrasting color to that of the geotextile itself.
9-33.2 Geosynthetic Properties '
9-33.2(1) Geotextile Properties
Table 1: Geotextile for underground drainage strength properties for survivability.
ASTM Geotextile Pro ert y Requirements' '
Test Low Moderate
Method Sur ivability vivability
Geotextile
Property Woven Nonwoven Woven Nonwoven
Grab Tensile D 4632 180 lb 115 lb min. 250 lb 160 lb min.
Strength, in min. min.
machine and
x-machine
direction
Grab Failure D 4632 < 50% > 50% <50% > 50%
Strain, in
machine and .r
x-machine
direction
Seam D 46323 160 lb 100 lb min. 220 lb 140 lb min.
Breaking min. min.
Strength
Puncture D 6241 370 lb 220 lb min. 495 lb 310 lb min.
Resistance min. min.
Tear Strength, D 4533 67 lb 40 lb min. 80 lb 501b min.
in machine min. min.
and x-
machine
direction
WSDOT Amendments 58
Ultraviolet D 4355 50%strength retained min.,
(U`V) after 500 hours in a xenon arc device
Radiation
r" Stability
Table 2: Geotextile for underground drainage filtration properties.
w
GM Geotextile Pro er Re uirements'
Class A Class B Class C
hod2
51 U.S. No. 40 U.S.No. 60 U.S. No. 80
max. max. max.
rr 91 0.5 sec-' min. 0.4 sec-' min. 0.3 sec-' min.
Table 3: Geotextile for separation or soil stabilization.
rr
Geotextile ASTM Geotextile Pro ert Re uirements'
Property Test Se aration Soil Stabilization
Method2 Woven Nonwoven Woven Nonwoven
AOS D 4751 U.S. No. 30 max. U.S. No. 40 max.
Water D 4491 0.02 sec-' min. 0.10 sec-'min.
Permittivit
Grab Tensile D 4632 250 lb 160 lb min. 315 lb 200 lb min.
' Strength, min. min.
in machine and
x-machine
direction
Grab Failure D 4632 <50% > 50% <50% >50%
Strain,
in machine and
x-machine
direction
Seam Breaking D 46323 220 lb 140 lb min. 270 lb 1801b min.
Stren th min. min.
Puncture D 6241 495 lb 310 lb min. 620 lb 430 lb min.
Resistance min. min.
Tear Strength, D 4533 801b min. 50 lb min. 112 lb 79 lb min.
in machine and min.
x-machine
direction
Ultraviolet D 4355 50% strength retained min.,
(UV) after 500 hours in xenon arc device
Radiation
Stability
Table 4: Geotextile for permanent erosion control and ditch lining.
Geotextile ASTM Geotextile Property Requirements'
Property Test Permanent Erosion Control Ditch Linin
..
Method Moderate High
Survivability Survivability
WSDOT Amendments 59
Woven Non- Woven Non- Woven Non- �r
woven woven woven
AOS D 4751 See Table 5 See Table 5 U.S. No. 30 max.
Water D 4491 See Table 5 See Table 5 0.02 sec ' min.
Permittivity
Grab --64632 250 lb 160 lb 315 lb 200 lb 250 lb 160 lb ,
Tensile min. min. min. min. min. min.
Strength,
in machine
and
x-machine
direction '
Grab D 4632 15% - >50% 15%- >50% <50% >50%
Failure 50% 50%
Strain, ,
in machine
and
x-machine '
direction
Seam D 46323 2201b 140 lb 270 lb 180 lb 220 lb 140 lb
Breaking min. min. min. min. min. min.
Strength
Puncture 310 lb
D 6241 495 lb 6201b 430 lb 495 lb 310 lb
Resistance min. min. min. min. min. min.
Tear D 4533 80 lb 50 lb 112 lb 79 lb 801b 50 lb
Strength, min. min. min. min. min. min.
in machine
and
x-machine di
direction
Ultraviolet D 4355 70% strength retained min.,
(UV) after 500 hours in xenon arc device
Radiation
Stability
Table 5: Filtration properties for geotextile for permanent erosion control.
ASTM Geotextile Property Requirements'
Geotextile Test
Property Method Class A Class B Class C
AOS D 4751 U.S. No. 40 U.S. No. 60 U.S. No. 70
max. max. max.
Water D 4491 0.7 sec-' min. 0.4 sec-' min. 0.2 sec-' min.
Permittivity
Table 6: Geotextile for temporary silt fence.
r
Geotextile Property ASTM Geotextile Pro e Requirements'
Test Unsupported Supported Between
Method Between Posts Posts with Wire or •r
r
WSDOT Amendments 60
•
Polymeric Mesh
AOS D 4751 U.S. No. 30 max. for slit woven, U.S. No. 50
for all other geotextile types, U.S. No. 100
min.
Water Permittivity D 4491 0.02 sec-' min.
Grab Tensile Strength, D 4632 180 lb min. in 100 lb min.
in machine and machine direction,
x-machine direction 100 lb min.
in x-machine
direction
Grab Failure Strain, D 4632 30%max. at 180 lb
in machine and or more
x-machine direction
Ultraviolet(UV) D 4355 70% strength retained min.,
Radiation Stabilltv after 500 hours in xenon arc device
9-33.2(2) Geosynthetic Properties For Retaining Walls and Reinforced Slopes
Table 7: Minimum properties required for geotextile reinforcement used in geosynthetic
reinforced slopes and retaining walls.
' Geotextile Property ASTM Geotextil e Pro erty Re uirem ents'
' Test Woven Nonwoven
Method
AOS D 4751 U.S. No. 20 max.
Water Permittivity D 4491 0.02 sec-' min.
Grab Tensile Strength, D 4632 200 lb min. 120 lb min.
in machine and
x-machine direction
Grab Failure Strain, D 4632 <50% > 50%
in machine and
' x-machine direction
Seam Breaking D 46323'4 160 lb min. 100 lb min.
Stren h
Puncture Resistance D 6241 370 lb min. 220 lb min.
Tear Strength, D 4533 63 lb min. 50 lb min.
in machine and
x-machine direction
Ultraviolet(UV) D 4355 70%(for polypropylene and polyethylene)
Radiation Stability and
50%(for polyester) Strength Retained min.,
after 500 hours in a xenon arc device
9-33.2(3) Prefabricated Drainage Mat
Prefabricated drainage mat shall have a single or double dimpled polymeric core with a
geotextile attached and shall meet the following requirements:
Table 8: Minimum properties required for prefabricated drainage mats.
r WSDOT Amendments 61
Geotextile Property ASTM Geotextile Property Requirements'
Test
Method'
AOS D 4751 U.S.No. 60 max.
Water Permittivity D 4491 0.4 sec' min. j
Grab Tensile Strength, D 4632 Nonwoven— 100 lb min.
in machine and
x-machine direction
Width D 5199 12 In. min.
Thickness 0.4 In. min. ,
Compressive Strength at D 1621 100 psi min.
Yield
In Plan Flow Rate D 4716 ,
Gradient= 0.1,
Pressure= 5.5 psi 5.0 gal./min./ft.
Gradient= 1.0,
Pressure= 14.5 psi 15.0 gal/min./ft.
'All geotextile properties in Tables 1 through 8 are minimum average roll values (i.e.,
the test results for any sampled roll in a lot shall meet or exceed the values shown in
the table). '
'The test procedures used are essentially in conformance with the most recently
approved ASTM geotextile test procedures, except for geotextile sampling and
specimen conditioning, which are in accordance with WSDOT Test Methods T 914,
Practice for Sampling of Geotextiles for Testing, and T 915, Practice for Conditioning
of Geotextiles for Testing, respectively. Copies of these test methods are available at
the State Materials Laboratory P.O.Box 47365,Olympia, WA 98504-7365. ,
WWith seam located in the center of 8-inch long specimen oriented parallel to grip
faces. ,
°Applies only to seams perpendicular to the wall face.
9-33.3 Aggregate Cushion of Permanent Erosion Control Geotextile
Aggregate cushion for permanent erosion control geotextile, Class A shall meet the requirements
of Section 9-03.9(2). Aggregate cushion for permanent erosion control geotextile, Class B or C
shall meet the requirements of Section 9-03.9(3)and 9-03.9(2). '
9-33.4 Geosynthetic Material Approval and Acceptance '
9-33.4(1) Geosynthetic Material Approval
If the geosynthetic source material has not been previously evaluated, or is not listed in the
current WSDOT Qualified Products List (QPL), a sample of each proposed geosynthetic
shall be submitted to the State Materials Laboratory in Tumwater for evaluation. ,
Geosynthetic material approval will be based on conformance to the applicable properties
from the Tables in Section 9-33.2 or in the Standard Plans or Special Provisions. After the
sample and required information for each geosynthetic type have arrived at the State ,
Materials Laboratory in Tumwater, a maximum of 14 calendar days will be required for this
testing. Source approval shall not be the basis of acceptance of specific lots of material
WSDOT Amendments 62 '
delivered to the Contractor unless the roll numbers of the lot sampled can be clearly
identified as the rolls tested and approved in the geosynthetic approval process.
For geogrid and geotextile products proposed for use in permanent geosynthetic retaining
walls or reinforced slopes that are not listed in the current QPL, the Contractor shall submit
test information and the calculations used in the determination of Tai performed in
r. accordance with WSDOT Standard Practice T 925, Standard Practice for Determination of
Long-Term Strength for Geosynthetic Reinforcement, to the State Materials Laboratory in
Tumwater for evaluation. The Contracting Agency will require up to 30 calendar days after
,r receipt of the information to complete the evaluation.
The Contractor shall submit to the Engineer the following information regarding each
r
geosynthetic material proposed for use:
Manufacturer's name and current address,
Full product name,
Geosynthetic structure, including fiber/yarn type,
Geosynthetic polymer type(s) (for temporary and permanent geosynthetic retaining
walls),
Proposed geosynthetic use(s), and
Certified test results for minimum average roll values.
9-33.4(2) Vacant
9-33.4(3) Acceptance Samples
When the quantities of geosynthetic materials proposed for use in the following
geosynthetic applications are greater than the following amounts, acceptance shall be by
satisfactory test report:
Application Geosynthetic Quantity
Underground Drainage e 600 s . yd.
Temporary or Pe rmanent Geosynthetic All quantities
Retaining Walls
The samples for acceptance testing shall include the information about each Yn eos thetic
g
roll to be used as stated in 9-33.4(4).
' Samples will be randomly taken by the Engineer at the job site to confirm that the
geosynthetic meets the property values specified.
Approval will be based on testing of samples from each lot. A"lot" shall be defined for the
purposes of this specification as all geosynthetic rolls within the consignment (i.e., all rolls
sent the project site) that were produced by the same manufacturer during a continuous
period of production at the same manufacturing plant and have the same product name.
After the samples have arrived at the State Materials Laboratory in Tumwater, a maximum
of 14 calendar days will be required for this testing.
If the results of the testing show that a geosynthetic lot, as defined, does not meet the
properties required for the specified use as indicated in Tables 1 through 8 in Section 9-
33.2, and additional tables as specified in the Special Provisions, the roll or rolls which
were sampled will be rejected. Geogrids and geotextiles for temporary geosynthetic
retaining walls shall meet the requirements of Table 7, and Table 10 in the Special
r
■r WSDQT Amendments 63
Provisions. Geo itm ds and geotextiles for permanent geosynthetic retaining wall shall meet
the requirements of Table 7, and Table 9 in the Special Provisions, and both geotextile and
geogrid acceptance testing shall meet the required ultimate tensile strength T„i, as provided
in the current QPL for the selected product(s). If the selected product(s) are not listed in the
current QPL, the result of the testing for T.1, shall be greater than or equal to T„i, as
determined from the product data submitted and approved by the State Materials Laboratory
during source material approval.
Two additional rolls for each roll tested which failed from the lot previously tested will then
be selected at random by the Engineer for sampling and retesting. If the retesting shows
that any of the additional rolls tested do not meet the required properties, the entire lot will
be rejected. If the test results from all the rolls retested meet the required properties, the
entire lot minus the roll(s) that failed will be accepted. All geosynthetic that has defects,
deterioration, or damage, as determined by the Engineer, will also be rejected. All rejected
geosynthetic shall be replaced at no additional expense to the Contracting Agency.
9-33.4(4) Acceptance by Certificate of Compliance ,
When the quantities of geosynthetic proposed for use in each geosynthetic application are
less than or equal to the following amounts, acceptance shall be by Manufacturer's
Certificate of Compliance:
Application Geosynthetic Quantity
Underground Drainage 600 sq. yd.
Soil Stabilization and Separation All quantities
Permanent Erosion Control All quantities 16
Temporary Silt Fence All quantities
Prefabricated Drainage Mat All quantities '
The Manufacturer's Certificate of Compliance shall include the following information about
each geosynthetic roll to be used:
Manufacturer's name and current address,
Full product name, ,
Geosynthetic structure,including fiber/yarn type,
Geosynthetic Polymer type (for all temporary and permanent geosynthetic retaining
walls only),
Geosynthetic roll number(s),
Geosynthetic lot number(s),
Proposed geosynthetic use(s),and
Certified test results.
9-33.4(5) Approval of Seams
If the geotextile seams are to be sewn in the field, the Contractor shall provide a section of
sewn seam that can be sampled by the Engineer before the geotextile is installed.
The seam sewn for sampling shall be sewn using the same equipment and procedures as
will be used to sew the production seams. If production seams will be sewn in both the
machine and cross-machine directions, the Contractor must provide sewn seams for
sampling which are oriented in both the machine and cross-machine directions. The seams
sewn for sampling must be at least 2 yards in length in each geotextile direction. If the
WSDOT Amendments 64; ,
seams are sewn in the factory, the Engineer will obtain samples of the factory seam at
random from any of the rolls to be used. The seam assembly description shall be submitted
by the Contractor to the Engineer and will be included with the seam sample obtained for
testing. This description shall include the seam type, stitch type, sewing thread t e s and
stitch density. Yp ( �'
+� SECTION 9-34,PAVEMENT MARKING MATERIAL
April 3,2006
9-34.2 Paint
This section is revised to read:
r White and yellow paint shall comply with the specifications for high volatile organic compound
(VOC) solvent based paint, low VOC solvent based paint or low VOC waterborne paint. Blue
paint for "Access Parking Space Symbol with Background" shall be chosen from a WSDOT
QPL listed Manufacturer. The blue color shall match Fed Standard 595, color 15090 and the
r tolerance of variation shall match that shown in the FHWA "Highway Blue Color Tolerance
Chart."
r' 9-34.3 Plastic
This section is revised to read:
White and yellow plastic pavement marking materials shall comply with the specifications for:
Type A—Liquid hot applied thermoplastic
+• Type B—Pre-formed fused thermoplastic
Type C—Cold applied pre-formed tape
Type D—Liquid cold applied methyl methacrylate
Blue plastic pavement marking material for "Access Parking Space Symbol with Background"
shall be chosen from a WSDOT QPL listed Manufacturer. The blue color shall match Fed
Standard 595, color 15090 and the tolerance of variation shall match that shown in the FHWA
"Highway Blue Color Tolerance Chart."
t9-34.4 Glass Beads
In the first sentence the reference to AASHTO M 247-81, Type 1 is revised to AASHTO M 247, Type
1
SECTION 9-35, TEMPORARY TRAFFIC CONTROL MATERIALS
April 3, 2006
9-35.2 Construction Signs
b
The first paragraph is supplemented with the following:
Post mounted Class A construction signs shall conform to the requirements equirements of this section and
additionally shall conform to the requirements stated in section 9-28.
The second paragraph is revised to read:
Aluminum sheeting shall be used to fabricate all construction signs. The signs shall have a
r minimum thickness of 0.080-inches and a maximum thickness of 0.125-inches.
WSDOT Amendments 65
00
The first sentence in the fourth paragraph is revised to read:
The use of plywood, composite, fiberglass reinforced plastic, new fabric rollup signs, and any
other previously approved sign materials except aluminum is prohibited. Any sign which so
otherwise meets the requirements of this section and was purchased prior to July 1, 2004, may be
utilized until December 31, 2007. If a fabric sign is used, it shall have been fabricated with Type
VI reflective sheeting.
ar►
■r
.r
1 x
WSDOT Amendments 66
SPECIAL PROVISIONS
SPECIALPROVISIONS...............................................................................................................8
w
1-01 DEFINITIONS AND TERMS.............................................................................................8
1-01.1 General...............................................................................................................................8
1-01.3 Definitions..........................................................................................................................8
r
1-02 BID PROCEDURES AND CONDITIONS......................................................................10
1-02.1 Prequalification of bidders.............................................................................................10
1-02.2 Plans and Specifications.................................................................................................10
1-02.5 Proposal Forms...............................................................................................................11
1-02.6 Preparation of Proposal.................................................................................................11
1-02.6(1) Proprietary Information............................................................................................11
1-02.7 Bid Deposit......................................................................................................................12
1-02.9 Delivery of Proposal.......................................................................................................12
1-02.12 Public Opening of Proposals........................................................................................12
1-02.13 Irregular Proposals.......................................................................................................12
1-02.14 Disqualification of Bidders...........................................................................................13
1-02.15 Pre Award Information................................................................................................13
t.
1-03 AWARD AND EXECUTION OF CONTRACT..............................................................13
err
1-03.1 Consideration of bids......................................................................................................13
1-03.2 Award of Contract..........................................................................................................14
1-03.3 Execution of Contract.....................................................................................................14
1-03.4 Contract Bond.................................................................................................................14
1-03.7 Judicial Review...............................................................................................................15
I 1-04 SCOPE OF WORK...........................................................................................................15
1-04.2 Coordination of Contract Documents..........................................................................15
1-04.3 Contractor-Discovered Discrepancies...........................................................................15
1-04.4 Changes............................................................................................................................16
1-04.8 Progress Estimates and Payments.................................................................................16
1-04.11 Final Cleanup................................................................................................................16
1-05 CONTROL OF WORK.....................................................................................................16
1-05.4 Conformity With and Deviation from Plans and Stakes.............................................16
1-05.4(3) Contractor Supplied Surveying................................................................................17
1-05.4(4) Contractor Provided As-Built Information.............................................................18
1-05.7 Removal of Defective and Unauthorized Work............................................................18
1-05.10 Guarantees....................................................................................................................19
1
1-05.11 Final Inspection.............................................................................................................19
1-05.11(1) Substantial Completion Date...................................................................................19
1-05.11(2) Final Inspection and Physical Completion Date....................................................20
1-05.11(3) Operational Testing 20
1-05.12 Final Acceptance...........................................................................................................21
1-05.13 Superintendents,Labor and Equipment of Contractor............................................21
1-05.14 Cooperation with Other Contractors..........................................................................21
1-05.16 Water and Power..........................................................................................................22
1-05.17 Oral Agreements...........................................................................................................22
1-05.18 Contractor's Daily Diary..............................................................................................22
1-06 CONTROL OF MATERIAL............................................................................................23
1-06.1 Approval of Materials Prior to Use...............................................................................23
1-06.2(1) Samples and Tests for Acceptance............................................................................23
1-06.2(2) Statistical Evaluation of Materials for Acceptance.................................................23
1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC.......................23
1-07.1 Laws to be Observed......................................................................................................23 .r
1-07.2 State Sales Tax.................................................................................................................24
1-07.2(1) General........................................................................................................................24
1-07.2(2) State Sales Tax-Rule 171.........................................................................................25
1-07.2(3) State Sales Tax-Rule 170.........................................................................................25
1-07.2(4) Services........................................................................................................................25
1-07.6 Permits and Licenses......................................................................................................25
1-07.9 Wages...............................................................................................................................26
1-07.9(5) Required Documents..................................................................................................26
ii
1-07.11 Requirements for Non-Discrimination........................................................................26
1-07.11(11) City of Renton Affidavit of Compliance...............................................................26
1-07.12 Federal Agency Inspection...........................................................................................26
1-07.13 Contractor's Responsibility for Work.........................................................................26
1-07.13(1) General......................................................................................................................26 •
1-07.15 Temporary Water Pollution/Erosion Control.............................................................26
1-07.16 Protection and Restoration of Property......................................................................27
1-07.16(1) Private/Public Property...........................................................................................27
1-07.17 Utilities and Similar Facilities......................................................................................28
1-07.17(1) Interruption of Services...........................................................................................29
1-07.18 Public Liability and Property Damage Insurance.....................................................30
�r
2
.r
rr
1-07.18(1) General......................................................................................................................30
1-07.18(2) Coverages..................................................................................................................30
r 1-07.18(3) Limits
1-07.18(4) Evidence of Insurance:............................................................................................32
1-07.22 Use of Explosives...........................................................................................................32
1-07.23 Public Convenience and Safety....................................................................................33
.. 1-07.23(1) Construction Under Traffic.....................................................................................33
1-07.23(2) Construction and Maintenance of Detours............................................................34
.. 1-07.24 Rights of Way................................................................................................................34
1-08 PROSECUTION AND PROGRESS................................................................................35
1-08.0 Preliminary Matters.......................................................................................................35
1-08.0(1) Preconstruction Conference......................................................................................35
1-08.0(2) Hours of Work............................................................................................................36
1-08.0(3) Reimbursement for Overtime Work of Contracting Agency Employees..............37
1-08.1 Subcontracting................................................................................................................37
1-08.2 Assignment........................................... ........37
...................................................................
1-08.3 Progress Schedule...........................................................................................................37
1-08.4 Notice to Proceed and Prosecution of the Work...........................................................38
1-08.5 Time For Completion.....................................................................................................39
r.. 1-08.6 Suspension of Work........................................................................................................40
1-08.7 Maintenance During Suspension...................................................................................40
1-08.9 Liquidated Damages.......................................................................................................40
1-08.11 Contractor's Plant and Equipment.............................................................................41
1-08.12 Attention to Work.........................................................................................................41
1-09 MEASUREMENT AND PAYMENT...............................................................................41
1-09.1 Measurement of Quantities............................................................................................41
1-09.3 Scope of Payment............................................................................................................42
1-09.6 Force Account..................................................................................................................43
'~ 1-09.7 Mobilization........................................ .......43
.....................................................................
1-09.9 Payments..........................................................................................................................43
• 1-09.9(1) Retainage
1-09.9(2) Contracting Agency's Right to Withhold and Disburse Certain Amounts...........44
1-09.9(3) Final Payment.............................................................................................................45
1-09.11 Disputes and Claims......................................................................................................46
1-09.11(2) Claims........................................................................................................................46
3
1-09.11(3) Time Limitations and Jurisdiction..........................................................................46
1-09.13 Claims and Resolutions.................................................................................................46
1-09.13(3) Claims $250,000 or Less..........................................................................................46
1-09.13(3)A Administration of Arbitration..............................................................................46
1-09.13(3)B Procedures to Pursue Arbitration........................................................................47
1-09.14 Payment Schedule.... ....................................47
1-09.14(1) Scope..........................................................................................................................47
1-09.14(2) Bid Items...................................................................................................................48
1-10 TEMPORARY TRAFFIC CONTROL............................................................................55 t
1-10.1 General............................................................................................................................55
1-10.2(1)B Traffic Control Supervisor.....................................................................................56
1-10.2(2) Traffic Control Plans.................................................................................................57
1-10.3 Flagging,Signs,and All Other Traffic Control Devices..............................................57
1-10.3(3) Construction Signs.....................................................................................................57
1-10.4 Measurement...................................................................................................................57
1-10.5 Payment...........................................................................................................................57 .r
1-11 RENTON SURVEYING STANDARDS...........................................................................57
1-11.1(1) Responsibility for surveys..........................................................................................57 .rr
1-11.1(2) Survey Datum and Precision.....................................................................................57
1-11.1(3) Subdivision Information............................................................................................58
1-11.1(4) Field Notes...................................................................................................................58
1-11.1(5) Corners and Monuments...........................................................................................58
1-11.1(6) Control or Base Line Survey.....................................................................................59
1-11.1(7) Precision Levels..........................................................................................................59
1-11.1(8) Radial and Station--Offset Topography.................................................................59
1-11.1(9) Radial Topography.....................................................................................................60 ,
1-11.1(10) Station--Offset Topography.....................................................................................60
1-11.1(11) As-Built Survey.........................................................................................................60
1-11.1(12) Monument Setting and Referencing
1-11.12 Materials........................................................................................................................61
1-11.12(1) Property/Lot Corners..............................................................................................61 s
1-11.12(2) Monuments...............................................................................................................61
1-11.12(3) Monument Case and Cover.....................................................................................61 r
2-01 CLEARINGS GRUBBING,AND ROADSIDE CLEANUP............................................61
2-01.1 Description......................................................................................................................61
4
s
2-01.2 Disposal of Usable Material and Debris.......................................................................61
2-01.5 Payment...........................................................................................................................61
" 2-02 REMOVAL OF STRUCTURE AND OBSTRUCTIONS...............................................61
2-02.3(3) Removal of Pavement,Sidewalks,and Curbs.........................................................62
2-02.4 Measurement...................................................................................................................62
2-02.5 Payment...........................................................................................................................62
2-03 ROADWAY EXCAVATION AND EMBANKMENT.....................................................62
2-03.3 Construction Requirements...........................................................................................62
r
2-03.4 Measurement...................................................................................................................63
2-03.5 Payment...........................................................................................................................63
2-04 HAUL..................................................................................................................................64
2-04.5 Payment...........................................................................................................................64
2-06 SUBGRADE PREPARATION.........................................................................................64
2-06.5 Measurement and Payment..........................................................................................64
2-09 STRUCTURE EXCAVATION..........................................................................................64
2-09.1 Description......................................................................................................................64
2-09.3(1)D Disposal of Excavated Material.............................................................................64
.. 2-09.4 Measurement...................................................................................................................64
2-09.5 Payment...........................................................................................................................65
5-04 ASPHALT CONCRETE PAVEMENT............................................................................65
5-04.2 Materials..........................................................................................................................65
5-04.3 Construction Requirements...........................................................................................66
5-04.3(5) Conditioning the Existing Surface............................................................................66
5-04.3(5)A Preparation of Existing Surface.............................................................................66
5-04.3(7)A Mix Design...............................................................................................................67
5-04.3(8)A Acceptance Sampling and Testing—HMA Mixture.............................................67
5-04.3(10)B Control....................................................................................................................68
5-04.5 Payment...........................................................................................................................68
5-04.5(1)A Price Adjustments for Quality of HMA Mixture..................................................68
5-04.5(1)B Price Adjustments for Quality of HMA Compaction...........................................69
.. 5-06 TEMPORARY RESTORATION IN PAVEMENT AREAS...........................................69
5-06.1 Description......................................................................................................................69
„■, 5-06.2 Materials..........................................................................................................................69
5-06.3 Construction Requirements...........................................................................................69
r7-01 DRAINS..............................................................................................................................70
5
0
•
7-01.2 Materials..........................................................................................................................70
7-01.3 Construction Requirements...........................................................................................70
7-01.4 Measurement...................................................................................................................70
7-02 CULVERTS........................................................................................................................70
7-02.2 Materials..........................................................................................................................70 w
7-04 STORM SEWERS.......................... ..............................70
7-04.2 Materials..........................................................................................................................70
7-04.4 Measurement...................................................................................................................71
7-04.5 Payment...........................................................................................................................71
7-05 MANHOLES,INLETS,AND CATCH BASINS............................................................71
7-05.3 Construction Requirements...........................................................................................71
7-05.3(1) Adjusting Manholes and Catch Basins to Grade....................................................71
7-05.3(2) Abandon Existing Manholes.....................................................................................73
7-05.3(2)A Abandon Existing Sanitary Sewer Pipes...............................................................73
7-05.3(3) Connections to Existing Manholes............................................................................73
7-05.3(5) Manhole Coatings......................................................................................................73
7-05.4 Measurement...................................................................................................................74
7-05.5 Payment...........................................................................................................................74 ..
7-08 GENERAL PIPE INSTALLATION REQUIREMENTS...............................................74
7-08.3 Construction Requirements...........................................................................................74
7-08.3(1)C Bedding the Pipe......................................................................................................74
7-08.3(1)D Pipe Foundation.....................................................................................................74
7-08.3(2)A Survey Line and Grade...........................................................................................75
7-08.3(2)B Pipe Laying—General.............................................................................................75 .w
7-08.3(2)E Rubber Gasketed Joints..........................................................................................75
7-08.3(2)H Sewer Line Connections.........................................................................................76
7-08.3(2)J Placing PVC Pipe...............................
......................................................................76
7-08.3(3)A Backfilling Sanitary Sewer Trenches.....................................................................76
7-08.4 Measurement...................................................................................................................77 +�
7-08.5 Payment...........................................................................................................................77
7-09.3(15)B Polyvinyl Chloride (PVC)Pipe(4 inches and Over)..........................................77 ..
7-17 SANITARY SEWERS.......................................................................................................77
7-17.2 Materials..........................................................................................................................77 ..,
7-17.3 Construction Requirements...............................................Error! Bookmark not defined.
7-17.3 Construction Requirements...........................................................................................78
6 1
r
s ,
7-17.3(1) Protection of Existing Sewerage Facilities...............................................................78
7-17.3(2)H Television Inspection...............................................................................................78
r
7-17.4 Measurement...................................................................................................................78
7-17.5 Payment...........................................................................................................................78
7-20.2(3) Television Inspection,Main line...................................................... ..........79
................
8-09 RAISED PAVEMENT MARKERS..................................................................................80
.. 8-09.5 Payment...........................................................................................................................80
8-13 MONUMENT CASES.......................................................................................................81
8-13.1 Description......................................................................................................................81
8-13.3 Construction Requirements...........................................................................................81
8-13.4 Measurement...................................................................................................................81
8-13.5 Payment...........................................................................................................................81
8-14 CEMENT CONCRETE SIDEWALKS...........................................................................81
8-14.3(4) Curing.........................................................................................................................81
8-14.4 Measurement...................................................................................................................82
.. 8-14.5 Payment...........................................................................................................................82
8-22 PAVEMENT MARKING..................................................................................................82
8-22.1 Description......................................................................................................................82
8-22.3(5) Installation Instructions............................................................................................83
r8-22.5 Payment...........................................................................................................................83
8-23 TEMPORARY PAVEMENT MARKINGS.....................................................................83
8-23.5 Payment...........................................................................................................................83
9-03.8(7) HMA Tolerances and Adjustments............................................................................83
t9-05.22 High Density Polyethylene Piping...................................Error! Bookmark not defined.
9-08 PAINTS...............................................................................................................................84
9-08.8 Manhole Coating System Products...............................................................................84
9-08.8(1) Coating Systems Specification..................................................................................84
7
�r
SPECIAL PROVISIONS
1-01 DEFINITIONS AND TERMS
1-01.1 General
Section 1-01.1 is supplemented with:
Whenever reference is made to the State, Commission, Department of Transportation, Secretary of
Transportation, Owner, Contracting Agency or Engineer, such reference shall be deemed to mean the
City of Renton acting through its City Council, employees, and duly authorized representatives for all
contracts administered by the City of Renton.
All references to "State Materials Laboratory" shall be revised to read, "Contracting Agency
designated location".
1-01.3 Definitions
Section 1-01.3 is revised and supplemented by the following:
Act of God
"Act of God" means an earthquake, flood, cyclone, or other cataclysmic phenomenon of nature. A
rain,windstorm, high water or other natural phenomenon of unusual
in for the specific locality
of the work, which might reasonably have been anticipated from historical records of the general
locality of the work, shall not be construed as an act of god.
Consulting Engineer
The Contracting Agency's design consultant, who may or may not administer the construction
program for the Contracting Agency.
Contract Documents
See definition for"Contract".
s
Contract Price
Either the unit price,the unit prices, or lump sum price or prices named in the proposal, or in properly
executed change orders.
Contract Time
The period of time established by the terms and conditions of the Contract within which the work
must be physically completed.
Dates
Bid Opening Date: The date on which the Contracting Agency publicly opens and reads the
bids.
Award Date: The date of the formal decision of the Contracting Agency to accept the lowest
responsible and responsive Bidder for the work.
Contract Execution Date: The date the Contracting Agency officially binds the agency to
the Contract.
Notice to Proceed Date: The date stated in the Notice to Proceed on which the Contract Time
begins.
Substantial Completion Date: The day the Engineer determines the Contracting Agency has
full and unrestricted use and benefit of the facilities, both from the operational and safety
standpoint, and only minor incidental work, replacement of temporary substitute facilities, or
correction or repair remains for the physical completion of the total contract.
�r
8
r
r
Contract Completion Date: The date by which the work is contractually required to be
physically completed. The Contract Completion Date will be stated in the Notice to Proceed.
r Revisions of this date will be authorized in writing by the Engineer whenever there is an
extension to the Contract time.
Completion Date: The day all the work specified in the Contract is completed and all the
obligations of the Contractor under the Contract are fulfilled by the Contractor.
Final Acceptance Date: The date the Contracting Agency accepts the work as complete per
.. the Contract requirements.
Day
Unless otherwise designated, day(s) as used in the Contract Documents, shall be understood to mean
working days.
Engineer
The City Engineer or duly authorized representative, or an authorized member of a licensed
consulting firm retained by Owner for the construction engineering of a specific public works project.
Inspector
Owner's authorized representative assigned to make necessary observations of the work performed or
°1 being performed, or of materials furnished or being furnished by Contractor.
Notice of Award: The written notice from the Contracting Agency to the successful bidder signifying
do the Contracting Agency's acceptance of the bid.
Notice to Proceed: The written notice from the Contracting Agency or Engineer to the Contractor
authorizing and directing the Contractor to proceed with work and establishing the date on which the
Contract time begins.
Or Equal
Where the term "or equal" is used herein, the Contracting Agency, or the Contracting Agency on
recommendation of the Engineer, shall be the sole judge of the quality and suitability of the proposed
substitution. The responsibility and cost of furnishing necessary evidence, demonstrations, or other
information required to obtain the approval of alternative materials or processes by the Owner shall
be entirely borne by the Contractor.
Owner
The City of Renton or its authorized representative also referred to as Contracting Agency.
Performance and Payment Bond
Same as "Contract Bond"defined in the Standard Specifications.
Plans
The Contract Plans and/or standard Plans which show location, character, and dimensions of
prescribed work including layouts, profiles, cross-sections, and other details. Drawings may either be
bound in the same book as the balance of the Contract Documents or bound in separate sets, and are a
part of the Contract Documents,regardless of the method of binding. The terms "Standard Drawings"
or "Standard Details" generally used in Specifications refers to drawings bound either with the
specification documents or included with the Plans or the City of Renton Standard Plans.
�r
Points
Wherever reference is made to Engineer's points,this shall mean all marks,bench marks, reference
points, stakes,hubs,tack, etc., established by Engineer for maintaining horizontal and vertical control
of the work.
r
9
Provide
Means"furnish and install"as specified and shown in the Plans.
Secretary, Secretary of Transportation
The chief executive officer of the Department and other authorized representatives. The chief
executive officer to the Department shall also refer to the Department of Planning/Building/Public
Works Administrator.
Shop Drawings
Same as"Working Drawings" defined in the Standard Specifications.
Special Provisions
Modifications to the Standard Specifications and Supplemental Specifications that apply to an
individual project. The special provisions may describe work the Specifications do not cover. Such
work shall comply first with the special provisions and then with any Specifications that apply. The
Contractor shall include all costs of doing this work within the bid prices.
State
The state of Washington acting through its representatives. The State shall also refer to The City of
Renton and its authorized representatives where applicable.
Supplemental Drawings and Instructions
Additional instructions by Engineer at request of Contractor by means of drawings or documents
necessary,in the opinion of Engineer, for the proper execution of the work. Such drawings and
instructions are consistent with the Contract Documents.
Traffic
Both vehicular and non-vehicular traffic, such as pedestrians,bicyclists, wheelchairs, and equestrian
traffic. j
Utility
Public or private fixed improvement for the transportation of fluids, gases,power, signals, or
communications and shall be understood to include tracks, overhead and underground wires, cables,
pipelines, conduits, ducts, sewers, or storm drains.
1-02 BID PROCEDURES AND CONDITIONS
1-02.1 Prequalification of Bidders
Delete this Section and replace it with the following:
Bidders shall be qualified by experience, financing, equipment, and organization to do the work
called for in the Contract Documents. The Contracting Agency reserves the right to take whatever
action it deems necessary to ascertain the ability of the bidder to perform the work satisfactorily.
ar
1-02.2 Plans and Specifications
Delete this Section and replace it with the following:
Information as to where Bid Documents can be obtained or reviewed will be found in the Call for
Bids(Advertisement for Bids) for the work.
10
r
After award of the Contract, Plans and specifications will be issued to the Contractor at no cost as
detailed below:
To Prime Contractor No. of Sets Basis of Distribution
Reduced Plans (11" x 17") and 4 Furnished automatically
contract provisions - upon award
Large Plans(22"x 34") 4 Furnished only upon
re uest
Additional Plans and Contract Provisions may be purchased by the Contractor by payment of the cost
stated in the Call for Bids.
1-02.5 Proposal Forms
Delete this Section and replace it with the following:
At the request of the bidder, the Contracting Agency will provide a proposal form for any project on
which the bidder is eligible to bid
The proposal form will identify the project and its location and describe the work. It will also list
estimated quantities, units of measurement, the items of work, and the materials to be furnished at the
unit bid prices. The bidder shall complete spaces on the proposal form that call for, but are not
.. limited to, unit bid prices; extensions; summations; the total bid amount; signatures; date; and, where
applicable,retail sales taxes and acknowledgement of addenda; the bidder's name, address, telephone
number, and signature; and a State of Washington Contractor's Registration Number. Bids shall be
completed by typing or shall be printed in ink by hand, preferably in black ink. The required
certifications are included as part of the proposal form.
The Contracting Agency reserves the right to arrange the proposal forms with alternates and additives,
r if such be to the advantage of the Contracting Agency. The bidder shall bid on all alternates and
additives set forth in the proposal forms unless otherwise specified.
Any correction to a bid made by interlineations, alteration, or erasure, shall be initialed by the signer
.. of the bid. The bidder shall make no stipulation on the Bid Form,nor qualify the bid in any manner.
A bid by a corporation shall be executed in the corporate name, by the president or a vice president
(Or other corporate officer accompanied by evidence of authority to sign).
A bid by a partnership shall be executed in the partnership name, and signed by a partner. A copy of
the partnership agreement shall be submitted with the Bid Form if any D/M/WBE requirements are to
be satisfied through such an agreement.
A bid by a joint venture shall be executed in the joint venture name and signed by a member of the
joint venture. A copy of the joint venture agreement shall be submitted with the Bid Form if any
D/W/MBE requirements are to be satisfied through such an agreement.
1-02.6 Preparation of Proposal
The second paragraph is revised as follows:
All prices shall be in legible figures and words written in ink or typed.The proposal shall include:
1. A unit price for each item (omitting digits more than four places to the right of the decimal
point), each unit price shall also be written in words; where a conflict arises the written words shall
prevail.
1-02.6(1) Proprietary Information
1-02.6(1) is a new Section.
Vendors should, in the bid proposal, identify clearly any material(s), which constitute "(valuable)
formula, designs drawings, and research data" so as to be exempt from public disclosure, RCW
11
42.17.3 10, or any materials otherwise claimed to be exempt, along with a Statement of the basis
for such claim of exemption. The Department (or State) will give notice to the vendor of any
request for disclosure of such information received within 5 (five) years from the date of
submission. Failure to so label such materials or failure to timely respond after notice of request
for public disclosure has been given shall be deemed a waiver by the submitting vendor of any
claim that such materials are,in fact, so exempt.
1-02.7 Bid Deposit
Section 1-02.7 is supplemented with the following:
Bid Bonds shall contain the following:
1. Number assigned to the project by the Contracting Agency;
2. Name of the project;
3. The Contracting Agency named as obligee;
4. The amount of the bid bond stated either as a dollar figure or as a percentage which
represents five percent of the maximum bid amount that could be awarded;
5. Signature of the bidder's officer empowered to sign official statements. The signature of the
person authorized to submit the bid should agree with the signature on the bond, and the title
of the person must accompany said signature;
6. The signature of the surety's officer empowered to sign the bond form included in the
Contract Provision.
1-02.9 Delivery of Proposal
Revise the first paragraph to read:
Each proposal shall be submitted in a sealed enveloe with Project Name and Project Number as
stated in the Advertisement for Bids clearly marked on the outside of the envelope. Or as otherwise
stated in the Bid Documents,to ensure proper handling and delivery.
■r
1-02.12 Public Opening of Proposals
Section 1-02.12 is supplemented with the following:
The Contracting Agency reserves the right to postpone the date and time for bid opening.
Notification to bidder will be by addenda.
1-02.13 Irregular Proposals
Revise item I to read:
1. Aproposal will be considered irregular and will be rejected if:
a. The bidder is not prequalified when so required; rr
b. The authorized proposal form furnished by the Contracting Agency is not used or is
altered;
C. The complete proposal form contains any unauthorized additions, deletions, alternate
bids, or conditions;
d. The bidder adds provisions reserving the right to reject or accept the award, or enter
into the Contract;
e. A price per unit cannot be determined from the bid proposal;
f. The proposal form is not properly executed;
g. The bidder fails to submit or properly complete a subcontractor list, if applicable, as
required in Section 1-2.6
h. The bidder fails to submit or properly complete a Disadvantaged, Minority or
Women's Business Enterprise Certification, if applicable, as required in Section 1-
02.6; or
i. The bid proposal does not constitute a definite and unqualified offer to meet the
material terms of the bid invitation.
12
1-02.14 Disqualification of Bidders
Revise this section to read:
1. A bidder will be deemed not responsible and the proposal rejected if the bidder does not meet
the responsibility criteria in RCW 39.04.
2. A bidder may be deemed not responsible and the proposal rejected if:
a. More than one proposal is submitted for the same project from a bidder under the same or
different names;
b. Evidence of collusion exists with any other bidder or potential bidder. Participants in
collusion will be restricted from submitting further bids;
c. The bidder, in the opinion of the Contracting_Agency, is not qualified for the work or to
the full extent of the bid, or to the extent that the bid exceeds the authorized
prequalification amount as may have been determined by a prequalification of the bidder;
+� d. An unsatisfactory performance record exists based on past or current Contracting Agency
work or for work done for others, as judged from the standpoint of conduct of the work;
workmanship; progress; affirmative action; equal employment opportunity practices; or
Disadvantaged Enterprise, Minority Enterprise, or Women's Business Enterprise
r utilization.
e. There is uncompleted work (Contracting Agency or otherwise) which might hinder or
prevent the prompt completion of the work bid upon;
f. The bidder failed to settle bills for labor or materials on past or current contracts;
g. The bidder has failed to complete a written public contract or has been convicted of a
crime arising from a previous public contract;
h. The bidder is unable, financially or otherwise, to perform the work;
i. A bidder is not authorized to do business in the State of Washington (not registered in
accordance with RCW 18.27)
j. There are any other reasons deemed proper by the Contracting Agency.
1-02.15 Pre Award Information
Revise this section to read:
Before awarding any contract, the Contracting Agency may require one or more of these items or
actions of:
1. A complete statement of the origin, composition, and manufacture of any or all materials to
be used;
2. Samples of these materials for quality and fitness tests;
3. A progress schedule (in a form the Contracting Agency requires) showing the order of time
required for the various phases of work;
4. A breakdown of costs assigned to any bid item;
5. Attending at a conference with the Engineer or representatives of the Engineer;
6. Obtain, and furnish a copy of a business license to do business in the city and/or county
where the work is located;
7. A copy of State of Washington Contractor's Registration; or
8. Any other information or action taken that is deemed necessary to ensure that the bidder is
the lowest responsible bidder.
1-03 AWARD AND EXECUTION OF CONTRACT
1-03.1 Consideration of bids
Section 1-03.1 is supplemented with the following:
All bids will be based on total sum of all schedules of prices. No partial bids will be accepted unless
so stated in the call for bids or special provisions. The City reserves the right however to award all or
any schedule of a bid to the lowest bidder at its discretion.
13
1-03.2 Award of Contract
Section 1-03.2 is supplemented with the following:
The Contract, bond form, and all other forms requiring execution, together with a list of all other
forms or documents required to be submitted by the successful bidder, will be forwarded to the
successful bidder within 10 days of the award. The number of copies to be executed by the
Contractor shall be determined by the Contracting Agency.
1-03.3 Execution of Contract
Section 1-03.3 is revised and supplemented as follows:
(******)
Within 10 calendar days after receipt from the City of the forms and documents required to be
completed by the Contractor, the successful bidder shall return the signed Contracting Agency-
prepared contract, an insurance certification as required by Section 1-07.18, and a satisfactory bond as
required by law and Section 1-03.4. Before execution of the Contract by the Contracting Agency, the
successful bidder shall provide any pre-award information the Contracting Agency may require under
Section 1-02.15.
Until the Contracting Agency executes a contract,no proposal shall bind the Contracting Agency nor
shall any work begin within the project limits or within Contracting Agency-furnished sites. The
Contractor shall bear all risks for any work begun outside such areas and for any materials ordered
before the Contract is executed by the Contracting Agency.
If the bidder experiences circumstances beyond their control that prevents return of the Contract
documents within 10 calendar days after the award date, the Contracting Agency may grant up to a
maximum of 10 additional calendar days for return of the documents, provided the Contracting
Agency deems the circumstances warrant it.
The Contracting Agency is prohibited by RCW 39.06.010 from executing a contract with a
Contractor who is not registered or licensed as required by the laws of the state. In addition, the
Contracting Agency requires persons doing business with the Contracting Agency to possess a valid
City of Renton business license prior to award.
When the B p p
Bid Form provides spaces for a business license number, a Washington State Contractors
registration number, or both the Bidder shall insert such information in the spaces provided. The
Contracting Agency requires legible copies of the Contractor's Registration and business license be
submitted to the Engineer as part of the Contracting Agency's post-award information and evaluation
activities.
1-03.4 Contract Bond
Revise the first paragraph to read:
(******)
The successful bidder shall provide an executed contract bond for the full contract amount. This
contract bond shall:
1. Be on the Contracting Agency-furnished form;
2. Be signed by an approved surety(or sureties)that:
a. Is registered with the Washington State Insurance Commissioner, and
b. Appears on the current Authorized Insurance List in the State of Washington published by
the Office of the Insurance Commissioner;
3. Be conditioned upon the faithful performance of the Contract by the Contractor within the
prescribed time;
4. Guarantee that the surety shall indemnify, defend, and protect the Contracting Agency against
any claim of direct or indirect loss resulting from the failure:
a. Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors
of the Contractor)to faithfully perform the Contract, or
14
r
+rs
b. Of the Contractor (subcontractors, or lower tier subcontractors of the Contractor) to pay
all laborers, mechanics, subcontractors, lower tie subcontractors, material person, or any
other person who provides supplies or provisions for carrying out work;
5. Be accompanied by a power of attorney for the Surety's officer empowered to sign the bond;
and
6. Be signed by an officer of the Contractor empowered to sign official statements (sole
proprietor or partner). If the Contractor is a corporation, the bond must be signed by the
president or vice-president, unless accompanied by a written proof of the authority of the
individual signing the bond to bind the corporation (i.e., corporate resolution, power of
attorney or a letter to such effect by the president or vice-president).
1-03.7 Judicial Review
Revise the last sentence to read:
!r► The venue of all causes of action arising from the advertisement, award, execution, and performance
of the Contract shall be in the Superior Court of the County where the Contracting Agency's
headquarters are located.
1-04 SCOPE OF WORK
.. 1-04.2 Coordination of Contract Documents, Plans, Special Provisions Specifications,
and Addenda
Revise the second paragraph to read:
+r Any inconsistency in the parts of the Contract shall be resolved by following this order of precedence
(e.g., 1 presiding over 2, 2 over 3, 3 over 4,and so forth):
1. Addenda
2. Proposal Form
3. Special Provisions
4. Contract Plans
5. Amendments to Division 1-99 APWA Supplement
6. Amendments to the Standard Specifications
7. Division 1-99 APWA Supplement
8. WSDOT/APWA Standard Specifications for Road,Bridge and Municipal Construction
9. Contracting Agency's Standard Plans (if any)
10. WSDOT/APWA Standard Plans for Road,Bridge and Municipal Construction
1-04.3 Contractor-Discovered Discrepancies
Section 1-04.3 is a new section:
Upon receipt of award of contract, Contractor shall carefully study and compare all the components
of the Contract Documents and other instructions, and check and verify all field measurements.
Contractor shall, prior to ordering material or performing work, report in writing to Engineer any
error, inconsistency, or omission in respect to design or mode of construction, which is discovered. If
Contractor, in the course of this study or in the accomplishment of the work, finds any discrepancy
between the Plans and the physical condition of the locality as represented in the Plans, or any such
errors or omissions in respect to design or mode of construction in the Plans or in the layout as given
by points and instructions, it shall be Contractor's duty to inform Engineer immediately in writing,
and Engineer will promptly check the same. Any work done after such discovery, until correction of
Plans or authorization of extra work is given, if Engineer finds that extra work is involved, will be
done at Contractor's risk. If extra work is involved, the procedure shall be as provided in Section 1-
04.4 of the Standard Specifications.
15
1-04.4 Changes
The last two paragraphs are replaced with the following:
Renton does not have a formal policy or guidelines on cost reduction alternatives, but will evaluate
such proposals by the Contractor on a case-by-case basis.
1-04.8 Progress Estimates and Payments
Section 1-04.8 is supplemented as follows:
The Contractor is encouraged to provide to the Engineer prior to progress payments an estimate of
Lump sum work accomplished to date. The Engineer's calculations and decisions shall be final in
regard to the actual percentage of any lump sum pay item accomplished and eligible for payment
unless another specific method of calculating lump sum payments is provided elsewhere in the
Specifications.
1-04.11 Final Cleanup
Section 1-04.11 is supplemented as follows:
All salvage material as noted on the Plans and taken from any of the discarded facilities shall, at the
Engineer's discretion, be carefully salvaged and delivered to the City shops. Any cost incurred in
salvaging and delivering such items shall be considered incidental to the project and no compensation
will be made.
The Contract price for "Finish and Cleanup, Lump Sum," shall be full compensation for all work,
equipment and materials required to perform final cleanup. If this pay item does not appear in the
Contract documents then final cleanup shall be considered incidental to the Contract and to other pay
item and no further compensation shall be made.
1-05 CONTROL OF WORK
1-05.4 Conformity With and Deviation from Plans and Stakes
Section 1-05.4 is supplemented with the following:
If the project calls for Contractor supplied surveying, the Contractor shall provide all required survey
work, including such work as mentioned in Sections 1-05.4(1) and 1-05.4(2), 1-11 and elsewhere in
these Specifications as being provided by the Engineer. All costs for this survey work shall be
included in"Contractor Supplied Surveying,"per lump sum.
The Engineer or Contractor supplied surveyor will provide construction stakes and marks establishing
lines, slopes, and grades as stipulated in Sections 1-05.4 and will perform such work per Section 1-11.
The Contractor shall assume full responsibility for detailed dimensions, elevations, and excavation
slopes measured from the Engineer or Contractor supplied surveyor furnished stakes and marks.
The Contractor shall provide a work site, which has been prepared to permit construction staking to
proceed in a safe and orderly manner. The Contractor shall keep the Engineer or Contractor supplied
surveyor informed of staking requirements and provide at least 48 hours notice to allow the Engineer
or Contractor supplied surveyor adequate time for setting stakes.
The Contractor shall carefully preserve stakes, marks, and other reference points, including existing
monumentation, set by Contracting Agency forces. The Contractor will be charged for the costs of
replacing stakes, markers and monumentation that were not to be disturbed but were destroyed or
damaged by the Contractor's operations. This charge will be deducted from monies due or to become
due to the Contractor.
Any claim by the Contractor for extra compensation by reason of alterations or reconstruction work
allegedly due to error in the Engineer's line and grade, will not be allowed unless the original control
points set by the Engineer still exist, or unless other satisfactory substantiating evidence to prove the
16
'1s
error was furnished by the Engineer. Three consecutive points set on line or grade shall be the
minimum points used to determine any variation from a straight line or grade. Any such variation
shall, upon discovery, be reported to the Engineer. In the absence of such report the Contractor shall
be liable for any error in alignment or grade.
The Contractor shall provide all surveys required other than those to be performed by the Engineer.
All survey work shall be done in accordance with Section 1-11 SURVEYING STANDARDS of these
Specifications.
The Contractor shall keep updated survey field notes in a standard field book and in a format set by
Ma the Engineer, per Section 1-11.1(4). These field notes shall include all survey work performed by the
Contractor's surveyor in establishing line, grade and slopes for the construction work. Copies of these
field notes shall be provided the Engineer upon request and upon completion of the Contract work the
field book or books shall be submitted to the Engineer and become the property of the Contracting
�• Agency.
If the survey work provided by the Contractor does not meet the standards of the Engineer, then the
Contractor shall, upon the Engineer's written request, remove the individual or individuals doing the
survey work and the survey work will be completed by the Engineer at the Contractor's expense.
Costs for completing the survey work required by the Engineer will be deducted from monies due or
to become due the Contractor.
All costs for survey work required to be performed by the Contractor shall be included in the prices
bid for the various items which comprise the improvement or be included in the bid item for
"Contractor Supplied Surveying" per lump sum if that item is included in the contracts.
1-05.4(3) Contractor Supplied Surveying
Section 1-05.4(3)is a new section:
When the Contract provides for Contractor Supplied Surveying, the Contractor shall supply the
survey work required for the project. The Contractor shall retain as a part of the Contractor
Organization an experienced team of surveyors under the direct supervision of a professional land
surveyor licensed by the State of Washington. All survey work shall be done in accordance with
Sections 1-05.4 and 1-11.
The Contractor and/or Surveyor shall inform the Engineer in writing of any errors, discrepancies, and
omissions to the Plans that prevent the Contractor and/or Surveyor from constructing the project in a
manner satisfactory to the Engineer. All errors, discrepancies, and omissions must be corrected to the
satisfaction of the Engineer before the survey work may be continued.
The Contractor shall coordinate his work with the d an
Surveyor perform y pe orm his operations in a manner to
protect all survey stakes from harm. The Contractor shall inform the Surveyor of the Contractor's
intent to remove any survey stakes and/or points before physically removing them.
The surveyor shall be responsible for maintaining As-Built records for the project. The Contractor
shall coordinate his operations and assist the Surveyor in maintaining accurate As-Built records for
the project.
If the Contractor and Surveyor fail to provide, as directed by the Engineer and/or these Plans and
Specifications, accurate As-Built records and other work the Engineer deems necessary, the Engineer
may elect to provide at Contractor expense, a surveyor to provide all As-Built records and other work
as directed by the Engineer. The Engineer shall deduct expenses incurred by the Engineer-supplied
surveying from monies owed to the Contractor.
r Payment per Section 1-04.1 for all work and materials required for the full and complete survey work
required to complete the project and As-Built drawings shall be included in the lump sum price for
"Construction Surveying, Staking, and As-Builts."
s.
17
1-05.4(4) Contractor Provided As-Built Information
Section 1-05.4(4)is a new section:
It shall be the Contractors responsibility to record the location prior to the backfilling of the trenches,
by centerline station, offset, and depth below pavement, of all existing utilities uncovered or crossed
during his work as covered under this project.
It shall be the Contractor's responsibility to have his Surveyor locate by centerline station, offset and
elevation each major item of work done under this contract per the survey standard of Section 1-11.
Major items of work shall include but not be limited to: Manholes, Catch basins and Inlets, Valves,
vertical and Horizontal Bends, Junction boxes, Cleanouts, Side Sewers, Street Lights & Standards,
Hydrants,Major Changes in Design Grade,Vaults,Culverts, Signal Poles, and Electrical Cabinets.
After the completion of the work covered by this contract, the Contractor's Surveyor shall provide to
the City the hard covered field book(s) containing the as-built notes and one set of white prints of the
project drawings upon which he has plotted the notes of the Contractor locating existing utilities, and
one set of white prints of the project drawings upon which he has plotted the as-built location of the
new work as he recorded in the field book(s). This drawing shall bear the Surveyor's seal and
signature certifying its accuracy.
All costs for as-built work shall be included in the Contract item "Construction Surveying, Staking,
and As-Builts",lump sum.
1-05.7 Removal of Defective and Unauthorized Work
Section 1-05.7 is supplemented as follows:
(******)
Upon written notice from the Engineer,the Contractor shall promptly replace and re-execute work by
Contractor forces, in accordance with the intent of the Contract and without expense to Owner, and
shall bear the expense of making good all work of other contractors destroyed or damaged by such
removal or replacement.
If Contractor does not remove such condemned work and materials and commence re-execution of
the work within 7 calendar days of written notice from the Engineer, or fails to perform any part of
the work required by the Contract Documents, the Owner may correct and remedy such work as may
be identified in the written notice, with Contracting Agency forces or by such other means as the
Contracting Agency may deem necessary. In that case,the Owner may store removed material.
Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying
defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by
the Contractor. Payment will be deducted by the Engineer from monies due, or to become due, the
Contractor. Such direct and indirect costs shall include in particular, but without limitation,
compensation for additional professional services required, and costs for repair and replacement of
work of others destroyed or damaged by correction, removal, or replacement of the Contractor's
unauthorized work.
If sufficient funds do not remain in the Contract and the Contractor does not pay the cost of such
removal and storage within 10 calendar days from the date of the notice to Contractor of the fact of
such removal, Owner may, upon an additional 10 calendar days written notice, sell such materials at
public or private sale, and deduct all costs and expenses incurred from monies due to the Contractor,
including costs of sale, and accounting to Contractor for the net proceeds remaining. Owner may bid
at any such sale. Contractor shall be liable to Owner for the amount of any deficiency from any funds
otherwise due Contractor.
If the Contractor fails to comply with a written order to remedy what the Engineer determines to be
an emergency situation,the Engineer may have the defective and unauthorized work corrected
immediately,have the rejected work removed and replaced, or have work the Contractor refuses to
perform completed by using Contracting Agency or other forces. An emergency situation is any
situation when, in the opinion of the Engineer,a delay in its remedy could be potentially unsafe, or
18
rrr
r.
might cause serious risk of loss or damage to the public,Property Owner and Property Owner's
property.
No adjustment in contract time or compensation will be allowed because of the delay in the
performance of the work attributable to the exercise of the Contracting Agency's rights provided by
this section.
The rights exercised under the provisions of this section shall not diminish the Contracting Agency's
right to pursue any other avenue for additional remedy or damages with respect to the Contractor's
failure to perform the work as required.
1-05.10 Guarantees
Section 1-05.10 is supplemented as follows:
If within one year after the Acceptance Date of the Work by the Contracting Agency, defective and/or
unauthorized work is discovered, the Contractor shall promptly, upon written order by the Contracting
Agency, return and in accordance with the Engineer's instructions, either correct such work, or if such
work has been rejected by the Engineer, remove it from the project site and replace it with non-
defective and authorized work, all without cost to the Contracting Agency. If the Contractor does not
promptly comply with the written order to correct defective and/or unauthorized work, or if an
emergency exists, the Contracting Agency reserves the right to have defective and/or unauthorized
a work corrected or removed and replaced pursuant to Section 1-05.8 "Owners Right to Correct
Defective and/or Unauthorized Work."
The Contractor agrees the above one year limitation shall not exclude or diminish the Contracting
,- Agency's rights under any law to obtain damages and recover costs resulting from defective and/or
unauthorized work discovered after one year but prior to the expiration of the legal time period set
forth in RCW 4.16.040 limiting actions upon a contract in writing, or liability expressed of implied
arising out of a written agreement.
The Contractor shall warrant good title to all materials, supplies, and equipment purchased for, or
incorporated in the work. Nothing contained in this paragraph, however, shall defeat or impair the
right of persons furnishing materials or labor, to recover under any bond given by the Contractor for
their protection, or any rights under any law permitting such persons to look to funds due the
Contractor in the hands of the Contracting Agency.
The provisions of this paragraph shall be inserted in all subcontracts and material contracts, and
notice of its provisions shall be given to all persons furnishing materials for the work when no formal
contract is entered into for such materials.
1-05.11 Final Inspection
1-05.11(1) Substantial Completion Date
Section 1-05.11(1) is anew section:
When the Contractor considers the work to be substantially complete, the Contractor shall so notify
the Engineer and request the Engineer establish the Substantial Completion Date. The Engineer will
schedule an inspection of the work with the Contractor to determine the status of completion.
To be considered substantially complete the following conditions must be met:
1. The Contracting Agency must have full and unrestricted use and benefit of the facilities
both from the operational and safety standpoint.
2. Only minor incidental work,replacement of temporary substitute facilities, or
• correction of repair work remains to reach physical completion of the work.
r
19
The Contractor's request shall list the specific items of work in subparagraph two above that remains
to be completed in order to reach physical completion. The Engineer may also establish the
Substantial Completion Date unilaterally.
If after this inspection,the Engineer concurs with the Contractor that the work is substantially
complete and ready for its intended use,the Engineer,by written notice to the Contractor,will set the
Substantial Completion Date.If, after this inspection the Engineer does not consider the work
substantially complete and ready for its intended use, the Engineer will,by written notice, so notify
the Contractor giving the reasons therefore.
Upon receipt of written notice concurring in or denying substantial completion,whichever is
applicable,the Contractor shall pursue vigorously, diligently and without unauthorized interruption,
the work necessary to reach Substantial and Physical Completion.The Contractor shall provide the
Engineer with a revised schedule indicating when the Contractor expects to reach substantial and
physical completion of the work.
The above process shall be repeated until the Engineer establishes the Substantial Completion Date
and the Contractor considers the work physically complete and ready for Final Inspection.
1-05.11(2) Final Inspection and Physical Completion Date
Section 1-05.11(2)is a new Section:
(******)
When the Contractor considers the work physically complete and ready for Final Inspection, the
Contractor,by Written Notice, shall request the Engineer to schedule a final inspection. The Engineer
will set a date for Final Inspection.The Engineer and the Contractor will then make a final inspection
and the Engineer will notify the Contractor in writing of all particulars in which the Final Inspection
revels the work incomplete or unacceptable. The Contractor shall immediately take such corrective
measures as are necessary to remedy the listed deficiencies. Corrective work shall be pursued
vigorously, diligently, and without interruption until physical completion of the listed deficiencies.
This process will continue until the Engineer is satisfied the listed deficiencies have been corrected.
If action to correct the listed deficiencies is not initiated within 7 days after receipt of the Written
Notice listing the deficiencies,the Engineer may,upon Written Notice to the Contractor,take
whatever steps are necessary to correct those deficiencies pursuant to Section 1-05.8. The Contractor
will not be allowed an extension of contract time because of a delay in the performance of the work
attributable to the exercise of the Engineer's right hereunder.
Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting
Agency, in writing, of the date upon which the work was considered physically complete, that date
shall constitute the Physical Completion Date of the Contract, but shall not imply all the obligations
of the Contractor under the Contract have been fulfilled.
1-05.11(3) Operational Testing
Section 1-05.11(3)is a new section:
(******)
Unless otherwise noted in the Contract Documents, Contractor shall give Engineer a minimum of 3
working days'notice of the time for each test and inspection. If the inspection is by another authority
than Engineer, Contractor shall give Engineer a minimum of 3 working days'notice of the date fixed
for such inspection. Required certificates of inspection by other authority than Engineer shall be
secured by Contractor.
It is the intent of the Contracting Agency to have at the Physical Completion Date a complete and
operable system. Therefore,when the work involves the installation of machinery or other
mechanical equipment; street lighting, electrical distribution or signal systems; irrigation systems;
buildings; or other similar work, it may be desirable for the Engineer to have the Contractor operate
and test the work for a period of time,after final inspection but prior to the physical completion date.
Whenever items of work are listed in the Contract Provisions for operational testing they shall be
20
.r
ris
fully tested under operating conditions for the time period specified to ensure their acceptability prior
to the Physical Completion Date. During and following the test period,the Contractor shall correct
,r.
any items of workmanship,materials, or equipment which prove faulty, or that are not in first class
operating condition. Equipment, electrical controls,meters, or other devices and equipment to be
tested during this period shall be tested under the observation of the Engineer, so that the Engineer
may determine their suitability for the purpose for which they were installed. The Physical
Completion Date cannot be established until testing and corrections have been completed to the
satisfaction of the Engineer.
... The costs for power,gas, labor,material, supplies, and everything else needed to successfully
complete operational testing, shall be included in the unit contract prices related to the system being
tested, unless specifically set forth otherwise in the proposal.
r.
Operational and test periods,when required by the Engineer, shall not affect a manufacturer's
guaranties or warranties furnished under the terms of the Contract.
1-05.12 Final Acceptance
The third and fourth sentences in paragraph 1 are deleted and replaced with:
VW The Final Acceptance date shall be that date in which the Renton City Council formally approves
acceptance of the Contract.
on 1-05.13 Superintendents, Labor and Equipment of Contractor
Revise the seventh paragraph to read:
Whenever the Contracting Agency evaluates the Contractor's qualifications pursuant to Section 1-
02.1, the Contracting A ency will take these performance reports into account.
1-05.14 Cooperation with Other Contractors
Section 1-05.14 is supplemented as follows:
Contractor shall afford Owner and other contractors working in the area reasonable opportunity for
the introduction and storage of their materials and the execution of their respective work, and shall
properly connect and coordinate Contractor's work with theirs.
Other utilities, districts, agencies, and contractors who may be working within the project area are:
1. Puget Sound ound Energy(gas and electric)
2. AT&T Broadband
3. Qwest Communications
4. City of Renton(water, sewer,transportation)
5. Soos Creek Sewer and Water District
6. Cedar River Sewer and Water District
7. Skyway Sewer and Water District
# 8. Private contractors employed by adjacent property owners
LThe Contractor shall coordinate with City of Renton on tying into any existing electrical service
cabinet.
i
21
1-05.16 Water and Power
Section 1-05.16 is a new Section:
The Contractor shall make necessary arrangements, and shall bear the costs for power and water
necessary for the performance of the work,unless the Contract includes power and water as a pay
item.
1-05.17 Oral Agreements
Section 1-05.17 is a new section:
No oral agreement or conversation with any officer,agent,or employee of the Contracting Agency,
either before or after execution of the Contract,shall affect or modify any of the terms or obligations
contained in any of the documents comprising the Contract. Such oral agreement or conversation
shall be considered as unofficial information and in no way binding upon the Contracting Agency,
unless subsequently put in writing and signed by the Contracting Agency.
1-05.18 Contractor's Daily Diary
Section 1-05.18 is a new section:
Contractor and subcontractors shall maintain and provide to Engineer a Daily Diary Record of this
Work. This diary will be created by pen entries in a hardbound diary book of the type that is
commonly available through commercial outlets. The diary must contain the Project and Number; if
the diary is in loose-leaf form, this information must appear on every page. The diary must be kept
and maintained by Contractor's designated project superintendent(s). Entries must be made on a daily
basis and must accurately represent all of the project activities on each day.
At a minimum,the diary shall show on a daily basis:
1. The day and date.
2. The weather conditions, including changes throughout the day.
3. A complete description of work accomplished during the day with adequate references to
the Plans and Contract Provisions, so that the reader can easily and accurately identify said
work in the Plans. Identify location/description of photographs or videos taken that day.
4. An entry for each and every changed condition, dispute or potential dispute, incident,
accident, or occurrence of any nature whatsoever which might affect Contractor, Owner, or
any third party in any manner.
5. Listing of any materials received and stored on- or off-site by Contractor for future
installation,to include the manner of storage and protection of the same.
6. Listing of materials installed during each day.
7. List of all subcontractors working on-site during each day.
8. Listing of the number of Contractor's employees working during each day by category of
employment.
9. Listing of Contractor's equipment working on the site during each day. Idle equipment on
the site shall be listed and designated as idle.
10. Notations to explain inspections, testing, stake-out, and all other services furnished by
Owner or other party during each day.
11. Entries to verify the daily (including non-work days) inspection and maintenance of traffic
control devices and condition of the traveled roadway surfaces. Contractor shall not allow
any conditions to develop that would be hazardous to the public.
12. Any other information that serves to give an accurate and complete record of the nature,
quantity, and quality of Contractor's progress on each day.
13. Plan markups showing locations and dimensions of constructed features to be used by
Engineer to produce record drawings.
14. All pages of the diary must be numbered consecutively with no omissions in page numbers.
15. Each page must be signed and dated by Contractor's official representative on the project. J
Contractor may use additional sheets separate from the diary book if necessary to provide a complete
diary record,but they must be signed,dated, and labeled with project name and number.
22
It is expressly agreed between Contractor and Owner that the Daily Diary maintained by
Contractor shall be the "Contractor's Book of Original Entry" for the documentation of any
potential claims or disputes that might arise during this contract. Failure of Contractor to
maintain this diary in the manner described above will constitute a waiver of any such claims or
disputes by Contractor.
r► Engineer or other Owner's representative on the job site will also complete a Daily Construction
Report.
1-06 CONTROL OF MATERIAL
1-06.1 Approval of Materials Prior to Use
,.. Section 1-06.1 is supplemented as follows:
The materials and equipment lists submitted to Engineer at the Preconstruction Conference shall
include the quantity, manufacturer, and model number, if applicable, of materials and equipment to be
installed under the Contract. This list will be checked by Engineer as to conformity with the Contract
Documents. Engineer will review the lists within 10 working days, noting required corrections.
Contractor shall make required corrections and file 2 corrected copies with Engineer within one week
after receipt of required corrections. Engineer's review and acceptance of the lists shall not relieve
Contractor from responsibility for suitability for the intended purpose, nor for deviations from the
Contract Documents.
1-06.2(1) Samples and Tests for Acceptance
Section 1-06.2(1)is supplemented a follows:
The finished work shall be in accordance with approved samples. Approval of samples by Engineer
does not relieve Contractor of responsibility for performance of the work in accordance with the
Contract Documents.
1-06.2(2) Statistical Evaluation of Materials for Acceptance
Section 1-06.02(2) is supplemented by adding the following:
Unless stated otherwise in the special provisions, statistical evaluation will not be used by the City of
Renton.
1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC
1-07.1 Laws to be Observed
Section 1-07.1 is supplemented as follows:
Contractor shall erect and properly maintain, at all times, as required by the conditions and progress
of the work, all necessary safeguards for protection of workers and the public; shall post danger signs
warning against known or unusual hazards; and shall designate as Safety Supervisor, a responsible
employee on the construction site whose duty shall be the enforcement of safety. The name and
position of such person so designated shall be reported in writing to Engineer by Contractor.
Contractor shall, at all times, enforce strict discipline and good order among all employees and shall
not employ any person unfit or not skilled in the work assigned to him/her.
Necessary sanitation conveniences for the use of the workers on the job, properly secluded from
public observation, shall be provided and maintained by Contractor.
In cases of conflict between different safety regulations, the more stringent regulation shall apply.
23
The Washington State Department of Labor and Industries shall be the sole and paramount
administrative agency responsible for the administration of the provisions of the Washington
Industrial Safety and Health Act of 1973 (WISHA).
The Contractor shall maintain at the project site office, or other well-known place at the project site,
all articles necessary for providing first aid to the injured. The Contractor shall establish,publish, and
make known to all employees,procedures for ensuring immediate removal to a hospital or doctor's
care,and persons,including employees,who may have been injured on the project site. Employees
should not be permitted to work on the project site before the Contractor has established and made
known procedures for removal of injured persons to a hospital or a doctor's care.
The Contractor shall have sole responsibility for the safety,efficiency,and adequacy of the
Contractor's plant,appliances, and methods,and for any damage or injury resulting from their failure,
or improper maintenance,use, or operation. The Contractor shall be solely and completely
responsible for the conditions of the project site, including safety for all persons and property in the
performance of the work. This requirement shall apply continuously, and not be limited to normal
working hours. The required or implied duty of the Engineer to conduct construction review of the
Contractor's performance does not,and shall not,be intended to include review and adequacy of the
Contractor's safety measures, in,on,or near the project site.
1-07.2 State Sales Tax
Delete this section,including its sub-sections,in its entirety and replace it with the following:
(******)
1-07.2(1) General
The Washington State Department of Revenue has issued special rules on the state sales tax. Sections
1-07.2(1)through 1-07.2(4)are meant to clarify those rules. The Contractor should contact the
Washington State Department of Revenue for answers to questions in this area. The Contracting
Agency will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability.
The Contractor shall include all Contractor-paid taxes in the unit bid prices or other contract amounts.
In some cases,however, state retail sales tax will not be included. Section 1-07.2(3)describes this
exception.
The Contracting Agency will pay the retained percentage only if the Contractor has obtained from the
Washington State Department of Revenue a certificate showing that all contract-related taxes have
been paid(RCW 60.28.050). The Contracting Agency may deduct from its payments to the
Contractor any amount the Contractor may owe the Washington State Department of Revenue,
whether the amount owed relates to this contract or not. Any amount so deducted will be paid into
the proper state fund.
24
1-07.2(2) State Sales Tax—Rule 171
WAC 458-20-171, and its related rules, apply to building,repairing, or improving streets,roads, etc.,
which are owned by a municipal corporation, or political subdivision of the state, or by the United
States, and which are used primarily for foot or vehicular traffic. This includes storm or combined
sewer systems within and included as part of the street or road drainage system, and power lines when
+� such are part of the roadway lighting system. For work performed in such cases, the Contractor shall
include Washington State Retail Sales Taxes in the various unit bid item prices, or other contract
amounts, including those that the Contractor pays on the purchase of the materials, equipment, or
supplies used or consumed in doing the work.
1-07.2(3) State Sales Tax—Rule 170
WAC 458-20-170,and its related rules, applies to the constructing and repairing of new or existing
buildings,or other structures, upon real property. This includes,but is not limited to; the construction
of streets,roads,highways, etc., owned by the state of Washington; water mains and their
" appurtenances; sanitary sewers and sewage disposal systems unless such sewers and disposal systems
are within, and a part of,a street or road drainage system; telephone,telegraph, electrical power
distribution lines, or other conduits or lines in or above streets or roads, unless such power lines
become a part of a street or road lighting system; and installing or attaching of any article of tangible
personal property in or to real property, whether or not such personal property becomes a part of the
realty by virtue of installation.
For work performed in such cases,the Contractor shall collect from the Contracting Agency, retail
sales tax on the full contract price. The Contracting Agency will automatically add this sales tax to
each payment to the Contractor. For this reason,the Contractor shall not include the retail sales tax in
the unit bid item prices, or in any other contract amount subject to Rule 170, with the following
exception.
Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or a
subcontractor makes on the purchase or rental of tools,machinery, equipment, or consumable
supplies not integrated into the project. Such sales taxes shall be included in the unit bid item prices
or in any other contract amount.
1-07.2(4) Services
The Contractor shall not collect retail sales tax from the Contracting Agency on any contract wholly
for professional or other services (as defined in Washington State Department of Revenue Rules 138
and 244).
1-07.6 Permits and Licenses
Section 1-07.6 is supplemented as follows:
The permits, easements, and right of entry documents that have been acquired are available for
inspection and review.
Contractor shall be required to comply with all conditions of the permits, easements, and rights of
entry, at no additional cost to Owner. Contractor is required to indemnify Owner from claims on all
easements and rights of entry.
All other permits, licenses, etc., shall be the responsibility of Contractor. Contractor shall comply
with the special provisions and requirements of each.
25
vo
r►
Permits, permission under franchises, licenses and bonds of a temporary nature necessary for and
during the prosecution of the work, and inspection fees in connection therewith shall be secured and
paid for by Contractor. If Owner is required to secure such permits, permission under franchises,
licenses and bonds, and pay the fees, the costs incurred by Owner thereby shall be charged against
Contractor and deducted from any funds otherwise due Contractor.
1-07.9 Wages
1-07.9(5) Required Documents
Delete the first sentence of the third paragraph, and replace it with the following:
Contractor must submit weekly-certified payrolls for the Contractor and all subcontractors and lower
tier subcontractors,regardless of project's funding source.
1-07.11 Requirements for Non-Discrimination
1-07.11(11) City of Renton Affidavit of Compliance
Section 1-07.11(11)is new:
Each Contractor, Subcontractor, Consultant, and or Supplier shall complete and submit a copy of the
"City of Renton Fair Practices Policy Affidavit of Compliance". A copy of this document will be
bound in the bid documents.
1-07.12 Federal Agency Inspection
Section 1-07.12 is supplemented with the following:
Required Federal Aid Provisions
The Required Contract Provisions Federal Aid Construction Contracts (FHWA 1273) and the
amendments thereto supersede any conflicting provisions of the Standard Specifications and are made
a part of this contract; provided, however, that if any of the provisions of FHWA 1273, as amended,
are less restrictive than Washington State Law,then the Washington State Law shall prevail.
The provisions of FHWA 1273, as amended, included in this contract require that the Contractor
insert the FHWA 1273 and amendments thereto in each subcontract, together with the wage rates
which are part of the FHWA 1273, as amended. Also, a clause shall be included in each subcontract
requiring the subcontractors to insert the FHWA 1273 and amendments thereto in any lower tier
subcontracts, together with the wage rates. The Contractor shall also ensure that this Section,
REQUIRED FEDERAL AID PROVISIONS, is inserted in each subcontract for subcontractors and
lower tier subcontractors. For this purpose, upon request to the Project Engineer, the Contractor will
be provided with extra copies of the FHWA 1273, the amendments thereto, the applicable wage rates,
and this Special Provision.
1-07.13 Contractor's Responsibility for Work
1-07.13(1) General
Section 1-07.13(l)is supplemented as follows:
During unfavorable weather and other conditions, the Contractor shall pursue only such portions of
the work as shall not be damaged thereby.
No portion of the work whose satisfactory quality or efficiency will be affected by unfavorable
conditions shall be constructed while these conditions exist, unless by special means or precautions
acceptable to the Engineer,the Contractor shall be able to overcome them.
1-07.15 Temporary Water Pollution/Erosion Control
Delete the first paragraph, and replace it with the following:
26
rf[
.. In an effort to prevent, control, and stop water pollution and erosion within the project, thereby
protecting the work, nearby land, streams, and other bodies of water, the Contractor shall perform all
work in strict accordance with all federal, state, and local laws and regulations governing waters of
.. the State, as well as permits acquired for the project.
1-07.16 Protection and Restoration of Property
1-07.16(1) Private/Public Property
Section 1-07.16(1)is supplemented by adding the following:
The Contracting Agency will obtain all easements and franchises required for the project. The
Contractor shall limit his operation to the areas obtained and shall not trespass on private property.
The Contracting Agency may provide certain lands, as indicated in connection with the work under
the Contract together with the right of access to such lands. The Contractor shall not unreasonably
encumber the premises with his equipment or materials.
The Contractor shall provide, with no liability to the Contracting Agency, any additional land and
access thereto not shown or described that may be required for temporary construction facilities or
storage of materials. He shall construct all access roads, detour roads, or other temporary work as
required by his operations. The Contractor shall confine his equipment, storage of material, and
operation of his workers to those areas shown and described and such additional areas as he may
provide.
A. General. All construction work under this contract on easements,right-of-way, over private
property or franchise, shall be confined to the limits of such easements,right-of-way or franchise. All
work shall be accomplished so as to cause the least amount of disturbance and a minimum amount of
damage. The Contractor shall schedule his work so that trenches across easements shall not be left
open during weekends or holidays and trenches shall not be open for more than 48 hours.
B. Structures. The Contractor shall remove such existing structures as may be necessary for
the performance of the work and, if required, shall rebuild the structures thus removed in as good a
condition as found. He shall also repair all existing structures that may be damaged as a result of the
work under this contract.
C. Easements, cultivated areas and other surface improvements. All cultivated areas, either
agricultural or lawns, and other surface improvements which are damaged by actions of the
Contractor shall be restored as nearly as possible to their original condition.
Prior to excavation on an easement or private right-of-way,the Contractor shall strip topsoil
from the trench or construction area and stockpile it in such a manner that it may be replaced
by him, upon completion of construction. Ornamental trees and shrubbery shall be carefully
removed with the earth surrounding their roots wrapped in burlap and replanted in their original
positions within 48 hours.
All shrubbery or trees destroyed or damaged, shall be replaced b the Contractor with material
g p y of
equal quality at no additional cost to the Contracting Agency. All lawn within the area to be disturbed
by the CONTRACTOR'S operations shall be cut with a sod-cutting machine,removed and disposed
of. The disturbed lawn area shall be restored with sod,after trench is backfilied and compacted. The
restoration of the disturbed areas shall be performed under the following guidelines:
1. Lawn areas: Topsoil shall be placed to a depth of 3 inches and tilled to a sufficient depth to key it
s into the subsoil. Sod strips shall be placed within 48 hours of topsoil placement and shall be placed
without voids and shall have end joints staggered. The sod shall be rolled with a smooth roller
following placement.
2. Non-lawn easement areas: Existing topsoil shall be stripped and stockpiled, from all areas
disturbed in the easement and temporary construction easement areas, for final landscape restoration.
Following trench backfilling and compaction,the stockpiled topsoil shall be reapplied and a 2 %2 inch
27
.r
f
depth of Cedar Grove compost tilled into the topsoil. A minimum of 121 cubic yards of compost
shall be tilled into the disturbed areas(delivery tickets for compost shall be submitted to the engineer
to verify compost quantity). The area shall be hydroseeded with a mix that is compatible with the
original vegetation.
3. King County Tax Lot 2144800804(sheet 2 of the project plans): Following trench backfilling
and compaction, 6 inches of topsoil shall be applied to the easement and temporary construction
easement areas. This area shall be restored immediately following sewer pipe installation on lot
2144800804.
The Contractor shall use rubber wheel equipment similar to the small tractor-type backhoes used by ,
side sewer contractors for all work, including excavation and backfill,on easements or rights-of-way,
which have lawn areas. All fences,markers,mailboxes, or other temporary obstacles shall be
removed by the Contractor and immediately replace,after the trench is backfilled,in their original
position. The Contractor shall notify the Contracting Agency and property Owner at least 24 hours in
advance of any work done on easements or rights-of-way.
Damage to existing structures outside of easement areas that may result from dewatering and/or other
construction activity i under this contract shall be restored to their original condition or better. The
original condition shall be established by photographs taken and/or inspection made prior to
construction. All such work shall be done to the satisfaction of the property Owners and the
Contracting Agency at the expense of the Contractor.
r
D. Streets. The Contractor will assume all responsibility of restoration of the surface of all
streets(traveled ways)used by him if damaged.
In the event the Contractor does not have labor or material immediately available to make necessary
repairs, the Contractor shall so inform the Contracting Agency. The Contracting Agency will make
the necessary repairs and the cost of such repairs shall be paid by the Contractor.
The Contractor is responsible for identifying and documenting any damage that is pre-existing or
caused by others. Restoration of excavation in City streets shall be done in accordance with the City
of Renton Trench Restoration Requirements, which is available at the Public Works Department
Customer Services counter on the 6th floor,Renton City Hall, 1055 South Grady Way.
1-07.17 Utilities and Similar Facilities
Section 1-07.17 is supplemented by adding:
Existing utilities indicated in the Plans have been plotted from the best information available to
Engineer. Information and data shown or indicated in the Contract Documents with respect to
existing underground utilities or services at or contiguous to the project site are based on information
and data furnished to Owner and Engineer by owners of such underground facilities or others, and
Owner and Engineer do not assume responsibility for the accuracy or completeness thereof. It is to
be understood that other aboveground or underground facilities not shown in the Plans may be
encountered during the course of the work.
All utility valves,manholes,vaults, or pull boxes which are buried shall be conspicuously marked in a
fashion acceptable to the Owner and Engineer by the Contractor to allow their location to be
determined by the Engineer or utility personnel under adverse conditions, (inclement weather or
darkness).
Where underground main distribution conduits, such as water, gas, sewer, electric power, or
telephone, are shown on the Plans, the Contractor, for the purpose of preparing his bid, shall assume
that every property parcel will be served by a service connection for each type of utility.
Contractor shall check with the utility companies concerning any possible conflict prior to
P
commencing excavation in any area. Contractor shall resolve all crossing and clearance problems
28
rr.
with the utility company concerned. No excavation shall begin until all known facilities, in the
vicinity of the excavation area, have been located and marked.
In addition to Contractor having all utilities field marked before starting work, Contractor shall have
all utilities field marked after they are relocated in conjunction with this project.
Call Before You Dig
The 48-Hour Locators
1-800-424-5555
At least 2 and not more than 10 working days prior to commencing any excavations for utility
potholing or for any other purpose under this Contract, Contractor shall notify the Underground
Utilities Location Center by telephone of the planned excavation and progress schedule. Contractor is
also warned that there may be utilities on the project that are not part of the One Call system. They
must be contacted directly by Contractor for locations.
Contractor shall make arrangements 48 hours in advance with respective utility owners to have a
representative present when their utility is exposed or modified, if the utility chooses to do so.
r
Existing utilities for telephone, power, gas, water, and television cable facilities shall be adjusted or
relocated by the appropriate utility company unless otherwise noted in the Plans. These adjustments
may be completed before Contractor begins work, or may be performed in conjunction with the
Contract work. Contractor shall be entirely responsible for coordination with the utility companies
and arranging for the movement or adjustment, either temporary or permanent, of their facilities
within the project limits. See also Section 1-05.14 of these Special Provisions.
If or when utility conflicts occur, Contractor shall continue the construction process on other aspects
of the project whenever possible. No additional compensation will be made to Contractor for reason
of delay caused by the actions of any utility company, and Contractor shall consider such costs to be
incidental to the other items of the Contract.
Utility Potholing
Potholing may be included as a bid item for use in determining the location of existing utilities in
advance of the Contractor's operations. If potholing is not included as a bid item then it shall be
considered incidental to other work. The Contractor shall submit all potholing requests to the
Engineer for approval, at least 2 working days before potholing is scheduled. Additionally, the
Contractor shall provide potholing at Engineer's request.
In no way shall the work described under Utility Potholing relieve Contractor of any of the
responsibilities described in Section 1-07.17 of the Standard Specifications and Special Provisions,
and elsewhere in the Contract Documents.
1-07.17(1) Interruption of Services
Section 1-07.17(1)is a new section:
Whenever in the course of the construction operation it becomes necessary to cause an outage of
utilities, it shall be Contractor's responsibility to notify the affected users and Engineer not less than
48 hours in advance of such outage. Contractor shall make reasonable effort to minimize the duration
of outages, and shall estimate the length of time service will be interrupted and so notify the users. In
the case of any utility outage that has exceeded or will exceed four hours, user contact shall again be
made. Temporary service, if needed, will be arranged by Contractor at no cost to Owner.
Overhead lighting outages shall not exceed 24 hours. All cost to Contractor for providing temporary
overhead lighting to meet above requirements shall be incidental to the various unit and Lump sum
rr
items of the Contract; no separate payment will be made.
�r
29
1-07.18 Public Liability and Property Damage Insurance
Section 1-07.18 is deleted replaced by the following new section and subsections:
1-07.18(1) General
The Contractor shall obtain and maintain in full force and effect, from the Contract Execution
Date to the Completion Date, public liability and property damage insurance with an insurance
company(ies) or through sources approved by the State Insurance Commissioner pursuant to
RCW 48.
The Contractor shall not begin work under the Contract until the required insurance has been
obtained and approved by the Contracting Agency. Insurance shall provide coverage to the
Contractor, all subcontractors, Contracting Agency and the Contracting Agency's consultant.The
coverage shall protect against claims for bodily injuries, personal injuries, including accidental
death, as well as claims for property damages which may arise from any act or omission of the
Contractor or the subcontractor,or by anyone directly or indirectly employed by either of them.
If warranted work is required the Contractor shall provide the City proof that insurance coverage
and limits established under the term of the Contract for work are in full force and effect during
the period of warranty work.
The Contracting Agency may request a copy of the actual declaration pages(s)for each insurance
policy effecting coverage(s)required on the Contract prior to the date work commences. Failure
of the Contractor to fully comply during the term of the Contract with the requirements
described herein will be considered a material breach of contract and shall be caused for
immediate termination of the Contract at the option of the Contracting Agency.
All costs for insurance shall be incidental to and included in the unit or Lump sum prices of the
contract and no additional payment will be made.
1-07.18(2) Coverages
As part of the response to this proposal, the Contractor shall submit a completed City of Renton
Insurance Information form,which details specific coverage and limits for this contract.
All coverage provided by the Contractor shall be in a form and underwritten by a company
acceptable to the Contracting Agency. The City requires that all insurers:
1. Be licensed to do business within the State of Washington.
2. Coverage to be on an "occurrence" basis (Professional Liability and Pollution
coverage are acceptable when written on a claims-made basis). The City may also
require proof of professional liability coverage be provided for up to two (2) years
after the completion of the project.
3. The City may request a copy of the actual declaration page(s) for each insurance
policy affecting coverage(s) required by the Contract prior to the date work
commences.
4. Possess a minimum A.M.best rating of AVII(A rating of A XII or better is preferred.)
If any insurance carrier possesses a rating of less than AVH, the City may make an
exception.
The City reserves the right to approve the security of the insurance coverage provided by the
insurance company(ies), terms, conditions, and the Certificate of Insurance. Failure of the
Contractor to fully comply during the term of the Contract with these requirements will be
considered a material breach of contract and shall be cause for immediate termination of the
contract at the option of the City.
The Contractor shall obtain and maintain the minimum insurance coverage set forth below. By
requiring such minimum insurance, the City of Renton shall not be deemed or construed to have
assessed the risks that may be applicable to the Contractor. The Contractor shall assess its own
risks and if it deems appropriate and/or prudent,maintain higher limits and/or broader coverage.
30
Coverage shall include:
A. Commercial General Liability - ISO 1993 Form or equivalent. Coverage will be
written on an occurrence basis and include:
r� • Premises and Operations (including CG2503; General Aggregate to apply per
project, if applicable)
• Explosion, Collapse, and Underground Hazards.
• Products/Completed Operations
• Contractual Liability (including Amendatory Endorsement CG 0043 or
equivalent which includes defense coverage assumed under contract)
• Broad Form Property Damage
• Independent Contractors
"�" • Personal/Advertising Injury
• Stop Gap Liability
B. Automobile Liability including all
an • Owned Vehicles
• Non-Owned Vehicles
• Hired Vehicles
C. Workers'Compensation
• Statutory Benefits(Coverage A) - Show Washington Labor&Industries Number
D. Umbrella Liability(when necessary)
• Excess of Commercial General Liability and Automobile Liability. Coverage
should be as broad as primary.
E. Professional Liability - (whenever the work under this Contract includes Professional
Liability, (i.e. architectural, engineering, advertising, or computer programming) the
Contractor shall maintain professional liability covering wrongful acts, errors and/or
omissions of the Contractor for damage sustained by reason of or in the course of
operations under this Contract.
F. The Contracting Agency reserves the right to request and/or require additional
coverages as may be appropriate based on work performed(i.e.pollution liability).
Contractor shall name City of Renton, and its officers, officials, agents, employees and
�i volunteers as Additional Insured (ISO Form CG 2010 or equivalent). The Contractor shall
provide City of Renton Certificates of Insurance prior to commencement of work. The City
reserves the right to request copies of insurance policies, if at their sole discretion it is deemed
appropriate. Further, all policies of insurance described above shall:
A. Be on a primary basis not contributory with any other insurance coverage and/or self-
insurance carried by City of Renton.
B. Include a Waiver of Subrogation Clause.
C. Severability of Interest Clause (Cross Liability)
D. Policy may not be non-renewed, canceled or materially changed or altered unless forty-
five (45) days prior written notice is provided to City of Renton. Notification shall be
provided to City of Renton by certified mail.
1-07.18(3) Limits
LIMITS REQUIRED
Providing coverage in these stated amounts shall not be construed to relieve the Contractor from
liability in excess of such limits. The Contractor shall carry the following limits of liability as
required below:
Commercial General Liability
General Aggregate* $2,000,000 **
�•• Products/Completed Operations $2,000,000 **
Aggregate
Each Occurrence Limit $1,000,000
Personal/Advertising Injury $1,000,000
Fire Damage (Any One Fire) $50,000
Medical Payments(Any One $5,000
Person)
rr
31
Stop Gap Liability $1,000,000
* General Aggregate to apply per project M
(ISO Form CG2503 or equivalent)
**Amount may vary based on project risk an
Automobile Liability
Bodily Injury/Property Damage $1,000,000
(Each Accident)
Workers'Compensation its
Statutory Benefits-Coverage A Variable
(Show Washington Labor and Industries Number)
Umbrella Liability
Each Occurrence Limit $1,000,000
General Aggregate Limit $1,000,000
Products/Completed Operations $1,000,000 �+
Aggregate
Professional Liability(If
required)
Each Occurrence/ $1,000,000
Incident/Claim
Aggregate $2,000,000
Pollution Liability(If required)
The City may require the Contractor to keep professional liability coverage in effect for up to
two (2)years after completion of the project.
The Contractor shall promptly advise the City of Renton in writing in the event any general
aggregate or other aggregate limits are reduced. At their own expense, the Contractor will
reinstate the aggregate to comply with the minimum limits and requirements as stated in Section
1-07.18(3) and shall furnish the City of Renton a new Certificate of Insurance showing such
coverage is in force.
1-07.18(4) Evidence of Insurance:
Within 20 days of award of the Contract, the Contractor shall provide evidence of insurance by
submitting to the Contracting Agency the following:
1. City of Renton Insurance Information Form(attached herein)without modification.
2. Certificate of Insurance (Accord Form 25s or equivalent) conforming to items as
specified in Sections 1-07.18(1), 1-07.18(2), and 1-07.18(3) as revised above. Other
requirements are as follows:
A. Strike the following or similar wording: "This Certificate is issued as a matter of
information only and confers no rights upon the Certificate Holder".
B. Strike the wording regarding cancellation notification to the City: "Failure to
mail such notice shall impose no obligation or liability of any kind upon the
company,its agents or representatives".
C. Amend the cancellation clause to state: "Policy may not be non-renewed,
canceled or materially changed or altered unless 45 days prior written notice is
provided to the City". Notification shall be provided to the City by certified mail.
For Professional Liability coverage only, instead of the cancellation language specified
above, the City will accept a written agreement that the consultant's broker will provide
the required notification.
1-07.22 Use of Explosives
Section 1-07.22 is supplemented by the following:
(******)
Explosives shall not be used without specific authority of the Engineer, and then only under such
restrictions as may be required by the proper authorities. Explosives shall be handled and used in
32 ,
strict compliance with WAC 296-52 and such local laws, rules and regulations that may apply. The
individual in charge of the blasting shall have a current Washington State Blaster Users License.
.r, The Contractor shall obtain, comply with, and pay for such permits and costs as are necessary in
conjunction with blasting operations.
1-07.23 Public Convenience and Safety
1-07.23(1) Construction Under Traffic
Revise the second paragraph to read:
To disrupt public traffic as little as possible, the Contractor shall permit traffic to pass through the
work with the least possible inconvenience or delay. The Contractor shall maintain existing roads,
streets, sidewalks driveways and paths within the project limits, keeping them open, and in good,
°01 clean, safe condition at all times. Deficiencies caused by the Contractor's operations shall be repaired
at the Contractor's expense. Deficiencies not caused by the Contractor's operations shall be repaired
by the Contractor when directed by the Engineer, at the Contracting Agency's expense. The
Contractor shall also maintain roads, streets, sidewalks, driveways and paths adjacent to the project
limits when affected by the Contractor's operations. Snow and ice control will be performed by the
Contracting Agency on all projects. Cleanup of snow and ice control debris will be at the Contracting
Agency's expense. The Contractor shall perform the following:
1. Remove or repair any condition resulting from the work that might impede traffic or create a
hazard.
2. Keep existing traffic signal and highway lighting systems in operation as the work proceeds.
(The Contracting Agency will continue the route maintenance on such system.)
3. Maintain the striping on the roadway at the Contracting Agency's expense. The Contractor shall
be responsible for scheduling when to renew striping, subject to the approval of the Engineer.
When the scope of the project does not require work on the roadway, the Contracting Agency will
be responsible for maintaining the striping.
' 4. Maintain existing permanent signing. Repair of signs will be at the Contracting Agency's
expense, except those damaged due to the Contractor's operations.
5. Keep drainage structures clean to allow for free flow of water. Cleaning of existing drainage
structures will be at the Contracting Agency's expense when approved by the Engineer, except
when flow is impaired due to the Contractor's operations.
Section 1-07.23(1) is supplemented by adding the following:
The Contractor shall be responsible for controlling dust and mud within the project limits and on any
street, which is utilized by his equipment for the duration of the project. The Contractor shall be
prepared to use watering trucks, power sweepers, and other pieces of equipment as deemed necessary
by the Engineer,to avoid creating a nuisance.
Dust and mud control shall be considered as incidental to the project, and no compensation will be
made for this section.
■r Complaints of dust, mud, or unsafe practices and/or property damage to private Ownership will be
transmitted to the Contractor and prompt action in correcting them will be required by the Contractor.
33
Contractor shall maintain the roads during construction in a suitable condition to minimize affects to
vehicular and pedestrian traffic. All cost to maintain the roads shall be borne by Contractor.
At least one-way traffic shall be maintained on all cross-streets within the project limits during
working hours. One lane shall be provided in each direction for all streets during non-working hours.
Contractor shall provide one drivable roadway lane and maintain convenient access for local and
commuter traffic to driveways,businesses, and buildings along the line of work throughout the course
of the project. Such access shall be maintained as near as possible to that which existed prior to the
commencement of construction. This restriction shall not apply to the paving portion of the
construction process.
Contractor shall notify and coordinate with all property owners and tenants of street closures, or other
restrictions which may interfere with their access—at least 24 hours in advance for single-family
residential property, and at least 48 hours in advance for apartments, offices, and commercial
property. Contractor shall give a copy of all notices to Engineer.
When the abutting owners' access across the right-of-way line is to be eliminated and replaced under '
the Contract by other access, the existing access shall not be closed until the replacement access
facility is available.
All unattended excavations shall be properly barricaded and covered at all times. Contractor shall not
open any trenches that cannot be completed and refilled that same day. Trenches shall be patched or
covered by a temporary steel plate, at Contractor's expense, except in areas where the roadway
remains closed to public traffic. Steel plates must be anchored.
1-07.23(2) Construction and Maintenance of Detours
Revise the first paragraph to read:
Unless otherwise approved, the Contractor shall maintain two-way traffic during construction. The
Contractor shall build, maintain in a safe condition, keep open to traffic, and remove when no longer
needed:
1. Detours and detour bridges that will accommodate traffic diverted from the roadway, bridge,
sidewalk driveway, or path during construction,
2. Detour crossings of intersecting highway, and
3. Temporary approaches.
1-07.24 Rights-of-Way �+
Delete this section in its entirety, and replace it with the following:
Street right-of-way lines, limits of easements, and limits of construction permits are indicated on the
Drawings. The Contractor's construction activities shall be confined within these limits unless
arrangements for use of private property are made.
Generally, the Contracting Agency will have obtained, prior to bid opening, all rights-of-way and
easements, both permanent and temporary, necessary for carrying out the completion of the work.
Exceptions to this are noted in the Contract Documents or brought to the Contractor's attention by a
duly issued addendum.
Whenever any of the work is accomplished on or through property other than public right-of-way, the
Contractor shall meet and fulfill all covenants and stipulations of any easement agreement obtained
by the Contracting Agency from the owner of the private property. Copies of the easement
agreements are included in the Contract Provisions or made available to the Contractor as soon as
practical after they have been obtained buy the Engineer.
34 '
Whenever easements or rights-of-entry have not been acquired prior to advertising, these areas are so
noted on the Drawings. The Contractor shall not proceed with any portion of the Work in areas where
right-of-way, easements, or rights-of-entry have not been acquired until the Engineer certifies to the
Contractor that the right-of-way or easement is available or that the right-of-entry had been received.
If the Contractor is delayed due to acts of omission on the part of the Contracting Agency in obtaining
easements, rights of entry of right-of-way, the Contractor will be entitled to an extension of time. The
Contractor agrees that such delay shall not be a breach of contract.
Each property owner shall be given 48 hours notice prior to entry by the Contactor. This includes
entry onto easements and private property where private improvements must be adjusted.
The Contractor shall be responsible for providing, without expense or liability of the Contracting
Agency, any additional land and access thereto that the Contractor may desire for temporary
construction facilities, storage of materials, or other Contractor needs. However, before using any
private property, whether adjoining the work or not, the Contractor shall file with the Engineer a
written permission of the private property owner, and, upon vacating the premises, a written release
from the property owner of each property disturbed or otherwise interfered with by reasons of
construction pursued under this Contract. The statement shall be signed by the private property
owner, or proper authority acting for the owner of the private property affected, stating that
permission has been granted to use the property and all necessary permits have been obtained or, in
the case of a release, that the restoration of the property has been satisfactorily accomplished. The
statement shall include the parcel number, address and date of signature. Written releases must be
filed with the Engineer before the Completion Date will be established.
' 1-08 PROSECUTION AND PROGRESS
1-08.0 Preliminary Matters
Section 1-08.0 is a new section with subsection:
1-08.0(1) Preconstruction Conference
' Section 1-08.0(1)is a new subsection:
The Engineer will furnish the Contractor with up to 5 copies of the Contract Documents. Additional
documents may be furnished upon request at the cost of reproduction. Prior to undertaking each part
of the work the Contractor shall carefully study and compare the Contract Documents, and check and
verify pertinent figures shown therein and all applicable field measurements. The Contractor shall
promptly report in writing to the Engineer any conflict, error or discrepancy, which the Contractor
may discover.
After the Contract has been executed, but prior to the Contractor beginning the work, a
preconstruction conference will be held between the Contractor, the Engineer and such other
interested parties as may be invited.
The Contractor shall prepare and submit at the preconstruction meeting:
-* Contractor's plan of operation and progress schedule (3+copies)
4 Approval of qualified subcontractors (bring list of subcontractors if different from list
submitted with bid)
+ List of materials fabricated or manufactured off the project
4 Material sources on the project
+ Names of principal suppliers
Detailed equipment list, including "Rental Rate Blue Book" hourly costs (both
working and standby rates)
-� Weighted wage rates for all employee classifications anticipated to be used on Project
•• Cost percentage breakdown for lump sum bid item(s)
4 Shop Drawings (bring preliminary list)
4 Traffic Control Plans (3+copies)
4 Temporary Water Pollution/Erosion Control Plan
35
In addition,the Contractor shall be prepared to address: ,
Bonds and insurance
Project meetings—schedule and responsibilities
Provision for inspection for materials from outside sources
Responsibility for locating utilities
Responsibility for damage
Time schedule for relocations,if by other than Contractor
Compliance with Contract Documents
Acceptance and approval of work ,
Labor compliance,payrolls,and certifications
Safety regulations for Contractors'and Owner's employees and representatives
Suspension of work,time extensions '
Change order procedures
Progress estimates,procedures for payment
Special requirements of funding agencies
Construction engineering,advance notice of special work
Any interpretation of the Contract Documents requested by Contractor
Any conflicts or omissions in Contract Documents
Any other problems or questions concerning the work
Processing and administration of public complaints '
Easements and rights-of-entry
Other contracts
The franchise utilities may be present at the preconstruction conference, and Contractor should be '
prepared for their review and discussion of progress schedule and coordination.
1-08.0(2) Hours of Work I
Section 1-08.0(2)is a new subsection:
(******)
Except in the case of emergency or unless otherwise approved by the Contracting Agency, the normal '
straight time working hours for the Contract shall be any consecutive 8-hour period between 7:00
a.m. and 6:00 p.m. of a working day with a maximum 1-hour lunch break and a 5-day work week.
The normal straight time 8-hour working period for the Contract shall be established at the
preconstruction conference or prior to the Contractor commencing the Work.
If a Contractor desires to perform work on holidays, Saturdays, Sundays, or before 7:00 a.m. or after
5:00 p.m. on any day, the Contractor shall apply in writing to the Engineer for permission to work
such times. Permission to work longer than an 8-hour period between 7:00 a.m. an 5:00 p.m. is not '
required. Such requests shall be submitted to the Engineer no later than noon on the working day
prior to the day for which the Contractor is requesting permission to work.
Permission to work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and between the
hours of 10:00 p.m. and 7:00 a.m. on weekends or holidays may also be subject to noise control
requirements. Approval to continue work during these hours may be revoked at any time the
Contractor exceeds the Contracting Agency's noise control regulations or complaints are received '
from the public or adjoining property owners regarding the noise from the Contractor's operations.
The Contractor shall have no claim for damages or delays should such permission be revoked for
these reasons.
Permission to work Saturdays, Sundays, holidays or other than the agreed upon normal straight time
working hours Monday through Friday may be given subject to certain other conditions set forth by
the Contracting Agency or Engineer. These conditions may include but are not limited to: requiring '
the Engineer or such assistants as the Engineer may deem necessary to be present during the work;
requiring the Contractor to reimburse the Contracting Agency for the cost of engineering salaries paid
Contracting Agency employees who worked during such times; considering the work performed on
Saturday and holiday as working day with regards to the Contract Time; and considering multiple
36
work shifts as multiple working days with respect to Contract Time even though the multiple shifts
occur in a single 24-hour period. Assistants may include, but are not limited to, survey crews;
personnel from the Contracting Agency's material testing lab; inspectors; and other Contracting
�• Agency employees when in the opinion of the Engineer such work necessitates their presence.
1-08.0(3) Reimbursement for Overtime Work of Contracting Agency Employees
Section 1-08.0(3) is a new subsection:
Where the Contractor elects to work on a Saturday, Sunday, or other holiday, or longer than an 8-hour
work shift on a regular working day, as defined in the Standard Specifications, such work shall be
considered as overtime work. On all such overtime work an inspector will be present, and a survey
crew may be required at the discretion of the Engineer. The Contractor shall reimburse the
Contracting Agency for the full amount of the straight time plus overtime costs for employees of the
Contracting Agency required to work overtime hours.
The Contractor by these Specifications does hereby authorize the Engineer to deduct such costs from
the amount due or to become due the Contractor.
1-08.1 Subcontracting
Revise the second paragraph to read:
The Contractor shall not subcontract work unless the Engineer approves in writing. Each request to
subcontract shall be on the form the Engineer provides. If the Engineer requests, the Contractor shall
provide proof that subcontractor has the experience, ability, and equipment the work requires. The
Contractor shall require each subcontractor to comply with Section 1-07.9 and to furnish all
certificates and statements required by the Contract. The Contractor shall require each subcontractor
of every tier to meet the responsibility criteria stated in RCW 39 06 and shall include these
requirements in every subcontract of every tier.
Section 1-08.1 is supplemented as follows:
Written requests for change in subcontractors shall be submitted by Contractor to Engineer at least 7
calendar days prior to start of a subcontractor's work.
Contractor agrees that he/she is fully responsible to the Owner for the acts and omissions of all
subcontractors and lower-tier subcontractors, and persons either directly or indirectly employed by
the subcontractors, as well as for the acts and omissions of persons directly employed by Contractor.
Contractor shall be required to give personal attention to the work that is sublet. Nothing contained in
the Contract Documents shall create any contractual relation between any subcontractor and Owner.
Contractor shall be responsible for making sure all subcontractors submit all required documentation,
'
forms, etc.
1-08.2 Assignment
The second paragraph of Section 1-08.2 is modified as follows:
Contractor shall not assign any moneys due or to become due to Contractor hereunder without the
prior written consent of Owner. The assignment, if approved, shall be subject to all setoffs,
withholdings, and deductions required by law and the Contract.
1-08.3 Progress Schedule
Section 1-08.3 is supplemented as follows:
The progress schedule for the entire project shall be submitted 7 calendar days prior to the
Preconstruction Conference. The schedule shall be prepared using the critical path method (CPM),
preferably using Microsoft Project or equivalent software. The schedule shall contain this
information, at a minimum:
r
37
1. Construction activities, in sufficient detail that all activities necessary to construct a complete
and functional project are considered. Any activity that has a scheduled duration exceeding 30
calendar days shall be subdivided until no sub-element has a duration exceeding 30 calendar ,
days.
The schedule shall clearly indicate the activities that comprise the critical path. For each activity
not on the critical path,the schedule shall show the float, or slack,time. '
2. Procurement of material and equipment.
3. Submittals requiring review by Engineer. Submittal by Contractor and review by Engineer shall
be shown as separate activities.
4. Work to be performed by a subcontractor, agent, or any third party. '
5. Allowances for delays that could result from normal inclement weather (time extensions due to
inclement weather will not be allowed).
6. Allowances for the time required by utilities (Owner's and others)to locate, monitor, and adjust
their facilities as required. '
Engineer may request Contractor to alter the progress schedule when deemed necessary in the opinion
of Engineer, in the interest of public safety and welfare of Owner, or for coordination with any other '
activity of other contractors, the availability of all or portions of the job site, or special provisions of
this Contract, or to reasonably meet the completion date of the project. Contractor shall provide such
revised schedule within 10 days of request.
If, at any time, in the opinion of Engineer, the progress of construction falls significantly behind
schedule, Contractor may be required to submit a plan for regaining progress and a revised schedule
indicating how the remaining work items will be completed within the authorized contract time.
Contractor shall promptly report to Engineer any conditions that the Contractor feels will require '
revision of the schedule and shall promptly submit proposed revisions in the progress schedule for
acceptance by Engineer. When such changes are accepted by Engineer, the revised schedule shall be
followed by Contractor.
Weekly Schedule. Contractor shall submit a weekly progress schedule to Engineer which sets forth
specific work to be performed the following week, and a tentative schedule for the second week. '
Failure to Maintain Progress Schedule. Engineer will check actual progress of the work against the
progress schedule a minimum of two times per month. Failure, without just cause, to maintain
progress in accordance with the approved schedule shall constitute a breach of Contract. If, through
no fault of Contractor, the proposed construction schedule cannot be met, Engineer will require
Contractor to submit a revised schedule to Engineer for acceptance. The approved revisions will
thereafter,in all respects,apply in lieu of the original schedule. '
Failure of Contractor to follow the progress schedule submitted and accepted, including revisions
thereof, shall relieve Owner of any and all responsibility for furnishing and making available all or
any portion of the job site,and will relieve Owner of any responsibility for delays to Contractor in the
performance of the work.
The cost of preparing the progress schedule, any supplementary progress schedules, and weekly
schedules shall be considered incidental to the Contract and no other compensation shall be made.
1-08.4 Notice to Proceed and Prosecution of the Work
Section 1-08.4 is replaced with the following: '
Notice to Proceed will be given after the Contract has been executed and the Contract bond and
evidence of insurances have been approved and filed by the Owner. The Contractor shall not
commence the work until the Notice to Proceed has been given by the Engineer.The Contractor shall
commence construction activities on the project site within ten days of the Notice to Proceed date.
The work thereafter shall be prosecuted diligently, vigorously, and without unauthorized interruption
until physical completion of the work. There shall be no voluntary shutdowns or slowing of
operations by the Contractor without prior approval of the Engineer. Such approval shall not relieve
38 '
r
the Contractor from the contractual obligation to complete the work within the prescribed Contract
Time.
1-08.5 Time For Completion
The first five paragraphs of Section 1-08.5 are deleted and replaced with the following:
The work shall be physically completed in its entirety within the time specified in the Contract
Documents or as extended by the Engineer.The Contract Time will be stated in"working days", shall
begin on the Notice To Proceed date, or the date identified in the Notice to Proceed as "the first
working day", and shall end on the Contract Completion date.
r
A nonworking day is defined as a Saturday, a Sunday, a day on which the Contract specifically
suspends work, or one of these holidays: January 1, third Monday of January, Memorial Day, July 4,
Labor Day, November 11, Thanksgiving Day, the day after Thanksgiving, and Christmas Day. The
r day before Christmas shall be a holiday when Christmas Day occurs on a Tuesday or Friday. The day
after Christmas shall be a holiday when Christmas Day occurs on a Monday,Wednesday, or Thursday.
When Christmas Day occurs on a Saturday, the two preceding working days shall be observed as
holidays. When Christmas day occurs on a Sunday, the two working days following shall be
observed as holidays. When holidays other than Christmas fall on a Saturday, the preceding Friday
will be counted as a non-working day and when they fall on a Sunday the following Monday will be
counted as a non-working day. The Contract Time has been established to allow for periods of normal
inclement weather that, from historical records, is to be expected during the Contract Time, and
during which periods, work is anticipated to be performed. Each successive working day, beginning
with the Notice to Proceed date and ending with the Physical Completion date, shall be charged to the
Contract Time as it occurs except a day, or part of a day, which is designated a nonworking day or an
Engineer determined unworkable day.
The Engineer will furnish the Contractor a weekly report showing (1) the number of working days
charged against the Contract Time for the preceding week; (2) the Contract Time in working days; (3)
the number of working days remaining in the Contract Time; (4) the number of nonworking days; and
(5) any partial or whole days the Engineer declared unworkable the previous week. This weekly
report will be correlated with the Contractor's current approved progress schedule. If the Contractor
elects to work 10 hours a day and 4 days a week (a 4-10 schedule), and the fifth day of the week in
which a 4-10 shift is worked would ordinarily be charged as a working day, then the fifth day of that
week will be charged as a working day whether or not the Contractor works on that day.
The Contractor will be allowed 10 calendar days from the date of each report in which to file a
written protest of an alleged discrepancy in the Contract Time as reported. Otherwise, the report will
be deemed to have been accepted by the Contractor as correct.
The requirements for scheduling the Final Inspection and establishing the Substantial Completion,
Physical Completion, and Completion Dates are specified in Sections 1-05.11 and 1-05.12.
Revise the seventh paragraph to read:
The Engineer will give the Contractor written notice of the completion date of the Contract after all
the Contractor's obligations under the Contract have been performed by the Contractor. The
following events must occur before the Completion Date can be established:
1. The physical work on the project must be complete; and
r
2. The Contractor must furnish all documentation required by the Contract and required by law, to
allow the Contracting Agency to process final acceptance of the Contract. The following
documents must be received by the Project Engineer prior to establishing a completion date:
a. Certified Payrolls (Federal-aid Projects)
b. Material Acceptance Certification Documents
39
c. Annual Report of Amounts Paid as MBE/WBE Participants or Quarterly Report of
Amounts Credited as DBE Participation, as required by the Contract Provisions.
d. FHWA 47 (Federal-aid Projects)
e. Final Contract Voucher Certification
f. Property owner releases per Section 1-07.24 '
Section 1-08.5 is supplemented as follows:
Within 10 calendar days after execution of the Contract by the Contracting Agency, Contractor shall '
provide the Contracting Agency with copies of purchase orders for all equipment items deemed
critical by the Contracting Agency, including but not limited to signal controller materials, lighting
standards, and signal standards required for the physical completion of the Contract. Such purchase
orders shall disclose the estimated delivery dates for the equipment.
All items of work that can be performed without delivery of the critical items shall start and be
completed as soon as possible. At that time, Engineer may suspend the work upon request of
Contractor until the critical items are delivered to Contractor, if the Contracting Agency received a '
purchase order within 10 calendar days after execution of the Contract by the Contracting Agency.
Contractor will be entitled to only one such suspension of time during the performance of the work
and during such suspension shall not perform any additional work on the project. Upon delivery of ,
the critical items, contract time will resume and continue to be charged in accordance with Section 1-
08.
1-08.6 Suspension of Work
Section 1-08.6 is supplemented as follows:
Owner may at any time suspend the work, or any part thereof, by giving notice to Contractor in
writing. The work shall be resumed by Contractor within 14 calendar days after the date fixed in the
written notice from Owner to Contractor to do so.
Contractor shall not suspend work under the Contract without the written order of Owner.
If it has been determined that Contractor is entitled to an extension of time, the amount of such
extension shall be only to compensate for direct delays, and shall be based upon Contractor's
diligently pursuing the work at a rate not less than that which would have been necessary to complete
the original Contract Work on time.
1-08.7 Maintenance During Suspension
Revise the second paragraph to read:
At no expense to the Contracting Agency,the Contractor shall provide through the construction area a
safe, smooth, and unobstructed roadway, sidewalk driveway, and path for public use during
suspension (as required in Section 1-07.23 or the Special Provisions). This may include a temporary
road or detour.
1-08.9 Liquidated Damages �+
Section 1-08.9 is supplemented as follows:
In addition, Contractor shall compensate Owner for actual engineering inspection and supervision
costs and any other expenses and legal fees incurred by Owner as a result of such delay. Such labor so
costs will be billed to Contractor at actual costs, including administrative overhead costs.
In the event that Owner is required to commence any lawsuit in order to enforce any provision of this
Contract or to seek redress for any breach thereof, Owner shall be entitled to recover its costs,
including reasonable attorneys fees, from Contractor. ,
40
1-08.11 Contractor's Plant and Equipment
Section 1-08.11 is anew Section:
40 The Contractor alone shall at all times be responsible for the adequacy, efficiency, and sufficiency of
his and his subcontractor's plant and equipment. The Owner shall have the right to make use of the
Contractor's plant and equipment in the performance of any work on the site of the work.
+� The use by the Owner of such plant and equipment shall be considered as extra work and paid for
accordingly.
Neither the Owner nor the Engineer assumes any responsibility, at any time, for the security of the
1p' site from the time Contractor's operations have commenced until final acceptance of the work by the
Engineer and the Owner. The Contractor shall employ such measures as additional fencing,
barricades, and watchmen service, as he deems necessary for the public safety and for the protection
r of the site and his plant and equipment. The Owner will be provided keys for all fenced, secured
areas.
1-08.12 Attention to Work
rr Section 1-08.12 is a new section:
The Contractor shall give his personal attention to and shall supervise the work to the end that it shall
be prosecuted faithfully, and when he is not personally present on the work site, he shall at all times
be represented by a competent superintendent who shall have full authority to execute the same, and
to supply materials, tools, and labor without delay, and who shall be the legal representative of the
Contractor. The Contractor shall be liable for the faithful observance of any instructions delivered to
him or to his authorized representative.
1-09 MEASUREMENT AND PAYMENT
1-09.1 Measurement of Quantities
Section 1-09.1 is supplemented by adding the following:
Lump Sum. The percentage of lump sum work completed, and payment will be based on the cost
percentage breakdown of the lump sum bid price(s) submitted at the preconstruction conference.
The Contractor shall submit a breakdown of costs for each lump sum bid item. The breakdown shall
list the items included in the lump sum together with a unit price of labor, materials, and equipment
for each item. The summation of the detailed unit prices for each item shall add up to the lump sum
bid. The unit price values may be used as a guideline for determining progress payments or
deductions or additions in payment for ordered work changes.
Cubic Yard Quantities. Contractor shall provide truck trip tickets for progress payments only in the
following manner. Where items are specified to be paid by the cubic yard, the following tally system
shall be used.
All trucks to be employed on this work will be measured to determine the volume of each truck.
Each truck shall be clearly numbered, to the satisfaction of Engineer, and there shall be no duplication
of numbers.
Duplicate tally tickets shall be prepared to accompany each truckload of material delivered on the
project. All tickets received that do not contain the following information will not be processed for
payment:
1 Truck number
2 Quantity and type of material delivered in cubic yards
3 Drivers name, date and time of delivery
4 Location of delivery,by street and stationing on each street
5 Place for Engineer to acknowledge receipt
41
+Mr
6 Pay item number
7 Contract number and/or name
It will be Contractor's responsibility to see that a ticket is given to Engineer on the project for each
truckload of material delivered. Pay quantities will be prepared on the basis of said tally tickets.
Loads will be checked by Engineer to verify quantity shown on ticket. '
Quantities by Ton. It will be Contractor's responsibility to see that a certified weight ticket is given to
the Inspector on the project at the time of delivery of materials for each truckload delivered. Pay
quantities will be prepared on the basis of said tally tickets, delivered to Inspector at time of delivery
of materials. Tickets not receipted by Inspector will not be honored for payment.
Each truck shall be clearly numbered to the satisfaction of Engineer and there shall be no duplication
of numbers.
Duplicate tickets shall be prepared to accompany each truckload of material delivered to the project.
All tickets received that do not contain the following information will not be processed for payment:
1. Truck number
2. Truck tare weight(stamped at source)
3. Gross truckload weight in tons(stamped at source)
4. Net load weight(stamped at source)
5. Driver's name, date, and time of delivery
6. Location for delivery by street and stationing on each street
7. Place for Engineer to acknowledge receipt ,
8. Pay item number
9. Contract number and/or name
1-09.3 Scope of Payment
Section 1-09.3 is supplemented by adding the following:
The bid items listed in Section 1-09.14 will be the only items for which compensation will be made ,
for the work described in each section of the Standard Specifications when the Contractor performs
the specified work. Should a bid item be listed in a "Payment" clause but not in the Proposal Form,
and work for that item is performed by the Contractor and the work is not stated as included in or
incidental to a pay item in the Contract and is not work that would be required to complete the intent
of the Contract per Section 1-04.1, then payment for that work will be made as for Extra Work
pursuant to a Change Order.
The words "Bid Item," "Contract Item," and "Pay Item," and similar terms used throughout the ,
Contract Documents are synonymous.
If the "payment" clause in the Specifications relating to any unit bid item price in the Proposal Form
requires that said unit bid item price cover and be considered compensation for certain work or
material essential to the item, then the work or material will not be measured or paid for under any
other unit bid item which may appear elsewhere in the Proposal Form or Specifications.
Pluralized unit bid items appearing in these Specifications are changed to singular form. ,
Payment for bid items listed or referenced in the "Payment" clause of any particular section of the
Specifications shall be considered as including all of the work required, specified,or described in that
particular section. Payment items will generally be listed generically in the Specifications, and
specifically in the bid form.When items are to be"furnished"under one payment item and"installed"
under another payment item, such items shall be furnished FOB project site, or, if specified in the
Special Provisions, delivered to a designated site. Materials to be "furnished," or "furnished and
installed" under these conditions, shall be the responsibility of the Contractor with regard to storage
until such items are incorporated into the work or, if such items are not to be incorporated into the
work, delivered to the applicable Contracting Agency storage site when provided for in the ,
42
Specifications. Payment for material "furnished," but not yet incorporated into the work, may be
made on monthly estimates to the extent allowed.
,. 1-09.6 Force Account
Section 1-09.6 is supplemented as follows:
Owner has estimated and included in the proposal, dollar amounts for all items to be paid per force
account, only to provide a common proposal for Bidders. All such dollar amounts are to become a
part of Contractor's total bid. However, the Owner does not warrant expressly or by implication that
the actual amount of work will correspond with those estimates. Payment will be made on the basis
of the amount of work actually authorized by Engineer.
1-09.7 Mobilization
Section 1-09.7 is supplemented as follows:
Mobilization shall also include, but not be limited to, the following items: the movement of
Contractor's personnel, equipment, supplies, and incidentals to the project site; the establishment of
an office, buildings, and other facilities necessary for work on the project; providing sanitary facilities
for Contractor's personnel; and obtaining permits or licenses required to complete the project not
furnished by Owner.
This item shall also include providing Engineer and Inspectors with access to telephone, facsimile
machine, and copy machine during all hours Contractor is working on the jobsite; and a table and
chair for their use when needed.
Payment will be made for the following bid item(s):
"Mobilization&Demobilization,"Lump Sum.
1-09.9 Payments
Delete the third paragraph and replace it with the following:
Progress payments for completed work and material on hand will be based upon progress estimates
prepared by the Engineer. A progress estimate cutoff date will be established at the preconstruction
meeting.
The initial progress estimate will be made not later than 30 days after the Contractor commences the
work, and successive progress estimates will be made every month thereafter until the Completion
Date. Progress estimates made during progress of the work are tentative, and made only for the
purpose of determining progress payment. The progress estimates are subject to change at any time
prior to the calculation of the final payment.
The value of the progress estimate will be the sum of the following:
1. Unit Price Items in the Bid Form — the approximate quantity of acceptable units of work
completed multiplied by the unit price.
2. Lump Sum Items in the Bid Form — the estimated percentage complete multiplied by the Bid
Forms amount for each lump sum item, or per the schedule of values for that item.
3. Materials on Hand— 100 percent of invoiced cost of material delivered to job site or other storage
area approved by the Engineer.
4. Change Orders — entitlement for approved extra cost or completed extra work as determined by
the Engineer.
Progress payments will be made in accordance with the progress estimate less:
43
1
t
1. Retainage per Section 1-09.9(1);
2. The amount of Progress Payments previously made; and ,
3. Funds withheld by the Contracting Agency for disbursement in accordance with the Contract
Documents.
Progress payments for work performed shall not be evidence of acceptable performance or an
admission by the Contracting Agency that any work has been satisfactorily completed.
Payments will be made by warrants, issued by the Contracting Agency's fiscal officer, against the
appropriate fund source for the project. Payments received on account of work performed by a
subcontractor are subject to the provisions of RCW 39.04.250.
Section 1-09.9 is supplemented as follows:
Applications for payment shall be itemized and supported to the extent required by Engineer by
receipts or other vouchers showing payment for materials and labor, payments to subcontractors, and
other such evidence of Contractor's right to payment as Engineer may direct.
Contractor shall submit a progress report with each monthly request for a progress payment. The
progress report shall indicate the estimated percent complete for each activity listed on the progress
schedule(see Section 1-08.3).
1-09.9(1) Retainage
Section 1-09.9(1)is supplemented as follows:
The retained amount shall be released as stated in the Standard Specifications if no claims have been
filed against such funds as provided by law, and if Owner has no unsatisfied claims against
Contractor. In the event claims are filed, Owner shall withhold, until such claims are satisfied, a sum
sufficient to satisfy all claims and to pay attorney's fees. In addition, Owner shall withhold such
amount as is required to satisfy any claims by Owner against Contractor, until such claims have been
finally settled.
Neither the final payment nor any part of the retained percentage shall become due until Contractor,if
requested, delivers to Owner a complete release of all liens ansing out of this Contract, or receipts in
full in lieu thereof, and, if required in either case, an affidavit that so far as Contractor has knowledge
or information,the release and receipts include all labor and materials for which a lien could be filed:
but Contractor may, if any subcontractor refuses to furnish a release or receipt in full, furnish a bond
satisfactorily to Engineer to indemnify Owner against the lien. If any lien remains unsatisfied after all
payments are made, Contractor shall reimburse to Owner all monies that the latter may be compelled
to pay in discharging such lien,including all costs and reasonable engineer's and attorney's fees.
1-09.9(2) Contracting Agency's Right to Withhold and Disburse Certain Amounts
Section 1-09.9(2)is a new section:
In addition to monies retained pursuant to RCW 60.28 and subject to RCW 39.04.250, RCW 39.12 ,
and RCW 39.76,the Contractor authorizes the Engineer to withhold progress payments due or deduct
an amount from any payment or payments due the Contractor which, in the Engineer's opinion, may
be necessary to cover the Contracting Agency's costs for or to remedy the following situations:
1. Damage to another contractor when there is evidence thereof and a claim has been filed. j
2. Where the Contractor has not paid fees or charges to public authorities of municipalities,
which the Contractor is obligated to pay.
3. Utilizing material tested and inspected by the Engineer, for purposes not connected with
the Work(Section 1-05.6).
4. Landscape damage assessments per Section 1-07.16.
5. For overtime work performed by City personnel per Section 1-08.1(4).
6. Anticipated or actual failure of the Contractor to complete the work on time:
44
a. Per Section 1-08.9 Liquidated Damages; or
b. Lack of construction progress based upon the Engineer's review of the Contractor's
approved progress schedule, which indicates the work will not be complete within the
.. contract time.When calculating an anticipated time overrun, the Engineer will make
allowances for weather delays, approved unavoidable delays, and suspensions of the
Work. The amount withheld under this subparagraph will be based upon the
liquidated damages amount per day se forth in Contract Documents multiplied by the
number of days the Contractor's approved progress schedule, in the opinion of the
Engineer, indicates the Contract may exceed the Contract Time.
7. Failure of the Contractor to perform any of the Contractor's other obligations under the
Contract, including but not limited to:
a. Failure of the Contractor to provide the Engineer with a field office when required by
the Contract Provisions.
b. Failure of the Contractor to protect survey stakes,markers, etc., or to provide
■r adequate survey work as required by Section 1-05.5.
c. Failure of the Contractor to correct defective or unauthorized work(Section 1-05.8).
d. Failure of the Contractor to furnish a Manufacture's Certificate of Compliance in lieu
of material testing and inspection as required by Section 1-06.3.
e. Failure to submit weekly payrolls, Intent to Pay Prevailing Wage forms, or correct
underpayment to employees of the Contractor or subcontractor of any tier as required
' by Section 1-07.9.
f. Failure of the Contractor to pay worker's benefits(Title 50 and Title 51 RCW)as
required by Section 1-07.10.
g. Failure of the Contractor to submit and obtain approval of a progress schedule per
Section 1-08.3.
The Contractor authorizes the Engineer to act as agent for the Contractor disbursing such funds as
have been withheld pursuant to this Section to a party or parties who are entitled to payment.
Disbursement of such funds, if the Engineer elects to do so will be made only after giving the
Contractor 15 calendar days prior written notice of the Contracting Agency's intent to do so,and
if prior to the expiration of the 15-calendar day period,
1. No legal action has commenced to resolve the validity of the claims, and
2. The Contractor has not protested such disbursement.
A proper accounting of all funds disbursed on behalf of the Contractor in accordance with this
Section will be made. A payment made pursuant to this section shall be considered as payment
make under the terms and conditions of the Contract. The Contracting Agency shall not be liable
to the Contractor for such payment make in good faith.
1-09.9(3) Final Payment
Section 1-09.9(2) is a new section:
Upon Acceptance of the work by the Contracting Agency, the final amount to be paid the Contactor
will be calculated based upon a Final Progress Estimate made by the Engineer. Acceptance by the
Contractor of the final payment shall be and shall operate as a release:
1. To the Contracting Agency of all claims and all liabilities of the Contractor, other than claims
in stated amounts as may be specifically excepted in writing by the Contractor;
2. For all things done or furnished in connection with the work;
3. For every act and neglect by the Contracting Agency; and
4. For all other claims and liability relating to or arising out of the work.
i
45
A payment (monthly, final, retainage, or otherwise) shall not release
the Contractor or the
Contractor's Surety from any obligation required under the terms of the Contract Documents or the
Contract Bond; nor shall such payment constitute a waiver of the Contracting Agency's ability to
investigate and act upon findings of non-compliance with the WMBE requirements of the Contract;
nor shall such payment preclude the Contracting Agency from recovering damages, setting penalties,
or obtaining such other remedies as may be permitted by law.
Before the work will be accepted by the Contracting Agency, the Contractor shall submit an affidavit,
on the form provided by the Engineer, of amounts paid to certified disadvantaged (DB), minority
(MBE) or women business enterprises (WBE) participating in the work. Such affidavit shall certify
the amounts paid to the DB,MBE or WBE subcontractors regardless of tier.
On federally funded projects the Contractor may also be required to execute and furnish the
Contracting Agency an affidavit certifying that the Contractor has not extended any loans, gratuity or
gift and money pursuant to Section 1-07.19 of these Specifications.
If the Contractor fails,refuses, or is unable to sign and return the Final Progress Estimate or any other
documents required for the final acceptance of the Contract,the Contracting Agency reserves the right
to establish a completion date and unilaterally accept the Contract. Unilateral acceptance will occur
only after the Contractor has been provided the opportunity, by written request from the Engineer, to
voluntarily submit such documents. If voluntary compliance is not achieved, formal notification of
the impending unilateral acceptance will be provided by certified letter from the Engineer to the
Contractor that will provide 30 calendar days for the Contractor to submit the necessary documents.
The 30-calendar day deadline shall begin on the date of the postmark of the certified letter from the
Engineer requesting the necessary documents. This reservation by the Contracting Agency to
unilaterally accept the Contract will apply to contracts that are completed in accordance with Section
1-08.5 for contracts that are terminated in accordance with Section 1-08.10. Unilateral acceptance of
the Contract by the Contracting Agency does not in any way relieve the Contractor of the provisions
under contract or of the responsibility to comply with all laws, ordinances, and federal, state, and
local regulations that affect the Contract. The date the Contracting Agency unilaterally signs the Final
Progress Estimate constitutes the final acceptance date(Section 1-05.12).
1-09.11 Disputes and Claims
1-09.11(2) Claims ,
Paragraph 5 is revised as follows:
Failure to submit with the Final Application for Payment such information and details as described in
this section for any claim shall operate as a waiver of the claims by the Contractor as provided in
Section 1-09.9.
1-09.11(3) Time Limitations and Jurisdiction
Paragraph 1, Sentence 1 is revised as follows:
...such claims or causes of action shall be brought in the Superior Court of the county where the work
is performed.
1-09.13 Claims and Resolutions
1-09.13(3) Claims $250,000 or Less
Delete this Section and replace it with the following:
The Contractor and the Contracting Agency mutually agree that those claims that total $250,000 or ,
less, submitted in accordance with Section 1-09.11 and not resolved by nonbonding ADR processes,
shall be resolved through litigation, unless the parties mutually agree in writing to resolve the claim
through binding arbitration.
1-09.13(3)A Administration of Arbitration
Revise the third paragraph to read:
46
r
The Contracting Agency and the Contractor mutually agree to be bound by the decision of the
arbitrator, and judgment upon the award rendered by the arbitrator may be entered in the Superior
Court of the county in which the Contracting Agency's headquarters are located. The decision of the
.. arbitrator and the specific basis for the decision shall be in writing. The arbitrator shall use the
Contract as a basis for decisions.
1-09.13(3)B Procedures to Pursue Arbitration
'- Section 1-09.13(3)B is supplemented by adding:
The findings and decision of the board of arbitrators shall be final and binding on the parties, unless
the aggrieved party, within 10 days, challenges the findings and decision by serving and filing a
petition for review by the superior court of King County, Washington. The grounds for the petition
for review are limited to showing that the findings and decision:
1. Are not responsive to the questions submitted;
2. Is contrary to the terms of the contract or any component thereof,
3. Is arbitrary and/or is not based upon the applicable facts and the law controlling the issues
submitted to arbitration. The board of arbitrators shall support its decision by setting forth in writing
their findings and conclusions based on the evidence adduced at any such hearing.
r
The arbitration shall be conducted in accordance with the statutes of the State of Washington and
court decisions governing such procedure.
The costs of such arbitration shall be borne equally by the City and the Contractor unless it is the
board's majority opinion that the Contractor's filing of the protest or action is capricious or without
reasonable foundation. In the latter case, all costs shall be borne by the Contractor.
1-09.14 Payment Schedule
Section 1-09.14 is a new section:
GENERAL
1-09.14(1) Scope
Section 1-09.14(1)is a new section:
A. Payment for the various items of the bid sheets, as further specified herein, shall include all
compensation to be received by the Contractor for furnishing all tools, equipment, supplies,
and manufactured articles,and for all labor, operations, and incidentals appurtenant to the
items of work being described, as necessary to complete the various items of the work all in
accordance with the requirements of the Contract Documents,including all appurtenances
thereto, and including all costs of compliance with the regulations of public agencies having
jurisdiction, including Safety and Health Administration of the U.S. Department of Labor
(OSHA). No separate payment will be made for any item that is not specifically set forth in
the Bid Schedules, and all costs therefore shall be included in the prices named in the Bid
Schedules for the various appurtenant items of work.
B. The Owner shall not pay for material quantities, which exceed the actual measured amount
used and approved by the Engineer.
C. It is the intention of these Specifications that the performance of all work under the bid for
each item shall result in the complete construction, in an accepted operating condition, of
each item.
Work and material not specifically listed in the proposal but required in the Plans,
Specifications, and general construction practice, shall be included in the bid price. No
separate payment will be made for these incidental items.
47
r
•
1-09.14(2) Bid Items
1-09.14(2)A Mobilization & Demobilization (Bid Item 01) .�
Section 1-09.14(2)A is a new section:
Measurement for mobilization&demobilization, shall be lump sum. The lump sum price shown
shall cover the complete cost of furnishing and installing, complete and in-place all work and
materials necessary to move and organize equipment and personnel onto the job site,provide and
maintain all necessary support facilities and utilities,obtain all necessary permits and licenses,
prepare the site for construction operations, and maintain the site and surrounding areas during
construction,provide protection of existing utilities,provide component and system testing, final
clean-up of the site, and move all personnel and equipment off the site after contract completion.
Payment for mobilization will be made at the lump sum amount bid(NOT to exceed 80% of bid price
prior to completion of construction)based on the percent of completed work as defined in the 2008
Standard Specifications for Road, Bridge, and Municipal Construction(WSDOT) for mobilization.
Payment for the remaining 20%will be made upon completion and final clean up of the construction
site. Such payment will be complete compensation for all mobilization of employees, equipment and
materials,preparation of all necessary submittals,bonds, insurance, site improvements,clean-up etc.
all in conformance with the Contract Documents. This bid item may not be more than ten percent
(10%) of the total amount of Bid.
1-09.14(2)B Trench Excavation Safety Systems (Bid Item 02)
Section 1-09.14(2)B is a new Section:
Measurement for trench excavation safety systems will be based on a percentage defined as the rr
amount of sanitary sewer pipelines installed divided by the total length of sanitary sewer 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.
.r
1-09.14(2)C Construction Surveying, Staking, and As-Builts (Bid Item 03)
Section 1-09.14(2)C is a new section:
Measurement for construction surveying, staking and as-built information—Schedule A will be based
on the percentage of total work complete,by dollar value, at the time of measurement.
Payment for construction surveying, staking and as-built information will be made at the measured
percentage amount for the pay period times the lump sum amount bid, said payment will be complete
compensation for all labor,materials, equipment,travel, surveying needed to construct the
improvements to the line and grade as shown on the Plans,to provide the required construction and
as-constructed field(as-built information)notes and drawings, etc.required to complete this item of
work in conformance with the Contract Documents. No more than 50% of the bid amount for this
item shall be paid prior to the review and acceptance of the as-constructed information by the
Engineer.
48
r
1-09.14(2)D Traffic Control (Bid Item 04)
Section 1-09.14(2)D is a new section:
+. Measurement for traffic control work will be based on the percentage of total work complete, by
dollar value, at the time of measurement.
r 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, preparing and conforming to the approved Traffic Control Plan, provide for
a. public convenience and safety, detours, flagging, barricades, sequential arrow boards, signs, traffic
control devices, temporary striping, cleanup, etc. required to complete this item of work in
conformance with the Contract Documents and the Manual on Uniform Traffic Control Devices
(MUTCD).
r
1-09.14(2)E Temporary Erosion/Sedimentation Controls (Bid Item 05)
Section 1-09.14(2)E is a new section:
r
Measurement for temporary erosion/sediment control(s) will be based on the percentage of total work
complete,by dollar value, at the time of measurement.
Payment for temporary erosion/sedimentation control(s) will be at the lump sum amount bid, which
payment shall be complete compensation for all labor, materials, equipment, straw-bale dikes, silt
fencing, plastic sheeting, etc. required to complete this item of work in conformance with Contract
Documents.
j
1
I
1
t
1
49
1-09.14(2)F Landscape Restoration (Bid Item 06)
Section 1-09.14(2)F is a new section:
Measurement for landscape restoration work will be based on the percentage of total work complete,
by dollar value, at the time of measurement.
Payment for landscape restoration will be made at the unit price bid per lump sum, which payment
will be complete compensation for all labor, equipment, materials, hauling, excavation, top soil, sod,
hydroseeding, compost, landscape bark, tree removal and replacement, trees, preparation,
compaction, watering, restoration, etc. required to compete this item in conformance with section 1-
07.16(l)of the Contract Documents.
1-09.14(2)G Television Inspection of Sanitary Sewers (Bid Item 07)
Section 1-09.14(2)G is a new section:
Measurement for television inspection of the new sanitary sewers will be based on the lineal feet of
pipe inspected.
Payment for television inspection of the new sanitary sewers in accordance with specification Section
7-17.3(4)I will be made at the amount bid per linear foot, which payment will be considered complete
compensation for all labor, materials, equipment to perform television inspection and preparation of
videotape or DVD record of all new sanitary sewers constructed by excavate and replace methods as
the Engineer.
part of the project and provision of record videotapes or D VDs to h g
1-09.14(2)H Furnish and Install 15-inch PVC Sewer Pipe (Bid Item 08)
Section 1-09.14(2)H is a new section:
Measurement for furnishing and installing 15" diameter PVC sewer pipe will be based on lineal
footage measured horizontally over the centerline of the installed pipe.
Payment for furnishing and installing 15" diameter PVC sewer pipe will be made at the amount bid
per linear foot, which payment will be complete compensation for all labor, materials, equipment, ■1
hauling, pavement cutting, pavement removal, excavation, dewatering, potholing for utility location,
bypass pumping,removal and disposal of waste material including existing pipes and structures in the
excavation, pipe of the size and type required, gaskets, installation, laying and joining pipe and
fittings,bedding, and pipe zone fill material, appurtenances, placement of subsequent backfill (native)
materials, compaction, water, grading, cleaning, temporary pavement patching, and testing
(exfiltration or low pressure air test and deflection testing), etc. required to complete the work in
accordance with the Contract Documents. Select imported backfill materials are included in other bid
items (see Bid Item 17).
1-09.14(2)I Trenchless Pipe Installation including Pipe (Bid Item 09)
Section 1-09.14(2)1 is a new section:
Measurement for furnishing and installing trenchless pipe including pipe will be based on lineal ,r
footage measured horizontally over the centerline of the installed pipe.
Payment for furnishing and installing trenchless pipe installation including pipe will be made at the
at
amount bid per linear foot, which payment will be complete compensation for all labor, materials,
water, equipment necessary to install and test the pipe, hauling, removal and disposal of waste
material, pipes, casings, and appurtenances of the sizes and types required (see Division 10), and
50
err
testing, etc. required to complete the work in accordance with Division 10 of the Contract
Documents.
1-09.14(2)) Furnish and Install 8-inch PVC Sewer Pipe (Bid Item 10)
Section 1-09.14(2)J is a new section:
.�r Measurement for furnishing and installing 8" diameter PVC sewer pipe will be based on lineal
footage measured horizontally over the centerline of the installed pipe.
Payment for furnishing and installing 8"diameter PVC sewer pipe will be made at the amount bid per
linear foot, which payment will be complete compensation for all labor, materials, equipment,
hauling, pavement cutting, pavement removal, excavation, dewatering, potholing for utility location,
bypass pumping,removal and disposal of waste material including existing pipes and structures in the
r" excavation, pipe of the size and type required, gaskets, installation laying and joining pipe and
fittings, bedding, and pipe zone fill material, appurtenances, placement of subsequent backfill (native)
materials, compaction, water, grading, cleaning, temporary pavement patching, and testing
• (exfiltration or low pressure air test and deflection testing), etc. required to complete the work in
accordance with the Contract Documents. Select imported backfill materials are included in other bid
items (see Bid Item 17).
r
1-09.14(2)K Furnish and Install 6-inch PVC Side Sewer Pipe (Bid Item 11)
Section 1-09.14(2)K is a new section:
Measurement for furnishing and installing 6" diameter PVC side sewer pipe will be based on lineal
footage measured horizontally over the centerline of the installed pipe.
Payment for furnishing and installing 6" diameter PVC side sewer P i p e will be made at the amount
bid per linear foot, which payment will be complete compensation for all labor, materials, equipment,
hauling, pavement cutting, pavement removal, excavation, dewatering, potholing for utility location,
bypass pumping,removal and disposal of waste material including existing pipes and structures in the
excavation, pipe of the size and type required, gaskets, fittings, installation, laying and joining pipe
and fittings, bedding, and pipe zone fill material, appurtenances, placement of subsequent backfill
(native) materials, compaction, water, grading, cleaning, temporary pavement patching, and testing
(exfiltration or low pressure air test and deflection testing), etc. required to complete the work in
accordance with the Contract Documents. Select imported backfill materials are included in other bid
items (see Bid Item 17).
1-09.14(2)L Furnish and Install 54-inch Sanitary Sewer Manhole (less than 15 feet
deep) (Bid Item 12)
Section 1-09.14(2)L is a new section:
Measurement for furnishing and installing 54" sanitary sewer manholes (less than 15 feet deep) will
be per each for each type manhole with a depth of less than 15 feet, measured from the finished rim
elevation to the lowest invert elevation, installed in conformance with the Contract Documents.
Payment for furnishing and installing 54" sanitary sewer manholes (less than 15 feet deep) will be
made at the unit price bid per each, which payment will be complete compensation for all labor,
equipment, materials, hauling, pavement cutting, pavement removal, dewatering, potholing for utility
location, excavation,removal and disposal of waste material including existing pipes and structures in
the excavation, foundation material, precast concrete base, concrete manhole sections, gaskets,
coating system(sealer), manhole frame and lid, installation, adjustment of frames to grade, ladder and
rungs, appurtenances, connections, channeling, reconnection to existing sewer pipes, placement of
51
a
subsequent backfill (native) materials, compaction, water, cleaning, temporary pavement patching,
Ali
and testing, etc. required to complete all manholes in conformance with the Contract Documents.
Select imported backfill materials are included in other bid items (see Bid Item 17).
r
1-09.14(2)M Furnish and Install 54-inch Sanitary Sewer Manhole (greater than 15 feet
deep) (Bid Item 13)
Section 1-09.14(2)M is a new section:
Measurement for furnishing and installing 54" sanitary sewer manholes (greater than 15 feet deep)
will be per each for each type manhole with a depth of greater than 15 feet, measured from the
finished rim elevation to the lowest invert elevation, installed in conformance with the Contract
Documents.
Payment for furnishing and installing 54" sanitary sewer manholes (greater than 15 feet deep) will be
made at the unit price bid per each, which payment will be complete compensation for all labor,
equipment, materials, hauling, pavement cutting,pavement removal, dewatering, potholing for utility
location, excavation,removal and disposal of waste material including existing pipes and structures in
the excavation, foundation material, concrete base, precast concrete manhole sections, gaskets,
coating system(sealer), manhole frame and lid, installation, adjustment of frames to grade, ladder and
rungs, appurtenances, connections, channeling, reconnection to existing sewer pipes, placement of
subsequent backfill (native) materials, compaction, water, cleaning, temporary pavement patching,
and testing, etc. required to complete all manholes in conformance with the Contract Documents.
Select imported backfill materials are included in other bid items (see Bid Item 17).
1-09.14(2)N Connect New Sewer to Existing Sewer Manhole (Bid Item 14)
Section 1-09.14(2)N is a new section:
Measurement for connect new sewer to existing sewer manhole will be per each in conformance with
the Contract Documents.
Payment for connect new sewer to existing sewer manhole will be made at the unit price bid per each,
which payment will be complete compensation for all labor, equipment,materials,hauling, pavement „
cutting, pavement removal, dewatering, potholing for utility location, excavation, removal and
disposal of waste material including existing pipes and structures in the excavation, foundation
material, core-drilling, Kor-N-Seal boot, installation, appurtenances, bedding, placement of
subsequent backfill (native) materials, compaction, water, cleaning, temporary pavement patching,
and cleanup, etc. required to complete all reconnect new sewer to existing sewer manhole in 40
conformance with the Contract Documents. Select imported backfill materials are included in other
bid items (see Bid Item 17).
1-09.14(2)0 Abandon Existing Lift Station (Bid Item 15)
Section 1-09.14(2)0 is a new section: ,
(******)
Measurement for abandon existing lift station will be per lump sum in conformance with the Contract
Documents.
Payment for abandon existing lift station will be made at the unit price bid per lump sum, which
payment will be complete compensation for all labor, equipment, materials, concrete, filling material
(cdf, sand or other granular material), drilling, haul and disposal of waste materials, temporary
pavement patching, etc. required to abandon existing lift station in conformance with the Contract
Documents.
52
i
1-09.14(2)P Removal and Replacement of Unsuitable Foundation Material (Bid Item
16)
Section 1-09.14(2)P is a new section:
Measurement for removal and replacement of unsuitable foundation material shall be measured in
tons based on the placed weight of material installed. Placement of foundation material will be
in measured only for the area(s) authorized by the Engineer. Certified weight tickets shall accompany
each load, a copy of tickets shall be given to the Engineer daily. Wasted materials will not be
included in the measurement or payment.
Payment for removal and replacement of unsuitable foundation material will be made at the amount
bid per ton, which payment will be complete compensation for all, labor, materials, equipment,
excavation, foundation materials, haul, placement, water, compaction, removal and disposal of waste
material, etc.,required to complete this item of work in conformance with the Contract Documents.
1-09.14(2)Q Select Imported Trench Backfill (Bid Item 17)
Section 1-09.14(2)Q is a new section:
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(2)R Rock Excavation (Bid Item 18)
Section 1-09.14(2)R is a new section:
Measurement for rock excavation shall be measured in cubic yards. Rock excavation measurement
shall be equal to a width of 4 feet (max.) times the horizontal measurement along the trench (from
each time rock is first encountered to the end of rock excavation) times the average depth of rock
excavation (depths shall be measured every 10 feet horizontally to calculate the average depth of rock
excavation),unless otherwise approved by the Engineer.
Payment for rock excavation, will be made at the amount bid per cubic yards, which payment will be
complete compensation for all labor, materials, equipment, excavation, rock breaking, haul, disposal
of waste materials, required to complete this item of work in conformance with the Contract
documents.
1-09.14(2)S Crushed Rock Driveway(Bid Item 19)
Section 1-09.14(2)S is a new section:
(******)
Measurement for crushed rock driveway shall be measured in square yards, horizontally over the
completed surface of the crushed rock driveway. Crushed rock driveway width and depth shall be per
the project plans unless otherwise approved by the Engineer.
Payment for crushed rock driveway, will be made at the amount bid per square yards, which payment
will be complete compensation for all labor, materials, haul, surface preparation, grading, crushed
53
rock materials, compaction, water, cleanup, etc., required to complete this item of work in
conformance with the Contract documents.
1-09.14(2)T Asphalt Patch including CSTC (Bid Item 20)
Section 1-09.14(2)T is a new section:
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 (CSTC) 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
saw-cutting, asphaltic materials, tack oil, placement, final trench patch, cleanup, etc., required to
complete this item of work in conformance with the Contract documents. No additional payment will
be made for work necessary to correct an asphalt concrete patch not installed in accordance with
Specifications.
1-09.14(2)U 2"Deep Asphalt Overlay (Bid Item 21)
Section 1-09.14(2)U is a new section:
Measurement for 2 "deep asphalt overlay shall be measured in square yards of asphalt,horizontally
over the completed surface of the street. Overlay measurement width shall be as defined by the limit
of asphalt overlay payment shown in the Contract Documents,unless otherwise approved by the
Engineer.
Payment for 2" deep asphalt overlay will be made at the amount bid per square yard, which payment
will be complete compensation for all labor, materials, haul, surface preparation, aggregate,
compaction, asphaltic materials, pre-leveling, tack oil, placement, roller compaction, joint sealing,
adjustment of utilities to grade, cleanup, etc. required to complete this item of Work in conformance
with the contract documents.
1-09.14(2)V Asphalt Grinding for Overlay(Bid Item 22)
Section 1-09.14(2)V is a new section:
(******) err
Measurement for asphalt grinding for overlay shown on the Plans shall be measured in square yards
horizontally over areas requiring grinding in conformance with Section 5-04.4. Measurement for
asphalt grinding for overlay shall be the full width of the road by 20 feet in length by 2"deep, unless
otherwise approved by the Engineer.
Payment for asphalt grinding for overlay will be made at the amount Bid per square yard and shall be
complete compensation for all labor and materials and other costs to grind the asphalt, load, and haul
to waste the grinding spoil material and in conformance with Section 5-04.5. No additional payment
will be made for work necessary to correct damage to curbs, gutters, utility structures, or other
appurtenances resulting from the Contractor's grinding operations.
art
54
art
1-09.14(2)W Replace Pavement Markings and Traffic Buttons (Bid Item 23)
Section 1-09.14(2)W is a new section:
Measurement for replace pavement markings shall be per lump sum replacement of all crosswalks,
railroad crossing markers, lane markers and all other traffic control elements as shown in the Contract
Documents and/or those that existed prior to construction which are damaged, disrupted or removed
.s as a result of construction of this project, unless otherwise approved by the Engineer.
Payment for replace pavement markings shall be made per lump sum, which payment will be
,., complete compensation for all labor, equipment, materials, hauling, paint, traffic buttons,
thermoplastic markings, preparation, finishing, cleanup, etc., required to compete this item in
conformance with the Contract Documents.
1-09.14(2)X Remove and Replace Private Water System (Bid Item 24)
Section 1-09.14(2)X is a new section:
r Measurement for remove and replace private water system shall be per lump to remove the existing
private water system within the easement and temporary construction easement areas and replace with
a new private water system. to compete this item in conformance with the Contract Documents.
Payment for remove and replace private water system will be made at the amount bid per lump sum,
which payment will be complete compensation for all labor,equipment,materials,removal of
ft existing private water system, disposal of materials,new pipe,new fittings, four(4)new hose-bibs,
new couplings, assembly, excavation installation backfllin g,testin g,cleanup, etc. required to
compete this item in conformance with the Contract Documents.
1-10 TEMPORARY TRAFFIC CONTROL
i1-10.1 General
Revise the first paragraph to read:
The Contractor shall provide flaggers, signs, and other traffic control devices not otherwise specified
as being furnished by the Contracting Agency. The Contractor shall erect and maintain all
construction signs, warning signs, detour signs, and other traffic control devices necessary to warn
and protect the public at all times from injury or damage as a result of the Contractor's operations
which may occur on highways, roads, streets, sidewalks, or paths. No work shall be done on or
adjacent to any traveled way until all necessary signs and traffic control devices are in place.
Section 1-10.1 is supplemented by adding the following:
When the bid proposal includes an item for"Traffic Control,"the work required for this item shall be
all items described in Section 1-10, including,but not limited to:
1. Furnishing and maintaining barricades, flashers, construction signing, and other
channelization devices, unless a pay item is in the bid proposal for any specific device and
the Special Provisions specify furnishing, maintaining, and payment in a different manner
for that device;
2. Furnishing traffic control labor, equipment, and supervisory personnel for all traffic control
labor;
3. Furnishing any necessary vehicle(s) to set up and remove the Class B construction signs
and other traffic control devices;
ft 4. Furnishing labor and vehicles for patrolling and maintaining in position all of the
construction signs and the traffic control devices, unless a pay item is in the bid proposal to
specifically pay for this work; and
16
*W 55
5. Furnishing labor, material, and equipment necessary for cleaning up, removing, and
rMl
replacing of the construction signs and the traffic control devices destroyed or damaged
during the life of the project.
6. Removing existing signs as specified or a directed by the Engineer and delivering to the
City Shops, or storing and reinstalling as directed by the Engineer.
7. Preparing a traffic control plan for the project and designating the person responsible for
traffic control at the work site. The traffic control plan shall include descriptions of the
traffic control methods and devices to be used by the prime Contractor, and subcontractors,
shall be submitted at or before the preconstruction conference, and shall be subject to
review and approval of the Engineer.
8. Contacting police, fire, 911, and ambulance services to notify them in advance of any work
that will affect and traveled portion of a roadway.
9. Assuring that all traveled portions of roadways are open to traffic during peak traffic
periods, 6:30 a.m. to 8:30 a.m., and 3:00 p.m. to 6:00 p.m., or as specified in the special
provisions, or as directed by the Engineer.
10. Promptly removing or covering all non-applicable signs during periods when they are not
needed.
If no bid item"Traffic Control" appears in the proposal, then all work required by these sections will
be considered incidental and their cost shall be included in the other items of work.
If the Engineer requires the Contractor to furnish additional channelizing devices, pieces of
equipment, or services, which could not be usually anticipated, by a prudent Contractor for the
maintenance and protection of traffic, then a new item or items may be established to pay for such
items. Further limitations for consideration of payment for these items are that they are not covered
by other pay items in the bid proposal, they are not specified in the Special Provisions as incidental,
and the accumulative cost for the use of each individual channelizing device, piece of equipment, or
service must exceed $200 in total cost for the duration of their need. In the event of disputes, the
Engineer will determine what is usually anticipated by a prudent Contractor. The cost for these items
will be by agreed price, price established by the Engineer, or by force account. Additional items r►
required as a result of the Contractor's modification to the traffic control plan(s) appearing in the
Contract shall not be covered by the provisions in this paragraph.
If the total cost of all the work under the Contract increases or decreases by more than 25 percent, an
equitable adjustment will be considered for the item "Traffic Control" to address the increase or
decrease.
Traffic control and maintenance for the safety of the traveling public on this project shall be the sole
r
responsibility of Contractor and all methods and equipment used will be subject to the approval of
Owner.
err
Traffic control devices and their use shall conform to City of Renton standards and the Manual on
Uniform Traffic Control Devices(MUTCD).
Contractor shall not proceed with any construction until proper traffic control has been provided to 49
the satisfaction of Engineer. Any days lost due to improper traffic control will be charged against
Contractor's allowable contract time, and shall not be the cause for a claim for extra days to complete
the Work.
1-10.2(1)B Traffic Control Supervisor
Paragraphs 1 and 2 are revised as follows:
A Traffic Control Supervisor (TCS) shall be on the project whenever traffic control labor is required
or as authorized by the Engineer.
The TCS shall assure that all the duties of the TCS are performed during the duration of the Contract. 'W
During non-work periods, the TCS shall be able to be on the job site within a 45-minute time period
after notification by the Engineer.
r
56
so
go
WA
1-10.2(2) Traffic Control Plans
Section 1-10.2(2)is supplemented as follows:
The Contractor shall be responsible for assuring that traffic control is installed and maintained in
conformance to established standards. The Contractor shall continuously evaluate the operation of
the traffic control plan and take prompt action to correct any problems that become evident during
operation.
1-10.3 Flagging, Signs, and All Other Traffic Control Devices
r. Section 1-10.3 is supplemented as follows:
At the end of each working day, provisions shall be made for the safe passage of traffic and
pedestrians during non-working hours.
+s
Barricades shall be reflectorized as specified in Part VI of the MUTCD, and shall be 3M-diamond
grade or equivalent approved by the Engineer. Barricades shall also be equipped with flashers.
1-10.3(3) Construction Signs
Section 1-10.3(3)paragraph 4 is supplemented as follows:
• No separate pay item will be provided in the bid proposal for Class A or Class B construction signs.
All costs for the work to provide Class A or Class B construction signs shall be included in the unit
contract price for the various other items of the work in the bid proposal.
1-10.4 Measurement
Section 1-10.4 is replaced with:
No specific unit of measurement will apply to the lump sum item of"Traffic Control".
No adjustment in the lump sum bid amount will be made for overtime work or for use of relief
flaggers.
1-10.5 Payment
Section 1-10.5 is replaced with:
Payment for all labor,materials, and equipment described in Section 1-10 will be made in accordance
with Section 1-04.1, for the following bid items when included in the proposal:
"Traffic Control,"Lump Sum.
1-11 RENTON SURVEYING STANDARDS
The following is a new section with new subsections:
1-11.1(1) Responsibility for Surveys
All surveys and survey reports shall be prepared under the direct supervision of a person registered to
practice land surveying under the provisions of Chapter 18.43 RCW.
All surveys and survey reports shall be prepared in accordance with the requirements established by
r,. the Board of Registration for Professional Engineers and Land Surveyors under the provisions of
Chapter 18.43 RCW.
1-11.1(2) Survey Datum and Precision
The horizontal component of all surveys shall have as its coordinate base: The North American
Datum of 1983/91.
.r
,�„ 57
All horizontal control for projects must be referenced to or in conjunction
with a minimum of two of
the City of Renton's Survey Control Network monuments. The source of the coordinate values used
will be shown on the survey drawing per RCW 58.09.070.
The horizontal component of all surveys shall meet or exceed the closure requirements of WAC 332-
130-060. The control base lines for all surveys shall meet or exceed the requirements for a Class A
survey revealed in Table 2 of the Minimum Standard Detail Requirements for ALTA/ACSM Land
Title Surveys jointly established and adopted by ALTA and ACSM in 1992 or comparable
classification in future editions of said document. The angular and linear closure and precision ratio
of traverses used for survey control shall be revealed on the face of the survey drawing, as shall the
method of adjustment.
The horizontal component of the control system for surveys using global positioning system
methodology shall exhibit at least 1 part in 50,000 precision in line length dependent error analysis at
a 95 percent confidence level and performed pursuant to Federal Geodetic Control Subcommittee
Standards for GPS control surveys as defined in Geometric Geodetic Accuracy Standards &
Specifications for Using GPS Relative Positioning Techniques dated August 1, 1989, or comparable
classification in future editions of said document.
The vertical component of all surveys shall be based on NAVD 1988, the North American Vertical
Datum of 1988, and tied to at least one of the City of Renton Survey Control Network benchmarks. If
there are two such benchmarks within 3000 feet of the project site a tie to both shall be made. The
benchmark(s) used will be shown on the drawing. If a City of Renton benchmark does not exist
within 3000 feet of a project, one must be set on or near the project in a permanent manner that will
remain intact throughout the duration of the project. Source of elevations (benchmark)will be shown
on the drawing,as well as a description of any benchmarks established.
1-11.1(3) Subdivision Information
Those surveys dependent on section subdivision shall reveal the controlling monuments used and the
subdivision of the applicable quarter section.
Those surveys dependent on retracement of a plat or short plat shall reveal the controlling
monuments,measurements,and methodology used in that retracement.
1-11.1(4) Field Notes
Field notes shall be kept in conventional format in a standard bound field book with waterproof
pages. In cases where an electronic data collector is used field notes must also be kept with a sketch
and a record of control and base line traverses describing station occupations and what measurements
were made at each point.
Every point located or set shall be identified by a number and a description. Point numbers shall be
unique within a complete job. The preferred method of point numbering is field notebook, page and
point set on that page. Example: The first point set or found on page 16 of field book 348 would be
identified as Point No. 348.16.01, the second point would be 348.16.02,etc.
Upon completion of a City of Renton project, either the field notebook(s)provided by the City or the
original field notebook(s) used by the Surveyor will be given to the City. For all other work,
surveyors will provide a copy of the notes to the City upon request. In those cases where an
electronic data collector is used, a hard copy print out in ASCII text format will accompany the field
notes.
1-11.1(5) Corners and Monuments
Corner: A point on a land boundary, at the juncture of two or more boundary lines. A monument is
usually set at such points to physically reference a corner's location on the ground.
Monument:Any physical object or structure of record,which marks or accurately references:
58 i
r
• A corner or other survey point established by or under the supervision of an individual per
Section 1-11.1(1)and any corner or monument established by the General Land Office and its
successor the Bureau of Land Management including section subdivision corners down to
and including one-sixteenth corners; and
• Any permanently monumented boundary, right-of-way alignment, or horizontal and vertical
control points established by any governmental agency or private surveyor including street
ne
intersections but excluding dependent interior lot corners.
1-11.1(6) Control or Base Line Survey
Control or Base Line Surveys shall be established for all construction projects that will create
,,. permanent structures such as roads, sidewalks, bridges, utility lines or appurtenances, signal or light
poles, or any non-single family building. Control or Base Line Surveys shall consist of such number
of permanent monuments as are required such that every structure may be observed for staking or"as-
builting" while occupying one such monument and sighting another such monument. A minimum of
+r two of these permanent monuments shall be existing monuments, recognized and on record with the
City of Renton. The Control or Base Line Survey shall occupy each monument in turn, and shall
satisfy all applicable requirements of Section 1-11.1 herein.
The drawing depicting the survey shall be neat, legible, and drawn to an appropriate scale. North
orientation should be clearly presented and the scale shown graphically as well as noted. The
drawing must be of such quality that a reduction thereof to one-half original scale remains legible.
.is
If recording of the survey with the King County Recorder is required, it will be prepared on 18 inch
by 24 inch Mylar and will comply with all provisions of Chapter 58.09 RCW. A photographic Mylar
of the drawing will be submitted to the City of Renton and, upon their review and acceptance per the
specific requirements of the project, the original will be recorded with the King County Recorder.
If recording is not required, the survey drawing shall be prepared on 22 inch by 34 inch Mylar, and
the original or a photographic Mylar thereof will be submitted to the City of Renton.
The survey drawings shall meet or exceed the requirements of WAC 332-130-050 and shall conform
to the City of Renton's Drafting Standards. American Public Works Association symbols shall be
used whenever possible, and a legend shall identify all symbols used if each point marked by a
symbol is not described at each use.
An electronic listing of all principal points shown on the drawing shall be submitted with each
drawing. The listing should include the point number designation (corresponding with that in the
field notes), a brief description of the point, and northing, easting, and elevation(if applicable)values,
all in ASCII format, on IBM PC compatible media.
1-11.1(7) Precision Levels
Vertical Surveys for the establishment of benchmarks shall satisfy all applicable requirements of
Sections 1-05 and 1-11.1.
Vertical surveys for the establishment of benchmarks shall meet or exceed the standards,
Specifications and procedures of third order elevation accuracy established by the Federal Geodetic
Control Committee.
Benchmarks must possess both permanence and vertical stability. Descriptions of benchmarks must
be complete to insure both recoverability and positive identification on recovery.
1-11.1(8) Radial and Station -- Offset Topography
Topographic surveys shall satisfy all applicable requirements of Section 1-11.1 herein.
All points occupied or back sighted in developing radial topography or establishing baselines for
station-offset topography shall meet the requirements of Section 1-11.1 herein.
59
The drawing and electronic listing requirements set forth in Section 1-11.1 herein shall be observed
for all topographic surveys.
1-11.1(9) Radial Topography
Elevations for the points occupied or back sighted in a radial topographic survey shall be determined
either by, 1) spirit leveling with misclosure not to exceed 0.1 feet or Federal Geodetic Control
Committee third order elevation accuracy Specifications, OR 2)trigonometric leveling with elevation
differences determined in at least two directions for each point and with misclosure of the circuit not
to exceed 0.1 feet.
1-11.1(10) Station--Offset Topography
Elevations of the baseline and topographic points shall be determined by spirit leveling and shall
satisfy Federal Geodetic Control Committee Specifications as to the turn points and shall not exceed
0.1 foot's error as to side shots.
1-11.1(11) As-Built Survey
All improvements required to be "as-built" (post construction survey) per City of Renton Codes,
TITLE 4 Building Regulations and TITLE 9 Public Ways and Property, must be located both
horizontally and vertically by a Radial survey or by a Station offset survey. The "as-built" survey
must be based on the same base line or control survey used for the construction staking survey for the
improvements being "as-built". The "as-built" survey for all subsurface improvements should occur
prior to backfilling. Close cooperation between the installing Contractor and the "as-builting"
surveyor is therefore required.
All "as-built" surveys shall satisfy the requirements of Section 1-11.1(1) herein, and shall be based
upon control or base line surveys made in conformance with these Specifications.
The field notes for "as-built" shall meet the requirements of Section 1-11.1(4) herein, and submitted
with stamped and signed "as-built" drawings which includes a statement certifying the accuracy of
the "as-built".
The drawing and electronic listing requirements set forth in Section 1-11.1(6) herein shall be
observed for all "as-built" surveys.
1-11.1(12) Monument Setting and Referencing
All property or lot corners, as defined in 1-11.1(5), established or reestablished on a plat or other
recorded survey shall be referenced by a permanent marker at the corner point per 1-11.2(1). In
situations where such markers are impractical or in danger of being destroyed, e.g., the front corners
of lots, a witness marker shall be set. In most cases, this will be the extension of the lot line to a tack
in lead in the curb. The relationship between the witness monuments and their respective corners
shall be shown or described on the face of the plat or survey of record, e.g., "Tacks in lead on the
extension of the lot side lines have been set in the curbs on the extension of said line with the curb."
In all other cases the corner shall meet the requirements of Section 1-11.2(l)herein.
All non-corner monuments, as defined in 1-11.1(5), shall meet the requirements of Section 1-11.2(2)
herein. If the monument falls within a paved portion of a right-of-way or other area, the monument
shall be set below the ground surface and contained within a lidded case kept separate from the
monument and flush with the pavement surface,per Section 1-11.2(3).
In the case of right-of-way centerline monuments all points of curvature (PC), points of tangency
(PT), street intersections, center points of cul-de-sacs shall be set. If the point of intersection (PI) for
the tangents of a curve fall within the paved portion of the right-of-way, a monument can be set at the
PI instead of the PC and PT of the curve.
For all non corner monuments set while under contract to the City of Renton or as part of a City of
Renton approved subdivision of property, a City of Renton Monument Card (furnished by the city)
identifying the monument; point of intersection (PI), point of tangency(PT), point of curvature (PC),
one-sixteenth corner, Plat monument, street intersection, etc., complete with a description of the
60
.r
�r
monument, a minimum of two reference points and NAD 83/91 coordinates, and NAVD 88 elevation
shall be filled out and filed with the city.
.. 1-11.2 Materials
1-11.2(1) Property/Lot Corners
Corners per 1-11.1(5) shall be marked in a permanent manner such as 1/2 inch diameter rebar 24
.. inches in length, durable metal plugs or caps, tack in lead etc., and permanently marked or to gg ed
with the surveyor's identification number. The specific nature of the marker used can be determined
by the surveyor at the time of installation.
1-11.2(2) Monuments
Monuments per 1-11.1(5) shall meet the requirements as set forth in City of Renton Standard Plans
page H031 and permanently marked or tagged with the surveyor's identification number.
1-11.2(3) Monument Case and Cover
Materials shall meet the requirements of Section 9-22 and City of Renton Standard Plans page H031.
2-01 CLEARING, GRUBBING,AND ROADSIDE CLEANUP
2-01.1 Description
Section 2-01.1 is supplemented as follows:
The limits of clearing and grubbing (construction limits) shall be defined as being the construction
limit lines as shown in the Plans. Where, in the opinion of the Engineer, any trees abutting or
adjacent to the limits of clearing and grubbing are damaged and require removal, the Contractor shall
remove such trees. Any trees flagged by the Engineer to remain within the clearing and grubbing
limits shall be left undamaged by the Contractor's operations. Any flagged trees, which are damaged,
shall be replaced in kind at the Contractor's expense.
Existing landscaping outside the construction limits, including but not limited to, sod, rockeries,
beauty bark, decorative gravel or rock,bushes, and shrubbery shall be protected from damage.
The property owners shall be responsible for removing and/or relocating irrigation equipment, trees,
shrubs, curbing, ornamental plants, and any other decorative landscaping materials within the
construction limits that they wish to save. The Contractor shall give property owners 10 days'
written notice prior to removing landscaping materials. All landscaping materials that remain in
the construction limits after that time period shall be removed and disposed of, by the Contractor, in
accordance with Section 2-01 of the Standard Specifications,these Special Provisions, and the Plans.
The Contractor shall receive approval from the Engineer prior to removal.
2-01.2 Disposal of Usable Material and Debris
Section 2-01.2 is supplemented as follows:
The Contractor shall dispose of all debris by Disposal Method No. 2—Waste Site.
2-01.5 Payment
Section 2-01.5 is supplemented as follows:
The lump sum price for "Clearing and Grubbing" shall be full compensation for all work described
herein and shown in the Plans, including removing trees and shrubbery where shown in the Plans and
directed by the Engineer.
2-02 REMOVAL OF STRUCTURE AND OBSTRUCTIONS
61
2-02.3(3) Removal of Pavement, Sidewalks, and Curbs
Section 2-02.3(3)is revised and supplemented as follows:
(******)
Item"1"is revised as follows:
In removing pavement, sidewalks, driveways, and curbs, the Contractor shall haul broken-up pieces
to some off-project site.
The section is supplemented as follows:
When an area where pavement, sidewalk, or driveway has been removed is to be opened to traffic
before pavement patching has been completed, temporary mix asphalt concrete patch shall be
required. Temporary patching shall be placed to a minimum depth of 2 inches immediately after
backfilling and compaction are complete, and before the road is opened to traffic. MC cold mix or
MC hot mix shall be used at the discretion of the Engineer.
2-02.4 Measurement
Section 2-02.4 replaces the existing vacant section:
Sawcutting existing cement and asphalt concrete pavements shall be measured by the linear foot
along the sawcut, full depth. Wheel cutting of pavement will not be measured for separate payment,
but shall be included in other items of work.
2-02.5 Payment
Section 2-02.5 is supplemented by adding:
"Saw Cutting",per lineal foot.
"Remove Sidewalk",per square yard.
"Remove Curb and Gutter",per lineal foot.
"Cold Mix",per ton
"Remove Asphalt Concrete Pavement,"per square yard.
"Remove Cement Concrete pavement,"per square yard.
"Remove existing ,"per
All costs related to the removal and disposal of structures and obstructions including saw cutting,
excavation, backfilling, and temporary asphalt shall be considered incidental to and included in other
items unless designated as specific bid items in the proposal. If pavements, sidewalks, or curbs lie
within an excavation area and are not mentioned as separate pay items, their removal will be paid for
as part of the quantity removed in excavation. If they are mentioned as a separate item in the
proposal, they will be measured and paid for as provided under Section 2-02.5, and will not be
included in the quantity calculated for excavation.
2-03 ROADWAY EXCAVATION AND EMBANKMENT
2-03.3 Construction Requirements
Section 2-03.3 is supplemented by adding the following:
Roadway excavation shall include the removal of all materials excavated from within the limits
shown on the Plans. Suitable excavated material shall be used for embankments, while surplus
excavated material or unsuitable material shall be disposed of by the Contractor.
Earthwork quantities and changes will be computed, either manually or by means of electronic data
processing equipment,by use of the average end area method. Any changes to the proposed work as
directed by the Engineer that would alter these quantities shall be calculated by the Engineer and
submitted to the Contractor for his review and verification..
Any excavation or embankment beyond the limits indicated in the Plans, unless ordered by the
Engineer, shall not be paid for. All work and material required to return these areas to their original
conditions,as directed by the Engineer, shall be provided by the Contractor at his sole expense.
62
s
w
All areas shall be excavated, filled, and/or backfilled as necessary to comply with the grades shown
on the Plans. In filled and backfilled areas, fine grading shall begin during the placement and the
compaction of the final layer. In cut sections, fine grading shall begin within the final six (6) inches
of cut. Final grading shall produce a surface, which is smooth and even, without abrupt changes in
grade.
Excavation for curbs and gutters shall be accomplished by cutting accurately to the cross sections,
grades and elevations shown. Care shall be taken not to excavate below the specified grades. The
Contractor shall maintain all excavations free from detrimental quantities of leaves, brush, sticks,
trash, and other debris until final acceptance of the work.
Following removal of topsoil or excavation to grade, and before placement of fills or base course, the
subgrade under the roadway shall be proof-rolled to identify any soft or loose areas which may
warrant additional compaction or excavation and replacement.
r..
The Contractor shall provide temporary drainage or protection to keep the subgrade free from
standing water.
Acceptable excavated native soils shall be used for fill in the area requiring fills. Care shall be taken
to place excavated material at the optimum moisture content to achieve the specified compaction.
Any native material used for fill shall be free of organics and debris, and have a maximum particle
size of 6 inches.
It shall be the responsibility of the Contractor to prevent the native materials from becoming saturated
with water. The measures may include sloping to drain, compacting the native materials, and
diverting runoff away from the materials. If the Contractor fails to take such preventative measures,
any costs or delay related to drying the materials shall be at his own expense.
If the native materials become saturated, it shall be the responsibility of the Contractor to dry the
materials, to the optimum moisture content. If sufficient acceptable native soils are not available to
complete construction of the roadway embankment, Gravel Borrow shall be used.
If subgrade trimmer is not required on the project, all portions of Section 2-03 shall apply as though a
subgrade trimmer were specified.
If sufficient acceptable native soils, as determined by the Engineer, are not available to complete
construction of the roadway embankment, Gravel Borrow meeting the requirements of Section 9-
03.14 of the Standard Specifications, shall be used.
2-03.4 Measurement
Section 2-03.4 is supplemented by adding the following:
At the discretion of the Engineer, roadway excavation, borrow excavation, and unsuitable foundation
excavation-by the cubic yard(adjusted for swell)may be measured by truck in the hauling vehicle at
the point of loading. The Contractor shall provide truck tickets for each load removed. Each ticket
shall have the truck number, time and date, and be approved by the Engineer.
2-03.5 Payment
Section 2-03.5 is revised as follows:
Payment for embankment compaction will not be made as a separate item.All costs for embankment
r"' compaction shall be included in other bid items involved. Payment will be made for the following bid
items when they are included in the proposal:
"Roadway Excavation Including Haul,"per cubic yard
"Removal and Replacement of Unsuitable Foundation Material,"per ton
"Gravel Borrow Including Haul,"per ton
r
aw
63
and art of the bid items
Roadway Excavation Including Haul shall be considered incidental a p item(s)
provided for the installation of the utility mains and appurtenances. When the Engineer orders
excavation below subgrade, then payment will be in accordance with the item "Removal and
Replacement of Unsuitable Foundation Material". In this case, all items of work other than roadway
excavation shall be paid at unit contract prices.
The unit contract price per cubic yard for"Roadway Excavation Including Haul" shall be full pay for
excavating, loading,placing, or otherwise disposing of the material.
The unit contract price per cubic yard for "Removal and Replacement of Unsuitable Foundation
Material" shall be full pay for excavating,loading, and disposing of the material.
Payment for embankment compaction will not be made as a separate item.All costs for embankment
compaction shall be included in other bid items involved.
2-04 HAUL
2-04.5 Payment
Section 2-04.5 is revised and supplemented as follows:
All costs for the hauling of material to, from, or on the job site shall be considered incidental to and
included in the unit price of other units of work.
2-06 SUBGRADE PREPARATION
2-06.5 Measurement and Payment
Section 2-06.5 is supplemented by adding the following:
Subgrade preparation and maintenance including watering shall be considered as incidental to the
construction and all costs thereof shall be included in the appropriate unit or lump sum contract bid
prices.
2-09 STRUCTURE EXCAVATION
2-09.1 Description
Section 2-09.1 is supplemented by adding the following:
This work also includes the excavation, haul, and disposal of all unsuitable materials such as peat,
muck, swampy or unsuitable materials, including buried logs and stumps.
2-09.3(1)D Disposal of Excavated Material
Section 2-09.3(1)D is revised as follows:
The second paragraph is replaced with:
All costs for disposing of excavated material within or external to the project limits shall be included
in the unit contract price for structure excavation, Class A or B.
The third paragraph is replaced with:
If the Contract includes structure excavation, Class A or B,including haul,the unit contract price shall
include all costs for loading and hauling the material the full required distance, otherwise all such
disposal costs shall be considered incidental to the work.
2-09.4 Measurement
Section 2-09.4 is revised and supplemented as follows:
64
Gravel backfill. Gravel backfill, except when used as bedding for culvert, storm sewer, sanitary
sewer, manholes, and catch basins, will be measured by the cubic yard in place determined by the
neat lines required by the Plans or by the ton as measured in conformance with Section 1-09.2.
2-09.5 Payment
Section 2-09.5 is revised and supplemented as follows:
Payment will be made for the following bid items when they are included in the proposal:
"Structure Excavation Class A",per cubic yard.
.. "Structure Excavation Class B",per cubic yard.
"Structure Excavation Class A Incl. Haul",per cubic yard.
"Structure Excavation Class B Incl. Haul",per cubic yard.
«� Payment for reconstruction of surfacing and paving, within the limits of structure excavation, will be
at the applicable unit prices for the items involved.
If the Engineer orders the Contractor to excavate below the elevations shown in the Plans, the unit
contract price per cubic yard for "Structure Excavation Class A or B" will apply. But if the
Contractor excavates deeper than the Plans or Engineer requires, the Contracting Agency will not pay
for material removed from below the required elevations. In this case, the Contractor, at no expense
to the Contracting Agency, shall replace such material with concrete or other material the Engineer
approves. The unit contract price per cubic yard for the bid items listed as 1 through 4 above shall be
full pay for all labor, materials, tools, equipment, and pumping, or shall be included in the unit bid
i price of other items of work if "Structure Excavation" or "Structure Excavation Incl Haul" are not
listed as pay items in the Contract.
"Shoring or Extra Excavation Class B",per square foot.
The unit contract price per square foot shall be full pay for all excavation, backfill, compaction, and
other work required when extra excavation is used in lieu of constructing shoring. If select backfill
material is required for backfilling within the limits of the structure excavation, it shall also be
required as backfill material for the extra excavation at the Contractor's expense. Any excavation or
backfill material being paid by unit price shall be calculated by the Engineer only for the neat line
measurement of the excavation and shall not include the extra excavation beyond the neat line.
If there is no bid item for shoring or extra excavation Class B on a square foot basis and the nature of
the excavation is such that shoring or extra excavation is required as determined by the Engineer, then
shoring or extra excavation shall be considered incidental to the work involved and no further
compensation shall be made.
"Gravel Backfill (Kind) for(Type of Excavation)",per cubic yard or per ton.
"Controlled Density Fill",per cubic yard.
When gravel backfill is paid by the ton, the Contractor shall take care to assure to the satisfaction of
the Engineer that such per ton backfill is only being used for the specified purpose and not for
purposes where backfill is incidental or being paid by cubic yard. Evidence that per ton gravel
backfill is not being used for its designated purpose shall be grounds for the Engineer to deny
payment for such load tickets.
5-04 ASPHALT CONCRETE PAVEMENT
5-04.2 Materials
Section 5-04.2 is revised and supplemented as follows:
�• Delete the second and fourth paragraphs of this section.
The base course shall be untreated crushed surfacing.
Asphalt concrete shall meet the grading requirements for the specified mix.
Temporary patch shall be cold or hot mix.
�r
65
5-04.3 Construction Requirements
Section 5-04.3 is supplemented as follows:
(******)
Shoulder Restoration
The existing surfacing of disturbed asphalt shoulders shall be removed to a minimum depth of 6
inches below original street grade to provide for placement of the new subgrade and paving. The
subgrade shall be constructed of 1'/4 inch minus crushed surfacing base course placed to a compacted
thickness of 2'/z inches,followed by 5/8-inch minus crushed surfacing top course placed to a
compacted thickness of 1'/z inches. HMA Class `/2"shall then be placed and compacted in 2-inch lifts
up to a maximum 4-inch thickness to match existing pavement thickness. Minimum thickness shall
be 2 inches. The shoulder shall be replaced to the existing fog line in areas where the existing asphalt
shoulder is seriously disturbed, or at the Engineer's discretion.
Asphalt Concrete Patching and Overlay
Contractor shall maintain temporary hot mix asphalt patches daily during construction to the
satisfaction of the governing road agency and the Engineer until said patch is replaced with a
permanent hot patch. The permanent hot mix asphalt patch shall be placed and sealed with paving
grade asphalt within 30 calendar days.
Private Driveways
Where a private driveway is damaged by either construction of the project or by the Contractor's use
and activity on the road,it shall be repaired to the satisfaction of the property owner,the City, and to
its original condition or better. Damaged asphalt-concrete driveways shall be replaced by saw cutting
to a straight line and replacing a full width section. Damaged cement-concrete driveways shall be
removed to the nearest joint(real or dummy)and replaced with a full width section. Damaged gravel
driveways shall have crushed surfacing placed and compacted to a minimum depth of 4 inches.
Curbs Gutters and Sidewalks
Existing curbs, gutters, and sidewalks damaged by construction of the project or the Contractor's use
and activity, shall be repaired to the satisfaction of the property owner, the City,King County, and to
its original condition or better.
5-04.3(5) Conditioning the Existing Surface
Section 5-04.3(5)is supplemented as follows:
(*****)
The Contractor shall maintain existing surface contour during patching,unless otherwise instructed
by City Engineer or King County inspector.
5-04.3(5)A Preparation of Existing Surface
Section 5-04.3(5)A is supplemented as follows:
(*****)
The Contractor shall provide his own mechanical sweeping equipment. The sweeper will be on the
project prior to the start of paving,to insure the streets to be paved are clean before the tack coat is
applied. The sweeper will keep the streets clean ahead of the paving machine and clean the streets
behind the empty trucks that have dumped their loads into the paving machine. The sweeper must
sweep all streets made dirty by the Contractor's equipment. If the paving machine is"walked"from
one site to another,the sweeper must sweep up behind paving machine. The sweeper shall not leave f
the overlay site until given permission by the City's inspector.
66
.r
All utilities shall be painted with a biodegradable"soap"to prevent the tack and ACP from sticking to
the lids. Diesel will not be used. After the application of soap, catch basins must be covered to
prevent tack and ACP from getting into catch basins.
Preparation of existing surface shall be done as outlined in this Section and a tack coat shall be
applied at the rate of 0.02 to 0.08 gallons per square yard. Payment for preparation of the surface and
~ application of the tack coat shall be considered incidental to the paving and no separate payment shall
be made.
The Contractor shall locate all utilities for access immediately after any paving and mark the location
by means of painting a circle around the location and scooping a portion of asphalt 4"-6" in diameter
and the depth of the overlay from the center of the utility location.
r..
The Contractor shall locate and completely expose gas and water valves for access immediately after
final rolling.
The day following the start of application of ACP,utility adjustments must begin. The Contractor
shall have an adjustment crew adjusting utilities every workable working day until adjustments are
complete.
During the adjustment of any utility, existing concrete bricks or grouting material that has been
broken or cracked shall be removed and replaced at the Contractor's expense.
Utility adjustments must be completed within 15 working days after overlay is complete, and within
the specified working days.
Payment for utility adjustments includes all labor,materials,tools, and equipment necessary to
complete the adjustments and is incidental to pay items for Asphalt Patch and Asphalt Overlay.
5-04.3(7)A Mix Design
Item 2 is deleted and replaced with:
2. Nonstatistical HMA Evaluation. The Contractor shall submit a certification that the mix
design submitted meets the requirements of Sections 9-03.8(2) and 9-03.8(6). The
Contractor must submit the mix design using DOT Form 350-042 EF. Verification of the
mix design by the Contracting Agency is not needed. The Project Engineer will determine
anti-strip requirements for the HMA.
The mix design will be the initial job mix formula(JMF) for the class of mix. Any additional
adjustments to the JMF will require the approval of the Project Engineer and may be made
per Section 9-03.8(7).
5-04.3(8)A Acceptance Sampling and Testing—HMA Mixture
Item 1 is deleted and replaced with:
1. General. Acceptance of HMA shall be as provided under nonstatistical or commercial
evaluation.
Nonstatistical evaluation will be used for the acceptance of HMA.
67
r
Commercial evaluation will be used for Commercial HMA, and for other classes of HMA in
the following applications: sidewalks,road approaches, ditches, slopes,paths,trails, gores,
prelevel, and pavement repair. Other nonstructural applications as approved by the Project
Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the
option of the Engineer. The proposal quantity of HMA that is accepted by commercial
evaluation will be excluded from the quantities used in the determination of nonstatistical
w
evaluation.
Item 7 is deleted.
rr
5-04.3(10)B Control
Replace Section 5-04.3(10)B with the following:
(*****) r
Sub-base shall be compacted to 95% of the maximum density by the Modified Proctor Test Method,
ASTM D 1557. Compact asphalt concrete patch and paving to 95%of maximum compaction.
5-04.5 Payment 10
5-04.5(1)A Price Adjustments for Quality of HMA Mixture
Section is deleted and replaced with:
Statistical analysis of quality of gradation and asphalt content will be performed based on
Section 1-06.2 using the following price adjustment factors:
Table of Price Adjustment Factors
Constituent Factor"f
All aggregate passing. 1 ''/2", 1",3/4", ''/2", 3/8" and No.4 sieves 2
All aggregate passing No. 8,No 16,No. 30,No. 50,No. 100 3
All aggregate passing No. 200 sieve 20
Asphalt binder 52
A pay factor will be calculated for sieves listed in Section 9-03.8(7)for the class of HMA and for the
asphalt binder.
1. Nonstatistical Evaluation. Each lot of HMA produced under Nonstatistical Evaluation and
having all constituents falling within the tolerance limits of the job mix formula shall be
accepted at the unit contract price with no further evaluation. When one or more constituents
fall outside the nonstatistical acceptance tolerance limits in Section 9-03.8(7),the lot shall be
evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The
nonstatistical tolerance limits will be used in the calculation of the CPF and the maximum
CPF shall be 1.00. When less than three sublots exist,backup samples of the existing sublots
or samples from the street shall be tested to provide a minimum of three sets of results for
evaluation.
2. Commercial Evaluation. If sampled and tested, HMA produced under Commercial
Evaluation and having all constituents falling within the tolerance limits of the job mix
formula shall be accepted at the unit contract price with no further evaluation. When one or
more constituents fall outside the commercial acceptance tolerance limits in Section 9-
03.8(7),the lot shall be evaluated to determine the appropriate CPF. The commercial
tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be
68
1.00. When less than three sublots exist,backup samples of the existing sublots or samples
from the street shall be tested to provide a minimum of three sets of results for evaluation.
r
For each lot of HMA produced under Nonstatistical or Commercial Evaluation when the
calculated CPF is less than 1.00, a Nonconforming Mix factor (NCFM) will be determined.
THE NCFM equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent.
.e The Job Mix Compliance Price Adjustment will be calculated as the product of the NCMF,
the quantity of HMA in the lot in tons, and the unit contract price per ton of the mix.
If a constituent is not measured in accordance with these Specifications, its individual pay factor will
be considered 1.00 in calculating the composite pay factor.
5-04.5(1)B Price Adjustments for Quality of HMA Compaction
Section is deleted and replaced with:
The maximum CPF of a compaction lot is 1.00
For each compaction lot of HMA when the CPF is less than 1.00, a Nonconforming Compaction
Factor (NCCF) will be determined. THE NCCF equals the algebraic difference of CPF minus 1.00
multiplied by 40 percent. The Compaction Price Adjustment will be calculated as the product of the
NCFF, the quantity of HMA in the lot in tons and the unit contract price per ton of the mix.
5-06 TEMPORARY RESTORATION IN PAVEMENT AREA
Section 5-06 is new Section with subsections:
5-06.1 Description
Pavement areas that have been removed by construction activities must be restored by the Contractor
prior to the end of each working period,prior to use by vehicular traffic. Within paved streets, the
Contractor may use temporary pavement to allow vehicular traffic to travel over the construction
areas. Temporary pavement shall be placed around trench plates or others devices used to cover
construction activities in a manner that provides a smooth and safe transition between surfaces.
5-06.2 Materials
The asphalt pavement for temporary patches may be cold-mix asphalt composition determined by the
Contractor to provide a product suitable for the intended application. The Contractor shall not use
materials that are a safety or health hazard.
Temporary pavement material that does not form a consolidated surface after compaction shall be
considered unsuitable and shall be removed from the site. Unsuitable temporary pavement shall be
disposed of offsite.
5-06.3 Construction Requirements
Contractor shall maintain temporary cold mix asphalt patches daily during to the satisfaction of the
governing road agency and Engineer until said patch is replaced with permanent hot patch. The
completed pavement shall be free from ridges,ruts,bumps, depressions, objectionable marks, or other
irregularities. The permanent hot mix asphalt patch shall be placed and sealed with a paving asphalt
within 30 calendar days.
i
The Contractor shall immediately repair,patch, or remove any temporary pavement that does not
provide a flat transition between existing pavement areas.
69
All temporary asphalt pavement shall be removed from the site by the end of the project and shall not
be used as permanent asphalt pavement or subgrade material.
7-01 DRAINS
7-01.2 Materials
The second paragraph of Section 7-01.2 is revised as follows:
Drain pipes may be concrete, zinc coated (galvanized) corrugated iron with Asphalt Treatment I,
aluminum coated (aluminized) corrugated iron with Asphalt Treatment I, zinc coated (galvanized)
steel with Asphalt Treatment I, corrugated aluminum alloy, polyvinyl chloride (PVC), or corrugated
polyethylene(PE)at the option of the Contractor unless the Plans specify the type to be used.
7-01.3 Construction Requirements
Section 7-01.3 is revised as follows:
The second paragraph is revised as follows:
PVC drainpipe shall be jointed with a bell and spigot joint using a flexible elastomeric seal as
described in Section 9-04.8. The bell shall be laid upstream. PE or ABS drainpipe shall be jointed
with snap-on, screw-on, or wraparound coupling bands as recommended by the manufacturer of the
tubing.
The sixth paragraph is revised as follows:
PVC under drain pipe shall be jointed using either the flexible elastomeric seal as described in
Section 9-04.8 or solvent cement as described in Section 9-04.9, at the option of the Contractor unless
otherwise specified in the Plans. The bell shall be laid upstream. PE or ABS drainage tubing under
drain pipe shall be jointed with snap-on, screw-on, or wraparound coupling bands, as recommended
by the manufacturer of the tubing.
7-01.4 Measurement
Section 7-01.4 is supplemented adding the following:
(******)
When the Contract does not include "Structure Excavation Class B" or "Structure Excavation Class B
Including Haul' as a pay item all costs associated with these items shall be included in other contract
pay items.
7-02 CULVERTS
7-02.2 Materials
The second paragraph of Section 7-02.2 is revised and supplemented as follows:
Where steel or aluminum are referred to in this section in regard to a kind of culvert pipe, pipe arch,
or end sections, it shall be understood that steel is zinc coated (galvanized) with Asphalt Treatment I
or aluminum coated (aluminized) corrugated iron or steel, and aluminum is corrugated aluminum
alloy as specified in Sections 9-05.4 and 9-05.5. Where plain or reinforced concrete, steel, or
aluminum are referred to in Section 7-02 it shall be understood that reference is also made to PVC.
7-04 STORM SEWERS
7-04.2 Materials
The second paragraph of Section 7-04.2 is revised as follows:
(******)
Where steel or aluminum are referred to in this section in regard to a kind of storm sewer pipe, it shall
be understood that steel is zinc coated (galvanized), Asphalt Treatment I Coated, corrugated iron or
steel and aluminum is corrugated aluminum alloy as specified in Sections 9-05.4 and 9-05.5.
70
t
The Contractor shall require pipe suppliers to furnish certificates signed by their authorized
representative, stating the Specifications to which the materials or products were manufactured. The
r' Contractor shall provide 2 copies of these certifications to the Engineer for approval. Certificates
showing nonconformance with the Contract shall be sufficient evidence for rejection.
Approval of certificates shall be considered only as tentative acceptance of the materials and
" products, and such action by Engineer will not relieve Contractor of his/her responsibility to perform
field tests and to replace or repair faulty materials, equipment, and/or workmanship and Contractor's
own expense.
7-04.4 Measurement
The first paragraph of Section 7-04.4 is revised as follows:
The length of storm sewer pipe will be the number of linear feet of completed installation measured
along the invert and will include the length through elbows, tees, and fittings. The number of linear
feet will be measured from the center of manhole or from the center of catch basin to center of catch
rr
basins and similar type structures.
7-04.5 Payment
The second and third paragraphs of Section 7-04.5 are revised as follows:
The unit contract price per linear foot for storm sewer pipe of the kind and size specified shall be full
pay for all work to complete the installation, including adjustment of inverts to manholes. When no
bid item "Gravel Backfill for Pipe Bedding" is included in the Schedule of Prices, pipe bedding, as
shown in the Standard Plans, shall be considered incidental to the pipe and no additional payment
shall be made.
Testing of storm sewer pipe, if required by the Engineer, shall be considered incidental to and
included in the unit contract prices for other items.
Cost of connecting pipe to structures shall be included in the various unit contract prices for storm
sewer pipe, and no additional compensation will be allowed.
Abandonment and plugging of pipe shall be included in the lump sum contract price for "Removal of
Structure and Obstruction". No separate payment will be made.
7-05 MANHOLES, INLETS,AND CATCH BASINS
7-05.3 Construction Requirements
Section 7-05.3 is supplemented by adding the following:
All manholes shall have eccentric cones and shall have ladders.
Sanitary sewer pipe to manhole connections shall be "Kor-n-Seal"boot or approved equal.
7-05.3(1) Adjusting Manholes and Catch Basins to Grade
Section 7-05.3(1) is replaced with:
Where shown in the Plans or where directed by the Engineer, the existing manholes, catch basins, or
inlets shall be adjusted to the grade as staked or otherwise designated by the Engineer.
The existing cast iron ring and cover on manholes and the catch basin frame and grate shall first be
removed and thoroughly cleaned for reinstalling at the new elevation. From that point, the existing
structure shall be raised or lowered to the required elevation.
71
The Contractor shall construct manholes so as to provide adjustment space for setting cover and
casting to a finished grade as shown on the Construction Plans. Manhole ring and covers shall be
adjusted to the finished elevations per standard detail BR29, SP Page B074, prior to final acceptance
of the work. Manholes in unimproved areas shall be adjusted to 6"above grade.
In unpaved streets: manholes, catch basins, and similar structures in areas to be surfaced with crushed
rock or gravel shall be constructed to a point approximately eight inches below the subgrade and
covered with a temporary wood cover. Existing manholes shall be cut off and covered in a similar
manner. The Contractor shall carefully reference each manhole so that they may be easily found upon
completion of the street work. After placing the gravel or crushed stone surfacing, the manholes and
manhole castings shall be constructed to the finished grade of the roadway surface. Excavation
necessary for bringing manholes to grade shall center about the manhole and be held to the minimum
area necessary. At the completion of the manhole adjustment, the void around the manhole shall be
backfilled with materials which result in the section required on the typical roadway section, and be
thoroughly compacted.
In cement concrete pavement: manholes, catch basins, and similar structures shall be constructed and
adjusted in the same manner as outlined above except that the final adjustment shall be made and cast
iron frame be set after forms have been placed and checked. In placing the concrete pavement,
extreme care shall be taken not to alter the position of the casting in any way.
In asphalt concrete pavement: manholes shall not be adjusted until the pavement is completed, at
which time the center of each manhole shall be carefully relocated from references previously
established by the Contractor. The pavement shall be cut in a restricted area and base material be
removed to permit removal of the cover. The manhole shall then be brought to proper grade utilizing
the same methods of construction as for the manhole itself. The cast iron frame shall be placed on the
concrete blocks and wedged up to the desired grade. The asphalt concrete pavement shall be cut and
removed to a neat circle, the diameter of which shall be equal to the outside diameter of the cast iron
frame plus two feet. The base materials and crushed rock shall be removed and Class 3000 or `
Commercial Portland Cement Concrete shall be placed so that the entire volume of the excavation is
replaced up to but not to exceed 2 inches of the finished pavement surface. On the day following
placement of the concrete, the edge of the asphalt concrete pavement, and the outer edge of the
casting shall be painted with hot asphalt cement. Asphalt Class G concrete shall then be placed and
compacted with hand tampers and a patching roller. The complete patch shall match the existing
paved surface for texture, density, and uniformity of grade. The joint between the patch and the
existing pavement shall then be carefully painted with hot asphalt cement or asphalt emulsion and
shall be immediately covered with dry paving sand before the asphalt cement solidifies. The inside
throat of the manhole shall be thoroughly mortared and plastered.
Adjustment of inlets: The final alignment and grade of cast iron frames for new and old inlets to be
adjusted to grade will be established from the forms or adjacent pavement surfaces. The final
adjustment of the top of the inlet will be performed in similar manner to the above for manholes. On
asphalt concrete paving projects using curb and gutter section, that portion of the cast iron frame not
embedded in the gutter section shall be solidly embedded in concrete also. The concrete shall extend
a minimum of six inches beyond the edge of the casting and shall be left 2 inches below the top of the
frame so that the wearing course of asphalt concrete pavement will butt the cast iron frame. The
existing concrete pavement and edge of the casting shall be painted with hot asphalt cement.
Adjustments in the inlet structure shall be constructed in the same manner and of the same material as
that required for new inlets.The inside of the inlets shall be mortared and plastered.
Monuments and cast iron frame and cover: monuments and monument castings shall be adjusted to
grade in the same manner as for manholes.
Valve box castings: adjustments of valve box castings shall be made in the same manner as for
manholes.
72
r
7-05.3(2) Abandon Existing Manholes
Section 7-05.3(2)is revised as follows:
Where it is required that an existing manhole be abandoned, the structure shall be broken down to a
depth of at least 4 feet below the revised surface elevation, all connections plugged, the manhole base
shall be fractured to prevent standing water, and the manhole filled with sand and compacted to
90 percent density as specified in Section 2-03.3(14)C. Debris resulting from breaking the upper part
of the manhole may be mixed with the sand subject to the approval of the Engineer. The ring and
cover shall be salvaged and all other surplus material disposed of
7-05.3(2)A Abandon Existing Sanitary Sewer Pipes
Section 7-05.3(2)A is a new section:
Where it is required that an existing sanitary sewer pipe be abandoned(or portions of pipe installed as
part of this project which are to be abandoned as shown on the Plans), both ends of the abandoned
pipe and all lateral connections to the pipe shall be plugged with 3,000 psi cement concrete and the
pipe shall be filled with cement-based grout.
A cement-based grout shall be used to fill the void of the abandoned sewer pipe. The grouting
material must have a strength of at least 100 psi and shall have flow characteristics appropriate for
filling a sanitary sewer. The grout mix designed and method of installation shall be approved by the
Engineer prior to beginning the operation(See Section 9-03.22).
7-05.3(3) Connections to Existing Manholes
Section 7-05.3(3)is supplemented by adding the following:
Where shown on the Plans, new drain pipes shall be connected to existing line, catch basin, curb
inlets and/or manholes. The Contractor shall be required to core drill into the structure, shape the new
pipe to fit and re-grout the opening in a workmanlike manner. Where directed by the Engineer or
where shown on the Plans, additional structure channeling will be required.
Connections to existing sanitary sewer manholes shall be core drilled. Couplings shall be equal to
"Kor-n-Seal"boots. Existing sanitary sewer manholes shall be cleaned,repaired, and re-channeled as
necessary to match the new pipe configuration and as shown on the Construction Plans.
A "connection to existing" item will be allowed at any connection of a new line to an existing
structure, or the connection of a new structure to a existing line. No "connection to existing" will be
accepted at the location of new installation, relocation and adjustment of line manholes, catch basins,
or curb inlets.
Any damage to existing pipe or structure that is to remain in place resulting from the Contractor's
operations shall be repaired or replaced at her/his own expense.
The unit bid price per each shall be full compensation for all labor, materials and equipment required.
7-05.3(5) Manhole Coatings
Section 7-05.5 is an added new section:
All new sanitary sewer manholes shall be coated as specified below. The following coating system
Specifications shall be used for coating (sealing) all interior concrete surfaces of sanitary sewer
manholes.
Coating Material: High Solids Urethane
Surfaces: Concrete
Surface Preparation: In accordance with SSPC SP-7
(Sweep of brush off blast)
Application: Shop/Field
73
lllr
The drying time between coats shall not exceed 24 hours in any case
System Thickness: 6.0 mils dry film
Coatings: Primer: One coat of Wasser MC-Aroshield(2.0 mils DFT)
Finish:Two or more coats of Wasser MC-Aroshield(min. 4.0 mils DFT)
Color: White
7-05.4 Measurement
Section 7-05.4 is revised and supplemented as follows:
Manholes will be measured per each. Measurement of manhole heights for payment purposes will be
the distance from finished rim elevation to the invert of the lowest outlet pipe.
Adjustments of new structures and miscellaneous items such as valve boxes shall be considered
incidental to the unit contract price of the new item and no further compensation shall be made.
Connection to existing pipes and structures shall be measured per each.
7-05.5 Payment
Section 7-05.5 is supplemented as follows:
(******)
"Adjust Existing ," per each.
The unit contract price per each for "Adjust Existing shall be full pay for all costs necessary to
make the adjustment including restoration of adjacent areas in a manner acceptable to the Engineer.
If no bid item for Structure Excavation Class A or Structure Excavation Class B is included in the
schedule of prices then the work will be considered incidental and its cost should be included in the
cost of the pipe.
"Connect to Existing Catch Basin,"per each.
"Connect Structure to existing pipe,"per each.
7-08 GENERAL PIPE INSTALLATION REQUIREMENTS
7-08.3 Construction Requirements
7-08.3(1)C Bedding the Pipe
Section 7-08.3(1)C is supplemented by adding the following:
(******)
Pipe bedding for PVC sewer pipe shall consist of clean, granular pea gravel consistent with Section 9-
03.12(3). It shall be placed to a depth of 6" over and 6" under the exterior walls of the pipe.
Hand compaction of the bedding materials under the pipe haunches will be required. Hand
compaction shall be accomplished by using a suitable tamping tool to firmly tamp bedding material
under the haunches of the pipe. Care shall be taken to avoid displacement of the pipe during the
compaction effort.
Pipe bedding shall be considered incidental to the pipe and no further compensation shall be made.
7-08.3(1)D Pipe Foundation
Section 7-08.3(1)D is a new section: It
(******)
Pipe foundation in poor soil: When soft or unstable material is encountered at the subgrade which, in
the opinion of the Engineer,will not uniformly support the pipe, such material shall be excavated to
an additional depth as required by the Engineer and backfilled with foundation gravel material placed
in maximum 12-inch lifts. Foundation gravel shall be ballast and conform to the requirements of
Section 9-03.9(1) of the Standard Specifications. do
74
so
ow
Corrections faulty grade: Excess excavation below grade shall be backfilled with foundation gravel
s
as specified above and thoroughly compacted to the required grade line.
Pipe bedding shall be considered incidental to the pipe and no further compensation shall be made.
7-08.3(2)A Survey Line and Grade
Section 7-08.3(2)A is replaced with:
«w Survey line and grade control shall be provided in accordance with Sections 1-05.4, 1-05.5 and 1-11
in a manner consistent with accepted practices.
The Contractor shall transfer line and grade into the trench where they shall be carried by means of a
•a laser beam using 50-foot minimum intervals for grade staking. Any other procedure shall have the
written approval of the Engineer.
7-08.3(2)B Pipe Laying—General
Section 7-08.3(2)B is supplemented by adding the following:
Checking of the invert elevation of the pipe may be made by calculations from measurements on the
top of the pipe, or by looking for ponding of 1/2" or less, which indicates a satisfactory condition. At
manholes, when the downstream pipe(s) is of a larger size, pipe(s) shall be laid by matching the
(eight-tenths) flow elevation, unless otherwise approved by the Engineer.
All pipe, fittings, etc. shall be carefully handled and protected against damage, impact shocks, and
free fall. All pipe handling equipment shall be acceptable to the Engineer. Pipe shall not be placed
directly on rough ground but shall be supported in a manner, which will protect the pipe against injury
whenever stored at the trench site or elsewhere. No pipe shall be installed where the lining or coating
show defects that may be harmful as determined by the Engineer. Such damaged lining or coating
shall be repaired, or a new undamaged pipe shall be furnished and installed.
The Contractor shall inspect each pipe and fitting prior to installation to insure that there are not
damaged portions of the pipe. Any defective, damaged, or unsound pipe shall be repaired or replaced.
All foreign matter or dirt shall be removed from the interior of the pipe before lowering into position
in the trench. Pipe shall be kept clean during and after laying. All openings in the pipeline shall be
closed with watertight expandable type sewer plugs at the end of each day's operation, or whenever
the pipe openings are left unattended. The use of burlap, wood, or other similar temporary plugs will
not be permitted.
Where necessary to raise or lower the pipe due to unforeseen obstructions or other causes, the
Engineer may change the alignment and/or the grades. Except for short runs, which may be permitted
by the Engineer, pipes shall be laid uphill on grades exceeding 10 percent. Pipe, which is laid on a
downhill grade, shall be blocked and held in place until sufficient support is furnished by the
following pipe to prevent movement.
Unless otherwise required, all pipe shall be laid straight between the changes in alignment, and at
uniform grade between changes in grade. For concrete pipes with elliptical reinforcement, the pipe
shall be placed with the minor axis of the reinforcement in a vertical position.
Immediately after the pipe joints have been made, proper gasket placement shall be checked with a
feeler gage as approved by the pipe manufacturer to verify proper gasket placement.
7-08.3(2)E Rubber Gasketed Joints
Section 7-08.3(2)E is supplemented as follows:
Care shall be taken by the Contractor to avoid over pushing the pipe and damaging the pipe or joint
system. Any damaged pipe shall be replaced by the Contractor at his expense.
75
7-08.3(2)H Sewer Line Connections
Section 7-04.3(2)H is supplemented by adding the following:
All connections not occurring at a manhole or catch basin shall be done utilizing pre-manufactured
tee connectors or pipe sections approved by the Engineer. Any other method or materials proposed
for use in making connections shall be subject to approval by the Engineer.
Unless otherwise approved by the Engineer, all connections of lateral sewers to existing mains shall
be made through a cast iron saddle secured to the sewer main with stainless steel bands. When the
existing main is constructed of vitrified clay,plain or reinforced concrete, cast or ductile iron pipe,the
existing main shall be core drilled.
Connections (unless booted connections have been provided for) to existing concrete manholes shall
be core-drilled, and shall have an "O" ring rubber gasket meeting ASTM C-478 in a manhole
coupling equal to the Johns-Manville Asbestos-Cement collar, or use a conical type flexible seal equal
to Kor-N-Seal. PVC pipe connection shall consist of tee, nipple and couplers as approved by the
Engineer.
7-08.3(2)J Placing PVC Pipe
Section 7-08.3(2))is an added new section:
(******) I
In the trench,prepared as specified in Section 7-02.3(1)PVC pipe shall be laid beginning at the lower
end, with the bell end upgrade. Pea gravel will be used as the bedding material and extend from 6"
below the bottom of the pipe to 6" above the top of the pipe. When it is necessary to connect to a
structure with a mudded joint a rubber gasketed concrete adapter-collar will be used at the point of
connection.
7-08.3(3)A Backfilling Sanitary Sewer Trenches
Section 7-08.3(3)A is a new section supplementing 7-08.3(3)
To the maximum extent available, suitable material obtained from trench excavation shall be used for
trench backfill. All material placed as trench backfill shall be free from rocks or stones larger than 8
inches in their greatest dimension,brush, stumps,logs,roots,debris, and organic or other deleterious
materials. No stones or rock shall be placed in the upper three feet of trench backfill. Rock or stones
within the allowable size limit incorporated in the remainder of fills shall be distributed so that they
do not congregate or interfere with proper compaction.
If the native material is considered by the Engineer as unsuitable for backfill, or where unsuitable
material is requested by the Engineer to be removed or over-excavated from trench excavations,then
Bank Run Gravel for Trench Backfill Sewer material conforming to the requirements of Section 9-
03.19 shall be used. All native or imported backfill material shall be compacted to 95%of maximum
dry density per ASTM D 1557 unless otherwise specified herein or on the Plans.
Backfill within paved areas shall be compacted to at least 95 percent of maximum dry density as
determined by the modified proctor compaction test,ASTM D1557. This includes the foundation,
backfill, and base course materials. Maximum lift thickness of backfill shall not exceed 24 inches
between the top of the bedding and 4 feet below grade and 12 inches from 4 feet below grade to the
base of the subgrade. The Engineer may be on-site to collect soil samples and to test compaction.
The Contractor shall provide site access at all times for compaction testing and sample collection.
Areas of the trench which fail to meet the compaction requirements shall be removed and replace and
re-compacted at the Contractor's expense.
In cuts transverse to the road alignment and at all utility crossings,the entire trench shall be backfilled
with crushed surfacing. Backfill shall be placed and mechanically compacted in 1-foot maximum
76
w
lifts. After backfill and compaction, an immediate cold mix patch shall be placed and maintained in a
manner acceptable to the King County Inspector until replaced with a permanent hot mix patch.
..
The Contractor shall be responsible for any settlement of backfill, sub-base, and pavement that may
occur during the period stipulated in the Contract conditions. All repairs necessary due to settlement
shall be made by the Contractor at his expense.
Backfill in unimproved areas shall be compacted to at least 90 percent of maximum dry density as
determined by the modified proctor compaction test,ASTM D1557.
The Contractor shall be responsible for the disposal of any excess excavated material.
„r 7-08.4 Measurement
The first paragraph of Section 7-08.4 is revised as follows:
Gravel backfill for foundations, or gravel backfill for pipe zone bedding when used for foundations,
rr shall be measured by the cubic yard, including haul, as specified in 2-09, or by the ton.
7-08.5 Payment
Section 7-08.5 is replaced with:
Payment will be made in accordance with Section 1-04.1 for each of the following bid items that are
included in the proposal:
"Gravel Backfill for Foundations Class ",per cubic yard or ton.
"Gravel Backfill for Pipe Zone Bedding",per cubic yard or ton.
All costs associated with furnishing and installing bedding and backfill material within the pipe zone
in the installation of culvert, storm sewer, and sanitary sewer pipes shall be included in the unit
contract price for the type and size of pipe installed.
"Plugging Existing Pipe",per each.
"Commercial Concrete",per cubic yard.
"Structure Excavation Class B",per cubic yard.
"Structure Excavation Class B Incl. Haul",per cubic yard.
Unless specifically identified and provided as separate items, structure excavation, dewatering and
backfilling shall be incidental to pipe installation and no further compensation shall be made.
All costs in jointing dissimilar pipe with a coupling or concrete collar shall be included in the unit
contract price per foot for the size and type of pipe being jointed.
' "Shoring or Extra Excavation Class B",per square foot.
If this pay item is not in the Contract, then it shall be incidental.
7-09.3(15)B Polyvinyl Chloride (PVC) Pipe (4 inches and Over)
Section 7-09.3(15)B is supplemented as follows:
Polyvinyl Chloride(PVC)Pipe shall not be used for water mains and appurtenances.
7-17 SANITARY SEWERS
7-17.2 Materials
Section 7-17.2 is replaced with the following:
Pipe
Gravity sewer pipe shall be as specified herein and as shown on the plans. The Contractor shall
r provide two copies of the pipe manufacturer's technical literature and tables of dimensional
tolerances to the Engineer. Any pipe found to have dimensional tolerances in excess of those
prescribed or having defects which prevent adequate joint seal or any other damage shall be rejected.
77
M
If requested by the Engineer,not less than three nor more than five lengths of pipe for each size,
selected from stock by the Engineer, shall be tested as specified for maximum dimensional tolerance
of the respective pipe.
Material for PVC sewer pipe shall meet the requirements of Section 9-05.12.
All pipe shall be clearly marked with type, class,and thickness. Lettering shall be legible and
permanent under normal conditions of handling and storage.
7-17.3 Construction Requirements
7-17.3(1) Protection of Existing Sewerage Facilities
Section 7-17.3(1)is supplemented by adding the following:
(******)
When extending an existing sewer, the downstream system shall be protected from construction
debris by placing a screen or trap in the first existing manhole downstream of the connection. It shall
be the Contractor's responsibility to maintain this screen or trap until the new system is placed in
service and then to remove it. Any construction debris,which enters the existing downstream system,
shall be removed by the Contractor at his expense, and to the satisfaction of the Engineer. When the
first manhole is set,it's outlet shall be plugged until acceptance by the Engineer.
7-17.3(2)H Television Inspection
Section 7-17.3(2)H is supplemented by adding the following:
Once the television inspection has been completed the Contractor shall submit to the Engineer the
written reports of the inspection plus the videotapes. Said videotapes are to be in color and compatible
with the City's viewing and recording systems.
The City system accepts 1/2" wide high density VHS Tapes. The tapes will be run at standard speed
SP (1 5/16 I.P.S.). The City will also accept video submittals on DVD viewable on a standard player
or a CD or DVD compatible with Cues DataCAP 4.0.
7-17.4 Measurement
Section 7-17.4 is supplemented as follows:
Measurement of"Bank Run Gravel for Trench Backfill Sewer" will be determined by the cubic yard ,
in place,measured by the neat line dimensions shown in the Plans, or by the ton on truck tickets.
7-17.5 Payment
Section 7-17.5 is revised and supplemented as follows:
Payment will be made in accordance with Section 1-04.1, for each of the following bid items that are
included in the proposal:
"Plain Conc. Sewer Pipe_In. Diam.",per linear foot.
"Cl. Reinf. Conc. Sewer Pipe_In. Diam.",per linear foot.
"PVC_Sanitary Sewer Pipe In. Diam.",per linear foot.
"Ductile Iron Sewer Pipe In. Diam.",per linear foot.
The unit contract price per linear foot for sewer pipe of the kind and size specified shall be full pay
for furnishing, hauling, and assembling in place the completed installation including all wyes, tees,
special fittings, joint materials, bedding material, and adjustment of inverts to manholes for the
completion of the installation to the required lines and grades.
"Testing Sewer Pipe",per linear foot.
78 ,
The unit contract price per linear foot for"Testing Sewer Pipe" shall be full pay for all labor, material
and equipment required to conduct the leakage tests required in Section 7-17.3(2). If no unit price for
"Testing Sewer Pipe"is included it shall be considered incidental to the pipe items.
"Removal and Replacement of Unsuitable Material",per cubic yard.
The unit contract price per cubic yard for "Removal and Replacement of Unsuitable Material" shall
be full pay for all work to remove unsuitable material and replace and compact suitable material as
specified in Section 7-08.3(1)A.
"Bank Run Gravel for Trench Backfill Sewer",per cubic yard or ton.
The unit contract price per cubic yard or ton for "Bank Run Gravel for Trench Backfill Sewer" shall
be full pay for all work to furnish,place, and compact material in the trench.
"Television Inspection",per linear foot.
M
7-20.2(3) Television Inspection, Main line
r
A closed-circuit television (CCTV)inspection shall be done after the installation of the new pipes and
the lines have been cleaned and flushed. Both video inspections shall be done with a minimum flow
of water in the pipe and inspected in the direction of the flow unless otherwise directed by the
Engineer.
The television camera used for the inspection shall be one specifically designed and constructed for
such inspection of both the mains. Lighting for the camera shall be suitable to allow a clear picture of
the entire periphery of the pipe. The camera shall have rotational capabilities and be used by the
operator to view up each side sewer connection and provide best views of any non-conforming items.
The camera shall be operative in 100% humidity conditions. The camera, television monitor, and
other components of the video system shall be capable of producing picture quality to the satisfaction
of the Owner's representative and, if unsatisfactory, equipment shall be removed and no payment will
be made for an unsatisfactory inspection.
Once the television inspection has been completed the Contractor shall submit to the Engineer the
written reports of the inspection plus the original,unedited, videotapes. Said videotapes are to be in
color and compatible with the City's viewing and recording systems. The City system accepts 1/2"
wide high density VHS Tapes. The tapes will be run at standard speed SP(15/16 I.P.S.). . The
Contractor shall use TV inspection report forms as considered industry standard and as approved by
the Owner, and provide completed forms and video tapes of the completed TV inspection to the
Owner.
The camera shall be moved through the line at a moderate rate, stopping when necessary to permit
proper documentation of the sewer's condition. In no case will the television camera be pulled at
speed greater than 30 feet per minute. Manual winches, power winches, TV cable, and powered
rewinds or other devices that do not obstruct the camera view or interfere with proper documentation
of the sewer conditions shall be used to move the camera through the sewer line. If, during the
r inspection operation, the television camera will not pass through the entire manhole section, the
Contractor shall set up his equipment so that the inspection can be performed from the opposite
manhole. If, again, the camera fails to pass through the entire manhole section, the inspection shall be
considered complete and no additional inspection will be required.
When manually operated winches are used to pull the television camera through the line, telephones
or other suitable means of communication shall be set up between the two manholes of the section
r being inspected to insure good communication between members of the crew.
w
79
n�
The importance of accurate distance measurements is emphasized. Measurement for location of
defects shall be above ground by means of a meter device. Marking on the cable, or the like, which
would require interpolation for depth of manhole, will not be allowed. Accuracy of the distance
meter shall be checked by use of a walking meter, roll-a-tape, or other suitable device, and the
accuracy shall be satisfactory to the Owner's representative.
The Engineer will utilize these video examinations as the inspection of the cleaned line and service
laterals and will base their acceptance of the new portions of these mains and service laterals on this,
as well as on-site inspection and other tests required by these Specifications prior to the installation of
the inserted pipe.
Documentation of the television results shall be as follows:
(a) Television Inspection Logs - Printed location records shall be kept by the Contractor and
will clearly show the location in relation to an adjacent manhole of each infiltration point '
observed during inspection. In addition, other points of significance such as locations of
service laterals,unusual conditions,roots, storm sewer connections,broken pipe,presence
of scale and corrosion, and other discernible features will be recorded and a copy of such
records will be supplied to the Owner.
(b) Photographs - Instant developing, 35 mm, or other standard-size photographs of the
television picture of problems shall be taken by the Contractor upon request of the
Owner's representative.
(c) Videotape Recording - The purpose of tape recording shall be to supply the visual and
audio record of services and problem areas of the lines that may be replayed. Original,
unedited, video tape(s) shall be delivered to the Owner for review. The Contractor shall
utilize video equipment with the ability to provide the simultaneous recording or play
back of two tapes. Said equipment shall be utilized to provide a second original for use by
the Contractor and to provide the ability to play the `post cleaning' tape for reference
during the re-establishment of services. ,
Wd
8-09 RAISED PAVEMENT MARKERS
8-09.5 Payment
Section 8-09.5 has been revised as follows:
Payment will be made for each of the following bid items that are included in the proposal:
"Raised Pavement Marker Type I",per each.
"Raised Pavement Marker Type 2",per each.
"Raised Pavement Marker Type 3- In.",per each.
"Recessed Pavement Marker",per each.
The unit contract price per each for "Raised Pavement Marker Type F, "Raised Pavement Marker
Type 2", and "Raised Pavement Marker Type 3- In." and "Recessed Pavement Marker" shall
be full pay for all labor, materials, and equipment necessary for furnishing and installing the markers
in accordance with these Specifications, including all cost involved with traffic control unless traffic
control is listed in the Contract as a separate pay item.
80
i
i
i 8-13 MONUMENT CASES
8-13.1 Description
Section 8-13.1 is revised and supplemented as follows:
This work shall consist of furnishing and placing monument cases and covers, in accordance with the
Standard Plans and these Specifications, in conformity with the lines and locations shown in the Plans
or as staked by the Engineer or by the Contractor supplied surveyor.
8-13.3 Construction Requirements
i Paragraphs 2 and 3 of Section 8-13.3 is revised and supplemented as follows:
The monument will be furnished and set by the Engineer or by the Contractor supplied surveyor.
" When existing monuments will be impacted by a project, the Contractor shall be responsible for
assuring that a registered surveyor references the existing monuments prior to construction. After
construction is complete, the monuments shall be re-established by the surveyor in accordance with
i RCW58.09.130.
8-13.4 Measurement
Section 8-13.4 is supplemented by adding the following:
All costs for surveying and resetting existing monuments impacted by construction shall be
considered incidental to the Contract unless specifically called out to be paid as a bid item.
8-13.5 Payment
Section 8-13.5 is supplemented by adding the following:
"Reset Existing Monument"per each.
Resetting an existing monument impacted by construction shall be incidental unless included as a pay
item in the Schedule of Prices.
8-14 CEMENT CONCRETE SIDEWALKS
8-14.3(4) Curing
Section 8-14.3(4) is replaced with:
The curing materials and procedures outlined in Section 5-05.3(13) of the Standard Specifications
shall prevail, except that white pigmented curing compound shall not be used on sidewalks. The
curing agent shall be applied immediately after brushing and be maintained for a period of 5 days.
The Contractor shall have readily available sufficient protective covering, such as waterproof paper or
plastic membrane, to cover the pour of an entire day in the event of rain or other unsuitable weather.
During the curing period, all traffic, both pedestrian and vehicular, shall be excluded. Vehicular
traffic shall be excluded for such additional time as the Engineer may specify.
The Contractor shall be responsible for barricading, patrolling, or otherwise protecting the newly
placed concrete to prevent damage. Damaged, vandalized, discolored, stained, or unsightly concrete
shall be removed and replaced at the expense of the Contractor.
81
8-14.4 Measurement
Section 8-14.4 is supplemented by adding the following: '
When the Contract contains a pay item for "Curb Ramp, Cement Concrete," the per each
measurement shall include all costs for the complete installation per the Plans and standard details
including expansion joint material, curb and gutter and ramped sidewalk section. Sawcutting, '
removal and disposal of excavated materials including existing pavement and sidewalk, crushed
surfacing base materials and all other work, materials and equipment required per Section 8-14, shall
be included in the per each price for "Curb Ramp, Cement Concrete" unless any of these other items
are listed and specified to be paid as separate pay items. '
If the Contract does not provide a pay item for "Curb Ramp, Cement Concrete," but the Plans call for
such installation, then quantities shall be measured with and paid for under the bid items for Curb and
Gutter and for Cement Concrete Sidewalk. When curb ramps are to be constructed of asphalt '
concrete, the payment shall be included in the pay item for "Miscellaneous and/or Driveway Asphalt
Concrete."
8-14.5 Payment '
Section 8-14.5 is supplemented by adding the following:
"Curb Ramp,Cement Concrete,"per each.
Payment for excavation of material not related to the construction of the sidewalk but necessary
before the sidewalk can be placed, when and if shown in the Plans, will be made in accordance with
the provisions of Section 2-03. Otherwise, the Contractor shall make all excavations including haul
and disposal, regardless of the depth required for constructing the sidewalk to the lines and grades
shown, and shall include all costs thereof in the unit contract price per square yard for"Cement Conc.
Sidewalk"and the per each contract price for"Curb Ramp,Cement Concrete."
8-22 PAVEMENT MARKING
8-22.1 Description
The following item in Section 8-22.1 is revised as follows:
Crosswalk Stripe
A SOLID WHITE line, 8 inches wide and 10-feet long, installed parallel to another crosswalk stripe
and parallel to the direction of traffic flow and centered in pairs on lane lines and the center of lanes.
See detail sheet.
Skip Center Line(Replacement)
A BROKEN YELLOW line 4 inches wide. The broken or"skip"pattern shall be based on a 24-foot
unit consisting of a 9-foot line and a 15-foot gap. Skip center strip is used as centerline delineation on
two-lane or three-lane,two-way highways.
Double Yellow Center Line(Replacement)
Two SOLID YELLOW lines, each 4 inches wide, separated by a 4-inch space. Double yellow center
stripe is used as centerline delineation on multilane,two-way highways and for channelization.
Approach Line(New)
A SOLID WHITE line, 8 inches wide, used to separate left and right turning movements from
through movements,to separate high occupancy vehicle lanes from general-purpose lanes, for islands,
hash marks, and other applications. Hash mark stripes shall be placed on 45-degree angle and 10 feet
apart.
Lane Line(Replacement)
82
A BROKEN WHITE line, 4 inches wide, used to delineate adjacent lanes traveling in the same
direction. The broken or"skip"pattern shall be based on a 24-foot unit consisting of a 9-foot line and
a 15-foot gap.
Two Way Left Turn Line (Replacement)
A SOLID YELLOW line, 4 inches wide, with a BROKEN YELLOW line, 4 inches wide, separated
by a 4-inch space. The broken or "skip"pattern shall be based on a 24-foot unit consisting of a 9-foot
line and a 15-foot space.The solid line shall be installed to the right of the broken line in the direction
of travel.
Crosswalk Line(Replacement)
A SOLID WHITE line, 8 inches wide and 10 feet long, installed parallel to another crosswalk stripe
and parallel to the direction of traffic flow and centered in pairs on lane lines and the center of lanes.
See detail sheet.
Stop Line(Replacement)
A SOLID WHITE line 12, 18, or 24 inches wide as noted on the Contract Plans.
r• 8-22.3(5) Installation Instructions
Section 8-22.3(5)is revised as follows:
(******)
A manufacturer's technical representative need not be present at the initial material installation to
approve the installation procedure.
8-22.5 Payment
Section 8-22.5 is supplemented as follows:
(******)
' "Approach Stripe,"per linear foot.
"Remove Paint Line ....." wide," per linear foot.*
' "Remove Plastic Line ......"Wide,"per linear foot.*
"Remove existing traffic markings, "per Lump Sum.*
i *The linear foot contract price for "Remove Paint Line" and "Remove Plastic Line" and the lump sum
contract price for "Remove existing traffic markings" shall be full compensation for furnishing all
labor, tools, material, and equipment necessary for removal of existing traffic markings as per the
' Plans, Specifications and detail sheets. If these pay items do not appear in the contract schedule of
prices, then the removal of old or conflicting traffic markings required to complete the channelization
of the project as shown on the Plans or detail sheets shall be considered incidental to other items in
the Contract and no further compensation shall be made.
8-23 TEMPORARY PAVEMENT MARKINGS
8-23.5 Payment
Section 8-23.5 is supplemented with the following:
(******)
If no pay item is included in the Contract for installation, or for removal of temporary pavement
markings, then all costs associated with these items are considered incidental to other items in the
Contract or included under"Traffic Control," if that item is included as a bid item.
9-03.8(7) HMA Tolerances and Adjustments
.� Item 1 is deleted and replaced with:
(******)
1. Job Mix Formula Tolerances. After the JMF is determined as required in 5-04.3(7)A, the
constituents of the mixture at the time of acceptance shall conform to the following tolerances:
83
rr
Nonstatistical Commercial
Evaluation Evaluation
Aggregate,percent passing
1",3/4", '/2", and 3/8" sieves ±6% ±8%
U.S.No.4 sieve ±6% ±8%
U.S.No. 8 sieve ±6% ±8%
U.S.No. 16 sieve
+4% ±6%
U.S.No. 30 sieve ±4% ±6%
U.S.No. 50 sieve ±4% ±6% as
U.S.No. 100 sieve
±3% ±5%
U.S.No. 200 sieve ±2.0% ±3.0%
Asphalt Binder ±0.5% ±0.7%
VMA 1.5%below minimum value in 9-03.8(2)
VFA min. and max. as listed in 9-03.8(2)
Va 2.5%minimum and 5.5%maximum
These tolerance limits constitute the allowable limits as described in Section 1-06.2. The tolerance
limit for aggregate shall not exceed the limits of the control point's section, except the tolerance limits
for sieves designated as 100%passing will be 99-100.
9-08 PAINTS
9-08.8 Manhole Coating System Products
Section 9-08.8 is a new section and subsections:
9-08.8(1) Coating Systems Specification
A. High Solids Urethane
Coating System: Cl r
Coating Material: High Solids Urethane
Surfaces: Concrete ,
Surface In accordance with SSPC
Preparation: SP-7 (Sweep or brush off
blast)
Application: Shop/Field: The drying '
time between coats shall
not exceed 24hours in
any case
System Thickness: 6.0 mils dry film '
Coatings: Primer: One coat of
Wasser MC-Aroshield
high solids urethane (2.0
DFT)Finish:Two or
more coats of Wasser
MC-Aroshield(min.4.0
DFT)
Color: White
84
DIVISION 10
TRENCHLESS PIPE INSTALLATION
10-01 Description
The following is a brief summary of the terminology used to describe the various pipe
installation construction techniques that may be utilized by the Contractor for the installation of
the sanitary sewer pipe between MH#11 and MH#12 on the project plans.
It shall be the Contractor's responsibility to choose a trenchless method of installing the sanitary
sewer pipe between MH #11 and MH #12. The Contractor shall submit a plan that is designed
and stamped by a Professional Engineer licensed in the State of Washington to the Engineer for
r review and approval prior to the commencement of work for this portion of the contract. The
chosen method shall allow the installation of the required pipe and appurtenances without
impacting the existing surface improvements, landscaping or the roots of the existing trees that
are outside of the temporary construction easement and between MH #11 and MH #12. All
r drilling fluids and/or spoils shall be disposed of off-site. No extra payment will be made for
additional work necessary to correct any pipe that is not installed within the required tolerances
as set forth in Section 7-08.3(2)B. All costs for materials, equipment and labor shall be included
in the bid item for Trenchless Pipe Installation and Pipe.
10-01.1A Microtunneling
Section 10-01.1A is a new section:
Excavation and pipe installation proceed simultaneously. A remotely controlled excavation machine
removes material from the pipe zone using hydraulic jacking forces to propel the machine and pipe.
This method shall require the installation of a steel casing pipe during the microtunneling. A sewer
pipe(PVC or HDPE) shall be installed within the casing pipe using casing spacers and the ends of the
casing sealed with flexible casing seals. The Contractor shall select, design, and engineer the
equipment necessary to install the steel casing and sewer pipe. The microtunneling machine, cutting
head, shield, spoils control system, guidance control system, power supply,jacking unit, installation
and removal systems, shaft location and configuration, shoring system, and other necessary items
shall be designed by the Contractor for the specific application intended.
10-01.113 Boring
Section 10-01.113 is a new section:
Excavation and pipe installation proceed simultaneously. A steel or ductile iron casing pipe that is
larger than the sewer pipe shall be hydraulically jacked into the soil. Soil is removed from within the
pipe using an auger or other mechanical means. A sewer pipe (PVC or HDPE; see Section 7-17.2)
shall then be installed within the casing pipe using casing spacers and the ends of the casing sealed
with flexible casing seals.
10-01.1C Horizontal Directional Drill
Section 10-01.1C is a new section:
Excavation and pipe installation proceed separately. A pilot hole is drilled prior to reaming the hole
large enough for the sewer pipe. An HDPE pipe of the size required (see Section 10-01.11)) is pulled
through the reamed drill hole per Section 10-01.
rr
Ar
85
ilr
10-01.11) Materials
Section 10-01.1D is a new section:
(******)
Acceptable materials for casing pipe shall be:
Steel
Ductile Iron
HDPE
Acceptable materials for carrier pipe shall be:
PVC
HDPE '
Ductile Iron
i
86 ,
PERMITS
rp
Ulity Department of Executive Services
Real Estate Services Section
F.jht of Way Construction Permit King County Administration Bldg.
500 Fourth Avenue,Room 500
King County Seattle,WA 98104-0237
Permits 206.296.7456 Fax 206.296.0196
Job its 206,296.8122
'I0Rnit No. S-1 24nG7 Job No. EAR+L110TON SMIT RY
Environmental Assessment
=1 tchise No. Kroll Page No.2M ❑Required. Date Received '.
❑Not Required
�a�e 04UM12007 Section 13 TWP.?_ Range nd ❑Existing Assessment
❑Replacement
❑Categorically Exempt
4,a011cant CITY OF RENTON Phone No.
10,'ress I 06 SOUM QRADY WAY ULID No.
low RENTON WA 981M Bond Amount
Job Description
Emergency Contact Name: EILEAN DAVIS
avINSTALL APPROX.200-8`.84'-15"MAIN IN 84WOrgency Contact Phone Number: 42e a.e Mlg
AVE S NEAR S 134TH STREET&
SEE ATACHED SPECIAL CONDITIONS
�PR,0X 12X-15'SEWER M"M"INSTALLED ON s -I
LANGSTON RD
rHIS PERMIT IS FOR KING COUNTY RIGHT OF WAY ONLY.
i TER RK ISTANCE BY STREET OR ROAD WITH AN ON,FROM AND TO DESCRIPTION.
MAIN EXTENSIONS MUST HAVE APPROVAL FROM THE FIRE MARSHAL.
DERGROUND UTILITY LINES MUST HAVE A MINIMUM 36"COVER.
TO BED ONE SUBJECT TO THE APPROVAL OF THE KING COUNTY ROAD ENGINEER.
%LL WORK SHALL BE PERFORMED IN CONFORMANCE WITH KING COUNTY ROAD STANDARDS.
r ¢undersigned agrees to comply with provisio.....nditions and requirements contained in the"Standards of Good Practice for County Road Departments"
> shed by County Road Administration Board.
41 rk to be done in conformity with conditions and requirements of the King County Code 6.27,13.24 and 14.44,and the petitioner agrees to prosecute with
1117MI igence and speed with due regard for the rights,interests and convenience of the public.If at the end of 6 months after issuance of permit the grantee
>hall not have in operation said utilities,then the rights herein conferred shall cease and terminate,unless specific written provisions are made for a renewal or
extension.
Ie r ndersigned,its successors and assigns,agrees if granted the above permit,to comply with the provisions,conditions,requirements,regulations and
mendations herein contained and as may apply to any utility franchise granted the applicant and under whose provisions same is issued.It will respect
rotect all property contracts,persons and rights that might be affected by it.
INDEMNITY AND HOLD HARMLESS:The Permittee agrees to indemnify and hold harmless King County as provided herein to the maximum extent
J ble under law.Accordingly,the Permittee agrees for itself,its successors,and assigns,to defend,indemnify,and hold harmless King County,its
t nted and elected officials and employees from and against liability for all claims,demands,suits,and judgments,including cost of defense thereof,for
n to persons,death,or property damage which is caused by,arises out of,or is incidental to Permittee's exercise of rights and privileges granted by this
> t.The Permittee's obligations under this permit shall include:(a)Indemnification for such claims whether or not they arise from the sole negligence of
)ither the County or the Permittee,the concurrent negligence of both parties,or the negligence of one or more third parties;(b)The duty to promptly accept
ender of defense and provide defense to the County at the Permittee's own expense;(c)Indemnification of claims made by the Permittee's own employees or
1C s;and(d)Waiver of the Permittee's immunity under the industrial insurance provisions of Title 51 RCW,which waiver has been mutually negotiated by
h, arties.In the event it is necessary for the County to incur attoPRey's fees,legal expPAses,or othgg�.r�ccosts to enforce the provisions of this section,all such
eye expenses,and costs shall be recoverable from the Permittee.In the event it is Ofent,ined tha 43tW 4.24.115 applies to this permit,the Permittee agrees
o defend,hold harmless,and indemnify King County to the maximum extent permipred th0rewncleo
t
Signature of Applicant
7
aI nation Received 0&212007 Entered 08/2812007 200-M
Permit Fee$
'Otit Issued 091 MIX17 By, TAMI ELMER
Date Permit Clerk
Fhis application is granted subject to the requirements and conditions thereof gs li$ted below and,on back of page.
King County inspector will be assigned to the project for inspection of rodd restoration.Costs of inspection applicable to the project will be reimbursed to
e County monthly by applicant.Permittee is required to notify King County Department of Transportation at 206.296.8122 between 24 and 72 hours
fore starting work.Failure to give notice will result in the assessment of a one hour inspection time charge against the permittee.This assessment is in
addition to any other remedy available under law or equity which the County may wish to pursue and shall not be construed as an election of remedies by
the County.
?. I hard surfaced roads to be jacked or bored.Exceptions will be on a case-by-case basis with the express permission of the King County Department of
ansportation.
3."one-way traffic at all times.Signs and traffic control will be in accordance with the manual on uniform traffic control devices for streets and highways.
t. Asphalt to be neat line cut 1 foot back from trench.Restoration as a minimum shall include 6-1/2"of crushed surfacing top course and 2"asphalt Class"B"
r,r replaced to original condition.
i. is the responsibility of the grantee to notify all utility districts and private property owners when such property is liable to injury or damage through the
"rformance of the above work.Call 1.800.424.5555 48 hours in advance for underground„utility,location.This instruction does not relieve the grantee from
quired notification of County inspectors asrspecifaed in paragraph 1,above'.'
apnrgnve Jy x�wr, �1�tint�t r i�tt� APPROVAL ON FILE
..-..:.:s Mene9er V
Enpinear ..
t•
(SEE REVERSE SIDE) '
e42 Front(Rev.4/07) Blue:Original Canary:Billing White:Applicant Pink:City Green:Inspector
�N a
Directions Regarding Permits
Note: Right of way shall mean any Street,Avenue,Alley,Road or Lane
Public Place shall mean any Bridge,Trestle,or Wharf.
ilicants for permits to occupy County property with utilities,or holders of granted franchise rights,who are planning construction work upon,along,over,
01er or across any County right of way or public place must file an application with the King County Real Estate Services Section,King County
1ministration Building,500 Fourth Avenue,Room 500 A,Seattle,WA 98104-0237.
The application shall be accompanied by drawings(in triplicate)drawn to working scale,commonly 50 to 100 feet per inch.It shall describe the nature of the
k,and show the location of same on a map,giving names,or numbers,and width of roads and streets.It must also show location of work with reference
)latted subdivisions,and section,township and range,and must show the location of work relative to existing utility facilities which may be affected.
view of the application must conform to the County Environmental Policy Act(King County Code 20.44).
Applicants shall specify the type of construction in detail by submitting plans which show the class of material and equipment to be used.All such material
and equipment shall be of the highest quality.The manner of excavation,filling,construction,installation,erection of temporary structures,traffic turn outs,
d obstruction and barricades,shall conform with County standards and shall be approved by the County Engineer in advance of work.
ns and barricades and traffic control in the vicinity of any work shall conform with provisions of"Part VI Manual of Uniform Traffic Control Devices for
Wells and Highways."
Before the work is accepted for the County by the County Engineer,all of the direct costs and expenses involved in administering said permit must be paid
�^the County by the applicant.These include labor charges for examination,inspection and supervision of work in progress by field personnel.
y deviation from the proposed plan,resulting in what is commonly known as the"As Built"location must be approved in advance by the County Engineer.
mange notice must show"As Built"position relative to grade line and centerline of right of way and any other installations in the right of way.
Permit—Terms and Conditions
The grantee,Its successors and assigns,is given and granted the right and authority to enter upon the right of way or public place for the purpose of
performing the work described in this permit and approved by the County Engineer or the Engineer's agent.
Before any work commences the site must be inspected by a County Representative and approved by the County Engineer with respect to:
a. location e. Mode of operation of the installed facility
b. type of construction f. Manner of maintenance of installed facility
c. materials and equipment to be installed g. Method of safeguarding public traffic both during working hours and during non-working hours
d. manner of erection or construction while the project is under construction
After the installation,operation,maintenance,or removal of a utility or facility the grantee shall restore all rights of way and public places to the
condition which is equivalent in all respects to the condition they were in before starting work.All work to meet the approval of the County Road
Engineer.
'In the event that any damage of any kind is caused by the grantee in the course of performing work authorized by this permit,the grantee will repair
said damage at its sole cost and expense.Repair work shall begin without delay and continue without interruption until completed.If damage is
extensive,the time allowed for repair will be prescribed by the County Engineer or the Engineer's agent.
5. The County Engineer,his agents or representatives may at any time,do,order,or have done any and all work considered necessary to restore to a
safe condition any area left by the grantee in a condition dangerous to life or property and upon demand the grantee shall pay to the County all costs of
such work,materials,etc.
When the County deems.it advisable to change the alignment or grade of any right of way or public place or structure by widening,grading,regrading,
paving,improving,altering or repairing same,the grantee upon written notice by the County Engineer or the Engineer's representatives will at its own
sole cost and expense,raise,lower,move,change or reconstruct such installations to conform with the plans of work contemplated or ordered by the
County Engineer according to a time schedule contained in the written notice.
Penalties up to One Thousand($1,000)dollars per day may be imposed by the County Engineer,if the grantee delays relocation of facilities beyond the
time limits prescribed by the County Engineer.The County Engineer reserves the right to order its own agents or representatives to accomplish the
desired change,and all costs of relocation or removal shall be borne by the grantee.
8. All such changes,reconstruction or relocation by the grantee shall be done in such manner as will cause the least interference with any of the County's
work.The grantee shall have seventy-two(72)hours written notice by the County Engineer or the Engineer's representatives of any blasting contiguous
to the grantee's permit rights in order that it may protect its interests.
This grant or privilege shall not be deemed or construed to be an exclusive franchise.It does not prohibit the County from granting other permits or
franchise rights of like nature to other public or private utilities,nor shall it prevent the County from using any of its roads,streets,public places for any
and all public use,or affect its jurisdiction over all or any part of them.
All the provisions,conditions,requirements and regulations herein contained shall be binding upon the successors and assigns of the grantee and all
privileges of the grantee shall be given to such successors and assigns as if they were specifically mentioned.
11.The County Road Engineer or Real Estate Services,Section Manager may unilaterally revoke,annul,or terminate,revise or amend this permit without
cause and for any reason including,but not limited to:
(a)Grantee's failure to comply with any provision,requirement,or regulation herein set forth;
(b)Grantee's willful neglect of,or failure to heed or comply with,notices given it;
(c)Grantee's facilities are not installed,operated,or maintained in conformity with conditions herein set forth;
(d)Grantee's failure to conform to any applicable law or regulation as currently exists or may hereafter be enacted,adopted or amended.
2. Grantee by accepting this permit agrees to obtain information from all utility departments regarding location and current status of their installations
before starting work.Private property owners adjoining,or in proximity to the right of way shall be notified when such property is exposed to the
possibility of injury or damage through performance of this project.The grantee shall make all advance arrangements necessary to protect such
property and/or utility from injury or damage.
13.The issuance of this permit to the grantee does not in any way relieve the grantee of any other applicable law in performing the work subject to this
permit.
In all hiring or employment made possible resulting from the granting of this permit,there shall be no discrimination against any employee or applicant
for employment because of sex,sexual orientation,age,race,color,ancestry,religion,national origin,marital status or the presence of any sensory,
mental or physical handicap,unless based upon a bona fide occupational qualification,and this requirement shall apply to but not to be limited to the
following:employment,advertising,layoff or termination,rates of pay or other forms of compensation,and selection for training,including
apprenticeship.
No person shall be denied or subjected to discrimination in receipt of the benefit of any services or activities made possible by or resulting from the
granting of this permit on the ground of sex,sexual orientation,race,color,ancestry,religion,national origin,age(except minimum age and retirement
provisions),marital status,parental status,or the presence of any sensory,mental or physical handicap.
Any violation of this provision shall be considered a violation of this permit and shall be grounds for cancellation,termination or suspension in whole or
in part of the permit by the County and may result in ineligibility for further County permits.
The permittee shall make the best efforts to make opportunities for employment and/or contracting services available to women and minority persons.
M The permittee recognizes that the County has a policy of promoting affirmative action,equal opportunity and has resources available to assist permittee
in these efforts.
15.This permit and any underlying franchise does not authorize the cutting of trees with a trunk diameter greater than four(4)inches unless such
authorization is specifically granted in writing by King County.
If the permittee fails to perform its obligations herein,vacate the premises,remove its facilities,restore the property as required,or comply with any
condition or applicable regulation or law,the County shall have,at their option,the right to pursue any remedy or remedies available at law or equity
including,but not limited to,the right to proceed under the provisions of Title 59 of the Revised Code of Washington.
rk
1642 Back(Rev.8104)
- SPECIAL CONDITONS
.. S-124-07
i
A PRE-CONSTRUCTION CONFERENCE SHALL BE
..
REQUIRED.
an IN ACCORDANCE WITH K.C. ROAD STANDARDS,
SECTION 8.03(2)C, AC ROADS SHALL BE PATCHED
a. AND OVERLAID FULL WIDTH WITH A MINIMUM OF 1"
COMPACTED STATE SPEC. CLASS "B" ASPHALT.
2007 KC ROAD STANDARDS.
r
a
King County
Department of Development
and Environmental Services Project No: L07CG409
900 Oakesdale Avenue Southwest
Renton, WA 98057-5212 Date: January 24,2008
206-296-6600 TTY 206-296-7217
www.kingcounty.gov
GRADING/CLEARING PERMIT
INSP.: JKAN
Permit TVDe: GRADE Sub Tvne: GRADING
Title: EARLINGTON SANITARY SEWER Submitted: 08-23-07
Description: Const. approx. 1580 L. F. of 15"sewer main on Date Issued: O
private property. Expires: C J _ Z,{
Site Location: S 1341h S Langston Rd extending east of 84`h Ave S Parcel No.: 214480 0800
Applicant: City of Renton Owner's Name: Multiple
ATTN: John Hopson Address:
Address: 1055 Grady Wy
Renton, WA 98055
Please refer to the above project number when making inquiries regarding this application. For Permit information or
requests for inspections, call your Grading/Clearing Inspector at 206-296-7143.
---------------------------------------------------------------GERTIFICATION----------------------------------------------------------------------
I certify under penalty of perjury under the laws of the State of Washington that the information furnished by the owner
or owner's agent in support of this application is true and correct. I further certify that all applicable King County
requirements for the work authorized by this permit, if issued, will be met and that violation thereof will be cause for
code enforcement action.
I have read the attached conditions of approval and understand that failure to comply with all conditions set forth herein
shall necessitate an immediate work stoppage until such time as compliance with the stipulated conditions is attained.
Failure to comply or repeated violations of permit conditions may result on enforcement actions, civil penalties as
authorized under K.C.C. Title 23, and/or permit suspension or revocation. The granting of this permit shall not be
construed as satisfying the requirements of other applicable Federal, State or Local government permits or regulations.
The operation and maintenance of facilities authorized under this permit shall be conducted in accordance with the
conditions contai d herein and shall generally comply with all provisions of K.C.C. 16.28 and other applicable County
Code .
�i l,iili C= iiVc 7' 1L! 24 Zc,
Owner/Applicant Signature Title Date
w
a
King County
Department of Development and
Environmental Services Project No.: L07CG409
900 Oakesdale Avenue Southwest
Renton, WA 98055-1219
rr 206-296-6600 TTY 206-296-7217 Date: January 24, 2008
www.metrokc.gov
�r
GRADING/CLEARING PERMIT CONDITIONS
I P •
Permit Tvpe: GRADE Sub Tyne: GRADING
Title: EARLINGTON SANITARY SEWER Submitted: 08-23-07
r
Description: Const. approx. 1580 L. F. of 15"sewer main on Date Issued: O + - ZcxjS,
private property. Expires: o i — �,{- Zc:09
Site Location: S134 1h S Langston Rd extending east of 84`h Ave S Parcel No.: 214480 0800
Applicant: City of Renton Owner's Name: Multiple
Address: ATTN: John Hopson
1055 Grady Wy Address:
Renton,WA 98055
LPhone No.: 425-430-7279 Phone No.:
F to the above project number when making inquiries regarding this application. For Permit information or
inspections, call your Grading/Clearing Inspector at 206-296-7143.
ions attached to this cover sheet apply to the permit referenced here. All conditions must be
complied with by the contractor and verified by your Grading/Clearing Inspector or this permit will
.. become null and void.
�J
- ► /Z� o a
Approved/Issued By Title Date
EARLINGTON SANITARY
SEWER INTERCEPTOR
GRADE PERMIT
Permit Approval Conditions Document
Clearing and Grading Conditions
Permit Number: L07CG409
This permit is for the purpose of installing 1539 lineal feet of 15 inch PVC sewer pipe and ten 6"
stub outs four foot long. 239 lineal feet of the 1539 lineal feet of pipe will be installed by a
trenchless boring process on parcel 214480-0710. All of the work permitted is within private
property and does not include any work performed in the public ROW that is permitted under the
King County DOT Utility Franchise permit.
The following conditions apply to the permit L06CG409:
General Conditions:
5005 - The boundaries of the clearing limits shown on this plan shall be clearly flagged ed in the
field prior to construction. No clearing or grading shall take place until these limits are
approved in the field by DDES staff. During the construction period, no disturbance
beyond the flagged clearing limits shall be permitted. The flagging shall be maintained
by the permittee for the duration of construction.
5010 - The ermittee shall notify fy the Site Development Services Section (SDSS) at least one day
prior to the start of work. Contact John Kane @ (206) 296-7143.
5015- Permittee shall provide the name of a responsible person or agent who can be contacted
24 hours a day.
5025 - If work is to be suspended for 30 or more consecutive calendar days, permittee shall
notify John Kane (296-7143) of the SDSS prior to the cessation of work indicating their
intention to do so and also prior to restarting operations.
5035 - Work shall be limited to that shown on the approved plans stamped and dated
January 10, 2008 by John Kane of King County Land Use Services Division. A copy
of the approved plans, conditions and permit must be on the job site whenever work is in
progress.
Mr
ty 5075 - You must call 1-800-424-5555 not less than 48 hours before beginning excavation where
any underground utilities may be located. Failure to do so could mean bearing substantial
repair costs (up to three times the cost of repairs to the service).
r
+rrr
5235 - The permittee shall submit a detailed accounting of all off site disposal activities.The
accounting shall include date, number of trips, quantity, type of material, and destination.
5240 - If the contractor chooses to dispose of excess excavated material on sites where less than
100 cubic yards and 3 feet of fill will be placed,the contractor shall provide
documentation that these sites have been inspected by a consultant capable of identifying
sensitive areas as defined by King County Code. The report shall include date of
inspection,name of consultant and company, an assessor's map of the parcel, the name,
address and phone number of the property owner, and the location of the fill placed on the
property. No fill shall be placed in sensitive areas or their buffers on these sites. The
reports shall be included in the biweekly accounting required by condition 5235.
5570 - Failure to comply with any of the conditions contained within this permit shall be
immediate cause for suspension of the permit and fines and penalties pursuant to King
County Code Title 21 A, and 23 and Chapters 9.04, 9.12, and 16.82.
Noise and Environmental Conditions
5059 - The applicant shall be in compliance with K.C.0 9.12 entitled Water Quality.
Compliance with this chapter shall be achieved through the use of the best
management practices described in the 2005 Storm Water Prevention Manual.
5060 - Hours of operation shall be limited to 7:00 a.m. to 7:00 p.m., Monday through Saturday
and 10:00 a.m. to 5:00 p.m. on Sunday. Hours of operation may be further restricted
during peak traffic hours.
5070 -0 Permttee shall abide by the regulations of the Puget Sound Clean Air Agency(PSCAA).
This site may be located in a NO-BURN ZONE. Contact PSAPCA at 206-343-8800 for
information.
5241 - All disturbed areas beyond the limits of existing or approved roadways shall be treated in
accordance with the standards of KCC 16.82 Clearing and Grading Regulations for Post
Construction Soils Amendment.(See attachment "Achieving the Post-construction Soil
Standard"). The amendment shall take place between May I and October 1, 2008.
Traffic Conditions
5460 - Permittee shall be responsible for implementing all appropriate measures needed (i.e.
paving, sweepers, and/or other techniques) to keep streets and roads used as haul routes
for export or import of material clean and free from debris, mud, etc.
5470 - Any damage to pavement edges, sidewalk, curb and gutter, etc., resulting from operations
authorized by this permit shall be repaired immediately.
r
5475 - Warning signs must also be installed prior to hauling and must conform to the Manual on
Uniform Traffic Control Devices.
5480 - Permittee shall provide a traffic control plan in conformance with the Manual on Uniform
Traffic Control.
i Erosion Control Conditions
5216 -- Where straw, wood fiber cellulose, compost, or chipped site vegetation mulch for
temporary erosion control is required, it shall be applied at a minimum thickness of 2 to
3 inches. Thickness may be increased for disturbed areas in or near critical areas and
their buffers, and areas highly susceptible to erosion. Refer to appendix "D" of the 2005
King County Surface Water Design manual (S WM) for additional mulch standards and
guidelines.
5218 - Where silt fencing is used for perimeter protection, the standards in the current(S WM)
manual shall be followed. Any deviation from the manual standards requires approval
from the King County DDES Inspector.
5220 - Prior to the beginning of the wet season (October 1), all disturbed areas shall be
reviewed, inspected, and assessed to identify which ones can be seeded in preparation
for the winter rains. Disturbed areas shall be seeded within one week of the beginning
of the wet season. A sketch map of those areas to be seeded and those areas to remain
uncovered shall be submitted to the DDES inspector. The DDES inspector can require
seeding or installation of other cover measures of additional areas in order to protect
surface waters, adjacent properties, or drainage facilities.
5275 - Any areas of exposed soils, including roadway embankments, that will not be disturbed
for two days during the wet season (October 1 to March 31) or seven days during the
dry season (April I to September 30) and shall be immediately stabilized with
approved TESC measures (e.g., seeding, mulching, plastic covering, etc.)The
applicant is required to follow the TESC plan for the additional wet season conditions
of Appendix D of the 2005 King County Surface Water Manual.,
Critical Area Conditions
6504 - Cut/fill slopes shall be constructed in accordance with the recommendations of
the Geotechnical Engineering Report entitled Earlington Sanitary Sewer Interceptor SW
Langston Road & 84`h Avenue South Renton Washington from Kleinfelder West, Inc.
dated July 11, 2007.
During site preparation and grading of this site, a licensed geotechnical engineer shall be
on site at the key times agreed upon by King County DDES. Work shall not commence
until the protocol is approved.
to
k
6545 - Bore its and trenches shall be
P constructed in a manner that does not cause erosion and
does not result in heavily silt-,laden water flowing into any wetland or watercourse.
Dewatering structures shall be removed as soon as possible after the completion of
dewatering activities.
'x
a
6565 - Boring Contingency Plan: The applicant shall develop a boring contingency plan that
outlines the procedures that will be invoked in the event that a fracture (frac-out) occurs
Yduring boring procedures. Any changes in the boring plan shall be provided to John
Kane, DDES Site Development Specialist for approval prior to instituting the change.
Development authorized by this pen-nit or a pp roval may require other state and/or federal
permits, including, but not limited to, a Washington State Hydraulics Project Approval (HPA)or
a U.S. Army Corps of Engineers 404 or Section 10 permit. If such other permit(s) is/are required,
' this/these other permits must be issued prior to issuance of this permit or approval'* Failure to
secure these other permits before beginning work authorized by this permit or approval is a
violation of this condition, and may result in suspension or revocation of this permit/approval,
and/or pursuing other enforcement actions. Should any other required permit be suspended,
revoked or in anyway be subjected to other enforcement actions, this permit may be suspended
r until all defects causing said enforcement actions have been remedied. In addition, the granting
t� of this permit or approval does not authorize the applicant to violate any provisions of the
Endangered Species Act as set forth at 16 U.S.C. §§ 1531-1543, including the prohibition on the
"take"of threatened or endangered species. "Take" is defined at 16 U.S.C. §§ 1532(19).
I have read the attached conditions of approval and understand that failure to comply with all
conditions set forth herein may necessitate an immediate work stoppage until such time as
compliance with the stipulated conditions is attained. I certify that I have made a diligent inquiry
regarding the need for concurrent state or federal permits to engage in the work authorized by
this permit and no such permits are required or I have obtained the required permits. I understand
that the granting of this permit shall not be construed as satisfying the requirements of other
applicable Federal, State, or local laws or regulations. In addition, I understand and agree that this
permit does not authorize the violation of the Endangered Species Act as set forth at 16 U.S.C.
§§ 1531-1543, including the prohibition on the "take" of threatened or endangered species.
"Take" is defined at 16 U.S.C. §§ 1532(19). I fully understand that it is my sole responsibility to
determine whether such "take"restrictions would be violated by work done pursuant to this
permit, and I understand that I am.precluded by Federal Law from undertaking work authorized
by this permit if that work would violate the "take" restrictions set forth at 16 U.S.C. §§ 1538, 50
C.F.R. §§ 17.31, 50 R. §§ 223 and 50 C.F.R. §§ 224.
Signed Date JA 2<L
GEOTECHINCAL REPORT
KLEINFELDER
Prepared for:
City of Renton
Planning/Building/Public Works Department
1055 South Grady Way
Renton, Washington 98057
Geotechnical Engineering Report
Earlington Sanitary Sewer Interceptor
SW Langston Road & 84th Avenue South
Renton, Washington
Prepared by:
$, HYj�
O� o
�O 31760
� SJDIVAL
EXPIRES 6/05/09 n
Rolf B. Hyllseth, P.E., L.G. Marcus Byers, P.E.
Senior Geotechnical Engineer Geotechnical Group Manager
KLEINFELDER WEST, INC.
2405 140th Ave NE, Suite A101
Bellevue, Washington 98005
(425) 562-4200
FAX: (425) 562-4201
July 11, 2007
Kleinfelder Job No. 82991
Copyright 2007
All Rights Reserved
UNAUTHORIZED USE OR COPYING OF THIS DOCUMENT IS STRICTLY PROHIBITED BY ANYONE OTHER THAN THE
CLIENT FOR THE SPECIFIC PROJECT.
k4 KLEINFELDER
TABLE OF CONTENTS aw
1.0 INTRODUCTION...................................................................................................1
1.1 GENERAL
1.2 PROJECT DESCRIPTION .........................................................................1
1.3 SCOPE OF SERVICES AND AUTHORIZATION.......................................1
.r
2.0 FIELD AND LABORATORY PROGRAMS...........................................................2
2.1 GENERAL.......................................................................................................2
2.2 FIELD EXPLORATION...............................................................................3 ..
2.2.1 Auger Boring Procedures ................................................................3
2.2.2 Monitoring Well Installation Procedures...........................................4
2.3 LABORATORY TESTING ..........................................................................5 r
3.0 SITE CONDITIONS...............................................................................................6
3.1 SURFACE CONDITIONS...........................................................................6 .�
3.2 SUBSURFACE CONDITIONS ...................................................................6
3.2.1 General Geologic Setting 6
................................................
3.2.2 Soil Conditions.................................................................................6
3.2.3 Bedrock Conditions ...........................................................................7
3.2.4 Groundwater Conditions..................................................................8
4.0 CONCLUSIONS AND RECOMMENDATIONS...................................................10
4.1 GENERAL................................................................................................10
4.2 OPEN TRENCH PIPELINE CONSTRUCTION ........................................11
4.3 DEWATERING CONSIDERATIONS........................................................12
4.4 BEDROCK EXCAVATION CONSIDERATIONS ......................................13
4.5 PIPELINE BEDDING AND SUPPORT.....................................................14
4.6 EXCAVATION BACKFILL ........................................................................15
4.7 PIPE SETTLEMENT ................................................................................17
4.8 WET WEATHER EARTHWORK ..............................................................17
4.9 DRAINAGE AND EROSION.....................................................................18
4.10 PAVEMENT RECONSTRUCTION...........................................................18 s
4.11 SEWER CONSTRUCTION IN VICINITY OF STREAM CHANNEL............19
5.0 ADDITIONAL SERVICES...................................................................................20
5.1 RECOMMENDED ADDITIONAL SERVICES...........................................20
6.0 LIMITATIONS .....................................................................................................21
7.0 REFERENCES
........................................................................................................23
82991/SEA7R080.doc Page i of ii July 11,2007
Copyright 2007 Kleinfelder
KLEINFELDER
1.0 INTRODUCTION
1.1 GENERAL
This report presents the results of a geotechnical engineering study completed by
Kleinfelder West, Inc. (Kleinfelder) for the proposed Sanitary Sewer Interceptor pipeline
between SW Langston Road (west end) and 84th Avenue South (east end) in the
Skyway neighborhood of King County, Washington, just west of the City of Renton. The
project location and general interceptor layout are shown on the enclosed Vicinity Map
(Figure 1) and Site and Exploration Plans (Figures 2, 3, and 4). The purpose of our
study was to evaluate the subsurface conditions along the project alignment and
provide geotechnical recommendations for design and construction of the proposed
sewer pipelines.
1.2 PROJECT DESCRIPTION
We understand that the City of Renton is planning to install about 1,780 linear feet of
gravity sewer main lines to replace the Earlington Lift Station, located at the west end of
the alignment, near proposed Man Hole (MH) No. 14 on SW Langston Road. The
majority of the sewer alignment will traverse across existing single-family house lots and
gravel-surfaced access roads. Most of the pipeline will be installed using standard open
trenching construction. However, we understand that about 240 feet of the line
(between MH No. 11 and 12 near the western end) will be installed using trenchless
installation technology. As proposed, the project will involve construction of main
gravity pipelines buried from about 6 to 18 feet below the exiting ground surface. The
lines will drain from the west end (SW Langston Rd) toward the east end (84th Avenue
South).
1.3 SCOPE OF SERVICES AND AUTHORIZATION
The work was performed in accordance with the scope of work described in our
Proposal for Geotechnical Engineering Services, dated March 21, 2007. Written
authorization and a signed consultant Agreement for the work was provided on March
23, 2007.
82991/SEA7R080.doc Page 1 of 23 July 11,2007
Copyright 2007 Kleinfelder
I
k'q KLEINFELDER
2.0 FIELD AND LABORATORY PROGRAMS �r
2.1 GENERAL
We explored surface and subsurface conditions at the project site during a series of site
visits during May and June, 2007. Our exploration and testing program included the
following elements:
. A visual surface reconnaissance of th e ,site;
Nine hollow-stem auger borings with Standard Penetration Tests, advanced at
strategic locations along the proposed sewer line alignment;
Five Monitoring Wells installed at selected boring locations and monitored over
the course of one month following installation; ;
. Six Grain Size Analyses (Sieves), performed on representative soil samples
obtained from the site soils;
. Six Moisture Content determinations, performed on representative soil samples
obtained from the site soils; and
A review of published geologic and seismologic maps and literature.
The specific number, locations, and depths of our explorations were selected in relation
to the existing and proposed site features, under the constraints of surface access,
underground utility conflicts, and budget considerations. The elevation and relative
location of the borings and the monitoring wells were located and plotted on the site
plan by our field representative. The locations of all explorations were obtained by
measuring from existing features and scaling these measurements onto a site plan
supplied to us. We then estimated the surface elevation at these locations by informal
field surveying methods and by interpolating between contour lines shown on the
topographic site plan. Figures 2 through 4 depict the approximate elevations and
relative locations of the field explorations, which should be considered accurate only to
the degree permitted by our data sources, the surveying methods used, and implied by
our measuring methods.
It should be realized that the explorations performed for this evaluation reveal
subsurface conditions only at discrete locations across the project site and that actual
conditions in other areas could vary. Furthermore, the nature and extent of any such
variations would not become evident until additional explorations are performed or until
construction activities have commenced. If significant variations are observed at that
82991/SEA7RO80.doc Page 2 of 23 July 11,2007
Copyright 2007 Kleinfelder
KLEINFELDER
time, we may need to modify our conclusions and recommendations contained in this
report to reflect the actual site conditions.
2.2 FIELD EXPLORATION
The borings advanced for this project extended to depths ranging from about 7 to
21 feet below the ground surface (bgs). It should be noted that the borings were
generally advanced until refusal was encountered within the underlying, unweathered
bedrock. Groundwater monitoring wells (piezometers) were also installed in five of the
borings. The following paragraphs describe the procedures associated with the field
explorations and field tests that were conducted for this project. Descriptive logs of our
borings and monitoring wells (designated B-1 through B-6) are presented in
Appendix A.
2.2.9 Auger Boring Procedures
The exploratory borings were advanced with a hollow-stem auger on May 2 and 3,
2007, using a limited access, track-mounted drill rig operated by an independent drilling
firm working under subcontract to Kleinfelder. A geotechnical engineer from our firm
continuously observed the borings, logged the subsurface conditions, and collected
representative soil samples. All samples were stored in sealed plastic jars and later
transported to our laboratory for further visual examination and testing. After each
boring was completed, the borehole was backfilled with a mixture of bentonite chips and
soil cuttings, or converted to a ground water monitoring well, and the surface was
patched with asphalt or concrete (where appropriate).
Throughout the drilling operation, soil samples were obtained at 2%- or 5-foot depth
intervals by means of the Standard Penetration Test (SPT) per ASTM:D-1586. This
testing and sampling procedure consists of driving a standard 2-inch outside diameter
steel split-spoon sampler 18 inches into the soil with a 140-pound hammer free-falling
30 inches. The number of blows required to drive the sampler through each 6-inch
interval is counted, and the total number of blows struck during the final 12 inches is
recorded as the Standard Penetration Resistance, or "SPT blow count." If a total of 50
blows is struck within any 6-inch interval, the driving is stopped and the blow count is
recorded as 50 blows for the actual penetration distance. The resulting Standard
Penetration Resistance values indicate the relative density of granular soils and the
relative consistency of cohesive soils.
82991/SEA7R080.doc Page 3 of 23 July 11,2007
Copyright 2007 Kleinfelder
,ai
------ ---------------------------- -----
KLEINFELDER
The boring logs presented in Appendix A describe the vertical sequence of soils and
materials encountered in each boring, based primarily on our field classifications and
supported by our subsequent laboratory examination and testing. Where a soil contact
was observed to be gradational, our logs indicate the average contact depth. Where a
soil type changed between sample intervals, we inferred the contact depth. Our logs
also graphically indicate the blow count, sample type, sample number, and approximate
depth of each soil sample obtained from the borings, as well as any laboratory tests
performed on these soil samples. If any groundwater was encountered in a borehole,
the approximate groundwater depth is depicted on the boring log. Groundwater depth
estimates are typically based on the moisture content of soil samples, the wetted height
on the drilling rods, and the water level measured in the borehole after the auger has
been extracted.
2.2.2 Monitoring Well Installation Procedures
The groundwater monitoring wells (piezometers) were installed by the drilling firm
subcontracted to Kleinfelder. The piezometers were screened in the lower parts of the
borings to monitor groundwater levels within the anticipated depths of the proposed pipe
invert elevations. A geotechnical engineer or specialist from our firm continuously
observed the installation of the monitoring wells. The wells were installed in general
accordance with Washington State Department of Ecology (DOE) requirements.
Typically, a 1 or 2-inch diameter, solid PVC pipe casing is installed to the required
groundwater monitoring depth. Generally, the screened (slotted PVC) portion of the
well is carefully placed within the depth interval where groundwater seepage is
observed during drilling or anticipated based on soil stratification or groundwater
fluctuations. The screened section of the well is backfilled with select #10 / #20 sand
pack to approximately two to three feet above the screened section. The remainder of
the well casing (solid PVC) is backfilled with bentonite to seal off the screened zone of
the well from overlying groundwater infiltration. A minimum 5-feet of solid PVC with
bentonite backfill is typically maintained at the surface above any screened well section.
At the ground surface, a flush-mounted, WSDOT-approved, Steel well monument (with
a bolted lid) is then installed with a concrete seal to protect the monitoring well from
tampering. Actual well installation data is depicted where appropriate on the boring
logs.
82991/SEA7R080.doc Page e 4 of 23 July 11,2007
Copyright 2007 Kleinfelder
KLEINFELDER
2.3 LABORATORY TESTING
Laboratory tests were conducted on selected samples obtained from the explorations to
characterize relevant engineering and index properties of the soils encountered in the
borings. Laboratory tests on this project included determination of moisture contents
and grain size distributions (sieves). The tests were conducted in general accordance
with appropriate American Society of Testing and Materials (ASTM) standards; the
standard testing procedures are summarized in the sections below and the test results
are presented in Appendix B. Graphical results of certain laboratory tests are also
depicted on the exploration logs in Appendix A.
Visual soil classifications were conducted on all samples in the field and on
selected samples in our laboratory. All soils were classified in general
accordance with the United Soil Classification System, which includes color,
relative moisture content, primary soil type (based on grain size), and any minor
constituent soil tYp es.
• Moisture content determination tests were performed on representative samples
�.. to aid in identification and correlation of soil types. All determinations were made
in general accordance with ASTM:D-2216.
• Grain size analysis tests indicate the range of soil particle sizes included in a
particular sample. Grain size analyses were performed on representative
samples in general accordance with ASTM:D-422.
82991/SEAM080.doc Page 5 of 23 July 11,2007
Copyright 2007 Kleinfelder
KLEINFELDER
3.0 SITE CONDITIONS
3.1 SURFACE CONDITIONS
�r
The project site is located within a single-family residential area located on a hillside just
west of the City of Renton. Topography generally slopes downward to the
north-northeast, toward an "unclassified" stream/creek which runs from the west to the •
east along the northern margins of the project area. At the closest point (near MH No. 8
and 9), the adjacent stream channel is about 10 to 15 feet deep and is located about 10
to 20 feet away from the sewer line on the northeast side. The project area is
developed as typical residential housing lots, with the western half to two-thirds of the
alignment running across grass fields/lawn areas, and the eastern portion along existing
gravel-surfaced access driveways. At both ends, portions of the alignment traverses
paved streets.
3.2 SUBSURFACE CONDITIONS
The subsurface conditions at the subject site, summarized in the sections below, were
interpreted based on the explorations advanced along the proposed sewer alignment,
our review of general geologic data, and our experience in similar geologic settings.
The exploration logs in Appendix A provide a more detailed description of the
soil/geologic strata and groundwater conditions encountered in our subsurface
explorations. The Geologic Profiles (Figures 2 through 4) illustrate our stratigraphic
interpretations along the proposed sewer alignment.
3.2.1 General Geologic Setting
Based on general geologic and topographic information for the project area, surficial soil
deposits in the area consist of glacial till, described as a compact and locally cemented,
non-sorted mixture of clay, silt, sand, pebbles, cobbles and boulders. Exposed or near-
surface bedrock is also mapped in the area, either as Eocene Volcanoclastic Deposits
(Tukwila Formation) or Eocene Continental Sedimentary Deposits (Tiger Mountain
Formation).
3.2.2 Soil Conditions
In general, our explorations revealed the site to be underlain by loose to dense surficial
soils, overlying weathered and unweathered bedrock. No glacial till deposits were
encountered within our borings. The surficial soils, which generally consist of silty sand,
occasionally interbedded with sand and silt lenses, are interpreted to be of either alluvial
origin (upper portion) or weathered in-place, residual bedrock material (lower portion).
82991/SEA7R080.doc Page 6 of 23 July 11,2007
Copyright 2007 Kleinfelder
a REM
IMM KLEINFELDER
Up to 18 inches of organic-rich surface soils or topsoil was found to be mantling these
overburden soils. The thickness of the soil overlying the bedrock was found to vary
significantly across the site. The greatest thickness (8 to 17 feet bgs) was observed
along the eastern portion of the alignment (borings B-1 through B-3) and near the
western end (boring B-6). The least thickness (3 to 5 feet bgs) was observed along the
northwestern portion of the alignment (borings B-3B through B-5), where the top of the
weathered bedrock appears to generally follow the existing ground surface.
3.2.3 Bedrock Conditions
Our explorations revealed the overburden soils to be underlain by weathered and
unweathered bedrock, interpreted to be of sandstone composition. For the purposes of
this report, we have classified bedrock that could be penetrated with the 8-inch diameter,
hollow-stem auger on the track-mounted drill rig as weathered, and bedrock that caused
auger refusal as unweathered. The upper, weathered portion of the bedrock was
drillable using the 8-inch diameter, hollow stem exploratory g
auger drill rig. The thickness of the
9
weathered portion was found to vary significantly across the site; about 2 to 6 feet along
the westernmost portion (borings B-413 through B-6), up to about 17 feet near MH No.
10 (boring B-4), and generally less than 3 feet along the eastern half of the sewer
alignment (borings B-1 through B-3). Estimated field strengths range from very weak
(R1) within the upper weathered zone to moderately strong rock (R3) within the
underlying unweathered zone, which equate to strengths ranging from about 150 psi to
3500 psi (ISRM, 1981).
Based on discussions with Mr. John Hobson, we understand that previous City of
Renton sewer line excavations just to the north of the proposed project site revealed the
weathered zone of the bedrock, which could be excavated with conventional earthwork
equipment, to be on the order of 2 to 3 feet.
It should be noted that the planned sewer pipe alignment appears to extend into the
unweathered bedrock (below the auger refusal depth) at three distinct locations; in the
vicinity of boring B-5 (at MH No. 11), near boring B-3B (about 90 feet east of MH No.
10), and in the vicinity of borings B-1 B (about 20 feet west of MH No. 7) and B-2 (about
40 feet east of MH No. 5). The location of weathered and unweathered bedrock plotted
on the site plans is based on straight line interpolation between widely spaced
explorations. The actual elevations and extent of bedrock encountered in the trench
excavations may vary. Section 4.4 discusses bedrock excavation in further detail.
82991/SEA7R080.doc Page 7 of 23 July 11,2007
Copyright 2007 Kleinfelder
s
0" KLEINFELDER
3.2.4 Groundwater Conditions
•
At the time of our May 2007 field explorations, the observed soil conditions and
observation well readings indicated the presence of a relatively shallow groundwater
system perched atop the bedrock surface. Samples collected from the upper,
weathered zone of the bedrock were predominantly found to be in a non-saturated state
(moist), which would indicate that the groundwater is perched atop the unweathered
surface of the bedrock. However, it is possible that the groundwater partially penetrates
into portions of the weathered bedrock through joints or fissure cracks. Groundwater
levels observed in the explorations also generally follow the surface topography, sloping
in a northeasterly direction, from a high elevation of about 240 feet near the west end of
the alignment (in boring B-6) to a low elevation of about 215 feet near the east end of
the alignment (in boring B-1).
The thickness of the saturated zone within the overburden soils ranges from about 2 to
7 feet within the western portion of the alignment (west of boring 13-313, located just east
of MH No. 10), and from about 5 to 15 feet within the central and eastern portions of the
alignment. However, it should be noted that the thickness of the saturated soil zone
within the planned sewer trench excavations may be less than this, depending upon the
actual planned pipe invert elevations along the alignment. Within the western portion of
the alignment, the saturated soil thickness appears to be limited to about 5 feet, or less.
Along the central and eastern portions of the alignment, we would expect the thickness
of the saturated soil zone within the planned trench excavation depths to range from 5
to 10 feet.
The groundwater level in the monitoring well constructed in boring B-3 (at a topographic
low point near the adjacent creek) was measured during construction to be about 2 feet
above the ground surface. However, the surface and the upper few feet of soils at this
location were observed to be in a moist (unsaturated) condition during drilling. This
indicates that the groundwater at this location of the site may be under artesian
pressure conditions, probably due to recharging groundwater from higher elevations on
the hillside to the southwest.
It should be noted that groundwater levels will likely fluctuate throughout the year in
response to changing precipitation patterns, off-site construction activities, changes in
site utilization, and other factors. Because our explorations were performed during an
extended period of moderately wet weather, these observed groundwater conditions
may closely represent the yearly average levels; higher levels probably occur during the
82991/SEA7RO80.d
oc Page 8 of 23 July 11,2007
Copyright 2007 Kleinfelder
MOWN
KLEINFELDER
winter and early spring months, while lower levels may occur during the drier summer
and early fall months.
82991/SE47R080.doc Page 9 of 23 July 11,2007
Copyright 2007 Kleinfelder
KLEINFELDER
4.0 CONCLUSIONS AND RECOMMENDATIONS
4.1 GENERAL
The results of our studies indicate the new sewer line will be constructed in variable
deposits ranging from loose to medium dense silty sand (overburden material) to
weathered and unweathered sandstone bedrock. Although the majority of the sewer
pipeline will be constructed within the overburden soils or the upper, weathered portion
of the bedrock, it should be noted that the planned sewer pipeline appears to extend
into the unweathered bedrock (drilling refusal depth) at three distinct locations, as
previously discussed. We anticipate that the sewer sections constructed within the
overburden soils or the weathered zone of the bedrock can be installed by conventional
trenching techniques utilizing trackhoe excavators and trench boxes for temporary
shoring. Additional excavation measures, such as jack-hammering or hydraulic rams
are expected to be required where the planned excavation depths extend into the
unweathered bedrock surface, as discussed in more detail below.
Based on the groundwater conditions observed in our explorations, we anticipate that
the western half of the alignment (west of boring B-313, between MH No. 9 and 10) may
.r
be installed using conventional sump pump dewatering methods, provided that the
thickness of the saturated soil zone within the trench excavation is less than about
3 feet. However, excavation of the eastern half of the alignment (east of boring B-313)
will likely require the use of dewatering wells or closely spaced vacuum wellpoints, due .r.
to the presence of 5 to 10 feet of saturated soils and the underlying bedrock. The
selection of the most appropriate dewatering system will ultimately depend upon the
actual subsurface conditions encountered during construction.
Based on the preliminary sewer invert depths provided, we do not anticipate that
significant amounts of over-excavation will be required, except to facilitate placement of
pipe bedding over bedrock, and in limited areas to stabilize wet or soft subgrade.
In general, we expect the soils excavated along the sewer alignment to be highly
moisture sensitive due to their high fines content. Based on our experience with similar
soil conditions, we recommend provisions for imported, select trench backfill be
included in the contract documents. However, native soils may be suitable for use in
829911SEA7R080.doc Page 10 of 23 July 11,2007
Copydght 2007 Kleinfelder
r
KLEINFELDER
some circumstances, based on an evaluation and approval in the field by the
geotechnical engineer during construction.
Conclusions and recommendations are presented in the following sections for
temporary shoring for trench excavations, dewatering, bedrock excavation, pipe
bedding, excavation backfill materials and compaction, pipe settlement, wet weather
earthwork provisions, drainage and erosion control, pavement reconstruction, and
rconstruction in vicinity of stream channel.
4.2 OPEN TRENCH PIPELINE CONSTRUCTION
�- Excavation depths for the proposed sewer pipelines are anticipated to range from about
5 to 18 feet in depth. We anticipate that excavation into the loose to dense silty sand
overburden soils and dense to very dense weathered sandstone along the majority of
the project alignment can be accomplished using conventional trenching techniques and
heavy excavating equipment, such as track-mounted excavators and trench boxes.
However, ripping, jack-hammering, or use of hydraulic rams may be required within'the
previously identified, isolated areas where the pipe invert elevations extend below the
top of the unweathered bedrock surface (refusal encountered in borings). Use of
narrow buckets equipped with ripping teeth may be required achieve acceptable
production rates within the weathered bedrock underlying most of the site.
Based on the groundwater conditions observed in our explorations, we anticipate that
western half of the alignment (west of boring B-3B, between MH No. 9 and 10) may be
installed using conventional sump pump dewatering methods, provided that the
thickness of the saturated soil zone is less than about 3 feet above the bottom of the
excavation. However, excavation of the eastern half of the alignment (east of boring
B-313) will likely require the use of dewatering wells or closely spaced vacuum wellpoints
so that excavations can be accomplished in relatively dry conditions and with minimal
sloughing and caving. Dewatering is discussed in more detail in Section 4.3
(Dewatering Considerations).
Construction should proceed as rapidly as feasible to limit the time temporary trench
excavations are open. During wet weather, surface runoff water should be diverted
away from the excavations, and collected at other suitable discharge points. Heavy
construction equipment, building materials, and surcharge loads such as excavated soil
should not be allowed within 1/2 the slope height from the top of any trench excavation.
I
82991/SEA7R080.doc Page 11 of 23 July 11,2007
Copyright 2007 Kleinfelder
KLEINFELDER
Temporary excavations should be performed in accordance with current federal, state
and/or local regulations. Temporary excavations in excess of 4 feet vertical height must
be sloped or supported in accordance with Part N of Washington Administrative Code
(WAC) 296-155. Although a standard trenchbox shoring system is typically used for
pipeline construction, the sides of the trenchline excavations may alternatively be
sloped. For planning purposes, recommend the following maximum cut slope
inclinations, based on the soil layers encountered within our explorations and the ,
corresponding OSHA Soil Type classifications.
Maximum
Soil Type Inclination
Loose Silty Sand (Type C Soils)
1Y2H:1V
Medium dense to Dense Silty Sand (Type B Soils) 1 H:1 V
Dense to Very Dense Weathered Sandstone (Type A Soils) 3/H:1V
iate inclinations will ultimate)
It should be noted that appropriate Y depend on the actual soil
and groundwater seepage conditions exposed in the cuts at the time of construction. It
is the sole responsibility of the contractor to ensure that the excavation is properly
sloped or braced for worker protection. Furthermore, it should be noted that the cut
slope inclination of any overlying soil layer should not be steeper than the underlying
soil layer, according to OSHA guidelines. In addition to proper sloping, the excavation
cuts should be draped with plastic sheeting for the duration of the excavation to
minimize surface erosion and raveling. Excavations made below the water table will
likely require dewatering and/or shoring. �.
4.3 DEWATERING CONSIDERATIONS
Groundwater control measures will be required to construct the sewer interceptor in the
dry. It should be the responsibility of the contractor to provide adequate dewatering
measures for trench excavations to maintain sufficiently dry conditions during
construction of the sewer pipeline. In general, we do not recommend using sump
pumping to dewater a saturated zone.greater than 3 feet thick. For planning purposes
and based on the groundwater conditions observed in our explorations, we anticipate
that the western half of the sewer pipeline (west of boring B-313, located between MH
No. 9 and 10) may be installed using conventional sump pump dewatering methods,
provided that the thickness of the saturated soil zone is less than 3 feet. However,
excavation of the eastern half of the sewer line (east of boring B-313) will likely require
the use of dewatering wells or closely spaced vacuum wellpoints, due to the presence
829911SEA7R080.doc Page 12 of 23
July 11,2007 '
Copyright 2007 Kleinfelder
KLEINFELDER
of a saturated soil zone on the order of 5 to 10 feet. It should be noted that any
dewatering system should be designed to draw down the groundwater to at least 1 foot
below the bottom of the trench, in order to maintain stable subgrade conditions for the
installation of the sewerline.
For purposes of developing a dewatering plan, we estimate the permeability of the silty
sand to be on the order of 5x10-3 to 5x10 ft/min, based on visual soil classification and
the grain size laboratory tests. As such, the recommended dewatering approach should
consist of closely spaced vacuum wellpoints, where a sump pump system is not
feasible. Based on the range of hydraulic conductivity mentioned above and an
average required drawdown of about 6 feet, the discharge rate from a 200-foot long
' wellpoint system is estimated to range from about 6 to 20 gpm. Greater flow rates may
be encountered where the thickness of the saturated zone is greater. The area of the
sewer alignment closest to the stream channel (near MH No. 9) may prove the most
difficult to dewater, as the stream serves as the local discharge point for the shallow
' groundwater system and the groundwater in the area was found to be under significant,
excess hydrostatic pressure head (artesian conditions). Kleinfelder is available to assist
in the design of a dewatering plan. Alternatively, as a minimum, we recommend that
Kleinfelder be allowed to review any dewatering plans and specifications developed by
others, if included in the bid documents.
�1 It should be noted that the exploration scope of work for the current study only included
borings. In order to reduce the uncertainties associated with the prediction of
groundwater conditions and requirements for construction dewatering, we recommend
that additional exploratory test pits be excavated at selected locations along the
proposed sewer pipeline. The groundwater levels and seepage rates are more readily
evaluated in an open test pit than a small exploratory borehole. This would help better
define the actual seepage rates to be expected during construction.
4.4 BEDROCK EXCAVATION CONSIDERATIONS
■ It has been demonstrated that sedimentary rocks, such as weathered sandstone, can
typically be excavated by ripping because of the layered nature and generally lower
strengths (Singh and Goel, 1999). At this site, the exploratory auger borings were able
to penetrate to variable depths below the top of the weathered bedrock surface,
indicating that excavation with heavy trackhoe and/or ripping would likely be feasible
within the upper weathered zone of the sandstone, although ripping or pre-splitting may
be required. Although blasting is sometimes used to facilitate excavations into bedrock,
82991/SEA7R080.doc Page 13 of 23 July 11,2007
Copyright 2007 Kleinfelder
k'q KLEINFELDER
we understand that this will not be an option on this project, given the difficulty of
obtaining a blasting permit in a residential area and the stated project goal of limiting
adverse impacts to the surrounding neighborhood. ,
Rockmass geomechanical characteristics such as Rock Mass Rating (RMR) and Rock
Quality Designation (RQD) obtained from rock coring would better define rock
conditions for excavation. The RMR collectively rates the rock mass based on strength,
RQD, fracture spacing and quality and the presence of water. A rock mass with an RMR '
exceeding 60 typically will require blasting prior to excavation. Kleinfelder could provide
a cost estimate for this additional work, if desired. Alternatively, exploratory test pits
could be excavated at selected locations along the proposed sewer pipeline, in order to
better evaluate the excavation characteristics of the bedrock (both weathered and '
unweathered zones). These test pits could be combined with the recommended
additional test pits to evaluate groundwater seepage/dewatering characteristics.
Getting a better handle on both of these subsurface conditions would provide more
certainty regarding the construction requirements, which in turn would reduce the risk of
unexpected construction cost overruns.
4.5 PIPELINE BEDDING AND SUPPORT
The medium dense to dense overburden soils or weathered/unweathered bedrock .r
encountered beneath the pipe invert elevations along the planned sewer alignment are
expected to provide suitable support for the pipes, provided the trench excavation is
properly dewatered and the subgrade soils are not disturbed during excavation and pipe
installation. In some instances, loose or soft subgrade soils may extend below the pipe
invert and will require over-excavation and replacement with a suitable foundation layer.
Such over-excavation should be handled on a case-by-case basis, depending upon the
local soil conditions encountered at the time of construction and as determined by the
geotechnical engineer. However, based on soil conditions encountered in our
explorations and the proposed sewer line invert elevations, it is our opinion that over-
excavation will be minimal, provided that adequate dewatering is provided to maintain
dry trench excavation conditions at all times during construction. If local sump pump .r
methods are employed to dewater the trenchline, a working surface of 6 to 12 inches of
clean crushed rock may be required below the subgrade level of the pipe trench, in
order to provide stable subgrade conditions across wet portions of the trench bottom.
We recommend that any peat or other soft, organic, or disturbed material encountered
in the base of the excavations be removed and replaced with compacted crushed rock
82991/SEA7R080.doc Page 14 of 23 July 11,2007
Copyright 2007 Kleinfelder
rl
KLEINFELDER
satisfying the specifications of Section 9-03.9(1) of the 2006 WSDOT Standard
Specifications. This foundation layer should be compacted to a dense and unyielding
condition. However, over-compaction should be avoided to prevent pumping of the
base. Over-excavation for removal of unsuitable soils should extend to either side of
the pipe a distance equal to the depth of over-excavation, or 3 pipe diameters,
whichever is less. Over-excavation to remove unsuitable materials in the bottom of the
trench should generally be limited to a depth of 3 feet. We recommend a Kleinfelder
geotechnical engineer inspect the excavation base prior to bedding material placement
to assess the subgrade suitability and the need for over-excavation.
General pipe bedding recommendations for open trench pipeline construction are
presented below.
�- Pipe bedding material, placement, compaction, and shaping should be in
a,. accordance with the pipe manufacturer's recommendations.
Pipe bedding materials should be placed on relatively undisturbed native soils, or
' on compacted fill soils. If the native subgrade soils are disturbed, the disturbed
material should be removed and replaced with compacted bedding material.
Pipe bedding material should meet the gradation requirements for Bedding
Material for Thermoplastic Pipe, Section 9-03.16 of the 2004 WSDOT Standard
Specifications.
Pipe bedding should be shaped to provide a firm, uniform cradle for the pipe. We
recommend that a minimum 6-inch thickness of bedding material be provided
beneath the pipe. The bedding material should also be placed and compacted
around the pipe and extend to a height of not less than 6-inches above the pipe
crown. In particular, we recommend that a minimum of 6 inches of pipe bedding
be placed in areas where the trench bottom consists of bedrock to avoid stress
concentrations on the pipe.
Pipe bedding material and/or backfill around the pipe should be placed in layers
and tamped with a suitable small compactor to obtain complete contact with the
pipe. In areas where a trench box is used, the bedding material should be
placed before the trench box is advanced.
4.6 EXCAVATION BACKFILL
The soils encountered in the proposed trench excavations will likely consist of materials
ranging from silty sand (overburden soils) and weathered sandstone bedrock material.
Both of these materials exhibit a relatively high silt content and are generally expected
82991/SEA7R080.doc Page 15 of 23 July 11,2007
Copyright 2007 Kleinfelder
KLEINFELDER
to be highly moisture sensitive. We anticipate that these silty/sandy soils may only be
reworked and recompacted given favorable weather conditions when they can be
aerated to reduce their moisture content. Furthermore, these soils are expected to be '
difficult or impractical to dry out and properly compact during wet weather, due to their
high silt content and in-place moisture condition. In general, soils used for pipeline ,
trench backfill should not contain any organic matter or debris, nor any individual
particles greater than about 6 inches in diameter. '
Given the moisture sensitive nature of the native soils, we recommend that provisions
for imported, select trench backfill be included in the contract documents, as a prudent '
measure. However, native soils may be suitable for use in some circumstances, based
on an evaluation and approval in the field by the geotechnical engineer during
construction. Imported fill should consist of clean sand and gravel (pit-run), satisfying
the requirements of Section 9-03.14(1), Gravel Borrow, of the 2006 WSDOT Standard
Specifications. '
Backfill material should be placed in 6 to 12-inch loose lifts and compacted using
vibratory mechanical compaction equipment. Appropriate lift thicknesses depend on the
material and the type of compaction equipment. If lightweight compacting equipment is
used, lift thicknesses should be reduced. The initial lifts of the backfill material should
not be dropped or bulldozed directly on the pipes. The use of heavy vibratory
equipment should not be permitted directly over the pipe until a minimum of 2 feet of
loose backfill have been placed and compacted above the pipe with lighter equipment.
Fill soil compaction should be verified by means of in-place density tests performed
during fill placement, so that adequacy of soil compaction efforts may be evaluated as
earthwork progresses. i
To provide adequate pavement subgrade support, we recommend that trench backfill
placed within the upper 2 feet of the backfill zone in roadway areas should be
compacted to at least 95 percent of its Modified Proctor maximum dry density (MDD),
as determined in accordance with ASTM:D-1557. Within other areas, or more than
2 feet below roadway subgrade elevations, the trench backfill should be compacted to
at least 90 percent the Modified Proctor MDD. In order to achieve these compaction '
requirements, the moisture content of backfill material should be within 2 to 3% of its
optimum value. ,
82991/SEA7R080.doc Page 16 of 23 July 11,2007
Copyright 2007 Kleinfelder
kn KLEINFELDER
In general, trench backfill compacted to 95 percent could settle about 1 to 2 percent of
its thickness, wheras backfill compacted to 90 percent could settle slightly more. In our
experience, less than 90 percent backfill compaction could lead to excessive settlement
and is not recommended. It should be noted that many municipal standards for
construction work within right-of-way areas requires 95 percent density, based on the
Standard Proctor test (ASTM:D-698). This requirement is generally equivalent to about
90 percent compaction using the more stringent Modified Proctor criteria
(ASTM:D-1557).
4.7 PIPE SETTLEMENT
Construction of the proposed pipelines will result in little or no increase in soil bearing
stress, and as a result, negligible post-construction pipe settlement is expected.
However, disturbance of the bearing soils for the proposed pipelines during construction
could result in future pipeline settlement. If the subgrade soils are disturbed during
construction, the bottom of the trench should be over-excavated and replaced as
described in Section 4.5 (Pipeline Bedding and Supporl). The recommendations for
over-excavation and replacement of unsuitable materials below pipe invert levels are
intended to minimize such settlements.
4.8 WET WEATHER EARTHWORK
' If earthwork is to be performed or fill is to be placed in wet weather or under wet
subsurface conditions, when the control of soil moisture content is difficult, the following
' recommendations should be followed:
Earthwork should be accomplished in small sections to minimize exposure to wet
weather. Excavation or the removal of unsuitable soil should be followed
promptly by the placement and compaction of a suitable thickness of clean
granular fill. The size and type of construction equipment used may have to be
limited to prevent soil disturbance;
Granular fill material should consist of clean soil containing less than 5 percent
fines (material passing the U.S. Standard No. 200 sieve), based on wet sieving
the fraction passing the 3/-inch sieve.
• The ground surface adjacent to the trenchline construction area should be
graded to prevent surface water from ponding near and/or seeping into the
trench excavations;
i
82991/SEA7R080.doc Page 17 of 23 July 11,2007
Copyright 2007 Kleinfelder
KLEINFELDER
Excavation and placement of fill should be observed by the geotechnical '
consultant to verify that all unsuitable materials are removed and suitable
compaction and site drainage is achieved. '
4.9 DRAINAGE AND EROSION ,
The contractor should be responsible for the control of ground and surface water within
the contract limits. In this regard sloping, slope protection, ditching, sumps, dewatering,
and other measures should be employed as necessary to permit proper completion of ,
the work. We recommend that the contractor be required to submit a construction
dewatering plan to the geotechnical engineer for approval prior to the start of ,
construction. Alternatively, Kleinfelder is available to assist in the design of a
dewatering plan. ,
Most of the construction area is presently grass covered or unpaved, with surface
slopes on the order of 5 to 12 percent. As such, the surficial soils within the project area '
are somewhat susceptible to erosion. In our opinion, erosion at the site during
construction can be minimized by implementing the recommendations in the Wet
Weather Earthwork section of this report, and can be controlled through the use of Best
Management Practices. '
4.10 PAVEMENT RECONSTRUCTION
We anticipate that new pavement will be required over portions of the backfilled
trenches near both ends of the planned sewer alignment. Although the borings
advanced for this study were not located within the paved areas, we would anticipate
that the existing pavement likely consists of 2 to 3 inches of Asphaltic Concrete
Pavement (ACP) over variable thicknesses of crushed rock and gravel borrow base,
based on typical pavement construction for similar roadways. The pavement within
these areas appears to be in a relatively good condition, and is apparently adequate for
the current traffic.
The pavement subgrade should be compacted to at least 95 percent of its Modified ,
Proctor MDD (ASTM-D-1557), in accordance with the recommendations in the Backfill
and Compaction section above. We recommend that any required replacement
pavement section along the alignment match the existing ACP section, provided that no
pavement distress or failure is apparent within the existing roadway. Generally, a
minimum pavement section consisting of 3-inches of ACP over 6 inches of 5/8-inch
minus crushed surfacing top course (CSTC) will provide adequate support for
82991/SEA7R080.doc Page 18 of 23 July 11,2007
Copyright 2007 Kleinfelder
KLEINFELDER
residential roadways (light traffic conditions). The CSTC should meet WSDOT
specification 9-03.9(3) for Crushed Surfacing and be compacted to at least 95 percent
of Modified Proctor maximum dry densities.
4.11 SEWER CONSTRUCTION IN VICINITY OF STREAM CHANNEL
An "unclassified" stream/creek channel runs from the west to the east along the
northern margins of the project area. At the closest point (near MH No. 8 and 9), the
' adjacent stream channel is about 10 to 15 feet deep and is located about 10 to 20 feet
away from the sewer line on the northeast side. Topography generally slopes to the
north-northeast, downward toward the stream/creek channel. To minimize the surface
runoff and potential for siltation of the stream channel, we recommend that extra
precaution be taken to limit surface erosion within the work area and the potential for
off-site sedimentation.
' The sideslopes of the stream channel are on the order of 2H:1V. Given this slope
inclination, and the subsurface soil and groundwater conditions observed within the site
borings in this area, it is our opinion that the proposed construction of the sewer pipeline
will not adversely impact the stability of the stream channel side slopes.
■
■
82991/SEA7R080.doc Page 19 of 23 July 11,2007
Copyright 2007 Kleinfelder
" KLEINFELDER r
5.0 ADDITIONAL SERVICES '
5.1 RECOMMENDED ADDITIONAL SERVICES r
Because the future performance and integrity of the structural elements of the project
will depend largely on proper site preparation, drainage, fill placement, and construction '
procedures, monitoring and testing by experienced geotechnical personnel should be
considered an integral part of the construction process. Consequently, we recommend
that Kleinfelder be retained to provide the following post-report services: r
Review all construction plans and specifications to verify that our design criteria r
presented in this report have been properly integrated into the design;
Prepare a letter summarizing all review comments (as required by City of
Renton);
r.
Attend a pre-construction conference with the design team and contractor to
discuss important geotechnical construction issues;
Monitor the placement of all structural fill and test the compaction of structural fill
soils to verify their conformance with the construction specifications;
Check all completed subgrades for pavements, in order to verify firm and
unyielding subgrade conditions;
Prepare a post-construction letter summarizing all field observations, inspections,
and test results (as required by City of Renton). '
Upon request, we will submit a proposal for providing some or all of these construction
monitoring, inspection, and testing services. Such a proposal is best prepared after the '
i project plans and specifications have been approved for construction.
1
1
r
r
r
82991/SEA7R080.doc Page 20 of 23 July 11,2007 '
Copyright 2007 Kleinfelder
r
KLEINFELDER
6.0 LIMITATIONS
The recommendations contained in this report are based on the field explorations and
our understanding of the proposed project. The investigation was performed using a
mutually agreed upon scope of services, based on common geotechnical standard of
practice. It is our opinion that this study was a cost-effective method to explore the
subject site and evaluate the potential geotechnical concerns. Nevertheless, it should
be noted that the subsurface information used to formulate our conclusions and
recommendations were based on the limited information obtained in the discrete
sampling locations.
It is possible that variations in soil and groundwater conditions exist between the points
explored. The nature and extent of these variations may not be evident until
construction occurs. If soil or groundwater conditions are encountered at this site that
are different from those described in this report, our firm, and the design team, should
be immediately notified so that we may make any necessary revisions to our
recommendations. In addition, if the scope of the proposed project, locations of
facilities, or design loads change from the descriptions given in this report, our firm, and
the design team, should be notified.
' The scope of our services does not include services related to construction safety
precautions and our recommendations are not intended to direct the contractor's
methods, techniques, sequences or procedures, except as specifically described in our
report for consideration in design, or as required by the project plans and specifications.
This report has been prepared for use in design and construction of the subject sewer
pipeline for the City of Renton, and their consultants, in accordance with the generally
accepted geotechnical standards of practice at the time the report was written. No
e
warranty, express or implied, is made.
This report may be used only by the City of Renton, and their consultants, and only for
the purposes stated within a reasonable time from its issuance, but in no event later
than one year from the date of the report. Land or facility use, on and off-site
conditions, regulations, or other factors may change over time, and additional work may
be required with the passage of time. Any party other than the City of Renton who
wishes to use this report shall notify Kleinfelder of such intended use. Based on the
intended use of the report, Kleinfelder may require that additional work be performed
82991/SEA713080.doc Page 21 of 23 July 11,2007
Copyright 2007 Kleinfelder
KLEINFELDER
and that an updated report be issued. Non-compliance with any of these requirements
by the client, or anyone else, will release Kleinfelder from any liability resulting from the
use of this report by any unauthorized party. In addition, the client agrees to defend, '
indemnify, and hold Kleinfelder harmless, from any claim or liability associated with
such unauthorized use or non-compliance. ,
It is the responsibility of the City of Renton to see that all parties to the project including
the designer, contractor, subcontractors, etc., are made aware of this report in its '
entirety. The use of information contained in this report for bidding purposes should be
done at the contractor's option and risk. Further guidelines and information on this '
geotechnical report can be found in the ASFE publication entitled: Important Information
About Your Geotechnical Engineering Report, enclosed in Appendix C of this report. '
82991/SEA7R080.doc Page 22 of 23 July 11,2007
Copyright 2007 Kleinfelder
MEN
ygn KLEINFELDER
7.0 REFERENCES
Mullineaux, D.R., Geologic map of the Renton quadrangle, King County, Washington,
1965, U.S. Geological Survey.
Washington State Department of Transportation (WSDOT)/American Public Works
Association (APWA), 2006 Standard Specifications for Road, Bridge, and Municipal
Construction.
International Society for Rock Mechanics, Rock Characterization, Testing and
Monitoring; Suggested Method for Determination of Uniaxial Compressive Strength of
Rock Materials, 1981, Pergamon Press, London, U.K.
' Konya, C.J., Rock Blasting and Overbreak Control, 2003, National Highway Institute,
Federal Highway Administration.
S i ngh, B and Goel, RK R oc k a ss C la ss ifica t i o n: A Prac t i ca t
Approach In Civil
Engineering, 1999, Elsevier, New York, NY.
829911SEA7R080.doc Page 23 of 23 July 11,2007
Copyright 2007 Kleinfelder
ti tf. -
rn. Sr,St
s.
;3t
CD
- S 1251H ; '
7�� 3 i 1 JF is Co
A `4t ODE
h •3h _ _, .Y�LOtal it c
3!
_ ,a 12St7 5t Pt1^e'nth St
C
J 29th r"lt..... A ..Cr Co { _
7�� .� i✓�tt t' ' 1'iCkih.mot t m m
{ d
.fir •t9
J' a
r14 ; Co
t 5 .
�?� {
5 132nd St' Ad St 4VV 2nd G1 2 z
,rr td"Ju'end zs'. ►.
4r
Cad
S 1 S 1�4 ft St m i33rcr P� ..
,� Zhj ..
51 `fir e;SG v4y is '7e3S► f tF'voi
p - uir CO'
=O A L
} - ko �►
N �
F�.
S'JW X91"
A t
J d+! D
.E D
Cm
•- Q rD
_. .
E
N KLE ! lVFELDER vicinity Map DRAWN BY: J.Stewart
w rn REVISED BY:
LL 2405 140th Avenue NE,Suite A101
Ex Bellevue,WA 98005-1877 CHECKED BY:
W w PH:(425)562-4200 FAX:(425)562-4201 Earlington Sanitary Sewer Interceptor FIGURE
=Q www.kleinfelder.com SW Langston Road&84th Avenue South
Renton,Washington
a a DRAWN: June 2007 1 APPROVED BY PROJECT NO. 82991 1 FILE NAME:Vicinity Map.dwg
r B INS 335 T
-�g-- c:5
z �
o f O
I I UJ -C
. Q N
�. LL
} U I 11 W � W w O LL
cl 01 I I v W ZO � v : 0 U LU
(� N I I I J Ed W W• U <
a
I I : . . . . . . . 3 0 CL: . . . . . .. . . . . . . . . : . . . . . . . . . . . . . : . . o U
QL L \ Imo_'-tea UUj j 4 CL Z' < m n°i ct�
�pUjO: Q
W � I I I O rW
N O h I I (Y U) O 1\. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Z j
pN cq �V I Ii I � z � aZa ° ¢ J v> 7N0
V) Ell II /~ i) I I I w ul (n � °: z
Q) I�, o �- © : . . . . . . . .�z. . . . . . . . : . . . . . . . : . . o �.0
I C W (X) W � ? Y; ; : Z O a ai cV Y
.� � I- CD W �II Z th0 : . . . . . . . C9iR0: . . O w > �
U TV h U N � `�IUJ N � Z � 10 � F d° to
i,) I �1 ^ �(hh�J"1J L') 0 U� , w C� K Z O W m N
i_ y� J p v
C) LLI
/ r J WL � ZaW w
ILI
-- -OHP— — — — U3 UQW: o o uUi
= U
�ANP-e, J V. . . . . . . . . . . . . . . . . . . . . . . . o— = o
Tt NFF�- _ f i. / z rr
' -12" DI IN w c
M
O z o
Lo 0
CL—... _
• - — _
.F
LLJ
Y C t
LF — : t ui a U) y
1, a u
b 1 I y m z�
( . . . 03 . . . . : . . o o < m c
w I::::: 1 w c
� It Q I [Y r W � o 0 0o p > o z
l ImI v oz U NZ Via ' + t. o mo � � yvr
LLI
cal r)- LL w d L oo
II
-,I-U W I I N U o) O O L F :. . ¢w O rn ro LL
U d I- z z d
z co Z N N > CO ,r` II .- ' •' w Z ^ o t0
- > Ln d uj
it II CL I I J -
i
Q �` lilCp I U W � N N; r 'I +• LL SOS �y a Cp yam'
Z) La_I Z O W W ♦, 01
C7 m d m
r, LL N O
l Sp O F W m
. w4
O 0
CC
7. Q` :r i 3 ) oC UO LL
L I I {•. 1=1 I q w t. ,f, : n r (� O
V_ .h;:': •I I C� `Z. C� C,� "J U Ll . . . . : . . . . . . . . . ;: n' 1:j;J:L. . . . . O w Z
]� -----..�.I Z.(.•.:•::.' I I 4. w LL LU U` =J J*:?:;.•;i.'i;:;:i w CCD j l-
cD I tY j:,,. I -q_ O E Q llJ UJ Lr) `;E'+,;;J:, < w ?
cv
d
i �.,- \ III I J c[ UJ d to r ->,t ! ! +. .r, Ell
�~�• � 0 li
0 co
z w
L ~/ I// � / I I I vLLJ O �.? rik t r >
tRJ U fV : ' - f O
t1 W II::: �.t I ?"'l J Z d
CL
d tV X 4`;r i;';1:+..'�`;`F.+�';%'�`•f• : )°
.itR?t q�.�':r:•"r. {.;.+1• j- m m O
J�rJ I C`l _ "f..;.�'k:;,f, t,j:•''-�.i.' m � p
-- (- ^-t•- J ;% U lrV '�.-- - - -_.-- .'s., .t •,,'J i,j. •.S.i,•i�' Q w N
C\ I I ! III J Z II 1 , k q • aZ LJ>•! ED
AI I I II I Q O w !: V S C�V� ( m }r + + )5.y f+r r+• IY W w ~
VVV 2{�L/ I: I III w U 0
I i I III (rJ ODl� �O P ' r ' jt
1i ,
J I I `i 0 I '.: f.:i . . . W
O w
Lli ED H I I I }: LtJ
Cl- II '' III Q p N r r ':'. , w 0 .
-LJ I::.; •: i .-I ) y q.. 51 + O Y < U
Jw " II _
W }T U Q
/ z i� Ir
J J I U __(711 U �':, r` faccpp'<'
- I � Q N
x IC I KI d V) q.. W o w
UJr] i 1. I: LY U`.w ` CrJ : + .�' r v -�-,i 2 -� = CD
'. . . . . O w m t Z
N w K K
: -J�tCyr� r ; +i .rt°1 ?:?,.Sr• O
M
XI 'KC I . t v.>`Vd/t5 51'x+ tl
..a1'• I W
11 - -LCL,--J ��ll C d LL 1 1 5 7 q q
L � W 5 r w
m d r. t 1 O o
f) 7,J1'. ! i L ; w ¢ O
60' TENT ')h'ARY \� 1 N In o t U z a z
C:OrVS7: ;A,;EILIT �:",. ^r) '.. ;r,_, .,� + , o o w C) lw- o LU
I-(� .p. i r ,r). a t 1 t W
Q I m �'� C)W Q 'N N I 4r f 1 i K t.+'r' F . - pLL, w U J C�> J O
\ «? I S W Vl d ;.:�., ++ , .y a -, , n - D w LL J W o
p_ • i on a w
S �I x d Z G i . t` F C7 LL H Q W w
Nln ll Z J OLL
Q W s I Z
U Cy � . . . w� p DU n K J-J•
c
d
OHP I ° Q <.>' s't{ L, o z w o o aw o ;
LL cj
w _ o D ao D d
O LIJN O
Ell 0 s 3an�id 33s L _3 ca a o L7 a cD Y
a
� 1 O
V
z ain613 ano kv-I IL6MVE) :3'11d QV3
S:33mx 031,111)V,1.1 V
:1339lY1+ilI C13HOV1.IV
Nommr mmomw loomm r emowmw $memo rrr munow ll w rrrr" rrmmor Ord wmml l ommwm mlmwr "mom" -err rrrM woman ammo l
aj co /
LLI
Z 3!/fi'JId 336 N ❑Z LL
/ N F
1 I J ti; O <
U-
w
CQ o
to w c >(
11 I 1 / /// / / iF.i'.'?y L"j'.>?•1<j W O y Q
O > C Y
z
LO Lo
o kf) N
7 I, t
w d
w m
14 p O m
( / Qr
a
J ti;s,l:1 C)
U.
LU
c CID
I 1 O r, ,t••°. > to r IT Z
I 11 I N r •;'.;.
o
' t f LL Cam► 11 0
N
az LL
h CO Zn Q. d
/t ' ' ' ,• W 0 - m
U) W �' = d
J JQ = CL o N
C c
co
o
rn
00 W
W r N O
( � I I �o dO tti t4 a Jr /� Z
A. . . . . . . . O a V
` lnl '-J - tL v ..{.l 1 1 .T5 tai: Q w Q
LL
I 5 f.(t S 10
Ul
O :M '''`•;':i}�'r'��;.;•7Yoi•';��r'�Y':,i O ; m
Ul
CL
CY-' N
/ co l I I J 'c,'. . . . . . . . . . . . . . . . . ...d .. ..�,;t,;.,i!:2iFi
. . . . . m m 0 °o
a IN oa W ° ...,..; L
ou
UJI
da0 p u� 9., tl. W S Q
m Ch L :m a i bO :' t w
LJ I .Q h) U . . . . . . . . .� ..v. ',a O.v . . . ,t- . . . . . . . . . ❑
Zz
R=) �- �I• — Q v a
�O I f ;.; : U Q w
CY W N I /I \ 1 v e ,:';"' ❑ u w u
Ll FO O 5 N ! // \J : . . . . . . . :� ° v ° "?'y L '` . . . . : . . . . . W m H Z
�S W Q W'
\ I i r UJ
N W J U � hLLC7
'j-
-A U c; tx ): ,'J t.`J'/'•„<J,".•N•:!:. . . . . . . : . . . . . . . : . . z 0 z
W p : oho• 'r''+ , ,t.':'.i.,k` ,t• W d m
�� �I I � �' U J-. h p •nn, ..,.•'i:":;�i::�:�.Y;;;�..,.. Q a U
J w ❑ W>.� ❑ F- O
W Q w
w j Q
lJa I Z /I I f I ) ;h "t �:�c:'•; ,'�r.`rt' : O Q OJ
rW
a ❑ U J OW J c
lyl s � d J ❑ W LL J w o
I Q % I I �ry I Uj lC v z i ,r c. a ? > 0, > N
X I I / [,'� 1'. ! Z OF W C
. O F UJU y
'` z rii
z C9 2 Z d M Z _o
s`7 U a 'l:�.t;Y:} ! '/.!: N uj NN d O WON = m.
1..a.:lldS..a.IS ra yil �1 P,3unDI-4 336 Y
£a.Jn613 :ifloAv-i 1161SUVEJ :3l1d OVO
:SA!D WI Cl3i-IO'tfilV
S r dm+ M r wrr M. 9. witwm� _r NrANOr r rrir r!mmom smommrl wo " ■ommo "Mmom J �.rr1
Z
LLJ
LD
W p
LJ
0 LL
Lu
7r7 J> Ui I ' )i7,Y o CNI
F+. p$ 4 H" it {+rrl, t`, tY 1 t,t>.;r. O a cNc
C tp p tr I t t A.;. z ® y ti In
h t1J ) r.. t: S. _ ti
_ t:. :.
LW `�'F-O F �' . . . . : . . . . . . . : . . . . . . . : . . . . ,r i•.:':`.:Y.�:�._+�;.,w`�:''ryf;��'- n%
C) p} Lu N W o U I .j'.%ft�'r.,1 1 e '`', ; CL Q J N n v Lui LLJ a)
• / .V �1 i /i t5 t of
LL d
Z 7 a 7
q� l` �yce.•::r,,:�''>r':i� : F- to
I � 1 x'��j').f L •''•'� 1:4;`� r'' �siA�.' � � � r m
O W o N
CL
_ S r�-�- t tl ✓+tti�S. s 5r, Ir W J S
X1-0 rv° i trrt✓' YS 'r'r +5/rl F '' ¢ a
Q 1 --c v Yty}''« :1'Y':%•.r,:;,. ,;'.:v" 2 W 3
O= UI I prj 9 _ ';}Fy'i,;`�:1;n.""a?y r�,f;,l;`±``nr w c
Y"r) I
I a
CN
o
<Lj c6
LL CN t r t, LL
S I •'oT
,Y;•�}':.t "E'l� :y 'IC rl i,`, y S a0
^U I 0
_
LL•- \ ��
LO I f Z d 0,
O (' , 1 r , 1 W al
j.,,. ( Q 1J I tl• d i t`{ r )a.'!' •4 .: 00 O r C
O ��n Cj ` ,t `+ , _7 �' . , .1..;,,1: o w w _ a o a.
Q Ll1 `I'•+ I - 2 .v �5.';1(._i, .~,';_I�t.f.;'!.':°'t'�.'i:.�;Y.l 0 (n 0 * L pl Z
x G CO LL
NW � LlCaI� Q qU . . . . v. . . ,+..ti ^ti<i'� Fy h Z QZ Cv m
Z I Z v. .• ,.;'_'`,^.:�'.'x +, -i niJ..;a,; r•P+ O z n 0. w Imp
<1 CN �w R2 . . . . . . ... w <0 0
COI I yy a Mfr.}i r 't T'.�r p F- W A, ,` G G
io (� HED //' r� F .r ', ;;:i �_ o rt+ m J
w O F W N
0 00
W // I Q O
l!d W v i l c� 0
0 / m : a. M
/ O z
� . . . . . . . . . . . W
W c� > U
m wr W
J. _ _ _ : . . . . : . . . . . . . :I. : . . . . . . . : . . . . . . . : . . . . . . . : . . . . . . . : . N
I °:
• ` I z ca
/ . .:. N
�. dj U� c� p . . . . . . . . . . . . . . . . : . . . . . . . . . . . . . . . :. . . . . . . . . . . . . . . . . . . . . . . N w
`° Oq •.• GARAGE x z `.\
@j : : ' o
I .. fib... w rr
IL
�_ 6' I >
: . .^ . . . . . . . . . . . . .
�pw i Q
{L� P' I CONC W 00<m o g
W/ 3' QRD I . . . . . . . . . M y m c
r m
NC } . . . . . . . . . . . . . . . . . . . . . m ❑ W N
Z
r I ; W Y c
GATE Iry I > w
w .',
LL, LO = a
z
Q
I �_ z
La
o Q '3 r` i J LU
° j
aj IN
,✓� -*'54 w�54 60�v� ' N a �
0 W w Q
•Oi9 O \ + �'- I O 0 U oo
Y
6 00
S f I � w0WQ
\ I o 0 m ,n
co n CL ZwCO =
o 2�r / w0wC �
UJ
co M
> `g` o z o
O 3:
—OHP— OP p 262
WMH
FA N
co
U Z a z
Of w
O U r`
Q W W
���1/y 2�b /73dld ~— W Z z � o� IX r_
Q 3 mw K o Fw. o Fw._
g —__�K Z fW- m < E�
0 0 ww o
w U o 0 WO 0 v
z
w O W W a WW C
� Y
Q I-►N-—�Id A
O
q ajnBl=j :-Lno v-1 1L6UM:0 :3'11=1 aVO
:S-49NX C13HOV1.1.V
:S3.0vwI Qa}dDVIIV
Irrt.rrtr 4� lrr wm� vm r rrmma limos wmwm r rr.. war r mwm r ftmm . r.f..nr mmwm r ..ter frmaulr Nunn" r�r1
r - - - � � ---- -- kn KLEINFELDER
APPENDIX A
EXPLORATION LOGS
1
i
i
1
1
i
i
i
TESTING PROGRAM U.S.C.S.
LABORATORY I FIELD
w H W �, x aw w o SOIL DESCRIPTION
WELL/PIEZO ., .. "�
x CONSTRUCTION a �;; �� H c a z
a H ri W U A Q°c y 3 a �z m 94 W O .. .r P.N Ov E•
a 3 °o
U a a z O ------- w
0 GP 6 inches of Crush_ed_Roc
k. w
SM SILTY SAND(SM):dark brown,moist, A.
loose,some gravel.
s SM To p soil
—
---- — -------�
SILTY SAND(SM):mottled brown and z
gray with slight iron oxide staining,wet, O"
dense,trace to some subrounded gravel A
A
z
0
5 )-9-2.x S-1 U
C7 a.
-At 6.2 feet,3 inch layer of SAND(SP): Q
1 inch gray,wet. U
diameter p A�
screened pipe a
fsl
W
O�
W E"'
10 17-174 S-2 H
z�
0
F F,
�Q
zo
o�
HH
15 13.4 : 45 14-17-1 S-3 Q F"
Oa�
-]W
6.7 5OA3 11 stone:light gray,medium grained, _ 4z
slightly weathered,weak to moderately
strong no discontinuities noted. F U
Boring refusal at 16.7 feet. Installed Q>•
piezometer. Groundwater measured at 1.8 a
feet ATD in piezometer 5 hours after Z=
drilling. On 6/2/07,groundwater measured Q
at 2.9 feet. a z
a.O_
Q F.
�O
�w
fix ,
H
Lno
xH
s H�
o
w
0
o
DATE DRILLED:5-3-07 SURFACE ELEVATION(feet):218.0 DRILLING METHOD:HSA
m LOGGED BY:J.Washburn TOTAL DEPTH(feet):16.7 DRILLER:Cascade
a REVIEWED BY:Marcus Byers DIAMETER OF BORING(in):6 5/8" CASING SIZE:None '
Earlington Sewer Interceptor Appendix
Renton, Washington
k4LEINFELDER K A -2 Z
a GEOTECHNICAL AND ENVIRONMENTAL ENGINEERS BORING LOG
SOILS AND MATERIALS TESTING
N B-1 PAGE 1 of 1
PROJECT NUMBER: 82991
TESTING PROGRAM
a LABORATORY FIELD* U.S.C.S.
w WELL/PIEZO E w d wa w a
0 SOIL DESCRIPTION
x CONSTRUCTION P4wo E; _ zW W v a aca
+rr W H H a� �a ern 9 :
�H ao x
A 3V a a �z 0 `� Grass
x¢
0 wU
SILTY SAND(SM):dark brown,moist,
loose,some rounded gravel
_ �T�soil�--__—_J �
SILTY SAND(SM):brown,moist to wet,
Ir '. loose to medium dense,some rounded Z
gravel. p•.
�w
A�
w 5 z
ow
UW
zQ
err U F"
------------------
Probable Sandstone p A
8.5 a w
Boring refusal at 8.5 feet. Backfilled hole p
with cuttings and bentonite chips. w H
Groundwater measured at 6 feet ATD in H
open hole 20 minutes after drilling. w 3
Fx"O
QQ
tO
O
HH
UH
O�
aw
• �U
�z
HU
Q�
a
ZA
CZ
�Q
az
wo
QH
aU
�O
a
�x
• `n H
xH
HQ
0
r �
w
0
0
0
N
a'
DATE DRILLED:5-2-07 SURFACE ELEVATION(feet):222.0 DRILLING METHOD:HSA a
a
N LOGGED BY:J.Washburn TOTAL DEPTH(feet):8.5 DRILLER:Cascade p"
� Q
CL
REVIEWED BY:Marcus Byers DIAMETER OF BORING(in)�5/8" CASING SIZE:None
D
O
Earlington Sewer Interceptor Appendix
Renton, Washington
k4KLEINFELDER
F GEOTEC O LS AND MATERIALS TESTIINGNGINEERS BORING LOG A -3
N
PROJECT NUMBER: 82991 B_1B PAGE 1 of 1
r..
TESTING PROGRAM U.S.C.S. ,
LABORATORY FIELD
w WELL/PIEZO w F F W F. = e d w �w W o SOIL DESCRIPTION
�. CONSTRUCTION a �F; � ZW H `o °" +�+ z
H W F Z a a �� : q Q� v�
P, E vsW W P� e Q rnz
GQ O E - a'`V x v `n Grass E:
3 O a o 6 o WQ
pa a w
0 SM : .:: SILTY SAND(SM):dark brown,moist,
some gravel and fine roots.
(Topsoil)
1 inch z
diameter_l SM .': SILTY SAND(SM):brown to gray with q
screened pipe :: iron oxide staining,moist to wet,medium A W
dense,trace to some subrounded gravel. z
5 - O
19.8 : 48 6-6-6 1 U
a
z-e
OF
�a
O�
a�
o�
10 SM = SILTY SAND(SM):yellow-brown,
25.2 : 17 -14-1 2 :: moist,dense,trace gravel. W 3
(Weathered Sandstone)
p
Q
2.3 Boring refusal at 12.3 feet. Installed q v
piezometer. Groundwater measured at 3.2 O
feet ATD in piezometer 6 hours after z'4
drilling. On 6/2/07,groundwater measured OEM
at 4.6 feet. H E~
OW
Lozw
Fx
Q�
zq
O
Q<
QO
�a
�w
ax
vii Q
xF
F
w
°o
N
2 O zo
0
DATE DRILLED:5-2-07 SURFACE ELEVATION(feet):227.0 DRILLING METHOD:HSA
20 LOGGED BY:J.Washburn TOTAL DEPTH(feet):123 DRILLER:Cascade Q
F
F REVIEWED BY:Marcus Byers DIAMETER OF BORING(in):6 5/8" CASING SIZE:None
o Earlington Sewer Interceptor Appendix
Renton,Washington
k4LENFELDER K A -4 Z
GEOTEC O� ENVIRONMENTAL ENGINEERS BORING LOG �A AND
N B-2 PAGE 1 of 1
PROJECT NUMBER: 82991
TING PROGRAM
.a LABORATORY
IFIELD
FIELD
in u
Pa,z Cw a
U.S.C.S
.
WELL/PIEZO g wx a o SOIL DESCRIPTION
CONSTRUCTION aF >w
g4
z z
A 3 pO F. a o �" v' Grass O
U � a z O
0 w�
.. SM SILTY SAND(SM): dark brown,moist,
loose,with trace gravel
SM �Tops0_Q__----- Q
SILTY SAND(SM): brown with trace iron
lrr oxide staining,moist to wet,medium dense, z
trace gravel and 2"layers of SILT with O
=: SAND(ML)moist,gray-brown with iron w
oxide staining,stiff trace gravel at 5.5'. c�z
Z
5 16.4 46 2-21- ] O W
C7 a
UH
1 inch _ __ p A
diameter SM :.' SILTY SAND(SM):gray,moist to wet,
slotted pipe medium dense,some gravel. p
wH
10 14.5 46 -14-1 2
H-0
HH
�Q
QO
Z -.
15 1 -20- 3 Q H
O¢
aW
7.5 -Probable Sandstone at 17.5 feet. x Q
Boring refusal at 17.5 feet. Installed F- U
piezometer. Groundwater flowing from the H¢U
piezometer to at least a height of 2 feet >•
ATD above the ground surface. On 6/2/07, "a
groundwater measured at the top of the 04
piezometer pipe. w Q
az
a.o
F.
�-U
a"
�o
a
�x
�H
xi H
H�
F
D
w
0
0
0
0
N
r C7 Q
C' DATE DRILLED:5-2-07 SURFACE ELEVATION(feet):216.0 DRILLING METHOD:HSA
m LOGGED BY:J.Washburn TOTAL DEPTH(feet):17.5 DRILLER:Cascade
F REVIEWED BY:Marcus Byers DLA1%4ETER OF BORING(in):6 5/8" CASING SIZE:None
r �
0
Earlington Sewer Interceptor Appendix
Renton, Washington
z ]RH KLEINFELDER A -5
F GEOTEC O LS AND MATERIALS LS TTESTING NGINEERS BORING LOG
N
PROJECT NUMBER: 82991 B_3 PAGE 1 of I
TESTING PROGRAM U.S.C.S.
LABORATORY I FIELD
d z Wx W 0 SOIL DESCRIPTION
WELL/PIEZO
x CONSTRUCTION a aF; zw w
a Q V)z
A 3 OO F a.c `a Grass F,
o
V a a ' z O W
0 SM �, SILTY SANDS dark brown,moist, w
K: ..
loose,trace gravel. a.
_ -fTopsoill------- �
SM SILTY SAND(SIv1):brown,moist to wet, Q
Y loose,some gravel z
-Frobable Sandstone:yellow-brown. A
z
5
O
arw
O
9 Boring refusal at 9 feet. Probable
groundwater encountered at 2.5 feet ATD H
as evidenced by wet cuttings. Boring W 3
backfilled with cuttings. x z
H p'
HF
�Q
zo
Z
x rr
HH
O Q'aW
x
HV
Q�
a�
Cz
WQ �
ao
aH
�Q
aU
�O
a
�W
�x
H
WD
�H
w
0
0
O
c?
DATE DRILLED:5-2-07 SURFACE ELEVATION(feet):224.0 DRILLING METHOD:HSA aGS.
LOGGED BY:J.Washburn TOTAL DEPTH(feet):9.0 DRILLER:Cascade
a REVIEWED BY:Marcus Byers DIAMETER OF BORING(in):6 5/8" CASING SIZE:None
Earlington Sewer Interceptor Appendix
Renton, Washington
k4KLEINFELDER A -6
FGEOTECHNICAL AND ENVIRONMENTAL ENGINEERS BORING LOG
y SOILS AND MATERIALS TESTING
B-3B PAGE] of 1
0 PROJECT NUMBER: 82991
rLABORATORY
TINa G PROGRAM
F
IELD C«y^
a w U.S.C.S.
o
SOIL DESCRIPTION WELL/PIEZO wx
>CONSTRUCTION
z �
A u
..
o0 w z
A 3 a p ez O �� `� Grass
r w
0 a
"+ SM .:-::J:: SILTY SAND(SM): dark brown,moist, ,..,
:. loose,some gravel and fine roots. A
_ __'_ -(Top-soil--------
SM ; :: SILTY SAND(SM): brown, moist to wet,
loose,some gravel.
ZuD
0—
Sandstone:yellow-brown,medium grained, A z
5 50/5" 1 slightly weathered,very weak grading to o W
moderately strong(RI-R3),no v w
discontinuities noted. �.94
Z�
pA
: -Sandstone becomes gray. w H
10 50/4"
2
I inch w Hz z
diameter
slotted pipe
a14
o
8 15 50/4" 3 ... H
... a w
::. CIO z
�z
20 so/r' ;: z
4 �z
21 Boring refusal at 21 feet. Perched a z
groundwater encountered at 2 feet bgs
ATD. Installed piezometer. Groundwater Q Q
L measured at 5.7 feet ATD in piezometer 3 0
hours after drilling. Note: Well reading a
may not be representative since well was
not developed;groundwater believed to be
perched atop sandstone layer.
° xH
FQ
W
0
0
METHOD:HSA.
DATE DRILLED:5-2-07 SURFACE ELEVATION(feet):2270 DRILLING a
m �
LOGGED BY:J.Washburn TOTAL DEPTH(feet):21.0 DRILLER:Cascade Q
REVIEWED BY:Marcus Byers DIAMETER OF BORING(in)26 5/8" CASING SIZE:None
W
0
Earlington Sewer Interceptor Appendix
Renton, Washington
MH KLEINFELDER
F GEOTEC OILSLA D MATERROLSTESTINGNGINEERS BORING LOG A -7 p
V
PROJECT NUMBER: 82991 B_4 PAGE 1 of 1
TESTING PROGRAM U.S.C.S.
LABORATORY I FIELD
w WELLTIEZO w wo 5 �� G W aW w o SOIL DESCRIPTION
CONSTRUCTION a av zw w v _p L- a a.aa
a W EF-w a a `�o
W H A do w : a 3 ; V)z O
A 3 0 ¢ CO a c x O., `i' Grass F,
F oa
z 0 W
0 a w
SILTY SAND(SM):dark brown,moist,
loose,trace gravel. A a
-Tov iQ_______ Q
SILTY SAND(SM):brown,moist to wet,
medium dense,trace to some gravel. z
p.
�A
z
5 O
Uw
Probable Sandstone:yellow-brown. z
Air
• O
aw
10
12 Boring refusal at 12 feet. Probable Q
groundwater observed at 4.5 feet ATD as z UO
evidenced by cuttings.Boring backfilled .a
with cuttings. z
Ox
HH
oW
aw
FU
a�
ZA
Oz
�Q
w
az
w0
aH
�U
QO
�a
�W
�x
�o
H�
w
0
o ,
N
O
DATE DRILLED:5-3-07 SURFACE ELEVATION(feet):239.0 DRILLING METHOD:HSA
LOGGED BY:J.Washburn TOTAL DEPTH(feet):12.0 DRILLER:Cascade Q
FREVIEWED BY:Marcus Byers DIAMETER OF BORING(in)k 5/8" CASING SIZE:None '
D
° Earlington Sewer Interceptor Appendix
Renton, Washington
k4K-LEINFELDER A-8
a GEOTECHNICAL AND ENVIRONMENTAL ENGINEERS
SOILS AND MATERIALS TESTING BORING LOG
PROJECT NiJMBER: 82991 13-413 PAGE 1 of 1 ,
TESTING PROGRAM
r a LABORATORY FIELD # U.S.C.S.
W : o m
WELL/PIEZO W wo �� w .waw o SOIL DESCRIPTION
CONSTRUCTION a 9L::' Z�
A Q F A -t- W "' O? vQi -Z z
3 00 `n a e c H a Grass
V a «a z O A aQ
0 w�
SM y: SILTY SAND(SM):dark brown,moist,
loose,trace gravel.
SM __ -(Topsoil------- Q
SILTY SAND(SM):brown with iron oxide
i"' staining,moist to wet,loose to medium z
g dense,trace gravel. p�,
�A
A F'
zz
5 50/6" --- — ———— ————
w
I Sandstone:yellow-brown,medium grained, U�
slightly weathered,very weak grading to
moderately strong(RI-R3),no z Q
Yr. 7 2 discontinuities noted. E~
Boring refusal at 7 feet. Groundwater U=
observed prior to backfill at 3 feet bgs
ATD. Backfilled boring with cuttings and w
bentonite chips. O F,
w
�H
Ho
HH
QQ
Qo
o~
HH
U�
Ow
C7
�z
Fx
dU
�
a
zA
oz
�Q
w
az
�o
QF
Q
�O
�x
�F
�O
° xH
HQ
W
0
0
0
N
m
DATE DRILLED:5-3-07 SURFACE ELEVATION(feet):239.0 DRILLING METHOD:HSA
LOGGED BY:J.Washburn TOTAL DEPTH(feet):7.0 DRILLER:Cascade Q
no a. REVIEWED BY:Marcus Byers DIAMETER OF BORING(in)S 5/8" CASING SIZE:None
D
0
Earlington Sewer Interceptor Appendix
Renton, Washington
KUKLEINFELDER
GEOTEC OIL AANDDMENVIRRO LS TESTING ENGINEERS BORING LOG A -9
p
N
..
N PROJECT NUMBER: 82991 B_5 PAGE 1 of 1
TESTING PROGRAM
LABORATORY FIELD * U.S.C.S.
wx w SOIL DESCRIPTION
w wW E: F: w E, E O
WELL/PIEZO
x CONSTRUCTION
w E~ V)H U a ao w a 3 =, �z
o
A 3O O o x �" Grass H
U a °,z 0 w ai
a W
0 w
SILTY SAND(SM):dark brown,moist,
loose,trace gravel. A a
------ �Toosoil -------/
SILTY SAND(SM)brown,moist to wet,
very dense,some rounded gravel,possible
V. weathered sandstone. O A
H
z
5 V7 50/6' 1 0 rx
X z
�A
0
aw
w
1 inch w
10 diameter i x
slotted pipe 15.0 : 39 15/50/1 2 F
Zz
_4W
F[
AU
Sandstone:yellow-brown,medium grained, Z oa
slightly weathered,very weak grading to z&„
moderately strong(R1-R3),no O
15 /50/ 3 ::: discontinuities noted. F"
-drilling action more difficult at 16 feet.
' FU
9.1 �
Boring refusal at 19.1 feet.Perched z
groundwater encountered at 5.2 feet bgs p A
ATD. Piezometer installed. Groundwater
measured at 5.2 feet ATD in piezometer 2.7
hours after drilling. On 6/2/07, a O
groundwater measured at 6.2 feet.
U
�O
Qa
�w
�H
�o
HQ
n
F-
w
a:
0
o ,
O
DATE DRILLED:5-3-07 SURFACE ELEVATION(feet):246.0 DRILLING METHOD:HSA 04
LOGGED BY:J.Washburn TOTAL DEPTH(feet):19.1 DRILLER:Cascade d
a REVIEWED BY:Marcus Byers DIAMETER OF BORING(in)S 5/8" CASING SIZE:None
0
Earlington Sewer Interceptor Appendix
Renton, Washington
k4 KLEINFELDER
Z _ _ A -10
GEOTEC OILS AND MATERIALS TESTING GINEERS BORING LOG
PAGE 1 of 1
0 PROJECT NUMBER: 82991 B-6
aTj KLEINFELDER
APPENDIX B
LABORATORY TESTING
1
Particle Size Distribution Report
C C C C y N C O O O O O O v O
y N t7 m N
D N � i[ ik it it it it it ik iG
100
90
80
70
W
W 60
Z
t-
z 50
U
W 40
30
20
10 ,
i
500 100 10 1 0.1 0.01 0.001
GRAIN SIZE - mm
%COBBLES %GRAVEL %SAND %SILT %CLAY
0.0 7.0 48.0 45.0
SIEVE PERCENT SPEC." PASS? Soil Description
SIZE FINER PERCENT (X=NO) Silty sand
1/2 in. 100.0 Laboratory No.: 7623C
3/8 in. 98.0 Moisture Content: 13.4%
#4 93.0
#8 87.0 Atterberg Limits
#10 86.0 PL= LL= P1=
#16 83.0
#30 79.0 Coefficients
#40 76.0 D 1.68 D 0.177 D 0.101
#50 70.0 85= 60'= 50=
#100 57.0 D30= D15= D10=
#200 45.0 CU= Cc=
Classification
USCS= SM AASHTO=
Remarks
Tested By:R.Muir/J.Korpi
Checked By:J.Revard,CET
Entered BY:B.Kocbanski
•
(no specification provided)
Sample No.: S-3 Source of Sample: B-1 Date: 5/22/07
Location: Elev./Depth: 15'
Client:
K L E I N F E L D E R, INC. Project: Earlington Sewer Intercepter
r
Project No: 82991 Figure
Particle Size Distribution Report
N C C C
tp N M � E k h it K h it it #
100
90
80
70
W 60
Z
LL
Z 50
0
a 40
ille
30
20
10
01 1
500 100 10 1 0.1 0.01 0.001
v. GRAIN SIZE - mm
%COBBLES %GRAVEL %SAND %SILT %CLAY
0.0 2.0 50.0 48.0
SIEVE PERCENT SPEC.* PASS? Soil Description
SIZE FINER PERCENT (X=NO) Silty sand
1/2 in. 100.0 Laboratory No.:7623D
�• 3/8 in. 100.0 Moisture Content: 19.8%
#4 98.0
#8 96.0 Atterberg Limits
#10 95.0 PL= LL= P1=
#16 94.0
#30 90.0 Coefficients
#40 87.0 D = 0.377 D 0.126 D = 0.0818
#50 80.0 85- 60= 50-
#100 64.0 D30= D15= D10=
#200 48.0 Cu= Cc=
Classification
USCS= SM AASHTO=
Remarks
Tested By:R. Muir
Checked By:J. Revard,CET
Entered By: B. Kochanski
(no specification provided)
Sample No.: S-1 Source of Sample: B-2 Date: 5/21/07
Location: Elev./Depth: 5'
Client:
[K:LEINFELDIER, INC. Project: Earlington Sewer Intercepter
Project No: 82991 Figure
Particle Size Distribution Report ,
C C C N ¢¢ O O O O O O O
ro N i7 3 it it � i! L i! it ii k
100 M:�
90
80
70
tY
W 60
Z
FL
Z 50
U
W 40
30
20
10
0
500 100 10 1 ' 0.1 0.01 0.001
GRAIN SIZE-mm
%COBBLES %GRAVEL %SAND %SILT %CLAY
0.0 1.0 82.0 1 17.0
SIEVE PERCENT SPEC." PASS? Soil Description
SIZE FINER PERCENT (X=NO) Silty sand
1/2 in. 100.0 Laboratory No.: 7623E
3/8 in. 99.0 Moisture Content:25.2%
#4 99.0
#8 98.0 Atterberg Limits
#10 98.0 PL= LL= PI= ,
#16 96.0
#30 91.0 Coefficients
#40 86.0 D 0.414 D 0.274 D 0.233
#50 66.0 85= 60= 50=
#100 29.0 D30= 0.154 D15= D10=
#200 17.0 Cu' Cc=
Classification
USCS= SM AASHTO=
Remarks
Tested By:R.Muir
Checked By:J.Revard,CET
Entered By:B.Kochanski
* (no specification provided)
Sample No.: S-2 Source of Sample: B-2 Date: 5/22/07
Location: Elev./Depth: 10'
Client:
KL E I N F E L D E R, INC. Project: Earlington Sewer Intercepter
Project No: 82991 Figure
qr
Particle Size Distribution Report
1100
90
80
70
Olr W 60
Z
u_
Z 50
U
�
40
30
20
10
0
500 100 10 1 0.1 0.01
GRAIN SIZE - mm o.001
%COBBLES %GRAVEL %SAND %SILT %CLAY
0.0 4.0 50.0 46.0
SIEVE PERCENT SPEC! PASS?
_Soil Description
SIZE FINER PERCENT (X=NO) Silty sand
3/4 in. 100.0 Laboratory No.:7623F
1/2 in. 98.0
3/8 in. 98.0 Moisture Content: 16.4%
#4 96.0
48 93.0 Atterberg Limits
410 92.0 PL= LL= P1=
#16 90.0
430 86.0 Coefficients
440 82.0 D85= 0.539 D60= 0.164 D50= 0.0972
#50 75.0 D30= D15= D10=
#100 58.0 Cu= Cc=
#200 46.0
Classification
USCS= SM AASHTO=
Remarks
Tested By:R. Muir
Checked By:J.Revard,CET
Entered By:B.Kochanski
(no specification provided)
Sample No.: S-1 Source of Sample: B-3 Date: 5/21/07
Location: Elev./Depth: 5'
Client:
KL E I N F E L D E R, INC. Project: Earlington Sewer Intercepter
Project No: 82991 Figure
Particle Size Distribution Report •
100
90
80
1�
70
W
L 60
Z
LL
Z 50
Of
W
W 40
Cl-
30
20
10
0 i
500 100 10 1 0.1 0.01 0.001
GRAIN SIZE-mm
%COBBLES %GRAVEL %SAND %SILT %CLAY
0.0 6.0 1 48.0 46.0
SIEVE PERCENT SPEC! PASS? Soil Description
SIZE FINER PERCENT (X=NO) Silty sand
1 in. 100.0 Laboratory No.: 7623G
3/4 in. 98.0 Moisture Content: 14.5%
1/2 in. 98.0
3/8 in. 97.0 Atterberg Limits
#4 94.0 PL= LL= P1=
#8 92.0
#10 91.0 Coefficients
#16 90.0 D85= 0.539 D 0.150 D 0.0917
#30 86.0 85- 60= 50=
#40 82.0 D30= D15= D10=
#50 75.0 Cu= Cc=
#100 60.0
#200 46.0 Classification
USCS= SM AASHTO=
Remarks
Tested By:R.Muir/J.Korpi
Checked By:J.Revard, CET
Entered By:B.Kochanski
(no specification provided)
Sample No.: S-2 Source of Sample: B-3 Date: 5/22/07
Location: Elev./Depth: 10'
Client:
K L E I N F E L D E R, INC. Project: Earlington Sewer Intercepter
Project No: 82991 Figure
ar
Particle Size Distribution Report
it it rt K R #
100
90
yrr
80
70
VW W 60
Z
u-
Z 50
LU
VW 0
tY
W 40
30
4x 20
10
w.
0
500 100 10 1 0.1 0.01 0.001
GRAIN SIZE - mm
%COBBLES %GRAVEL %SAND %SILT %CLAY
0.0 7.0 1 54.0 39.0
SIEVE PERCENT SPEC.* PASS? Soil Description
SIZE FINER PERCENT (X=NO) Silty sand
1 in. IWO Laboratory No.: 7623)
3/4 in. 95.0 Moisture Content: 15.0%
1/2 in. 95.0
3/8 in. 95.0 Atterberg Limits
#4 93.0
#8 91.0 PL= LL= P1=
�. #1 90.0
#16 89.0 Coefficients
#30 85.0 D85= 0.600 D60= 0.190 D50= 0.126
#40 80.0 D30= D15= D10=
#50 72.0 CU= C -
#100 54.0 c
#200 39.0 Classification
USCS= SM AASHTO=
Remarks
Tested By:R. Muir/J.Korpi
Checked By:J.Revard,CET
Entered By:B.Kochanski
(no specification provided)
Sample No.: S-2 Source of Sample: B-6 Date: 5/22/07
Location: Elev./Depth: 10'
4
Client:
KL E I N F E L D E R, INC. Project: Earlington Sewer Intercepter
Project No: 82991 Fi ure
STANDARD DRAWINGS
MANHOLE FRAME AND COVER
6" SEE DRAWING 8074
12" MAX. 24" ADJUSTMENT (4" MIN.)
CONE
`D'
RUBBER GASKETED JOINTS IN
ow ACCORDANCE WITH ASTM C-443
`C'
STEPS — POLYPROPYLENE STEPS
" SHALL BE INCLUDED
e
CONCRETE RISER BY PIPE INC.,
7' MIN. OR APPROVED EQUAL.
'a
i
12" (TYP) MAX. PIPE SIZE — `E'
LADDER—POLYPROPYLENE
CONCRETE SHELF
1� PRECAST BASE SECTION
Ll
OR CAST IN SHELF.
... e
<B,
NOT TO SCALE
'A' 'B' `C' 'D' `E'
48" MH 48" 6" MIN. 5"MIN 24" MIN. 21" I.D.
54" MH 54" 8" MIN. 5.5" MIN. 24" MIN. 24" I.D.
60" MH 60" 8" MIN. 6" MIN. 42" MIN. 30" I.D.
NOTES:
1. STEPS TO BE POLYPROPYLENE SAFETY STEPS.
2. STEPS ARE TO BE IN PLACE BEFORE MANHOLE SECTIONS ARE INSTALLED.
3. CASTING TO BE PER DRAWING B074.
4. MANHOLE SECTIONS TO BE OF REINFORCED PRECAST CONCRETE.
5. ALL JOINTS SHALL BE GROUTED.
6. SANITARY SEWER MANHOLES SHALL HAVE ALL INTERIOR SURFACES, INCLUDING CHANNELING,
COATED (SEALED) WITH A HIGH SOLIDS URETHANE COATING; WASSER MC-CONSEAL OR
APPROVED EQUAL; COLOR OF COATING SHALL BE WHITE.
7. RUBBER GASKETED JOINTS SHALL BE IN CONFORMANCE WITH ASTM C-443.
8. CHANNEL HEIGHT SHALL BE A MINIMUM OF 3/4 THE INSIDE DIAMETER OF THE LARGEST PIPE.
9. CONNECTIONS TO MANHOLE SHALL BE MADE USING GPK ADAPTOR, KOR-N-SEAL BOOTS OR
APPROVED EQUAL.
10. MANHOLES EQUAL TO AND GREATER THAN 20 FEET DEEP SHALL HAVE A "SURETRACK" CLIMBING
.. AND FALL PROTECTION SYSTEM INSTALLED.
Y STD. PLAN — 400.1
,�� PUBLIC WORKS
DEPARTMENT STANDARD SANITARY MANHOLE
��NZp� MARCH 2008
BOLTH❑LES - 3 PLCS
SAWA NMI EQUALLY SPACED 120°
NW?JCr iSV3 APART ON 23 1/16' (586mm)
DIA B.C. (SEE DETAIL)
z auvaiaw
OOLTLEOO
Y
RENTON
ti=e0
SEWER
Q)
MADE IN USA COVER BOTTOM VIEW
i
COVER & FRAME
PLAN VIEW
25' DIA. (3> BLT SOC. (ALLEN HEAD)
C635mm] 1'
5/8'-il X 1,5 SS
I I25mmJ RUBBER WASHER
�11
® 8 3/4' L 2 112'
C222mmJ
164mm]
TYP
COVER SECTION VIEW
EON BOLTING DETAIL
26 1/2' DIA
C673mm]
25 1/4' DIA
1641mm] 1 1/16' 1/4' 1 1/16'
1/4' C6mm> DIA
C27mml [6mm] J- C27mm]
FNEOPRENE GASKET
1
6' C3mm mm]
(151 mmJ 1/8'
CR3mm]
rr (168 J 23 3/8C594m CL OPEN GASKET GROOVE DETAIL
27 5/16' DIA
C694mml
34 1/8' DIA
C867mml NOTES:
.. FRAME SECTION VIEW 1. ALL COVERS SHALL BE LOCKING LID PER EAST
JORDAN IRON WORKS INC. No. 3717C1 OR EQUAL.
2. USE FRAME AND COVER FOR STORM (SPECIFY
"DRAIN" ON COVER), SANITARY (SPECIFY
'SEWER"), OR WATER (SPECIFY "WATER").
Y o STD. PLAN — 401
PUBLIC WORKS
DEPARTMENT MANHOLE FRAME AND COVER
r'r� p MARCH 2008
i
i
W (SEE NOTE 4) LIMITS OF PIPE ZONE
BEDDING MATERIAL FOR
SANITARY SEWER PIPE / 0.D. OF PIPE
SEE NOTE 6 /
FOUNDATION LEVEL
BEDDING FOR SANITARY SEWER PIPE
r
i
NOTES:
r
1. PROVIDE UNIFORM SUPPORT UNDER BARREL.
2. HAND TAMP UNDER HAUNCHES.
i 3. COMPACT BEDDING MATERIAL TO 95% MAX. DENSITY EXCEPT DIRECTLY
OVER PIPE. HAND TAMP ONLY.
4. SEE "EXCAVATION AND PREPARATION OF TRENCH" IN THE SANITARY
SEWER SECTION OF THE STANDARD SPECIFICATIONS FOR TRENCH
WIDTH "W" AND TRENCHING OPTIONS. THE PIPE ZONE WILL BE THE
ACTUAL TRENCH WIDTH.
i 5. TRENCH BACKFILL SHALL CONFORM TO "BACKFILLING" IN THE SANITARY
SEWER SECTION OF THE STANDARD SPECIFICATIONS, EXCEPT THAT
ROCKS OR LUMPS LARGER THAN 1" PER FOOT OF PIPE DIAMETER
SHALL NOT BE USED IN THE BACKFILL MATERIAL.
6. PIPE ZONE MATERIAL SHALL BE "GRAVEL BACKFILL FOR DRAINS" AS
SPECIFIED IN THE AGGREGATES SECTION OF THE STANDARD
SPECIFICATIONS.
i
7. PIPE MUST BE ANCHORED IN SUCH A MANNER AS TO ENSURE FLOW
LINE IS MAINTAINED.
i
i
i
1 o STD. PLAN — 405
n � PUBLIC WORKS PIPE BEDDING
DEPARTMENT FOR SANITARY SEWERS MARCH 2008
N
Im
aw
PROPERTY LINE
z .
6'-0"
° ! FUTURE
6" BUILDING SEWER PIPE BUILDING SEWER
M
w
Z \-2"x 4" STUD MARKING POST PAINTED
TEE WITH 6" SIDE OUTLET >_ WHITE WITH THE WORD "SEWER" STENCILED
IN 3" HIGH BLACK LETTERS AND #6 WIRE
�a d WRAPPED AROUND THE STUD AND
0 EXTENDED TO THE TOP OF THE STUD.
Of
CL
r 6" SIDE SEWER AND BUILDING SEWER
ACCEPTABLE PROCEDURES FOR SIDE SEWER CONNECTIONS TO MAIN
LINES ARE AS FOLLOWS:
A. VITRIFIED CLAY MAIN - CUT IN A NEW TEE USING FLEXIBLE
COUPLINGS (FERNCO OR APPROVED EQUAL).
B. CONCRETE MAIN - CORE-DRILLED WITH A ROMAC SADDLE (OR
APPROVED EQUAL).
C. PVC MAIN - CORE-DRILLED WITH A ROMAC SADDLE (OR APPROVED
EQUAL) OR CUT IN A NEW TEE USING RIGID COUPLINGS.
D. DUCTILE IRON MAIN - CORE-DRILLED WITH A ROMAC SADDLE (OR
APPROVED EQUAL)
E. MANHOLE CONNECTION - ALL CONNECTIONS TO MANHOLES SHALL BE
AT MANUFACTURED KNOCK-OUTS OR THE
STRUCTURE SHALL BE CORE-DRILLED.
C
60" ALLOWABLE MAX.
FOR CAST IRON PIPE
OR DUCTILE IRON PIPE.
1:3:5 MIX p`� �NG�G
BOLOCKING
MAN Mpo G��
G 27. MIN SLOPE
6" SIDE OUTLET TEE HORIZONTAL
SEWER
6" MIN. MAIN SEWER MAIN
CONCRETE BLOCKING ANGLE
TYPICAL SIDE SEWER ELEVATION
OF TEE AT MAIN OVER 25
ELEVATION
NOTE:
UNLESS OTHERWISE SHOWN ON PLAN, SIDE SEWER SHALL HAVE
A MINIMUM 2.5' COVER AT PROPERTY LINE OR 3-5' LOWER
THAN THE LOWEST HOUSE ELEVATION, WHICHEVER IS LOWER.
.�0�-' PUBLIC WORKS STANDARD SIDE SEWER STD. PLAN - 406
DEPARTMENT INSTALLATION
(SEWER MAIN TO PROPERTY LINE) MARCH 2008
6 IN. DIAMETER PIPE
LENGTH FT 0 50 100 150 200 250 1 300 350 400 450 500
wd 0 0 80 160 236 316 396 476 556 632 680 680
� 50 140 220 300 380 456 536 616 696 712 708 708
100 280 360 440 520 600 676 748 744 736 732 728
w 150 424 500 580 660 740 780 772 764 756 748 744
Q 200 564 644 720 800 808 796 788 780 772 764 760
0 250 704 784 856 836 820 808 800 792 784 776 772
300 844 880 860 844 832 820 808 800 792 788 780
? 350 908 884 868 852 840 828 820 808 804 796 788
00 400 908 888 872 856 844 836 824 816 808 804 796
450 908 888 876 860 852 840 832 824 816 808 804
TIME SECONDS
6 IN. DIAMETER PIPE
r LENGTH FT 0 50 100 150 200 250 300 350 400 450 500
�a a 0 0 80 160 236 316 396 476 556 632 680 680
6= 50 220 300 380 456 536 616 696 768 760 752 744
w 100 440 520 600 676 756 836 840 828 812 804 792
w 150 660 740 820 896 932 908 888 868 856 840 832
a 200 880 960 1028 992 964 940 920 900 888 872 860
0 250 1100 1084 1044 1012 988 964 944 928 912 900 888
Z 300 1132 1092 1056 1028 1004 984 964 948 932 920 908
350 1132 1096 1068 1040 1016 996 980 964 948 936 924
400 1132 1100 1076 1052 1028 11008 992 976 964 952 940
450 1132 1104 11080 1056 1036 1020 1004 988 976 964 952
TIME SECONDS
i
6 IN. DIAMETER PIPE
LENGTH FT 0 50 100 150 200 250 300 350 400 450 500
a 0 0 80 160 236 316 396 476 556 632 680 680
a 50 316 396 476 556 632 712 832 816 804 804 792
w
100 632 712 792 872 952 984 952 928 908 888 876
w 150 952 1028 1108 1132 1088 1052 1020 992 972 952 936
a
200 1268 1284 1224 1176 1132 1100 1068 1044 1020 1000 984
0 250 1360 1300 1248 1204 1164 1132 1104 1080 1056 11036 11020
_Z 300 1360 1308 1264 1224 1192 1160 1132 1108 1088 1068 1052
N 350 1360 1316 1276 1240 1208 1180 1156 1132 1112 1096 1076
400 1360 1320 1284 1252 1224 1200 1176 1152 1132 1116 1100
450 1360 1324 1292 1264 1236 1212 1192 11168 1152 1132 1116
TIME SECONDS
6 IN. DIAMETER PIPE
LENGTH FT 0 50 100 150 200 250 300 350 400 450 500
w 0 0 80 160 236 316 396 476 556 632 680 680
a
C 50 496 576 652 732 812 892 972 948 924 900 884
X 100 988 1068 1148 1228 1248 1192 1144 1104 1072 1044 1020
w 150 1484 1564 1484 1408 1344 1292 1248 1208 1172 1144 1116
< 200 1700 1608 1532 1464 1408 1360 1316 1280 1248 1216 1192
a
0 250 1700 1624 11560 1504 1452 1408 1368 1332 1304 1272 1248
Z 300 1700 1636 1580 1532 11484 1444 1408 1376 1344 1,316 1292
,r L2 350 1700 1644 1596 1552 1512 1472 11440 11408 1380 1352 1328
400 1700 1652 1608 1568 11532 11496 11464 11436 11408 1384 1360
450 1700 1656 1616 1580 11548 11516 11 484 11460 114.19 1408 1388
L I TIME SECONDS
PROCEDURE:
SLOWLY PRESSURIZE THE PIPE TO 4.0 P.S.I.G. ALL SEWER PIPE SHALL MEET A MINIMUM AIR
ALLOW 2 MINUTES FOR STABILIZATION, ADDING PRESSURE TEST OF 4.0 P.S.I.G. FOR 5 MINUTES
AIR AS REQUIRED TO STABILIZE THE PRESSURE WITH NO LOSS OF PRESSURE. IF THERE IS A LOSS
is AT 4.0 P.S.I.G. OF PRESSURE,THEN THE TIME OF THE DROP FROM
3.5 P.S.I.G. TO 2.5 P.S.I.G. SHALL NOT BE LESS
THAN THE TIME SHOWN ON THE ABOVE TABLES.
AIR TEST TABLE STD. PLAN - 411
LIM + PUBLIC WORKS
DEPARTMENT LOW PRESSURE
�•` _ FOR SANITARY SEWERS
�,�;�C,' MARCH 2008