Loading...
HomeMy WebLinkAboutContract Award Date: January 7, 2013 CAG 12-159 Awarded to: R.L. Alia Company 107 Williams Ave S Renton WA 98057 Award Amount: $874,889.67 Bidding Requirements, City of Renton Forms, Contract Forms, Conditions of the Contract, Plans and Specifications Construction of: Wells PW-8, PW-9 & EW-3 Primary Disinfection Project PROJECT NO. WTR-27-3582 November 2012 City of Renton 1055 South Grady Way Renton, WA 98057 Project Manager: Tom Malphrus P.E.,City of Renton,425-430-7313 Project Engineer:Kyle Pettibone P.E.,RH2 Engineering, 425-951-5360 ® City of l' R L AL A COMPANY GENERAL CONTRACTORS PUMPING STATIONS 107 WILLIAMS AVENUE SOUTH ROAD CONSTRUCTION RENTON,WA 98055 E-MAIL: gjpank @rlalia.com CONCRETE STRUCTURES (425) 226 -8100 OFFICE dpank @rlalia.com UNDERGROUND UTILITIES (425) 226 -8649 FAX LARGE DEWATERING EQUIPMENT City of Renton Wells PWA PW-9 and EW-3 Primary Disinfection Proiect#WTR-27-3582 R.L. Alia Personnel List i Ci of Renton:'=`Wells`PW=8 PW-9,& EW-3 Prima 'Disinfection '] Name Title Address Phone Cell Pager Mark Baker Foreman 107 Williams Ave S 425.226.8100 206.423.3589 206.469.6220 Renton,WA 98057 Vito Alia Foreman 107 Williams Ave S 425.213.2494 Renton,WA 98057 Rick Alia Officer/Project Mgr 107 Williams Ave S 425.226.8100 206.423.3590 206.982.7624 Renton, WA 98057 Parker Smith & Feek Bonding Agent 2233 112th Ave NE 425.709.3630 I1 Bellevue,WA 98004 IJ IJ I� I I.� LJ IJ CONTRACTOR'S LICENSE NUMBER RL-AL-IC*104PT I� /'o cX. ha 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 Resolution of Board of Directors A special meeting of the directors was held on January 2, 2013 at the Corporate Offices at 107 Williams Ave S, Renton, WA. All directors were present. Chairman Richard L. Alia presided over the meeting. R. L. Alia Company was successful,low bidder on the Wells PW-8, PW-9 and EW-3 Primary Disinfection Project for City of Renton. It is presumed that Renton will award said project to R. L. Alia Company. RESOLVED: 1) R. L. Alia Company shall enter into a contract with City of Renton to construct said project. 2) Persons authorized to sign the c trac and change orders on behalf of R. L. Alia Company include: Richard L. Alia Gary J Pankiewicz Vito Alia There being no further business, the meeting was adjourned. AGREED AND CONSENTED TO: R. L. Alia Co /-a r3 Richard L. Alia Date President, Chairman and Sole Shareholder CONTRACTOR'S LICENSE NUMBER RL-AL-IC' 104PT i City of Renton Addendum Into. 1 Wells PW-8,PW-9 &EW-3 Primary Disinfection Project Issued: 12/6/2012 Page I of 2 City of Renton Wells PW-8, PW--9& EW-3 Primary Disinfection Project ADDENDUM NO. 1 Issued. December 6, 2012 To!lll Contract Document Holders: You are hereby notified of the follctiwin changes, deletions, additions, corrections and cLu7iicadons to the plans, specifications and other documents comprising the Contract Documents for the City of Renton, P\X%) &E\k'-3 Prii-n=11 Disinfection project. The folio«-inzg formatting has been used to note additions and deletions to the contract documents. o Deletions are formatted as stricken through(e cft r ) text: ® Changes/additions are formatted as bolded(example) test. Technical Provisions 1. The phone number for Reid Instruments (SysteLn Integrator) has changed.. The last sentence of Di-vision 9.30.21(C)is revised as follows: C'URRENTLYREADS The system integrator can be contacted by telephoning (425) 349-3882. REVISED TO READ T1ie systeni.i.ntegrator can be contacted I)v telepho.nin`7 (309) 376-2703. End revisions forAddendinn Aro. 1 J:SCata;R9J'•. ;G0��30 BidainyiC 1 Pi;;elin_s-Addendum NO 2.dx 12,V2012 0:20 AIA age 1 Addendum#1 Provided to Builders Exchanae of WA. Inc. For usage Conditions Aareement see www.bxwa.com-Always Verifv Scale City of Renton Addendum No. 1. Wells PW-4, PW-9 &EW-3 Primary Disinfection Project Issued: 12/6/2012 Page 2 of 2 AddendunZ No. 1 is hereby made a part of the Contract Documents,and its terms and conditions are ffilh- bindin on die Contract Document holder. He/she shat]. ackncnw l.edl�,e receipt of .Addendum No. 1 by sig*siinn in die space laro�rided beloU-and artachi.r�it to h.is/h.er.proposal. This.Addendum No. 1 must-be acknox led(),ed i.n th.e bid. CITY OF RENTON Kyle Pettibone,RMEngrineeling Issued.December 6,2012 Received and Acknowledged: ALIA Ccirnpany.Nacre Sid nature of person receivin addendum Title Date J:,Data'\REWi 10•093M Biddinq�CT Pipelines-Addendum No 1.doc 12i&'2012 9:20 AM ge 2 r-rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale CITY OF RENTON RENTON, WASHINGTON CONTRACT DOCUMENTS forthe Wells PW-8, PW-9 & EW-3 Primary Disinfection Project PROJECT NO. WTR-27-3S82 November 2012 BIDDING REQUIREMENTS CONTRACT FORMS CONDITIONS OF THE CONTRACT SPECIFICATIONS PLANS H14. PET 1�V %NAS, i 16727 41857 ST U� k�c;isTf--W � �OIVAL`� � �QI�IAL�,QG�C 11/13/2012 11/13/2012 D City of Wells PW-8, PW-9 & EW-3 Primary Disinfection Project WTR-27-3582 CONTRACT DOCUMENT TABLE OF CONTENTS Summary of Fair Practices,Policy Summary of Americans with Disability Act Policy Scope of Work Vicinity Map Instructions to Bidders Call for Bids • Proposal & Combined Affidavit & Certificate Form: Non-Collusion Anti-Trust Claims Minimum Wage Form • Department of Labor and Industries Certificate of Registration • Bid Bond Form • Schedule of Prices " Subcontractors List (If bid exceeds $1,000,000 and includes HVAC, plumbing, or electrical subcontractors per RCW) •'• Bond to the City of Renton ❖ Fair Practices Policy Affidavit of Compliance ❖ Contract Agreement (Contracts other than Federal -Aid FHWA) Prevailing Minimum Hourly Wage Rates (New job classifications) Statement of Intent to Pay Prevailing Wages Affidavit of Prevailing Wages Paid WASHDOT Amendments to 2012 Standard Specifications Special Provisions Technical Provisions Appendix A-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 with Bid or within 1 hour of bid ❖ Submit at Notice of Award CITY OF RENTON Public Works Department 1055 South Grady Way Renton, Washington 98057 02_CONT August 2012.doc\ CITY OF RENTON SUMMARY OF FAIR PRACTICES POLICY ADOPTED BY RESOLUTION NO. 4085 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 their race; religion/creed; national origin; ancestry; sex; age over 40; sexual orientation or gender identity; pregnancy; HIV/AIDS and Hepatitis C status; use of a guide dog/service animal; marital status; parental/family status; military status; or veteran's status, or the presence of a physical, sensory, or mental disability, when the City of Renton can reasonably accommodate the disability, of employees and applicants for employment and fair, non-discriminatory treatment to all citizens. All departments of the City of Renton shall adhere to the following guidelines: (1) EMPLOYMENT PRACTICES - The City of Renton will ensure all employment related activities included recruitment, selection, promotion, demotion, training, retention and separation are conducted in a manner which is based on job-related criteria which does not discriminate against women, minorities and other protected classes. Human resources decisions will be in accordance with individual performance, staffing requirements, governing civil service rules, and labor contract agreements. (2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton will cooperate fully with all organizations and commissions organized to promote fair practices and equal opportunity in employment. (3) 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 by City policy. 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 7th day of _ March , 2011 . CITY O RENTON RENTON CITY COUNCIL Denis Law, Mayor uncil Pr ident Attest: Bonnie I.Walton City lerk v BEAD r= CITY OF RENTON SUMWYOFAMENCANS WITH DISABIIITIESACTPOLICY ADOPTED BYRESOLUTIONNO. 3007 The policy of the City of Renton is to promote and afford equal treatment and service to all citizens and to assure employment opportunity to persons with disabilities, when the City of Renton can reasonably accommodate the disability. This policy shall be based on the principles of equal employment opportunity, the Americans With Disabilities Act and other applicable guidelines as set forth in federal,state and 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 is employment and receipt of City services,activities and programs. (3) AMERICANS WTTH 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 io 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 DV by the City Council of the City of Renton, Washington, this 4th. day of October 1993. C RENTON RENTON CITY COUNCIL: Mayor 6uncil President Attest: City Clerk VU CITY OF RENTON Wells PW-8, PW-9 & EW-3 Primary Disinfection Project WTR-27-3582 SCOPE OF WORK November 2012 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: The work to take place in Liberty Park and Cedar River Park, Renton WA, includes the installation of approximately 105 feet of 4-inch ductile iron water main; 65 feet of 10-inch ductile iron water main; 255 feet of 12-inch ductile iron water main; 510 feet of 24-inch ductile iron water main, and 520 feet of 42-inch cement mortar lined coated steel water pipe, including installation of valves, bends, T's, couplers and other fittings; restraint systems; concrete blocking; vaults; disinfection, pressure testing and poly pigging, and connections to existing water mains. The work also includes the installation of chlorine analyzers; cathodic protection test stations; asphalt, concrete and landscape restoration, and other minor items associated with the project. 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 75 working days will be allowed for the completion of this project. 04 SCOPE.DOC\ t'>' } ��t�!��t.�-d F ; 11fells, )r PW L9` QV-q:Pr"mar Disiofe ao IX VA { . F �� r �,C ' Pl 4 t {y„j. 1. z•s }r f t �; lr I a '�� M•—"'' r.�.'y 'F, w� ''w„'tiN- �^�+'SF ,1 �a""�'t' f —.y 4id �'. '.f ` � _ a'+sti��•c" •„t- � .s. ,..�, L _ t �« '.,..1• "`"�'""a'• r _l � �.i.,�';.�:' �4 t.^ei� l.+ s F..a 3,`}. S'l f i��"� '�.�, r C , # F'. ,� t}�P`�w; � r t ,ai..r! fl i9"� GRti I Liberty Park A , Cedar River Park M 9°,V , `7 r t <' �L,•c •M�e4{O`.r�',^.,1 wt�• - .i'�• r,.- s. ,' _ F` , .. P 3'1 ��'' f �'� �'�'�—�_ ,:�ry fy°'k`� ��..+ f •+ ,k - k �t'• ,�.. 'r,. J 4—p XN 10�,f� k•- City of INSTRUCTIONS TO BIDDERS 1. Sealed bids for this proposal will be received by the City of Renton at the office of the Renton City Clerk, Renton City Hall, until the time and date specified in the Call for Bids. At this time the bids will be publicly opened and read, after which the bids will be considered and the award made as early as practicable. No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall be submitted on the forms attached hereto. 2 Any omissions, discrepancies or need for interpretation should be brought, in writing, to the attention of the Project Engineer. Written addenda to clarify questions that arise may then be issued. No oral statements by Owner, Engineer, or other representative of the owner shall, in any way, modify the contract documents, whether made before or after letting the contract. 3 The work to be done is shown in the plans and/or specifications. Quantities are understood to be only approximate. Final payment will be based on actual quantities and at the unit price bid. The City reserves the right to add or to eliminate portions of that work as deemed necessary. 4. Plans may be examined and copies obtained at the Public Works Department Office. Bidders shall satisfy themselves as to the local conditions by inspection of the site. 5. The bid price for any item must include the performance of all work necessary for completion of that item as described in the specifications. 6. The bid price shall be stated in terms of the units indicated and as to a total amount. In the event of errors, the unit price bid will govern. Illegible figures will invalidate the bid. 7. The right is reserved to reject any and/or all bids and to waive informalities if it is deemed advantageous to the City to do so. 8. A certified check or satisfactory bid bond made payable without reservation to the Director of Finance of the City of Renton in an amount not less than 5%of the total amount of the bid shall accompany each bid proposal. Checks will be returned to unsuccessful bidders immediately following the decision as to award of contract. The check of the successful bidder will be returned provided he enters into a contract and furnishes a satisfactory performance bond covering the full amount of the work within ten days after receipt of notice of intention to award contract. Should he fail, or refuse to do so,the check shall be forfeited to the City of Renton as liquidated damage for such failure. 9. All bids must be self-explanatory. No opportunity will be offered for oral explanation except as the City may request further information on particular points. 10. The bidder shall, upon request,furnish information to the City as to his financial and practical ability to satisfactorily perform the work. 11. Payment for this work will be made in Cash Warrants. 12. The contractor shall obtain such construction insurance (e.g. fire and extended coverage, worker's compensation, public liability, and property damage as identified within Special Provisions, Specification Section 1-07.18 "Public Liability and Property Damage Insurance". 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 Special Provisions,Specification Section 1- 09.9(1) "Retainage". 16. Basis for Approval The construction contract will be awarded by the City of Renton to the lowest, responsible, responsive bidder. The bidder shall bid on all bid schedules items of all schedules set forth in the bid forms to be considered responsive for award. The total price of all schedules will be used to determine the successful low responsive bidder. Partial bids will not be accepted. The owner reserves the right to award any or all schedules of the Bid to meet the needs of the City. The intent is to award to only one BIDDER. 17. Trench Excavation Safety Systems As required by RCW 39.04.180, on public works projects in which trench excavation will exceed a depth of four feet, any contract therefor shall require adequate safety systems for the trench excavation that meet the requirements of the Washington Industrial Safety and Health Act, Chapter 49.17 RCW. These requirements shall be included in the Bid Schedule as a separate item. The costs of trench safety systems shall not be considered as incidental to any other contract item and any attempt to include the trench safety systems as an incidental cost is prohibited. 18. Payment of Prevailing Wages In accordance with Revised Code of Washington Chapters 39.12 and 49.28 as amended or supplemented herein, there shall be paid to all laborers, workmen or mechanics employed on this contract the prevailing rate of wage for an hour's work in the same trade or occupation in the area of work regardless of any contractual relationship which may exist, or be alleged to exist, between the CONTRACTOR and any laborers,workmen, mechanics or subconsultants. The most recent issue of the prevailing wage rates is 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 06_INSTR August 2012.doc Revised:August 2011 conduct the work in accordance with all applicable pollution control laws. The CONTRACTOR shall comply with and be liable for all penalties, damages, and violations under Chapter 90.48 RCW, in performance of the work. The CONTRACTOR shall also comply with Article 4 in the Puget Sound Air Pollution Control Agency Regulation III regarding removal and encapsulation of asbestos materials. 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,Technical Provisions or other sections of these contract documents. These standard specifications are hereby made a part of this contract and shall control and guide all activities within this project whether referred to directly, paragraph by paragraph, or not. 1. WSDOT/APWA"2012 Standard Specifications for Road, Bridge and Municipal Construction" and "Division 1 APWA Supplement" hereinafter referred to by the abbreviated title "Standard Specifications." A. Any reference to "State," "State of Washington," "Department of Transportation," "WSDOT," or any combination thereof in the WSDOT/APWA standards shall be modified to read "City of Renton," unless specifically referring to a standard specification or test method. B. All references to measurement and payment in the WSDOT/APWA standards shall be detected and the measurement and payment provisions of Division 10 of the Technical Provisions, (added herein) shall govern. 21. If a soils investigation has been completed, a copy may be included as an appendix to this document. If one has not been provided for this project by the City or Engineer, the Bidders shall familiarize themselves adequately with the project site and existing subsurface condition as needed to submit their bid. Upon approval of the City, the Bidder may make such subsurface explorations and investigations as they see fit. The Bidder shall be responsible for protection of all existing facilities, utilities and other buried or surface improvements and shall restore the site to the satisfaction of the City. 22 Bidder's Checklist ❑ It is the responsibility of each bidder to ascertain if all the documents listed on the attached index are included in their copy of the bid specifications. If documents are missing, it is the sole responsibility of the bidder to contact the City of Renton to obtain the missing documents prior to bid opening time. .❑ Have you submitted, as part of your bid, all documents marked in the index as "Submit with Bid"? ❑ Has the 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? ❑ Have you submitted the Department of Labor and Industries Certificate of Registration form? 06_INSTR August 2012.doc Revised:August 2011 CAG-12-159 CITY OF RENTON CALL FOR BIDS Wells PW-8, PW-9 and EW-3 Primary Disinfection Project WTR-27-3582 Sealed bids will be received until 2:30 p.m.Tuesday, December 11,2012, at the City Clerk's office, 7 t floor and will be opened and publicly read in conference room 511 on the 5th floor, Renton City Hall, 1055 South Grady Way, Renton WA 98057, for the Wells PW-8, PW-9 and EW-3 Primary Disinfection Project. The work to be performed within 75 working days from the date of commencement under this contract shall include, but not be limited to: Installation of approximately 105 feet of 4-inch ductile iron water main; 65 feet of 10-inch ductile iron water main; 255 feet of 12-inch ductile iron water main; 510 feet of 24-inch ductile iron water main, and 520 feet of 42-inch cement mortar lined coated steel water pipe including appurtenances, vaults, testing and connections. The work also includes the installation of chlorine analyzers; cathodic protection test stations; asphalt, concrete and landscape restoration, and other minor items associated with the project. The Engineer's estimated range for this project is$730,000 to$810,000. 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 November 16, 2012. Plans, specifications, addenda, and plan holders list for this project are available on-line through Builders Exchange of Washington, Inc., at http:/Iwww.bxwa.com/1024.html. Click on "Posted Projects"; "Public Works", "City of Renton", "Projects Bidding". (Note: Bidders are encouraged to"Register as a Bidder," in order to receive automatic email notification of future addenda and to be placed on the "Bidders List." Questions about the project shall be addressed to, Tom Malphrus, City of Renton, Public Works Department, 1055 S.Grady Way, Fifth Floor, Renton,WA,98057, phone (425)430-7313,fax(425)430-7241. 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. &"' .d 4)a z, Bonnie I.Walton, City Clerk Published: Daily Journal of Commerce November 16, 2012 Daily Journal of Commerce November 27, 2012 Call For Bids Ity of Wells PW-3, PW-9 & EW-3 Primary Disinfection Project WTR-27-3552 Proposal & Combined Affidavit & Certificate Form TO THE CITY OF RENTON RENTON,WASHINGTON Ladies and/or Gentlemen: The undersigned hereby certify that the bidder has examined the site of the proposed work and have 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 schedule of prices. The undersigned further certifies and agrees to the following provisions: y. 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 -Age 12 Proposal&Combined Affidavit&Certificate Form Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale J 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 minimum rate of wages as specified in the principal contract. I have read the above and foregoing statements 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 )� L A w Pr Name of Bidder's Firm Signature of Authorized Representative of Bidder*: Printed Name: ZctiAxe L ALIA. Title: 92 ES(O&ir Address: 0_1 WILLIAM Ave. SapT+ Contact Name (please print): Rlet4yap L_- Awpr -' Phone: G Z5) ZZa)- sf ao Email: 6Z5 Zup - g&,Li�, *The above signature must be notarized using the applicable notary language found on pages 3 and 4. If business is a CORPORATION,please complete this section: Name of President of Corporation ZI CRACK QUA Name of Secretary of Corporation P1I cNAgD [., AuA Corporation Organized under the laws of With Main Office in State of Washington at RErmh( If business is a PARTNERSHIP or LIMITED LIABILITY COMPANY, please complete this section: Name: Title (Partner, Member, Manager): Proposal&Affida ertificate-Page 2 of 4 08—COMBINED PROP and TRIPLE FORM August 2012 FINAL.doc -ige 13 Minimum Wage Affidavit Form Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale s INDIVIDUAL FORM STATE OF WASHINGTON ) ss County of ) On this day of before me personally appeared to me known to be the individual(s) described in and who executed the foregoing instrument, and acknowledged under oath that (he/she/they) signed and sealed the same as (his, her, their) free and voluntary act and deed, for the uses and purposes therein mentioned. GIVEN under my hand and official seal the day and year last above written. (SEAL) Notary Public in and for the State of Washington, residing at Print Name: My commission expires: CORPORATION FORM STATE OF WASHINGTON ,/ : ss County of KImi& ) On this //1'4 day of PE mt8En ZoI2 before me personally appeared elc4"O M to me known to be the � �t (President, SLvL�ry, Trier) of the corporation . that executed the foregoing instrument, and acknowledged said instrument,to be the free and voluntary act and deed of said corporation, for the uses and purposes therein mentioned, and on oath stated that F (he/s'h,-,/tttsY) are authorized to execute said instrument. GIVEN under my hand and official seal the day and year last above written. (SEAL) L y 3pANKj�� Notary Pu Ic in and for the State of VPP �,OTARy �G�+� Washington, residing at K/A14 Koua Print Name: kIC+N/� EV..08125=5 t _� My commission expires: GAO �OP WAS N�� Proposal&Affidavit/Certificate-Page 3 of 4 1 08—COMBINED PROP and TRIPLE FORM August 2012 FINAL.doc _ge 14 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale } PARTNERSHIP FORM STATE OF WASHINGTON ) ss County of } On this day of before me personally appeared to me known to be a General Partner of the partnership known as that executed the foregoing instrument, and acknowledged said instrument to be the free and voluntary act and deed of said partnership, for the uses and purposes therein mentioned, and on oath stated that (he/she/they) are authorized to execute said instrument. GIVEN under my hand and official seal the day and year last above written. (SEAL) Notary Public in and for the State of Washington, residing at Print Name: My commission expires: LIMITED LIABILITY COMPANY(LLC) FORM STATE OF WASHINGTON ) ss County of ) On this day of 20_, before me personally appeared to me known to be a Managing Member of the Limited Liability Company known as and that he/she/they executed the foregoing instrument, and acknowledged said instrument to be the free and voluntary act and deed of said Limited Liability Company,for the uses and purposes therein mentioned, and on oath stated that (he/she/they) are authorized to execute said-instrument. GIVEN under my hand and official seal the day and year last above written. (SEAL) Notary Public in and for the State of Washington, residing at Print Name: My commission expires: A Proposal&Affidavit/Certificate-Page 4 of 4 08.COMBINED PROP and TRIPLE FORM August 2012 FINAL.doc i _ge 15 Provided to Builders Exchange of WA,.Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale Department of Labor and Industries Certificate of Registration Name on Registration: 7ZL :ASIA Cpmp,9pa ( Registration Number: 17LAt,i C,*IOL4P i Expiration Date: I�(�� 0 Note: A copy of the certificate will be requested as part of contract execution when project is awarded. r IO_L&I REGISTRATION August 2012.doc\ Edge 16' Certification of Registration Prnvirlari to Ri iilripm Fxnhanna of\A/A Inn. Fnr i icana(`nnriitinnc An—amcnf coo\A A AI by A» nnm _ A1---w—if,,Cn,In :PA TMENT OF LABOR AND INDUS T RirS I; IfsRs! REGISTERED AS PROVIDED BY LAW AS IF; ,., CONST CONTR GENERAL 'g 'i REGIST:# EXP.DATE --CCO1 RLALIC*104PT ".10/4'/2012 ti EFFECTIVE DATE 10/30/1990 «' ,i A �i R L ALIA COMPANY I f FLi 107 WILLIAMS AVE S RENTON WA 98055-2149 ELI Department of Labor and Industries �` R'L­AUA COMPANY PO Box 44450 �, QCT 1 0 2012, Olympia, WA 98504-4450 Reg CC RLALIC*104P,T r UBI. 600-149-378 ,� Registered-as provided by Law as: _ Constructiori Contractor `w _ (CC0�1)_' GENERAL" R L ALIA COMPANY ' 3 Effective Date '10/30/1990 107 WILLIAMS AVE S1', ,? .I w " � 'EXp1ration Date <10/4/2014 RENTON WA 98057 rt IL .� 1'.4 r �+ C. t r � . BID BOND FORM Herewidl find deposit in the form of a certified check, cashier's check, cash, or bid bond in the a mount of$ which amount is not less than five percent of the total bid. Signature Know All Men by These Presents: That we, R.L. Alia Company as Principal, and North American Specialty nsurance om any as Surety, are held and firmly bound unto the City of Renton, as Obligee, in the penal sum of Five Percent (5%) of Bid Amount--- Dollars,for the payment of which the Principal and the Surety bind themselves,their heirs,executors,administrators, successors and assigns,jointly and severally,by these presents, The condition of This obliigation is such that if the Obligee shall make any award to the Principal for Wells PW-8, PW-9 and E 3 Primary Disinfection Project, WTR-27-3582 according to the terms of the proposal or bid made by the Principal therefore, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the .Principal shall, in case of failure to do sa, 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 11th DAY OF December 2D12 R.L. Alia Com an `-- t P00, Principal North American Specialty Insurance Company 1/0() Surety Deanna M. Meyer, Attorney<V Fact Received return of deposit in the sum of$ 09 DR?.F1 BED BOND Form August 2012 DRAlT.docx PB�Jet 1.' i�id GCnCI i-OP1T1 ' c.,.,h.,r..., „,'%A/A I.,,, ......... •,�._.- ,c,.:,�.. NAS SURETY GROUP NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS,THAT North American Specialty Insurance Company,a corporation duly organized and existing under laws of the State of New Hampshire,and having its principal office in the City of Manchester,New Hampshire,and Washington International Insurance Company,a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Schaumburg,Illinois,each does hereby make,constitute and appoint: STUART A.OTARRELL,KAREN P.DEVER,SUSAN B.LARSON,LILLIAN TSE,SCOTT FISHER,JILL A.BOYLE, DEANNA M.MEYER BENJAMIN L.WOLFS ELIZABETH R.HAHN JANA M.ROY and SCOTT McGILVRAY JOINTLY OR SEVERALLY Its true and lawful Attomey(s)-in-Fact,to make,execute,seal and deliver,for and on its behalf and as its act and deed,bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies,as surety,on contracts of suretyship as are or may be required or permitted by law,regulation,contract or otherwise,provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: FIFTY MILLION($50,000,000.00)DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 9th of May,2012: "RESOLVED,that any two of the Presidents,any Managing Director,any Senior Vice President,any Vice President,any Assistant Vice President, the Secretary or any Assistant Secretary be,and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds,undertakings and all contracts of surety,and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED,that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile,and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond,undertaking or contract of surety to which it is attached." ,gl,\AGrY `�Wtna101agH(y// G6VOR044'. & , By 0?�OR DR•9 N`PG�94e S L :n= Steven P.Anderson,Senior Vice President of Washington International Insurance Company z.c Sz.AI. i•7� 1973 tu:n &Senior Vice President of North American Specialty Insurance Company O: m 'fs•'• h AMP�a;tO\ :n •.• ,`•,'.,a'`0: 3 2'•. ,? O y•. ya ccT ////llllllllllll�� 't1 1. By David M.Layman,Vice President of Washington International Insurance Company &Vice President of North American Specialty Insurance Company IN WITNESS WHEREOF,North American Specialty Insurance Company and Washington International Insurance Company have caused their official seals to be hereunto affixed,and these presents to be signed by their authorized officers this26th day of June 2012 . North American Specialty Insurance Company Washington International Insurance Company State of Illinois County of Cook ss: On this 26th day of June 2012 ,before me,a Notary Public personally appeared Steven P.Anderson ,Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and David M.Layman, Vice President of Washington International Insurance Company and Vice President of North American Specialty Insurance Company, personally known to me,who being by me duly sworn,acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. "Ol:"FtCIALSEAL" DONNA D.SKLENS Notary Public.State of Illinois Donna D.Sklens,Notary Public M Commission Expires 10/06120.15 I, Jeffrey Goldberg_the duly elected Assistant Secretary of'North American Specialty Insurance Company and Washington International Insurance Company,do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company and Washington International Insurance Company,which is still in full force and effect. IN WITNESS WHEREOF,I have set my hand and affixed the seals of the Companies this��I tay of�ceMb -20 1'�— 3 / Jeffrey Goldberg,Vice President&Assistant Secretary of Washington International Insurance Company&North American Specialty Insurance Company CITY OF RENTON PUBLIC WORKS DEPARTMENT :4 SCHEDULE OF PRICES s Wells PW-8,PW-9 and EW-3 Primary Disinfection Project *Note:Show price per unit in figures only. Figures written to the right of the decimal in the price per unit column shall be interpreted as cents. In the event of errors'or where conflict occurs,the unit price bid shall govern. Illegible figures will invalidate the bid. See Division 10 of the Technical Provisions for information on bid items. ITEM ITEM APPROX. UNIT PRICE TOTAL AMOUNT NO. QUANTITY Dollars Cents Dollars Cents Mobilization &Demobilization Q; 1 May not be more than ten percent(10%)of the total amount of 1 $ (06:GGC � lJ GaG the bid. Lump Sum Per Lump Sum 2 Traffic Control Lump Sum Per Lump Sum 3 Trench Excavation Safety Systems 1 $ L-)>3 Z, Lump Sum Per Lump Sum as �% 4 Construction Surveying and Staking 1 $ �, �^ 600 `r Lump Sum Per Lump Sum 5 As-Built Surveying for Progress Payments and Final 1 $ Z t owl a Z, ✓ `�= As-Builts Lump Sum Per Lump Sum Temporary Erosion/Sedimentation Controls - C5(JO W 6 1 $ �,v�J �, (TESC) t Lump Sum Per Lump Sum Furnish& Install Ductile Iron Water Pipe&Fittings, o` 7A 506 $ r G 24-inch Class 52 � Lineal Foot Per Lineal Foot Furnish & Install Ductile Iron Water Pipe&Fittings, 7B' 12-inch Class 52 253 $ S Lineal Foot Per Lineal Foot Furnish& Install Ductile Iron Water Pipe&Fittings, `= 7C 10-inch Class 52 64 $ Lineal Foot Per Lineal Foot Furnish& Install Ductile Iron Water Pipe&Fittings, --J�j `'U —7, Fj"1S 1 7D 4-inch Class 52 105 $ Lineal Foot Per Lineal Foot Furnish and Install Cement Mortar Lined&Coated gA Steel Water Pipe, Fittings&Appurtenances,42- 519 $ (0�Co �� '5z.4_1 t SC14' inch Lineal Foot Per Lineal Foot g Concrete Thrust Blocking&Dead-Man Block 20 $ 3�� �J , boo Cubic Yard Per Cubic Yard Furnish& Install Wet Tapping Tee&Gate Valve 10A 1 $ l i Q�Q ! (� (] Assembly,24-inch x 12-inch Each Per Each Furnish& Install Wet Tapping Tee&Gate Valve 10B Assembly, 12-inch x 12-inch 1 $ �7'o0c �,C Each Per Each =dge 18 Schedule of Prices Drnviriori 4n Pi iilrlcrc r:—hon— of\A/4 Inn Cnr i1—. /"--,d;4-;--- A..--,...., _4 Al..._.._I CITY OF RENTON PUBLIC WORKS DEPARTMENT SCHEDULE OF PRICES ~Y. f Wells PW-8,PW9 and EW-3 Primary Disinfection Project 'Note:Show price per unit in figures only. Figures written to the right of the decimal in the price per unit column shall be interpreted as cents. In the event of errors or where conflict occurs,the unit price bid shall govern. Illegible figures will invalidate the bid. See Division 10 of the Technical Provisions for information on bid items. ITEM ITEM APPROX, UNIT PRICE TOTAL AMOUNT NO. QUANTITY Dollars Cents Dollars Cents Furnish& Install Wet Tapping Tee& Gate Valve 10C $ Assembly, 12-inch x 4-inch 1 ` Each Per Each Furnish& Install Isolation Valve Assembly,24-inch ) 11A Butterfly Valve 3 $ a; Each Per Each Furnish& Install Isolation Valve Assembly, 10-inch 11B Gate Valve 3 $ ' Each Per Each 12A Connection to Existing Water Main,24-inch Water 2 G 000 Q(3$ `= (� , (3 Main Each Per Each Connection to Existing Water Main, 12-inch& 00`(5 �u 'Zb;00J 126 Smaller Water Main 4 $ Each Per Each Furnish& Install Air Release&Vacuum Valve t U CO 13A Assembly, 3-inch 2 $ �` QGO I y" ' ��� } Each Per Each Furnish& Install Air Release&Vacuum Valve OJC� j Z 136 Assembly,2-inch 2 $ Q0� Each Per Each 14A Furnish& Install Water Service Connection, 1.5- 1 4-1�,000<2!L inch Each Per Each 15A Furnish& Install Chlorine Residual Analyzer, Cedar 1 $ 1000 `= 000 d River Park Site / ` Lump Sum Per Lump Sum Furnish& Install Chlorine Residual Analyzer, Liberty 15B 1 $ �r �G© u? }i 0�r� `•`� Park Site Lump Sum Per Lump Sum 16 Select Imported Trench Backfill 660 $ r 'i zoo Ton Per Ton Crushed Surfacing Top Course&Crushed Rock S `0 5 C, cc 17 Backfll 170 $ Ton Per Ton Removal&Replacement of Unsuitable Foundation !43 18 Material 90 $ Ton Per Ton Gci 19 Construction Geotextile for Separation 140 $ 3 Square Yard Per Square Yard Fdge 19 Prnvirl.ri to Ri iilri.m Fvrhnnna of\A/4 Inr P—i kon.('nn`•li+inno A---f A I....,... c..-.In CITY OF RENTON PUBLIC WORKS DEPARTMENT SCHEDULE OF PRICES Wells PW-8,PW-9 and EW-3 Primary Disinfection Project `Note:Show price per unit in figures only. Figures written to the right of the decimal in the price per unit column shall be interpreted as cents. In the event of errors or where conflict occurs,the unit price bid shall govern. Illegible figures will invalidate the bid. See Division 10 of the Technical Provisions for information on bid items. ITEMI ITEM APPROX. 1 UNIT PRICE TOTAL AMOUNT NO, QUANTITY Dollars Cents Dollars Cents 20 2-inch Deep Temporary Cold Mix Asphalt Trench 30 $ S� J Patching .+ Ton Per Ton H.M.A. Class 1/2-inch PG 64-22 for Roadway Z� H OX 21 Restoration 160 $ Ton Per Ton cti 22 Removal&Replacement of Concrete Curb&Gutter 145 $ -d Z, o(3 Lineal Foot Per Lineal Foot 23A Property&Landscape Restoration, Cedar River 1 $ HO I Ll C) , D(ia s Park Site Lump Sum Per Lump Sum Property&Landscape Restoration, Liberty Park t Q�� 00 23B Site - 1 $ Lump Sum Per Lump Sum 24 Sod Removal & Replacement 4,800 Square Yard Per Square Yard 25 Irrigation System Removal &Replacement 1 $4,000.00 $4,000.00 Lump Sum Per Lump Sum cc Subtotal $ (G'7 9.5%Sales Taxi Total is t I age 20 Prnvideri to Ruilriarc Fxrhanna of\A/A In r. Fnr i icana (.nnriitinnc Ln ram man+ccc%AAAAA/ N I ?-o B S (A V DErL SUBCONTRACTOR LIST i RCW 39:30-060 requires that for all public works contracts exceeding $1,000,000 that the bidder submit the names of all heating, ventilation and air conditioning, and plumbing subcontractors as described in chapter 18.106 RCW, and electrical subcontractors as described in chapter 19.28 RCW (this also includes the control system integrator subcontractor as well as other electrical subcontractors). If the subcontractors names are not submitted with the bid, or within one (1) hour after the published bid submittal time OR if two or more subcontractors are named to perform the same work, then the bid shall be considered nonresponsive and, therefore,void. Complete the following: If awarded the contract, R L AL)4 COMPANY will contract with the following subcontractors for the performance of heating,ventilatioh and air conditioning, plumbing,and electrical (including automatic controls)work: Bid Item (s) Subcontractor Name Address Phone No. State Contractor's License No. Bid Item (s) Subcontractor Name Address Phone No. State Contractor's License No. Bid Item (s) Subcontractor Name Address Phone No. State Contractor's License No. Bid Item (s) Subcontractor Name Address Phone No. State Contractor's License No. Bid Item (s) Subcontractor Name f' Address \\rvfps-02\depts\pw\file sys\wtr-drinking water utility\wtr-27-water project files\wtr-27-3582 primary disinfection installation 2012\contract documents-new\12 draft sub draft.doc Revised 8!2012 =_je 21 Subcontractor List provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verifv Scale UAJO�-TL CCU,000 Page 2 4 Phone No. State Contractor's License No. Bid Item (s) Subcontractor Name Address Phone No. State Contractor's License No. Signature of Authorized Representative of Bidder Subscribed and sworn to be before me on this day of 20_ 4 Notary Public in and for the State of Washington Notary(Print) Residing at My appointment expires: \\rvfps-02\depts\pw\file sys\wtr-drinking water utility\wtr-27-water project files\wtr-27-3582 primary disinfection installation 2012\contract documents-new\12 draft sub draft.doc Revised 9/2006 f -,ge 22 Provided to Builders Exchanqe of WA, Inc. For usaae Conditions Acreement see www.bxwa.com-Always VPrifv SraIP Bond No. 2164504 BOND TO THE CITY OF RENTON KNOW ALL MEN BY THESE PRESENTS: That we,the undersigned R.L. Alia Compaq as principal, and North American Specialty Insurance Company corporation organized and existing under the laws of the State of New Hampshire as a surety corporation,and qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal corporations,as surety are jointly and severally held and firmly bound to the City of Renton in the penal sum of $874,889.67 for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or person representatives, as the case may be. This obligation is entered into in ursuance of the statutes of the State of Washington,the Ordinance of P 8 , the City of Renton. Dated at Washington,this day of 2013. Nevertheless,the conditions of the above obligation are such that: WHEREAS, under and pursuant to Public Works Construction Contract CAG—12-159, providing for construction of Wells PW-8, PW-9&EW-3 Primary Disinfection Prolect 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 o ime as ma Y be g ra 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 Company North American Specialty Insurance Company Principal Surety r Signature Signature Deanna M. Meyer PRE3-1,oEwr Attorney-in-Fact Title Title 13-DRAFT BOND August 2012 DRAFT.doc NAS SURETY GROUP NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS,THAT North American Specialty Insurance Company,a corporation duly organized and existing under laws of the State of New Hampshire,and having its principal office in the City of Manchester,New Hampshire,and Washington International Insurance Company,a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Schaumburg,Illinois,each does hereby make,constitute and appoint: STUART A.OTARRELL,KAREN P.DEVER,SUSAN B.LARSON,LILLIAN TSE,SCOTT FISHER,JILL A.BOYLE, DEANNA M.MEYER,BENJAMIN L.WOLFE,ELIZABETH R.HAHN,JANA M.ROY and SCOTT McGILVRAY JOINTLY OR SEVERALLY Its true and lawful Attomey(s)-in-Fact,to make,execute,seal and deliver,for and on its behalf and as its act and deed,bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies,as surety,on contracts of suretyship as are or may be required or permitted by law,regulation,contract or otherwise,provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: FIFTY MILLION($50,000,000.00)DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 9'h of May,2012: "RESOLVED,that any two of the Presidents,any Managing Director,any Senior Vice President,any Vice President,any Assistant Vice President, the Secretary or any Assistant Secretary be,and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds,undertakings and all contracts of surety,and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED,that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile,and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond,undertaking or contract of surety to which it is attached" Illllllpp//i �Q0 1JiY/A._����ji �.3•�U�p,StIONA(�h�'oa y G pP0'......G a4, µPO'.. s, o By s���0 21T G Steven P.Anderson,Senior Vice President of Washington International Insurance Company 1- SEAL �� &Senior Vice President of North American Specialty Insurance Company A O; m 3 h• �P'p` s q�.y••..AMPS: �� � By 'NgNR �� David M.Layman,Vice President of Washington International Insurance Company '�'d4 &Vice President of North American Specialty Insurance Company _ IN WITNESS WHEREOF,North American Specialty Insurance Company and Washington International Insurance Company have caused their official seals to be hereunto affixed,and these presents to be signed by their authorized officers this26th day of June 2012 North American Specialty Insurance Company Washington International Insurance Company State of Illinois County of Cook SS: On this 26th day of June 201 before me,a Notary Public personally appeared Steven P.Anderson ,Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and David M.Layman, Vice President of Washington International Insurance Company and Vice President of North American Specialty Insurance Company, personally known to me,who being by me duly sworn,acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. "OFFICIAL SEAL" DONNA D.SKLENS Notary Public,State of Illinois Donna D.Sklens,Notary Public My Commission Expires 10/0612015 I, Jeffrey Goldberg. , the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington International Insurance Company,do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company and Washington International Insurance Company,which is still in full force and effect. IN WITNESS WHEREOF,I have set my hand and affixed the seals of the Companies this day of 20 Jeffrey Goldberg,Vice President&Assistant Secretary of Washington International Insurance Company&North American Specialty Insurance Company City of in CITY OF RENTON FAIR PRACTICES POLICY AFFIDAVIT OF COMPLIANCE ,qu A 6-m pg yl hereby confirms and declares that: (Name of contractor/subcontractor/consultant) I. It is the policy of the above-named contractor/subcontractor/consultant, to offer equal opportunity to all qualified employees and applicants for employment without regard to their race; religion/creed; national origin; ancestry; sex;the presence of a physical, sensory, or mental disability; age over 40;sexual orientation or gender identity; pregnancy; HIV/AIDS and Hepatitis C status; use of a guide dog/service animal; marital status; parental/family status; military status;. or veteran's status. 11. The above-named contractor/subcontractor/consultant complies with all applicable federal, state and local laws governing non-discrimination in employment. Ill. When applicable,the above-named contractor/subcontractor/consultant will seek out and negotiate with minority and women contractors for the award of subcontracts. f�l�r-�v�rz� Print Agent/Representative's Name PRA►©CNT Print Agent/Representa rve's 'tle Agent/Representative's Signature Date Signed Instructions: This document MUST be completed by each contractor, subcontractor, consultant and/or supplier. Include or attach this document(s)with the contract. C 1-2009 CONTRACTS OTHER THAN FEDERAL-AID FHWA THIS AGREEMENT, made and entered into this f 7 day of , 2013,by and between THE CITY OF RENTON, Washington, a municipal c(oporation Cf the State of Washington, hereinafter referred to as "CITY" and R. L. AL1A 6014, 4LVI hereinafter referred to as "CONTRACTOR." WITNESSETH: 1) The Contractor shall within the time stipulated, (to-wit: within Seventy-five (75) working days from date of commencement hereof as required by the Contract, of which this agreement is a component part)perform all the work and services required to be performed, and provide and furnish all of the labor, materials, appliances, machines, tools, equipment, utility and transportation services necessary to perform the Contract, and shall complete the construction and installation work in a workmanlike manner, in connection with the City's Project identified as No. CAG-12-159 for improvement by construction and installation of: Work for the Wells PW-8, PW-9 & EW-3 Primary Disinfection Project, as described in"Scope of Work"dated November 2012, 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 i) Technical Provisions 1 3) If the Contractor refuses or fails to prosecute the work or any part thereof, with such diligence as will insure its completion within the time specified in this Contract, or any extension in writing thereof, or fails to complete said work with such time, or if the Contractor shall be adjudged a bankrupt, or if he should make a general assignment for the benefit of his creditors, or if a receiver shall be appointed on account of the Contractor's insolvency, or if he or any of his subcontractors should violate any of the provisions of this Contract, the City may then serve written notice upon him and his surety of its intention to terminate the Contract, and unless within ten(10) days after the serving of such notice, such violation or non-compliance of any provision of the Contract shall cease and satisfactory arrangement for the correction thereof be made, this Contract, shall, upon the expiration of said ten (10) day period, cease and terminate in every respect. In the event of any such termination,the City shall immediately serve written notice thereof upon the surety and the Contractor and the surety shall have the right to take over and perform the Contract, provided, however, that if the surety within fifteen (15) days after the serving upon it of such notice of termination does not perform the Contract or does not commence performance thereof, the City itself may take over the work under the Contract and prosecute the same to completion by Contract or by any other method it may deem advisable, for the account and at the expense of the Contractor, and his surety shall be liable to the City for any excess cost or other damages occasioned the City thereby. In such event, the City, if it so elects, may, without liability for so doing, take possession of and utilize in completing said Contract such materials, machinery, appliances, equipment, plants and other properties belonging to the Contractor as may be on site of the project and useful therein. 4) The foregoing provisions are in addition to and not in limitation of any other rights or remedies available to the City. 5) Contractor agrees and covenants to hold and save the City, its officers, agents, representatives and employees harmless and to promptly indemnify same from and against any and all claims, actions, damages, liability of every type and nature including all costs and legal expenses incurred by reason of any work arising under or in connection with the Contract to be performed hereunder,including loss of life,personal injury and/or damage to property arising from or out of any occurrence, omission or activity upon, on or about the premises worked upon or in any way relating to this Contract. This hold harmless and indemnification provision shall likewise apply for or on account of any patented or unpatented invention, process, article or appliance manufactured for use in the performance of the Contract, including its use by the City, unless otherwise specifically provided for in this Contract. 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 paid by the City in connection with such litigation. Furthermore, Contractor agrees to pay all costs, expenses and reasonable attorney's fees that may be incurred or paid by City in the enforcement of any of the covenants,provisions and agreements hereunder. Nothing herein shall require the Contractor to indemnify the City against and hold harmless the City, from claims, demands or suits based solely upon the conduct of the City, its officers or employees and provided further that if claims or suits are caused by or result from the concurrent negligence of(a)the Contractor's agents or employees and(b)the City, 2 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. 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 Seventy-five (75) 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. Defective or Unauthorized Work. The City reserves its right to withhold payment from Contractor for any defective or unauthorized work. Defective or unauthorized work includes, without limitation: work and materials that do not conform to the requirements of this Agreement; and extra work and materials furnished without the City's written approval. If Contractor is unable, for any reason, to satisfactorily complete any portion of the work, the City may complete the work by contract or otherwise, and Contractor shall be liable to the City for any additional costs incurred by the City. "Additional costs" shall mean all reasonable costs, including legal costs and attorney fees, incurred by the City beyond the maximum Contract price specified above. The City further reserves its right to deduct the cost to complete the Contract work, including any Additional Costs, from any and all amounts due or to become due the Contractor. 3 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. Final Payment: Waiver of Claims. THE CONTRACTOR'S ACCEPTANCE OF FINAL PAYMENT (EXCLUDING WITHHELD RETAINAGE) SHALL CONSTITUTE A WAIVER OF CONTRACTOR'S CLAIMS, EXCEPT THOSE PREVIOUSLY AND PROPERLY MADE AND IDENTIFIED BY CONTRACTOR AS UNSETTLED AT THE TIME FINAL PAYMENT IS MADE AND ACCEPTED. 9) The Contractor and each subcontractor, if any, shall submit to the City such schedules of quantities and costs, progress schedules, payrolls, reports, estimates, records and miscellaneous data pertaining to the Contract as may be requested by the City from time to time. 10) The Contractor shall furnish a surety bond or bonds as security for the faithful performance of the Contract, including the payment of all persons and firms performing labor on the construction project under this Contract or furnishing materials in connection with this Contract; said bond to be in the full amount of the Contract price as specified in Paragraph 12. The surety or sureties on such bond or bonds must be duly licensed as a surety in the State of Washington. 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. 12) The total amount of this contract is the sum of $874,889.67 numbers Eight.hundred°;seventy-four thousand eight hundred eighty-nine dollars and sixty-seven cents written words including Washington State Sales Tax. Payments will be made to Contractor as specified in the"S.pecifications.and Provisions" of this Contract. 13) INDEPENDENT CONTRACTOR. The parties intend that an Independent Contractor- Employer Relationship will be created by this Agreement and that the Contractor has the ability to control and direct.the performance and .details of its work, the City being interested only in the results obtained under this Agreement. . 14) LIMITATION OF ACTIONS. CONTRACTOR MUST, IN ANY EVENT, FILE ANY LAWSUIT ARISING FROM OR CONNECTED WITH THIS AGREEMENT WITHIN 120 CALENDAR DAYS FROM THE DATE THE CONTRACT WORK IS COMPLETE OR CONTRACTOR'S ABILITY TO FILE ,THAT CLAIM OR SUIT SHALL BE FOREVER BARRED. THIS SECTION FURTHER LIMITS ANY APPLICABLE STATUTORY LIMITATIONS PERIOD. 4 15) Non-Waiver of Breach. The failure of the City to insist upon strict performance of any of the covenants and agreements contained in this Agreement, or to exercise any option conferred by this Agreement-in one or more instances shall not be construed to be a waiver or relinquishment of those covenants, agreements or options, and the same shall be and remain in full force and effect. 16) Written Notice. All communications regarding this Agreement shall be sent to the parties at the addresses listed on the signature page of the Agreement, unless notified to the contrary. Any written notice hereunder shall become effective three(3)business days after the date of mailing by registered or certified mail, and shall be deemed sufficiently given if sent to the addressee at the address stated in this Agreement or such other address as may be hereafter specified in writing. 17) Assignment. Any assignment of this Agreement by either party without the written consent of the non-assigning party shall be void. If the non-assigning party gives its consent to any assignment, the terms of this Agreement shall continue in full force and effect and no further assignment shall be.made without additional written consent. 18) Modification. No waiver, alteration, or modification of any of the provisions of this Agreement shall be binding unless in writing and signed by a duly authorized representative of the city and Contractor. 19) Compliance with Laws. The Contractor agrees to comply with all federal, state, and municipal laws, rules, and regulations that. are now effective or in the future become applicable to Contractor's business, equipment, and personnel engaged in operations covered by this Agreement or accruing out of the performance of those operations. 20) Counterparts. This Agreement may be executed in any number of counterparts, each of which shall constitute an original, and all of which will together constitute this one Agreement. 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 fiist above-written. CON CT R CITY OF ROTON resi ent artner/O ana ember Mayor enis Law ATTEST Secretary Bonnie I. Walton City Clerk d/b/a Firm Name check one 0 Individual 0 Partnership Corporation Incorporated in Wpr5l-f w4-roy 5 ❑ Limited Liability Company formed in 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. If business is an INDIVIDUAL PROPRIETORSHIP, the name of the owner should appear followed by d/b/a and name of the company. If business is a LIMITED LIABILITY COMPANY(LLC),name of the company should be listed in full and the contract signed by a Manager or Member who has management authority for the LLC. Please furnish,to the City, a copy of the Certificate of Formation, a copy of the LLC agreement addressing management authority, and a copy of the latest annual report filed with the Secretary of State for the LLC. 6 PREVAILING WAGE RATES Page 1 of 18 State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code Key. Journey Level Prevailing Wage Rates for the Effective Date: 11/14/2012 ,, n..._..._. ... ... wr __..__ _ __ m.. w, _ _ ,. _... _._..._.w__...,. .. . .w. w...,..m.._n. _.,... ._ .._..w.LL��.n_..�...... .,�.a ,County Trade Job Classification IV a a Holiday Overtime Note ;King Asbestos Abatement Workers Journey Level $40.83 5D 1 H ;King Boilermakers Journey Level $60.24 5N 1C Nng Brick Mason Brick And Block Finisher $42.21 5A 1M i King Brick Mason Journey Level $49.07 5A 1M t `King Brick Mason Pointer-Caulker-Cleaner $49.07 5A 1M r ;King Building Service Employees Janitor $19.98 5S 2F King Building Service Employees Traveling Waxer/shampooer $20.39 5S 2F King Building Service Employees Window Cleaner (Scaffold) $24.52 5S 2F ,King Buildinp,Service Employees Window Cleaner(non-scaffold) $23.66 5S 2F ;King Cabinet Makers (In Shop) Journey Level $22.74 1 King Carpenters Acoustical Worker $49.57 5D 1M ,King Carpenters Bridge, Dock And Wharf $49.57 5D 1M Carpenters 'King Carpenters Carpenter $49.57 5D 1M { :King Carpenters Carpenters on Stationary Tools $49.70 5D 1M ;King Carpenters Creosoted Material $49.67 5D 1M ;King Carpenters Floor Finisher $49.57 5D 1M 'King Carpenters Floor Layer $49.57 5D 1M King Carpenters Scaffold Erector $49.57 5D 1M :King Cement Masons Journey Level $50.13 7A 1M King Divers Et Tenders Diver $100.28 5D 1 M 8A King Divers Et Tenders Diver On Standby $56.68 5D 1 M ;King Divers Et Tenders Diver Tender $52.23 5D 1M. ;King Divers Et Tenders Surface Rcv Et Rov Operator $52.23 5D 1M 'King Divers Et Tenders Surface Rcv Et Rov Operator $48.67 5A 1B Tender King Dredge Workers Assistant Engineer $49.57 5D 1T 8L i King Dredge Workers Assistant Mate(deckhand) $49.06 5D 1T 8L k I https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 11/14/2012 Page 2 of 18 ;King Dredge Workers Engineer Welder $49.62 5D 1T 8L ;King Dredge Workers Leverman, Hydraulic $51.19 5D 1T 8L g King Dredge Workers Maintenance $49.06 5D 1T 8L ;King Dredge Workers Mates And Boatmen $49.57 5D 1T 8L King lDredge Workers jOiLer $49.19 5D 1T 8L King Drywall Applicator Journey Level $49.74 5D Lm ;King Drywall Tapers Journey Level $49.79 5P 1 E King Electrical Fixture Maintenance Journey Level $25.08 5L 1 E Workers ,King Electricians - Inside Cable Splicer $62.74 7C 2W King Electricians -Inside Cable Splicer (tunnel) $67.45 7C 2W King Electricians - Inside Certified Welder $60.61 7C 2W "King Electricians - Inside Certified Welder (tunnel) $65.10 7C 2W 'King Electricians - Inside Construction Stock Person $33.69 7C 2W t King Electricians - Inside Journey Level $58.47 7C 2W F ;King Electricians - Inside Journey Level (tunnel) $62.74 7C 2W :King Electricians - Motor Shop Craftsman $15.37 1 ,King Electricians - Motor Shop Journey Level $14.69 1 :King Electricians - Powerline Cable Splicer $64.95 5A 4A { Construction k King Electricians - Powerline Certified Line Welder $59.37 5A 4A Construction i .King Electricians - Powerline Groundperson $42.16 5A 4A Construction King Electricians - Powerline Head Groundperson $44.50 5A 4A Construction King Electricians - Powerline Heavy Line Equipment $59.37 5A 4A Construction Operator King Electricians - Powerline Jackhammer Operator $44.50 5A 4A Construction 'King Electricians - Powerline Journey Level Lineperson $59.37 5A 4A Construction King Electricians - Powerline Line Equipment Operator $49.95 5A 4A Construction King Electricians - Powerline Pole Sprayer $59.37 5A 4A Construction ;King Electricians - Powerline Powderperson $44.50 5A 4A Construction `King Electronic Technicians Journey Level $31.00 1 King Elevator Constructors Mechanic $75.24 7D 4A 'King Elevator Constructors Mechanic In Charge $82.00 7D 4A `King Fabricated Precast Concrete All Classifications - In-Factory $14.15 5B 2K Products Work Only 'King Fence Erectors Fence Erector $15.18 1 °,King Flaggers Journey Level $34.61 7A 2Y 'King Glaziers Journey Level $52.76 7L 1Y ;King Heat Et Frost Insulators And Journeyman $56.93 5J 15 https:Hfortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 11/14/2012 Page 3 of 18 3 Asbestos Workers I King Heating, Equipment Mechanics Journey Level $68.52 7F 1 E jKing Hod Carriers Ft Mason Tenders Journey Level $42.11 7A 2Y ;King Industrial Engine And Machine Journey Level $15.65 1 ' Mechanics ;King Industrial Power Vacuum Journey Level $9.24 1 f Cleaner King Inland Inland Boatmen Boat Operator $52.32 5B 1K 3 ;King Inland Boatmen Cook $48.89 5B 1K f King Inland Boatmen Deckhand $48.96 5B 1K f ;King Inland Boatmen Deckhand Engineer $49.95 5B 1K IKing Inland Boatmen Launch Operator $51.16 5B 1K ;King Inland Boatmen Mate $51.16 5B 1K King Inspection/Cleaning/Sealing Of Cleaner Operator, Foamer $31.49 1 Sewer & Water Systems By Operator Remote Control King Inspection/Cleaning/Seating Of Grout Truck Operator $11.48 1 { Sewer Et-Water Systems By Remote Control King Inspection/Cleaning/Seating Of Head Operator $24.91 1 Sewer & Water Systems By Remote Control i iKing Inspection/Cleaning/Sealing Of Technician $19.33 1 5 Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Of Tv Truck Operator $20.45 1 r Sewer & Water Systems B , v v Remote Control IKing Insulation Applicators Journey Level $49.57 5D 1M King Ironworkers Journeyman $59.021 7N 10 ;King Laborers Air, Gas Or Electric Vibrating $40.83 7A 2Y Screed `King Laborers Airtrac Drill Operator $42.11 7A 2Y :King Laborers Ballast Regular Machine $40.83 7A 2Y King Laborers Batch Weighman $34.61 7A 2Y King Laborers Brick Pavers $40.83 7A 2Y ;King Laborers Brush Cutter $40.83 7A 2Y King Laborers Brush Hog Feeder $40.83 7A 2Y King Laborers Burner $40.83 7A 2Y 'King Laborers Caisson Worker $42.11 7A 2Y .King Laborers Carpenter Tender $40.83 7A 2Y iKing Laborers Caulker $40.83 7A 2Y King Laborers Cement Dumper-paving $41.59 7A 2Y i k King Laborers Cement Finisher Tender $40.83 7A 2Y King Laborers Change House Or Dry Shack $40.83 7A 2Y ;King Laborers Chipping Gun (under 30 Lbs.) $40.83 7A 2Y :King Laborers Chipping.Gun(30 Lbs. And $41.59 7A 2Y 4 https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 11/14/2012 Page 4 of 18 Over) ;King Laborers Choker Setter $40.83 7A 2Y ;King Laborers Chuck Tender $40.83 7A 2Y =King Laborers Clary Power Spreader $41.59 7A 2Y King Laborers Clean-up Laborer $40.83 7A 2Y jKing Laborers Concrete Dumper/chute $41.59 7A LY Operator =King Laborers Concrete Form Stripper $40.83 7A 2Y King Laborers Concrete Placement Crew $41.59 7A 2Y King Laborers Concrete Saw Operator/core $41.59 7A 2Y Driller i ;King Laborers Crusher Feeder $34.61 7A 2Y King Laborers Curing Laborer $40.83 7A 2Y 'King Laborers Demolition: Wrecking E Moving $40.83 7A 2Y (incl. Charred Material) King Laborers Ditch Digger $40.83 7A 2Y King Laborers Diver $42.11 7A 2Y IKing Laborers Dritt Operator $41.59 7A 2Y (hydraulic,diamond) ;King Laborers Dry Stack Walls $40.83 7A 2Y a 'King Laborers Dump Person $40.83 7A 2Y 'King Laborers Epoxy Technician $40.83 7A 2Y `King Laborers Erosion Control Worker $40.83 7A 2Y King Laborers Faller Et Bucker Chain Saw $41.59 7A 2Y ;King Laborers Fine Graders $40.83 7A 2Y King Laborers Firewatch $34.61 7A 2Y King Laborers Form Setter $40.83 7A 2Y aKing Laborers Gabian Basket Builders $40.83 7A 2Y ;King Laborers General Laborer $40.83 7A 2Y King Laborers Grade Checker &Transit $42.11 7A 2Y Person King Laborers Grinders $40.83 7A 2Y 'King Laborers Grout Machine Tender $40.83 7A 2Y King Laborers Groutmen (pressure)including $41.59 7A 2Y Post Tension Beams King Laborers Guardrail Erector $40.83 7A 2Y yKing Laborers Hazardous Waste Worker (level $42.11 7A 2Y A) 'King Laborers Hazardous Waste Worker (level $41.59 7A 2Y B) ;King Laborers Hazardous Waste Worker (level $40.83 7A 2Y C) King Laborers High Scaler $42.11 7A 2Y ;King Laborers Jackhammer $41.59 7A 2Y ;King Laborers Laserbeam Operator $41.59 7A 2Y King Laborers Maintenance Person $40.831 7A 2Y https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 11/14/2012 Page 5 of 18 SKing Laborers Manhole Builder-mudman $41.59 7A 2Y SKing Laborers Material Yard Person $40.83 7A 2Y ;King Laborers Motorman-dinky Locomotive $41.59 7A 2Y lKing Laborers Nozzleman (concrete Pump, $41.59 7A 2Y Green Cutter When Using Combination Of High Pressure Air Et Water On Concrete Et Rock, Sandblast, Gunite, F Shotcrete, Water Bla r SKing Laborers Pavement Breaker $41.59 7A 2Y SKing Laborers Pilot Car $34.61 7A 2Y ,King Laborers Pipe Layer Lead $42.11 7A 2Y SKing Laborers Pipe Layer/tailor $41.59 7A 2Y ;King Laborers Pipe Pot Tender $41.59 7A 2Y !King Laborers Pipe Reliner $41.59 7A 2Y jKing Laborers Pipe Wrapper $41.59 7A 2Y `King Laborers Pot Tender $40.83 7A 2Y 'King ILaborers Powderman $42.11 7A 2Y SKing Laborers Powderman's Helper $40.83 7A 2Y SKing Laborers Power Jacks $41.59 7A 2Y F ;King Laborers Railroad Spike Puller - Power $41.59 7A 2Y F King Laborers Raker- Asphalt $42.11 7A 2Y Laborers Re timberman=King $42.11 7A 2Y :'King Laborers Remote Equipment Operator $41.59 7A 2Y !King Laborers Rigger/signal Person $41.59 7A 2Y 'King Laborers Rip Rap Person $40.83 7A 2Y ;King Laborers Rivet Buster $41.59 7A 2Y H 4King Laborers Rodder $41.59 7A 2Y King Laborers Scaffold Erector $40.83 7A 2Y King Laborers Scale Person $40.83 7A 2Y King Laborers Sloper (over 20") $41.59 7A 2Y 'King Laborers Sloper Sprayer $40.83 7A 2Y 'King Laborers Spreader (concrete) $41.59 7A 2Y King Laborers Stake Hopper $40.83 7A 2Y } pKing Laborers Stock Piler $40.83 7A 2Y King Laborers Tamper 8t Similar Electric, Air $41.59 7A 2Y ' Et Gas Operated Tools a King Laborers Tamper (multiple Et Self- $41.59 7A 2Y propelled) ;King Laborers Timber Person - Sewer (lagger, $41.59 7A 2Y F S Shorer Et Cribber) ;King Laborers Toolroom Person (at Jobsite) -$40.83 7A 2Y :King Laborers Topper $40.83 7A 2Y ;King Laborers Track Laborer $40.83 7A 2Y 'King Laborers Track Liner (power) $41.59 7A 2Y 'King Laborers Traffic Control Laborer $37.01 7A 2Y 8R https://fortress.wa.gov/lni/wagelook-up/PrvWagelookup.aspx 11/14/2012 Page 6of18 :King Laborers Traffic Control Supervisor $37.011 7A 2Y 811 'King Laborers Truck Spotter $40.83 7A 2Y f King Laborers Tugger Operator $41.59 7A 2Y !King Laborers Tunnel Work-Compressed Air $55.89 7A 2Y Worker 0-30 psi ,King Laborers Tunnel Work-Compressed Air $60.92 A 1 2Y f Worker 30.01-44.00 psi King Laborers Tunnel Work-Compressed Air $64.60 7A 2Y Worker 44.01-54.00 psi j `King Laborers Tunnel Work-Compressed Air $70.30 7A 2Y 88Q Worker 54.01-60.00 psi King Laborers Tunnel Work-Compressed Air $72.42 7A 2Y 8Q Worker 60.01-64.00 psi (King Laborers Tunnel Work-Compressed Air $77.52 7A 2Y 8D Worker 64.01-68.00 psi :King Laborers Tunnel Work-Compressed Air $79.42 7A 2Y �} Worker 68.01-70.00 psi King Laborers Tunnel Work-Compressed Air $81.42 7A 1H 8D Worker 70.01-72.00 psi King Laborers Tunnel Work-Compressed Air $83.42 7A 1 H 84 1 Worker 72.01-74.00 psi `King Laborers Tunnel Work-Guage and Lock $42.21 7A 2Y 84 Tender King Laborers Tunnel Work-Miner $42.21 7A 2Y 8D King Laborers Vibrator $41.59 7A 2Y King Laborers Vinyl Seamer $40.83 7A 2Y King Laborers Watchman $31.46 7A 2Y King Laborers Welder $41.59 7A 2Y King Laborers Well Point Laborer $41.59 7A 2Y :King Laborers Window Washer/cleaner $31.46 7A 2Y 'King Laborers - Underground Sewer General Laborer Et Topman $40.83 7A 2Y Et Water King Laborers - Underground Sewer Pipe Layer $41.59 7A 2Y Et Water King Landscape Construction Irrigation Or Lawn Sprinkler $13.56 1 Installers 'King Landscape Construction Landscape Equipment $28.17 1 Operators Or Truck Drivers King Landscape Construction Landscaping or Planting $17.87 1 Laborers King Lathers Journey Level $49.741 5D 1H King Marble Setters Journey Level $49.07 5A 1M King Metal Fabrication (In Shop) Fitter $15.86 1 ;King Metal Fabrication (In Shop) Laborer $9.78 1 King Metal Fabrication (in Shop) Machine Operator $13.04 1 r King Metal Fabrication (In Shop) Painter $11.10 1 King Metal Fabrication (In Shop) Welder $15.48 1 King Millwright Journey Level $50.67 5D 1M https://fortress.wa.gov/lni/wagelookup/PrvWagelookup.aspx 11/14/2012 Page 7of18 `King Modular Buildings Cabinet Assembly $11.56 1 i rKing Modular Buildings Electrician $11.56 1 a Ang Modular Build* Equipment Maintenance $11.56 1 ;King Modular Buitdings Plumber $11.56 1 King Modular Buildings Production Worker $9.40 1 3 iKing Modular Buildings Tool Maintenance $11.56 1 ;King Modular Buildings Utility Person $11.56 1 t 'King Modular Buildings Welder $11.56 1 King Painters Journey Level $37.51 6Z 2B King Pile Driver Journey Level $49.82 5D 1M 4 ;King Plasterers Journey Level $48.23 7D 1R ,King Playground Et Park Equipment Journey Level $9.04 1 ! Installers f ;King Plumbers Et Pipefitters Journey Level $70.84 6Z 1G ,King Power Equipment Operators Asphalt Plant Operators $51.891 7A 3C 8P lKing Power Equipment Operators Assistant Engineer $48.62 7A 3C 8P !King Power Equipment Operators Barrier Machine (zipper) $51.40 7A 3C 8P 'King Power Equipment Operators Batch Plant Operator, $51:.40 7A , 3C 8P s Concrete ?King Power Equipment Operators Bobcat $48.62 7A 3C 8P ;King Power Equipment Operators Brokk - Remote Demolition $48.62 7A 3C 8P Equipment ;King Power Equipment Operators Brooms $48.62 7A 3C 8P ;King Power Equipment Operators Bump Cutter $51.40 7A 3C 8P ;King Power Equipment Operators Cableways $51.89 7A 3C 8P ;King Power Equipment Operators Chipper $51.40 7A 3C 8P King Power Equipment Operators Compressor $48.62 7A 3C 8P King Power Equipment Operators Concrete Pump: Truck Mount $51.89 7A 3C 8P i With Boom Attachment Over 42 M 'King Power Equipment Operators Concrete Finish Machine -laser $48.62 7A 3C 8P Screed 'King Power Equipment Operators Concrete Pump - Mounted Or $50.98 7A 3C 8P s Trailer High Pressure Line Pump, Pump High Pressure. f rKing Power Equipment Operators Concrete Pump: Truck Mount $51.40 7A 3C 8P With Boom Attachment Up To 42m ;King Power Equipment Operators Conveyors $50.98 7A 3C 8P rKing Power Equipment Operators Cranes: 20 Tons Through 44 $51.40 7A 3C 8P Tons With Attachments `King Power Equipment Operators Cranes: 20 Tons Through 44 $51.40 7A 3C 8P Tons With Attachments Overhead, Bridge Type Crane: a 20 Tons Through.44 Tons ;King Power Equipment Operators Cranes: 100 Tons Through 199 $52.44 7A 3C 8P Tons, Or 150' Of Boom 3 (including Jib With https://fortress.wa.gov/lni/wagelookup/PrvWagelookup.aspx 11/14/2012 Page 8of18 ,King Power Equipment Operators Cranes: 100 Tons Through 199 $52.44 7A 3C 8P Tons, or 150' of boom (including jib with attachments); Overhead, bridge type, 100 tons and over; t Tower crane up to 175'in ticigiit, base to "C—m. -King Power Equipment Operators Cranes: 200 Tons To 300 Tons, $53.01 7A 3C 8P Or 250' Of Boom (including Jib 3 With Attachments) e `King Power Equipment Operators Cranes: 45 Tons Through 99 $51.89 7A 3C 8P Tons, Under 150' Of Boom a (including Jib With Attachments) King Power Equipment Operators Cranes: A-frame - 10 Tons And $48.62 7A 3C 8P Under 'King Power Equipment Operators Cranes: Friction 100 Tons $53.01 7A 3C 8P Through 199 Tons j ;King Power Equipment Operators Cranes: Friction Over 200 Tons $53.57 7A 3C 8P gKing Power Equipment Operators Cranes: Over 300 Tons Or 300' $53.57 7A 3C 8P Of Boom (including Jib With Attachments) 'King _Power Equipment Operators Cranes: Through 19 Tons With $50.98 7A 3C 8P Attachments A-frame Over 10 Tons 'King Power Equipment Operators Crusher $51.40 7A 3C 8P King Power Equipment Operators Deck Engineer/deck Winches $51.40 7A 3C 8P (power) King Power Equipment Operators Derricks, On Building Work $51.89 7A 3C 8P :King Power Equipment Operators Dozer Quad 9, HD 41, D10 and $51.89 7A 3C 8P Over King Power Equipment Operators Dozers D-9 $ Under $50.98 7A 3C 8P King Power Equipment Operators Drill Oilers: Auger Type, Truck $50.98 7A 3C 8P Or Crane Mount King Power Equipment Operators Drilling Machine $51.40 7A 3C 8P King Power Equipment Operators Elevator And Man-lift: $48.62 7A 3C 8P Permanent And Shaft Type King Power Equipment Operators Finishing Machine, Bidwell And $51.40 7A 3C 8P Gamaco Et Similar Equipment King Power Equipment Operators Forklift: 3000 Lbs And Over $50.98 7A 3C 8P With Attachments %King Power Equipment Operators Forklifts: Under 3000 Lbs. With $48.62 7A 3C 8P Attachments King Power Equipment Operators Grade Engineer: Using Blue $51.40 7A 3C 8P Prints, Cut Sheets, Etc King Power Equipment Operators Gradechecker/stakeman $48.62 7A 3C 8P King Power Equipment Operators Guardrail Punch $51.40 7A 3C 8P ;King Power Equipment Operators Guardrail Punch/Auger $51.40 7A 3C 8P `King Power Equipment Operators Hard Tail End Dump $51.89 7A 3C 8P ` Articulating Off- Road https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 11/14/2012 Page 9 of 18 Equipment 45 Yards. Et Over King Power Equipment Operators Hard Tail End Dump $51.40 7A 3C 8P Articulating Off-road Equipment Under 45 Yards King Power Equipment Operators Horizontal/directional Drill $50.98 7A 3C 8P Locator 'King Power Equipment Operators Horizontal/directional Drill $51.40 7A 3C 8P Operator ;King Power Equipment Operators Hydralifts/boom Trucks Over $50.98 7A 3C 8P 10 Tons iKing Power Equipment Operators Hydralifts/boom Trucks, 10 $48.62 7A .3C 8P t Tons And Under King Power Equipment Operators Loader, Overhead 8 Yards. Et $52.44 7A 3C 8P Over King Power Equipment Operators Loader, Overhead, 6 Yards. But $51.89 7A 3C 8P z Not Including 8 Yards ?King Power Equipment Operators Loaders, Overhead Under 6 $51.40 7A 3C 8P F Yards King Power Equipment Operators Loaders, Plant Feed $51.40 7A 3C 8P iKing Power Equipment Operators Loaders: Elevating Type Belt $50.98 7A 3C 8P iKing Power Equipment Operators Locomotives, All $51.40 7A 3C 8P iKing Power Equipment Operators Material Transfer Device $51.40 7A 3C 8P ;King Power Equipment Operators Mechanics, All (leadmen - $52.44 7A 3C 8P t $0.50 Per Hour Over Mechanic) iKing Power Equipment Operators Mixers: Asphalt Plant $51.40 7A 3C 8P King Power Equipment Operators Motor Patrol Grader - Non- $50.98 7A 3C 8P E finishing ;King Power Equipment Operators Motor Patrol Graders, Finishing $51.89 7A 3C 8P iKing Power Equipment Operators Mucking Machine; Mole, Tunnel $51.89 7A 3C 8P Drill, Boring, Road Header And/or Shield a King Power Equipment Operators Oil Distributors, Blower $48.62 7A 3C 8P Distribution Et Mulch Seeding K Operator King Power Equipment Operators Outside Hoists (elevators And $50.98 7A 3C 8P Manlifts), Air Tuggers,strato ;King Power Equipment Operators Overhead, Bridge Type Crane: $51.40 7A 3C 8P 20 Tons Through 44 Tons King Power Equipment Operators Overhead, Bridge Type: 100 $52.44 7A 3C 8P Tons And Over E King Power Equipment Operators Overhead, Bridge Type: 45 $51.89 7A 3C 8P i Tons Through 99 Tons King Power Equipment Operators Pavement Breaker $48.62 7A 3C 8P :King Power Equipment Operators Pile Driver (other Than Crane $51.40 7A 3C 8P Mount) 1King Power Equipment Operators Plant Oiler - Asphalt, Crusher $50.98 7A 3C 8P 'King Power Equipment Operators Posthole Digger, Mechanical $48.62 7A 3C 8P ,King Power Equipment Operators Power Plant $48.62 7A 3C 8P King Power Equipment Operators Pumps - Water $48.62 7A 3C 8P https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 11/14/2012 Page 10 of 18 lKing Power Equipment Operators Quad 9, Hd 41, D10 And Over $51.89 7A 3C 8P King Power Equipment Operators Quick Tower - No Cab, Under $48.62 7A 3C 8P 100 Feet In Height Based To Boom lKing Power Equipment Operators Remote Control Operator On $51.89 7A 3C 8P Rubber Tired Earth Moving l Equipment 1King Power Equipment Operators Rigger And Bellman $48.62 7A 3C 8P ,s King Power Equipment Operators Rollagon $51.89 7A 3C 8P King Power Equipment Operators Roller, Other Than Plant Mix $48.62 7A 3C 8P King Power Equipment Operators Roller, Plant Mix Or Multi-lift $50.98 7A 3C 8P t Materials ;King Power Equipment Operators Roto-mill, Roto-grinder $51.40 7A 3C 8P w `King Power Equipment Operators Saws - Concrete $50.98 7A 3C 8P 1King Power Equipment Operators Scraper, Self Propelled Under $51.40 7A 3C 8P i 45 Yards King Power Equipment Operators Scrapers - Concrete Et Carry All $50.98 7A 3C 8P lKing Power Equipment Operators Scrapers, Self-propelled: 45 $51.89 7A 3C 8P Yards And Over z 1King Power Equipment Operators Service Engineers - Equipment $50.98 7A 3C 8P IKing Power Equipment Operators Shotcrete/gunite Equipment $48.62 7A 3C 8P :King Power Equipment Operators Shovel , Excavator, Backhoe, $50.98 7A 3C 8P Tractors Under 15 Metric Tons. :King Power Equipment Operators Shovel, Excavator, Backhoe: $51.89 7A 3C 8P Over 30 Metric Tons To 50 1 Metric Tons E King Power Equipment Operators, Shovel, Excavator, Backhoes, $51.40 7A 3C 8P Tractors: 15 To 30 Metric Tons ;King Power Equipment Operators Shovel, Excavator, Backhoes: $52.44 7A 3C 8P Over 50 Metric Tons To 90 Metric Tons y =King Power Equipment Operators Shovel, Excavator, Backhoes: $53.01 7A 3C 8P Over 90 Metric Tons ;King Power Equipment Operators Slipform Pavers $51.89 7A 3C 8P King Power Equipment Operators Spreader, Topsider Et $51.89 7A 3C 8P Screedman 'King Power Equipment Operators Subgrader Trimmer $51.40 7A 3C 8P 'King Power Equipment Operators Tower Bucket Elevators $50.98 7A 3C 8P ;King Power Equipment Operators Tower Crane Over 175'in $53.01 7A 3C 8P Height, Base To Boom ;King Power Equipment Operators Tower Crane Up To 175' In $52.44 7A 3C 8P Height Base To Boom King Power Equipment Operators Transporters, All Track Or $51.89 7A 3C 8P Truck Type 'King Power Equipment Operators Trenching Machines $50.98 7A 3C 8P 'King Power Equipment Operators Truck Crane Oiler/driver - 100 $51.40 7A 3C 8P Tons And Over King Power Equipment Operators Truck Crane Oiler/driver Under $50.98 7A . 3C 8P € l 100 Tons https://fortress.wa.gov/lni/wagelookup/PrvWagelookup.aspx 11/14/2012 Page 11 of 18 King Power Equipment Operators Truck Mount Portable Conveyor $51.40 7A 3C 8P ;King Power Equipment Operators Welder $51.89 7A 3C 8P King Power Equipment Operators Wheel Tractors, Farmall Type $48.62 7A 3C 8P ,.King Power Equipment Operators Yo Yo Pay Dozer, $51.40 7A 3C 8P King Power Power Equipment Operators- Asphalt Plant Operators $51.89 7A 3C 8P Underground Sewer Et Water !King Power Equipment Operators- Assistant Engineer $48.62 7A 3C 8P i Underground Sewer Et Water ;King Power Equipment Operators- . Barrier Machine (zipper) $51.40 7A 3C 8P Underground Sewer Et Water jKing Power Equipment Operators- Batch Plant Operator, $51.40 7A 3C 8P Underground Sewer Et Water Concrete King Power Equipment Operators- Bobcat $48.62 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Brokk- Remote Demolition $48.62 7A 3C 80 Underground Sewer Et Water Equipment 3 King Power.Equipment Operators- Brooms $48.62 7A 3C 8P Underground Sewer Et Water e °King Power Equipment Operators- Bump Cutter $51.40 7A 3C 8P Underground Sewer Et Water ?King Power Equipment Operators Cableways $51.89 7A 3C 8P Underground Sewer Et Water 4 ?King Power Equipment Operators Chipper $51.40 7A 3C 8P f Underground Sewer Et Water King Power Equipment Operators- Compressor $48.62 7A 3C 8P Underground Sewer Et Water ;King Power Equipment Operators- Concrete Pump: Truck Mount $51.89 7A 3C 8P Underground Sewer Et Water With Boom Attachment Over 42 M f 'King Power Equipment Operators- Concrete Finish Machine -laser $48.62 7A 3C 8P Underground Sewer Et Water Screed dKing Power Equipment Operators- Concrete Pump - Mounted Or $50.98 7A 3C 8P Underground Sewer Et Water Trailer High Pressure Line Pump, Pump High Pressure. King Power Equipment Operators- Concrete Pump: Truck Mount $51.40 7A 3C 8P Underground Sewer Et Water With Boom Attachment Up To f 42m King Power Equipment Operators- Conveyors $50.98 7A 3C 8P x Underground Sewer Et.Water 'King Power Equipment Operators- Cranes: 20 Tons Through 44 $51.40 7A 3C 8P Underground Sewer Et Water Tons With Attachments King Power Equipment Operators- Cranes: 20 Tons Through 44 $51.40 7A 3C 8P Underground Sewer Et Water Tons With Attachments Overhead, Bridge Type Crane: 20 Tons Through 44 Tons 'King Power Equipment Operators- Cranes: 100 Tons Through 199 $52.44 7A 3C 8P Underground Sewer Et Water Tons, Or 150' Of Boom (including Jib With i King Power Equipment Operators- Cranes: 200 Tons To 300 Tons, $53.01 7A 3C 8P Underground Sewer Et Water Or 250' Of Boom (including Jib https://fortress.wa.gov/lni/wagelookup/PrvWagelookup.aspx 11/14/2012 Page 12 of 18 With Attachments) "King Power Equipment Operators- Cranes: 45 Tons Through 99 $51.89 7A 3C 8P k Underground Sewer Et Water Tons, Under 150' Of Boom (including Jib With e Attachments) ujng D-,-,er Equipment Operators- Cranes: A-frame - 10 Tons And $48.62 7A 3C 8P ! Underground Sewer Et Water IUnder ,King Power Equipment Operators- Cranes: Friction 100 Tons $53.01 7A 3C 8P Underground Sewer Et Water Through 199 Tons 'King Power Equipment Operators- Cranes: Friction Over 200 Tons $53.57 7A 3C 8P s Underground Sewer Et Water F `King Power Equipment Operators- Cranes: Over 300 Tons Or 300' $53.57 7A 3C 8P Underground Sewer Et Water Of Boom (including Jib With Attachments) 'King Power Equipment Operators- Cranes: Through 19 Tons With $50.98 7A 3C 8P Underground Sewer Et Water Attachments A-frame Over 10 Tons King Power Equipment Operators- Crusher $51.40 7A 3C 8P { Underground Sewer Et Water :King Power Equipment Operators- Deck Engineer/deck Winches $51.40 7A 3C 8P ? E Underground Sewer Et Water (power) King Power Equipment Operators- Derricks, On Building Work $51.89 7A 3C 8P y Underground Sewer Et Water King Power Equipment Operators- Dozer Quad 9, HD 41, D10 and $51.89 7A 3C 8P Underground Sewer Et Water Over King Power Equipment Operators- Dozers D-9 Et Under $50.98 7A 3C 8P i Underground Sewer Et Water King Power Equipment Operators- Drill Oilers: Auger Type, Truck $50.98 7A 3C 8P Underground Sewer Et Water Or Crane Mount $King Power Equipment Operators- Drilling Machine $51.40 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Elevator And Man-lift: $48.62 7A 3C 8P Underground Sewer Et Water Permanent And Shaft Type King Power Equipment Operators- Finishing Machine, Bidwell And $51.40 7A 3C 8P Underground Sewer Et Water Gamaco Et Similar Equipment :King Power Equipment Operators- Forklift: 3000 Lbs And Over $50.98 7A 3C 8P Underground Sewer Et Water With Attachments King Power Equipment Operators- Forklifts: Under 3000 Lbs. With $48.62 7A 3C 8P Underground Sewer Et Water Attachments ;King Power Equipment Operators- Grade Engineer: Using Blue $51.40 7A 3C 8P Underground Sewer Et Water Prints, Cut Sheets, Etc King Power Equipment Operators- Gradechecker/stakeman $48.62 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Guardrail Punch $51.40 7A 3C 8P Underground Sewer Et Water ;King Power Equipment Operators- Guardrail Punch/Auger $51.40 7A 3C 8P Underground Sewer Et Water ;King Power Equipment Operators- Hard Tail End Dump $51.89 7A 3C 8P Underground Sewer Et Water Articulating Off- Road Equipment 45 Yards. Et Over https:H fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 11/14/2012 Page 13 of 18 lKing Power Equipment Operators- Hard Tail End Dump $51.40 7A 3C 8P j Underground Sewer Et Water Articulating Off-road Equipment Under 45 Yards King Power Equipment Operators- Horizontal/directional Drill $50.98 7A 3C 8P s Underground Sewer Et Water Locator King Power Equipment Operators- Horizontal/directional Drill $51.40 7A 3C 8P Underground Sewer Et Water Operator hKing Power Equipment Operators-. Hydralifts/boom Trucks Over $50.98 7A 3C 8P Underground Sewer Et Water 10 Tons 3 ;King Power Equipment Operators- Hydralifts/boom Trucks, 10. $48.62 7A 3C 8P Underground Sewer Et Water Tons And Under i Y 'King Power Equipment Operators- Loader, Overhead 8 Yards. Et $52.44 7A 3C 8P 3 Underground Sewer Et Water Over IKing Power Equipment Operators- Loader, Overhead, 6 Yards. But $51.89 7A 3C 8P Underground Sewer Et Water Not Including 8 Yards 3King Power Equipment Operators- Loaders, Overhead Under 6 $51.40 7A 3C 8P Underground Sewer Et Water Yards lKing Power Equipment Operators- Loaders, Plant Feed $51.40 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Loaders: Elevating Type Belt $50.98 7A 3C 8P Underground Sewer Et Water ' =King Power Equipment Operators- Locomotives, All $51.40 7A 3C 8P ' Underground Sewer Et Water King Power Equipment Operators- Material Transfer Device $51.40 7A 3C 8P E Underground Sewer Et Water King Power Equipment Operators- Mechanics, All (leadmen - $52.44 7A 3C 8P Underground Sewer Et Water $0.50 Per Hour Over Mechanic) a 'King Power Equipment Operators- Mixers: Asphalt Plant $51.40 7A 3C 8P Underground Sewer Et Water f :King Power Equipment Operators- Motor Patrol Grader - Non- $50.98 7A 3C 8P Underground Sewer tEt Water finishing King Power Equipment Operators- Motor Patrol Graders, Finishing $51.89 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Mucking Machine, Mole, Tunnel $51.89 7A 3C 8P Underground Sewer Et Water Drill, Boring, Road Header And/or Shield :King Power Equipment Operators- Oil Distributors, Blower $48.62 7A 3C 8P Underground Sewer Et Water Distribution Et Mulch Seeding Operator King Power Equipment Operators- Outside Hoists (elevators And $50.98 7A 3C 8P Underground Sewer Et Water Mantifts), Air Tuggers,strato King Power Equipment Operators- Overhead, Bridge Type Crane: $51.40 7A 3C 8P k Underground Sewer Et Water 20 Tons Through 44 Tons King Power Equipment Operators- Overhead, Bridge Type: 100 $52.44 7A 3C 8P Underground Sewer Et Water Tons And Over King Power Equipment Operators- Overhead, Bridge Type: 45 $51.89 7A 3C 8P 4 Underground Sewer Et Water Tons Through 99 Tons King Power Equipment Operators- Pavement Breaker $48.62 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Pile Driver (other Than Crane $51.40 7A 3C 8P https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 11/14/2012 Page 14 of 18 ' Underground Sewer 8t Water Mount) j ;King Power Equipment Operators- Plant Oiler - Asphalt, Crusher $50.98 7A 3C 8P Underground Sewer 8r Water 'King Power Equipment Operators- Posthole Digger, Mechanical $48.62 7A 3C 8P Underground Sewer Et Water ^^•••er PIta CdR,6� 7A 3C 8P King Polder EQUlpm2fll VpClatylJ- rwvc� � �a��� _ i Underground Sewer Et Water King Power Equipment Operators- Pumps - Water $48.62 7A 3C 8P Underground Sewer 8t Water iKing Power Equipment Operators- Quad 9, Hd 41, D10 And Over $51.89 7A 3C 8P 5 Underground Sewer Et Water King Power Equipment Operators- Quick Tower - No Cab, Under $48.62 7A 3C 8P Underground Sewer Et Water 100 Feet In Height Based To 3 Boom ; King Power Equipment Operators- Remote Control Operator On $51.89 7A 3C 8P Underground Sewer Et Water Rubber Tired Earth Moving i Equipment King Power Equipment Operators- Rigger And BeRman $48.62 7A 3C 8P Underground Sewer Et Water 'King Power Equipment Operators- Rollagon $51.89 7A 3C 8P UnderQround Sewer Et Water s 1,King Power Equipment Operators- Roller, Other Than Plant Mix $48.62 7A 3C 8P UnderQround Sewer Et Water King Power Equipment Operators- Roller, Plant Mix Or Multi-lift $50.98 7A 3C 8P Underground Sewer Et Water Materials 'King Power Equipment Operators- Roto-mill, Roto-grinder $51.40 7A 3C 8P UnderQround Sewer Et Water :King Power Equipment Operators- Saws - Concrete $50.98 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Scraper, Self Propelled Under $51.40 7A 3C 8P Underground Sewer Et Water 45 Yards King Power Equipment Operators- Scrapers - Concrete Et Carry All $50.98 7A 3C 8P Underground Sewer Et Water 'King Power Equipment Operators- Scrapers, Self-propelled: 45 $51.89 7A 3C 8P Underground Sewer Et Water Yards And Over King Power Equipment Operators- Service Engineers - Equipment $50.98 7A X 8P Underground Sewer Et Water King Power Equipment Operators Shotcrete/gunite Equipment $48.62 7A 3C 8P Underground Sewer Et Water 'King Power Equipment Operators- Shovel , Excavator, Backhoe, $50.98 7A 3C 8P Underground Sewer Et Water Tractors Under 15 Metric Tons. King Power Equipment Operators- Shovel, Excavator, Backhoe: $51.89 7A 3C 8P UnderQround Sewer Et Water Over 30 Metric Tons To 50 Metric Tons `King Power Equipment Operators- Shovel, Excavator, Backhoes, $51.40 7A 3C 8P Underground Sewer Et Water Tractors: 15 To 30 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $52.44 7A 3C 8P Underground Sewer Et Water Over 50 Metric Tons To 90 ` Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $53.01 7A 3C I 8P https:Hfortress.wa.gov/lni/wagelookup/PrvWageloolcup.aspx 11/14/2012 Page 15 of 18 Underground Sewer &t Water Over 90 Metric Tons King Power Equipment Operators- Slip form Pavers $51.89 7A 3C 8P Underground Sewer &Water ! 'King Power Equipment Operators- Spreader, Topsider 8 $51.89 7A 3C 8P Underground Sewer E. Water Screedman §:King Power Equipment Operators- Subgrader Trimmer $51.40 7A 3C 8P s Underground Sewer Et Water yKing Power Equipment Operators- Tower Bucket Elevators $50.98 7A 3C 8P Underground Sewer It Water IKing Power Equipment Operators- Tower Crane Over 175'in $53.01 7A 3C 8P Underground Sewer ft Water Height, Base To Boom =King Power Equipment Operators- Tower Crane Up To 175' in $52.44 7A 3C 8P Underground Sewer it Water Height Base To Boom 'King Power Equipment Operators- Transporters, All Track Or $51.89 7A 3C 8P Underground Sewer Ft Water Truck Type King Power Equipment Operators- Trenching Machines $50.98 7A 3C 8P ? Underground Sewer ft Water t King Power Equipment Operators—Truck Crane Oiler/driver - 100 $51.40 7A 3C 8P I Underground Sewer £t Water Tons And Over King Power Equipment Operators- Truck Crane Oiler/driver Under $50.98 7A 3C 8P Underground Sewer 8t Water 100 Tons ;King Power Equipment Operators- Truck Mount Portable Conveyor $51.40 7A 3C 8P a T i Underground Sewer Et Water i sKing Power Equipment Operators- Welder $51.89 7A 3C 8P i I Underground Sewer fr. Water King Power Equipment Operators- Wheel Tractors, Farman Type $48.62 7A 3C 8P Underground Sewer & Water !King Power Equipment Operators- Yo Yo Pay Dozer $51.40 7A 3C 8P Underground Sewer & Water 'King Power Line Clearance Tree Journey Level In Charge $42.91 5A 4A Trimmers King Power Line Clearance Tree Spray Person $40.73 5A 4A Trimmers r. 'King Power Line Clearance Tree Tree Equipment Operator $41.29 5A 4A Trimmers s King Power Line Clearance Tree Tree Trimmer $38.38 5A 4A t Trimmers King Power Line Clearance Tree Tree Trimmer Groundperson $28.95 5A 4A Trimmers King Refrigeration Et Air Journey Level $69.96 6Z 1 G Conditioning Mechanics King Residential Brick Mason Journey Level $49.07 5A 1 M ;King Residential Carpenters Journey Level $28.20 1 j King Residential Cement Masons Journey Level $22.64 1 1 King Residential Drywall Applicators Journey Level $38.08 5D 1 M { King Residential Drywall Tapers Journey Level $49.79 5P 1 E ,King Residential Electricians JOURNEY LEVEL $30.44 1 King Residential Glaziers Journey Level $34.60 7L 1 H King Residential Insulation Journey Level $26.28 1 https:H fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 11/14/2012 Page 16 of 18 3 � Applicators 4King Residential Laborers Journey Level $23.03 1 `King Residential Marble Setters Journey Level $24.09 1 ;King Residential Painters Journey Level $24.46 1 King lResidential Plumbers Et liourney Level $34.69 1 Pipefitters J SKing Residential Refrigeration Et Air Journey Level $69.96 6Z 1G Conditioning Mechanics 'King Residential Sheet Metal Journey Level (Field or Shop) $41.30 7F 1 R I Workers 'King Residential Soft Floor Lavers Journey Level $41.78 5A 3D r King Residential Sprinkler Fitters Journey Level $41.31 5C 211 (Fire Protection) ;King Residential Stone Masons Journey Level $49.07 5A 1M King Residential Terrazzo Workers Journey Level $45.43 5A 1 M ;King Residential Terrazzo/Tile Journey Level $21.46 1 Finishers ;King Residential Tile Setters Journey Level $25.17 1 1 King Roofers Journey Level $43.90 5A 1 R ;King Roofers Using Irritable Bituminous $46.90 5A 1R Materials z King Sheet Metal Workers Journey Level (Field or Shop) $68.52 7F 1 E ;King Shipbuilding Et Ship Repair Boilermaker $35.83 7M 1H King Shipbuilding Et Ship Repair Carpenter $38.24 70 3B :King Shipbuilding Et Ship Repair Electrician $37.85 70 3B 'King Shipbuilding & Ship Repair Heat Et Frost Insulator $56.93 5J 1S ;King Shipbuilding Et Ship Repair Laborer $36.81 70 3B ;King Shipbuilding Et Ship Repair Machinist $37.81 70 3B ;King Shipbuilding Et Ship Repair Operator $40.20 70 3B 'King Shipbuilding Et Ship Repair Painter $37.81 70 3B `King Shipbuilding Et Ship Repair Pipefitter $37.79 70 3B King Shipbuilding Et Ship Repair Rigger $37.78 70 3B King Shipbuilding Et Ship Repair Sandblaster $36.81 70 3B King Shipbuilding Et Ship Repair Sheet Metal $37.77 70 3B 'King Shipbuilding Et Ship Repair Shipfitter $37.78 70 3B King Shipbuilding Et Ship Repair Trucker $37.63 70 3B King Shipbuilding £t Ship Repair Warehouse $37.68 70 3B FKing Shipbuilding Et Ship Repair Welder/Burner $37.78 70 3B ;King Sign Makers Et Installers Sign Installer $22.92 1 ' (Electrical) King Sign Makers Et Installers Sign Maker $21.36 1 (Electrical) King Sign Makers Et Installers (Non- Sign Installer $27.28 1 Electrical c King Sign Makers Et Installers (Non Sign Maker $33.25 1 Electrical) https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 11/14/2012 Page 17 of 18 ;King Soft Floor Layers Journey Level $41.78 5A 3D 'King Solar Controls For Windows Journey Level $12.44 1 King Sprinkler Fitters (Fire Journey Level $69.44 5C 1X Protection) King Stage Rigging Mechanics (Non Journey Level $13.23 1 Structural) E ;King Stone Masons Journey Level $49.07 5A 1M ±King Street And Parking Lot Journey Level $19.09 1 Sweeper Workers '.King Surveyors Assistant Construction Site $50.98 7A 3C 8P Surveyor ,,King Surveyors Chainman $50.46 7A 3C 8P 4 ;King Surve yors Construction Site Surveyor $51.89 7A 3C 8P jKing Telecommunication Journey Level $22.76 1 Technicians King Telephone Line Construction - Cable Splicer $35.09 5A 2B Outside `King Telephone Line Construction - Hole Digger/Ground Person $19.22 5A 2B Outside 'King Telephone Line Construction - Installer (Repairer) $33.63 5A 2B { Outside i 'King Telephone Line Construction - Special Aparatus Installer 1 $35.09 5A 2B s Outside *ing Telephone Line Construction - Special Apparatus Installer II $34.37 5A 2B 3 Outside s King Telephone Line Construction - Telephone Equipment Operator $35.09 5A 2B f Outside (Heavy) 'King Telephone Line Construction - Telephone Equipment Operator $32.62 5A 2B i Outside (Light) ±King Telephone Line Construction - Telephone Lineperson $32.62 5A 2B Outside King Telephone Line Construction - Television Groundperson $18.65 5A 2B Outside ti ?King Telephone Line Construction - Television Lineperson/Installer $24.66 5A 2B Outside King Telephone Line Construction - Television System Technician $29.42 5A 2B Outside i :King Telephone Line Construction - Television Technician $26.43 5A 2B Outside 'King Telephone Line Construction - Tree Trimmer $32.95 5A 2B Outside 3 King Terrazzo Workers Journey Level $45.43 5A 1M, King Tile Setters Journey Level $21.65 1 ;King Tile. Marble & Terrazzo Finisher $37.76 5A 1B Finishers King Traffic Control Stripers Journey Level $41.27 7A 1K 'King Truck Drivers Asphalt Mix Over 16 Yards (W. $47.91 5D 3A 8L I WA-Joint Council 28) King Truck Drivers Asphalt Mix To 16 Yards (W. $47.07 5D 3A 8L https://fortress.wa.gov/lni/wagelookup/PrvWagelookup.aspx 11/14/2012 Page 18 of 18 WA-Joint Council 28) } King Truck Drivers Dump Truck Et Trailer $47.91 5D 3A 8L King Truck Drivers Dump Truck (W. WA-Joint $47.07 5D 3A 8L Council 28) 3 King Truck Drivers Other Trucks (W. WA-Joint $47.91 5D 3A 8L _und �o �.�ui�u� eon e King Truck Drivers Transit Mixer $23.45 1 =King Well Drillers tz Irrigation Pump Irrigation Pump Installer $17.71 1 Installers ;King Welt Drillers & Irrigation Pump Oiler $12.97 1 Installers King Welt Drillers E Irrigation Pump Well Driller $18.00 1 Installers i https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 11/14/2012 Department of Labor and Industries S�F STATE 0 Prevailing Wage o� 6 N STATEMENT OF INTENT TO (360)902-5335 w J www.lni.wa.gov/TradesLicensing/PrevWage ' y PAY PREVAILING WAGES • This form must be typed or printed in ink. 1889 Public Works Contract • Fill in all blanks or the form will be returned for correction(see instructions). $40.00 Filing Fee Required • Please allow a minimum of 10 working days for processing. • Once approved,your form will be posted online at Intent ID ## (Assigned by L&I) https:Hfortress.wa. og v/1ni/l)wiapub/SearchFor.asp nYour Com pa Information Your Company Nam e Project Name Contract Number ABC Company,hic. Road Repair 2011-01B Your Address Awarding Agency 1234 Main Street WA State Department of Tran ation City State Zip+4 Awarding Agency Addres Olympia WA 98501-1234 PO Box 47354 Your Contractor Registration Number Your UBI Number City State ip+4 ABCCI*0123AA 123456789 Olympia WA 98501 Your Industrial Insurance Account Number Awarding cy Contact Name V05-5555 ber 111,111-I1 John Do Your Email Address(required for notification of approval) Your Phone Number County Where'lWe Performed 9ffy Where Work Will Be Performed prevailingwage @Ini.wa.gov (555)555-5555 T Olympia ,',A�lydlt10na1';�eta119'„Gr �a 5:,y«r tR '"�7 t - Yc 1 :^l� '=fit 5,t. -FFtf•iaf .'�. Your Expected Job Start Date1(mm/dd/yyyy) Bid Due Prime Co'..r is Award Date(Prime Contractor's) 01/01/2011 8/01/201 08/10/2010 Job Site Address/Directions to 1 Dollar Amount our.Contract(including State Street @ Plum Street s or time and materials,if applicable. $1000.00 ARRA Fu11ds'i i' a. ;;, a„ x 'e r Energy Efficient Funds' r. 1119 Does this project utilize American Recovery and Reinvestment Act(ARRA Does this �- u ze any weatherization or energy efficiency upgrade funds ❑Yes ®No (ARRA or o j e)? ❑Yes ®No Frtme Cori'tractoris;Company Informahon,z „i ,,r,;' Htrmg'Eontractor's Company;Liformatton” ,,, Prime Contractor's Company Name Prtt s Intent Nu r gstractor's Company Name XYZ Company,Inc. 1 ' 456 Su avers,Inc. Prime Contractor's Registration Number Prime Contra VsT%Q1 H' 'ng Contractor's Contractor Registration Number Hiring Contractor's UBI Number XYZIN*0123AA 987654321 SUPERPA123AA 321456987 mployment Information � . 1 � > a � �s � ,:. .0 a tai ,• .,Y' ..gin P °!r'; Do you intend to use ANY subcontracto ) El Yes Io Will employees perform work on this project? ®Yes El No Will ALL work be subcontracted? ®No Do you intend to use apprentice employees? ®Yes ❑No Number of Owner/O who own at leas ..0°- the comp ho will perform work on the project: ❑None(0) ®One(1) ❑Two(2) ❑Thee(3) Crafts/Trades/ .`cupations=a(Do not list appr. tices. They are listed on the-Affidavit of Wages Paid only.) Rate of Hourly Number of Rate of Hourly If an employe rks in more than one trade,enNet, that all hours worked in each trade are reported below. Usual("Fringe") For additional sArades/ ease u oeftdum A. Workers Pay Benefits Laborer-Asphal 2 39.28 5.00 Power Equipment Operator-Asphalt P t Operator 1 48.04 2.35 Truck Driver-Asphalt Mix ds) 1 46.47 0.00 SI natllr@:B10Ck� �x� + . .N .:;'r.., mtm,gp y, ,.SY r ,s,r '" Y:-..,. s n ii t ';1,'7 .r At$�, ¢ , :�.M,.>` > I hereby certify that I have read and understand the instructions to complete this form and that the information,including any addenda,are 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 Statistician of the Department of Labor and Industries. Print Name: Print Title: Si nature: Date: 15:�r T�a4Y13'USe�lil �r.�, „�„M �,�r ,i. S,S ,a'� ;,ta. .;�s-„�s. �s '�3� �','*,, .s. , .e.Y C3�,.Qy C �': �s'� ,d�. ✓r�. ��..:�5�',��''� ' r �,.w�t,a e,�,4F'�'rs y ✓c,t,§�;..Y' t: Approved by signature of the Department of Labor and Industries Industrial Statistician NOTICE: If the prime contract is at a cost of over one million dollars($1,000,000.00),RC W 39.04.370 requires you to complete the EHB 2805(RCW 39.04.370)Addendum and attach it o your Affidavit of Wages of Paid when your work on the project concludes. This is only a notice.The EHB 2805 Addendum is not submitted with this Intent. AMPLE-F700-029-000 Statement of Intent to Pay Prevailing Wages 03-2011 Department of Labor and Industries �ST.A 0 AFFIDAVIT OF WAGES PAID Prevailing Wage Program o b (360)902-5335 x Public Works Contract www.lni.wa.gov/TradesLicensing/PrevWage �d' n$ $40.00 Filing Fee Required 1 • This form must be typed or printed in ink. Affidavit ID # (Assigned by L&I) • Fill in ALL blanks or the form will be returned for correction(see instructions). • Please allow a minimum of 10 working days for processing. • Once approved,your form will be posted online at SAMPLE https:Hfortress.wa. og v/lni/pwiapub/SearchFor.asp Your Company Name Project Name Contract Number ABC Company Road Repair 123-456 Your Address Awarding Agency 1234 Main Street WA St Department of,.Transportation City State Zip+4 Awarding Agency Addres5?s?„i” is Olympia WA 98501-1234 PO Box 123 Your Contractor Registration Number Your UBI Number City "E j°;,`%g;q n ", State Zip+4 `f's WA 98501 ABCCI*0123AA 123456789 Olympia ; ,7i° ,;� Your Industrial Insurance Account Number Awarding Agency Contact N me;o§!'; Phone Number 111,111-11 JohnDQP',. h` (555),555-5555 Your Email Address(required for notification of approval) Your Phone Number County Where,Work Was Performed ;p City,here Work Was Performed 1prevailingwage@ln.wa.gov ( 555-5555 Thurston Olympta Aildrtronal Detach ,. li.;'Contract D6' '1 >; Your Job Start Date(mm/dd/yyyy) Your Date Work Completed(mm/dd/yyyy),l', Bid Due Date,(Prime Contractor's)S Award Date(Prime Contractor's) 2/1/2011 3/1/2011 =1/1/2011 1/5/2011 Job Site Address/Directions Your Approved Intent ID# Indicate Total Dollar Amount of Your Contract Plum and State Street 123456 ii s (rnctuding`sales tax). $10,000.00 EHB 2805(RCW 39.04.370)—Is the Prime Contractor's If you'apswered"Yes"to the EHB 2805 question and the Award Date is 9/1/2010 or Contract at a cost of over one million dollars($1,000,000)? ❑Yes ®::] later you must complete and submit the EHB 2805(RCW 39.04.370)Addendum. �Weatkerrzahon,or.Ener,'"°Efficient Funds,_ Does this project utilize American Recovery and Reinvestment Act(ARRA)funds? D6es:this project'utilize any weatherization or energy efficiency upgrade funds ❑Yes No (ARRA:or otherwise)? ❑Yes ®No t 1 pa: t r Prime Contractor's Com an'ytInformatron Hrrm'';Contraefor's•Com"an Information":= u, Prime Contractor's Company Name Hiring Contractor's Company Name XYZ Com an P Y CBA Company Prime Contractor's Registration Number ;ri°s Prime Contractor's UBINumber Hiring Contractor's Registration Number Hiring Contractor's UBI Number " CBACI*0123AA 456789123 XYZCI*0123AA 9,87654321 :=,,, „k:r. Em to mint InformahonFr„ � Did you use ANY subcontractors? El Yes(Addeddum!B Required) ';f> ®No Did employees perform work on this project? ®Yes ❑No Was ALL work subcontracted? ❑yes,(Addendum B Required) ®No Did you use apprentice employees? ❑Yes ®No Number of Owner/Operators who owwat least 30%0 of the company who performed work on this project: El None(0) ED One(1) r-1 Two(2) E] Three(3) You must list the First and Last Names of any Owner/O`erator erformin work below List your Crafts/Trades/Occupations Below-For Jouiney Level Workers you must Number of Total#of Hours Rate of Hourly Rate of Hourly provide all of the information below. Owner/Operators;must provide their First and Last Workers Worked Pay Usual("Fringe") name no other information required. **Apprentices!are not recorded below.You must Benefits use Addendum D to list Apprentices. General Labor 2 153 41.23 8.54 ,Carpenter 5 210 1 52.26 1 10.13 Slgnature;Block I hereby certify that IAhave read and understand the instructions to complete this form and that the information on the form and any addenda is correct and that all workers I employed on this Public Works Project were paid no less than the Prevailing Wage Rate(s)as determined by the Industrial Statistician of the Department of Labor and Industries. Print Name:Jane Doe Print Title:Bookkeeper Signature: Date:3/5/2011 APPROVED: Department of Labor and Industries By Industrial Statistician ;AMPLE-F700-007-000 Affidavit of Wages Paid 3-2011 WASHDOT AMENDMENTS 1 INTRO.AP1 2 INTRODUCTION 3 The following Amendments and Special Provisions shall be used in conjunction with the 4 2012 Standard Specifications for Road, Bridge, and Municipal Construction. 5 6 AMENDMENTS TO THE STANDARD SPECIFICATIONS 7 8 The following Amendments to the Standard Specifications are made a part of this contract 9 and supersede any conflicting provisions of the Standard Specifications. For informational 10 purposes, the date following each Amendment title indicates the implementation date of the 11 Amendment or the latest date of revision. 12 13 Each Amendment contains all current revisions to the applicable section of the Standard 14 Specifications and may include references which do not apply to this particular project. 15 16 1-01.AP1 17 Section 1-01, Definition and Terms 18 August 6, 2012 19 1-01.3 Definitions 20 The definition for"Bid Documents" is revised to read: 21 22 The component parts of the proposed Contract which may include, but are not limited 23 to, the Proposal Form, the proposed Contract Provisions, the proposed Contract Plans, 24 Addenda, and, for projects with Contracting Agency subsurface investigations, the 25 Summary of Geotechnical Conditions and subsurface boring logs (if any). 26 27 The definition for"Superstructures" is revised to read.:. 28 29 The part of the Structure above: 30 31 1. The bottom of the grout pad for the simple and continuous span bearing, or 32 33 2. The bottom of the block supporting the girder, or 34 35 3. Arch skewback and construction joints at the top of vertical abutment members 36 or rigid frame piers. 37 38 Longitudinal limits of the Superstructure extend from end to end of the Structure in 39 accordance with the following criteria: 40 41 1. From the face of end diaphragm abutting the bridge approach embankment for 42 end piers without expansion joints, or 43 44 2. From the end pier expansion joint for bridges with end pier expansion joints. 45 46 Superstructures include, but are not limited to, the bottom slab,and webs of box girders, 47 the bridge deck and diaphragms of all bridges, and the sidewalks when shown on the 48 bridge deck. The Superstructure also includes the girders, expansion joints, bearings, 49 barrier, and railing attached to the Superstructure when such Superstructure AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised:9/17/2012 Page 1 1 components are not otherwise covered by separate unit measured or lump sum bid 2 items. 3 4 Superstructures do not include endwalls, wingwalls, barrier and railing attached to the 5 wingwalls, and cantilever barriers and railings unless supported by the Superstructure. 6 7 1-02.AP 1 L1ec&:or, ,4�n7 Du 0r ^^AIIrAC nnri r�nr1itinnc O 7L IVL, LOI%A 1 1 VVGNN VJ M .N 9 January 2, 2012 10 1-02.4(2) Subsurface Information 11 The first two sentences in the first paragraph are revised to read: 12 13 If the Contracting Agency has made subsurface investigation of the site of the proposed 14 work, the boring log data, soil sample test data, and geotechnical recommendations 15 reports obtained by the Contracting Agency will be made available for inspection by the 16 Bidders at the location specified in the Special Provisions. The Summary of 17 Geotechnical Conditions, as an appendix to the Special Provisions, and the boring logs 18 shall be considered as part of the Contract. 19 20 1-03.AP1 21 Section 1-03, Award and Execution of Contract 22 April 2, 2012 23 1-03.1(1) Tied Bids 24 This section's title is revised to read: 25 26 1-03.1(1) Identical Bid Totals 27 28 1-05.AP1 29 Section 1-05, Control of Work 30 August 6, 2012 31 1-05.13(1) Emergency Contact List 32 The second sentence in the first paragraph is revised to read: 33 34 The list shall include, at a minimum, the Prime Contractor's Project Manager, or 35 equivalent, the Prime Contractor's Project Superintendent, the Erosion and Sediment 36 Control (ESC) Lead and the Traffic Control Supervisor. 37 38 1-07.AP1 39 Section 1-07, Legal Relations and Responsibilities to the Public 40 June 4, 2012 41 1-07.1 Laws to be Observed 42 The following two sentences are inserted after the first sentence in the third paragraph: 43 44 In particular the Contractor's attention is drawn to the requirements of WAC 296.800 45 which requires employers to provide a safe workplace. More specifically WAC 46 296.800.11025 prohibits alcohol and narcotics from the workplace. 47 AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised:9/17/2012 Page 2 1 1-08.AP1 2 Section 1-08, Prosecution and Progress 3 April 2, 2012 4 1-08.1 Subcontracting 5 In the eighth paragraph, "Contracting Agency" is revised to read "WSDOT". 6 7 1-08.3(1) General Requirements 8 The following new paragraph is inserted after the first paragraph: 9 10 Total float belongs to the project and shall not be for the exclusive benefit of any party. 11 12 1-08.7 Maintenance During Suspension 13 The second paragraph is revised to read: 14 15 At no expense to the Contracting Agency, the Contractor shall provide through the 16 construction area safe, smooth, and unobstructed roadways and pedestrian access 17 routes for public use during the suspension (as required in Section 1-07.23 or the 18 Special Provisions.)This may include a temporary road, alternative pedestrian access 19 route or detour. 20 21 1-09.AP1 22 Section 1-09, Measurement and Payment 23 August 6, 2012 24 1-09.1 Measurement of Quantities 25 The following new sentence is inserted after the sentence ""Ton":2,000 pounds of 26 avoirdupois weight": 27 28 Items of payment that have "Lump Sum" or"Force Account" in the Bid Item of Work 29 shall have no specific unit of measurement requirement. 30 31 1-09.2(5) Measurement 32 The second sentence in the first paragraph is revised to read: 33 34 The frequency of verification checks will be such that at least one test weekly is 35 performed for each scale used in weighing contract items of Work. 36 37 3-04.AP3 38 Section 3-04, Acceptance of Aggregate 39 April 2, 2012 40 3-04.3(7)D4 An Entire Lot 41 The last sentence is deleted. 42 43 3-04.5 Payment 44 In the second paragraph, the reference "Section 3-04.3(6)C " is revised to read "Section 3- 45 04.3(8)". 46 47 In Table 1, the row containing the item "Gravel Borrow for Geosynthetic Retaining Wall" is 48 revised to read: AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised:9/17/2012 Page 3 1 9-03.14(4) Gravel Borrow for Geosynthetic 4000 2000 $30 $60 Retaining Wall 2 3 4 5 5-01.AP5 cam•-+�„„ �_n1_ Cement Concrete Pavement Rehabilitation 7 April 2, 2012 8 5-01.3(2)B Portland Cement Concrete 9 The fifth sentence in the third paragraph is revised to read: 10 11 The lower Specification limit for compressive strength shall be 4,000=psi. 12 13 The last two sentences in the third paragraph are deleted. 14 15 5-01.3(11) Concrete Slurry 16 This section including title is revised to read: 17 18 5-01.3(11) Concrete Slurry and Grinding Residue 19 All concrete slurry and grinding residue shall be removed from the pavement surface on 20 a continual basis immediately behind the grinding or cutting operations. Slurry shall not 21 be allowed to drain into an area open to traffic, off of the paved surface or into any 22 drainage structure. 23 24 The Contractor shall collect the concrete slurry and grinding residue from the pavement 25 surface and dispose of it in accordance with Section 2-03.3(7)C. 26 27 Opening to traffic shall meet the requirements of Section 5-05.3(17). 28 29 5-02.AP5 30 Section 5-02, Bituminous Surface Treatment 31 August 6, 2012 32 5-02.2 Materials 33 The following new paragraph is inserted after the second paragraph: 34 35 Each source of aggregate for bituminous surface treatment shall be evaluated 36 separately for acceptance in accordance with Section 3-04. 37 38 5-04.AP5 39 Section 5-04, Hot Mix Asphalt . 40 August 6, 2012 i 41 5-04.3(10)B3 Longitudinal Joint Density 42 The section including title is revised to read: 43 I AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised:9/17/2012 Page 4 1 5-04.3(10)B3 Vacant 2 3 5-04.3(11)D General 4 The last sentence in the first paragraph is deleted. 5 6 6-02.AP6 7 Section 6-02, Concrete Structures 8 August 6, 2012 9 6-02.3(2) Proportioning Materials 10 The Lean Concrete value in the column "Minimum Cemetitious Content (pounds)" in the 11 table titled "Cementitious Requirement for Concrete" is revised to read: 12 13 ****145 14 15 The following new note is inserted after the note "*** No maximum specified" in the table 16 titled "Cementitious Requirement for Concrete": 17 18 ****Maximum of 200 pounds 19 20 6-02.3(2)B Commercial Concrete 21 The second paragraph is revised to read: 22 23 Where concrete Class 3000 is specified for items such as, culvert headwalls, plugging 24 culverts, concrete pipe collars, pipe anchors, monument cases, Type PPB, PS, I, FB 25 and RM signal standards, pedestals, cabinet bases, guardrail anchors, fence post 26 footings, sidewalks, curbs, and gutters, the Contractor may use commercial concrete. If 27 commercial concrete is used for sidewalks, curbs, and gutters, it shall have a minimum 28 cementitious material content of 564 pounds per cubic yard of concrete, shall be air 29 entrained, and the tolerances of Section 6-02.3(5)C shall apply. 30 31 6-02.3(2)D Lean Concrete 32 This section is revised to read: 33 34 Lean concrete shall meet the cementitious requirements of Section 6-02.3(2) and have 35 a maximum water/cement ratio of 2. 36 37 6-02.3(14)C Pigmented Sealer for Concrete Surfaces 38 This section is revised to read: 39 40 The Contractor shall submit the pigmented sealer manufacturer's written instructions 41 covering, at a minimum, the following: 42 43 1. Surface preparation 44 45 2. Application methods 46 47 3. Requirements for concrete curing prior to sealer application 48 49 4. Temperature, humidity and precipitation limitations for application 50 AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised:9/17/2012 Page 5 1 5. Rate of application and number of coats to apply 2 3 The Contractor shall not begin applying pigmented sealer to the surfaces specified to 4 receive the sealer until receiving the Engineer's approval of the submittal. 5 6 All surfaces specified in the Plans to receive pigmented sealer shall receive a Class 2 7 surface finish (except that concrete barrier surfaces shall be finished in accordance with U co,.+:,,,, r,-n,? W1 1W. ThP Contractor shall not apply pigmented sealer from a batch 9 greater than 12 months past the initial date of color sample approval of that batch by the 10 Engineer. 11 12 The pigmented sealer color or colors for specific concrete surfaces shall be as specified 13 in the Special Provisions. 14 15 The final appearance shall be even and uniform without blotchiness, streaking or 16 uneven color. Surface finishes deemed unacceptable by the Engineer shall be re- 17 coated in accordance with the manufacturer's recommendations at no additional 18 expense to the Contracting Agency. 19 20 For concrete surfaces such as columns, retaining walls, pier walls, abutments, concrete 21 fascia panels, and noise barrier wall panels, the pigmented sealer shall extend to 1 foot 22 below the finish ground line, unless otherwise shown in the Plans. 23 24 6-02.3(16) Plans for Falsework and Formwork 25 Item No. 4 in the seventh paragraph is revised to read: 26 27 4. Conditions required by other Sections of 6-02.3(17), Falsework and Formwork. 28 29 Item's No. 5, 6, 7, and 8 in the seventh paragraph are deleted. 30 31 The following paragraph is inserted after the seventh paragraph: 32 33 Plan approval can be done by the Project Engineer for footings and walls 4 to 8 feet high 34 (excluding pedestal height) provided: 35 36 1. Concrete placement rate is 4 feet per hour or less. 37 38 2. Facing is 3/-inch plywood with grades as specified per Section 6-02.3(17)1. 39 40 3. Studs, with plywood face grain perpendicular, are 2 by 4's spaced at 12 inches. 41 42 4. Walers with 3,000 pound safe working load ties spaced at 24 inches are two 2 by 43 4's spaced at 24 inches. 44 45 6-02.3(17)F Bracing 46 In the first paragraph, the phrase "per Section 6-02.3(17)1" is revised to read "in accordance 47 with Section 6-02.3(17)1". 48 49 This section is supplemented with the following new sub-section: 50 AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised:9/17/2012 Page 6 1 6-02.3(17)F5 Temporary Bracing for Bridge Girders During Diaphragm and 2 Bridge Deck Concrete Placement 3 Prestressed concrete girders shall be braced to resist forces that would cause rotation 4 or torsion in the girders caused by the placing of precast concrete deck panels and 5 concrete for the bridge deck. 6 7 Bracing shall be designed and detailed by the Contractor and shall be shown in the 8 falsework/formwork plans submitted to the Engineer for approval. These braces shall be 9 furnished, installed, and removed by the Contractor at no additional cost to the 10 Contracting Agency. The Contractor may consider the bracing effects of the 11 diaphragms in developing the falsework/formwork plans. The Contractor shall account 12 for the added load from concrete finishing machines and other construction loadings in 13 the design of the bracing. 14 15 Falsework support brackets and braces shall not be welded to structural steel bridge 16 members or to steel reinforcing bars. 17 18 6-02.3(17)F4 Temporary Bracing for Bridge Girders 19 This section including title Js revised to read: 20 21 6-02.3(17)F4 Temporary Bracing for Bridge Girders During Erection 22 Steel girders shall be braced in accordance with Section 6-03.3(7)A. 23 24 Prestressed concrete girders shall be braced sequentially during girder erection. The 25 bracing shall be designed and detailed by the Contractor and shall be shown in the 26 falsework/formwork plans submitted to the Engineer for approval. The Contractor shall 27 furnish, install, and remove the bracing at no additional cost to the Contracting Agency. 28 29 At a minimum, the Contractor shall brace girders at each end and at midspan to prevent 30 lateral movement or rotation. This bracing shall be placed prior to the release of each 31 girder from the erection equipment. If the bridge is constructed with cast-in-place 32 concrete diaphragms, the bracing may be removed once the concrete in the 33 diaphragms has been placed and cured for a minimum of 24 hours. 34 35 6-02.3(17)H Formwork Accesories 36 The first paragraph is deleted and replaced with the following two new paragraphs: 37 38 Formwork accessories such as form ties, form anchors, form hangers, anchoring 39 inserts, and similar hardware shall be specifically identified in the formwork plans 40 including the name and size of the hardware, manufacturer, safe working load, and 41 factor of safety. The grade of steel shall also be indicated for threaded rods, coil rods, 42 and similar hardware. Wire form ties shall not be used. Welding or clamping formwork 43 accessories to Contract Plan reinforcing steel will not be allowed. Driven types of 44 anchorages for fastening forms or form supports to concrete, and Contractor fabricated 45 "J" hooks shall not be used. Field drilling of holes in prestressed girders is not allowed. 46 47 Taper ties may be used provided the following conditions are met: 48 49 1. The structure is not designed to resist water pressure (pontoons, floating . 50 dolphins, detention vaults, etc.) 51 AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised:9/17/2012 Page 7 1 2. After the taper tie is removed, plugs designed and intended for plugging taper 2 tie holes shall be installed at each face of concrete. The plug shall be installed 3 a minimum of 1 '/2" clear from the face of concrete. 4 5 3. After the plug is installed, the hole shall be cleaned of all grease, 6 contamination and foreign matter. 7 g a NnIPs nn the exposed faces of concrete shall be patched and finished to match 9 the surrounding concrete. 10 11 6-02.3(25)N Prestressed Concrete Girder Erection 12 The third sentence in the fifth paragraph is revised to read: 13 14 The girders shall be braced in accordance with Sections 6-02.3(17)F4 and 6- 15 02.3(17)F5. 16 17 6-02.3(26)E5 Leak Tightness Testing 18 The first sentence in the first paragraph is revised to read: 19 20 The Contractor shall test each completed duct assembly for leak tightness after placing 21 concrete but prior to placing post tensioning reinforcement. 22 23 The second paragraph is revised to read: 24 25 Prior to testing, all grout caps shall be installed and all vents, grout injection ports, and 26 drains shall either be capped or have their shut-off valves closed. The Contractor shall 27 pressurize the completed duct assembly to an initial air pressure of 50 psi. This 28 pressure shall be held for five-minutes to allow for internal adjustments within the 29 assembly. After five minutes, the air supply valve shall be closed. The Contractor shall 30 monitor and measure the pressure maintained within the closed assembly, and any 31 subsequent loss of pressure, over a period of one minute following the closure of the air 32 supply valve. The maximum pressure loss for duct assemblies equal to or less than 33 150 feet in length shall be 25 psig. The maximum pressure loss for duct assemblies 34 greater than 150 feet in length shall be 15 psig. If the pressure loss exceeds the 35 allowable, locations of leakage shall be identified, repaired or reconstructed using 36 methods approved by the Engineer. The repaired system shall then be retested. The 37 cycle of testing, repair and retesting of each completed duct assembly shall continue 38 until the completed duct assembly completes a test with pressure loss within the 39 specified amount. 40 41 6-03.AP6 42 Section 6-03, Steel Structures 43 April 2, 2012 44 6-03.3(28)A Method of Shop Assembly 45 The first sentence in Item 2.C. is revised to read: 46 47 For Trusses and Girders—After the first stage has been completed, each subsequent 48 stage shall be assembled to include: at least one truss panel or girder shop section of 49 the previous stage and two or more truss panels or girder shop sections added at the 50 advancing end. 51 AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised:9/17/2012 Page 8 1 6-05.AP6 2 Section 6-05, Piling 3 August 6, 2012 4 6-05.5 Payment 5 The paragraph following the bid item, "Driving St. Pile"; per each is revised to read: 6 7 The unit Contract price per each for"Driving (type) Pile ( )" shall be full pay for 8 driving the pile to the ultimate bearing and/or penetration specified. 9 10 6-06.AP6 11 Section 6-06, Bridge Railings 12 August 6, 2012 13 6-06.3(2) Metal Railings 14 The third paragraph is revised to read: 15 16 Anchor bolts shall be positioned with a template to ensure that bolts match the hole 17 spacing of the bottom channels or anchorage plates. 18 19 6-07.AP6 20 Section 6-07, Painting 21 April 2, 2012 22 6-07.3(9)A Paint System 23 The first sentence in the second paragraph is revised to read: 24 25 All paint coating components of the selected paint system shall be produced by the 26 same manufacturer. 27 28 6-07.3(10)H Paint System 29 The first and second sentences in the second paragraph are revised to read: 30 31 All paint coating components of the selected paint system shall be produced by the 32 same manufacturer. 33 34 6-10.AP6 35 Section 6-10, Concrete Barrier 36 August 6, 2012 37 6-10.3 Construction Requirements •38 This section is supplemented with the following: - 39 40 Steel welded wire reinforcement deformed, conforming to Section 9-07.7, may be 41 substituted in concrete barrier in place of deformed steel bars conforming to Section 9- 42 07.2, subject to the following conditions: 43 44 1. Steel welded wire reinforcement spacing shall be the same as the deformed 45 steel bar spacing as shown in the Standard Plans. 46 AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised:9/1712012 Page 9 1 2. The minimum cross sectional area for steel welded wire reinforcement shall be 2 no less than 86 percent of the cross sectional area for the deformed steel bars 3 being substituted. 4 5 3. Development lengths and splice lengths shall conform to requirements 6 specified in the AASHTO LRFD Bridge Design Specifications, current edition. 7 8 v-10.5 Payment 9 In the second paragraph, the bid item "Conc. Class 4000" is revised to read: 10 11 "Conc. Class 4000_" 12 13 6-12.AP6 14 Section 6-12, Noise Barrier Walls 15 August 6, 2012 16 6-12.3(3) Shaft Construction 17 The third sentence in the fifth paragraph is revised to read: 18 19 When efforts to advance past the obstruction to the design shaft tip elevation result in 20 the rate of advance of the shaft drilling equipment being significantly reduced relative to 21 the rate of advance for the rest of the shaft excavation, then the Contractor shall remove 22 the obstruction under the provisions of Section 6-12.5. 23 24 6-12.3(6) Precast Concrete Panel Fabrication and Erection 25 The second sentence in item number 3 is deleted. 26 27 6-12.5 Payment 28 This section is supplemented with the following: 29 30 "Removing Noise Barrier Wall Shaft Obstructions", estimated. 31 32 Payment for removing obstructions, as defined in Section 6-12.3(3), will be made for the 33 changes in shaft construction methods necessary to remove the obstruction. The 34 Contractor and the Engineer shall evaluate the effort made and reach agreement on the 35 equipment and employees utilized, and the number of hours involved for each. Once 36 these cost items and their duration have been agreed upon, the payment amount will be 37 determined using the rate and markup methods specified in Section 1-09.6. For the 38 purpose of providing a common proposal for all bidders, the Contracting Agency has 39 entered an amount for the item "Removing Noise Barrier Wall Shaft Obstructions" in the 40 bid proposal to become a part of the total bid by the Contractor. 41 42 If the shaft construction equipment is idled as a result of the obstruction removal work 43 and cannot be reasonably reassigned within the project, then standby payment for the 44 idled equipment will be added to the payment calculations. If labor is idled as a result of 45 the obstruction removal work and cannot be reasonably reassigned within the project, 46 then all labor costs resulting from Contractor labor agreements and established 47 Contractor policies will be added to the payment calculations. 48 49 The Contractor shall perform. the amount of obstruction work estimated by the 50 Contracting Agency within the original time of the contract. The Engineer will consider a AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised:4/17/2012 Page 10 1 time adjustment and additional compensation for costs related to the extended duration 2 of the shaft construction operations, provided: 3 4 1. the dollar amount estimated by the Contracting Agency has been exceeded, 5 and; 6 7 2. the Contractor shows that the obstruction removal work represents a delay to 8 the completion of the project based on the current progress schedule provided 9 in accordance with Section 1-08.3. 10 11 6-14.AP6 12 Section 6-14, Geosynthetic Retaining Walls 13 January 2, 2012 14 6-14.2 Materials 15 The referenced section for the following item is revised to read: 16 17 Grout 9-20.3(4) 18 19 In the first paragraph, the following items are inserted after the item "Gravel Borrow For 20 Geosynthetic Retaining Wall": 21 22 Polyurethane Sealant 9-04.2(3) 23 Closed Cell Foam Backer Rod 9-04.2(3)A 24 25 6-15.AP6 26 Section 6-15, Soil Nail Walls 27 January 2, 2012 28 6-15.2 Materials 29 The referenced section for the following item is revised to read: 30 31 Grout 9-20.3(4) 32 33 6-15.3(3) Submittals 34 Item f beneath item number 3 is revised to read: 35 36 f. Mix design and procedures for placing the grout. 37 38 6-15.3(6) Soil Nailing 39 This section is supplemented with the following: 40 41 The Contractor shall make and cure grout cubes once per day in accordance with 42 WSDOT Test Method T 813. These samples shall be retained by the Contractor until all 43 associated verification and proof testing of the soil nails has been successfully 44 completed. If the Contractor elects to test the grout cubes for compressive strength, 45 testing shall be conducted by an independent laboratory and shall be in accordance 46 with the WSDOT FOP for AASHTO T106. 47 AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised:9/17/2012 Page 11 1 6-16.AP6 2 Section 6-16, Soldier Pile and Soldier Pile Tieback Walls 3 January 2, 2012 4 6-16.3(3) Shaft Excavation 5 The third sentence in the seventh paragraph is revised to read: 6 LL.1. L. ..1,,..r�� ++ho -6ofriit- inn +� the �_iacic7n shaft tip elevation result in 7 When eiiui15 o advance past t. w,,,,.,.. . - 8 the rate of advance of the shaft drilling equipment being significantly reduced relative to 9 the rate of advance for the rest of the shaft excavation, then the Contractor shall remove 10 the obstruction under the provisions of Section 6-16.5. 11 12 6-16.5 Payment 13 This section is supplemented with the following: 14 15 "Removing Soldier Pile Shaft Obstructions", estimated. 16 17 Payment for removing obstructions, as defined in Section 6-16.3(3), will be made for the 18 changes in shaft construction methods necessary to remove the obstruction. The 19 Contractor and the Engineer shall evaluate the effort made and reach agreement on the 20 equipment and employees utilized, and the number of hours involved for each. Once 21 these cost items and their duration have been agreed upon, the payment amount will be 22 determined using the rate and markup methods specified in Section 1-09.6. For the 23 purpose of providing a common proposal for all.bidders, the Contracting Agency has 24 entered an amount for the item "Removing Soldier Pile Shaft Obstructions" in the bid 25 proposal to become a part of the total bid by the Contractor. 26 27 If the shaft construction equipment is idled as a result of the obstruction removal work 28 and cannot be reasonably reassigned within the project, then standby payment for the 29 idled equipment will be added to the payment calculations. If labor is idled as a result of 30 the obstruction removal work and cannot be reasonably reassigned within the project, 31 then all labor costs resulting from Contractor labor agreements and established 32 Contractor policies will be added to the payment calculations. 33 34 The Contractor shall perform the amount of obstruction work estimated by the 35 Contracting Agency within the original time of the contract. The Engineer will consider a 36 time adjustment and additional compensation for costs related to the extended duration 37 of the shaft construction operations, provided: 38 39 1. the dollar amount estimated by the Contracting Agency has been exceeded, 40 and; 41 42 2. the Contractor shows that the obstruction removal work represents a delay to 43 the completion of the project based on the current progress schedule provided 44 in accordance with Section 1-08.3. 45 46 6-17.AP6 47 Section 6-17, Permanent Ground Anchors 48 August 6, 2012 49 6-17.3(3) Submittals 50 The first sentence in the sixth paragraph is revised to read: AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised:9/17/2012 Page 12 1 2 The Contractor shall submit the mix design for the grout conforming to Section 9-20.3(4) 3 and the procedures for placing the grout to the Engineer for approval. 4 5 6-17.3(7) Installing Permanent Ground Anchors 6 The following new paragraph is inserted after the sixth paragraph: 7 8 The Contractor shall make and cure grout cubes once per day in accordance with 9 WSDOT Test Method T 813. These samples shall be retained by the Contractor until all 10 associated verification, performance and proof testing of the permanent ground anchors 11 has been successfully completed. If the Contractor elects to test the grout cubes for 12 compressive strength, testing shall be conducted by an independent laboratory and 13 shall be in accordance with the WSDOT FOP for AASHTO T106. 14 15 6-17.3(9) Permanent Ground Anchor Acceptance Criteria 16 The fourth paragraph is deleted. 17 18 6-19.AP6 19 Section 6-19, Shafts 20 August 6, 2012 21 6-19.3(4)0= Slurry Disposal 22 This section including title is revised to read: 23 24 6-19.3(4)F Disposal of Slurry and Slurry Contacted Spoils 25 The Contractor shall dispose of the slurry and slurry-contacted spoils as specified in the 26 shaft installation narrative in accordance with Section 6-19.3(2)B, item 8, and in 27 accordance with the following requirements: 28 29 1. Water slurry with no additives may be infiltrated to an upland area within the 30 confines of the Contracting Agency Right of Way for the project. Infiltration is 31 allowed provided the ground-line at the disposal site is at least 5 feet above 32 the current water table, and that disposal operations conform to the temporary 33 erosion and sedimentation control (TESC) requirements established for this 34 project. For the purposes of water slurry disposal, upland is defined as an area 35 that has no chance of discharging directly to waters of the State, including 36 wetlands or conveyances that indirectly lead to wetlands or waters of the 37 State. Spoils in contact with this slurry may be disposed of as clean fill. 38 39 2. Synthetic slurry and water slurry with polymer-based additives shall be 40 contained and disposed of by the Contractor at an approved facility. The 41 Contractor shall acquire all permits or approvals necessary for disposal of the 42 slurry and shall provide copies to the Engineer. Spoils in contact with synthetic 43 slurry or water slurry with polymer-based additives shall be disposed of in 44 accordance with Section 2-03.3(7)C. With approval of the Engineer, the 45 Contractor may re-use these spoils on-site. 46 47 3. Mineral slurry may be infiltrated to a temporary sediment trap located in an 48 upland area within the confines of the Contracting Agency Right of Way for the 49 project. Infiltration is allowed provided the ground-line at the disposal site is at 50 least 5 feet above the current water table, and that disposal operations 51 conform to the temporary erosion and sedimentation control (TESC) AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised:9/1712012 Page 13 1 requirements established for this project. For the purposes of mineral slurry 2 disposal, upland is defined as an area that has no chance of discharging 3 directly to waters of the State, including wetlands or conveyances that 4 indirectly lead to wetlands or waters of the State. 5 6 Spoils in contact with mineral slurry shall be disposed of in accordance with Section 7 2-013(7)C. With approval of the Engineer, the Contractor may re-use these spoils .+ 0 one-s.«. 9 10 7-02.AP7 11 Section 7-02, Culverts 12 August 6, 2012 13 7-02.2 Materials 14 Note 3 in the table titled, "Culvert Pipe Schedules" is revised to read: 15 16 3Polypropylene pipe, 12 inch to 30 inch diameters approved for Schedule A and 17 Schedule B, 36 inch to 60 inch diameters approved for Schedule A only. 18 19 7-02.5 20 The bid item"Steel Rib Reinforced Polyethylene Culvert Pipe In. Diam.", per linear 21 foot is revised to read: 22 23 "St. Rib Reinf Polyethylene Culy. Pipe In. Diam.", per linear foot 24 25 7-03.AP7 26 Section 7-03, Structural Plate Pipe, Pipe Arch, Arch, and Underpass 27 August 6, 2012 28 7-03.3(1) Foundations, General 29 This section is supplemented with the following: 30 31 When aluminum pipe or pipe arch is in contact with cement concrete, two coats of paint 32 shall be applied in accordance with Section 7-08.3(2)D. 33 34 7-03.3(5) Headwalls 35 This section is supplemented with the following: 36 37 When aluminum pipe or pipe arch is in contact with cement concrete, two coats of paint 38 shall be applied in accordance with Section 7-08.3(2)D. 39 40 7-04.AP7 41 Section 7-04, Storm Sewers 42 August 6, 2012 43 7-04.3(1)B Exfiltration Test— Storm Sewers 44 The fifth column title "PE 4,, is revised to read "PP4,,from the table titled, "Storm Sewer Pipe 45 Schedules". > 46 47 Note 4 in the table titled, "Storm Sewer Pipe Schedules" is revised to read: 48 AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised:9/17/2012 Page 14 1 4PP Polypropylene Pipe, 12 inch to-.30 inch approved for Schedule A and Schedule B, 2 36 inch to 60 inch diameters approved for Schedule A only. 3 4 7-04.5 5 The bid item "Steel Rib Reinforced Polyethylene Storm Sewer Pipe In Diam", per 6 linear foot is revised to read: 7 8 "St. Rib Reinf Polyethylene Storm Sewer Pipe In. Diam", per linear foot 9 10 7-05.AP7 11 Section 7-05, Manholes, Inlets, Catch Basins, and Drywells 12 April 2, 2012 13 7-05.3 Construction Requirements 14 The third paragraph is supplemented with the following: 15 16 Leveling and adjustment devices that do not modify the structural integrity of the metal 17 frame, grate or cover, and do not void the originating foundry's compliance to these 18 specifications and warranty is allowed. Approved leveling devices are listed in the 19 Qualified Products List. Leveling and adjusting devices that interfere with the 20 backfilling, backfill density, grouting and asphalt density will not be allowed. The 21 hardware for leveling and adjusting devices shall be completely removed when 22 specified by the Project Engineer. 23 24 7-08.AP7 25 Section 7-08, General Pipe Installation Requirements 26 August 6, 2012 27 7-08.3(2)D Pipe Laying — Steel or Aluminum 28 The following new sentence is inserted after the first sentence in the second paragraph: 29 30 The paint shall cover all the surface in contact with the concrete and extend one inch 31 beyond the point of contact. 32 33 7-09.AP7 34 Section 7-09, Water Mains 35 August 6, 2012 36 7-09.3(19)A Connections to Existing Mains 37 In the second paragraph, "Special Conditions" is revised to read "Special Provisions". 38 39 8-01.AP8 40 Section 8-01, Erosion Control and Water Pollution Control 41 August 6, 2012 42 8-01.3(2)D Mulching 43 The following two new paragraphs are inserted after the fourth paragraph: 44 -45 Short-Term Mulch shall be hydraulically applied at the rate of 2500 pounds per acre and 46 may be applied in one lift. 47 AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised:9117/2012 Page 15 1 Moderate-Term Mulch and Long-Term Mulch shall be hydraulically applied at the rate of 2 3500 pounds per acre with no more than 2000 pounds applied in any single lift. 3 4 8-01.3(2)E Soil Binders and Tacking Agents 5 The first paragraph is revised to read: 6 7 Tacking agents or soil binders applied using a hydroseeder shall have a mulch tracer added a-. •ki.. .,•a �.nif^rrn onnlir-atinn Thk tracer shall not be harmful to plant, ZS CIUUGU W VIJ I Il Iy cuiy uiinv. ...r.,......,...... . 9 aquatic, or animal life. A minimum of 125 pounds per acre and a maximum of 250 10 pounds per acre of Short-Term Mulch shall be used as a tracer. 11 12 The last two paragraphs are deleted. 13 14 8-01.3(2)F Dates for Application of Final Seed, Fertilizer, and Mulch 15 In the first paragraph, "Engineer" is revised to read "Project Engineer'. 16 17 Note 1 of the table in the first paragraph is revised to read: 18 19 'Where Contract timing is appropriate, seeding, fertilizing, and mulching shall be 20 accomplished during the fall period listed above 21 22 The third paragraph is deleted. 23 24 8-01.3(4) Placing Compost Blanket 25 The first paragraph is revised to read: 26 27 Compost blanket shall be placed to a depth of 3 inches over bare soil. Compost blanket 28 shall be placed prior to seeding or other planting. An organic tackifier shall be placed 29 over the entire composted area when dry or windy conditions are present or expected 30 before the final application of mulch or erosion control blanket. The tackifier shall be 31 applied immediately after the application of compost to prevent compost from leaving 32 the composted area. 33 34 8-01.3(5) Placing Plastic Covering 35 The second and third paragraphs are revised to read: 36 37 Clear plastic covering shall be used to promote seed germination when seeding is 38 performed outside of the Dates for Application of Final Seed in Section 8-01.3(2)F. 39 Black plastic covering shall be used for stockpiles or other areas where vegetative 40 growth is unwanted. 41 42 The plastic cover shall be installed and maintained in a way that prevents water from 43 cutting under the plastic and prevents the plastic cover from blowing open in the wind. 44 45 8-01.3(6) Check Dams 46 This section is revised to read: 47 48 Check dams shall be installed as soon as construction will allow, or when designated by 49 the Engineer. The Contractor may substitute a different check dam, in lieu of what is 50 specified in the contract, with approval of the Engineer. The check dam is a temporary 51 or permanent structure, built across a minor channel. Water shall not flow through the 52 check dam structure. Check dams shall be constructed in a manner that creates a AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised:9/17/2012 Page 16 1 ponding area upstream of the dam to allow pollutants to settle, with water from 2 increased flows channeled over a spillway in the check dam. The check dam shall be 3 constructed to prevent erosion in the area below the spillway. Check dams shall be 4 placed perpendicular to the flow of water and installed in accordance with the Standard 5 Plans. The outer edges shall extend up the sides of the conveyance to prevent water 6 from going around the check dam. Check dams shall be of sufficient height to maximize 7 detention, without causing water to leave the ditch. Check dams shall meet the 8 requirements in Section 9-14.5(4). ,9 10 8-01.3(7) Stabilized Construction Entrance 11 The first paragraph is revised to read: 12 13 Temporary stabilized construction entrance shall be constructed in accordance with the 14 Standard Plans, prior to beginning any clearing, grubbing, embankment or excavation. 15 All quarry spall material used for stabilized construction entrance shall be free of 16 extraneous materials that may cause or contribute to track out. 17 18 8-01.3(9)B Gravel Filter, Wood Chip, or Compost Berm 19 The first paragraph is revised to read: 20 21 Filter berms shall retain sediment and direct flows. The 9 ravel filter berm shall be a 22 minimum of 1 foot in height and shall be maintained at this height for the entire time 23 they are in use. Rock material used for filter berms shall meet the grading requirements 24 in Section 9-03.9(2), but shall not include any recycled materials as outlined in Section 25 9-03.21. 26 27 8-01.3(9)C Straw Bale Barrier. 28 This section including title is revised to read: 29 30 8-01.3(9)C Vacant 31 32 8-01.3(11) Vacant 33 This section including title is revised to read: 34 35 8-01.3(11) Outlet Protection 36 Outlet protection shall prevent scour at the outlets of ponds, pipes, ditches or other 37 conveyances. All quarry spall material used for outlet protection shall be free of 38 extraneous material and meet the gradation requirements in Section 9-13.6. 39 40 8-01.3(13) Temporary Curb 41 This section is revised to read: 42 43 Temporary curbs shall divert or redirect water around erodible soils. 44 45 Temporary curbs shall be installed along pavement edges to prevent runoff from flowing 46 onto erodible slopes. Water shall be directed to areas where erosion can be controlled. 47 The temporary curbs shall be a minimum of 4 inches in height. Ponding shall not be in 48 roadways. 49 50 8-01.4 Measurement 51 The third paragraph is revised to read: AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised:9/17/2012 Page 17 1 ' 2 Check dams will be measured per linear foot one only along the completed check 3 dam. No additional measurement will be made for check dams that are required to be 4 rehabilitated or replaced due to wear. 5 6 The ninth paragraph is deleted. 7 o This seliili Is supplemented Wifh tha fn]IMA/inn; 9 10 Outlet Protection will be measured per each initial installation at an outlet location. 11 12 8-01.5 Payment 13 The bid item "Straw Bale", per each is deleted. 14 15 This section is supplemented with the following: 16 17 "Outlet Protection", per each. 18 19 8-02.AP8 20 Section 8-02, Roadside Restoration 21 August 6, 2012 22 In this section, "psiPE" is revised to read "PSIPE". 23 24 8-02.3(4)C Topsoil Type C 25 In this section, "9-14.1(2)" is revised to read "9-14.1(3)". 26 27 8-02.3(8) Planting 28 Item number 1 in the second paragraph is revised to read: 29 30 1. Non-Irrigated Plant Material 31 West of the summit of the Cascade Range - October 1 to March 1. 32 East of the summit of the Cascade Range - October 1 to November 15. 33 34 8-02.5 Payment 35 The paragraph following bid item "Coarse Compost", per cubic yard" is revised to read: 36 37 The unit Contract price per cubic yard for"Fine Compost', Medium Compost' or 38 "Coarse Compost' shall be full pay for furnishing and spreading the compost onto the 39 existing soil. 40 41 8-03.AP8 42 Section 8-03, Irrigation Systems 43 April 2, 2012 44 8-03.3(7) Flushing and Testing 45 The fifth paragraph is deleted. 46 I I AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised:9/17/2012 Page 18 1 8-04.AP8 2 Section 8-04, Curbs, Gutters, and Spillways 3 April 2, 2012 4 8-04.3(1) Cement Concrete Curbs,.Gutters, and Spillways 5 This section is supplemented with the following new sub-section: 6 7 8-04.3(1)B Roundabout Cement Concrete Curb and Gutter 8 Roundabout cement concrete curb and gutter and roundabout splitter island nosing curb 9 shall be shaped and finished to match the shape of the adjoining curb as shown in the 10 Plans. All other requirements for cement concrete curb and cement concrete curb and 11 gutter shall apply to roundabout cement concrete curb and gutter. 12 13 8-04.4 Measurement 14 This section is supplemented with the following: 15 16 Roundabout splitter island nosing curb will be measured per each. 17 18 8-04.5 Payment 19 The bid item, "Roundabout Truck Apron Cement Concrete Curb", per linear foot is deleted. 20 21 This section is supplemented with the following: 22 23 "Roundabout Cement Concrete Curb and Gutter", per linear foot 24 i 25 The unit Contract price per linear foot for"Roundabout Cement Concrete Curb and 26 Gutter" shall be full payment for all costs for the Work including transitioning the 27 roundabout cement concrete curb and gutter to the adjoining curb shape. 28 29 "Roundabout Splitter Island Nosing Curb", per each. 30 31 The unit Contract price per each for"Roundabout Splitter Island Nosing Curb" shall be 32 full payment for all costs for the Work including transitioning the roundabout splitter 33 island nosing curb to the adjoining curb shape. 34 35 8-07.AP8 36 Section 8-07, Precast Traffic Curb and Block Traffic Curb 37 August 6, 2012 38 This section's title is revised to read: 39 40 8-07 Precast Traffic Curb 41 42 8-07.1 Description 43 This section is revised to read: 44 45 This Work consists of furnishing and installing precast traffic sloped mountable curb or 46 dual faced sloped mountable curb of the design and type specified in the Plans in 47 accordance with these Specifications and the Standard Plans in the locations indicated 48 in the Plans or as staked by the Engineer. 49 AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised:9/17/2012 Page 19 1 8-07.2 Materials 2 The material reference "Block Traffic Curb 9-18.3" is deleted from this section. 3 4 8-07.3(1) Installing Curbs 5 The fifth and seventh paragraphs are deleted from this section. 6 7 8-07.4 Measurement 8 The first paragraph is deleted from this section. 9 10 8-07.5 Payment 11 The following bid items are deleted from this section: 12 13 "Type A Precast Traffic Curb", per linear foot. 14 "Type C Precast Traffic Curb", per linear foot. 15 "Type A Block Traffic Curb", per linear foot. 16 "Type C Block Traffic Curb", per linear foot. 17 18 8-11.AP8 19 Section 8-11, Guardrail 20 August 6, 2012 21 8-11.3(1)D Removing Guardrail and Guardrail Anchor 22 The first two sentences in the first paragraph are revised to read: 23 24 Removal of the various types of guardrail shall include removal of the rail, cable 25 elements, hardware, and posts, including transition sections, expansion sections, 26 terminal sections and the rail element of anchor assemblies. Removal of the various 27 types of guardrail anchors shall include removal of the anchor assembly, including 28 concrete bases, rebar, steel tubes, and any other appurtenances in the anchor 29 assembly. 30 31 8-11.4 Measurement 32 The seventh paragraph is revised to read: 33 34 Measurement of removal of guardrail will be by the linear foot measured along the line 35 of guardrail removed including transition sections, expansion sections, guardrail anchor 36 rail elements and terminal sections. 37 38 8-11.5 Payment 39 The paragraph following the bid item "Removing Guardrail Anchor', per each is revised to 40 read: 41 42 The unit Contract price per each for"Removing Guardrail.Anchor" shall be full payment 43 for all costs to perform the Work as described in Section 8-11.3(1)D, including rail 44 removal, if there isn't a Bid Item for Removing Guardrail in the run of guardrail 45 connecting to the anchor. 46 AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised:9/17/2012 Page 20 1 8-12.AP8 2 Section 8-12, Chain Link Fence and Wire Fence 3 April 2, 2012 4 In this Section "Engineer' is revised to read "Project Engineer°'. 5 6 8-12.1 Materials 7 This section is supplemented with the following: 8 9 Paint 9-08.1(2)6 10 11 8-12.3(1)A Posts 12 The words "for Type 3 and Type 4 fences and "on Type 3 and Type 4 fences" are deleted 13 from this section. 14 15 The first sentence of the fifth paragraph is revised to read: 16 17 After the post is set and plumbed, the hole shall be filled with Grout Type 4. 18 19 The third sentence in the sixth paragraph is replaced with the following two sentences: 20 21 After the post is set and plumbed, the hole in the portion of the p ost in solid rock shall 22 be filled with Grout Type 4. The grout shall be thoroughly worked into the hole so as to 23 leave no voids. 24 25 The seventh paragraph is deleted. 26 27 The ninth paragraph is revised to read: 28 29 Steep slopes or abrupt topography may require changes in various elements of the 30 fence. It shall be the responsibility of the Contractor to provide all posts of sufficient 31 length to accommodate the chain link fabric. 32 33 The tenth paragraph is revised to read: 34 35 All round posts shall have approved top caps fastened securely to the posts. The base 36 of the top cap fitting for round posts shall feature an apron around the outside of the 37 posts. 38 39 8-12.3(1)B Top Rail 40 This section's content including title is deleted and replaced with: 41 42 8-12.3(1)B Vacant 43 44 8-12.3(1)C Tension Wire and Tension Cable 45 This section's content including title is revised to read: 46 47 8-12.3(1)C Tension Wire 48 Tension Wires shall be attached to the posts as detailed in the Plans or as approved by 49 the Engineer. 50 AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised:9/17/2012 Page 21 1 2 8-12.3(1)D Chain Link Fabric 3 The first three paragraphs are revised to read: 4 5 Chain link fabric shall be attached after the cables and wires have been properly 6 tensioned. 7 r.._1_r_1__f 1_.n L. I...J aL_ fac., X14... .........F.nrv. 4-hn LI'n k,. nvnn�� 8 l�flaIn IInk Id b Ic sna-li be placed on UIC IdI;G VI UIC post avvay 11 UM U IV I 11V1 lvvay, cn.cNa 9 on horizontal curves where it shall be placed on the face on the outside of the curve . 10 unless otherwise directed by the Project Engineer. 11 12 Chain link fabric shall be placed approximately 1-inch above the ground and on a 13 straight grade between posts by excavating high points of ground. Filling of depressions 14 will be permitted only upon approval of the Project Engineer. 15 16 The fourth sentence in the fourth paragraph is revised to read: 17 18 The top and bottom edge of the fabric shall be fastened with hog rings to the top and 19 bottom tension wires as may be applicable, spaced at 24-inch intervals. 20 21 8-12.3(1)E Chain Link Gates 22 The third paragraph is deleted. 23 24 8-12.3(2)A Posts 25 In the second paragraph, "commercial" is deleted. 26 27 The first sentence of the fifth paragraph is revised to read: 28 29 After the post is set and plumbed, the hole shall be filled with Grout Type 4. 30 31 The fourth sentence in the sixth paragraph is replaced with the following two sentences: 32 33 After the post is set and plumbed, the hole in the portion of the post in solid rock shall 34 be filled with Grout Type 4. The grout shall be thoroughly worked into the hole so as to 35 leave no voids. 36 37 The tenth paragraph is revised to read: 38 39 Where the new fence joins an existing fence, the 2 shall be attached in a manner 40 satisfactory to the Project Engineer, and end or corner posts shall be set as necessary. 41 42 The eleventh paragraph is deleted. 43 44 8-12.5 Payment 45 The paragraph following the item "Chain Link Fence Type ", per linear foot is revised to 46 read: 47 48 The unit Contract price per linear foot for"Chain Link Fence Type_" shall be full 49 payment for all costs for the specified Work including brace post installation and all 50 other requirements of Section 8-12 for Chain Link Fence, unless covered in a separate 51 Bid Item in this Section. 52 AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised:9/17/2012 Page 22 1 The following paragraph is inserted after the item "End, Gate, Corner, and Pull Post for 2 Chain Link Fence", per each: 3 4 The unit Contract price per each for"End, Gate, Corner, and Pull Post for Chain Link 5 Fence" shall be full payment for all costs for the specified Work. 6 7 The following paragraph is inserted after the item "Single 6 Ft. Chain Link Gate", per each: 8 9 The unit Contract price per each for"Double 14 Ft. Chain Link Gate", "Double 20 Ft. 10 Chain Link`Gate", and "Single 6 Ft. Chain Link Gate", shall be full payment for all costs 11 for the specified Work. 12 13 The paragraph following the item "Wire Fence Type ", per linear foot is revised to read 14 15 The unit Contract price per each for"Wire Fence Type " shall be full payment for all 16 costs for the specified Work including payment for clearing of the fence line. 17 18 The following paragraph is inserted after the item "Double Wire Gate 20 Ft. Wide", per each: 19 20 The unit contract price per each for"Single Wire Gate 14 Ft. Wide" and "Double Wire 21 _Gate 20 Ft. Wide" shall be full payment for all costs for the specified Work. 22 23. The paragraph following the item "Access Control Gate", per each is revised to read: 24 25 The unit contract price per each for"Access Control Gate" shall be full payment for all 26 costs to perform the specified Work. 27 28 8-15.AP8 29 Section 8-15, Riprap 30 April 2, 2012 31 8-15.1 Description 32 The second paragraph is revised to read: 33 34 Riprap will be classified as heavy loose riprap, light loose riprap, and hand placed 35 riprap. 36 37 8-20.AP8 38 Section 8-20, Illumination, Traffic Signal Systems, And Electrical 39 August 6, 2012 40 8-20.3(4) Foundations 41 The first paragraph is revised to read: 42 43 Foundation concrete shall conform to the requirements for the specified class, be cast- 44 in-place concrete and be constructed in accordance with Sections 6-02.2 and 6-02.3. 45 Concrete for Type II, III, IV, V, and CCTV signal standards and light standard 46 foundations shall be Class 4000P. Concrete for pedestals and cabinets, Type PPB, PS, 47 I, FB, and RM signal standards and other foundations shall be Class 3000. Concrete 48 placed into an excavation where water is present shall be placed using an approved 49 tremie. If water is not present, the concrete shall be placed such that the free-fall is 50 vertical down the center of the shaft without hitting the sides, the steel reinforcing bars, AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised:9/17/2012 Page 23 1 or the steel reinforcing bar cage bracing. The Section 6-02.3(6) restriction for 5-feet 2 maximum free-fall shall not apply to placement of Class 4000P concrete into a shaft. 3 Steel reinforcing bars for foundations shall conform to Section 9-07. 4 5 8-20.3(9) Bonding, Grounding 6 The first sentence in the second paragraph is replaced with the following two sentences: 7 8 All conduit installed shall have an equipment ground conductor installed iii addition to 9 the conductors noted in the Contract. Conduit with innerducts shall have an equipment 10 ground conductor installed in each innerduct that has an electrical conductor. 11 12 8-21.AP8 13 Section 8-21, Permanent Signing 14 August 6, 2012 15 8-21.2 Materials 16 The third sentence is revised to read: 17 18 Materials for sign mounting shall conform to Section 9-28.11. 19 20 8-21.3(9)A Fabrication of Steel Structures 21 The first sentence in the first paragraph is revised to read: 22 23 - Fabrication shall conform to the applicable requirements of Section 6-03 and 9-06. 24 25 This section is supplemented with the following: 26 27 All fabrication, including repairs, adjustments or modifications of previously fabricated 28 sign structure members and connection elements, shall be performed in the shop, under 29 an Engineer approved shop drawing prepared and submitted by the Contractor for the 30 original fabrication or the specific repair, adjustment or modification. Sign structure 31 fabrication repair, adjustment or modification of any kind in the field is not permitted. If 32 fabrication repair, adjustment or modification occurs after a sign structure member or 33 connection element has been galvanized, the entire member or element shall be re- 34 galvanized in accordance with AASHTO M 111. 35 36 8-21.3(9)B Vacant 37 This section including title is revised to read: 38 39 8-21.3(9)B Erection of Steel Structures 40 Erection shall conform to the applicable requirements of Sections 6-03 and 8-21.3(9)F. 41 Section 8-21.3(9)F notwithstanding, the Contractor may erect a sign bridge prior to 42 completion of the shaft cap portion of one foundation for one post provided the following 43 conditions are satisfied: 44 45 1. The Contractor shall submit design calculations and working drawings of the 46 temporary supports and falsework supporting the sign bridge near the location 47 of the incomplete foundation to the Engineer for approval in accordance with 48 Section 6-01.9. The submittal shall include the method of releasing and 49 removing the temporary supports and falsework without inducing loads and 50 stress into the sign bridge. 51 I AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised:9117/2012 Page 24 I 1 2. The Contractor shall submit the method used to secure the anchor bolt array in 2 proper position with the sign bridge while casting the shaft cap concrete to 3 complete the foundation. 4 5 3. The Contractor shall erect the sign bridge and temporary supports and 6 falsework, complete the remaining portion of the incomplete foundation, and 7 remove the temporary supports and falsework, in accordance with the working 8 drawing submittals as approved by the Engineer. 9 10 8-21.3(9)F Foundations 11 The following new paragraph is inserted after the second paragraph: 12 13 Concrete placed into an excavation where water is present shall be placed using an 14 approved tremie. If water is not present, the concrete shall be placed such that the free- 15 fall is vertical down the center of the shaft without hitting the sides, the steel reinforcing 16 bars, or the steel reinforcing bar cage bracing. The Section 6-02.3(6) restriction for 5- 17 feet maximum free-fall shall not apply to placement of Class 40O0P concrete into a 18 shaft. 19 20 The eighth paragraph is replaced with the following three new paragraphs: 21 22 After construction of concrete foundations for sign bridge and cantilever sign structures, 23 the Contractor shall survey the foundation locations and elevations, the anchor bolt 24 array locations and lengths of exposed threads. The Contractor shall confirm that the 25 survey conforms to the sign structure post, beam, span and foundation design geometry 26 shown in the Plans, and shall identify any deviations from the design geometry shown in 27 the Plans. When deviations are identified, the Contractor shall notify the Engineer, and 28 such notice shall be accompanied by the Contractor's proposed method(s) of 29 addressing the deviations, including removal and reconstruction of the shaft cap portion 30 of the affected concrete foundation as outlined in this Section, or fabrication repair, 31 adjustment or modification, with associated shop drawings, in accordance with Section 32 8-21.3(9)A. 33 34 If the Contractor's survey indicates that a concrete foundation has been constructed 35 incorrectly for a sign structure that has already been fabricated, the Contractor may 36 remove and reconstruct the shaft cap portion of the foundation, in accordance with 37 Section 1-07.13, provided the following conditions are satisfied: 38 39 1. The Contractor shall submit the method and equipment to be used to remove 40 the portion of the concrete foundation to be removed and reconstructed to the 41 Engineer for approval in accordance with Section 1-05.3. The submittal shall 42 include confirmation that the equipment and the method of operation is 43 appropriate to ensure that the existing anchor bolt array and primary shaft 44 vertical steel reinforcing bars will not be damaged. 45 46 2. All steel reinforcing bars, except for steel reinforcing bars extending from the 47 bottom portion of the foundation to remain, shall be removed and disposed of 48 in accordance with Sections 2-02.3 and 2-03.3(7)C, and shall be replaced with 49 new steel reinforcing bars conforming to the size, dimensions and geometry 50 shown in the Plans. All concrete of the removed portion of the foundation shall 51 be removed and disposed of in accordance with Sections 2-02.3 and 2- 52 O3.3(7)C. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised:9/17/2012 Page 25 1 2 3. The Contractor shall adjust the primary shaft vertical steel reinforcing bars as 3 necessary in accordance with Section 6-02.3(24)C to provide clearance for the 4 anchor bolt array. 5 6 Sign structures shall not be erected on concrete foundations until the Contractor 7 confirms that the foundations and the fabricated sign structures are either compatible o VV each h mh—nnrJ the decinn nanmotni chn%tin in the Plans; or have been modified in U IU "aVI y...........J 9 accordance with this Section and as approved by the Engineer to be compatible with 10. each other, and the foundations have attained a compressive strength of 2,400-psi. 11 12 Item number 4 in the ninth paragraph is revised to read: 13 14 4. Concrete shall be Class 4000P, except as otherwise specified. The concrete for 15 the shaft cap (the portion containing the anchor bolt array assemblies above the 16 construction joint at the top of the shaft) shall be Class 4000. 17 18 Item number 3 in the tenth paragraph is revised to read: 19 20 3. Unless otherwise shown in the Plans, concrete shall be Class 4000P. 21 22 8-21.5 Payment 23 This section is supplemented with the following: 24 25 All costs in connection with surveying completed concrete foundations for sign bridges 26 and cantilever sign structures shall be included in the lump sum contract price for 27 "Structure Surveying", except that when no Bid item is included in the Proposal for 28 "Structure Surveying" then such costs shall be included in the lump sum contract 29 price(s)for"Sign Bridge No. _" and "Cantilever Sign Structure No. " 30 31 32 8-22.AP8 33 Section 8-22, Pavement Marking 34 August 6, 2012 35 8-22.3(6) Removal of Pavement Markings 36 The following new sentence is inserted after the first sentence: 37 38 Grinding to remove plastic marking is allowed to a depth just above the pavement 39 surface, then water blasting or shot blasting shall be required to remove the remaining 40 markings. 41 42 8-22.4 Measurement 43 The items "Painted Wide Line" and "Plastic Wide Line" are deleted from the fourth 44 paragraph. 45 46 The sixth paragraph is revised to read: 47 48 Diagonal lines used to delineate parking stalls that are constructed of painted or plastic 49 4-inch lines will be measured as "Paint Line" or"Plastic Line" by the linear foot of line 50 installed. Crosswalk line will be measured by the square foot of marking installed. 51 AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised:9/17/2012 Page 26 1 The following two new paragraphs are inserted after the sixth paragraph: 2 3 Crosshatch markings used to delineate median and gore areas will be measured by the 4 completed linear foot as "Painted Crosshatch Marking" or"Plastic Crosshatch Marking". 5 6 The measurement for"Painted Crosshatch Marking" and for"Plastic Crosshatch 7 Marking"will be based on the total length of each 8-inch or 12-inch wide line installed. 8 9 8-22.5 Payment 10 The bid items "Painted Wide Line", per linear foot and "Plastic Wide Line", per linear foot are 11 deleted from this section. 12 13 This section is supplemented with the following two new bid items: 14 15 "Painted Crosshatch Marking", per linear foot. 16 "Plastic Crosshatch Marking", per linear foot. 17 18 The following new paragraph is inserted after the last bid item in this section: 19 20 The unit Contract price for the aforementioned Bid items shall be full payment for all 21 costs to perform the.Work as described in Section 8-22. 22 23 8-25.AP8 24 Section 8-25, Glare Screen 25 April 9, 2012 26 In this section, "tension cable" and "cable" are deleted. 27 28 8-25.3(3) Posts 29 The first sentence in the first paragraph is revised to read: 30 31 Posts shall be constructed in accordance with the Standard Plans and applicable 32 provisions of Section 8-12.3(1)A. 33 34 The last paragraph is revised to read: 35 36 All round posts for Type 1 Design B and Type 2 glare screen shall be fitted with a 37. watertight top,securely fastened to the post. Line posts shall have tops designed to 38 carry the top tension wire. 39 40 8-25.3(5) Tension Cables 41 This sections content including title is deleted: 42 43 8-25.3(6) Fittings, Attachments, and Hardware 44 This sections content including title is deleted. 45 AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised:9/17/2012 Page 27 1 9-03.AP9 2 Section 9-03, Aggregates 3 April 2, 2012 4 9-03.14(1) Gravel Borrow 5 Note ' is deleted, including the reference in the table. 6 7 9-03.14(2) Seiect Borrow 8 Note ' is deleted. 9 10 Note 2 is re-numbered Note ', including the reference in the table. 11 12 9-03.14(4) Gravel Borrow for Geosynthetic Retaining Wall 13 This section is revised to read: 14 15 All backfill material for geosynthetic retaining walls shall consist of granular material, 16 either naturally occurring or processed, and shall be free draining, free from organic or 17 otherwise deleterious material. The material shall be substantially free of shale or other 18 soft, poor durability particles, and shall not contain recycled materials, such as glass, 19 shredded tires, portland cement concrete rubble, or asphaltic concrete rubble. The 20 backfill material shall meet the following requirements for grading and quality: 21 Sieve Size Percent Passing 1 '/"1 99-100 P 90-100 No.4 50-80 No.40 30 max. No. 200 7.0 max. Sand Equivalent 50 min. 22 23 All percentages are by weight 24 Property Test Method Allowable Test Value Los Angeles Wear AASHTO T 96 35 percent max. 500 rev. Degradation Factor WSDOT Test Method 113 15 min. H,permanent walls AASHTO T 289 4.5-9 pH,temporary walls AASHTO T 289 3-10 25 26 Wall backfill material satisfying these grading and property requirements shall be 27 classified as nonaggressive. 28 29 9-03.21(1) General Requirements 30 The first sentence in the first paragraph is revised to read: 31 32 Hot Mix Asphalt, Concrete Rubble, Recycled Glass (glass cullet), and Steel Furnace 33 Slag may be used as, or blended uniformly with naturally occurring materials for 34 aggregates. 35 36 9-03.21(1)C Vacant 37 This section including title is revised to read: 38 i AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised:9/17/2012 Page 28 1 .9-03.21(1)C Recycled Glass (Glass Cullet) 2 Glass Cullet shall meet the requirements of AASHTO M 318 with the additional 3 requirement that the glass cullet is limited to the maximum amounts set in Section 9- 4 03.21(1)E for recycled glass. Prior to use the Contractor shall provide certification to 5 the Project Engineer that the recycled glass meets the physical properties and 6 _ deleterious substances requirements in AASHTO M-318. 7 8 9-03.21(1) E Table on Maximum Allowable Percent (By Weight) of Recycled 9 Material 10 The column heading "Recycled Glass" is revised to read "Recycled Glass (Glass Cullet) in 11 the table. 12 13 In the column "Recycled Glass (Glass Cullet)" all amounts are revised to read "20" beginning 14 with the item "Ballast" and continuing down until the last item in the table. 15 16 9-04.AP9 17 Section 9-04, Joint And Crack Sealing Materials 18 January 2, 2012 19 9-04.2 Joint Sealants 20 This section is supplemented with the following new sub-sections: 21 22 9-04.2(3) Polyurethane Sealant 23 Polyurethane sealant shall conform to ASTM C 920 Type S Grade NS Class 25 Use M. 24 25 Polyurethane sealant shall be compatible with the closed cell foam backer rod. When 26 required, compatibility characteristics of sealants in contact with backer rods shall be 27 determined by Test Method ASTM C 1087. 28 29 9-04.2(3)A Closed Cell Foam Backer Rod 30 Closed cell foam backer rod for use with polyurethane sealant shall conform to ASTM C 31 1330 Type C. 32 33 9-05.AP9 34 Section 9-05, Drainage Structures, Culverts, and Conduits 35 August 6, 2012 36 9-05.24 Polypropylene Culvert Pipe, Polypropylene Storm Sewer Pipe, and 37 Polypropylene Sanitary Sewer Pipe 38 This sections content is deleted and replaced with the following: 39 40 All joints for polypropylene pipe shall be made with a bell/bell or bell and spigot coupling 41 and shall conform to ASTM D 3212 using elastomeric gaskets conforming to ASTM F 42 477. All gaskets shall be factory installed on the pipe in accordance with the producer's 43 recommendations. 44 45 Qualification for each producer of polypropylene storm sewer pipe requires joint system 46 conformance to ASTM D 3212 using elastomeric gaskets conforming to ASTM F 477 47 and a formal quality control plan for each plant proposed for consideration. 48 AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Y Revised:9/17/2012 Page 29 1 A Manufacturer's Certificate of Compliance shall be required and shall accompany the 2 materials delivered to the project. The certificate shall clearly identify production lots for 3 all materials represented. The Contracting Agency may conduct verification tests of pipe 4 stiffness or other properties it deems appropriate. 5 6 This section is supplemented with the following new sub-sections: 7 0%_^0 nAIw% ni-1 ...... �,,.,,, /+..1......t Pipes and C+nrwa Qwarar Pinta is 5 V.0 44k 11 rv�yN�vNy����c vaalYCl a . 1�ra: u..w vay.u. ......... .�... 9 Polypropylene culvert and storm sewer pipe shall conform to the following requirements: 10 11 1. For dual wall pipe sizes up to 30 inches: ASTM F2736. . 12 13 2. For triple wall pipe sizes from 30 to 60 inches: ASTM F2764. 14 15 3. For dual wall profile pipe sizes 36 to 60 inches: AASHTO MP 21, Type S or 16 Type D. 17 18 4. Fittings shall be factory welded, injection molded or PVC. 19 20 9-05.24(2) Polypropylene Sanitary Sewer Pipe 21 Polypropylene sanitary sewer pipe shall conform to the following requirements: 22 23 1. For pipe sizes up to 30 inches: ASTM F2736. 24 25 2. For pipe sizes from 30 to 60 inches: ASTM F2764. 26 27 .3. Fittings shall be factory welded, injection molded or PVC. 28 29 9-06.AP9 30 Section 9-06, Structural Steel and Related Materials 31 April 2, 2012 32 9-06.5(3) High Strength Bolts 33 In this section, "AASHTO M 291" is revised to read "ASTM A 563". 34 35 9-07.AP9 36 Section 9-07, Reinforcing Steel 37 August 6, 2012 38 9-07.7 Wire Mesh 39 The first sentence in the first paragraph is revised to read: 40 41 Wire mesh for concrete.reinforcement shall conform to the requirements of AASHTO M 42 55, Welded Steel Wire Fabric for Concrete Reinforcement or AASHTO M 221, Steel 43 Welded Wire Reinforcement, Deformed for Concrete. 44 I AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised:9/1712012 Page 30 1 9-10.AP9 2 Section 9-10, Piling 3 April 2, 2012 4 9-10.4 Steel Pile Tips and Shoes 5 In the first paragraph "ASTMA A 148 Grade 60-90" is revised to read "ASTMA A 148 Grade 6 90-60". 7 8 9-14.AP9 9 Section 9-14, Erosion Control and Roadside Planting 10 August 6, 2012 11 9-14.3 Fertilizer 12 The second sentence in the first paragraph is revised to read: 13 14 It may be separate or in a mixture containing the percentage of total nitrogen, available 15 phosphoric acid, and water-soluble potash or sulfur in the amounts specified. 16 17 9-14.4(2) Hydraulically Applied Erosion Control Products (HECPs ) 18 The first sentence in the third paragraph is revised to read: 19 20 All HECPs shall be furnished premixed by the manufacturer with Organic or Synthetic 21 Tackifier as specified in Section 9-14.4(7). 22 23 The third and fourth rows in Table 1 is revised to read: 24 Heavy Metals EPA 6020A Total Metals Antimony— <4 mg/kg Arsenic— <6 mg/kg Barium— <80 mg/kg Boron—< 160 mg/kg Cadmium— <2 mg/kg Total Chromium— <4 mg/kg Copper— < 10 mg/kg Lead— <5 mg/kg Mercury— <2 mg/kg Nickel—<2 mg/kg Selenium— < 10 mg/kg Strontium— <30 mg/kg Zinc— <30 mg/kg Water Holding ASTM D 7367 800 percent minimum Capacity 25 26 9-14.4(2)A Long Term Mulch 27 In the first paragraph, the phrase "within 2 hours of application" is deleted. 28 29 9-14.4(4) Wood Strand Mulch 30 The last sentence in the second paragraph is deleted. 31 32 This section is supplemented with the following new paragraph: 33 34 The Contractor shall provide Material Safety Data Sheet (MSDS) that demonstrates that 35 the product is not harmful to plant life and a test report performed in accordance with AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised:9/17/2012 Page 31 1 WSDOT Test Method 125 demonstrating compliance to this specification prior to 2 acceptance. 3 4 9-14.4(8) Compost 5 The second paragraph is revised to read: 6 7 Compost production and quality shall comply with WAC 173-350 and for biosolids O composts, VV/`%%a 11 J- 1: JVV. 9 10 The third paragraph is to read: 11 12 Compost products shall meet the following physical criteria: 13 14 1. Compost material shall be tested in accordance with U.S. Composting Council 15 Testing Methods for the Examination of Compost and Composting (TMECC) 16 02.02-13, "Sample Sieving for Aggregate Size Classification". 17 18 Fine compost shall meet the following gradation: 19 Sieve Size Percent Pa sing Minimum Maximum 1" 100 ', 90 100 '/" 75 100 20 21 Note Maximum particle length of 4 inches. 22 23 Medium compost shall meet the following gradation: 24 Sieve Size Percent Pa sing Minimum Maximum 1" 100 /8" 85 100 '/" 70 85 25 26 Note Maximum particle length of 4 inches. Medium compost shall have a 27 carbon to nitrogen ration (C:N) between 18:1 and 35:1. The carbon to 28 nitrogen ration shall be calculated using dry weight of"Organic Carbon" 29 using TMECC 04.01A divided by the dry weight of"Total N" using TMECC 30 04.02D. 31 32 Coarse compost shall meet the following gradation: 33 Sieve Size Percent Pa sing Minimum Maximum 2" 100 1" 90 100 '/" 70 100 ''/<" 40 60 34 35 Note Maximum particle length of 6 inches. Coarse compost shall have a carbon 36 to nitrogen ratio (C:N) between 25:1 and 35:1. The carbon to nitrogen ratio 37 shall be calculated using the dry weight of"Organic Carbon" using AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised:9/17/2012 Page 32 1 TMECC 04.01A divided by the dry weight of"Total N" using TMECC 2 04.02D. 3 4 2. The pH shall be between 6.0 and 8.5 when tested in accordance with U.S. 5 Composting Council TMECC 04.11-A, 1:5 Slurry pH". 6 7 3. Manufactured inert material (plastic, concrete, ceramics, metal, etc.) shall be 8 less than 1 percent by weight as determined by U.S. Composting Council 9 TMECC 03.08-A"Classification of Inerts by Sieve Size". 10 11 . 4. Minimum organic matter shall be 40 percent by dry weight basis as determined 12 by U.S. Composting Council TMECC 05.07A "Loss-On-Ignition Organic Matter 13 Method (1-01)". 14 15 5. Soluble salt contents shall be less than 4.0 mmhos/cm when tested in 16 accordance with U.S. Composting Council TMECC 04.10 "Electrical 17 Conductivity." 18 19 6. Maturity shall be greater than 80 percent in accordance with U.S. Composting 20 Council TMECC 05.05-A, "Germination and Root Elongation". 21 22 7. Stability shall be 7-mg CO2—C/g OM/day or below in accordance with U.S. 23 Composting Council TMECC 05.08-13 "Carbon Dioxide Evolution Rate". 24 25 8. The compost product shall originate from organic waste as defined in WAC 26 173 350 as "Type 1 Feedstocks", "Type 2 Feedstocks", and/or"Type 3 27 Feedstocks". The Contractor shall provide a list of feedstock sources by 28 percentage in the final compost product. 29 30 9. The Engineer may also evaluate compost for maturity using U.S. Composting 31 Council TMECC 05.08-E "Solvita® Maturity Index". Fine compost shall score a 32 number 6 or above on the Solvita® Compost Maturity Test. Medium and 33 coarse compost shall score a 5 or above on the Solvita®Compost Maturity 34 Test. 35 36 9-14.4(8)A Compost Approval 37 This section's title is revised to read: 38 39 9-14.4(8)A Compost Submittal Requirements 40 41 The first sentence in this section up until the colon is revised to read: 42 43 The Contractor shall submit the following information to the Engineer for approval: 44 45 Item No. 2 in the first paragraph is revised to read: 46 47 2. A copy of the Solid Waste Handling Permit issued to the manufacturer by the 48 Jurisdictional Health Department in accordance with WAC 173-350 (Minimum 49 Functional Standards for Solid Waste Handling) or for biosolid composts a copy of 50 the Coverage Under the General Permit for Biosolids Management issued to the 51 manufacturer by the Department of Ecology in accordance with WAC 173-308 52 (Biosolids Management). AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised:9/1712012 Page 33 1 2 9-14.5(1) Polyacrylamide (PAM) 3 The third sentence is replaced with the following two new sentences: 4 5 The minimum average molecular weight shall be greater than 5-mg/mole. The charge 6 density shall be no less than 15 percent and no greater than 30 percent. 7 8 9-14.5(12) Erosion Control Blanker 9 The second sentence in the first paragraph is revised to read: 10 11 The Contractor shall supply independent test results from the National Transportation 12 Product Evaluation Program (NTPEP) meeting the following requirements in Tables 6 13 and 7: 14 15 9-14.5(4) Geotextile Encased Check Dam 16 This section including title is revised to read: 17 18 9-14.5(4) Check Dams 19 All materials used for check dams shall be non-toxic and not pose a threat to wildlife 20 when installed. 21 22 This section is supplemented with the following new sub-sections: 23 24 9-14.5(4)A Biodegradable Check Dams 25 Biodegradable check dams shall meet the following requirements: 26 27 Biodegradable Check Dams Materials 28 Wattle Check Dam 9-14.5(5) 29 Compost Sock Check Dam 9-14.5(6) 30 Coir Log Check Dam 9-14.5(7) 31 32 The Contractor may substitute a different biodegradable check dam as long as it 33 complies with the following and is approved by the Engineer: 34 35 1. Made of natural plant fiber. 36 37 2. Netting if present shall be biodegradable. 38 39 9-14.5(4)B Non-biodegradable Check Dams 40 Non-biodegradable check dams shall meet the following requirements: 41 42 1. Geotextile materials shall conform to section 9-33 for silt fence. 43 44 2. Other such devices that fulfill the requirements of section 9-14.5(4) and shall 45 be approved by the Engineer prior to installation. 46 47 9-14.6(1) Description 48 In item No. C in the fourth paragraph, "22-inch" is revised to read "2-inch". 49 AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised:9/17/2012 Page 34 1 9-16.AP9 2 Section 9-16, Fence and Guardrail 3 September 17, 2012 4 9-16.1(1)A Post Material for Chain Link Fence 5 The first paragraph is revised to read: 6 7 Except as noted otherwise, post material shall conform to the requirements of AASHTO 8 M 181, Type 1 (zinc-coated steel), Grade 1 or 2, and shall include all round and roll- 9 formed material (line posts, brace posts, end posts, corner posts, and pull posts). 10 11 The last sentence in the fourth paragraph is deleted. 12 13 9-16.1(1)C Tension Wire and Tension Cable 14 This section including title is revised to read: 15 16 9-16.1(1)C Tension Wire 17 Tension wire shall meet the requirements of AASHTO M 181. Tension wire galvanizing 18 shall be Class 1. 19 20 9-16.1(1)D Fittings and Hardware 21 The second sentence in the first paragraph is deleted. 22 23 The last paragraph is deleted. 24 25 9-16.1(2) Approval 26 This section is deleted. 27 28 9-16.2(2) Approval 29 This section is deleted. 30 31 9-16.6(3) Posts 32 This section is revised to read: 33 34 Line posts for Types 1 and 2 glare screens shall be 2 inch inside diameter galvanized 35 steel pipe with a nominal weight of 3.65 pounds per linear foot. End, corner, brace, and 36 pull posts for Type 1 Design A and B and Type 2 shall be 2 '/2 inch inside diameter 37 galvanized steel pipe with a nominal weight of 5.79 pounds per linear foot. Intermediate 38 pull posts (braced line posts) shall be as specified for line posts. 39 1 40 The base material for the manufacture of steel pipes used for posts shall conform to the 41 requirements of ASTM A 53, except the weight tolerance on tubular posts shall be 42 applied as provided below. 43 44 Posts provided for glare screen will have an acceptance tolerance on the weight per 45 linear foot, as specified, equal to plus or minus 5 percent. This tolerance will apply to 46 each individual post. 47 48 All posts shall be galvanized in accordance with AASHTO M 181 Section 32. The 49 minimum average zinc coating is per square foot of surface area. This area is defined AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised:9/17/2012 Page 35 1 as the total area inside and outside. A sample for computing the average of mass of 2 coating is defined as a 12-inch piece cut from each end of the galvanized member. 3 4 9-16.6(5) Cable 5 This section including title is revised to read: 6 7 9-16.6(5) Vacant 8 9 9-16.6(6) Cable and Tension Wire Attachments 10 This section including title is revised to read: 11 12 9-16.6(6) Tension Wire Attachments 13 All tension wire attachments shall be galvanized steel conforming to the requirements of 14 AASHTO M 232 unless otherwise specified. Eye bolts shall have either a shoulder or a 15 back=up nut on the eye end and be provided with an eye nut where needed or standard 16 hex nut and lock washer'/-inch diameter for tension wire and of sufficient length to 17 fasten to the type of posts used. Turnbuckles shall be of the shackle end type, '/2 inch 18 diameter, with standard take-up of 6 inches and provided with 3/ inch diameter pins. 19 20 9-16.6(9) Fabric Bands and Stretcher Bars 21 The first paragraph is revised to read: 22 23 Fabric bands shall be '/ inch by 1 inch nominal. Stretcher bars shall be 3/6 inch by % 24 inch nominal or 5/16 inch diameter round bar nominal. A5/16 inch diameter round 25 stretcher bar shall be used with Type 1. Nominal shall be construed to be the area of 26 the cross section of the shape obtained by multiplying the specified width by thickness. 27 A variation of minus 5-percent from this theoretical area shall be construed as "nominal" 28 size. All shall be galvanized to meet the requirements of ASTM F 626. 29 30 9-18.AP9 31 Section 9-18, Precast Traffic Curb and Block Traffic Curb 32 August 6, 2012 33 This section's title is revised to read: 34 35 9-18 Precast Traffic Curb 36 37 9-18.3 Block Traffic Curb 38 This section including title is revised to read: 39 40 9-18.3 Vacant 41 42 9-20.AP9 43 Section 9-20, Concrete Patching Material, Grout, and Mortar 44 January 2, 2012 45 9-20.3(3) Grout Type 3 for Unconfined Bearing Pad Applications 46 This section is revised to read: 47 48 Grout Type 3 shall be a prepackaged material meeting the requirements of ASTM C 49 928—Table 1, R2 Concrete or Mortar. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised:9117/2012 Page 36 1 2 9-20.3(4) Grout Type 4 for Multipurpose Applications 3 In the third sentence of the first paragraph, the reference "0.40" is revised to read "0.45". 4 5 9-23.AP9 6 Section 9-23, Concrete Curing Materials and Admixtures 7 April 2, 2012 8 9-23.2 Liquid Membrane-Forming Concrete Curing Compounds 9 In the first paragraph, "moisture loss" is revised to read "water retention". 10 11 9-28.AP9 12 Section 9-28, Signing Materials and Fabrication 13 September 17, 2012 14 9-28.14(2) Steel Structures and Posts 15 "AASHTO M 291" is revised to read "ASTM A 563". 16 17 9-29.AP9 18 Section 9-29, Illumination, Signal, Electrical 19 September 17, 2012 20 9-29.1(4) Non-Metallic Conduit 21 This section is supplemented with the following new sub-section: 22 23 9-29.1(4)D Deflection Fittings 24 Deflection Fittings for use with rigid PVC conduit shall be as described in 9-29.1(2)A 25 26 9-29.2 Junction Boxes, Cable Vaults, and Pull Boxes 27 The section is supplemented with the following: 28 29 The Contractor shall perform quality control inspection. The Contracting Agency 30 intends to perform Quality Assurance Inspection. By its inspection, the Contracting 31 Agency intends only to verify the quality of that Work. This inspection shall not relieve 32 the Contractor of any responsibility for identifying and replacing defective material and 33 workmanship. Prior to the start of production of the precast concrete units, the 34 Contractor shall advise the Engineer of the production schedule. The Contractor shall 35 give the Inspector safe and free access to the Work. If the Inspector observes any 36 nonspecification Work or unacceptable quality control practices, the Inspector will 37 advise the plant manager. If the corrective action is not acceptable to the Engineer, the 38 unit(s)will be rejected. 39 40 9-29.2(1) Standard Duty and Heavy-Duty Junction Boxes 41 The third paragraph is deleted and replaced with the following new paragraphs: 42 43 The Contractor shall provide shop drawings for all components, including the concrete 44 box, and Lid and the shop drawings shall show placement of reinforcing steel. The 45 shop drawing shall be prepared by(or under the direct supervision of) a Professional 46 Engineer, licensed under Title 18 RCW, State of Washington, in the branch of Civil or 47 Structural, and each sheet shall carry the following: 48 AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised:9/1712012 Page 37 1 1. Professional Engineer's original signature, date of signature, original seal, 2 registration number, and date of expiration. 3 4 2. The initials and dates of all participating design professionals 5 6 3. Clear notation of all revisions including identification of who authorized the 7 revision, who made the revision, and the date of the revision. 0 9 4. Design calculations shall carry on the cover page, the Professional Engineer's 10 original signature, date of signature, original seal, registration number, and 11 date of expiration. 12 13 For each type of junction box, or whenever there is a change to the junction box design, 14 a proof test, as defined in this Specification, shall be performed and new shop drawings 15 submitted. 16 17 9-29.2(1)A Standard Duty Junction Boxes 18 The sub-paragraph's titled "Concrete Junction Boxes" are revised to read: 19 20 Concrete Junction Boxes 21 The Standard Duty Concrete Junction Box steel frame, lid support, and lid shall be 22 painted with a black paint containing rust inhibiters or painted with a shop applied, 23 inorganic zinc primer in accordance with Section 6-07.3, or hot-dip galvanized in 24 accordance with AASHTO M 111. All Standard Duty Concrete Junction Boxes placed in 25 sidewalks, walkways, and shared-use paths shall have slip-resistant surfaces. Non-slip 26 lids and frames shall be hot dip galvanized. 27 28 Concrete used in Standard Duty Junction Boxes shall have a minimum compressive 29 strength of 6,000 psi when reinforced with a welded wire hoop, or 4,000 psi when 30 reinforced with welded wire fabric or fiber reinforcement. The frame shall be anchored to 31 the box by welding headed studs % by 3 inches long, as specified in Section 9-06.15, to 32 the frame. The wire fabric shall be attached to the studs and frame with standard tie 33 practices. The box shall contain ten studs located near the centerline of the frame and 34 box wall. The studs shall be placed one anchor in each corner, one at the middle of 35 each width and two equally spaced on each length of the box. 36 37 Materials for Type 1, 2, and 8 Concrete Junction Boxes shall conform to the following: 38 Materials Requirement Concrete Section 6-02 Reinforcing Steel Section 9-07 Fiber Reinforcing ASTM C 1116, Type III Lid ASTM A 786 diamond plate steel Slip Resistant Lid ASTM A 36 steel Frame ASTM A 786 diamond plate steel or ASTM A36 steel Slip Resistant Frame ASTM A 36 steel Lid Support ASTM A 36, or ASTM A1011 Grade SS Handle & Handle support ASTM A 36 steel or ASTM A1011 Grade CS or SS AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised:9/17/2012 Page 38 Anchors (studs) Section 9-06.15 ASTM F 593 or A 193, Type 304 or 316, or Bolts, Studs, Nuts, Stainless Steel grade 302, 304, or 316 Washers steel in accordance with approved shop drawing Locking and Latching In accordance with approved shop Mechanism Hardware and Bolts drawings 1 2 3 9-29.2(1)B Heavy Duty Junction Boxes 4 The section is revised to read: 5 6 Heavy-Duty Junction Boxes shall be concrete and have a minimum vertical load rating 7 of 46,000 pounds without permanent deformation and 60,000 pounds without failure 8 when tested in accordance with Section 9-29.2(1)C. 9 10 The Heavy-Duty Junction Box steel frame, lid support and lid shall be painted with 11 a shop applied, inorganic zinc primer in accordance with Section 6-07.3. 12 13 Materials for Type 4, 5, and 6 Concrete Junction Boxes shall conform to the following: 14 Materials Requirement Concrete Section 6-02 Reinforcing Steel Section 9-07 ASTM A 786 diamond plate steel, rolled from plate complying with ASTM A 572, Lid grade 50 or ASTM A 588, and having a min. CVN toughness.of 20 ft-lb at 40 degrees F. Frame and stiffener ASTM A 572 grade 50 or ASTM A 588, both plates with min. CVN toughness of 20 ft-lb at 40 degrees F Handle ASTM A 36 steel or ASTM A 1011 Grade CS or SS Anchors (studs) Section 9-06.15 ASTM F 593 or A 193, Type 304 or 316, or Bolts, Studs, Nuts, Washers Stainless steel grade 302, 304, or 316 in accordance with approved shop drawing Hinges and Locking and Latching Mechanism In accordance with approved shop Hardware and Bolts drawings 15 16 17 The lid stiffener plates shall bear on the frame, and be milled so that there is full even 18 contact, around the perimeter, between the bearing seat and lid stiffener plates, after 19 fabrication of the frame and lid. The bearing seat and lid perimeter bar shall be free from AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised:9/17/2012 Page 39 1 burrs, dirt, and other foreign debris that would prevent solid seating. Bolts and nuts shall 2 be liberally coated with anti-seize compound. Bolts shall be installed snug tight. The 3 bearing seat and lid perimeter bar shall be machined to allow a minimum of 75 percent 4 of the bearing areas to be seated with a tolerance of 0.0 to 0.005 inches measured with 5 a feeler gage. The bearing area percentage will be measured for each side of the lid as 6 it bears on the frame. 7 n '114%f- Testing Dnr�llirnr"nn+a O .7�L.7.L, IpV a y 1\GMY114/ ww 9 The first paragraph is revised to read: 10 11 The Contractor shall provide for testing of junction boxes, cable vaults and-pull boxes. 12 Junction boxes, cable vaults and pull boxes shall be tested by an independent materials 13 testing facility, and a test report issued documenting the results of the tests performed. 14 15 The second paragraph is revised to read: 16 17 For concrete junction boxes, vaults and pull boxes, the independent testing laboratory 18 shall meet the requirements of AASHTO R 18 for Qualified Tester and Verified Test 19 Equipment. The test shall be conducted in the presence of a Professional Engineer, 20 licensed under Title 18 RCW, State of Washington, in the branch of Civil or Structural, 21 and each test sheet shall have the Professional Engineer's original signature, date of 22 signature, original seal, registration number, and date of expiration. One copy of the test 23 report shall be furnished to the Contracting Agency certifying that the box and cover 24 meet or exceed the loading requirements for a concrete junction box, and shall include 25 the following information: 26 27 1. Product identification. 28 29 2. Date of testing. 30 31 3. Description of testing apparatus and procedure. 32 33 4. All load deflection and failure data. 34 35 5. Weight of box and cover tested. 36 37 6. Upon completion of the required test(s)the box shall be loaded to failure. 38 39 7. A brief description of type and location of failure. 40 41 The third paragraph is revised to read: 42 43 For non-concrete junction boxes the independent testing laboratory shall meet the 44 requirements of AASHTO R 18 for Qualified Tester and Verified Test Equipment. The 45 test shall be conducted in the presence of a Professional Engineer, licensed under Title 46 18 RCW, State of Washington, in the branch of Civil or Structural, and each test sheet 47 shall have the Professional Engineer's original signature, date of signature, original 48 seal, registration number, and date of expiration. One copy of the test report shall be 49 furnished to the Contracting Agency certifying that the box and cover meet or exceed 50 the loading requirements for a non-concrete junction box, and shall include the following 51 information: 52 AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised:9/1712012 Page 40 1 1. Product identification. 2 3 2. Date of testing. 4 5 3. Description of testing apparatus and procedure. 6 7 4. All load deflection data. 8. 9 5. Weight of box and cover tested. 10 11 The first paragraph following the title "Testing for the Standard Duty Non-Concrete 12 Junction Boxes" is revised to read: 13 14 Non-concrete Junction Boxes shall be tested as defined in the ANSI/SCTE 77-2007 Tier 15 15 test method with test load minimum of 22,500 lbs. In addition, the Contractor shall 16 provide a Manufacture Certificate of Compliance for each non-concrete junction box 17 installed. 18 19 9-29.2(2) Standard,Duty and Heavy-Duty Cable Vaults and Pull Boxes 20 This section is revised to read: 21 22 Standard Duty and Heavy-Duty Cable Vaults and Pull Boxes shall be constructed as a 23 concrete box and as a concrete lid. The lid for the Heavy-Duty and Standard Duty Cable 24 Vaults and Pull Boxes shall be interchangeable and both shall fit the same box as 25 shown in the Standard Plans. 26 27 The Contractor shall provide shop drawings for all components, including concrete box, 28 Cast Iron Ring, Ductile Iron Lid, Steel Rings, and Lid. In addition, the shop drawings 29 shall show placement of reinforcing steel, knock outs, and any other appurtenances. 30 The shop drawing shall be prepared by or under the direct supervision of a Professional 31 Engineer, licensed under Title 18 RCW State of Washington, in the branch of Civil or 9 � 9 32 Structural, and each sheet shall carry the following: 33 34 1. Professional Engineer's original signature, date of signature, original seal, 35 registration number, and date of expiration. 36 37 2. The initials and dates of all participating design professionals 38 39 3. Clear notation of all revisions including identification of who authorized the 40 revision, who made the revision, and the date of the revision. 41 42 4. Design calculations shall carry on the cover page, the Professional Engineer's 43 original signature, date of signature, original seal, registration number, and 44 date of expiration. 45 46 For each type of box or whenever there is a change to the Cable Vault or Pull box 47 design, a proof test, as defined in this Specification, shall be performed and new shop 48 drawings submitted. 49 50 9-29.2(2)A Standard Duty Cable Vaults and Pull Boxes 51 This section is revised to read: 52 AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised:9/17/2012 Page 41 1 Standard Duty Cable Vaults and Pull boxes shall be concrete and have a minimum load 2 rating of 22,500 pounds and be tested in accordance with Section 9-29.2(1)C for 3 concrete Standard Duty Junction Boxes. 4 5 Concrete for standard duty cable vaults and pull boxes shall have a minimum 6 compressive strength of 4,000 psi. The lid frame shall be anchored to the vault/box 7 concrete lid by welding headed studs 3/ by 3 inches long, as specified in Section 9- 0 na 4 C +o 4ke f...-- Th f h -1­11 hn -++,-k-r4 +�, +ho +I w4s nnA fromo iAAfh V VV. IJ, lV LIIG II GIIIG. I IIG VV IIG Ip Vlll..JIIGII VG GItG VIIGV LW �ItV .Ci�uuu ullu II ul - -U. 9 standard tie practices. The vault/box concrete lid shall contain ten studs located near 10 the centerline of the frame and wall. Studs shall be placed one anchor in each corner, 11 one at the middle of each width and two equally spaced on each length of the vault/box. 12 The steel frame, lid support, and lid shall be painted with a black paint containing rust 13 inhibiters or painted with a shop applied, inorganic zinc primer in accordance with 14 Section 6-07.3 or hot-dip.galvanized in accordance with ASTM A 111. 15 16 All Standard Duty Cable Vaults and Pull Boxes placed in sidewalks, walkways, and 17 shared-use paths shall have slip-resistant surfaces. The steel frame, lid support, and lid 18 for the Standard Duty Cable Vaults and Pull Boxes shall be hot-dip galvanized. 19 20 Materials for Standard Duty Cable Vaults and Pull Boxes shall conform to the following: 21 Materials Requirements Concrete Section 6-02 Reinforcing Steel Section 9-07 Lid ASTM A 786 diamond plate steel Slip Resistant Lid ASTM A 36 Steel Frame ASTM A 786 diamond plate steel or ASTM A 36 Slip Resistant Frame ASTM A 36 Steel Lid Support ASTM A 36 Steel, or ASTM A 1011 Grade SS Handle & Handle ASTM A 36 steel or ASTM A 1011 Grade Support CS or SS Anchors (studs) Section 9-06.15 ASTM F593 or A 193, type 304 or 316, or Bolts, Studs, Nuts, Washers Stainless steel grade 302, 304, 316 per approved shop drawing Hinges and Locking Mechanism Hardware Per approved shop drawings and Bolts 22 23 24 9-29.2(2)B Heavy-Duty Cable Vaults and Pull Boxes 25 This section is revised to read: 26 27 Heavy-Duty Cable Vaults and Pull Boxes shall be constructed of concrete having a 28 minimum compressive strength of 4,000 psi, and have a minimum vertical load rating of AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised:9/17/2012 Page 42 1 46,000 pounds without permanent deformation and 60,000 pounds without failure when 2 tested in accordance with Section 9-29.2(1)C for Heavy-Duty Junction Boxes. 3 4 Materials for Heavy Duty Cable Vaults and Pull boxes shall conform to the following: 5 Materials Requirements Concrete Section 6-02 Reinforcing Steel Section 9-07 Cover Section 9-05.15(1) Ring Section 9-05.15(1) Anchors (studs) Section 9-06.15 ASTM F 593 or A 193, Type 304 or 316, or Bolts, Nuts, Washers Stainless steel grade 302, 304, 316 in accordance with approved shop drawing 6 7 9-29.6(2) Slip Base Hardware 8 "AASHTO M 291" is revised to read "ASTM A 563". 9 10 9-29.6(5) Foundation Hardware 11 "AASHTO M 291" is revised to read "ASTM A 563". 12 13 9-29.10 Luminaires 14 The third paragraph is revised to read: 15 16 All luminaires shall be provided with markers for positive identification of light source 17 type and wattage. Markers shall be 3 inches square with Gothic bold, black 2-inch 18 legend on colored background. Background color shall be old for high-pressure 9 9 9 19 sodium and red for metal halide, and white for induction light sources. Legends shall be 20 sealed with transparent film resistant to dust, weather, and ultraviolet exposure. 21 22 . 9-29.10(2) Decorative Luminaries 23 The second sentence in the third paragraph is deleted. 24 25 9-29.13(7)6 Auxiliary Equipment for NEMA Controllers 26 In the first paragraph, item number's 8-13 are renumbered to read 9-14 respectfully. 27 28 Item number 7 in the first paragraph is revised to read: 29 30 7. A"Display Panel" when noted in the Contract. The display panel shall depict a 31 generic eight-phase operation. The panel shall be mounted on the inside of the 32 front cabinet door and the mounting shall be of a design that allows positioning of 33 the panel in four orientations 90 degrees from each other. The mounting shall be 34 removable without use of any tools. Incandescent red, yellow, green, walk and 35 don't walk indicator lights shall be provided for each phase. The indicator lights 36 shall be connected to the associated field terminals. The connecting cable shall be 37 long enough to allow for any mounting orientation. No diodes will be allowed in the 38 display panel. A means of disconnecting all wiring entering the panel shall be 39 provided. Switches shall be provided on the panel with labels and functions as 40 follows: 41 AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised:9/17/2012 Page 43 1 a. Display On —Signal indicator lamps will display the operation of the 2 intersection. 3 4 b. Test—All indicator lamps shall be energized. 5 6 c. Display Off—All signal indicator lamps shall be de-energized. 7 0 Th.. F..II..I..ir.i. w.L -n 4 '+nm ;n 'r�+nrfor7 of+o ifpr niIrrlhcr 7 V. The IL./IIVVVII IV IIGVV -U—k—­4 I IIJGI 1UU IL�I 10 111 %il LLiU GILL I ILL 11. IILA...IJVI .. 9 10 8. A"Detector Panel", as specified in Section 9-29.13(7)D, shall be installed. The 11 panel shall be mounted on the inside of the front cabinet door. The detector panel 12 shall be constructed as a single unit. Detector switches with separate operate, test, 13 and off positions shall be provided for each field detector input circuit. A high 14 intensity light emitting diode (LED) shall be provided for each switch. The lamp 15 shall energize upon vehicle, pedestrian or test switch actuation. The test switch 16 shall provide a spring loaded momentary contact that will place a call into the 17 controller. When in the OFF position, respective detector circuits will be 18 disconnected. In the operate position, each respective detector circuit shall operate 19 normally. Switches shall be provided on the panel with labels and functions as 20 follows: 21 22 a. Display On — Detector indicator lights shall operate consistent with their 23 respective switches. 24 25 b. Display Off—detector indicator lights shall be de-energized. 26 27 A means of disconnecting all wiring entering the panel shall be provided. The 28 disconnect shall include a means to jumper detection calls when the display panel 29 is disconnected. All switches on the panel shall be marked with its associated Plan 30 detector number. All markers shall be permanent. 31 32 9-29.13(7)E Type 170E, 170E-HC-11, 2070, 2070 Lite, ATC Controller Cabinets 33 The following new title is inserted after the fifth sentence in the first paragraph: 34 35 9-29.13(7)F Ramp Meter, Traffic Data, and Warning Sign Cabinets 36 37 9-29.16(1)A1 Conventional Optical System 38 This section's title is revised to read: 39 40 9-29.16(1)A1 Non-LED Optical System 41 42 9-29.16(1)D1 Electrical - Conventional 43 This section's title is revised to read: 44 45 9-29.16(1)D1 Electrical — Non-LED 46 47 9-29.24 Service Cabinets 48 In the first paragraph, the lettered items A-J are re-lettered to read B-K respectfully. 49 50 The first paragraph is supplemented with the following new lettered item: 51 52 A. Display an arc flash warning label that meets the requirements of ANSI Z535. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised:9117/2012 Page 44 1 2 9-29.25 Amplifier, Transformer, and Terminal Cabinets 3 In item No. 2.C., "Transformer 23.1 to 12.5 KVA" is revised to read "Transformer 3.1 to 12.5 4 KVA" and the height column value of 40" is revised.to read "48". 5 6 The first and second sentences in the first paragraph are revised to read: 7 8 Amplifier and terminal and transformer cabinets shall be NEMA 3R and the following: 9 10 . Item number 5 is revised to read: 11 12 5. All cabinets shall provide a gasketed door flange 13 14 Item number 7 is revised to read: 15 16 7. Insulated terminal blocks shall be 600 volt, heavy-duty, barrier type. The terminal 17 blocks shall be provided with a field-side and a control-side connector separated by 18 a marker strip. One spare 12-position insulated terminal block shall be installed in 19 each terminal cabinet and amplifier cabinet. 20 21 Item number 8 is revised to read: 22 23 8. Each non-pad mounted Terminal, Amplifier and Transformer cabinet shall have 1/4 24 inch drain holes in back corners. Each pad mounted Terminal, Amplifier and 25 Transformer cabinet shall drain to a sump and through a 3/8 inch diameter. drain 26 pipe to grade as detailed in the Standard Plans. 27 28 Item number 10 is revised to read: 29 30 10. Transformer cabinets shall have two separate compartments, one for the 31 transformer and one for the power distribution circuit breakers. Each compartment 32 shall be enclosed with a dead front. Each breaker shall be labeled with the device 33 name by means of a screwed or riveted engraved name plate. 34 35 9-34.AP9 36 Section 9-34, Permanent Marking Material 37 April 2, 2012 38 9-34.2 Paint 39 The second paragraph is revised to read: 40 41 Blue and black paint shall comply with the requirements for yellow paint in Section 9- 42 34.2(4) and Section 9-34.2(5), with the exception that blue and black paints do not need 43 to meet the requirements for titanium dioxide, directional reflectance, and contrast 44 ration. 45 46 AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised:9/17/2012 Page 45 I SPECIAL PROVISIONS CITY OF RENTON WELLS PW-8,PW-9&EW-3 PRIMARY DISINFECTION PROJECT SPECIAL PROVISIONS TABLE OF CONTENTS SPECIALPROVISIONS..................................................................................................................................1 .1-01 DEFINITIONS AND TERMS..............................................................................................................1 1-01.1 General.......................................................................:......................................................................1 1-01.3 Definitions.......................................................................................................................................1 1-02 BID PROCEDURES AND CONDITIONS......................................................................................3 1-02.1 Prequalification of bidders...........................................................................................................3 1-02.2 Plans and Specifications................................................................................................................3 1-02.5 Proposal Forms...............................................................................................................................4 1-02.6 Preparation of Proposal....................................................................:...........................................4 1-02.6(1) Proprietary Information.....................................................................................................5 1-02.7 Bid Deposit......................................................................................................................................5 1-02.9 Delivery of Proposal......................................................................................................................5 1-02.12 Public Opening of Proposals.....................................................................................................5 1-02.13 Irregular Proposals.......................................................................................................................5 1-02.14 Disqualification of Bidders.........................................................................................................6 1-02.15 Pre Award Information...............................................................................................................6 1-03 AWARD AND EXECUTION OF CONTRACT..............................................................................7 1-03.1 Consideration of bids....................................................................................................................7 1-03.2 Award of Contract.........................................................................................................................7 1-03.3 Execution of Contract...................................................................................................................7 1-03.4 Contract Bond.................................................................................................................................7 1-03.7 Judicial Review................................................................................................................................8 1-04 SCOPE OF WORK.................................................................................................................................8 1-04.2 Coordination of Contract Documents......................................................................................8 1-04.3 Contractor-Discovered Discrepancies........................................................................................8 1-04.4 Changes.............................................................................................................................................9 1-04.8 Progress Estimates and Payments...............................................................................................9 1-04.11 Final Cleanup................................................................................................................................9 1-05 CONTROL OF WORK..........................................................................................................................9 1-05.4 Conformity With and Deviation from Plans and Stakes.........................................................9 1-05.4(3) Contractor Supplied Surveying........................................................................................10 1-05.4(4) Contractor Provided As-Built Information...................................................................11 1 11/14/2012 - ):\Dam\REN\110-093\10 Design\Specs\CT Pipelines-Special Provisions Nvith Table of Contents.doc CITY OF RENTON WELLS PW-8,PW-9&EW-3 PRIMARY DISINFECTION PROJECT . SPECIAL PROVISIONS TABLE OF CONTENTS 1-05.7 Removal of Defective and Unauthorized Work................................:.....................................11 1-05.10 . Guarantees.........:........................................................................................................................12 1-05.11 Final Inspection..........................................................................................................................13 1-05.11(1) Substantial Completion Date.............................................................:...........................13 1-05.11(2) Final Inspection and Physical Completion Date........................................................13 1-05.11(3) Operational Testing............................ ..........14 1-05.12 Final Acceptance.........................................................................................................:..............14 1-05.13 Superintendents,Labor and Equipment of Contractor.......................................................15 1-05.14 Cooperation with Other Contractors......................................................................................15 1-05.16 Water and Power.........................................................................................................................15 1-05.17 Oral Agreements........................................................................................................................15 1-05.18 Contractor's Daily Diary...........................................................................................................16 1-06 CONTROL OF MATERIAL...............................................................................................................17 1-06.1 Approval of Materials Prior to Use...........................................................................................17 1-06.2(1) Samples and Tests for Acceptance..................................................................................17 1-06.2(2) Statistical Evaluation of Materials for Acceptance.......................................................17 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC...................................17 1-07.1 Laws to be Observed...................................................................................................................17 1-07.2 State Sales Tax...............................................................................................................................18 1-07.2(1) General.........................:......................................................................................................18 1-07.2(2) State Sales Tax-Rule 171................................................................................................18 1-07.2(3) State Sales Tax-Rule 170................................................................................................19 1-07.2(4) Services................................................................................................................................19 1-07.6 Permits and Licenses....:...............................................................................................................19 1-07.9 Wages..............................................................................................................................................20 1-07.9(5) Required Documents.........................................................................................................20 1-07.11 Requirements for Non-Discrimination...................................................................................20 1-07.11(11) City of Renton Affidavit of Compliance...................................................................20 1-07.12 Federal Agency Inspection........................................................................................................20 1-07.13 Contractor's Responsibility for Work.................................................................:....................20 1-07.13(1) General..............................................................................................................................20 1-07.15 Temporary Water Pollution/Erosion Control.......................................................................20 1-07.16 Protection and Restoration of Property.................................................................................21 1-07.16(l) Private/Public Property .............................21 2 11/14/2012 j:\Data\REN\110-093\10 Design\Specs\CT Pipdmu -Special Provisions with Table of Contents.doc CITY OF RENTON WELLS PW-S,PW-9&EW-3 PRIMARY DISINFECTION PROJECT SPECIAL PROVISIONS TABLE OF CONTENTS 1-07.17 Utilities and Similar Facilities...........................:........................................................................22 1-07.17(1) Site Specific Potholing.....................................................................................................23 1-07.17(2) Interruption of Services.................:...............................................................................24 1-07.18 Public Liability and Property Damage Insurance.................................................................24 1-07.18(1) General..............................................................................................................................24 - 1-07.18(2) Coverages..........................................................................................................................25 1-07.18(3) Limits.................................................................................................................................26 1-07.18(4) Evidence of Insurance:...................................................................................................27 1-07.22 Use of Explosives.....................................................................:................................................27 1-07.23 Public Convenience and Safety................................................................................................28 1-07.23(1) Construction Under Traffic...........................................................................................28 1-07.23(2) Construction and Maintenance of Detours................................................................29 1-07.24 Rights of Way.....................................................................................................................................29 1-08 PROSECUTION AND PROGRESS.................................................................................................30 1-08.0 Preliminary Matters......................................................................................................................30 1-08.0(1) Preconstruction Conference............................................................................................30 1-08.0(2) Hours of Work.............................................................................................:.....................31 1-08.0(3) Reimbursement for Overtime Work of Contracting Agency Employees................32 1-08.1 Subcontracting....................................................................................................:.........................32 1-08.2 Assignment....................................................................................................................................33 1-08.3 Progress Schedule.........................................................................................................................33 1-08.4 Notice to Proceed and Prosecution of the Work...................................................................34 1-08.5 Time For Completion..................................................................................................................34 1-08.6 Suspension of Work.....................................................................................................................35 1-08.7 Maintenance During Suspension...............................................................................................36 1-08.9 Liquidated Damages.....................................................................................................................36 1-08.11 Contractor's Plant and Equipment..........................................................................................36 1-08.12 Attention to Work......................................................................................................................36 1-09 MEASUREMENT AND PAYMENT................................................................................................37 1-09.1 Measurement of Quantities........................................................................................................37 1-09.3 Scope of Payment........................................................................................................................38 1-09.6 Force Account...............................................................................................................................38 1-09.7 Mobilization...................................................................................................................................38 1-09.9 Payments........................................................................................................................................39 3 11/14/2012 jAData\REN\110-093\l0 Dcsign\Specs\CT Pipelines-Slxeial Provisions svhh Table of Contents.doc CITY OF RENTON WELLS PW-S,PW-9&EW-3 PRIMARY DISINFECTION PROJECT SPECIAL PROVISIONS TABLE OF CONTENTS 1-09.9(1) Retainage.............................................................................................................................40 1-09.9(2) Contracting Agency's Right to Withhold and Disburse Certain Amounts...............40 1-09.9(3) Final Payment.....................................................................................................................41 1-09.11 Disputes and Claims...................................................................................................................42 1-09.11(2) Claims................................................................................................................................42 1-09.11(3) Time Limitations and Jurisdiction.................................................................................42 1-09.13 Claims and Resolutions..............................................................................................................42 1-09.13(3) Claims$250,000 or Less.................................................................................................42 1-09.13(3)A Administration of Arbitration....................................................................................42 1-09.13(3)B Procedures to Pursue Arbitration...............................................................................43 1-09.13(3)B Procedures to Pursue Arbitration...................................:...........................................43 1-10 TEMPORARY TRAFFIC CONTROL..............................................................................................43 1-10.1 General.................................:.........................................................................................................43 1-10.2(1)B Traffic Control Supervisor.............................................................................................45 1-10.2(2) Traffic Control Plans.........................................................................................................45 1-10.3 Flagging, Signs,and All Other Traffic Control Devices........................................................45 1-10.3(3) Construction Signs..............................................................................................................45 1-10.4 Measurement.................................................................................................................................45 1-10.5 Payment..........................................................................................................................................45 1-11 RENTON SURVEYING STANDARDS..........................................................................................45 1-11.1(1) Responsibility for surveys.................................................................................................46 1-11.1(2) Survey Datum and Precision............................................................................................46 1-11.1(3) Subdivision Information...................................................................................................46 1-11.1(4) Field Notes..........................................................................................................................46 1-11.1(5) Corners and Monuments..................................................................................................47 1-11.1(6) Control or Base Line Survey............................................................................................47 1-11.1(7) Precision Levels..................................................................................................................48 1-11.1(8) Radial and Station-- Offset Topography.......................................................................48 1-11.1(9) Radial Topography........................................................................................ ...........48 1-11.1(10) Station--Offset Topography...........................................................................................48 1-11.1(11) As-Built Survey..................................................................................:..............................48 1-11.1(12) Monument Setting and Referencing.............................................................................48 1-11.12 Materials.......................................................................................................................................49 1-11.12(1) Property/Lot Corners.....................................................................................................49 4 11/14/2012 J:\Data\REN\110-093\10 Design\Spccs\CT Pipelmes-Special Provisions with Table of Conteatts.doc CITY OF RENTON WELLS PW-S,PW-9&EW-3 PRIMARY DISINFECTION PROJECT SPECIAL PROVISIONS TABLE OF CONTENTS 1-11.12(2) Monuments.......................................................................................................................49 1-11.12(3) Monument Case and Cover............................................................................................49 2-01 CLEARING,GRUBBING,AND ROADSIDE CLEANUP........................................................49 2-01.1 Description....................................................................................................................................49 2-01.2 Disposal of Usable Material and Debris..................................................................................50 2-01.5 Payment..........................................................................................................................................50 2-02 REMOVAL OF STRUCTURE AND OBSTRUCTIONS.............................................................50 2-02.3(3) Removal of Pavement,Sidewalks,and Curbs...............................................................50 2-02.4 Measurement.................................................................................................................................50 2-02.5 Payment..........................................................................................................................................50 2-03 ROADWAY EXCAVATION AND EMBANKMENT...................................................................51 2-03.3 Construction Requirements........................................................................................................51 2-03.4 Measurement.................................................................................................................................52 2-03.5 Payment..........................................................................................................................................52 2-04 HAUL.......................................................................................................................................................52 2-04.5 Payment..........................................................................................................................................52 2-06 SUBGRADE PREPARATION...........................................................................................................53 2-06.5 Measurement and Payment........................................................................................................53 2-09 STRUCTURE EXCAVATION............................................................................................................53 2-09.1 Description....................................................................................................................................53 2-09.3(1)D Disposal of Excavated Material...................................................................................53 2-09.4 Measurement.................................................................................................................................53 2-09.5 Payment..........................................................................................................................................53 5-04 ASPHALT CONCRETE PAVEMENT.............................................................................................54 5-04.2 Materials.........................................................................................................................................54 5-04.3 Construction Requirements........................................................................................................54 5-04.3(5) Conditioning the Existing Surface..................................................................................56 5-04.3(5)A Preparation of Existing Surface...................................................................................56 5-04.3(7)A Mix Design.......................................................................................................................57 5-04.3(8)A Acceptance Sampling and Testing—HMA Mixture.................................................57 5-04.3(10)B Control.........................................................................................................................................57 5-04.5 Payment..........................................................................................................................................57 5-04.5(1)A Price Adjustments for Quality of HMA Mixture......................................................57 5-04.5(1)B Price Adjustments for Quality of HMA Compaction.........:....................................58 5 11/14/2012 ]:\Data\RHN\110-093\10 De iw.n\Specs\Cr Pipelu—-Special Nooi,ions uid,Table of C—r—t,.doc CITY OF RENTON WELLS PW-S,PW-9&EW-3 PRIMARY DISINFECTION PROJECT SPECIAL PROVISIONS TABLE OF CONTENTS 5-06 TEMPORARY RESTORATION IN PAVEMENT AREAS........................................................59 5-06.1 Description..........:.....:........:.....................................................:....................................................59 5-06.2 Materials.........................................................................................................................................59 5-06.3 Construction Requirements........................................................................................................59 7-01 DRAINS...................................................................................................................................................59 i 7-01.2 Materials.........................................................................................................................................59 7-01.3 Construction Requirements........................................................................................................60 7-01.4 Measurement.................................................................................................................................60 7-02 CULVERTS...........:.................................................................................................................................60 7-02.2 Materials.........................................................................................................................................60 7-04 STORM SEWERS..................................................................................................................................60 7-04.2 Materials.........................................................................................................................................60 7-04.4 Measurement.................................................................................................................................61 7-04.5 Payment..........................................................................................................................................61 7-05 MANHOLES,INLETS,AND CATCH BASINS............................................................................61 7-05.3 Construction Requirements........................................................................................................61 7-05.3(1) Adjusting Manholes and Catch Basins to Grade..........................................................61 7-05.3(2) Abandon Existing Manholes............................................................................................63 7-05.3(2)A Abandon Existing Sanitary Sewer Pipes.....................................................................63 7-05.3(3) Connections to Existing Manholes.................................................................................63 7-05.3(5) Manhole Coatings..............................................................................................................63 7-05.4 Measurement.................................................................................................................................64 7-05.5 Payment..........................................................................................................................................64 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS............................................................64 7-08.3 Construction Requirements......................................:.................................................................64 7-08.3(1)C Bedding the Pipe.............................................................................................................64 7-08.3(1)D Pipe Foundation............................................................................................................65 7-08.3(2)A Survey Line and Grade..................................................................................................65 7-08.3(2)B Pipe Laying—General....................................................................................................65 7-08.3(2)E Rubber Gasketed Joints.................................................................................................66 7-08.3(2)H Sewer Line Connections................................................................................................66 7-08.3(2)) Placing PVC Pie .............................................................................66 7-08.3(3)A Backfilling Sanitary Seiner Trenches............................................................................66 7-08.4 Measurement.................................................................................................................................67 6 11/14/2012 ):\Data\REN\110-093\10 Design\Specs\CT Pipelines-Spe=l Provisions with Table of Contents.doc CITY OF RENTON WELLS PW-8,PW-9&EW-3 PRIMARY DISINFECTION PROJECT SPECIAL PROVISIONS TABLE OF CONTENTS 7-08.5 Payment..........................................................................................................................................67 7-09 PIPE AND FITTINGS FOR WATER MAINS...............................................................................68 7-09.3(15)A Ductile Iron Pipe..........................................................................................................68 7-09.3(15)B Polyvinyl Chloride (PVC) Pipe(4 inches and Over)...............................................68 7-09.3(17) Laying Ductile Iron Pipe and Fittings with Polyethylene..........................................68 7-09.3(19)A Connections to Existing Mains..................................................................................68 7-09.3(21) Concrete Thrust Blocking and Dead-Man Block.......................................................69 7-09.3(23) Hydrostatic Pressure Test...............................................................................................69 7-09.3(24)A Flushing and..................................................................................................................70 7-09.3(24)D Dry Calcium Hypochlorite.........................................................................................71 7-09.3(24)K Retention Period...........................................................................................................71 7-09.3(24)N Final Flushing and Testing..........................................................................................71 7-09.3(25) Joint Restraint Systems....................................................................................................71 7-09.4 Measurement.................................................................................................................................73 7-09.5 Payment...........................................................................................................................................73 7-12 VALVES FOR WATER MAINS.........................................................................................................73 7-12.3(1) Installation of Valve Marker Post....................................................................................74 7-12.3(2) Adjust Existing Valve Box to Grade...............................................................................74 7-12.4 Measurement.................................................................................................................................74 7-12.5 Payment..........................................................................................................................................74 7-14 HYDRANTS...................................... ..................................................................................................... 7-144.3(1) Setting Hydrants.................................................................................................................75 7-14.3(3) Resetting Existing Hydrants............I........................ ..75 7-14.3(4) Moving Existing Hydrants................................................................................................75 7-14.5 Payment..........................................................................................................................................76 7-15 SERVICE CONECTIONS..................................................................................................................76 7-15.3 Construction Details.....................................................:..............................................................76 7-15.5 Payment..........................................................................................................................................76 7-17 SANITARY SEWERS.........:.......................................................................................:.........................77 7-17.2 Materials.........................................................................................................................................77 7-17.3 Construction Requirements........................................................................................................77 7-17.3(1) Protection of Existing Sewerage Facilities.....................................................................77 7-17.3(2)H Television Inspection.....................................................................................................77 7-17.4 Measurement.................................................................................................................................77 7 11/14/2012 _ JAData\REN\110-093\10 Desip\Spoor\CT Pipelines-Special Provisions ith Tabk of Conte ts.doc CITY OF RENTON WELLS PW-8,PW-9&EW-3 PRIMARY DISINFECTION PROJECT SPECIAL PROVISIONS TABLE OF CONTENTS 7-17.5 Payment..........................................................................................................................................77 8-09 RAISED PAVEMENT Mf1RKERS....................................................................................................78 8-09.5 Payment..............................................:...........................................................................................78 8-13 MONUMENT CASES..........................................................................................................................79 8-13.1 Description....................................................................................................................................79 8-13.3 Construction Requirements........................................................................................................79 843.4 Measurement.................................................................................................................................79 8-13.5 Payment..........................................................................................................................:...............79 8-14 CEMENT CONCRETE SIDEWALKS............................................................................................79 8-14.3(4) Curing........................................................ 8-14.4 Measurement.................................................................................................................................80 8-14.5 Paym ent..........................................................................................................................................80 8-17 IMPACT ATTENUATOR SYSTEMS................................................................................................80 8-17.5 Payment..........................................................................................................................................80 8-20 ILLUMINATION,TRAFFIC SIGNAL SYSTEMS,AND ELECTRICAL...............................80 8-20.2(1) Equipment List and Drawings.........................................................................................80 8-22 PAVEMENT MARKING......................................................................................................................81 8-22.1 Description....................................................................................................................................81 8-22.3(5) ,.Installation Instructions....................................................................................................81 8-22.5 Payment..........................................................................................................................................82 8-23 TEMPORARY PAVEMENT MARKINGS......................................................................................82 8-23.5 Payment..........................................................................................................................................82 9-03.8(7) HMA Tolerances and Adjustments..................................................................................82 9-05 DRAINAGE STRUCTURES,CULVERTS,AND CONDUITS.................................................83 9-05.4 Steel Culvert Pipe and Pipe Arch(RC).....................................................................................83 9-05.7(2) Reinforced Concrete Storm Sewer Pipe (RC)......................................................:........83 9-05.7(2)A Basis for Acceptance (RC).............................................................................................83 9-05.7(3) Concrete Storm Sewer Pipe Joints (RC).........................................................................83 9-05.7(4) Testing Concrete Storm Sewer Pipe Joints (RC)...........................................................83 . 9-05.9 Steel Spiral Rib Storm Sewer Pipe (RC)....................................................................................83 9-05.12 Polyvinyl Chloride(PVC)Pipe.................................................................................................84 9-05.12(3) CPEP Sewer Pipe.............................................................................................................84 9-05.14 ABS Composite Sewer Pipe......................................................................................................84 9-05.17 Aluminum Spiral Rib Storm Sewer Pipe................................................................................84 8 11/14/2012 - ):\Data\REN\110-095\10 Design\Specs\CP Pipelntes-Special Provisions midi Table of Contents.doc l CITY OF RENTON WELLS PW-8,PW-9&EW-3 PRIMARY DISINFECTION PROJECT SPECIAL PROVISIONS TABLE OF CONTENTS 9-05.22 High Density Polyethylene Piping...........................................................................................85 9-08 PAINTS....................................................................................................................................................87 . 9-08.8 Manhole Coating System Products.............................................................................................87 9-08.8(1) Coating Systems Specification.........................................................................................87 9-23 CONCRETE CURING MATERIALS AND ADMIXTURES...........................:........................87 i . 9-23.9 Fly Ash (RC)..................................................................................................................................87 9-30 WATER DISTRIBUTION MATERIALS.........................................................................................87 9-30.3(1) Gate Valves(3inches to 12 inches)..................................................................................87 9-30.3(3) Butterfly Valves..................................................................................................................88 ! 9-30.3(5) Valve Marker Posts............................................................................................................88 9-30.3(7) Combination Air Release/Air Vacuum Valves.................................................:............89 9-30.3(8) Tapping Sleeve and Valve Assembly...............................................................................89 9-30.3(9) Blow-Off Assembly..........................................................................................................89 9-30.5 Hydrants.........................................................................................................................................89 9-30.5(1) End Connections (RC)......................................................................................................89 9-30.5(2) Hydrant Dimensions.........................................................................................................89 9-30.6(3)B Polyethylene Pipe........................ ......................90 .............................................................. 9-30.6(4) Service Fittings...................................................................................................................90 9-30.6(5) Meter Setters.......................................................................................................................90 10 REMOVAL OF UTILITY LOCATE MARKINGS FROM SIDEWALKS REQUIRED..........90 I / 9 11/14/2012 J:\Data\REN\110-093\10 Design\Specs\CT Pipelutes-Special Provisions with Table of Conteatts.doc SPECIAL PROVISIONS 1-01 DEFINITIONS AND TERMS I 1-01.1 General Section 1-01.1 is supplemented with: Whenever reference is made to the State, State of Washington, 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 intensity 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 1 , See definition for"Contract". 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. r 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 1 . 11/14/3012 J:\Daia\REN\110-093\10 Design\Specs\CT Pipelines-Special Provisions aide Table of Contents.doc CITY OF RENTON NOVEMBER 2012 WELLS PW-S,PW-9&EW-3 PRIMARYDISINFECTION PROJECT SPECIAL PROVISIONS temporary substitute facilities, or correction or repair remains for the physical completion of the total contract. 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. 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 t consulting firm retained by die Owner for the construction engineering of a specific public works project. Inspector The Owner's authorized representative assigned to make necessary observations of the Work performed or being performed, or of materials furnished or being furnished by the Contractor. Notice of Award: The written notice from the Contracting Agency to the successful bidder signifying die Contracting Agency's acceptance of the bid. Notice to Proceed: The written notice from the Contracting Agenc or the Engineer to the Contractor authorizing and directing the Contractor to proceed with Crk and establishing the date on which the Contract time begins. Or Equal r 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 duality and suitability o 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. 2 11/14/2012 J:\Data\REN1110-093\10 Desig\Specs\CT Pipelines-Special Provisions%rich Table of Contents.doc I CITY OF RENTON NOVEMBER 2012 WELLS PW-B,PW-9&EW-3 PRIMARYDIS7NFECTION PROJECT SPECIAL PROVISIONS i Points Wherever reference is made to the Engineer's points, this shall mean all marks, bench marks, reference points, stakes, hubs, tack, etc., established by the Engineer for maintaining horizontal and vertical control of the Work. 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 Public Works Administrator. Shop Drawings Same as "Working Drawings" defined in the Standard Specifications. Special Provisions Modifications to the Standard Specifications and their amendments that apply to an individual pro ect. The special provisions may describe Work the Specifications do not.cover. Such Work sha� 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 the Engineer at request of the Contractor by means of drawings or documents necessary, in the opinion of the 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. 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. 1-02.2 Plans and Specifications Delete this Section and replace it'vvidi the following: i 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. 3 11/14/2012 ]:\Data\REN\110-093\10 Design\Specs\CT Pipelines-Special Provisions xith Table of Contents.doe CITYOFRENTON NOVEMBER 2012 WELLS PW-8,PW-9&EW-.3 PRIMA RYDIsINFECTION PROJECT SPECIAL PROVISIONS 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") 4 Furnished automatically and contract provisions upon award Large Plans (22"x 34") 4 Furnished only upon request 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, 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 Bad 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. 4 11/14/2012 - ):\Data\RHN\110-095\10 DesiTi\Specs\CT Pipelines-Special Provisions xvith Tnble of Contents.doc CITYOFRENTON NOVEMBER 2012' WELLS PW-8,PW-9&EW 3 ARIMARYDISINFECTION PROJECT SPECIAL PROVISIONS 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 42.17.310, 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: 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 envelope, 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. 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. A proposal will be considered irregular and will be rejected if: a. The bidder is not prequali ied when so re uired; 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 5 11/14/2012 J:\Data\REN\110-093\10 Design\Spccs\CT Pipelines-Special Provisions with Table of Coutents.doc CITYOFRENTON NOVEMBER 2012 WEtLs PW-8,PW-9&EW-3 PRIMARYDISINFECTION PROJECT SPECIAL PROVISIONS applicable,as required in Section 1-2.6 h. The bidder fails to submit or properly Complete a Disadvantaged, ]Minority or Women's iuSlneSS ElterprlSC l.Crlillc_du__, If app,u:cal v,i10.., rP!\tNYPl1 ;n Sa�tinn 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. 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 an 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 re ualification amount as may have been determined by a 12requalification of the bidder d. An unsatisfactory performance record exists based on past or current Contracting Agency Work or for Work done for others, as jud&ed 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 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 odler reasons deemed proper by the Contracting Agency. 1-02.15 Pre Award Information Revise this section to read: Core 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 count, 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. i 6 11/14/2012 ):\Data\REN\110-099\10 Design\Specs\CT Pipelines-Spedal Provisions with Table of Contents.doc I CITY OF RENTON NOVEMBER 2012 DELLS PW 8,PW-9&EW-3 PRIMARYDISINFECTION PROJECT SPECIAL PROVISIONS 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. 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 b law and Section 1-03.4. Before execution of the Contract b the Contracting q Y Y g Agency, the successful bidder shall provide any pre-award information the Contracting Agency Y may require under Section 1-02.15. Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor shall an yy 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 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 EThe Contracting Agency requires legible copies of the Contractor's Re�igtration 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. 11/14/2012 J:\Data\REN\110-093\10 Design\Specs\CT Pipelines-Special Provisions%with Table of Contents.doc CITY OF RENTON NOVEMBER 2012 WELLS PW-8,PW-9&EW 3 PRIMARYDISINFECTION PROJECT SPECIAL PROVISIONS 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 uie State of Wnshungta11 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 . 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: 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: 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. Technical Provisions 4. Contract Plans 5. Special Provisions 6. Contracting Agency's Standard Plans and Details (if any) 7. Amendments to the Standard Specifications 8. WSDOT/APWA Standard Specifications for Road, Bridge and Municipal Construction 9. 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, the Contractor shall carefully study and compare all the components of the Contract Documents and other instructions, and check and verify all field measurements. The Contractor shall, prior to ordering material or performing Work, report in 8 11/14/2012 ):\Data\REN\110-093\70 Design\Specs\CT Pipelines-Special Provisions with Table of Contents.doc CITYOF RENTON NOVEMBER 2012 WELLS PW-8,PW-9&EW-3 PRIMARYDISINFECTION PROJECT SPECIAL PROVISIONS writing to the Engineer any error, inconsistency, or omission in respect to design or mode of construction, which is discovered. If the 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 the Contractor's duty'to inform the Engineer immediately in writing, and the Engineer will promptly check the same. Any Work done after such discovery, until correction of Plans or-authorization of extra Work is given, if the Engineer finds that extra Work is involved,will be done at the Contractor's risk. If extra Work is involved, the procedure shall be as provided in Section 1-04.4 of the Standard Specifications. 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 the Ctractor supplied surveying, the Contractor shall provide all re uired surve v Work, including such Work as mentioned in Sections 1-05, 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 the 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 the Contractor supplied surveyor furnished stakes and marks. 9 11/14/2012 J:\Data\REN\110-093\70 Desimi\Specs\CC Pipelines-Special Provisions with Table of Contents.doc CITYOFRENTON NOVEMBER 2012 WELLS PW-8,PW-9&EW-3 PRIMARYDISINFECTION PROJECT SPECIAL PROVISIONS 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 the Contractor supplied surveyor informed of staking requirements and provide at least 480 hours notice to allow the Engineer or the 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 error was furnished by the Engineer. Three consecutive points set on line or grade shall be the minimum points used to determine any variation from a straight line or grade. Any such variation shall, upon discovery, be reported to the Engineer. In the absence of such report the Contractor shall be liable for any error in alignment or grade. The Contractor shall provide all surveys required other than those to be performed by the Engineer. All survey Work shall be done in accordance with Section 1-11 SURVEYING STANDARDS of these Specifications. The Contractor shall keep updated survey field notes in a standard field book and in a format set by the Engineer,per Section 1-11.1(4). These field notes shall include all survey Work performed by the Contractors 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 the Surveyor shall inform the Engineer in writing of any errors, discrepancies, and omissions to the Plans that prevent the Contractor and/or the Surveyor from constructing the project in a manner satisfactory to the Engineer. All errors, discrepancies, and omissions must be corrected to the satisfaction of the Engineer before the survey Work may be continued. 10 11/14/2012 ):\Data\REN\110-093\t0 Design\Specs\CT Pipelines-Special Pmvisioas xridt Table of Coutents.doc CITY OFRENTON No 2012 WELLS PW-8,PW-9&EW-3 PRIMARYDISINFECTION PROJECT SPECIAL PROVISIONS i The Contractor shall coordinate his Work with the Surveyor and perform his operations in a manner to rotect all survey stakes from harm. The Contractor shall inform the Surveyor of the Contractors 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 the Surveyor fail to provide, as directed by the Engineer and/or these Plans and Specifications, accurate As-Built records and other Work the Engineer deems necessary,the Engineer may elect to provide at Contractor expense, a surveyor to provide all As- Built records and other Work as directed by the Engineer. The Engineer shall deduct expenses incurred by the Engineer-supplied surveying from monies owed to the Contractor. Payment per Section 1-04.1 for all Work and materials required for the full and complete survey Work retred to complete the project and As-Built drawings shall be included in the lump sum rice for Construction Surveying, Stakin and As-Builts. P g� 1-05.4(4) Contractor Provided As-Built Information Section 1-05.4(4) is a new section: �t 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/or Unauthorized Work Section 1-05.7 is supplemented as follows: Upon written notice from the Engineer, the Contractor shall promptly replace and re-execute Work by Contractor forces, in accordance with the intent of the Contract and without expense to the Owner, and shall bear the expense of making good all Work of other contractors destroyed or damaged by such removal or replacement. 11 11/14/2012 J:\Data\REN\110-093\10 Desigrt\Specs\CT Pipeli—-Special P—sions with Table of Contents.doc CITYOFRENTON NOVEMBER 2012 WELLS PW-8,PW-9&EW-3 PRIAMRYDISINFECTION PROJECT SPECIAL PROVISIONS If the Contractor does not remove such condemned Work and materials and commence re- execution of the Work within 7 calendar days of written notice from the Engineer, or fails to perform any part of the Work required by the Contract Documents, the Owner may correct and remedy such Work as may be identified in the written notice,with Contracting Agency forces or by such other means as the Contracting Agency may deem necessary. In that case, the Owner may store removed material. Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying defective or unauthorized Work,or Work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from monies due, or to become due, the Contractor. Such direct and indirect costs shall include in particular, but without limitation, compensation for additional professional services required, and costs for repair and replacement of Work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized Work. If sufficient funds do not remain in the Contract and the Contractor does not pay the cost of such removal and storage within 10 calendar days from the date of the notice to the Contractor of the fact of such removal, the Owner may, upon an additional 10 calendar days written notice, sell such materials at public or private sale, and deduct all costs and expenses incurred from monies due to the Contractor, including costs of sale, and accounting to Contractor for the net proceeds remaining. The Owner may bid at any such sale. The Contractor shall be liable to the Owner for the amount of any deficiency from any funds otherwise due the Contractor. If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized Work corrected immediately, have the rejected Work removed and replaced, or have Work the Contractor refuses to 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 might cause serious risk of loss or damage to the public, the Property Owner and the Property Owner's property. No adjustment in contract time or compensation will be allowed because of the delay in the performance of the Work attributable to the exercise of the Contracting Agency's rights provided by this section. The rights exercised under the provisions of this section shall not diminish the Contracting Agency's ri�ht to pursue any other avenue for additional remedy or damages with respect to the Contractors failure to perform the Work as required. 1-05.10 Guarantees Section 1-05.10 is supplemented as follows: If within one year after the Acceptance Date of the Work by the Contracting Agency, defective and/or unauthorized Work is discovered, the Contractor shall promptly, upon written order by the Contracting Agency, return and in accordance with the Engineer's instructions, either correct such Work, or if such Work has been rejected by the Engineer, remove it from the project site and replace it with non-defective and authorized Work, all without cost to the Contracting Agency. If the Contractor does not promptly comply with the written order to correct defective and/or unauthorized Work, or if an emergency exists, the Contracting Agency reserves the right to have defective and/or unauthorized Work corrected or removed and replaced pursuant to Section 1-05.7 "Removal of Defective and/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 12 11/14/2012 J:\Data\REN\110-093\10 Desigtn\Specs\CT Pipelines-Special Provisions with Table of Contents.doc CITYOFRENTON NOVEMBER 2012 WELLS PW-B,PW-9&EW-3 PRIMARYDISINFECTION PROJECT SPECIAL PROVISIONS legal time period set forth in RCW 4.16.040 limiting actions upon a contract in writing, or liability expressed of implied arising out of a written agreement. The Contractor shall warrant good title to all materials, supplies, and equipment purchased for, or incorporated in the Work. Nothing contained in this paragraph, however, shall defeat or impair the right of persons furnishing materials or labor, to recover under any bond given by the Contractor for their protection, or any rights under any law permitting such persons to look to funds due the Contractor in the hands of the Contracting Agency. The provisions of this paragraph shall be inserted in all subcontracts and material contracts, and notice of its provisions shall be given to all persons furnishing materials for the Work when no formal contract is entered into for such materials. 1-05.11 Final Inspection 1-05.11(1) Substantial Completion Date Section 1-05.11(1) is a new section: When the Contractor considers the Work to be substantially complete, the Contractor shall so notify the Engineer and request the Engineer establish the Substantial Completion Date. The Engineer will schedule an inspection of the Work with the Contractor to determine the status of completion. To be considered substantially complete the following conditions must be met: 1. The Contracting Agency must have full and unrestricted use and benefit of the facilities both from the operational and safety standpoint. 2. Only minor incidental Work, replacement of temporary substitute facilities, or correction of repair Work remains to reach physical completion of the Work. 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 13 11/14/2012 - 1;\Data\REN\110-093\10 Design\Specs\CT Pipelines-Special Proeisions Frith fable of Contuus:doc CITYOFRENTON No 2012 WELLS PW-B,PW-9&EW-3 PRIMARYDISINFECTION PROJECT SPECIAL PROVISIONS the Final Inspection reveals the Work incomplete or unacceptable. The Contractor shall immediately take such corrective measures as are necessary to remedy the listed deficiencies. Corrective Work shall be pursued vigorously, diiigenti and wiuiout lnteiiiiptlwi U11"I piiYsiCal completion of the listed deficiencies. This process wiH continue until the Engineer is satisfied the listed deficiencies have been corrected. If action to correct the listed deficiencies is not initiated within 7 days after receipt of the Written Notice listing the deficiencies, the Engineer may, upon Written Notice to the Contractor, take whatever steps are necessary to correct those deficiencies pursuant to Section 1- 05.8. The Contractor will not be allowed an extension of contract time because of a delay in the performance of the Work attributable to the exercise of the Engineer's right.hereunder. Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting Agency, in writing, of the date upon which the Work was considered physically complete, that date shall constitute the Physical Completion Date of the Contract, but shall not imply all the obligations of the Contractor under the Contract have been fulfilled. 1-05.11(3) Operational Testing Section 1-05.11(3) is a new section: Unless otherwise noted in the Contract Documents, the Contractor shall give the Engineer a minimum of 3 working days'notice of the time for each test and inspection. If the inspection is by another authority than the Engineer, the Contractor shall give the Engineer a minimum of 3 working days'notice of the date iixed for such inspection. Required certificates of inspection by other authority than the Engineer shall be secured by the Contractor. It is the intent of the Contracting Agency to have at the Physical Completion Date a complete and operable system. Therefore, when the Work involves the installation of machinery or other mechanical equipment; street lighting, electrical distribution or signal systems; irrigation systems; buildings; or other similar Work, it may be desirable for the Engineer to have the Contractor operate and test the Work for a period of time, after final inspection but prior to the physical completion date. Whenever items of Work are listed in the Contract Provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment which prove faulty, or that are not in first class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing, shall be included in the unit contract prices related to the system being tested,unless specifically set forth otherwise in the proposal. Operational and test periods, when required by the Engineer, shall not affect a manufacturer's guaranties or warranties furnished under the terms of the Contract. 1-05.12 Final Acceptance The third and fourth sentences in paragraph 1 are deleted and replaced with: 14 11/14/2012 j:\Data\RHN\110-093\10 Dcsiynt\Specs\CT Pipclines-Special Pmcisions with Table of Contents.doc. CITY OF RENTON NOVEMBER 2012 WELLS PW-B,PW-9&EW-3 PRIMARYDISINFECTION PROJECT SPECIAL PROVISIONS The Final Acceptance date shall be that date in which the Renton City Council formally approves acceptance of the Contract. 1-05.13 Superintendents, Labor and Equipment of Contractor Revise the seventh paragraph to read: Whenever the Contracting Agency evaluates the Contractor's qualifications pursuant to Section 1-02.1, the Contracting Agency will take these performance reports into account. 1-05.14 Cooperation with Other Contractors Section 1-05.14 is supplemented as follows: The Contractor shall afford the Owner and other contractors-working in the area reasonable opportunity for the introduction and storage of their materials and the execution of their respective Work, and shall properly connect and coordinate the Contractor's Work with theirs. Other utilities, districts, agencies, and contractors who may be working within the project area are: 1. Puget Sound Energy(gas and electric) 2. AT&T Broadband 3. Qwest Communications 4. City of Renton (water,sewer, transportation) 5. Soos Creek Sewer and Water District 6. Cedar River Sewer and Water District. 7. Skyway Sewer and Water District 8. Private contractors employed by adjacent property owners The Contractor shall coordinate with City of Renton on tying into any existing electrical service cabinet. 1-05.16 Water and Power Section 1-05.16 is a new Section: The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the Work, unless the Contract includes power and.water as a pay item. 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. 15 11/14/2012 J:\Data\REN\110-093\10 Design\Specs\CT Pipelines-Special Provisions midi Table of Contents.doc CITY OF RENTON NOVEMBER 2012 WELLS PW-8,PW-9&EW-3 PRIMARYDISINFECTION PROJECT SPECIAL PROVISIONS 1-05.18 Contractor's Daily Diary Section 1-05.18 is a new section: The Contractor and subcontractors shall maintain and provide to the En eer a Daily Diary Record of this Work. This diary will be created by pen entries in a hardbound gin 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 pa e. The diary must be kept and maintained by the Contractor's designated project superintendents). Entries must be made on a daily basis and must accurately represent all of the project activities on each day. At a minimum, the diary shall show on a daily basis: 1. The day and date. 2. The weather conditions,including changes throughout the day. 3. A complete description of Work accomplished during the day with adequate references to the Plans and Contract Provisions, so that the reader can easily and accurately identify said Work in the Plans. Identify location/description of photographs or videos taken that day. 4. An entry for each and every changed condition, dispute or potential dispute, incident, accident, or occurrence of any nature whatsoever which might affect the Contractor, the Owner,or any third party in any manner. 5. Listing of any materials received and stored on- or off-site by the Contractor for future installation, to include the manner of storage and protection of the same. 6. Listing of materials installed during each day. 7. List of all subcontractors working on-site during each day. 8. Listing of the number of the Contractor's employees working during each day by category of employment. 9. Listing of the Contractors equipment working on the site during each day. Idle equipment on the site shall be listed and designated as idle. 10. Notations to explain inspections, testing, stake-out, and all other services furnished by the Owner or other party during each day. 11. Entries to verify the daily (including non-Work days) inspection and maintenance of traffic control devices and condition of the traveled roadway surfaces. The Contractor shall not allow any conditions to develop that would be hazardous to the public. 12. Any other information that serves to give an accurate and complete record of the nature, quantity,and quality of Contractor's progress on each day 13. Plan markups showing locations and dimensions of constructed features to be used by the Engineer to produce record drawings. 14. All pages of the diary must be numbered consecutively with no omissions in page numbers. 15. Each page must be signed and dated by the Contractor's official representative on the project. The Contractor may use additional sheets separate from the diary book if necessary to provide a complete diary record, but they must be signed, dated, and labeled with project name and number. It is expressly agreed between the Contractor and the Owner that the Daily Diary maintained by the Contractor shall be the "Contractor's Book of Original Entry" for the documentation of any potential claims or disputes that might arise during this contract. Failure of the Contractor to maintain this diary in the manner described above will constitute a waiver of any such claims or disputes by the Contractor. The Engineer or other Owner's representative on the job site will also complete a Daily Construction Report. 16 11/14/2012 J:\Dnri\REN\ll0-093\l0 Design\Specs\CT Pipelines-Special Provisions frith Table of Contents,doc CITY OF RENTON NOVEMBER 2012 WELLS PW-8,PW-9&EW-3 PRIMARYDISBVFECTION PROJECT SPECIAL PROVISIONS 1-06 CONTROL OF MATERIAL 1-06.1 Approval of Materials Prior to Use Section 1-06.1 is supplemented as follows: The materials and equipment lists submitted to the Engineer at the Preconstruction Conference shall include the quantity, manufacturer, and model number, if applicable, of materials and equipment to be installed under the Contract. This list will be checked by the Engineer as to conformity with the Contract Documents. The Engineer will review the lists within 10 working days, noting required corrections. The Contractor shall make.required corrections and file 2 corrected copies with the Engineer within one week after receipt of required corrections. The Engineer's review and acceptance of the lists shall not relieve the Contractor from responsibility for suitability for the intended purpose,nor for deviations from the Contract Documents. 1-06.2(1) Samples and Tests for Acceptance Section 1-06.2(1) is supplemented a follows: The finished Work shall be in accordance with approved samples. Approval of samples by the Engineer does not relieve the Contractor of responsibility for performance of the Work in accordance with the Contract Documents. 1-06.2(2) Statistical Evaluation of Materials for Acceptance Section 1-06.02(2) is supplemented by adding the following: Unless stated otherwise in the special provisions, statistical evaluation will not be used by the City of Renton. 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.1 Laws to be Observed Section 1-07.1 is supplemented as.follows: The Contractor shall erect and properly maintain, at all times, as required by the conditions and progress of the Work, all necessary safeguards for protection of workers and the public; shall post danger signs warning against known or unusual hazards; and shall designate as Safety Supervisor,a responsible employee on the construction site whose duty shall be the enforcement of safety. The name and position of such person so designated shall be reported in writing to the Engineer by the Contractor. The Contractor shall, at all times, enforce strict discipline and good order among all employees and shall not employ any.person unfit or not skilled in the Work assigned to him/her. Necessary sanitation conveniences for the use of the workers on the job,properly secluded from public observation,shall be provided and maintained by the Contractor. In cases of conflict between different safety regulations, the more stringent regulation shall apply. The Washington State Department of Labor and Industries shall be the sole and paramount administrative agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA). 17 11/14/2012 ):\Data\REN\110-093\10 Design\Specs\CT Pipelines 7 Special Provisions with Table of Contents.doc - CITY OF RENTON NOVEMBER 2012 WELLS PW-B,PW-9&EW-3 PR rmARYDISINFECTION PROJECT ,SPECIAL PROVISIONS The Contractor shall maintain at the project site office, or other well-known place at the project sire, 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. 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 18 11/14/2012 J:\Data\RFN\110.093\IODmigi\Specs\CTPipelinm-Special Provisions with Table of Contents.doc CITYOFRENTON NOVEMBER 2012 WELLS PW-8,PW 9&EW 3 PRIMARYDISINFECTION PROJECT SPECIAL PROVISIONS 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 The Contractor shall be required to comply with all conditions of the permits, easements, and rights of entry, at no additional cost to the Owner. The Contractor is required to indemnify the Owner from claims on all easements and rights of entry. All other permits, licenses, etc., shall be the responsibility of the Contractor. The Contractor shall comply with the special provisions and requirements of each. Permits, permission under franchises, licenses and bonds of a temporary nature necessary for and during the prosecution of the Work, and inspection fees in connection therewith shall be secured and paid for by the Contractor. if the Owner is required to secure such permits, permission under franchises, licenses and bonds, and pay the fees, the costs incurred by the 19 11/14/2012 J:\Data\REN\110-093\10 Design\Specs\CT Pipelines-Special Provisions with Table of Contents.doc CITY OF RENTON NOVEMBER 2012 WELLS PW-8,PW-9&EW 3 PRIMARYDISINFECTION PROJECT SPECIAL PROVISIONS Owner thereby shall be charged against the Contractor, and deducted from any funds otherwise due the Contractor. 1-07.9 Wages 1-07.9(5) Required Documents Delete the first sentence of the third paragraph, and replace it with the following: The Contractor must submit weekly-certified payrolls for the Contractor and all subcontractors and lower tier subcontractors, regardless of project's funding source. 1-07.11 Requirements for Non-Discrimination 1-07.11(11) City of Renton Affidavit of Compliance Section 1-07.11(11) is new: Each Contractor, Subcontractor, Consultant, and or Supplier shall complete and submit a copy of the "City of Renton Fair Practices Policy Affidavit of Compliance". A copy of this document will be bound in the bid documents. 1-07.12 Federal Agency Inspection Section 1-07.12 is supplemented with the following. Required Federal Aid Provisions The Required Contract Provisions Federal Aid Construction Contracts (FHWA 1273) and the amendments thereto supersede any conflicting provisions of the Standard Specifications and are made a part of this contract; provided, however, that if any of the provisions of FHWA 1273, as amended, are less restrictive than Washington State Law, then the Washington State Law shall prevail. The provisions of FHWA 1273, as amended, included in this contract require that the Contractor insert the FHWA 1273 and amendments thereto in each subcontract, together with die wage rates which are part of the FHWA 1273, as amended. Also, a clause shall be included in each subcontract requiring the subcontractors to insert the FHWA 1273 and amendments thereto in any lower tier subcontracts, together with the wage rates. The Contractor shall also ensure that this Section, REQUIRED FEDERAL AID PROVISIONS, is inserted in each subcontract for subcontractors and lower tier subcontractors. For this purpose, upon request to the Project Engineer, the Contractor will be provided with extra copies of the FHWA 1273, the amendments thereto,the applicable wage rates,and this Special Provision. 1-07.13 .Contractor's Responsibility for Work 1-07.13(1) General Section 1-07.13(1) is supplemented as follows: During unfavorable weather and other conditions, the Contractor shall pursue only such portions of the Work as shall not be damaged thereby. No pportion of the Work whose satisfactory quality or efficiency will be affected by unfavorable conditions shall be constructed while these conditions exist, unless the Contractor shall be able to overcome said unfavorable conditions by special means or precautions acceptable to the Engineer,. 1-07.15 Temporary Water Pollution/Erosion Control Delete the first paragraph,and replace it with the following: n an effort to prevent, control, and stop water pollution and erosion within the project, thereby 20 11/13/2012 J:\Data\REN\110-093\10 Design\Specs\CT Pipelines-Special Provisions tridn Table of Contents.doc li CITY OF RENTON NOVEMBER 2012 WELLS PW-B,PW-9&EW-3 PRIMARYDISINFECIION PROJECT SPECIAL PROVISIONS 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 shrubber�� or trees destroyed or damaged, shall be replaced by the Contractor with material of equal quality at no additional cost to the Contracting Agency. In the event that it is necessary to trench through any lawn area, the sod shall be carefully cut and rolled and replaced after the trenches have been backfilled. The lawn area shall be cleaned by sweeping or other means, of all earth and debris. The Contractor shall use rubber wheel equipment similar to the small tractor-type back-hoes 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 21 11/14/2012 - ]:;Data\REN\110-095\10 Design\Specs\CT Pipelines-Special Provisions With Table of Contents.doc CITYOFRENTON NOVEMBER 2012 WELLS PW-8,PW-9&EW-3 PRIMARYDISINFECTION PROJECT SPECIAL PROVISIONS 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 under this contract shall be restored to their original condition or better. The original condition shall be established by photographs taken and/or inspection made prior to construction. All such Work shall be done to the satisfaction of the Property Owners and the Contracting Agency at the expense of the Contractor. D. Streets. The Contractor will assume all responsibility of restoration of the surface of all streets (traveled ways) used by him if damaged. In the event the Contractor does not have labor or material immediately available to make necessary repairs, the Contractor shall so inform the Contracting Agency. The Contracting Agency will make the necessary repairs and the cost of such repairs shall be paid by the Contractor. The Contractor is responsible for identifying and documenting any damage that is pre-existing or caused by others. Restoration of excavation in City streets shall be done in accordance with the City of Renton Trench Restoration Requirements, which is available at the Public Works Department Customer Services counter on the 6th floor, Renton City Hall, 1055 South Grady Way. 1-07.17 Utilities and Similar Facilities Section 1-07.17 is supplemented by adding: Existing utilities indicated in the Plans have been plotted from the best information available to the Engineer. Information and data shown.or indicated in the Contract Documents with respect to existing underground utilities or services at or contiguous to the project site are based on information and data furnished to the Owner and the Engineer by owners of such underground facilities or others, and the Owner and the Engineer do not assume responsibility for the accuracy or completeness thereof. It is to be understood that other aboveground or underground facilities not shown in the Plans may be encountered during the course of the Work. All utility valves, manholes,vaults, or pull boxes which are buried shall be conspicuously marked in a fashion acceptable to the Owner and the Engineer by the Contractor to allow their location to be determined by the Engineer or utility personnel under adverse conditions, (inclement weather or darkness). Where underground main distribution conduits, such as water, gas, sewer, electric power, or telephone, are shown on the Plans, the Contractor, for the purpose of reparing his bid, shall , assume that every property parcel will be served by a service connection for each type of utility. The Contractor shall check with the utility companies concerning any possible conflict prior to commencing excavation in any area. The Contractor shall resolve all crossing and clearance problems with the utili ty company concerned. No excavation shall be in until all known facilities,in the vicinity of the excavation area,have been located and marked. 22 11/14/2012 ):\Data\REN\110-093\30 Design\Specs\CT Pipelines-Special Pt isions kith Table of Cwtwt$.do OTYOFRENTON NOVEMBER 2012 WELLS PW-8,PW-9&EW 3 PRIMARYDISINFECTION PROJECT SPECIAL PROVISIONS In addition to the Contractor having all utilities field marked before starting Work, the Contractor shall have all utilities field marked after they are relocated in conjunction with this project. Call Before You Dig The 48-Hour Locators 1-800-424-5555 At least 2 and not more than 10 working days prior to commencing any excavations for utility potholing or for any other purpose under this Contract, the Contractor shall notify the Underground Utilities Location Center by telephone of the planned excavation and progress schedule. The Contractor is also warned that there may be utilities on the project that are not part of the One Call system. They must be contacted directly by the Contractor for locations. The Contractor shall make arrangements 48 hours in advance with respective utility owners to have a representative present when their utility is exposed or modified, if the utility chooses to do so. Existing utilities for telephone, power, gas, water, and television cable facilities shall be ad'usted or relocated by the appropriate utility company unless otherwise noted in the Plans. These adjustments may be completed before the Contractor begins Work, or ma j, be performed in conjunction with the Contract. Work. The Contractor shall be entire�y 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, the Contractor shall continue the construction process on other aspects of the project whenever possible. No additional compensation will be made to the Contractor for reason of delay caused by the.actions of any utility company, and the Contractor shall consider such costs to be incidental to the other items of the Contract. Utility Potholing Potholing may be included as a bid item for use in determining the location of existing utilities in advance of the Contractor's operations. If potholing is not included as a bid item then it shall be considered incidental to other Work. The Contractor shall submit all potholing requests to the Engineer for approval, at least 2 working days before potholing is scheduled. Additionally, the Contractor shall provide potholing at the Engineer's request. In no way shall the Work described under Utility Potholing relieve the Contractor of any of the responsibilities described in Section 1-07.17 of the Standard Specifications and Special Provisions, and elsewhere in the Contract Documents. 1-07.17(1) Site Specific Potholing Section 1-07.17(1) is a new section: Site Specific Potholing is intended to be additional potholing as directed by the Engineer,which is in addition to potholing included as incidental for utility installation. Where underground utilities are found to be in the way of construction, such condition shall not be deemed to be a changed or differing site condition, and if necessary, pipe alignment or grade shall be modified. No payment will be made unless potholing has been performed prior to trench excavation, and witnessed by the Engineer. Different utilities may be found to occupy a common trench. Any two or more utilities separated by 3 feet or less shall constitute one locate. Where multiple utilities exist in close proximity, the Contractor shall be paid for one locate for every 5 feet of 23 11/14/2012 ]:\Data\REN\110-093\10 Dmig,\Specs\CT Pipelines-Spatial Pcocisions,,itli Table of Contents.doc CITY OF RENTON NOVEMBER 2012 WELLS PW-B,PW-9&EW-3 PRIMARYDISINFECTION PROJECT SPECIAL PROVISIONS exploration trench. The quantity for this item is included to provide a common proposal for bid nnrpocP.s. The actual auantity used in construction may vary from that amount. The unit price will not be adjusted if the actual quantity used varies by more than 25 percent. The contractor shall perform for this potholing a minimum of five working days prior to crossing to allow for potential revisions. The contractor shall not have cause for claim of down- time or any other additional costs associated with`waiting'if the owner provides design revisions (related to the information supplied per this section) within three working days after the contractor provides the surveyed elevations. In no way shall the Work described under Site Specific Potholing relieve the Contractor of any of the responsibilities described in Section 1-07.17 of the Standard Specifications and Special Provisions,and elsewhere in the Contract Documents. 1-07.17(2) Interruption of Services Section 1-07.17(2) is a new section: Whenever in the course of the construction operation it becomes necessary to cause an outage of utilities, it shall be the Contractor's responsibility to notify the affected users and the Engineer not less than 48 hours in advance of such outage. The Contractor shall make reasonable effort to minimize the duration of outages, and shall estimate the length of time service will be interrupted and so notify the users. In the case of any utility outage that has exceeded or will exceed four hours, user contact shall again be made. Temporary service, if needed,will be arranged by the Contractor at no cost to the Owner. Overhead lighting outages shall not exceed 24 hours. All cost to the Contractor for providing temporary overhead lighting to meet above requirements shall be incidental to the various unit and Lump sum items of the Contract;no separate payment will be made. 1-07.18 Public Liabili ty 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 in uries, including accidental death, as well as claims for property damages which may arise �rom 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. I 24 11/14/2012 J:\Data\REN\110-093\10 Design\Specs\CT Pipelines-Special Provisions with Table of Contents.doc � CITYOFRENTON NOVEMBER 2012 WELLS PW-8,PW-9&EW--3 PRIMARYDISINFECTION PROJECT SPECIAL PROVISIONS 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 All coverage provided by the Contractor shall be in a form and underwritten by a company acceptable to the Contracting Agency. The City requires that all insurers: 1. Be licensed to do business within the State of Washington. 2. Coverage to be on an 'occurrence" basis (Professional Liability and Pollution coverage are acceptable when written on a claims-made basis). The City may also require proof of professional liability coverage be provided for up to two (2) years after the completion of the project. 3. The City may request a copy of the actual declaration page(s) for each insurance policy affecting coverage(s) required by the Contract prior to the date work commences. 4. Possess a minimum A.M. best rating of AVII (A rating of A XII or better is preferred.) If any insurance carrier possesses a rating of less than AVII, the City may make an exception. The City reserves the right to approve the security of the insurance coverage provided by the insurance company(ies), terms, conditions,and the Certificate of Insurance. Failure of the Contractor to fully comply during the term of the Contract with these requirements will be considered a material breach of contract and shall be cause for immediate termination of the contract at the option of the City. The Contractor shall obtain and maintain the minimum insurance coverage set forth below. By requiring such minimum insurance, the City of Renton shall not be deemed or construed to have assessed the risks that may be applicable to the Contractor. The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverage. Coverage shall include: A. Commercial General Liability - ISO 1993 Form or equivalent. Coverage will be written on an occurrence basis and include: • Premises and Operations (including CG2503; General Aggregate to apply per project.,if applicable) • Explosion,Collapse, and Underground Hazards. • Products/Completed Operations • Contractual Liability (including Amendatory Endorsement CG 0043 or equivalent which includes defense coverage assumed under contract) • Broad Form Property Damage • Independent Contractors • Personal/Advertising Injury • Stop Gap Liability B. Automobile Liability including all • Owned Vehicles 25 11/14/2012 ]:\Data\REN\110-093\10 Design\Specs\CT Pipelines-Special Provisions with Table of Contents.doc CITYOFRENTON NOVEMBER 2012 WELLS PW-8,PW-9&EW-3 PRIMARYDISINFECTION PROJECT SPECIAL PROVISIONS • 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 primar E. Professional Liability - (whenever the wor� under this Contract includes Professional Liability, including Advertising activities) 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. Pollution Liability - the City may require this coverage whenever work under this Contract involves pollution risk to the environment. This coverage is to include sudden and gradual coverage for third party liability including defense costs and completed operations. Contractor shall name City of Renton, and its officers, officials, agents, employees and volunteers as Additional Insured (ISO Form CG 2010 or equivalent). The Contractor shall provide City of Renton Certificates of Insurance prior to commencement of work. The City reserves the right to request copies of insurance policies,if at their sole discretion it is deemed appropriate. Further,all policies of insurance described above shall: A. Be on a primary basis not contributory with any other insurance coverage and/or self-insurance carried by City of Renton. B. Include a Waiver of Subrogation Clause. C. Severability of Interest Clause (Cross Liability) D. The Contractor shall provide the Contracting Agency and all Additional Insured's with written notice of any policy cancellation, within two business days of their receipt of such notice. E. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the Contracting Agency may, after giving five business days notice to the Contractor to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with an T sums so expended to be repaid to the Contracting Agency on demand, or at t e sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency. I 1-07.18(3) Limits LIMITS REQUIRED Providing coverage in these stated amounts shall not be construed to relieve the Contractor from Lability 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 Aggregate $2,000,000** Each Occurrence Limit $1,000,000 Personal/Advertising Injury $1,000,000 Fire Damage (Any One Fire) $50,000 Medical Payments (Any One Person) $5,000 Stop Gap Liability $1,000,000 26 11/14/2012 J:\33ata\REN\110-093\10 Design\Specs\CT Pipelines-Special Provisions%idi Table of Contents.dor CITYOFRENTON NOVEMBER 2012 WELLS PW-B,PW-9&El-3 PRIMARYDISINFECTION PROJECT SPECIAL PROVISIONS * General Aggregate to applyper project (ISO Form CG2503 or equivalent) **Amount may vary based on project risk Automobile Liability Bodily Injury/Property Damage $1,000,000 (Each Accident) Workers' Compensation Statutory Benefits - Coverage A Variable (Show Washington Labor and Industries Number) Umbrella Liability Each Occurrence Limit $1,000,000 General Aggregate Limit $1,000,000 Products/Completed Operations Aggregate $1,000,000 Professional Liability (If required Each Occurrence/ Incident/Claim $1,000,000 Aggregate 2 ggr ate g $ ,000,000 Pollution Liability of required. to apples a per project basis Per Loss $1,000,000 Aggregate $1,000,000 . 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 the event any general aggregates are reduced for any reason, and shall reinstate the aggregate at the Contractor's expense to comply with the minimum limits and requirements as stated above and shall furnish to 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 Certificate of Insurance (ACORD 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: "Should any of the above described policies be cancelled before the expiration date thereof, notice will be delivered in accordance with the policy provisions." For Professional Liability coverage only, instead of the cancellation language specified above, the City will accept a written agreement that the consultant's broker will provide the required notification. 1-07.22 Use of Explosives Section 1-07.22 is supplemented by the following: (******) Explosives shall not be used without. specific authority of the Engineer, and then only under such restrictions as may be required by the proper authorities. Explosives shall be handled and used in strict compliance with WAC 296-52 and such local laws, rules and regulations that may 27 11/14/2012 1:\Data\REN\110-093\10 Design\Specs\.CT Pipelines-Special P-1sions with Table of Contents.doc CITY OF RENTON NOVEMBER 2012 WELLS PW-8,PW-9&EW-3 PRIMARYDISINFECTION PROJECT SPECIAL PROVISIONS apply. The individual in charge of the blasting shall have a current Washington State Blaster Users License. The Contractor shall obtain, comply with, and pay for such permits and costs as are necessary in conjunction with blasting operations. 1-07.23 Public Convenience and Safety 1-07.23(1) Construction Under Traffic Revise the second paragraph to read: To disrupt public traffic as little as possible, the Contractor shall permit traffic to pass through the Work with the least possible inconvenience or delay. The Contractor shall maintain existing roads, streets, sidewalks, driveways, and paths within the project limits, keeping them open, and in good, clean, safe condition at all times. Deficiencies caused by the Contractor's operations shall be repaired at the Contractor's expense. Deficiencies not caused by the Contractor's operations shall be repaired by the Contractor when directed by the Engineer, at the Contracting Agency's expense. The Contractor shall also maintain roads, streets, sidewalks, driveways, and paths adjacent to the project limits when affected by the Contractor's operations. Snow and ice control will be performed by the 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 �e 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 28 11/14/2012 j:\Data\REN\110-093\10 Design\Specs\CT Pipdmes-Sp-dal Provisions with Tabk of Cont—md.c CITY OF RENTON NOVEMBER 2012 WELLS PW-8,PW-9&EW 3 PRIMARYDISINFECTION PROJECT SPECIAL PROVISIONS be made for this section. Complaints of dust, mud, or unsafe practices and/or property damage to private ownership will be transmitted to the Contractor and prompt action in correcting them will be required by the Contractor. The Contractor shall maintain the roads during construction in a suitable condition to minimize affects to vehicular and pedestrian traffic. All cost to maintain the roads shall be borne by the Contractor. At least one-way traffic shall be maintained on all cross-streets within the project limits during working hours. One lane shall be provided in each direction for all streets during non-working hours. The Contractor shall provide one drivable roadway lane and maintain convenient access for local and commuter traffic to driveways, businesses, and buildings along the line of Work throughout the course of the project. Such access shall be maintained as near as possible to that which existed prior to the commencement of construction. This restriction shall not apply to the paving portion of the construction process. The Contractor shall notify and coordinate with all property owners and tenants of street closures, or other restrictions which may interfere with their access at least 24 hours in advance for single-famil residential property, and at least 48 hours in advance for apartments, offices, and commercial property. The Contractor shall give a copy of all notices to the Engineer. When the abutting owners' access across the right-of-way line is to be eliminated and replaced under the Contract by other access, the existing access shall not be closed until the replacement access facility is available. All unattended excavations shall be properly barricaded and covered at all times. The Contractor shall not open any trenches that cannot be completed and refilled that same day. Trenches shall be patched or covered by a temporary steel plate, at the Contractor's expense, except in areas where the roadway remains closed to public traffic. Steel plates must be anchored. 1-07.23(2) Construction and Maintenance of Detours Revise the first paragraph to read: Unless otherwise approved, the Contractor shall maintain two-way traffic during construction. The Contractor shall build, maintain in a safe condition, keep open to traffic, and remove when no longer needed: 1. Detours and detour bridges that will accommodate traffic diverted from the roadway, bridge, sidewalk, driveway, or path during construction, 2. Detour crossings of intersecting highway,and 3. Temporary approaches. 1-07.24 Rights-of-Way Delete this section in its entirety,and replace it with the following: �treet right-of-way lines, limits of easements, and limits of construction ermits 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 29 11/14/2012 J:\Data\REN\ll6-093\l0 Dceig t\Specs\CT Pipelines-Special Provisions x with Table of Contetts.doe CITYOFRENTON NOVEMBER 2012 WELLS PW-B,PW-9&EW-3 PRIMARYDISINFECTION PROJECT SPECIAL PROVISIONS 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 by the Engineer. Whenever easements or rights-of-entry have not been acquired prior to advertising, these areas are so noted on the Drawings. The Contractor shall not proceed with any portion of the Work in areas where right-of-way, easements, or rights-of-entry have not been acquired until the Engineer certifies to the Contractor that the right-of-way or easement is available or that the right-of-entry had been received. If the Contractor is delayed due to acts of omission on the part of the Contracting Agency in obtaining easements, rights of entry of right-of-way; the Contractor will be entitled to an extension of time. The Contractor agrees that such delay shall not be a breach of contract. Each property owner shall be given 48 hours notice prior to entry by the Contactor. This includes entry onto easements and private property where private improvements must be adjusted. The Contractor shall be responsible for providing, without expense or liability of the Contracting Agency, any additional land and access thereto that the Contractor may desire for temporary construction facilities, storage of materials, or other Contractor needs. However, before using any 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 copies of the Contract Documents per Section 1- 02.2 "Plans and Specifications". Additional documents may be furnished upon request at the cost of reproduction. Prior to undertaking each part of the Work the Contractor shall carefully study and compare the Contract Documents, and check and verify pertinent figures shown therein and all applicable field measurements.The Contractor shall promptly report in writing to the Engineer any conflict,error or discrepancy,which the Contractor may discover. After the Contract has been executed, but prior to the Contractor beginning the Work, a preconstruction conference will be held between the Contractor, the Engineer and such other interested parties as may be invited. 30 11/14/2012 J:\Data\REN\110-093\10 Design\Specs\CT Pipelines-Special Provisions with Table of Contents.doc CITYOFRENTON NOVEMBER 2012 WELLS PW-8,PW-9&EW-3 PRIMARYDISINFECTION PROJECT SPECIAL PROVISIONS The Contractor shall prepare and submit at the preconstruction meeting 4 Contractor's plan of operation and progress schedule (3+ copies) 4 Approval of qualified subcontractors (bring list of subcontractors if different from list submitted with bid) 4 List of materials fabricated or manufactured off the project + Material sources on the project 4 Names of principal suppliers Detailed equipment list, including "Rental Rate Blue Book" hourly costs (both working and standby rates) 4 Weighted wage rates for all employee classifications anticipated to be used on Project 4 Cost percentage breakdown for lump sum bid item(s) 4 Shop Drawings (bring preliminary list) 4 Traffic Control Plans (3+ copies) 4 Temporary Water Pollution/Erosion Control Plan In addition, the Contractor shall be prepared to address: Bonds and insurance Project meetings—schedule and responsibilities Provision for inspection for materials from outside sources Responsibility for locating utilities Responsibility for damage Time schedule for relocations,if by other than the Contractor Compliance with Contract Documents Acceptance and approval of Work Labor compliance,payrolls, and certifications Safety regulations for the Contractors' and the Owner's employees and representatives Suspension of Work, time extensions Change order procedures Progress estimates, procedures for payment Special requirements of funding agencies Construction engineering,advance notice of special Work Any interpretation of the Contract Documents requested by the Contractor Any conflicts or omissions in Contract Documents Any other problems or questions concerning the Work Processing and administration of public complaints Easements and rights-of-entry Other contracts The franchise utilities may be present at the preconstruction conference, and the Contractor should be prepared for their review and discussion of progress schedule and coordination. 1-08.0(2) Hours of Work Section 1-08.0(2) is a new subsection: Except in the case of emergency or unless otherwise approved by the Contracting Agency, the normal straight time working hours for the Contract shall be any consecutive 8-hour period between 7:00 a.m. and 6:00 p.m. of a working day with a maximum 1-hour lunch break and a 5- day Work week. The normal straight time 8-hour working period for the Contract .shall be established at the preconstruction conference or prior to the Contractor commencing the Work. If a Contractor desires to perform Work on holidays, Saturdays, Sundays, or before 7:00 a.m. or after 6:00 p.m. on any day, the Contractor shall apply in writing to the Engineer for permission 31 11/14/2012 J:\Data\REN\110-093\IODe i¢gtt\Specs\CT Pipelines-Special Provisions a-ith Table of Contmts.doc CITYOFRENTON NOVEMBER 2012 WELLS PW-8,PW-9&EW-3 PWmARYDISINFECTION PROJECT SPECIAL PROVISIONS to Work such times. Permission to Work longer than an 8-hour period between 7:00 a.m. an 6:00 p.m. is not required. Such requests shall be submitted to the Engineer no later than noon on the working day prior to the day for which the Contractor is i°equesting per,:ssion 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 durin these hours may be revoked at anv time the Contractor exceeds the Contracting Agency s noise control regulations or complaints are received from the public or adjoining property owners regarding the noise from the Contractor's operations. The Contractor shall have no claim for damages or delays should such permission be revoked for these reasons. Permission to Work Saturdays, Sundays, holidays or other than the agreed upon normal straight time working hours Monday through Friday may be given subject to certain other conditions set forth by the Contracting Agency or the Engineer. These conditions may include but are not limited to: requiring the Engineer or such assistants as the Engineer may deem necessary to be present during the Work; requiring the Contractor to reimburse the Contracting Agency for the cost of engineering salaries paid Contracting Agency employees who worked during such times; considering the Work performed on Saturdays, Sundays, and holidays as working days with regards to the Contract Time; and considering multiple Work shifts as multiple working days with respect to Contract Time even though the multiple shifts occur in a single 24-hour period. Assistants may include, but are not limited to, survey crews; personnel from the material testing labs; inspectors; and other Contracting Agency employees when in the opinion of the Engineer such Work necessitates their presence. 1-08.0(3) Reimbursement for Overtime Work of Contracting Agency Employees Section 1-08.0(3) is a new subsection: Where the Contractor elects to Work on a Saturday, SundaS; 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 surve 7 crew may be required at. the discretion of the Engineer. The Contractor shall reimburse the contracting Agency for the full amount of the straight time plus overtime costs for employees and representatives) 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 the Contractor to the Engineer at least 7 calendar days prior to start of a subcontractor's Work. The Contractor agrees that he/she is fully responsible to the Owner for the acts and omissions of all subcontractors and lower-tier subcontractors, and persons either directly or indirectly 32 11/14/2012 J:\Data\REN\110-093\10 Design\Specs\.CT Pipelines-Special Provisions kith Table of C..te ts.do CITYOFRENTON NOVEMBER 2012 WELLS PW-B,PW-9&EW-3 PRIMARYDISINFECTION PROJECT SPECIAL PROVISIONS employed by the subcontractors, as well as for the acts and omissions of persons directly employed by the Contractor. The Contractor shall be required to give personal attention to the Work that is sublet. Nothing contained in the Contract Documents shall create any contractual relation between any subcontractor and the Owner. The Contractor shall be responsible for making sure all subcontractors submit all required documentation, forms,etc. 1-08.2 Assignment The second paragraph of Section 1-08.2 is modified as follows: The Contractor shall not assign any moneys due or to become due to the Contractor hereunder without the prior written consent of the Owner. The assignment, if approved, shall be subject to all setoffs,withholdings,and deductions required by law and the Contract. 1-08.3 Progress Schedule Section 1-08.3 is supplemented as follows: The progress schedule for the entire project shall be submitted 7 calendar days prior to the Preconstruction Conference. The schedule shall be prepared using the critical path method (CPM), preferably using Microsoft Project or equivalent software. The schedule shall contain this information,at a Minimum: 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 the Engineer. Submittal by the Contractor and review by the Engineer shall be shown as separate activities. 4. Work to be performed by a subcontractor, agent, or any third party. 5. Allowances for delays that could result from normal inclement weather (time extensions due to inclement weather will not be allowed). 6. Allowances for the time required by utilities (Owner's and others) to locate, monitor, and adjust their facilities as required. The Engineer may request the Contractor to alter the progress schedule when deemed necessary in the opinion of the Engineer, in the interest of public safety and welfare of the Owner, or for coordination with any other activity of other contractors, the availability of all or portions of the job site, or special provisions of this Contract, or to reasonably meet the completion date of the project. The Contractor shall provide such revised schedule within 10 days of request. If, at any time, in the opinion of the Engineer, the progress of construction falls significantly behind schedule, the Contractor map 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. The Contractor shall promptly report to the Engineer an conditions that the Contractor feels will require revision of the schedule and shall promptly submit proposed revisions in the progress schedule for acceptance by the Engineer. When such changes are accepted by the Engineer, the revised schedule shall be followed by the Contractor. Weekly Schedule. The Contractor shall submit a weekly progress schedule to the Engineer which sets forth specific Work to be performed the following week, and a tentative schedule for the second week. 33 11/14/2012 J:\Data\REN\110-093\10 Desip\Specs\CT Pipe­-Special Provisions with Table of Contents.doc CITY OF RENTON NOVEMBER 2012 WELLS PW-B,PW-9&EW 3 PRIMARYDIsINFECTION PROJECT SPECIAL PROVISIONS Failure to Maintain Progress Schedule. The Engineer will check actual progress of the Work against the progress schedule a minimum of two times per month. Failure, without just cause, to maintain progress in accordance with the approved schedule shall constitute a breach of Contract. If, through no fault of the Contractor, the proposed construction schedule cannot be met, the Engineer will require the Contractor to submit a revised schedule to the Engineer for acceptance. The approved revisions will thereafter, in all respects, apply in lieu of the original schedule. Failure of the Contractor to follow the progress schedule submitted and accepted, including revisions thereof, shall relieve the Owner of any and all responsibility for furnishing and making available all or any portion of the job site, and will relieve the Owner of any responsibility for delays to the Contractor in the performance of the Work. The cost of preparing the progress schedule, any supplementary progress schedules, and weekly schedules shall be considered incidental to the Contract and no other compensation shall be made. 1-08.4 Notice to Proceed and Prosecution of the Work Section 1-08.4 is replaced with the following: Notice to Proceed will be given after the Contract has been executed and the Contract bond and evidence of insurances have been approved and filed by the Owner. The Contractor shall not commence the Work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the project site within ten days of the Notice to Proceed date. The Work thereafter shall be prosecuted diligently, vigorousl); and without unauthorized interruption until physical completion of the Work. There shall be no voluntary shutdowns or slowing of operations by the Contractor without prior approval of the Engineer. Such approval shall not relieve the Contractor from the contractual obligation to complete the Work within the prescribed Contract Time. 1-08.5 Time For Completion 1-08.5(1) Time For Completion including City Holidays The first five paragraphs of Section 1-08.5 are deleted and replaced with the following: The Work shall be physically completed in its entirety within the time specified in the Contract Documents or as extended by the Engineer.The Contract Time will be stated in"working days", shall begin on the Notice To Proceed date, or the date identified in the Notice to Proceed as "the first working day", and shall end on the Contract Completion date. A non-working day is defined as a Saturday; a Sunday, a day on which the Contract specifically suspends Work, or one of these holidays:January 1, third Monday of January, Memorial Day, July 4, Labor Day, November 11, Thanksgiving Day, the day after Thanksgiving, and Christmas Day. The day before Christmas shall be a holiday when Christmas Day occurs on a Tuesday or Friday. The day after Christmas shall be a holiday when Christmas Day occurs on a Monday, Wednesday, or Thursday. When Christmas Day occurs on a Saturday, the two preceding working days shall be observed as holidays. When Christmas day occurs on a Sunday, the two working days following shall be observed as holidays. When holidays other than Christmas fall on a Saturday, the preceding Friday will be counted as a non-working day and when they fall on a Sunday the following Monday will be counted as a non-working day. The Contract Time has been established to allow for periods of normal inclement weather that, from historical records, is to be expected during the Contract Time, and during which periods, Work is anticipated to be performed. Each successive working day, beginning with the Notice to Proceed date and ending with the Physical Completion date, shall be charged to the Contract Time as it occurs except a day, or part of a day, which is designated a non-working day or an Engineer determined 34 11/14/2012 J:\Data\REN\110-093\10 Design\Specs\CT Pipelines-Special Provisions with Table of Contents_Aoc r CITYOFRENTON NOVEMBER 2012 WELLS PW-8,PW-9&EW-3 PRIMARYDISINFECTION PROJECT SPECIAL PROVISIONS 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 non-working days; and (5) any partial or whole days the Engineer declared unworkable the previous week. This weekly report will be correlated with the Contractor's current approved progress schedule. If the Contractor elects to work 10 hours a day and 4 days a week (a 4-10 schedule), and the fifth day of the week in which a 4-10 shift is worked would ordinarily be charged as a working day, then the fifth day of that week will be charged as a working day whether or not the Contractor works on that day. The Contractor will be allowed 10 calendar days from the date,of each report in which to file a written protest of an alleged discrepancy in the Contract Time as reported. Otherwise, the report will be deemed to have been accepted by the Contractor as correct. The requirements for scheduling the Final Inspection and establishing the Substantial Completion, Physical Completion, and Completion Dates are specified in Sections 1-05.11 and 1-05.12. Revise the sixth paragraph to read: The Engineer will give the Contractor written notice of the completion date of the Contract after all the Contractor's obligations under the Contract have been performed by the Contractor. The following events must occur before the Completion Date can be established: 1. The physical Work on the project must be complete; and 2. The Contractor.must furnish all documentation required by the Contract and required by law, to allow the Contracting Agency to process final acceptance of the Contract. The following documents must be received by the Project Engineer prior to establishing a completion date: a. Certified Payrolls (Federal-aid Projects) b. Material Acceptance Certification Documents c. Annual Report of Amounts Paid as MBE/WBE Participants or Quarterly Report of Amounts Credited as DBE Participation, as required by the Contract Provisions. d. FHWA 47 (Federal-aid Projects) e. Final.Contract Voucher Certification f. Property owner releases per Section 1-07.24 1-08.6 Suspension of Work Section 1-08.6 is supplemented as follows: caner may at any time suspend the Work, or any part thereof, by g>vmg notice to the Contractor in writing. The Work shall be resumed by the Contractor within 14 calendar days after the date fixed in the written notice from the Owner to the Contractor to do so. The Contractor shall not suspend Work under the Contract.without the written order of the Owner. 35 11/14/2012 _ J:\Dam\REN\110-093\30 Design\Specs\CT Pipelines-Special Provisions midi Table of Contenis.doc CITY OF RENTON NOVEMBER 2012 WELLS PW-8,PW-9&EW-3 PRIMARYDISINFECTION PROJECT SPECIAL PROVISIONS If it has been determined that the Contractor is entitled to an extension of time, the amount of such extension shall be only to compensate for direct delays, and shall be based upon the Contractor's diligently pursuing the Work at a rate not less than that which would have been necessary to complete the original Contract Work on time. 1-08.7 Maintenance During Suspension Revise the second paragraph to read: At no expense to the Contracting Agency, the Contractor shall provide through the construction area a safe, smooth, and unobstructed roadway, sidewalk, driveway, and path for public use during suspension (as required in Section 1-07.23 or the Special Provisions). This may include a temporary road or detour. 1-08.9 Liquidated Damages Section 1-08.9 is supplemented as follows: In addition, the Contractor shall compensate the Owner for actual engineering inspection and supervision costs and any other expenses and legal fees incurred by the Owner as a result of such delay. Such labor costs will be billed to the Contractor at actual costs, including administrative overhead costs. In.the event that the Owner is required to commence any lawsuit in order to enforce any provision of this Contract or to seek redress for any breach thereof, the Owner shall be entitled to recover its costs,including reasonable attorneys fees, from the Contractor. 1-08.11 Contractor's Plant and Equipment Section 1-08.11 is a new Section: The Contractor alone shall at all times be responsible for the adequacy, efficiency, and sufficiency of his and his subcontractor's plant and equipment. The Owner shall have the right .to make use of the Contractor's plant and equipment in the performance of any Work on the site of the Work. The use by the Owner of such plant and equipment shall be considered as extra Work and paid for accordingly. Neither the Owner nor the Engineer assumes any responsibility, at any time, for the security of the site from the time the Contractor's operations have commenced until final acceptance of the Work b y e 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 of the site and his plant and equipment. The Owner will be provided keys for all fenced,secured areas. 1-08.12 Attention to Work Section 1-08.12 is a new section: The Contractor shall give his personal attention to and shall supervise the Work to the end that it shall be prosecuted faithfully, and when he is not personally present on the Work site, he shall at all times be represented by a competent superintendent who shall have full authority to execute the same, and to supply materials, tools, and labor without delay, and who shall be the legal representative of the Contractor. The Contractor shall be liable for the faithful observance of any instructions delivered to him or to his authorized representative. 36 11/14/2012 JADate\REN\110-097\,0 Design\Specs\CT Pipelines-Sped l Pr—isions with Table of Contents.doc CITYOFRENTON NOVEMBER 2012 WELLS PW-B,PW-9&EW-3 PRIMARYDISINFECTION PROJECT SPECIAL PROVISIONS 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 rice values may be used as a guideline for determining progress payments or deductions or additions in payment for ordered Work changes. Cubic Yard Quantities. The Contractor shall provide truck tripp tickets for progress payments only in the following anner. Where items are specified to be aid b the cubic the g P P Y yard, following tally system shall be used. All trucks to be employed on this Work will be measured to determine the volume of each truck. Each truck shall be clearly numbered, to the satisfaction of the Engineer, and there shall be no duplication of numbers. Duplicate tally tickets shall be prepared to accompany each truckload of material delivered on the project. All tickets received that do not contain the following information will not be processed for payment: 1 Truck number 2 Quantity and type of material delivered in cubic yards 3 Drivers name, date and time of delivery 4 Location of delivery,by street and stationing on each street 5 Place for the Engineer to acknowledge receipt G Pay item number 7 Contract number and/or name It will be the Contractor's responsibility to see that a ticket is given to the Engineer on the pro ect for each truckload of material delivered. Pay quantities will be prepared on the basis of sM tally tickets. Loads will be checked by the Engineer to verify quantity shown on ticket. Quantities by Ton. It will be the Contractor's.responsibility to see that a certified weight ticket is given to the Inspector on the project at the time of delivery of materials for each truckload delivered. Pay quantities will be prepared on the basis of said tally tickets, delivered to Inspector at time of delivery of materials. Tickets not receipted by inspector will not be honored for payment. Each truck shall be clearly numbered to the satisfaction of the 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 pa ment: 1. Truck number 2. Truck tare weight(stamped at source) 3. Gross truckload weight in tons (stamped at source) 37 11/14/2012 JADate\REN\110-093\10 Design\Specs\CT Pipelines-Special Provisions kith Table of Contents.doc - CITYOFRENTON NOVEMBER 2012 WELLS PW-8,PW-9&EW-3 PRIMARYDISINFECTION PROJECT SPECIAL PROVISIONS 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 sweet. 7. Place for the Engineer to acknowledge receipt 8. Pay item number 9. Contract number and/or name 1-09.3 Scope of Payment Section 1-09.3 is supplemented by adding the following: Th bi � e items listed in Division 10 of the Technical Provisions will be the only items for which compensation will be made for the Work described in each section of the Standard Specifications when the Contractor performs the specified Work. Should a bid item be listed in a "Payment" clause but not in the Proposal Form, and Work for that item is performed by the Contractor and the Work is not stated as included in or incidental to a pay item in the Contract and is not Work that would be required to complete the intent of the Contract per Section 1- 04.1, then payment for that Work will be made as for Extra Work pursuant to a Change Order. The words "Bid Item," "Contract Item," and "Pay Item," and similar terms used throughout the Contract Documents are synonymous. If the "payment" clause in the Specifications relating to any unit bid item price in the Proposal Form requires that said unit bid item price cover and be considered compensation for certain Work or material essential to the item, then the Work or material will not be measured or paid for under any other unit bid item which may appear elsewhere in the Proposal Form or Specifications. Pluralized unit bid items appearing in these Specifications are changed to singular form. Payment for bid items listed or referenced in the "Payment" clause of any particular section of the Specifications shall be considered as including all of the Work required, specified, or described in that particular section. Payment items will generally be listed generically in the Specifications, and specifically in the bid form. When items are to be "furnished under one payment item and "installed" under another payment item, such items shall be furnished FOB project site, or, if specified in the Special Provisions, delivered to a designated site. Materials to be"furnished,"or"furnished and installed"under these conditions,shall be the responsibility of the Contractor with regard to storage until such items are incorporated into the Work or,if such items are not to be incorporated into the Work, delivered to the applicable Contracting Agency storage site when provided for in the Specifications. Payment for material "furnished," but not yet incorporated into the Work,may be made on monthly estimates to the extent allowed. I 1-09.6 Force Account Section 1-09.6 is supplemented as follows: (******) Owner has estimated and included in the proposal, dollar amounts for all items to be paid per force account, only to provide a common proposal for Bidders. All such dollar amounts are to become a part of the Contractor's total bid. However, the Owner does not warrant expressly or by implication that the actual amount of Work will correspond with those estimates. Payment will be made on the basis of the amount of Work actually authorized by the Engineer. 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 38 11/14/2012 J:\Data\REN\110-093\10 Design\Specs\CT Pipelines-Special Provisions avitb Table of Contents.doc I CITY OF HENTON No vEMBER 2012 WELLS PW-B,PW-9&EW-3 PRIMARYDISINFECTION PROJECT .SPECIAL PROVISIONS of an office, buildings, and other facilities necessar 5. for Work on the project; providing sanitary facilities for the Contractor's personnel-, and obtai.>ung permits or licenses required to complete the project not furnished by the Owner. This item shall also include providing the Engineer and the Inspectors with access to telephone, facsimile machine, and copy machine during all hours the Contractor is working on the jobsite; and a table and chair for their use when needed. Payment will be made for the following bid item(s): "Mobilization&Demobilization," Lump Sum. 1-09.9 Payments Delete the third paragraph and replace it with the following: Progress payments for completed Work,and material on hand will be based upon progress estimates prepared by the Engineer. A progress estimate cutoff date will be established at the preconstruction meeting. t The initial progress estimate will be made not later than 30 days after the Contractor commences the Work, and successive progress estimates will be made every month thereafter until. the Completion Date. Progress estimates made during progress of the Work are tentative,and made only for the purpose of determining progress payment. The progress estimates are subject to change at any time prior to the calculation of the final payment. The value of the progress estimate will be the sum of the following: 1. Unit Price Items in the Bid Form — the approximate quantity of acceptable units of Work completed multiplied by the unit price. 2. Lump Sum Items in the Bid Form — the estimated percentage complete multiplied by the Bid Forms amount for each lump sum item, or per the schedule of values for that item. 3. Materials on Hand — 100 percent of invoiced cost of material delivered to job site or other storage area approved by the Engineer. 4. Change Orders — entitlement for approved extra cost or completed extra Work as determined by the Engineer. Progress payments will be made in accordance with the progress estimate less: 1. Retainage per Section 1-09.9(1); 2. The amount of Progress Payments previously made; and 3. Funds withheld by the Contracting Agency for disbursement in accordance with the Contract Documents. Progress payments for Work performed shall not be evidence of acceptable performance or an admission by the Contracting Agency that any Work has been satisfactorily completed. Payments will be made by check or electronic transfer, issued by the 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. 39 11/14/2012 _ J:\Data\REN\110-093\10 DesiD,\Specs\.CT Pipelui -Special Provisions with Table of Contents.doc CITY OF RENTON NOVEMBER 2012 WELLS PW-8,PW-9&EW-3 PRIMARYDISINFECTION PROJECT SPECIAL PROVISIONS Section 1-09.9 is supplemented as follows: Applications for payment shah be itemized acid su Dried to the eAteilt rc aired b u e T;- PP P Y PP �i y by receipts or other vouchers showing payment for materials and labor, payments to subcontractors, and other such evidence of the Contractor's right to payment as the Engineer may direct, including "red line" as-built drawings showing work installed by the contractor during the progress payment period. The Contractor shall submit a progress report with each monthly request for a progress payment. The progress report shall indicate the estimated percent complete for each activity sted on the progress schedule (see Section 1-08.3) and a revised and updated schedule to reflect the most current project completion date. 1-09.9(1) Retainage Section 1-09.9(1) is supplemented as follows: The retained amount shall be released as stated in the Standard Specifications if no claims have been filed against such funds as provided by law, and if the Owner has no unsatisfied claims against the Contractor. In the event claims are filed, the Owner shall withhold, until such claims are satisfied, a sum sufficient to satisfy all claims and to pay attorney's fees. In addition, the Owner shall withhold such amount as is required to satisfy any claims by the Owner against the Contractor, until such claims have been finally settled. Neither the final payment nor any part of the retained percentage shall become due until the Contractor, if requested, delivers to the Owner a complete release of all liens arising out of this Contract, or receipts in full in lieu thereof, and, if required in either case, an affidavit that so far as the Contractor has knowledge or information, the release and receipts include all labor and materials for which a lien could be filed: but the Contractor may,if any subcontractor refuses to furnish a release or receipt in full, furnish a bond satisfactorily to the Engineer to indemnify the Owner against the lien. If any lien remains unsatisfied after all payments are made, the Contractor shall reimburse to the Owner all monies that the latter may be compelled to pay in discharging such lien,including all costs and reasonable engineer's and attorney's fees. 1-09.9(2) Contracting Agency's Right to Withhold and Disburse Certain Amounts Section 1-09.9(2) is a new section: In addition to monies retained pursuant to RCW 60.28 and subject to RCW 39.04.250, RCW 39.12 and RCW 39.76, the Contractor authorizes the Engineer to withhold progress payments due or deduct an amount from any payment or payments due the Contractor which, in the Engineer's opinion, may be necessary to cover the Contracting Agency's costs for or to remedy the following situations: 1. Damage to another contractor when there is evidence thereof and a claim has been filed. 2. Where the Contractor has not paid fees or charges to public authorities of municipalities,which the Contractor is obligated to pay. 3. Utilizing material tested and inspected by the Engineer, for purposes not connected with the Work (Section 1-05.6). 4. Landscape damage assessments per Section 1-07.16. 5. For overtime Work performed by City personnel per Section 1-08.1(4). 6. Anticipated or actual failure of the Contractor to complete the Work on time: a. Per Section 1-08.9 Liquidated Damages; or b. Lack of construction progress based upon the Engineer's review of the Contractor's approved progress schedule, which indicates the Work will not be complete within the contract time. When calculating an anticipated time overrun, the Engineer will make allowances for weather delays, approved unavoidable delays, and suspensions of the Work. The amount withheld under this ' ICI 11/14/2012 J:\Data\REN\110-095\10 Design\Specs\CT Pipelines-Special Provisions with Table of Contents.doc CITY OF RENTON NOVEMBER 2012 WELLS PW-B,PW-9&EW-3 PRIM 4RYDISINFECTION PROJECT SPECIAL PROVISIONS subparagraph .will be based upon the liquidated damages amount per day set forth in Contract Documents multiplied by the number of days the Contractor's approved progress schedule, in the opinion of the Engineer, indicates the Contract may exceed the Contract Time. 7. Failure of the.Contractor to perform any of the Contractor's other obligations under the Contract,including but not limited to: a. Failure of the Contractor to provide the Engineer with a field office when reqred by the Contract Provisions. b. Failure uiof the Contractor to protect survey stakes, markers, etc., or to provide adequate survey Work as required by Section 1-05.5. c. Failure of the Contractor to correct defective or unauthorized Work (Section 1- 05.8). d. Failure of the Contractor to furnish a Manufacture's Certificate of Compliance in lieu of material testing and inspection as required by Section 1-06.3. e. Failure to submit weekly payrolls, Intent to Pay Prevailing Wage forms, or correct underpayment to employees of the Contractor or subcontractor of any tier as required by Section 1-07.9. f. Failure of the Contractor to pay worker's benefits (Title 50 and Title 51 RCW) as required by Section 1-07.10. g. Failure of the Contractor to submit and obtain approval of a progress schedule per Section 1-08.3. The Contractor authorizes the Engineer to act as agent for the Contractor disbursing such funds as have been withheld pursuant to this Section to a party or parties who are entitled to payment. Disbursement of such funds, if the Engineer elects to do so will be made only after giving the Contractor 15 calendar days prior written notice of the Contracting Agency s intent to do so, and if prior to the expiration of the 15-calendar day period, 1. No legal action has commenced to resolve the validity of the claims, and 2. The Contractor has not protested such disbursement. A proper accounting of all funds disbursed on behalf of the Contractor in accordance with this Section will be made. A payment made pursuant to this section shall be considered as payment made under the terms and conditions of the Contract. The Contracting Agency shall not be liable to the Contractor for such payment made in good faith. 1-09.9(3) Final Payment Section 1-09.9(2) is a new section: Upon Acceptance of the Work by the Contracting Agency, the final amount to be paid the Contactor will be calculated based upon a Final Progress Estimate made by the Engineer. Acceptance by the Contractor of the final payment shall be and shall operate as a release: 1. To the Contracting Agency of all claims and all liabilities of the Contractor, other than claims in stated amounts as may be specifically excepted in writing by die Contractor-, 2. For all things done or furnished in connection with the Work; 3. For every act and neglect by the Contracting Agency; and 4. For all other claims and liability relating to or arising out of the Work. A payment (monthly, final, retainage, or otherwise) shall not release the Contractor or the Contractor's Surety from any obligation required under the terms of the Contract Documents or the Contract Bond; nor shall such payment constitute a waiver of the Contracting Agency's ability to investigate and act upon findings of non-compliance with the WMBE requirements of the Contract; nor shall such payment preclude the Contracting Agency from recovering damages,setting penalties,or obtaining such other remedies as may be permitted by law. Before the Work will be accepted by the Contracting Agency, the Contractor shall submit an 41 11/14/2012 J:\Data\RHN\110-093\10 Design\Specs\CT Pipeli—-Special Provisions kith Table of Contents.doc - CITY OF RENTON NOVEMBER 2012 WELLS PW-8,PW-9&EW-3 PRIMARYDISINFECTION PROJECT SPECIAL PROVISIONS 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 D13, M13h or W bh 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 die 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 liti&ation, unless the parties mutually agree in writing to resolve the claim through binding arbitration. 1-09.13(3)A Administration of Arbitration Revise the third paragraph to read: The Contracting Agency and the Contractor mutually agree to be bound by the decision of the arbitrator, and judgment upon the award rendered by the arbitrator may be entered in the Superior Court of the county in which the Contracting Agency's headquarters are located. The 42 11/14/2012 J:\Data\REN\110-093\10 Design\Specs\CT Pipelines-Special Provisions%it6 Table of Contenis.doc CITY OF RENTON NOVEMBER 2012 _ WFJ LS PW 8,PW 9&E W 3 PRIMARYDISINFECTION PROJECT .SPECIAL PROVISIONS 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. 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 pprotest 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: All sections related to "measurement" and "payment" in Divisions 2 through 9 of the Standard Specifications and these Special Provisions shall be deleted and are hereby replaced with Division 10—Measurement and Payment of the Technical Provisions. 1-10 TEMPORARY TRAFFIC CONTROL 1-10.1 General Revise the first paragraph to read: The Contractor shall provide flaggers, signs, and other traffic control devices not otherwise Ispecified as being furnished by the Contracting Agency. The Contractor shall erect and maintain 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 43 11/14/2012 ]:\Data\RFN\110-093\10 Design\Specs\Cr Pipelines-Special Provisions with Table of Contents.doc CITY OF HENTON NOVEMBER 2012 WELLS PW-8,PW-9&EW-3 PRIMARYDISINFECTION PROJECT SPECIAL PROVISIONS signs and other traffic control devices; 4. Furnishing labor and vehicles for patrolling and maintaining in position all of the construction signs and the traffic control devices, unless a pay item is in the bid proposal to specifically pay for this Work, and 5. Furnishing labor, material, and equipment necessary for cleaning up, removing, and replacing of the construction signs and the traffic control devices destroyed or damaged during the life of the project. 6. Removing existing signs as specified or as directed by the Engineer and delivering to the City Shops,or storing and reinstalling as directed by the Engineer. 7. Preparing a traffic control plan for the project and designating the person responsible for traffic control at the Work site. The traffic control plan shall include descriptions of the traffic control methods and devices to be used by the prime Contractor, and subcontractors, shall be submitted at or before the preconstruction conference, and shall be subject to review and approval of the Engineer. 8. Contacting police, fire, 911, and ambulance services to notify them in advance of any Work that will affect and traveled portion of a roadway. 9. Assuring that all traveled portions of roadways are open to traffic during peak traffic periods, 6:30 a.m. to 8:30 a.m., and 3:00 p.m. to 6:00 p.m., or as specified in the special provisions,or as directed by the Engineer. 10. Promptl 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, wluch 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 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 responsibility= of the Contractor and all methods and equipment used will be subject to the approval of the Owner. Traffic control devices and their use shall conform to City of Renton standards and the Manual on Uniform Traffic Control Devicer(MUTCD). The Contractor shall not proceed with any construction until proper traffic control has been provided to the satisfaction of the Engineer. Any days lost due to improper traffic control will e charged against the Contractor's allowable contract time, and shall not be the cause for a claim for extra days to complete the Work. 44 11/14/2012 J:\Data\REN\110-093\10 Design\Specs\CT Pipelines-Special Provisions with Table of Contents.doc CITYOFRENTON NOVEMBER 2012 WELLS PW-8,PW-9&EW-3 PRIMARYDISINFECTION PROJECT SPECIAL PROVISIONS 1-10.2(1)B Traffic Control Supervisor Paragraphs 1 and 2 are revised as follows: Tra A ffic Control Supervisor (TCS) shall be on the project whenever traffic control labor is required or as authorized by the Engineer. The TCS shall assure that all the duties of the TCS are performed during the duration of the Contract. During non-Work periods, the TCS shall be able to be on the job site within a 45- minute time period after notification by the Engineer. 1-10.2(2) Traffic Control Plans Section 1-10.2(2) is supplemented as follows: The Contractor shall be responsible for assuring that traffic control is installed and maintained in conformance to established standards. The Contractor shall continuously evaluate the operation of the traffic control plan and take prompt action to correct any problems that become evident during operation. 1-10.3 Flagging, Signs, and All Other Traffic Control Devices Section 1-10.3 is supplemented as follows: At e end of each working day, provisions shall be made for the safe passage of traffic and pedestrians during non-working hours. 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 4ris 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: 45 11/14/2012 .J:\Daw\REN\110-093\10 Design\Specs\CT Pipelines-Special Provisions xeith Table of Contenmdo CITY OF RENTON NOVEMBER 2012 WELLS PW-8,PW-9&EW-3 PRIMARYDISINFEcmoN PROJECT SPECIAL PROVISIONS 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 RC w. All surveys and survey reports shall be prepared in accordance with the requirements established by the Board of Registration for Professional Engineers and Land Surveyors under the provisions of Chapter 18.43 RCW. 1-11.1(2) Survey Datum and Precision The horizontal component of all surveys shall have as its coordinate base: The North American Datum of 1983/91. All horizontal control for projects must be referenced to or in conjunction with a minimum of two of the City of Renton's Survey Control Network monuments. The source of the coordinate values used will be shown on the survey drawing per RCW 58.09.070. The horizontal component of all surveys shall meet or exceed the closure requirements of WAC 332-130-060. The control base lines for all surveys shall meet or exceed the requirements for a Class A survey revealed in Table 2 of the Minimum Standard Detail Requirements for ALTA/AGSM 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 ursuant 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 pro.ect site a tie to both I shall be made. The benchmark(s) used will be shown on the drawing. f 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 46 11/14/2012 J:\Data\REN\110-093\10 Design\Specs\CT Pipelines-Special Provisions with Table of Contents.doc CITYOFRENTON NOVEMBER 2012 WELLS PW-8,PW-9&EW 3 PRIMARYDISINFECTION PROJECT SPECIAL PROVISIONS 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 e 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: • A corner or other survey point established by or under the supervision of an individual per Section 1-11.1(1) and any corner or monument established by the General Land Office and its successor the Bureau of Land Management including section subdivision corners down to and including one-sixteenth corners; and • Any permanently monumented boundary, right-of-way alignment, or horizontal and vertical control points established by any governmental agency or private surveyor including street intersections but excluding dependent interior lot corners. 1-11.1(6) Control or Base Line Survey Control or Base Line Surveys shall be established for all construction projects that will create grmanen, structures such as roads, sidewalks, bridges, utility lines or appurtenances, signal or ht poles, or any non-single family building. Control or Base Line Surveys shall consist of such mber of permanent monuments as are required such that every structure may be observed for staking or "as-builting" while occupying one such monument and sighting another such monument. A minimum of two of These permanent monuments shall be existing monuments, recognized and on record with the City of Renton. The Control or Base Line Survey shall occupy each monument in turn, and shall satisfy all applicable requirements of Section 1-11.1 herein' The drawing depicting the survey shall be neat, legible, and drawn to an appropriate scale. North orientation should be clearly presented and the scale shown graphically as well as noted. The drawing must be of such quality that a reduction thereof to one-half original scale remains legible. 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. 47 11/14/2012 ]:\Data\REN\110-093\10 Design\Specs\CT Pipelines.Special Provisions mith Table of Contents.doc CITYOFRENTON NOVEMBER 2012 WELLS PW-8,PW-9&EW 3 PRIMARYDISINFECTION PROJECT SPECIAL PROVISIONS 1-11.1(7) Precision Levels Vertical Surveys for the establishment of benchmarks shall satisfy all applicable requirements of Sections 1-05 and 1-11.1. Vertical surveys for the establishment of benchmarks shall meet or exceed the standards, Specifications and procedures of third order elevation accuracy established by the Federal Geodetic Control Committee. Benchmarks must possess both permanence and vertical stability. Descriptions of benchmarks must be complete to insure both recoverability and positive identification on recovery. 1-11.1(8) Radial and Station-- Offset Topography Topographic surveys shall satisfy all applicable requirements of Section 1-11.1 herein. All points occupied or back sighted in developing radial topography or establishing baselines for station-offset topography shall meet the requirements of Section 1-11.1 herein. The drawing and electronic listing requirements set forth in Section 1-11.1 herein shall be observed for all topographic surveys. 1-11.1(9) Radial Topography Elevations for the points occupied or back sighted in a radial topographic survey shall be determined either by, 1) spirit leveling with misclosure not to exceed 6.1 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 backfang. Close cooperation between the installing Contractor and the ttas-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 48 t 1/!4/2012 J:\Data\REN\110-093\10 Design\Specs\CT Pipelines-Special Provisions with Table of Contents.doc CITY OF RENTON NOVEMBER 2012 WELLS PW-B,PW-9&EW-3 PRmARYDISINFECTION PROJECT SPECIAL PROVISIONS line to a tack in lead in the curb. The relationship between the witness monuments and their respective corners shall be shown or described on the face of the plat or survey of record, e.g., "Tacks in lead on the extension of the lot side lines have been set in the curbs on the extension of said line with the curb." In all other cases the corner shall meet the requirements of Section 1-11.2(1) herein. All non-corner monuments, as defined in 1-11.1(5), shall meet the requirements of Section 1- 11.2(2) herein. If the monument falls within a paved portion of a right-of-way or other area,the monument shall be set below the ground surface' and contained within a lidded case kept separate from the monument and flush with the pavement surface, per Section 1-11.2(3). In the case of right-of-way centerline monuments all points of. curvature (PC), points of tangency (P , street intersections, center points of cul-de-sacs shall be set. If the point of uhtersectlon ('I) 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 ap roved subdivision of property, a City of Renton Monument Card (furnished by the city) identi�ing the monument; point of intersection (PI), point of tangency (PT), point of curvature (PC), one-sixteenth corner, Plat monument, street intersection, etc., complete with a description of the monument, a minimum of two reference points and NAD 83/91 coordinates,and NAVD 88 elevation shall be filled out and filed with the city. 1-11.2 Materials 1-11.2(1) Property/Lot Corners Corners per 1-11.1(5) shall be marked in a permanent manner such as 1/2 inch diameter rebar 24 inches in length, durable metal plugs or caps, tack in lead, etc., and permanently marked or tagged with the surveyor's identification number. The specific nature of the marker used can be determined by the surveyor at the time of installation. 1-11.2(2) Monuments Monuments per 1-11.1(5) shall meet the requirements as set forth in City of Renton Standard Plans page H031 and permanently marked or tagged with the surveyor's identification number. 1-11.2(3) Monument Case and Cover Materials shall meet the requirements of Section 9-22 and City of Renton Standard Plans page H031. 2-01 CLEARING, GRUBBING,AND ROADSIDE CLEANUP 2-01.1 Description Section 2-01.1 is supplemented as follows: 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, 49 11/14/2012 J:\Dam\REN\110-093\10 Design\Specs\CT Pipel)m-Special Provisions uvith Table of Contents.doc CITYOFRENTON NOVEMBER 2012 WELLS PW-8,PW-9&EW-3 PRIMARYDISINFECTION PROJECT SPECIAL PROVISIONS 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 materiais 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. I 2-02 REMOVAL OF STRUCTURE AND OBSTRUCTIONS 2-02.3(3 Removal of Pavement, Sidewalks, and Curbs Section -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: Ccutting existing cement and asphalt concrete avements 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: r******) '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 I 11/14/2012 J:\Data\REN\110-097\30 Design\Specs\.CT Pipelines-Special Provisions.vit6 Table of Contents.doc CITYOFRENTON NOVEMBER 2012 WELLS PW-8,PW-9&EW-3 PRIMARYDISINFECTION PROJECT SPECIAL PROVISIONS 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 p they are mentioned as a separate item in the proposal, they will be measured and paid for as provided under Section 2-02.5, and will not be included in the quantity calculated for excavation. 2-03 ROADWAY EXCAVATION AND EMBANKMENT 2-03.3 Construction Requirements Section 2-03.3 is supplemented by adding the following: Roadway excavation shall include the removal of all materials excavated from within the limits shown on the Plans. Suitable excavated material shall be used for embankments, while surplus excavated material or unsuitable material shall be disposed of by the Contractor. Earthwork quantities and changes will be computed, either manually or by means of electronic data processing equipment, by use of the average end area method. Any changes to the proposed Work as directed by the Engineer that would alter these quantities shall be calculated by the Engineer and submitted to the Contractor for his review and verification. Any excavation or embankment beyond the limits indicated in the Plans, unless ordered by the Engineer, shall not be paid for. All Work and material required to return these areas to their original conditions, as directed by the Engineer, shall be provided by the Contractor at his sole expense. All areas shall be excavated, filled, and/or backfilled as necessary to comply with the grades shown on the Plans. In filled and 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 � g grades. The n all p g Contractor shall maintain a excavations free from detrimental quantities of leaves, brush, sticks,trash,and other debris until final acceptance of the Work. Following removal of topsoil or excavation to grade, and before placement of fills or base course, the subgrade under the roadway shall be proof-rolled to identify any soft or loose areas which may warrant additional compaction or excavation and replacement. The Contractor shall provide temporary drainage or protection to keep the subgrade free from standing water. Acceptable excavated native soils shall be used for fill in the area requiring fills. Care shall be taken to place excavated material at the optimum moisture content to achieve the specified compaction. 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. 51 11/14/2012 J:\DAu\REN\110-093\IODeign\Specs\CT Pipeli to -Special Provisions with Tnble of Contents.doc CITYOFRENTON NOVEMBER 2012 WELLS PW-S,PW-9&EW-3 PRIMARYDfSINFECTioN PROJECT SPECIAL PROVISIONS 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 siYaii 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, roadwayy excavation, borrow excavation, and unsuitable foundation excavation - by the cubic yard (,, ]usted for swell) may be measured by truck in the hauling vehicle at the point of loading. The Contractor shall provide truck tickets for each load removed. Each ticket shall have the truck number, time and date, and be approved by the Engineer. 2-03.5 Payment Section 2-03.5 is revised as follows: Payment for embankment compaction will not be made as a separate item. All costs for embankment compaction shall be included in other bid items involved. Payment will be made for the following bid items when they are included in the proposal: "Roadway Excavation Including Haul,"per cubic yard "Removal and Replacement of Unsuitable Foundation Material,"per ton "Gravel Borrow Including Haul,"per ton "Roadway Excavation Including Haul" shall be considered incidental and part of the bid item(s) provided for the installation of the utility mains and appurtenances. When the Engineer orders excavation below subgrade, then payment Nvill 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 toil 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. 52 11/14/2012 - J:\Data\REN\110-093\10 Design\Specs\CT Pipeluies-Special Provisions nvith Table of Conte mdoc i CITYOFRENTON NOVEMBER 2012 WELLS PW-B,PW 9&E1-3 PRIMARYDISINFECTION PROJECT SPECIAL PROVISIONS 2-06 SUBGRADE PREPARATION 2-06.5 Measurement and Payment Section 2-06.5 is supplemented by adding the following: Subgrade preparation and maintenance including watering shall be considered as incidental to the construction and all costs thereof shall be included in the appropriate unit or lump sum contract bid prices. 2-09 STRUCTURE EXCAVATION 2-09.1 Description Section 2-09.1 is supplemented by adding the following: This Work also includes the excavation, haul, and disposal of all unsuitable materials such as peat,muck, swampy or unsuitable materials,including buried logs and stumps. 2-09.3(1)D Disposal of Excavated Material Section 2-09.3(1)D is revised as follows: The second paragraph is replaced with: All costs for disposing of excavated material within or external to the project limits shall be included in the unit contract price for structure excavation, Class A or B. The third paragraph is replaced with: If the Contract includes structure excavation, Class A or B, including haul, the unit contract price shall include all costs for loading and hauling the material the full required distance, otherwise all such disposal costs shall be considered incidental to the Work. 2-09.4 Measurement Section 2-09.4 is revised and supplemented as follows: Gravel backfill. Gravel backfill, except when used as bedding for culvert, storm sewer, sanitary sewer,manholes, and catch basins,will be measured by the cubic}lard 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 vard. "Structure Excavation Class A Incl. Haul",per cubic yard. "Structure Excavation Class B Incl. Haul",per cubic yard. Pa ment for reconstruction of surfacing and paving, within the limits of structure excavation, w be at the applicable unit prices for the items involved. If the Engineer orders the Contractor to excavate below the elevations shown in the Plans, the unit contract price per cubic yard for"Structure Excavation Class A or B"will apply. But if the Contractor excavates deeper than the Plans or the Engineer requires, the Contracting Agency will not pay for material removed from below the required elevations. In this .case, the Contractor, at no expense to the Contracting Agency; shall replace such material with concrete 53 11/14/2012 J:\Data\REN\110-093\10 Design\Specs\CT Pip,L—-Special Provisions u-itb Table of Contents.doc CITYOFRENTON NOVEMBER 2012 WELLS PW-B,PW-9&EW 3 PRIMARY]JISINFECTION PROJECT SPECIAL PROVISIONS 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 e wpment, and q pumping, or shall be included in the unit bid price of other items of Work ii "Jiructuie 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 (hind) for (Type of Excavation)", per cubic yard or per ton. "Controlled Density Fill",per cubic yard. . When gravel backfill is paid by the ton, the Contractor shall take care to assure to the satisfaction of the Engineer that such per ton backfill is only being used for the specified purpose and not for purposes where backfill is incidental or being paid by cubic yard. Evidence that per ton gravel backfill is not being used for its designated purpose shall be grounds for the Engineer to deny payment for such load tickets. 5-04 ASPHALT CONCRETE PAVEMENT 5-04.2 Materials Section 5-04.2 is revised and supplemented as follows: Delete the second and fourth paragraphs of this section. The base course shall be untreated crushed surfacing. Asphalt concrete shall meet the grading requirements for the specified mix. Temporary patch shall be cold or hot mix. 5-04.3 Construction Requirements Section 5-04.3 is supplemented as follows: Shoulder Restoration The existing surfacing of disturbed asphalt shoulders shall be removed to a minimum depth of 6 inches below original street grade to provide for placement of the new subgrade and paving. The subgrade shall be constructed of V/a inch minus crushed surfacing base course placed to a compacted thickness of 21/2 inches, followed by 5/8-inch minus crushed surfacing top course placed to a compacted thickness of 11/2 inches. HMA Class 1/2" 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. 54 11/14/22012 ]:\Data\REN\110-093\10 Desig,,\Specs\CT Pipelines-Special Peorisions With Table of C—t— d- CITYOFRENTON NOVEMBER 2012 WELLS PW-8,PW-9&EW-3 PRIMARYDISTNFECTION PROJECT SPECIAL PROVISIONS Asphalt Concrete Patching and Overlay The Contractor shall maintain temporary hot mix asphalt patches daily during construction to the satisfaction of the governing road agency and the Engineer until said patch is replaced with a permanent hot patch. The permanent hot mix asphalt patch shall be placed and sealed with paving grade asphalt within 30 calendar days. Private Driveways Where a private driveway is damaged by either construction of the project or by the Contractor's use and activity on the road, it shall be repaired to the satisfaction of the property owner, the City, and to its original condition or better. Damaged asphalt-concrete driveways shall be replaced by saw cutting to a straight line and replacing a full width section. Damaged cement- concrete driveways shall be removed to the nearest joint (real or dummy) and replaced with a full width section. Damaged gravel driveways shall have crushed surfacing placed and compacted to a minimum depth of 4 inches. Curbs, Gutters and Sidewalks Existing curbs, gutters, and sidewalks damaged by construction of the project or the Contractor's use and activity, shall be repaired to the satisfaction of the property owner, the City, and to its original condition or better. 55 11/14/2012 J:\Data\REN\110-093\10 Design\Specs\CT Pipel—-Spco Provisions with Table oFContents.doe CITY OF RENTON NOVEMBER 2012 WELLS PW-8,PW-9&EW-3 PRIMARYDISINFECTION PROJECT SPECIAL PROVISIONS 5-04.3(5) Conditioning the Existing Surface Section 5-04.3(5) is supplemented as follows: The Contractor shall maintain existing surface contour during patching, unless otherwise instructed by the City Engineer or Inspector. 5-04.3(5)A Preparation of Existing Surface Section 5-04.3(5)A is supplemented as follows: The Contractor shall provide his own mechanical sweeping equipment. The sweeper will be on the project prior to the start of paving, to insure the streets to be paved are clean before the tack coat is applied. The sweeper will keep the streets clean ahead of the paving machine and clean the streets behind the empty trucks that have dumped their loads into the paving machine. The sweeper must sweep all streets made dirty by the Contractor's equipment. If the paving machine is "walked" from one site to another, the sweeper must sweep up behind paving machine. The sweeper shall not leave the overlay site until given permission by the City's inspector. All utilities shall be painted with a biodegradable "soap" to prevent the tack and ACP from sticking to the lids. Diesel will not be used. After the application of soap, catch basins must be covered to prevent tack and ACP from getting into catch basins. Preparation of existing surface shall be done as outlined in this Section and a tack coat shall be applied at the rate of 0.02 to 0.08 gallons per square yard. Payment for preparation of the surface and application of the tack coat shall be considered incidental to the paving and no separate payment shall be made. The Contractor shall locate all utilities for access immediately after any paving and mark the location by means of painting a circle around the location and scooping a portion of asphalt 4" - 6"in diameter and the depth of the overlay from the center of the utility location. The Contractor shall locate and completely expose gas and water valves for access immediately after final rolling. 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. 56 11/14/2012 ):\Data\REN\110-093\10 Desigmt\Specs\CT Pipelit—-Special Provisions.vitb Table of Contents.doc CITYOFRENTON NOVEMBER 2012 WELLS PW-8,PW-9&EW-3 PRIMARYDISINFECTION PROJECT SPECIAL PROVISIONS 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 QMF) for the class of mix. Any additional adjustments to the JMF will require the approval of the Project Engineer and may be made per Section 9-03.8(7). 5-04.3(8)A Acceptance Sampling and Testing—HMA Mixture Item 1 is deleted and replaced with: 1. General. Acceptance of HMA shall be as provided under nonstatistical or commercial evaluation. Nonstatistical evaluation will be used for the acceptance of HMA. Commercial evaluation will be used for Commercial HMA, and for other classes of HMA in the following applications: sidewalks, road approaches, ditches, slopes, paths, trails,gores, prelevel,and pavement repair. Other nonstructural applications as approved by the Project Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Engineer. The proposal quantity of HMA that is accepted by commercial evaluation will be excluded from the quantities used in the determination of nonstatistical evaluation. Item 7 is deleted. 5-04.3(10)B Control Replace Section 5-04.3(10)B with the following: Sub-base shall be compacted to 95% of the maximum density by the Modified Proctor Test Method, ASTM D 1557. Compact asphalt concrete patch and paving to 95% of maximum compaction. 5-04.5 Payment 5-04.5(1)A Price Adjustments for Quality of HMA Mixture Section is deleted and replaced with: Statistical analysis of quality of gradation and asphalt content will be performed based on Section 1-06.2 using the following price adjustment factors: 57 11/14/2012 J:\Data\REN\110-093\10 Design\Specs\CT Pipelines-Special Provisions n-ith Table of Conients.doc CITY OF RENTON NOVEMBER 2012 WELLS PW-8,PW-9&EW 3 PRIMARYDIsINFECTION PROJECT SPECIAL PROVISIONS Table of Price Adjustment Factors Constituent Factor"f" All aggregate passing: 1 1/2", 1", 3/4", 1/2",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 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the street shall be tested to provide a minimum of three sets of results for evaluation. For each lot of HMA produced under Nonstatistical or Commercial Evaluation when the calculated CPF is less dian 1.00, a Nonconforming Mix factor (NCFM) will be determined. THE NCFM equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent. The Job Mix Compliance Price Adjustment will be calculated as the product of the NCMF, the quantity of HMA in the lot in tons, and the unit contract price per ton of the mix. If a constituent is not measured in accordance with these Specifications,its individual pay factor will be considered 1.00 in calculating the composite pay factor. 5-04.5(1)B Price Adjustments for Quality of HMA Compaction Section is deleted and replaced with: The maximum CPF of a compaction lot is 1.00 For each compaction lot of HMA when the CPF is less than 1.00, a Nonconforming 58 _ 11/14/2012 J:\Data\REN\110-093\10 Design\Specs\CT Pipelines-Special Provisions with Table oEContents.doc CITY OF RENTON NOVEMBER 2012 WELLS PW-B,PW-9&EW-3 PRIMARYDISINFECTION PRojEcT SPECIAL PROVISIONS Compaction Factor (NC CF) will be determined. THE NCCF equals the algebraic difference of CPF minus 1.00 multiplied by 40 percent. The Compaction Price Adjustment will be calculated as the product of the NCFF, the quantity of HMA in the lot in tons and the unit contract price per ton of the mix. 5-06 TEMPORARY RESTORATION IN PAVEMENT AREA Section 5-06 is new Section with subsections: 5-06.1 Description Pavement areas that have been removed by construction activities must be restored by the Contractor prior to the end of each working period, prior to use by vehicular traffic. Within paved streets, the Contractor may use temporary pavement to allow vehicular traffic to travel over the construction areas. Temporary pavement shall be placed around trench plates or others devices used to cover construction activities in a manner that provides a smooth and safe transition between surfaces. 5-06.2 Materials The asphalt pavement for temporary patches shall be 2" of a hot mix asphalt composition determined by the Contractor to provide a product suitable for the intended application. The Contractor shall not use materials that are a safety or health hazard. Temporary pavement material that does not form a consolidated surface after compaction shall be considered unsuitable and shall be removed from the site. Unsuitable temporary pavement shall be disposed of offsite. 5-06.3 Construction Requirements The Contractor shall maintain temporary hot mix asphalt patches daily during to the satisfaction of the governing road agency and the Engineer until said patch is replaced with permanent hot patch. The completed pavement shall be free from ridges, ruts, bumps, depressions, objectionable marks, or other irregularities. The permanent hot mix asphalt patch shall be placed and sealed with a paving asphalt within 30 calendar days. The Contractor shall immediately repair, patch, or remove any temporary pavement that does not provide a flat transition between existing pavement areas. All temporary asphalt pavement shall be removed from the site by the end of the project and shall not be used as permanent asphalt pavement or subgrade material. 7-01 DRAINS 7-01.2 Materials The second paragraph of Section 7-01.2 is revised as follows: Drain pipes may be concrete,zinc coated (galvanized) corrugated iron with Asphalt Treatment I, aluminum coated (aluminized) corrugated iron with Asphalt Treatment I, zinc coated (g alvanized) steel with Asphalt Treatment I, corrugated aluminum all o y, polyvinyl chloride 59 11/14/2012 ]:\Da0\REN\110-093\10 Design\Specs\CT Pipelines-Special Provisions mith Table of Contents.doc - CITYOFRENTON NOVEMBER 2012 WELLS PW-S,PW-9&EW-3 PRIMARYDISINFECTION PROJECT SPECIAL PROVISIONS (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. The Contractor shall require pipe suppliers to furnish certificates signed by their authorized representative, stating the Specifications to which the materials or pro ducts were manufactured. The Contractor shall provide 2 copies of these certifications to the Engineer for approval. Certificates showing nonconformance with the Contract shall be sufficient evidence for rejection. Approval of certificates shall be considered only as tentative acceptance of the materials and 60 11/14/2012 ):\Data\REN\110-093\10 Design\Specs\CT Pip&ie -Special P—isions With Table of Co tents.do CITYOFRENTON NOVEMBER 2012 WELLS PW-8,PW-9&EW-3 PRIMARYDISINFECTION PROJECT SPECIAL PROVISIONS products, and such action by the Engineer will not relieve the Contractor of his/her responsibility to perform field tests and to replace or repair faulty materials, equipment, and/or workmanship and the Contractor's own expense. 7-04.4 Measurement The first paragraph of Section 7-04.4 is revised as follows: �he length of storm sewer pipe will be the number of linear feet of completed installation. measured along the invert and will include the length through elbows, tees, and fittings. The number of linear feet will be measured from the center of manhole or from the center of catch basin to center of catch basins and similar type structures. 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 regwired 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 move d be re and thoroughly cleaned for reinstalling at the new elevation. From that point, the existing structure shall be raised or lowered to the required elevation. The Contractor shall construct manholes so as to provide adjustment space for setting cover and casting to a finished grade as shown on the Construction Plans. Manhole ring and covers shall be adjusted to the finished elevations per standard detail 400.1, prior to final acceptance of the Work. Manholes in unimproved areas shall be adjusted to 6"above grade. In unpaved streets: manholes, catch basins, and similar structures in areas to be surfaced with 11/14/2012 J:\Data\REN\110-093\10 Design\Sp—\Cr Pipelines-Special Provisions uidt Table of C—tents.d— . CITY OF RENTON NOVEMBER 2012. WELLS PW-B,PW-9&EW-3 PRIMARYDISINFECTION PROJECT SPECIAL PROVISIONS 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 The Con.'Lr.ctor -,h---'l careful l-reference Path manhole so that they COVereCl In a similar i1lalliler. 1 uc L.vuua�.wi.ua=�... .. 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 backf llled 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. 62 11/14/2012 J:\Data\REN\110-093\10 Design\Specs\CT Pipelines-Special Provisions with Table of Cont-ts.doc CITY OF RENTON NOVEMBER 2012 WELLS PW-8,PW-9&El-3 PRIMARYDISINFECTION PROJECT SPECIAL PROVISIONS 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 P gg , 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 damap to existing pipe or structure that is to remain in place resulting from the Contractors 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: ll 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. 63 .11/14/2012 ):\Data\REN\110-093\'l0 Design\Specs\CT Pipelines-Special P—isions%vith Table of Contents.doc CITY OF XENTON NOVEMBER 2012 WELLS PW-8,PW-9&EW-3 PRIMARYDISINFECTION PROJECT SPECIAL PROVISIONS Coating Material: High Solids Urethane Surfaces: Concrete ,_ ___ • i- ccnr' en Surface Preparation: . in accordance wiu> 001 %,of -f (Sweep of brush off blast) Application: hop//Field The drying time between coats shall not exceed 24 hours in any case System Thickness: 6.0 mils dry film Coatings: Primer: One coat of Wasser MC-Aroshield (2.0 mils DFT) Finish:Two or more coats of Wasser MC-Aroshield (min. 4.0 mils DFT) Color: White 7-05.4 Measurement Section 7-05.4 is revised and supplemented as follows: Manholes will be measured per each. Measurement of manhole heights for payment purposes will be the distance from finished rim elevation to the invert of the lowest outlet pipe. Adjustments of new structures and miscellaneous items such as valve boxes shall be considered incidental to the unit contract price of the new item and no further compensation shall be made. Connection to existing pipes and structures shall be measured per each. 7-05.5 Payment Section 7-05.5 is supplemented as follows: '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 64 11/14/2012 ):\Data\REN\110-093\10 Design\Specs\CT Pipelines-Special Provisions with Table of Coutents.doc CITYOPRENTON NOVEMBER 2012 WELLS PW-8,PW-9&EW-3 PRIMARYDISINFECTION PROJECT SPECIAL PROVISIONS made. 7-08.3(1)D Pipe Foundation Section 7-08.3(1)D is a new section: Pipe foundation in poor soil: When soft or unstable material is encountered at the subgrade which, in the opinion of the Engineer, will not uniformly support the pipe, such material shall be excavated to an additional depth as required by the Engineer and backfilled with foundation gravel material placed in maximum 12-inch lifts. Foundation gravel shall be ballast and conform to the requirements of Section 9-019(1) of the Standard Specifications. Corrections faulty grade: Excess excavation below grade shall be backfilled with foundation gravel as specified above and thoroughly compacted to the required grade line. 7-08.3(2)A Survey Line and Grade Section 7-08.3(2)A is replaced with: urvey line and grade control shall be provided in accordance with Sections 1-05.4, 1-05.5 and 1- 11 in a manner consistent with accepted practices. The Contractor shall transfer line and grade into the trench where they shall be carried by means of a laser beam. Any other procedure shall have the written approval of the Engineer. 7-08.3(2)B Pipe Laying—General Section 7-08.3(2)B is supplemented by adding the following: �hecking 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,pipes) shall be laid by matching the (eight-tenths) flow elevation,unless otherwise approved by the Engineer. All pipe, fittings,etc. shall be carefully handled and protected against damage,impact shocks, and free fall. All pipe handling equipment shall be acceptable to the Engineer. Pipe shall not be placed directly on rough ground but shall be supported in a manner, which will protect the pipe against injury whenever stored at the trench site or elsewhere. No pipe shall be installed where the lining or coating show defects that may be harmful as determined by the Engineer. Such damaged lining or coating shall be repaired, or a new undamaged pipe shall be furnished and installed. The Contractor,shall inspect each pipe and fitting prior to installation to insure that there are not damaged portions of the pipe: Any defective, damaged, or unsound pipe shall be repaired or replaced. All foreign matter or dirt shall be removed from the interior of the pipe before lowering into position in the trench. Pipe shall be kept clean during and after laying. All openings in the pipeline shall be closed with watertight expandable type sewer plugs at the end of each day's operation, or whenever the pipe openings are left unattended. The use of burlap, wood,or other similar temporary plugs will not be permitted. Where necessary to raise or lower the pipe due to unforeseen obstructions or other causes, the Engineer may change the alignment and/or the grades. Except for short runs, which may be permitted by the Engineer, pipes shall be laid uphill on grades that exceed 10 percent. Pipe, which is laid on a downhill grade, shall be blocked and held in place until sufficient support is furnished by the following pipe to prevent movement. Unless otherwise required, all pipe shall be laid straight between the changes in alignment, and at 65 11/14/2012 J:\Data\REN\110-093\10 Desigu\Specs\CT Pipelines-Special Provisions with Table of Contents.doc CITYOFRENTON NOVEMBER 2012 WELLS PW-8,PW-9&EW-3 PRIMARYDISINFECTION PROJECT SPECIAL PROVISIONS 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. i 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 -08.3(2)E is supplemented as follows: Care shall be taken by the Contractor to avoid over pushing the pipe and damaging the pipe or joint system. Any damaged pipe shall be replaced by the Contractor at his expense. 7-08.3(2)H Sewer Line Connections Section 7-08.3(2)H is supplemented by adding the following: All connections not occurring at a manhole or catch basin shall be done utilizing pre- manufactured tee connectors or pipe sections approved by the Engineer. Any other method or materials proposed for use in making connections shall be subject to approval by the Engineer. Unless otherwise approved by the Engineer, all connections of lateral sewers to existing mains shall be made through a cast iron saddle secured to the sewer main with stainless steeY bands. When the existing main is constructed of PVC, plain or reinforced concrete, cast or ductile iron pipe, die existing main shall be core drilled. When the existing main is constructed of vitrified clay,the main shall be re-sectioned with flexible couplings, Fernco or approved equal. Connections (unless booted connections have been provided for) to existing concrete manholes shall be per Section 7-05.3(3). 7-08.3(2)) Placing PVC Pipe Section 7-08.3(2)) is an added new section: In the trench, prepared as specified in Section 7-02.3(1) PVC pipe shall be laid beginning at the lower end,with the bell end upgrade. Pea gravel will be used as the bedding material and extend from 6" below the bottom of the pipe to 6. " above the top of the pipe. When it is necessary to connect to a structure with a mudded joint a rubber gasketed concrete adapter-collar will be used at the point of connection. 7-08.3(3)A Backfilling Sanitary Sewer Trenches Section 7-08.3(3)A is a new section supplementing 7-08.3(3) To the maximum extent available, suitable material obtained from trench excavation shall be used for trench backfill. All material placed as trench backfill shall be free from rocks or stones larger than 6 inches in their greatest dimension,brush, stumps,logs,roots, debris, and organic or other deleterious materials. No stones or rock shall be placed in the upper three feet of trench backfill. Rock or stones within the allowable size limit incorporated in the remainder of fills shall be distributed so that they do not congregate or interfere with proper compaction. If the native material is considered by the Engineer as unsuitable for backfill, or where unsuitable material is requested by the Engineer to be removed or over-excavated from trench excavations, then Bank Run Gravel for Trench Backfill Sewer material conforming to the requirements of Section 9-03.19 shall be used. All native or imported backfill material shall be compacted to 95% of maximum dry density per ASTM D 1557 unless otherwise specified herein or on the Plans. 66 11/14/2012 J:\Data\RHN\110-093\10 De ipn\Specs\CT Pipeluies-Special Provisions%vit6 Table of Coat—ts.doc CITYOFRENTON NOVEMBER 2012 WELLS PW-B,PW-9&EW-3 PRIMARYDISINFECTION PROJECT SPECIAL PROVISIONS Backfill within paved areas shall be compacted to at least 95 percent of maximum dry density as determined by the modified. proctor compaction test, ASTM D1557. This includes the foundation, backfill, and base course materials. Maximum lift thickness of backfill shall not exceed 24 inches between the top of the bedding and 4 feet below grade and 12 inches from 4 feet below grade to the base of the subgrade. The Engineer may be on-site to collect soil samples and to test compaction. The Contractor shall provide site access at all times for compaction testing and sample collection. Areas of the trench which fail to meet the compaction requirements shall be removed and replace and re-compacted at,the Contractor's expense. The Contractor shall be responsible for any settlement of backfill, sub-base, and pavement that may occur during the period stipulated in the Contract conditions. All repairs necessary due to settlement shall be made by the Contractor at his expense. Backfill in unimproved areas shall be compacted to at least 90 percent of maximum dry density as determined by the modified proctor compaction test,ASTM D1557. The Contractor shall be responsible for the disposal of any excess excavated material. 7-08.4 Measurement The first paragraph of Section 7-08.4 is revised as follows: Gravel backfill for foundations, or gravel backfill for pipe zone bedding when used for foundations, shall be measured by the cubic yard, including haul, as specified in 2-09, or by the ton. 7-08.5 Payment Section 7-08.5 is replaced with: Payment will be made in accordance with Section 1-04.1 for each of the following bid items that are included in the proposal: "Gravel Backfill for Foundations Class ",per cubic yard or ton. "Gravel Backfill for Pipe Zone Bedding", per cubic yard or ton. All costs associated with furnishing and installing bedding and backfill material within the pipe zone in the installation of culvert, storm sewer, and sanitary sewer pipes shall be included in the unit contract price for the type and size of pipe installed. "Plugging Existing Pipe",per each. "Commercial Concrete",per cubic yard. "Structure Excavation Class B", per cubic yard. "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. 67 11/14/2012 J:\Dam\REN\110-093\10 Design\Specs\CT Pipelines-Special Provisions kith Table of Contents.doc CITY OF RENTON NOVEMBER 2012 WELLS PW-8,PW-9&EW-3 PRIMARYDISINFECTION PROJECT SPECIAL PROVISIONS 7-09 PIPE AND FITTINGS FOR WATER MAINS 7-09.3(15)A Ductile Iron Pipe The first paragraph of Section 7-09.3(15)A is revised as follows: Long radius 1500 feet or more curves, either horizontal or vertical, may be laid with standard pipe by deflecting the joints.If the pi e is shown curved in the Plans and.no special fittings are shown, the Contractor can assume that the curves can be made by deflecting the joints with standard lengths of pipe. If shorter lengths are required, the Plans will indicate maximum lengths that can be used. The amount of deflection at each pipe joint when pipe is laid on a horizontal or vertical curve shall not exceed one half of the manufacturer's printed recommended deflections. 7-09.3(15)B Polyvinyl Chloride (PVC) Pipe (4 inches and Over) Section 7-09.3(15)B is supplemented as follows: Polyvinyl Chloride (PVC) Pipe shall not be used for water mains and appurtenances. 7-09.3(17) .Laying Ductile Iron Pipe and Fittings with Polyethylene Encasement The title and text of section 7-09.3(17) has been revised as follows: The ontractor shall lay ductile iron pipe with a polyethylene encasement. Pipe and polyethylene encasement shall be installed in accordance with AWWA C105. The ppolyethylene encasement shall also be installed on all appurtenances, such as pipe laterals, couplings, fittin s, and valves, with 8-mil polyethylene plastic in accordance with Section 4-5 of ANSI 21.5 or AWgWA C105. The polyethylene wrap shall be tube type and black color. Any damage that occurs to the wrap shall e repaired in accordance with ANSI/AWWA C105/A21.5-93. Installation of the polyethylene encasement shall be considered incidental to the installation of the pipe and no additional payment shall be allowed. 7-09.3(19)A Connections to Existing Mains n Section 7-09.3(19)A is revised ad supplemented as follows: The Contractor may be required to perform the connection during times other than normal working hours. The Contractor shall not operate any valves on the existing system. Water system personnel will operate all valves on the existing system for the Contractor when required. No Work shall be performed on the connections unless a representative of the water department is present to inspect the Work. When not stated otherwise in the special provisions or on the plans, all connections to existing water mains will be done by City forces as provided below: City Installed Connections: Connections to existing piping and tie-ins are indicated on the drawings. The Contractor must verify all existing piping,dimensions, and elevations to assure proper fit. Connections to the existing water main shall not be made without first making the necessary arrangements with the Engineer in advance. A two-week advance notice shall be required for each connection which requires a cutting of the existing water mains or a shut-down of the existing water mains. The City reserves the right to re-schedule the connection if the Work area is not ready at the scheduled time for the 68 11/14/2012 - J:\Dam\REN\ll0-093\l0 Desigii\Specs\CT Pipelines-Special Provisions n5di Table of Contents.doc CITY OF RENTON NOVEMBER 2012 WELLS PW-8,PW-9&EW-3 PWmARYDISINFECTION PROJECT SPECIAL PROVISIONS connection. Work shall not be started until all the materials, equipment and labor necessary to properly complete the Work are assembled on site. The Contractor shall provide all saw-cutting, removal and disposal of existing surface improvements, excavation, haul and disposal of unsuitable materials, shoring, de-watering, foundation material,at the connection areas before the scheduled time for the connection by the City. The Contractor shall provide all materials necessary to install all connections as indicated on the construction Mans, including but not limited to the required fittings, couplings, pipe spools, shackle materials to complete the connections: The Contractor shall provide and install concrete blocking,polywrap the piping at the connections, backfill and surface restoration at the locations shown on the plans for the connections to the existing water mains. The City will cut the existing main and assemble all materials. 7-09.3(21) Concrete Thrust Blocking and Dead-Man Block Section 7-09.3(21) has been supplemented by adding the following: Provide concrete blocking at all hydrants, fittings and horizontal or vertical angle points. Conform to the City of Renton Standard Details for general blocking, and vertical blocks herein. All fittings to be blocked shall be wrapped with 8-mil polyethylene plastic. Concrete blocking shall be properly formed with plywood or other acceptable forming materials and shall not be poured around points. The forms shall be strip Ted prior to backfillmg. �oint restraint (shackle rods),where required, shall be installed in accornce with Section 7-11.35). Provide concrete dead-man blocks at locations shown on the plans. The dead-man block shall include reinforcing steels, shackle rods,installation and removal of formwork. Blocking shall be commercial concrete (hand-mixed concrete is not allowed) and poured in place. 7-09.3(23) Hydrostatic Pressure Test Section 7-09.3(23) is supplemented and revised as follows: A hydrant meter and a backflow prevention device will be used when drawing water from the City system. These may be obtained from the City by completing the required forms and making the required security deposits. There will be a charge for the water used. Before applying the specified test pressure, air shall be expelled completely from the pipe, valves and hydrants. If permanent air vents are not located at all high points, the contractor shall install corporation cocks at such points so that the air can be expelled as the line is filled with water. After all the air has been expelled, the corporation cocks shall be closed and the test pressure applied. At the conclusion of the pressure test, the corporation cocks shall be removed and plugged. The quantity of water required to restore the pressure shall be accurately determined by either 1) bum in from an open container of suitable size such that accurate volume measurements can e made by the Owner or, 2) by pumping through a positive displacement water meter with a sweep unit hand registering 1 gallon per revolution. The meter shall be approved by the Engineer. Acceptability of the test will be determined by two factors,as follows: 1. The quantity of water lost from the main shall not exceed the number of gallons per hour as listed in the following table. 2. The loss in pressure shall not exceed 5 psi during die 2 hour test period. 69 11/14/2012 ):\Data\RHN\110-099\10 Design\Specs\.CT Pipelines-Special Provisions with Table of Contents.doc CITYOFRENTON NOVEMBER 2012 WELLS PW 8,PW-9&ELY 3 PRIMARYDISINFECTION PROJECT SPECIAL PROVISIONS All water used to perform hydrostatic pressure shall be charged a usage fee. Allowable leakage per 1000 ft. of pipeline*in GPH Nominal Pipe Diameter in inches PSI 6" 8" 1011 12" 16" 2411 2011 450 0.9 1.2 1.5 1.9 2.5 3.1 3.8 5 7 9 1 5 8 2 400 0.9 1.2 1.5 1.8 2.4 3.0 3.6 0 0 0 0 0 0 0 350 0.8 1.1 1.4 1.6 2.2 2.8 3.3 4 2 0 9 5 1 7 275 0.7 1.0 1.2 1.4 1.9 2.4 2.9 5 0 4 9 9 9 9 250 0.7 0.9 1.1 1.4 1.9 2.3 2.8 1 5 9 2 0 7 5 225 0.6 0.9 1.1 1.3 1.8 2.2 2.7 8 0 3 5 0 5 0 200 0.6 0.8 1.0 1.2 1.7 2.1 2.5 4 5 6 8 0 2 5 *If the pipeline under test contains sections of various diameters, the allowable leakage will be the sum of the computed leakage for each size. For those diameters or pressures not listed, the formula below shall be used: The quantity of water lost from the main shall not exceed the number of gallons per hour as determined by the formula L=ND P 7400 in which. L= Allowable leakage,gallons/hour N = No. of joints in the length of pipeline tested D = Nominal diameter of the pipe in inches P = Average test pressure during the leakage test,psi The paragraph stating that "There shall not be an appreciable or abrupt loss in pressure during the 15 minute test ep riod."Is deleted. 7-09.3(24)A Flushing and "Poly-pigging" Section 7-09.3(24)A shall be revised and supplemented as follows: (******) P Sections of pipe to be disinfected shall first be poly-pigged to remove any solids or contaminated material that may have become lodged in the pipe. If the main cannot be poly- pigged", then a tap shall be provided large enough to develop a velocity of at least 2.5 fps in the main. The "Poly-pig' shall be equal to Girard Industries Aqua-Swab-AS, 2lb/cu-ft density foam with 90A durometer urethane rubber coating on the rear of the "Poly-pig' only. The "Poly-pigs' shall be cylinder shaped with bullet nose or squared end. The paragraph stating: "Where dry calcium hypochlorite is used for disinfection of the pipe, flushing shall be done after disinfection."is deleted. Dechlorination of all water used for disinfection shall be accomplished in accordance with the City of Renton Standard Details. Water containing chlorine residual in excess of that carried in 70 11/14/2012 ]:\Data\REN\110-093\10 Design\Specs\CT Pipelines-Special Provisions xvith Table of Contents.doc - CITYOFRENTON NOVEMBER 2012 WELLS PW-8,PW-9&EW-.3 PRIMARYDISINFECTION PROJECT SPECIAL PROVISIONS xthe existing water system, shall not be disposed into the storm drainage system or any water way. 7-09.3(24)D Dry Calcium Hypochlorite Section 7-09.3(24)D has been replaced with: Dry calcium hypochlorite shall not be placed in the pipe as laid. 7-09.3(24)K Retention Period Section 7-09.3(24)K has been revised as follows: Treated water shall be retained in the pipe at least 24 hours but no longer than 48 hours. After this period, the chlorine residual at pipe extremities and at other representative points shall be at least 25 mg/1. 7-09.3(24)N Final Flushing and Testing Section 7-09.3(24)N has been 'revised as follows: Before lacing the lines into service, a satisfactory report shall be received from the local or State health department or an approved testing lab on samples collected from representative points in the new system. Samples will be collected and bacteriological tests obtained by the Engineer. 7-09.3(25) Joint Restraint Systems Section 7-09.3(25) is a new additional section: General: Where shown on the plans or in the specifications or required by the Engineer, joint restraint system (shackle rods) shall be used. All joint restraint materials used shall be those manufactured by Star National Products, 1323 Holly Avenue, PO Box 258, Columbus Ohio 43216, unless an equal alternate is approved in writing by the Engineer. Materials: Steel types used shall be: High strength low-alloy steel (cor-ten),ASTM A242,heat-treated, superstar "SST's series. High strength low-alloy=steel (cor-ten),ASTM A242, superstar "SS" series. Items to be galvanized are to meet the following requirements: ASTM A153 for galvanizing iron and steel hardware. ASTM A123 for galvanizing rolled,pressed and forged steel shapes. Joint restrainer system components: Tiebolt: ASTM A242, type 2, zinc plated or hot-dip galvanized. SST 7:5/8" for 2" and 3" mechanical joints, _3/4" for 4" to 12'mechanical joints,ASTM A325, type 3D, except tensile strength of full-body threaded section shall be increased to 40,000 lbs. minimum for 5/8 and 60,000 lbs. minimum for 3/4" by heat treating (quenching and tempering) to manufacturer's reheat and hardness specifications. SST 753: 3/4" for 14" to 24" mechanical joints. same ASTM specification as SST 7. SST 77: 3/4" same as SST 7, except 1" eye for 7/8" rod. same ASTM specification as SST 7. Tienut: heavy hex nut for each tiebolt: SS8: 5/8" and 3/4", ASTM A563, grade C3, or zinc plated. S8: 5/8" and 3/4",ASTM A563,grade A,zinc plated or hot-dip galvanized. 71 11/14/2012 ):\Dabta\REN\l l0-093\10 Design\Specs\CT Pipelines-Special P—isions With Table o£Contenn.doc CITY OF HENTON NOVEMBER 2012 WELLS PW-8,PW-9&EW-3 PRIMARYDISINFECTION PROJECT SPECIAL PROVISIONS Tiecoupling: used to extend continuous threaded rods and are provided with a center stop n -- 1,... A b,.,r_dip —��rant7a(_I. S.M: for 5/8" and 3/4" tierods, t0 al*d 1t ilauuli Zinc "'ia��u Or � 1 ... ASTM A563,grade C3. 10: for 5/8" anc1�3//4" tierods,ASTM A563,grade A. Tierod: continuous threaded rod for cutting to desired lengths, zinc plated or hot-dip ggalvanized. SS12: 5/8" and 3/4" diameter,ASTM A242, type 2;ANSI 131.1. S12: 5/8" and 3/4" diameter,ASTM A36,A307. Tiewasher: round flat washers, zinc plated or hot-dip galvanized. SS17: ASTM A242, F436. S17:ANSI B18.22.1. Installation: Install the joint restraint system in accordance with the manufacturer's instructions so all joints are mechanically locked together to prevent joint separation. Tiebolts shall be installed to pull against the mechanical joint body and not the MJ follower. Torque nuts at 75-90 foot pounds for 3/4" nuts. Install tiecouplings with oth rods threaded equal distance into tiecouplings. Arrange tierods symmetrically around the pipe. Pipe Diameter Number of 3/4" Tie Rods Required 4"...............................................2 6"...............................................2 8"...............................................3 10"...............................................4 12"..............................................6 14"..............................................8 16"..............................................8 18"..............................................8 20"..............................................10 24"..............................................14 30".............................................. 16-7/8 rods 36"..............................................�24-7/8"rods Where a manufacturer's mechanical joint valve or fitting is supplied with slots for "T" bolts instead of holes, a flanged valve with a flange by mechanical joint adapter shall be used instead, so as to provide adequate space for locating the tiebolts. Where a continuous run of pipe is required to be restrained, no run of restrained pipe shall be greater than 60 feet in length between fittings. Insert long body solid sleeves as required on longer runs to keep tierod lengths to the 60 foot maximum. Pipe used in continuously restrained runs shall be mechanical joint pipe and tiebolts shall be installed as rod guides at each joint. Where poly wrapping is required all tiebolts, tienuts, tiecouplings,tierods,and tiewashers, shall be galvanized. All disturbed sections will be painted, to the Inspector's satisfaction, with koppers bitomastic no. 300-m, or approved equal. Where poly wrapping is not required all tiebolts, tienuts,tiecouplings, tierods and tiewashers may be galvanized as specified in the preceding paragraph or plain and painted in the entirety with koppers bitumastic no. 800-m, or approved equal. Tiebolts, tienuts, tiecouplings, tierods, and tiewashers shall be considered incidental to installation of the pipe and no additional payment shall be made. 72 . 11/14/2012 J:\Data\REN\110-093\10 Design\Specs\CT Pipelines-Special Provisions kith Table of Contents.doc CITY OF RENTON NOVEMBER 2012 WELLS PW—B,PW-9&EW-3 PRIMARYDISINFECTION PROJECT SPECIAL PROVISIONS 7-09.4 Measurement Measurement and Payment Schedule for installation of water mains and appurtenances is shown in Section 1-09.14 Section 7-09.4 is revised as follows: Measurement of bank run gravel for trench backfill will be by the cubic yard measured by the calculation of neat lines based on maximum trench width per Section 2-09.4 or by the ton, in accordance with Section 1-09. Measurement for payment of concrete thrust blocking and dead-man blocks will be per cubic- yard when these items are included as separate pay items. If not included as separate pay items in the contract, then thrust blocking and dead-man blocks shall be considered incidental to the installation of the water main and no further compensation shall be made. Measurement for payment for connections to existin water mains will be per each for each connection to existing water main(s) as shown on the Plans. 7-09.5 Payment Measurement and Payment Schedule for installation of water mains and appurtenances is shown in Section 1-09.14 Section 7-09.5 is revised and supplemented as follows: 'Furnish and Install Ductile Iron Water Main& Fittings",per lineal foot. The unit contract price per linear foot for each size and kind of "Furnish and Install Ductile Iron Water Main & Fittings" shall be full pay for the bid item as described in Section 1-09.14. "Concrete Thrust Blocking and Dead-Man Anchor Blocks",per cubic yard. The unit contract price per cubic yard for "Concrete Concrete Thrust Blocking and Dead-Man Anchor Blocks " shall be full pay for the bid item as described in Section 1-09.14. "Connection to Existing Water Mains",per each. The unit contract price per each for "Connection to Existing Water Mains" shall be full pay for the bid item as described in Section 1-09.14. "Select Imported Trench Backfill",per cubic yard or ton. The unit contract price per cubic yard or ton for "Select Imported Trench Backfill" shall be full pay for the bid item as described in Section 1-09.14. "Removal and Replacement of Unsuitable Foundation Material",per ton or cubic yard. The unit contract price per cubic yard or ton for "Removal and Replacement of Unsuitable Foundation Material" shall be full pay for the bid item as described in Section 1-09.14. 7-12 VALVES FOR WATER MAINS 73 11/14/2012 ]:\Dam\REN\110-093\SO Design\Specs\CT Pipelines-Special P,6visions with Table of Contents.doc CITY OF RENTON NOVEMBER 2012 WELLS PW-8,PW-9&EW-3 PRIMA RYDISINFECTION PROfECT SPECIAL PROVISIONS 7-12.3(1) Installation of Valve Marker Post Section 7-12.3(1) has been revised as foiiows: Where required, a valve marker post shall be furnished and installed with each valve. Valve marker posts shall be placed at the edge of the right-of-way opposite the valve and be set with 18 inches of the post exposed above grade. The rest of this section is deleted. 7-12.3(2) Adjust Existing Valve Box to Grade Section 7-12.3(2) is a new section: alve boxes shall be adjusted to grade in the same manner as for manholes, as detailed in Section 7-05.3(1) of the City of Renton Standard Details. Valve box adjustments shall include, but not be limited to, the locations shown on the Plans. Existing roadway valve boxes shall be adjusted to conform to final finished grades. The final installation shall be made in accordance with the applicable portions of Section 7-12. In the event that the existing valve box is plugged or blocked with debris, the Contractor shall use whatever means necessary to remove such debris, leaving the valve installation in a fully operable condition. The valve box shall be set to an elevation tolerance of one-fourth inch (1/4") to one-half inch (1/2") below finished grade. 7-12.4 Measurement Measurement and Payment Schedule for installation of water mains and appurtenances is shown in Section 1-09.14 Section 7-12.4 is supplemented by adding the following: Adjustment of existing valve boxes to grade shall be measured per each,if included as a separate pay item in the Contract; if not a separate pay item but required to complete the Work, then value box adjustment shall be considered incidental. Hydrant auxiliary gate valve will be included in the measurement for hydrant assembly and will not be included in this measurement item. 7-12.5 Payment Measurement and Payment Schedule for installation of water mains and appurtenances is shown in Section 1-09.14 Section 7-12.5 is replaced with the following: 'Furnish and Install -Inch Gate Valve Assembly",per each. The unit contract price per each for "Furnish and Install -Inch Gate Valve Assembly" shall be full pay for the bid item as described in Section 1-09.14. "Air-Release/Air-Vacuum Valve Assembly," per each. i The unit contract price per for air-release/air-vacuum valve assembly shall be for all, labor, equipment and material to complete the installation of the assembly including but not limited to, excavating, tapping the main, laying and jointing the pipe and fittings and appurtenances, 74 11/14/2012 J:\Dnta\REN\110-093\10 Design\Specs\CT Pipelines-Special Provisions kith Table of Contents.doc CITY OF RENTON NOVEMBER 2012 DELLS PW B,PW-9&EW-3 PRIMARYDISINFECTION PROJECT SPECIAL PROVISIONS backfilling, testing, flushing, and disinfection, meter box and cover, at location shown on the plans,and per the City of Renton Standard Details,latest revision. "Adjust Existing Valve Box to Grade (RC)," per each. The contract bid price for "Adjust Existing Valve Box to Grade" above shall be full compensation for all labor, material, tools and equipment necessary to satisfactorily complete the Work as defined in the Contract Documents, including all incidental Work. If not included as a separate pay item in the Contract, but required to complete other Work in the Contract, then adjustment of valve boxes shall be considered incidental to other items of Work and no further compensation shall be made. 7-14 HYDRANTS 7-14.3(1) Setting Hydrants Paragraph four and five of Section 7-14.3(1) is revised and the section is supplemented as follows: After installation and testing is complete, the exposed portion of the hydrant shall be painted with two field coats.The type and color of paint will be designated by the Engineer. Any hydrant not in service shall be identified by covering with a burlap or plastic bag approved by the Engineer. Hydrants shall be installed in accordance with AWWA specifications C600-93, Sections 3.7 and 3.8.1 and the City of Renton Standard Details. Hydrant and guard posts shall be painted in accordance with the standard details. Upon completion of the project, all fire hydrants shall be painted to the City of Renton specifications and guard posts painted with two coats of preservative paint NO. 43-655 Safety Yellow or approved equal. Fire hydrants shall be of such length as to be suitable for installation with connections to 6t', 8" AND 10" piping in trenches 3 1/2 feet deep unless otherwise specified. The hydrant shall be designed for a 4-1/2 foot burial where 12" and larger pipe is shown unless otherwise noted on the plan. Fire hydrant assembly shall include: cast-iron or ductile iron tee (MJ x FL�, 6" ate valve (FL x MJ), 6' DI spool (PV_ x PE), 5-1/4" MVO fire hydrant (MJ connection), 4' x 5 Stortz adapter, cast iron valve box and cover, 3/4" shackle rods and accessories, concrete blocks and two concrete guard posts (only if hydrants are outside of right-of-way). Joint restraint(Shackle Rods) shall be installed in accordance with Section 7-11.3(15). 7-14.3(3) Resetting Existing Hydrants Section 7-14.3(3)is supplemented by adding the following: All hydrants shall be rebuilt to the approval of the City (or replaced with a new hydrant). All rubber gaskets shall be replaced with new gaskets of the type required for a new installation of the same type. 7-14.3(4) Moving Existing Hydrants Section 7-14.3(4)is supplemented by adding the following: All hydrants shall be rebuilt to the approval of the City (or replaced with a new hydrant). All rubber gaskets shall be replaced with new gaskets of the type required for a new installation of the same type. 75 11/14/2012 ]:\Data\REN\110-093\10 Desigt\Specs\CT Pipelmes-Special Provisions with Table of Cootents.doc CITY OF RENTON NOVEMBER 2012 WELLS PW-8,PW-9&DW-3 PRIMARYDISINFECTION PROJECT SPECIAL PROVISIONS 7-14.5 Payment Measurement and Payment Schedule for installation of water mains and appurtenances is shown in Section 1-09.14 Section 7-14.5 is revised as follows: Payment will be made in accordance with Section 1-04.1, for each of the following bid items that are included in the proposal: "Furnish and Install Hydrant Assembly",per each. The unit contract price per each for " Furnish and Install Hydrant Assembly", shall be full pay for the bid item as described in Section 1-09.14. "Resetting Existing Hydrants",per each. The unit contract price per each for "Resetting Existing Hydrant" shall be full pay for all Work to reset the existing hydrant,including rebuilding (or replacement with a new hydrant), shackling, blocking, painting, and guard posts and reconnecting to the main. The new pipe connecting the Jdrant. to the main shall be considered incidental and no additional payment shall be made. Guard posts, shown on the Plans shall be incidental to the contract. "Moving Existing Hydrants",per each. The unit contract price per each for "Moving Existing Hydrant" shall be full pay for all Work to move the existing hydrant, including new tee, rebuilding (or replacement with a new hydrant), shackling, blocking, painting, and guard posts and reconnecting to the main. The new pipe connecting the hydrant to the main shall be considered incidental and no additional payment shall be made. Guard posts, shown on the Plans shall be incidental to the contract. 7-15 SERVICE CONECTIONS 7-15.3 Construction Details Section 7-15.3 is supplemented as follows: Pipe materials used to extend or replace existing water service lines shall be copper. Where installation is in existing aved streets, the service lines shall be installed by a trenchless percussion and impact method oe-hogging). If the trenchless percussion and impact method fails, regular open trench methods may be used. 7-15.5 Payment Measurement and Payment Schedule for installation of water mains and appurtenances is shown in Section 1-09.14 Section 7-15.5 is revised as follows: Payment will be made in accordance with Section 1-04.1, for the following bid item when it is included in the proposal: "Furnish and Install In.Water Service Connection",per each. The unit contract price per each for " Furnish and Install In. Water Service Connection", shall be full pay for the bid item as described in Section 1-09.14. 76 11/14/2012 J:\Data\RHN\110-093\10 Design\Specs\CT Pipelines-Special Provisions%-ith Table of Contents.doc CITYOFRENTON NOVEMBER 2012 WELLS PW-B,PW-9&EW-3 PRIMARYDISINFECTION PROJECT SPECIAL PROVISIONS 7-17 SANITARY SEWERS 7-17.2 Materials Section 7-17.2 is replaced with the following. Pipe Gravity sewer pipe shall be as specified herein and as shown on the Plans. The Contractor shall provide two copies of the pipe manufacturer's technical literature and tables of dimensional tolerances to the Engineer. Any pipe found to have dimensional tolerances in excess of those prescribed or having defects, which prevent adequate joint seal or any other damage, shall be rejected. If requested by the Engineer, not less than three nor more than five lengths of pipe for each size, selected from stock by the Engineer, shall be tested as specified for maximum dimensional tolerance of the respective pipe. Material for PVC sewer pipe shall meet the requirements of Section 9-05.12. All pipe shall be clearly marked with type, class, and thickness. Lettering shall be legible and permanent under normal conditions of handling and storage. 7-17.3 Construction Requirements 7-17.3(1) Protection of Existing Sewerage Facilities Section 7-17.3(1) is supplemented by adding the following: When extending an existing sewer, the downstream system shall be protected from construction debris by placing a screen or trap in the first existing manhole downstream of the connection. It shall be the Contractor's responsibility to maintain this screen or trap until the new system is placed in service and then to remove it. Any construction debris, which enters the existing downstream system, shall be removed by the Contractor at his expense, and to the satisfaction of the Engineer. When the first manhole is set, its outlet shall be plugged until acceptance by the Engineer. I 7-17.3(2)H Television Inspection Section 7-17.3(2)H is supplemented by adding the following: Once the television.inspection has been completed the Contractor shall submit to the Engineer the written reports of the inspection plus the videotapes. Said videotapes are to be in color and compatible with the City's viewing and recording systems. The City system accepts 1/2" wide high density VHS Tapes. The tapes will be run at standard speed SP (1 5/16 I.P.S.). The City will also accept video submittals on DVD viewable on a standard player or a CD or DVD compatible.with Cues DataCAP 4.0. 7-17.4 Measurement Section 7-17.4 is supplemented as follows: Measurement of "Bank Run Gravel for Trench Backfill Sewer" will be determined by the cubic yard in place, measured by the neat line dimensions shown in the Plans, or by the ton on truck tickets. 7-17.5 Payment Measurement and Payment Schedule for installation of sanitary sewer mains and 77 11/14/2012 J:\Data\RPN\110-093\10 Design\Sp«s\CT Pipef—-Special Provisions avith Table of Contents.doc i CITY OF RENTON NOVEMBER 2012 WELLS PW-B,PW-9&EW-3 PRIMARYDISINFECTION PROJECT SPECIAL PROVISIONS appurtenances is shown in Section 1-09.14 i Section 7-17.5 is revised aiid supplemented as Fn l l ows Payment will be made in accordance with Section 1-04.1, for each of the following bid items that are included in the proposal: "Furnish and Install In. sewer pipe",per linear foot. The unit contract price per each for " Furnish and Install In. sewer pipe", shall be full pay for the bid item as described in Section 1-09.14. "Furnish and Install In. side sewer pipe",per linear foot. The unit contract price per each for " Furnish and Install In. side sewer pipe", shall be full pay for the bid item as described in Section 1-09.14. "Testing Sewer Pipe",per linear foot. The unit contract price per linear foot. for "Testing Sewer Pipe" shall be full pay for all labor, material and equipment required to conduct the leakage tests required in Section 7-17.3(2). If no unit price for"'Testing Sewer Pipe"is included it shall be considered incidental to the pipe items. "Removal and Replacement of Unsuitable Material",per cubic yard or ton. The unit contract price per cubic yard or ton for per and Replacement of Unsuitable Material" shall be full pa 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. 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 1 , 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 1", "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. - 1 78 11/14/2012 J:\Data\REN\11.0-093\10 Design\Specs\CT Pipelines-Special Provisions nitls Table of Contents.doc CITY OFRENTON NOVEMBER 2012 WELLS PW—S,PW-9&EW-3 PRIM4RYD7SINFECTION PROJECT SPECIAL PROVISIONS 8-13 MONUMENT CASES 8-13.1 Description Section 8-13.1 is revised and supplemented as follows: This 7ork 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 Para�ra hs 2 and 3 of Section 8-13.3 is revised and supplemented as follows: The monument will be furnished and set by the Engineer or by the Contractor supplied Surveyor. When existing monuments will be impacted by a project, the Contractor shall be responsible for assuring that a registered surveyor references the existing monuments prior to construction. After construction is complete, the monuments shall be re-established by the Surveyor in accordance with RCW58.09.130. 8-13.4 Measurement Section 8-13.4 is supplemented by adding the following: All costs for surveying and resetting existing monuments impacted by construction shall be considered incidental to the Contract unless specifically called out to be paid as a bid item. r , 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. i 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. 79 17/14/2012 ]:\Data\REN\110-093\]0 Design\Specs\CT Pipelines-Special Provisions%rids Table of Contents.doc CITYOFRENTON ]NOVEMBER 2012 WELLS PW-8,PW-9&EW-3 PWAL4RYDISINFECTION PROJECT SPECIAL PROVISIONS 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 equ'pment 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.1, 8-14.5 Payment Section 8-14.5 is supplemented by adding the following: 'Curb Ramp,Cement Concrete," per each. Payment for excavation of material not related to the construction of the sidewalk but necessary before the sidewalk can be placed,when and if shown in the Plans, will be made in accordance with the provisions of Section 2-03. Otherwise, the Contractor shall make all excavations including haul and disposal,regardless of the depth required for constructing the sidewalk to the lines and grades shown, and shall include all costs thereof in the unit contract price per square yard for "Cement Concrete Sidewalk" and the per each contract price for "Curb Ramp, Cement Concrete!' .� 8-17 IMPACT ATTENUATOR SYSTEMS I I 8-17.5 Payment Section 8-17.5 is supplemented by the following: If no pay item is included for temporary impact attenuators then all costs to provide and install shall be considered a part of the pay item for "Traffic Control." 8-20 ILLUMINATION,TRAFFIC SIGNAL SYSTEMS,AND ELECTRICAL 8-20.2(1) Equipment List and Drawings Paragraph four of Section 8-20.2(1)is revised and supplemented with the following: The Contractor shall submit for approval six sets of shop drawings for each of the following types of standards called for on this project: 10. Light standards with or without pre-approved Plans. 11. Signal standards with or without pre-approved Plans. 12. Combination Signal and lighting standards. 13. Metal Strain Poles. Paragraph five of Section 8-20.2(1) is deleted. Paragraph six of Section 8-20.2(1)is deleted. 80 _- 11/14/2012 J:\Data\REN\110-093\10 Design\Spccs\CT Pipelines-Special Provisions with Table of Coutents.doc I CITYOFRENToN NOVEMBER 2012 WELLS PW 8,PW-9&EW-3 PRIMARYDISINFECTION PROJECT SPECIAL PROVISIONS Section 8-20.2(1) is supplemented as follows: The Contractor also shall submit either on the signal standard shop drawings or attached to the signal standard shop drawings all dimensions to clearly show the specific mast arm mounting height and signal tenon locations for each signal pole to be installed. 8-22 PAVEMENT MARKING - 8-22.1 Description The following item in Section 8-22.1 is revised as follows: 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) j A BROKEN WHITE line, 4 inches wide, used to delineate adjacent lanes traveling in the same P direction. The broken or "ski pattern shall be based on a 24-foot unit consistin g 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. 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 81 11/14/2012 JADaN\REN\110-093\10 Design\Specs\CT Pipelines-Special Provisions pith Table of Contents.doc CITY OF RENTON NOVEMBER 2012 WELLS PW—B,PW-9&EW-3 PRIMARYDISINFECTION PROJECT SPECIAL PROVISIONS approve the installation procedure. r T_ 8-22.5 Payment Section 8-22.5 is supplemented as follows: (******) "Approach Stripe,"per linear foot. "Remove Paint Line ....... wide," per linear foot.* "Remove Plastic Line ......" Wide," per linear foot.* "Remove existing traffic markings, "per Lump Sum.* *The linear foot contract price for "Remove Paint Line" and "Remove Plastic Line" and the lump sum contract price for "Remove existing traffic markings" shall be full compensation for furnishing all labor, tools, material, and equipment necessary for removal of existing traffic markings as per the Plans, Specifications and detail sheets. If these pay items do not appear in the contract schedule of prices, then the removal of old or conflicting traffic markings required to complete the channelization of the project as shown on the Plans or detail sheets shall be considered incidental to other items in the Contract and no further compensation shall be made. 8-23 TEMPORARY PAVEMENT MARKINGS 8-23.5 Payment Section 8-23.5 is supplemented with the following: (******) If no pay item is included in the Contract for installation, or for removal of temporary pavement markings, then all costs associated with these items are considered incidental to other items in the Contract or included under"Traffic Control," if that item is included as a bid item. 9-03.8(7) HMA Tolerances and Adjustments _ Item 1 is deleted and replaced with: (******) 1. Job Mix Formula Tolerances. After the JMF is determined as required in 5-04.3(7)A, the constituents of the mixture at the time of acceptance shall conform to the following tolerances: Nonstatistical Commercial Evaluation Evaluation Aggregate, percent passing 1", 3/4", 1/2", and 3/8" sieves ±6% ±8% U.S. No. 4 sieve ±6% ±8% U.S. No. 8 sieve ±6% +8% U.S. No. 16 sieve ±4% ±6% U.S. No. 30 sieve ±4% ±6% U.S. No. 50 sieve ±4% ±6% U.S. No. 100 sieve ±3% ±5% U.S. No. 200 sieve ±2.0% ±3.0% Asphalt Binder ±0.5% ±0.7% VMA 1.5% below minimum value in 9-03.8(2) 82 11/14/2012 J:\Data\REN\110-093\10 Design\Specs\CT Pipe4nes-Special Provisions with Table of Coutents.doc CITYOF"NTON NOVEMBER 2012 WELLS PW-8,PW-9&EW-3 PRIMARYDISINFECTION PROJECT SPECIAL PROVISIONS VFA minimum and maximum 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. 9-05 DRAINAGE STRUCTURES, CULVERTS,AND CONDUITS 9-05.4 Steel Culvert Pipe and Pipe Arch (RC) Section 9-05.4 is revised as follows: Steel culvert pipe and pipe arch shall meet the requirements of AASHTO M 36, Type I and r° Type II. Welded seam aluminum coated (aluminized) corrugated steel pipe and pipe arch with metallized coating applied inside and out following welding is acceptable and shall be asphalt treatment coated. 9-05.7(2 Reinforced Concrete Storm Sewer Pipe (RC) Section -05.7(2) is replaced by the following: Reinforced Concrete Storm Sewer pipe shall conform to the requirements of ASTM C-76 and shall be Class IV. Cement used in the manufacture of reinforce pipe shall be Type II in conformance with ASTM C150. No admixture shall be used unless otherwise specified. 9-05.7(2)A Basis for Acceptance (RC) ? Section 9-05.7(2)A is supplemented by the following: All pipe shall be subject to (1) a three-edge-bearing strength (D-load) test in accordance with ASTM C76; and (2) a hydrostatic test of rubber gasket joints in accordance with ASTM C361 or AWWA C302 except test pressure shall be 5 psi. 9-05.7(3) Concrete Storm Sewer Pipe Joints (RC) Section 9-05.7(3) is replaced by the following: Joint assembly design shall be reinforced concrete bell and spigot type incorporating a fully retained single rubber gasket in accordance with ASTM C361 or AWWA C302. Rubber gasket material shall be neoprene. 9-05.7(4) Testing Concrete Storm Sewer Pipe Joints (RC) Section 9-05.7(4) is supplemented by the following: 2ydrostatic testing of rubber gasket joints shall be performed in accordance with ASTM C361 or AWWA C302 except test pressure shall be 5 psi. 9-05.9 Steel Spiral Rib Storm Sewer Pipe (RC) Section 9-05.9 is replaced with: The manufacturer of spiral rib storm sewer pipe shall furnish the Engineer a Manufacturer's Certificate of Compliance stating that the materials furnished comply in all respects with these Specifications. The Engineer may require additional information or tests to be performed by the Contractor at no expense to the City. Unless otherwise specified, spiral rib storm sewer pipe shall be furnished with pipe ends cut perpendicular to the longitudinal axis of the pipe. Pipe ends shall be cut evenly. Spiral rib pipe shall be fabricated either by using a continuous helical lock seam or a continuous helical welded { 83 1'1/14/2012 J:\Data\REN\110-095\10 Design\Specs\CT Pipelines-Special Provisions with Table of Contents.doc CITY OF RENTON NOVEMBER 2012 WELLS PW-8,PW-9&EW-3 PRTMARYDISINFECTION PROJECT SPECIAL PROVISIONS seam paralleling the rib. Steel spiral rib storm sewer p pe shall be manufactured of metallic coated (aluminized or galvanized) corrugated steel and inspected in conformance with Section 9-05.4. The size, coating,and metal shall be as shown in the Plans or in the Specifications. For spiral rib storm sewer pipe, helical ribs shall pro J.ect outwardly from the smooth pipe wall and shall be fabricated from a single thickness of material. The ribs shall be essentially rectangular and shall be 3/4 inch plus two times the wall thickness (2t) plus or minus 1/8 inch (measured outside to outside) and a minimum of 0.95 inch high (measured as the minimum vertical distance from the outside of pipe wall immediately adjacent to the lockseam or stiffener to the top surface of rib). The maximum spacing of the ribs shall be 11.75 inches center to center (measured normal to the direction of the ribs). The radius of bend of the metal at the corners of the ribs shall be a minimum of 0.10 inch and a maximum of 0.17 inch. If the sheet between adjacent ribs does not contain a lockseam, a stiffener shall be included midway between ribs, having a nominal radius of 0.25 inch and a minimum height of 0.20 inch toward the outside of the pipe. Pipe shall be fabricated with ends that can be effectively jointed with coupling bands. When required, spiral rib or narrow pitch spiral rib pipe shall be bituminous treated or paved. The bituminous treatment for spiral rib pipe shall conform to the requirements of Sections 9- 05.4(3) and 9-05.4(4). For narrow pitch spiral rib sewer pipe, the helical ribs shall project outwardly from the smooth pipe wall and shall be fabricated from a single thickness of material. The ribs shall be .375 inch + 1/8 inch wide (measured outside to outside) and a minimum of .4375 inch high (measured as the minimum vertical distance of ribs shall be 4.80 inches center to center (measured normal to r the direction of the ribs). The radius of bend of the metal at the corners of the ribs shall be 0.0625 inch with an allowable tolerance of + 10 percent. 9-05.12 Polyvinyl Chloride (PVC) Pipe Section 9-05.12(3) is a new additional section: 9-05.12(3) CPEP Sewer Pipe Section 9-05.12(3) is a new additional section: CPEP - Smooth interior pipe and fittings shall be manufactured from high density pol}ethylene resin which shall meet or exceed the requirements of Type 111, Category 4 or 5, Grade P33 or P34, Class C per ASTM D1248. In addition, the pipe shall comply with all material and stiffness requirements of AASHTO M294. 9-05.14 ABS Composite Sewer Pipe Section 9-05.14 is deleted 9-05.17 Aluminum Spiral Rib Storm Sewer Pipe Section 9-05.17 is replaced with: Unless otherwise specified, spiral rib storm sewer pipe shall be furnished with pipe ends cut perpendicular to the longitudinal axis of the pi e. Pipe ends shall be cut evenly. Spiral rib pipe shall be fabricated by using a continuous helical lock seam with a seam gasket. For spiral rib storm sewer pipe, helical ribs shall project outwardly from the smooth pipe wall and shall be fabricated from a single thickness of material. The ribs shall be 3/4 inch wide by 3/4 inch deep with a nominal spacing of 7-1/2 inches center to center. Pipe shall be fabricated 84 11/14/2012 J:\Data\REN\110-093\10 Design\Specs\CT Pipol—-Special Provisions�irh Table of Conrents.doc CITYOFRENTON NOVEMBER 2012 WELLS PW-8,PW-9&EW-3 PRIMARYDISINFECTION PROJECT SPECIAL PROVISIONS with ends that can be effectively jointed with coupling bands. For narrow pitch spiral rib storm sewer pipe, helical ribs shall project outwardly from the smooth pipe wall and shall be fabricated from a single thickness of material. The ribs shall be 0.375 inch + 1/8 inch wide (measured outside to outside) and a minimum spacing of ribs shall be 4.80 inches center to center (measured normal to the direction of the ribs). The radius of bend of the metal at the corners of the ribs shall be 0.0625 inch with an allowable tolerance of + 10 percent. For wide pitch spiral rib storm sewer pipe, helical ribs shall project outwardly from the smooth pipe wall and shall be fabricated from a single thickness of material. The ribs shall be 3/4 inch ± 1/8 inch wide (measured outside to outside) and a minimum of 0.95 inch high (measured as the minimum vertical distance from the outside of pipe wall to top surface of the rib). The maximum spacing of ribs shall be 11.75 inches center to center (measured normal to the direction of the ribs). The radius'of bend of the metal at the corners of the ribs shall be 0.0625 inch with an allowable tolerance of± 10 percent. j 9-05.22 High Density Polyethylene Piping Section 9-05.22 is a new section: DRISCOPLEXTm 4100 High-density Polyethylene Piping 1 General Terms and Conditions 1.1 Scope - This Specification covers requirements for DriscoPleXTm 4100 PE 3408 high-density polyethylene piping. All Work shall be performed in accordance with these Specifications. 1.2 Engineered and Approved Plans - Construction shall be performed in accordance with Engineered Construction Plans for the Work prepared under the direction of a Professional Engineer. 1.3 Referenced Standards - Where all or part of a federal, ASTM,ANSI,AWWA, etc., Standard Specification is incorporated by reference in these Specifications, the reference standard shall be the latest edition and revision. 1.4 Licenses and Permits—The Contractor shall be licensed and bonded. r• i I 1.5 Inspections - All Work shall be inspected by an Authorized Representative of the City who shall have the authority to halt construction if, in his opinion, these Specifications or standard construction practices are not being followed. Whenever any portion of these Specifications is violated, the Engineer shall, by written notice, order further construction to cease until all deficiencies are corrected. 85 11/14/2012 J:\Data\REN\110-093\10 Design\Specs\CT Pipelines-Special Provisions%with Table of Contents.doc CITYOFRENTON NOVEMBER 2012 WELLS PW-8,PW-9&EW-3 PRIMARYDISINFECTION PROJECT SPECIAL PROVISIONS r 2 Polyethylene Pipe and Fittings 2.1 Qualifications of Manufacturers - The manufacturer shall have manufacturing and quality assurance facilities capable of producing and assuring the quality of the pipe and fittings required by these Specifications. The manufacturer's production facilities shall be open for inspection by the City or his Authorized Representative. The Project Engineer shall approve qualified manufacturers. 2.2 Materials - Black PE materials used for the manufacture of polyethylene pipe and fittings shall be PE 3408 high density polyethylene, meeting ASTM D 3350 cell classification 345464C and shall be listed in the name of the pipe and fitting manufacturer in PPI (Plastics Pipe Institute) TR-4, with a standard grade HDB rating of 1600 psi at 73°R Color material, when used, shall be the same except for meeting ASTM D 3350 cell classification 345464E. The material shall be listed and approved for potable water in accordance with NSF Standard 61. When requested on the order, the manufacturer shall certify that the materials used to manufacture.pipe and fittings meet these requirements. i 2.3 Interchangeability of Pipe and Fittings -The same qualified and approved manufacturer shall produce polyethylene pipe and fittings. Products such as fittings or flange adapters made by sub-contractors or distributors are prohibited. 2.4 Polyethylene Fittings & Custom Fabrications - Polyethylene fittings and custom fabrications shall be molded or fabricated by the approved pipe manufacturer. All fittings and custom fabrications shall be pressure rated for the same internal pressure rating as the mating pipe. 2.5 Molded Fittings - Molded fittings shall be manufactured and tested in accordance with ASTM D 3261 and shall be so marked. Molded fittings shall be tested in accordance with AWWA C906. 2.6 Fabricated Fittings - Fabricated fittings shall be made by heat fusion joining specially machined shapes cut from pipe, polyethylene sheet stock or molded fittings. Fabricated fittings shall be rated for internal pressure service at least equal to the full service pressure rating of the mating pipe. Fabricated fittings shall be tested in accordance with AWWA C906. 2.7 Polyethylene Flange Adapters - Flange adapters shall be made with sufficient through-bore length to be clamped in a butt fusion-joining machine without the use of a stub-end holder. The sealing surface of the flange adapter shall be machined with a series of small v-shaped grooves (serrations) to promote gaskedess sealing,or restrain the gasket against blowout. 2.8 Back-up Rings & Flange Bolts - Flange adapters shall be fitted with back-up rings that are pressure rated equal. to or greater than the mating pipe. The back-up ring bore shall be chamfered or radiused to provide clearance to the flange adapter radius. Flange bolts and nuts shall be Grade 3 or higher. 86 11/14/2012 J:\Data\RPN\110-093\10 Dcsign\Specs\CT Pipelines-Special Provisions with Table of Coatents.doc CITYOFRENTON NOVEMBER 2012 WELLS PW 8,PW-9&EW-3 PRIMARYDISINFECTION PROJECT SPECIAL PROVISIONS 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 SpVcation A. High Solids Urethane Coating System: C1 Coating Material: High Solids Urethane Surfaces: Concrete Surface In accordance with Preparation: SSPC SP-7 (Sweep or brush off blast) Application: Shop/Field: The drying time between coats shall not exceed 24 hours in any case System 6.0 mils dry film Thickness: Coatings: Primer: One coat of Wasser MC-Aroshield high solids urethane (2.0 DF"I) Finish: Two or more coats of Wasser MC-Aroshield (min. 4.0 DFT) Color: White 9-23 CONCRETE CURING MATERIALS AND ADMIXTURES 9-23.9 Fly Ash (RC) Section 9-23.9 is revised as follows: Fly ash shall not be used around water lines. 9-30 WATER DISTRIBUTION MATERIALS 9-30.1(1) Ductile Iron Pipe (RC) Section 9-30.1(1) is revised as follows: Ductile iron pipe shall be centrifugally cast and meet the requirements of AWWA C151. Ductile iron. ipe shall have a cement-mortar lining meeting the requirements of AWWA C104. All other duc e iron pipe shall be Standard Thickness Class 52 or the thickness class as shown in the Plans. 9-30.3(1) Gate Valves (3 inches to 12 inches) Section 9-30.3(1) is replaced with: t 87 11/14/2012 ):\Data\REN\110-093\10 Deign\Specs\CT Pipelines-Special Provisions with Table of Contents.doc 1 CITY OF RENTON NOVEMBER 2012 WELLS PW-8,PW-9&EW-3 PRIMARYDISINFECTroN PROJECT SPECIAL PROVISIONS i Valves shall be designed for a minimum water operating pressure of 200 PSI. Gate valves shall be Iowa List 14, Mueller Company No. A2380,Kennedy, or M&H. Approval of valves other than models specified shall be obtained prior to bid opening. All gate valves less than 12" in diameter shall include an 8" x 24" cast iron gate valve box and _ extensions, as required. All 12" diameter and larger gate valves shall be installed in a vault. See the City of Renton Standard Details for 12" gate valve assembly vault and 1" bypass installation. Gate valves shall conform to AWWA C500 and shall be iron body, bronze-mounted, double disc with bronze wedging device and O-ring stuffing box. Resilient Seated Gate Valves: Resilient seated gate valves shall be manufactured to meet or exceed the requirements of AWWA Standard C509 latest revisions. All external and internal ferrous metal surfaces of the gate valve shall be coated for corrosion protection with fusion bonded epoxy. The epoxy coating shall be factory applied to all valve parts prior to valve assembly and shall meet or exceed the requirements of AWWA Standard C- 550 latest.revision. Valves shall be provided with two (2) internal 0-ring stems seals. The valves shall be equipped with one (1) anti-friction washer. The resilient gate valve shall have rubber sealing surfaces to permit bi-directional flow. The stem shall be independent of the stem nut or integrally cast. Manufacturers of Resilient Seated Gate Valves shall provide the City on request that the valve materials meet the City specifications. Valves shall be designed for a minimum water operating pressure of 200 psi. End connections shall be mechanical joints, flanged joints or mechanical by flanged joints as shown on the project plans. Resilient Seated Gate Valves shall be U.S. Metroseal 250, Clow, M&H Style 3067, Mueller Series 2370,Kennedy. Approval of valves other than model specified shall be obtained prior to bid opening. All gate valves less than 12 inches in diameter shall include an 8"x24" cast iron gate valve box and extensions,as required. All 12 inch diameter and larger resilient seated gate valves shall have a 1 inch by-pass assembly and shall be installed in a concrete vault per City of Renton Standard Details,latest revision. 9-30.3(3) Butterfly Valves Section 9-30.3(3) is supplemented by adding the following: Butterfly valves shall be Mueller LineSeal III. Pratt Groundhog or approved equal. 9-30.3(5) Valve Marker Posts Section 9-30.3(5) has been deleted and replaced with the following: The valve markers shall be fabricated and installed in conformance with the Standard Drawings. Valve markers shall be carsonite composite utility marker .375% 6'-0" or approved equal with 88 11/14/2012 J:\Dam\REN\110-093\10 Design\Specs\CT Pipelines-Special Provisions,cidi Table of Co 1tc.m.do - i i CITYOFRENTON NOVEMBER 2012 WELLS PW-8,PW-9&EW-3 PRIMARYDISINFECTION PROJECT SPECIAL PROVISIONS blue label "water." 9-30.3(7) Combination Air Release/Air Vacuum Valves Section 9-30.3(7) has been supplemented as follows: Air and vacuum release valves shall be APCO- Valve and Primer Corp, "Heavy-Duty," combination air release valve,or equal. Installation shall be per the City of Renton Standard Details,latest revision. Piping and fitting shall be copper'or brass. Location of the air release valve as show on the plans is approximate. The installation shall be set at the high point of the line. 9-30.3(8) Tapping Sleeve and Valve Assembly Section 9-30.3(8) is revised as follows: Tapping sleeves shall be cast iron,ductile iron epoxy-coated steel, or other approved material. 9-30.3(9) Blow-Off Assembly Section 9-30.3(9) is a new section: Permanent blow-off assembly shall be #78 Kupferle Foundry Co. or approved equal. Installation of blow-off permanent blow-off assembly shall be per City of Renton Standard Details, latest revision. Pipe and fittings shall be galvanized. Blow-off assembly shall be installed at location(s) shown on the plans. Temporary blow-off assembly on new dead-end water main shall be installed at location shown on the plans. i Temporary blow-off,assemblies for testing and flushing of the new water mains will not be included under this item and shall be considered incidental to the contract and no additional payment shall be made. 9-30.5 Hydrants Section 9-30.5 is supplemented by adding the following: Fire hydrants shall be Iowa, Corey Type (opening with the pressure) or approved equal conforming to AWWA C-502-85. Approval must be obtained prior to bid opening. Compression type fire hydrants (opening against pressure) shall be Clow Medallion, M&H 929, Mueller Super Centurion 200, conforming to AWWA C-502-85. 9-30.5(1) End Connections (RC) Section 9-30.5(1) is supplemented by adding the following: Hydrants shall be constructed with mechanical joint connection unless otherwise specified in bid proposal description. 9-30.5(2) Hydrant Dimensions Section 9-30.5(2) is replaced with the following: 89 11/14/2012 jADma\REN\110093\10 Design\Specs\CT Pipelines-Special Provisions%vidi Table of Contents.doc y CITYOFRENTON NOVEMBER 2012 WELLS PW-8,PW-9&EW-3 PRIMARYDISINFECTION PROJECT SPECIAL PROVISIONS Fire hydrants shall be Corey type (opening with the pressure) or compression type (opening against pressure) conforming to AWWA C-502-85 with a 6 inch mechanical joint inlet and a main valve opening (M.V.O.) of 5 1/4 inches, two 2 1/2 inch hose nozzles with l�:atlOn?� Standard Threads 7 1/2 threads per inch and one 4 inch pumper nozzles with the new Seattle Pattern 6 threads per inch, 60 degrees V. Threads, outside diameter of male tread 4.875 and root diameter 4.6263. Hydrants shall have a 1-1/4" pentagon operating nut opened by turning counter clockwise (left). The two 2-1/2" hose nozzles shall be fitted with cast iron threaded caps with operating nut of the same design and proportions as the hydrant stem nut. Caps shall be fitted with suitable neoprene gaskets for positive water tightness under test pressures. The 4" pumper nozzle shall be fitted with a Stortz adapter,4" Seattle Thread x 5" Stortz. Stortz adapter shall be forged and/or extruded 6061-T6 aluminum alloy, hardcoat anodized. Threaded end portion shall have no lugs and 2 set screws 180 degrees apart. Stortz face to be metal, no gasket to weather. Stortz cap to have synthetic molded rubber gasket, and shall be attached to hydrant adapter with 1/8" coated stainless steel aircraft cable. Fire hydrants shall be installed per City of Renton Standard Details for fire hydrants, latest revisions. 9-30.6(3)B Polyethylene Pipe Section 9-30.6(3)B has been modified as follows: Polyethylene pipe shall not be used. 1. 1 9-30.6(4) Service Fittings Section 9-30.6(4) has been revised as follows: Fittings used for copper tubing shall be compression type with gripper ring. 9-30.6(5) Meter Setters _ Section 9-30.6(5) has been supplemented as follows: Meter setters shall be installed per the City of Renton Standard Details for water meters, latest revision. ' SECTION 10 10-01 MARKING PAINT REMOVAL The permittee will be required to remove utility locate marks on sidewalks only within the Downtown Core Area. The permittee shall remove the utility locate marks within 14 days. of job completion. l � ' 1 90 a 11/14/2012 ):\Data\RHN\110-093\10 Design\Specs\CT Pipelu—-Special Provisions with Table of Contents.doc TECHNICAL PROVISIONS j CITY OF RENTON WELLS PW-8,PW-9&EW-3 PRIMARY DISINFECTION PROJECT TECHNICAL PROVISIONS TABLE OF CONTENTS TECHNICALPROVISIONS................................................................................................................1 DIVISION 1—GENERAL REQUIREMENTS................................................................................1-1 1-04 SCOPE OF THE WORK................................................................................................................................1-1 1-04.1 Intent of the Contract..................................::...............................................................................................1-1 1-04.1(2)Bid Items Not Included in the Proposal.........................................................................................1-1 1-06 CONTROL OF MATERIAL..............................................................................................................................1-1 1-06.1 Approval of Materials Prior to Use.............................................................................................................1-1 1-06.1(4) Submittals and Shop Drawings.........................................................................................................1-2 1-06.2 Acceptance of Materials................................................................................................................................1-3 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC..................................................1-4 1-07.17 Utilities and Similar Facilities.....................................................................................................................1-4 1-08 PROSECUTION AND PROGRESS................................................................................................................1-4 1-08.5(2) Schedule Restrictions—Liberty Park Ball Field...................................................................................1-4 1-09 MEASUREMENT AND PAYMENT.......................................................:......................................................1-4 1-09.8 Payment for Material on Hand....................................................................................................................1-4 , 7 DIVISION2—EARTHWORK...........................................................................................................2-1 2-01 CLEARING, GRUBBING AND ROADSIDE CLEANUP........................................................................2-1 2-01.1 Description......................................................................................................................................................2-1 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS..........................................................................2-1 2-02.3 Construction Requirements.........................................................................................................................2-1 2-02.3(3) Removal of Pavement,Sidewalks,Curbs,and Gutters.................................................................2-1 2-02.3(3) Removal of Pavement,Sidewalks,Curbs and Gutters...................................... ....2-1 ........................ DIVISION6—STRUCTURES...........................................................................................................6-1 6-02 CONCRETE STRUCTURES.............................................................................................................................6-1 6-02.6 Precast Concrete (New Section)..................................................................................................................6-1 1 DIVISION 8—MISCELLANEOUS CONSTRUCTION..................................................................8-1 3 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL.........................................................8-1 8-01.3 Construction Requirements.........................................................................................................................8-1 8-01.3(1) General..................................................................................................................................................8-1 8-02 ROADSIDE RESTORATION...........................................................................................................................8-1 8-02.3(4)A Topsoil Type A.........................................................................................................................8-1 J8-02.3(16) Lawn Installation.......................................................................................................................8-2 8-02.3(16)A Lawn Installation....................................................................................................................8-2 8-02.3(16)A1 Qualifications of Workmen.................................................................................................8-2 11/14/2012 Z J:\Dula\REN\110-099\10 Design\specs\CT Pip,14—-Tid Page for City Front E.&DOC CITY OF RENTON WELLS PW-8,PW-9&EW-3 PRIMARY DISINFECTION PROJECT ` TECHNIC:AL PROVISIONS TABLE OF CONTENTS 8-02.3(16)A2 Submittals...............................................................................................................................8-2 8-02.3(16)A2a Certification of Material.....................................................................................................8-2 8-02.3(16)A2c Schedule for Installation...................................................................................................8-2 8-02.3(16)A3 Product Handling................................................................................... ............................8-2 8-02.3(16)A4 Site Information....................................................................................................................8-3 8-02.3(16)A5 Sod...........................................................................................................................................8-3 8-02.3(16)A5a Other Materials.......:............................................................................................................8-3 8-02.3(16)A6 Execution................................................................................................................................8-3 8-02.3(16)A6a Installation Preparation......................................................................................................8-3 8-02.3(16)A6b Sod Installation....................................................................................................................8-3 i 8-02.3(16)B Lawn Establishment...............................................................................................................8-4 8-02.3(16)B Lawn Establishment and Final Acceptance........................................................................8-4 8-02.3(16)B1 Establishment Period............................................................................................................8-4 8-02.3(16)B2 Guarantee..........................................................................................:....................................8-4 8-02.3(16)B3 Final Acceptance...................................................................................................................8-4 8-03 IRRIGATION SYSTEMS....................................................................................................................................8-5 f8-03.1 Description......................................................................................................................................................8-5 8-03.3 Construction Requirements.........................................................................................................................8-5 8-04 CURBS,GUTTERS,AND SPILLWAYS.........................................................................................................8-5 8-04.3 Construction Requirements............................... ......:....................................................................................8-5 j. 8-04.3(3)Width of Replacement(Additional Section)...................................................................................8-5 DIVISION 9—MATERIALS..............................................................................................................9-1 9-14 EROSION CONTROL AND ROADSIDE PLANTING...........................................................................9-1 9-14.1(1) Topsoil Type A..................................................................................................................................9-1 9-14.6(8) Sod.......................................................................................................................................................9-1 9-15 IRRIGATION SYSTEMS....................................................................................................................................9-1 f 9-15.4 Irrigation Heads....................... ...........................................9-1 ........................................................................... 9-15.17 Electrical Wire and Splices.........................................................................................................................9-2 9-30 WATER DISTRIBUTION MATERIALS.......................................................................................................9-2 9-30 WATER DISTRIBUTION MATERIALS (GENERAL)..............................................................................9-2 9-30.1(1)Ductile Iron Pipe.................................................................................................................................9-2 9-30.1(4)A Steel Pipe and Fittings (6-inches and Over).................................................................................9-2 vi 9-30.2(6)Restrained Joints............................................................................................................................... 9-10 ` 9-30.6(3)B Polyethylene Tubing......................................................................................................................9-11 9-30.20 Corrosion Control and Cathodic Protection for Mortar Coated Steel Pipe and Fittings (Additional Section)................................................................................................................................................................9-11 9-30.20(A) General.......................................................................................:....................................................9-11 11/14/2012 1Z J:\Data\REN\110-093\10 Design\Specs\CT Pipelines-Tide Page for City Front Ends.DOC CITY OF RENTON WELLS PW-8,PW-9&EW-3 PRIMARY DISINFECTION PROJECT TECHNICAL PROVISIONS TABLE OF CONTENTS �1 9-30.20(B) Materials and Construction.......................................................................................................... 9-11 9-30.21 Chlorine Residual Analyzer(Additional Section)................................................................................9-13 9-30.21(A) General.....................................................................................................:......................................9-13 N 9-30.21 (B) Materials and Construction.........................................................................................................9-13 DIVISION 10—MEASURE AND PAYMENT................................................................................10-1 10-1 PAYMENT SCHEDULE................................................................................................................................. 10-1 General—Scope...................................................................................................................................................... 10-1 GENERAL.................................................................................................................................................................... 10-1 Bid Item 1 —Mobilization/Demobilization,Site Preparation and Clean-up................:............................... 10-1 SBid Item 2—Traffic Control................................................................................:................................................ 10-2 1 Bid Item 3—Trench Excavation Safety System.................................................................................................. 10-2 Bid Item 4—Construction Surveying and Staking............................................................................................ 10-3 Bid Item 5—As-Built Surveying for Progress Payments and Final As-Built Records................................ 10-3 Bid Item 6—Temporary Erosion/ Sedimentation Controls (TESC)........................................................... 10-3 JWATER SYSTEM....................................................................................................................................................... 10-4 Bid Item 7-Furnish and Install Ductile Iron Water Pipe and Fittings......................................................... 10-4 Bid Item 8-Furnish and Install Cement Mortar Lined and Coated Steel Water Pipe,Fittings,and Appurtenances............................:...................................................................................................................... 10-5 Bid Item 9—Concrete Thrust Blocking and Dead-Man Block....................................................................... 10-6 t, Bid Item 10—Furnish and Install Wet Tapping Tee and Gate Valve Assembly.......................................... 10-6 Bid Item 11 —Furnish and Install Isolation Valve Assembly.......................................................................... 10-7 FBid Item 12—Connection to Existing Water Main.......................................................................................... 10-8 Bid Item 13—Furnish and Install Air Release and Vacuum Valve Assembly.............................................. 10-8 Bid Item 14—Furnish and Install Water Service Connection......................................................................... 10-9 Bid Item 15—Furnish and Install Chlorine Residual Analyzer.....................................................................10-10 i FILLAND AGGREGATES................................................................................................................................... 10-10 Bid Item 16—Select Imported Trench Backfill............................................................................................... 10-10 Bid Item 17—Crushed Surfacing Top Course and Crushed Rock Backfill................................................10-11 Bid Item 18—Removal and Replacement of Unsuitable Foundation Material..........................................10-11 Bid Item 19—Construction Geotextile for Separation.................................................. ...............................10-12 PAVINGAND RESTORATION.........................................................................................................................10-12 Bid Item 20—2"Deep Temporary Cold Mix Asphalt Trench Patching....................................................10-12 Bid Item 21 —H.M.A. Class 1/2-inch PG 64-22 for Roadway Restoration..................................................10-12 Bid Item 22—Removal and Replacement of Concrete Curb and Gutter...................................................10-13 Bid Item 23—Property and Landscape Restoration..............................................................................:........10-14 Bid Item 24—Sod Removal and Replacement................................................................................................10-14 Bid Item 25—Irrigation System Removal and Replacement.........................................................................10-15 11/14/2012 id J:\Data\REN\110-093\10 Design\Spec\CT Pipelines-Tide Page for City Front Ends.DOC TECHNICAL PROVISIONS Introduction to the Technical Provisions The work on this project shall be accomplished in accordance with these Technical Provisions, the Special Provisions and the Standard Specifications for Road, Bridge and Municipal Construction, 2012 edition, as issued by the Washington State Department of Transportation (WSDOT) and the American Public Works Association (APWA), Washington State Chapter (hereafter "Standard Specifications'. The Standard Specifications, as modified or supplemented by Amendments to the Standard Specifications, the Special Provisions and these Technical Provisions, all of which are made a part of the Contract Documents,shall govern all of the Work. I Each Technical Provision supplements, modifies, or replaces the comparable Special Provision or Standard Specification, or is a new Provision. The deletion, amendment, alteration, or addition to any subsection or portion of the Special Provision or Standard Specification is meant to pertain only to that particular portion of the section, and in no way should it be interpreted that the balance of the section does not apply. Also incorporated into the Contract Documents by reference are: • Manual on Uniform Traffic Control Devices for Streets and Higbivays, currently adopted edition, with Washington State modifications,if any • Standard Plans for Road, Bridge and Municipal Construction,WSDOT/APWA, current edition • City of Renton Standard Details The Contractor shall obtain copies of these publications, at the Contractor's own expense. � 1 Measurement and Payment All sections related to measurement and payment in Divisions 2 through 9 of the Standard Specifications or Special Provisions shall be deleted and are replaced herein with Division 10 — Measurement and Payment of these Technical Provisions. Description of Work This contract consists of the installation of approximately 105 feet of 4-inch ductile iron water main; 65 feet of 10-inch ductile iron water main; 255 feet of 12-inch ductile iron water main; 510 feet of 24-inch ductile iron water main, and 520 feet of 42-inch cement mortar lined coated steel water pipe including appurtenances, vaults, testing and connections. The work also includes the installation of chlorine analyzers; cathodic protection test stations; asphalt, concrete and landscape restoration, and other work necessary to improve primary disinfection at the City of Renton's PW-8,PW-9,and EW- 3 sources. The work will be divided between the City of Renton's Cedar River Park and Liberty Park sites. It Page 1 11/14/201210:33 AM j:\Data\REN\110-093\70Design\Specs\CT PipdL­-Div1G—­1 Fe,q.d- The CITY OF RENTON WELLS PW-8, PW-9, AND EW-3 PRIMARY DISINFECTION PROJECT TECHNICAL PROVISIONS in conjunction,with the CITY OF RENTON SPECIAL PROVISIONS and WSDOT 2012 STANDARD SPECIFICATIONS FOR ROAD, BRIDGE, AND MUNICIPAL CONSTRUCTION 4 i r t i DIVISION 1 GENERAL REQUIREMENTS 1-04 Scope of the Work 1-04.1 Intent of the Contract Section 1-04.1 is supplemented with the following. A. Contract Documents are complementary, and what is called for by any one shall be as binding as if called for by all. Intention of the documents is to include all labor and materials, equipment and transportation necessary for the proper execution of the work except where material or equipment is specifically exempted. Materials or work described in words which so applied have a well-known technical or trade meaning shall be held to refer to such recognized standards. B. Where Contract Documents refer to referenced specifications, such specifications „hall be applicable to technical provisions only,unless otherwise designed. 1-04.1(2)Bid Items Not Included in the Proposal Section 1-04.1(2) is REPLACED with the following: When the contract specifies work that has no bid item,and the work is not specified as being included with or incidental to other bid items,it shall be considered incidental to the contract. It is intended that work not covered under any heading, section, branch, class or trade of the specifications shall be supplied if it is shown on the drawings or is reasonably inferable as being necessary to produce the intended results. Minor items of work or material omitted from the original plans or specifications, but clearly inferable from the information presented and which are called for by accepted good practice shall be provided and/or performed by Contractor as part of his original cost. 1-06 Control of Material 1-06.1 Approval of Materials Prior to Use Section 1-06.1 is SUPPLEMENTED with the following- Submittal information shall be provided to the Owner for the following items: • Erosion and Sedimentation Control Plan • Erosion Control Fence Fabric • Dewatering Plan • Shoring Plan and Calculations • Dump Site Permits • Aggregate and Fill Materials • Paving Materials Page 1-1 11/14/2012 10:33 AM J:\Data\REN\110-093\10 Desig\Specs\CT Pipelines-Dies 1 General Req.d.- City of Renton November 2012 Wells PW-8,PW-9&EW-3 Primary Disinfection Project Division 1—General Requirements • Landscaping,Hydroseeding/Sod,Shrubs,Trees, or Other Planting Materials • Water System Pipe, Fittings,Valves, and Appurtenances • Piping System Shop Drawings and Calculations Other items listed in these Technical Provisions or required by the Engineer. Section 1-06.1 is REPLACED with the following: Prior to use, the Contractor shall notify the Engineer of all proposed materials, and shall provide submittal and shop drawing information per Section 1-06.1(4) of these Technical Provisions. Section 1-06.1 is supplemented with the following: All imported fill material shall be free of hydrocarbons (e.g. gasoline, diesel,oil, etc.), pesticides, herbicides and other hazardous volatile organic compounds (VOCs) and synthetic organic chemicals (SOCs). The Contractor shall provide certification to the Owner that the fill is free of these chemicals. 1-06.1(4)Submittals and Shop Drawings Shop drawing and/or submittals are required for all items installed on this contract. Submit 5 copies of each submittal in hard copy and electronic (PDF) format to: I RH2 Engineering,Inc. 22722 29`"Drive SE, Suite 210 Bothell,WA 98021 Attn: Kyle Pettibone,P.E. Submittal data for each item shall contain sufficient information on each item to determine if it is in compliance with the contract requirements. Items that are installed which have not been approved through the shop drawing process may at the discretion of the Owner, be removed and an approved product be furnished in its place, all at the Contractor's expense. Shop drawing review will be limited to general design requirements only, and shall not relieve the Contractor from responsibility for errors or omissions, or responsibility for consequences due to deviations from the contract documents. No changes may be made in any submittal after it has been reviewed except with written notice and approval from the Owner. Shop drawings shall be submitted on 81/2" x 11", 11" x 17", or 22" x 34" sheets and shall contain the following information: • Project Name as it appears on the Document Cover • Prime Contractor and Applicable Subcontractor • RH2 Engineering • Owner's Name • Applicable Specification and Drawings Reference Page 1-2 11%14/2012 10:33 AM J:\Datn\REN\110-093\10DesigLi\Specs\CFPipeLies-Div 1 Ga ral Re9.doc City of Renton November 2012 Wells PW-8,PW-9&EW-3 Primary Disinfection Project Division 1—General Requirements • A stamp showing that the Contractor has checked the equipment for conformance with the contract requirements, coordination with other work on the job, and . dimensional suitability • A place for the Engineer to stamp Submittals that do not comply with these requirements may be returned to the Contractor for re-submittal. Acceptable submittals will be reviewed as promptly as possible, and transmitted to the Contractor not later than 20 working days after receipt by the Engineer. Revise and submit as necessary. Delays caused by the need for re-submittal shall not be a basis for an extension of contract time or delay damages. Three sets of shop drawings will be returned to the Contractor after review. Shop drawings and submittals shall contain the following information for all items: A. Shop or equipment drawings,dimensions, and weights B. Catalog information C. Manufacturer's specifications D. Special handling instructions E. Maintenance requirements F. Wiring and control diagrams G. List of contract exceptions By approving and submitting shop drawings and samples, the Contractor warrants that they have determined and verified all field measurements, field construction criteria, materials, catalog numbers, and similar data, and have checked and coordinated each shop drawing with the requirements of the work and of the contract documents. The Owner will pay the costs and provide review services for a first and second review of each submittal item. Additional reviews shall be paid by the Contractor by withholding the appropriate amounts from each payment estimate. The Contractor is responsible for identifying the shop drawings and submittals required for this project. Items that are installed but have not been approved through the submittal process may be rejected and must be removed and replaced with an approved product at the Contractor's expense. Specific submittal requirements are listed in each section of these specifications. The Contractor shall keep a complete and current copy of all submittals and review responses at the job site readily available to the Engineer and Owner for inspection. 1-06.2 Acceptance of Materials Section 1-06.2 is supplemented with the following: The Owner will perform special inspections including visual inspection, probing of subgrade and testing of compaction effort (nuclear densometer) at the following locations: • Trench backfill crossing roads and site access road and parking areas (visual, probe and nuclear densometer testing) Page 1-3 11/14/20121033AIM JAData\REN\110-093\10 Design\Specs\CT Pipdutes-Div 1 Gen-1 Req.dom City of Renton November 2012 Wells PW-8,PW-9&EW-3 Primary Disinfection Project Division 1—General Requirements • Access road and parking area fill and native subgrade (visual, probe, nuclear densometer testing if found necessary by the Engineer or Owner) All tra Vl.,iied W where �'iPle1ine is lti PiTIR inCtA,-r1. a y^s r r --b- • Trench subgrade and backfill of pipelines 24-inch and larger. Areas where fill (either native or non-native) is being placed shall be tested for compaction compliance by a special inspector. The Owner will pay for the initial testing. If tests indicate failure of compaction requirements, the Contractor shall pay for subsequent tests until tests indicate compliance with the specifications. Areas of native undisturbed subgrade shall be visually inspected by the Engineer prior to placement of any material overtop. The Contractor shall coordinate with the Engineer a minimum of 48 hours prior to inspection being needed. Utility Trench Testing Testing will occur at the following locations at a minimum: • One test within 30 feet of the start of the trench • One test every 100 feet or at road intersections,whichever comes first • One test whenever soil conditions change,per the direction of the Owner The Contractor shall schedule with the Engineer for visual and probe review of earthwork activity. Contractor shall schedule with Engineer and special inspection agency for nuclear densometer testing. Results of the tests shall be delivered to the Owner and Engineer. If testing and review is required for roadway owned by others, copies of testing results shall also be provided to the roadway owner if different from the project.Owner. 1-07 Legal Relations and Responsibilities to the Public 1-07.17 Utilities and Similar Facilities Section 1-07.17 is supplemented with the following: The landscape irrigation systems in Liberty Park and Cedar River Park cannot be located. 1-08 Prosecution and Progress 1-08.5(2) Schedule Restriction - Liberty Park Ball Field Section 1-08.5(2) is a new section. All work in the Liberty Park baseball field, including landscape restoration, shall be completed by March 1, 2013. 1-09 Measurement and Payment 1-09.8 Payment for Material on Hand List item number 3 of Section 1-09.8 is replaced with the following: 3. Consists of. cement mortar lined and coated steel pipe and fittings, or other materials the Engineer may approve. All materials must be inspected and approved by the Engineer prior to payment. Page 1-4 11/14/2012 10:33 AM J:\Data\RF—N\110-093\10 Design\Specs\CT Pipelines-Die 1 General Re9.dom i City of Renton November 2012 Wells PW-8,PW-9&EW-3 Primary Disinfection Project Division 1—General Requirements END DIVISION ONE Page 1-5 11/14/201210:33 AM - :\Data\REN\110-093\10 Design\Specs\CTPipelines-Di,lGeneralReq.d.- DIVISION 2 EARTHWORK 2-01 Clearing, Grubbing and Roadside Cleanup 2-01.1 Description Section 2-01.1 is SUPPLEMENTED with the following: Clearing and grubbing on this project shall be performed within the following limits: The Contractor shall clear, grub, and cleanup those areas shown on the Contract Plans which are required for the execution of construction activities. The limits of clearing and grubbing shall be staked and flagged by. the Contractor for approval by the Engineer prior to construction. Trees and shrubs may be removed only after approval by the City. 2-02 Removal of Structures and Obstructions 2-02.3 Construction Requirements 2-02.3(3)Removal ofPavement, Sidewalks, Curbs, and Gutters Item 1 of Section 2-02.3(3) is REPLACED with the following: The Contractor shall dispose of waste at no expense to the Contracting Agency. Any such disposal shall meet the requirement of section 2-03.3(7)C of the Standard Specifications. 2-02.3(3)Removal ofPavement, Sidewalks, Curbs and Gutters Section 2-02.3(3) is SUPPLEMENTED with the following: Roots may be encountered during the process of replacing the existing pavement, drainage structures, or existing curb. Roots encountered during this process shall be treated by the Contractor as follows: Roots shall be severed by cutting down and away from the tree trunk. The purpose is to minimize movement and disturbance to the remaining root system between the tree and the point of cutting. The Engineer shall determine whether, due to this additional root cutting, any additional tree top pruning or tree mechanical bracing or cabling is necessary. If deemed necessary, the top pruning/mechanical bracing shall be done by Owner rp for to root cutting. Within two hours of exposure, all roots '/4-inch in diameter and larger are to be dressed using a sharp knife, covered, and kept moist using water and burlap bags staked in place. Roots are to be cut clean on a 45-degree angle leaving no split of torn exterior root surfacing. Roots are to be continually maintained in moistened conditions and protected from the wind until they are fully covered by final backfill. Page 2-1 11/14/2012 10:33 d11 ]:\Data\REN\110-093\10 Desigi\Specs\Cr Pipelines-Div 2 Eartl w &do City of Renton November 2012 Wells PW-8,PW-9& EW-3 Primary Disinfection Project Division 2—Earthwork All trees undergoing top pruning and root severing shall be fed using standard horticulture practices and using 6-10-8 Tree Fertilizer as per Section 8-02.3(10). The approximate thickness of the pavement to be removed varies throughout the project. The contractor should anticipate varying thickness in pavement removal. Remove all sidewalk panels, curbing and driveway panels to the nearest existing joint beyond the construction disturbance. END DIVISION TWO Page 2-2 11/14/2012 10:33 d111 J:\Data\REN\110-093\10 Design\Sp—\CT Pipelines-Dio 2 Eaahw &do- DIVISION 6 STRUCTURES 6-02 Concrete Structures Section 6-02 is SUPPLEMENTED with the following: 6-02.6 Precast Concrete (New Section) Section 6-02.6 has been added to this Project. All concrete structures identified on the construction drawings as being precast, prefabricated, or not specifically detailed with reinforcing steel shall be precast concrete. Precast concrete manholes shall conform to ASTM C-478. The rubber gasket joint shall conform to ASTM C-443. Additional reinforcement shall be provided within the precast concrete structure at all penetrations, openings, joints, and connections. The additional reinforcement shall be provided to prevent damage during shipping, handling and installation.All damaged units will be rejected. Precast vaults shall conform to ACI 318-08 and be constructed to the equivalent dimensions and functional characteristics of the specific product identified on the construction drawings. Precast vaults shall be constructed to withstand anticipated construction loads that occur during transport, handling, and placement as well as the anticipated design loads. Design loads shall include the anticipated soil pressures, hydrostatic loads, and H-20 vehicular load rating. Vault access hatches shall be of the dimensions and type shown on the Project Plans. All hatches shall be Bilco, LW Products or approved equal access hatch with 'A" thick aluminum diamond plate door leaf (or leaves), stainless steel spring lift, 3/8" neoprene weather seal, stainless steel hardware, self-latching stainless steel slam lock, and recessed padlock hasp. All doors shall be rated for H-20 (AASHTO)vehicle loading. All vault ladders shall be equipped with Bilco Ladder Up Safety Post or approved equal. Safety Post shall be installed per manufacturer's recommendations. END OF DIVISION SIX Page 6-1 11/14/2012 10:34 Alf J:\Data\REN\110-093\10 Design\Specs\CT Pipelines-Div 6 Stmcn—d- DIVISION 8 MISCELLANEOUS CONSTRUCTION 8-01 Erosion Control and Water Pollution Control 8-01.3 Construction Requirements 8-01.3(1) General Section 8-01.3(1) is SUPPLEMENTED with the following: The Contractor shall provide for all temporary site access and shall maintain vehicular site access at all times. The Contractor is responsible for maintaining all construction accesses during construction and the cost of such maintenance shall be incidental to the bid price. Maintenance includes repairing settled and damaged areas and providing dust control. Wherever construction vehicle access routes intersect paved roads, provisions must be made by the Contractor to minimize the transport of sediment onto the paved road. The Contractor shall remove all dirt, mud, rocks,vegetation, or other deleterious material from all construction equipment prior to leaving the site. This may include spray washing, sweeping,or other physical methods as necessary to remove materials. If sediment or other debris is transported onto a paved road surface, the road shall be cleaned thoroughly by the end of the work day. Debris shall be removed from roads by shoveling or sweeping. Street washing shall be allowed only after debris has been removed in this manner. The Contractor shall take all necessary precautions to prevent sediment from construction activities from entering into storm water systems (which lead to the Cedar River), or natural waterways from being transported away from the construction area by storm water to the Cedar River. 8-01.3(1)A Submittals Section 8-01.3(1)A is SUPPLEMENTED with the following: The Temporary Erosion and Sedimentation Control (TESC) elements shown on the Plans are the minimum requirements for the anticipated site conditions. The Contractor shall add additional TESC facilities or processes as necessary to ensure that erosion and sedimentation problems do not occur. The Contractor shall inspect the TESC facilities daily and maintain the systems as necessary to prevent off-site damage. 8-02 Roadside Restoration 8-02.3(4)A Topsoil Type A Section 8-02.3(4)A is supplemented with the following: The contractor shall provide a material submittal for topsoil prior to use. Page 8-1 11/14/2012 10:35 AM ADm.\REN\110-093\10 Design\Specs\Cr pipelines-Die 8 M...11 neons.do- City of Renton November 2012 Wells PW-8,PW-9& EW-3 Primary Disinfection Project Division 8—Miscellaneous Construction 8-02.3(16) Lawn Installation Section 8-02.3(16) is revised and supplemented as follows: 8-02.3(16)A Lawn Installation Section 8-02.3(16)A has been deleted and superseded with the following: 8-02.3(16)AI Qualifications of Workmen Provide at least one person who shall be present at all times during execution of the Work and who shall be thoroughly familiar with the type of materials being installed and the best methods for their installation and who shall direct all work performed under this section. 8-02.3(16)A2 Submittals 8-02.3(16)A2a Certification ofMaterial 1. Include seed mix percentages,purity,germination rates,weed experience, and date tested for the preceding. Include complete data on source, size and quality. 2. Supply on-site 12" x 12" sample of each sod specified for inspection and approval in advance by the City. 3. Supply Grower's written recommendations for fertilizer type, rate of application, and frequency. 4. All certificates required by law shall accompany shipments. 5. Upon completion of the installation and prior to final inspection, deliver all certificates to the Engineer. 8-02.3(16)A2b Manufacturer's Certificates of Conformance 1. Supply for Certificates of Conformance for fertilizer being used for the project. 8-02.3(16)A2c Schedule for Installation 1. The Contractor shall coordinate all work with the City and submit a watering plan for the Establishment Period. i I 8-02.3(16)A3 Product Handling Deliver all items to the site in their original containers, with all labels intact and legible, at the time of the City's inspection. Coordinate delivery and installation of sod to ensure sod is installed immediately upon delivery. Use all means necessary to protect new lawn areas before, during, and after installation and to protect the installed work and materials of all other trades. In the event of damage or rejection, immediately make all repairs and replacements necessary for the approval of the Inspector and at no additional cost to the City. Page 8-2 11/14/2012 10:35 AM J:\Data\REN\110-093\l0 Design\.Specs\CT Pip El "-Div 8 Nfismlla ousdo City of Renton November 2012 Wells PW-8,PW-9&EW-3 Primary Disinfection Project Division 8—Miscellaneous Construction 8-02.3(16)A4 Site Information If sod is stored orsite, preserve and protect all sod on site prior to and during installation. Protect from wind, drought, unusual weather and vandalism. Store all sod on site within limits of work. Protect adjacent property, public walks, curbs and pavement from damage. Do noCblock, public access routes with plant material. 8-02.3(16)A5 Sod The Contractor shall provide sod to all new lawn areas and to those lawn areas requiring restoration from the Contractor's operations. Sod shall conform to section 9-14.6(8) as shown in the Technical Provisions. 8-02,3(16)A5a Other Materials All other materials not specifically described but required for a complete and proper planting installation, shall be selected by the Contractor subject to the approval of the Engineer. 8-02.3(16)A6 Execution Prior to all work of this section, carefully inspect the installed work of all other trades and verify that all such work is complete to the point where this installation may properly commence. Verify that lawn installation may be completed in accordance with the original design and the referenced standards. In the event of discrepancy,immediately notify the Engineer for specific instructions. 8-02.3(16)A6a Installation Preparation 1. Prepare subgrade in all lawn areas by scarifying to a 10" minimum depth and removing rocks and debris over 1" in diameter. Subgrade soils should be free-draining and without any impervious soils or other materials harmful to plant growth. Notify the Inspector of any subgrade conditions deleterious to plant growth. 2. Spread topsoil to a minimum depth of 8"after settlement in all lawn areas. 3. Thoroughly rototill topsoil to a minimum depth of 8 inches. 4. Fine grade per Contract Specifications. Rake entire surface to conform to site grading. Grade edges to 1" below adjacent paved surfaces to provide a smooth transition. Roll as necessary to firm grade to satisfaction of the Inspector. 5. Apply fertilizer to the prepared lawn areas at rates recommended by sod grower and lightly rake to incorporate into the soil. 8-02.3(16)A6b Sod Installation 1. Moisten sod bed and roll lightly for compaction. 2. Lay sod strips per supplier's instructions. Tightly butt joints, trim edges to conform to smooth curves and straight lines of pavement. Sod is to be flush with paved surfaces after settlement. Avoid gaps and overlaps and stagger sod joints in a brick-like fashion. 3. Remove any bumps,undulations, or low-high spots with a light rolling. 4. Water daily for a minimum of two weeks to prevent dehydration. Page 8-3 11/14/2012 10x5 ANN J:\DAtA\REN\110-G93\10 Desigi\Specs\C r Pipelines-Dic 8 Miscellanco—d—i City of Renton November 2012 Wells PW-8,PW-9& EW-3 Primary Disinfection Project Division 8—Miscellaneous Construction 5. Protect all turf areas by erecting temporary fences, barriers, signs, etc. as necessary to prevent trampling. 6. Do not work in, over, or adjacent to planting areas without proper protection and safeguards. 8-02.3(16)B Lawn Establishment Section 8-02.3(16)B has been deleted and superseded with the following: 8-02.3(16)B Lawn Establishment and Final Acceptance The Contractor shall maintain all new lawn areas in this project; shall be responsible for the survival of turf in acceptable condition and shall maintain all new lawn areas in a neat and orderly fashion until Final Acceptance of the project by the City. The period for Final Acceptance shall be no sooner than the second mowing. The Contractor will be held responsible for all damage or loss caused by his inattention or carelessness. The Contractor shall repair damage caused by traffic,vandalism,weather or other outside causes. 8-02.3(16)B1 Establishment Pedod The Establishment Period will commence on the date of Preliminary Acceptance and will extend to Substantial Completion or Final Acceptance by the City of landscape work, whichever is later. Maintenance during this period will include: 1. Watering: Water areas of new turf so they receive adequate water for survival of the plant in a healthy position. 2. Lawns shall be fertilized every six weeks from March through September per Grower's written recommendations. Lawns shall be maintained weed-free. 3. Lawns are to be mowed weekly or as needed to maintain a neat appearance. All grass clippings shall be removed from the site. Maximum height of lawn shall not exceed three inches. 4. Protect all lawn areas against damage, including erosion and trespassing, by providing and maintaining proper safeguards. 5. Debris Control: Debris control shall be accomplished in all landscaped lawn areas on a regular basis, at least weekly or more often where necessary. This will include leaf fall control in Fall period. Policing for paper and litter in all areas shall be conducted at least weekly. During the Fall period leaves, windblown into gutters and catch basins, are considered as litter and shall be removed as debris. 8-02.3(16)B2 Guarantee ' All new turf areas shall be guaranteed by the Contractor to be in a healthy condition for a period of one year from the date of Final Acceptance. 8-02.3(16)B3 Final Acceptance Acceptance of lawn planting as specified shall be based on a uniform stand of grass and a uniform grade at the time of final inspection. Page 8-4 11/14/2012 10:35 AXI ):\Dam\REN\110-093\10 Design\Specs\CT Pipelines-Div 8 1\fisc 1—ou A.- City of Renton November 2012 Wells PW-8,PW-9&EW-3 Primary Disinfection Project Division 8—Miscellaneous Construction Final inspection of the work of the Section will be made at the time of the Final Inspection of the entire project or earlier,if approved by the Engineer. A final punch list will be issued. Final Acceptance of the new turf areas which are the responsibility of the Contractor will be contingent upon Final Acceptance of the entire project or at the determination of the City if earlier than Final Acceptance of the entire project. 8-03 Irrigation Systems 8-03.1 Description Section 8-03.1 is deleted and replaced with the following: This Work consists of installing and/or repairing an irrigation system in accordance with these Specifications and the details shown in the Plans or as approved by the Engineer. There are no plans for the location of the existing irrigation system in the areas of work within Cedar River and Liberty Parks. When the irrigation system is encountered during excavation and construction of the proposed improvements, it shall be the Contractor's responsibility to cut and temporarily cap those sections that have to be removed or are damaged during construction and replaced after the work is completed. If sprinkler heads or other sprinkler system equipment are encountered during the course of construction they shall be extended to the nearest location so as to not interfere with existing obstacles or proposed surface improvements. This work shall meet the Community Services, Parks Division standards. See Appendix A for additional information. 8-03.3 Construction Requirements Section 8-03.3 is supplemented as follows: Irrigation repairs shall be marked and left exposed for inspection by the Engineer prior to burial. 8-04 Curbs, Gutters, and Spillways 8-04.3 Construction Requirements Sec t ion 8-04.3 i s SUPPLEMENTED wi t h following:the Curb and gutters shall match the existing curb and gutter, including type and dimensions unless otherwise indicted on the plans. Grade shall meet adjacent curb and gutter in a smooth transition. 8-04.3(3) Width of Replacement(Additional Section) Section 8-04.3(3) is SUPPLEMENTED with the following: Page 8-5 11/14/2012 10:35 dNl J:\Data\REN\110-093\10 Design\Spec\cr Pipelines-Div S 1Y1i U neovs.d- City of Renton November 2012 Wells PW-8,PW-9&EW-3 Primary Disinfection Project Division 8—Miscellaneous Construction CONTRACTOR shall replace curb and gutter to the nearest construction joint, unless otherwise authorized by the ENGINEER. END OF DIVISION EIGHT Page 8-6 1,1/14/201210:35 AM J:\.Data\RFN\110-093\10 Design\Specs\CT Pipelines-Di,8 Mi—naneou A.m DIVISION 9 MATERIALS 9-14 Erosion Control And.Roadside Planting 9-14.1(1) Topsoil Type A Section 9-14.1(1) is supplemented with the following: Planting soil [topsoil shall consist of loose, moderately well-drained, friable soil of sandy loam texture, free of ice, snow and rubbish with no admixture of refuse or material toxic to plant growth. Soil shall be reasonably free of stones, lumps, roots, and weeds or similar objects. Topsoil should be fertile and free-flowing (pulverized). Topsoil shall be Mycorrhizae inoculated. Topsoil shall meet the following parameters: Parameter Range pH 6.7-7.5 Moisture Content 25%-55% Soluble Salts 2.5 mmhos/(dS) Coarse Sand 50%max (by weight) Clay 25%max (by weight) Silt 15%max (by weight) Organic matter 10%max (by weight) 9-14.6(8) Sod Section 9-14.6(8) is supplemented with the following: Sod shall be nursery-grown (farm-grown) under climatic conditions similar to or hardier than those at the site. Sod shall have normal habit of growth and be healthy, vigorous and free of disease, insects, insect eggs and larvae. Sod material shall meet or exceed the specification of Federal, State and local laws requiring inspection for plant disease and insect control. Sod: Non-net Sod Mixture from JB Instant Lawn, Redmond, WA, Ph: 425-821-0444, or approved equal. Approved equal must be from a local grower and be established in growing sod in sandy loam soils. Sod grown in heavy clay soils is not acceptable. All required certifications apply for"approved equal'. Sod shall contain 65% perennial turf-type ryegrass by weight and 35% hard fescue by weight. 9-15 Irrigation Systems 9-15.4Inigadon Heads Section 9-15.4 is deleted and replaced with the following: Page 9-1 11/14/2012 10:44 AM JAData\REN\110.093\10 Design\Specs\CT Pipelines-Div 9 Materials.doc City of Renton November 2012 Wells PW-8,PW-9& EW-3 Primary Disinfection Project Division 9—Materials Irrigation heads shall be Rain Bird Falcon 6504, full or part-circle as determined by the Owner. 9-15.17 Electrical Wire and Splices Section 9-15.17 is deleted and replaced with the following: Electrical wire used in repair shall be the same size, rating, material and color as the original damaged wire unless otherwise as directed by owner or in violation of governing codes. Wire splices used to repair damaged wire shall be left with sufficient slack so that the splice may be brought to the surface without disconnecting the wires. All splices used to repair damaged wire shall be made with a 3M DBR/Y-6 Splice Kit. Contractor shall provide Engineer the opportunity to inspect and approve all irrigation line and control wire repairs prior to burial. 9-30 Water Distribution Materials 9-30 Water Distribution Materials(General) Section 9-30 is SUPPLEMENTED by adding the following: 1.Submittals A. Shop Drawings Drawings shall be submitted to the Engineer for approval and shall include the following: 1. Locations of joint restraint for thrust restraint. B. Design 1. Calculations and details for pipeline thrust restraint. 9-30.1(1)Ductile Iron Pipe Section 9-30.1(1) is SUPPLEMENTED by adding the following: 4. All ductile iron pipe 24-inch and larger shall be machine cut in order to provide a perpendicular end. Field cutting with hand saws will not be allowed. 9-30.1(4)A Steel Pipe and Fittings (6-inches and Over) Section 9-30.1(4)A is SUPPLEMENTED by adding the following. 9-30.1(4)A.1 General 1.General This section establishes the requirements for cement-mortar lined (CAM) and coated (CMC) welded steel pipe, fittings and/or fabrications as described in contract documents and construction drawings. Page 9-2 11/14/2012 10:44 Alb[ ):\Data\REN\l 10-093\10 Design\Specs\.CT Pipelu -Div 9 Materials.do City of Renton November 2012 Wells PW-8,PW-9&EW-3 Primary Disinfection Project Division 9—Materials 2.Quality Assurance Commercial Standards: Unless otherwise stated, the latest edition for any commercial standards and all manufacturing tolerances referenced therein shall apply. ANSI/AWS D1.1 Structural Welding Code- Steel ANSI/AWS B2.1 Specification for Welding Procedure and Performance Qualification ANSI/AWWA C200 Steel Water Pipe-6 In. (150 mm) and Larger ANSI/AWWA C205 Cement-Mortar Protective Lining and Coating for . Steel Water Pipe—4 In. (100 mm) and Larger- Shop Applied ANSI/AWWA C206 Field Welding of Steel Water Pipe ANSI/AWWA C207 Steel Pipe Flanges for Waterworks Service—Sizes 4 In. Through 144 In. (100 mm through 3,600 mm) ANSI/AWWA C208 Dimensions for Fabricated Steel Water Pipe Fittings ANSI/AWWA C210 Liquid-Epoxy Coating Systems for the Interior and Exterior of Steel Water Pipelines ANSI/AWWA C222 Polyurethane Coatings for the Interior and Exterior of Steel Water Pipe and Fittings ASME Section IX International Boiler & Pressure Vessel Code: Welding and Brazing Qualifications AWWA M11 Steel Water Pipe: A Guide for Design and Installation 3.Qualifications A. Manufacturers who are fully experienced,reputable,and qualified in the manufacture of the products to be furnished shall furnish all steel pipe and fittings. The pipe and fittings shall be designed, constructed and installed in accordance with the best practices and methods and shall comply with these specifications as applicable. B. Pipe cylinders, lining, coating and fabrication of specials shall be the product of one manufacturer that has not less than 5 years successful experience manufacturing pipe of the particular type and size indicated.The Pipe Manufacturer must have a certified quality assurance program. This certified program shall be ISO 9001:2000 or other equivalent nationally recognized program as approved by the Engineer. 4.Submittals A. Shop Drawings Drawings shall be submitted to the Engineer for approval.and shall include the following: 1. Pipeline layout showing stations and elevations. 2. Details of standard pipe, joints, specials and fittings. 3. Locations of joint restraint for thrust restraint. Page 9-3 11/14/2012 10:44 AM J:\Data\REN\110-093\10 Design\Specs\CT Pipeline-13i,9 Mate Ws.doc I City of Renton November 2012 Wells PW-8,PW-9& EW-3 Primary Disinfection Project Division 9—Materials B. Design 1. Calculations for pipe design and fittings reinforcement and/or test data. 2. Details of joint bonding and field welded joint resiraiiii Cal Luations. 3. Calculations and details for pipeline thrust restraint. C. Certifications 1. The Contractor shall furnish a certified affidavit of compliance that meets or exceeds the requirements of these specifications for all pipe and fittings furnished. 2. Linings for potable piping shall be NSF certified. 5.Verification A. Inspections 1. All pipe shall be subject to inspection at the place of manufacture in accordance with the provisions of AWWA C200 and AWWA coating and lining standard as supplemented by the requirements herein. B. Tests 1. Except as modified herein, all materials used in the manufacture of the pipe shall be tested in accordance with the requirements of AWWA C200 and AWWA coating and lining standards. 2. The Contractor shall perform required tests at no additional cost to the Owner. The Engineer shall have the right to witness all testing conducted by the Contractor. The Contractor shall provide a minimum of 48 hours advance notice of any testing. C. Welding Requirements 1. All welding procedures used to fabricate pipe shall be qualified under the provision of AWS B2.1 or ASME Section IX. D. Welder Qualifications 1. Skilled welders, welding operators, and tackers who have had adequate experience in the methods and materials to be used shall do all welding. Welders shall maintain current qualifications under the provisions of AWS B2.1 or ASME Section IX. Machines and electrodes similar to those in the work shall be used in qualification tests. The Contractor shall furnish all material and bear the expense of qualifying welders. 6.Handling Storage and ShiVping A. Pipe shall be stulled as required to maintain roundness of +/- 1% during shipping and handling. B. Coated pipe shall be shipped on bunks with nylon belt tie-down straps or padded banding located approximately over stulling. C. Coated pipe shall be stored on skids, sand or dirt berms, sand bags, old tires or other suitable means so that coating will not be damaged. Page 9-4 11/14/2012 10:44 A-M ):\D.ta\REN\110-093\IO Design\Specs\CT Pip,l,ie -Div 9'4.teriakdo. City of Renton November 2012 Wells PW-8,PW-9& EW-3 Primary Disinfection Project Division 9—Materials I D. Coated pipe shall be handled with wide belt slings. 7.Markings A. The Contractor shall legibly mark all pipes and specials in accordance with the laying schedule and marking diagram. Each pipe shall be numbered in sequence and said number shall appear on the laying schedule and marking diagram in its proper location for installation. All special pipe sections and fittings shall be marked at each end with top field centerline. The word "top" or other suitable markings shall be painted or marked on the outside top spigot end of each pipe section. 9-30.1(4)A.2 Product 1.Pipe: A. Steel pipe shall conform to AWWA C200. Steel plate used in the manufacture and fabrication of steel pipe shall meet the requirements of AWWA C200. All longitudinal and girth seams,whether straight or spiral, shall be butt-welded using an approved electric-fusion-weld process. B. Pipe shall be designed for 250 psi testing pressure and 100 psi working pressure and full vacuum. Pipe design shall be in accordance with AWWA M11. The minimum pipe thickness shall be 0.25-inches. C. Pipe shall be bedded and backfilled per the plan details or manufacturer's recommendations utilizing an E'value for design check per AWWA M11 Chapter 6. D. Pipe is to be furnished principally in 50-feet net laying lengths with shorter lengths, field trim pieces and closure pieces as required by plan and profile for location of elbows, tees, reducers and other in-line fittings or as required for construction. The pipe fabricator shall prepare a pipe laying schedule showing the location of each piece by mark number with station and invert elevation at each bell end. 2.Fittings: A. Unless otherwise shown on the Plans, all specials and fittings shall conform to the dimensions of AWWA C208. Pipe material used in fittings shall be of the same material and pressure class as the adjoining pipe. The minimum radius of elbows shall be 2 1/2 times the pipe diameter and the maximum miter angle on each section of the elbow shall not exceed 11 1/4-degrees (one cut elbow up to 22 1/2-degrees). If elbow radius is less than 2 '/2 times the pipe diameter, stresses shall be checked per AWWA M11 and the pressure class increased if necessary. B. Fittings shall be equal in pressure class design as the adjoining pipe. Specials and fittings, unless otherwise shown on the Plans, shall be made of segmental welded sections from hydrostatically tested pipe, with ends compatible with the type of joint or coupling specified for the pipe. All welds made after hydrostatic testing of the straight sections of pipe shall be tested per the requirements of AWWA C200 Section 5.2.2.1. 3. oints A. Rolled Groove or Carnegie Rubber Gasket Joint Page 9-5 1!/14/2012 10:44 AM J:\Data\REN\110-093\10 Design\Specs\CT Pipelines-Div 9 M.tc mh.do City of Renton November 2012 Wells PW-8,PW-9&EW-3 Primary Disinfection Project Division 9—Materials 1. The standard joint shall be a rolled groove or Carnegie rubber gasket joint unless otherwise noted on the Plans. Carnegie and rolled groove rubber gasket joints shall conform to AWWA C200 and as shown in Chapter 8 of lyn WXn �T- 11. W W!1 1V11 2. The O-ring gasket shall have sufficient volume to approximately fill the area of the groove and shall conform to AWWA C200. 3. The joint shall be suitable for a working pressure equal to the class of pipe furnished and shall operate satisfactorily with a deflection angle, the tangent of which is not to exceed 1.00/D where D is the outside diameter of the pipe in inches with a pull-out of 1-111ch. 4. Carnegie and rolled groove rubber gasket joints may be furnished only by a manufacturer who has furnished pipe with joints of similar design for comparable working pressure and pipe diameters that has been in successful service for a period of at least.5 years. B. Lap Weld 1. Lap weld joints shall conform to AWWA C200 and as shown in Chapter 8 of AWWA M11. 2. Lap field welded joints shall be used where restrained joints are required or indicated on the Plans. The standard bell shall provide for a 2 1/2-inch lap. The minimum lap shall be 1-inch. The maximum joint deflection or offset shall be a 1-inch joint pull. 3. Lap welded joints shall be welded either externally or internally. Holdbacks for coating and linings shall be provided as shown on the approved shop drawings. "Weld-after-backfill" of interior welds may be performed any time after joint completion and backfilling has been completed. 4. Unless otherwise shown on the Plans, all field joints shall be lap welded for diameters 60-inches and greater. Joints on pipe less than 60 inches in diameter may be lap-welded,rolled groove or Carnegie rubber gasket joints. C. Mechanical Couplings 1. Mechanical couplings where indicated on the Plans shall be Smith Blair Style 411,Baker Style 200,Victaulic Depend-O-Loc or equal. 2. Insulating mechanical couplings where indicated on the Plans shall be double insulated Smith Blair Style 416, Baker Style 216, or equal for working pressures up to 150 psi only. 3. Couplings for buried service shall have all metal parts painted with epoxy paint and conform to AWWA C210. 4. Pipe ends for mechanical couplings shall conform to AWWA C200 and M11. The shop applied outside coating shall be held back as required for field assembly of the mechanical coupling or to the harness lugs or rings. Harness lugs or rings and pipe ends shall be painted with one shop coat of epoxy conforming to AWWA C210. Page 9-6 11/14/2012 10:44 A:11 J:\Data\REN\110-093\10 Design\Specs\.CT Piipd6.s-Di,9 hlataiah.do City of Renton November 2012 Wells PW-8, PW-9& EW-3 Primary Disinfection Project Division 9—Materials 5. Pipe for use with sleeve-type couplings shall have plain ends at right angles to the axis. D. Flanges 1. Flanges shall be in accordance with AWWA C207 Class D for operating pressures to 175 psi on 4-inch through 12-inch diameter, and operating pressures to 150 psi on diameters over 12-inches. Flanges shall be AWWA C207 Class E for operating pressures over 150 psi to 275 psi or shall be AWWA C207 Class F for pressures to 300 psi (drilling matches ANSI B 16.5 Class 250). Shop lining and coating shall be continuous to the end of the pipe or back of the flange. Flange faces shall be shop coated with a fusion bonded epoxy coating. 2. Gaskets shall be full face, 1/8-inch thick, cloth-inserted rubber, Garlock 3000,John Crane Co. Style 777 or equal. E. Bolts and Nuts for Flanges 1. Bolts for buried and submerged flanges shall be TYPE 316 stainless steel conforming to ASTM A193, Grade B8M, Class 1 and ASTM 194, Grade 8M nuts.Bolts shall have a minimum of two threads extending beyond the nut. 2. All unwelded pipe joints shall be bonded for electrical continuity in accordance with the pipe manufacturer's recommendations unless otherwise specified in the plans. 4.Linings and Coatings, A. Cement-mortar Lining 1. Interior surface of all steel pipe, fittings, and specials shall be cleaned and lined in the shop with cement-mortar lining applied centrifugally in conformity with AWWA C205. 2. The pipe ends shall be left bare where field welded joints occur as shown on the Plans. Ends of the linings shall be left square and uniform. Feathered or uneven edges will not be permitted. 3. Defective linings as identified in AWWA C205 shall be removed from the pipe wall and shall be replaced to the full thickness required. Defective linings shall be cut back to a square shoulder in order to avoid feather edged joints. 4. Fittings shall be cement-mortar lined per AWWA C205. Pipe and fittings too small to cement-mortar line may be lined with AWWA C210 epoxy or AWWA C222 polyurethane. 5. Cement-mortar lining shall be kept moist during storage and shipping. The Contractor shall provide a polyethylene or other suitable bulkhead on the ends of the pipe and on all special openings to prevent drying out the lining. All bulkheads shall be substantial enough to remain intact during shipping and storage until the pipe is installed. Page 9-7 11/14/2012 10:44 AM J:\Data\REN\110-093\10 Design\Specs\CT Pipoli -Did 9 M.terWs.do I , City of Renton November 2012 Wells PW-8,PW-9 &EW-3 Primary Disinfection Project Division 9—Materials B. Cement-mortar Coating _ 1. All pipe shown on the Plans to be cement-mortar coated shall be coated,with 3/4-inch minimum thickness of reinforced cement-mortar coating in accordance with AWWA C205. C. Fittings 1. Fittings shall be lined and coated per AWWA C205. Fittings too small to cement mortar line may.be lined with AWWA C210 epoxy or AWWA C222 polyurethane. 9-30.1(4)A.3 Execution A. General 1. The Contractor shall provide and install all required piping and accessories in accordance with . the contract documents and manufacturer's recommendations. Pipe installation as specified in this section supplements AWWA M11. 2. Contractor shall cathodically protect pipe in accordance with Section 9-30.20 of these Technical Provisions. 3. Contractor shall supply a chlorine bath facility such that the closure fitting 36-inch and smaller and pipes can be dipped into the bath for disinfection B. Installing Buried Piping 1. Handle pipe in a manner to avoid any damage to the pipe. Do not drop or roll pipe into trenches under any circumstances. 2. Inspect each pipe and fitting before lowering into the trench. Inspect the interior and exterior protective coatings. Repair damaged areas in the field in accordance with these specifications. Clean ends of pipe thoroughly. Remove foreign matter and dirt from inside of pipe and keep clean during and after laying. 3. Grade the bottom of the trench and place a 4-inch minimum layer of select or scarified material under the pipe. Before laying each section the pipe, check the grade and correct any irregularities found. The trench bottom shall form a uniform bearing and support for the pipe. 4. . At the location of each joint,dig bell (joint) holes in the bottom of the trench and at the sides to permit completion and visual inspection of the entire joint. 5. Keep the trench in a dewatered condition during pipe laying. 6. When the pipe laying is not in progress, including the noon hours, close the open ends of the pipe. Do not permit trench water, animals, or foreign objects to enter the pipe. Page 9-8 11/14/2012 10:44 AM J:\Dntn\REN\110-093\10 Design\Specs\CT Pipelines-Div 9 Matew&do. City of Renton November 2012 Wells PW-8,PW-9&EW-3 Primary Disinfection Project Division 9—Materials C. Joints Assembly 1. Rolled Groove Rubber Gasket Joint i. Clean exposed ends of joint surfaces. ii. Thoroughly lubricate the gasket with material approved by the pipe manufacturer. iii. Place gasket in grooved spigot and relieve tension by inserting a dull instrument under the gasket and completing at least two revolutions around the joint circumference. iv. Upon completion of insertion of spigot (including any angular deflection as shown on the approved shop drawing) and prior to releasing from slings the entire placement of the gasket should be checked with a feeler gauge per manufacturer's recommendations. If gasket has disengaged or rolled, immediately pull the joint apart and reinstall the joint with a new gasket if required. Again verify proper placement of gasket with feeler gauge. v. It is recommended that bonding wires or clips be installed as supplied by the pipe manufacturer unless otherwise required in the Plans. vi. Grout the interior and exterior of the joints with cement mortar per AWWA C205. 2. Lap Field Welded Joints i. Clean exposed end of joint surfaces. ii. Provide a minimum overlap of 1-inch at any location around the joint circumference. iii. Field welders and field weld procedures shall be certified in accordance with AWS D1.1. iv. At the Contractor's option, provide a full fillet weld per AWWA P P P C206 either on the inside or outside of the pipe. Inside welding may be performed after backfilling in accordance with manufacturer's recommendations. v. Testing of field welds shall be in accordance with AWWA C206. vi. Grout the interior and exterior joints with cement mortar per AWWA C205. 3. Flanged Joints i. Bolt holes of flanges shall straddle the horizontal and vertical centerlines of the pipe. Clean flanges by wire brushing before installing flanged fittings. Clean flange bolts and nuts by wire brushing;lubricate bolts with graphite or oil. ' Page 9-9 11/14/2012 10:44 AN1 J:\Data\REN\110-093\10 Design\Specs\CT Pipelines-Dic 9\[aterials.docx City of Renton November 2012 Wells PW-8,PW-9&EW-3 Primary Disinfection Project Division 9—Materials ii. Insert the nuts and bolts (or studs), finger tighten, and progressively tighten diametrically opposite bolts uniformly around the flange to the proper tension. Bolts shall have minimum of two threads showing beyond the nut. iii. Execute care when tightening joints to prevent undue strain upon valves, pumps and other equipment. iv. If flanges leak under pressure testing, loosen or remove the nuts and bolts, reset or replace the gasket, reinstall or re-tighten the bolts and nuts, and retest the joints. D. Field Quality Control 1. Perform hydrostatic pressure test in the presence of the Engineer in accordance with Section 7-09.3(23) at a test pressure of 250 psi. Field test pressure should not exceed 120% of the pipes rated pressure class as measured at the lowest elevation for the section being tested. Leakage allowance shall be per AWWA M11 Chapter 12. 2. Provide all necessary piping between the reach being tested and the water supply, together with all required materials and equipment. Reduce pressure to 150 psi prior to testing against closed butterfly valves. 3. Provide dished heads, blind flange or bulkheads as necessary to isolate and test pipeline. Do not test against closed butterfly valves until pressure is reduced to 150 psi. 4. Methods and scheduling of tests to be approved by the Engineer. 5. Protect pipes and provide thrust restraint as required to complete test. 6. Provide for proper legal disposal of test water. 7. Dispose of all test water to sanitary sewer at a flow rate not to exceed that allowed by City and Metro. Coordinate with City prior to discharging water to sewers. 9-30.2(6)Restrained Joints Section 9-30.2(6) is SUPPLEMENTED by adding the following: Restrained joint pipe shall be ductile iron manufactured in accordance with requirements of ANSI/AWWA C151/A21.51. Restrained joint fittings and/or the restraining device components shall be ductile iron in accordance with applicable requirements of ANSI/AWWA C110/A21.10 and/or C153/A21.53 with the exception of the manufacturer's proprietary design dimensions. Push-on joints for such fittings shall be in accordance with ANSI/AWWA C111/A21.11. Pipe thickness shall be designed in accordance with ANSI/AWWA C150/A21.50, and shall be based on laying conditions and internal pressures as stated herein. Contractor shall submit on restrained joint system, including calculations and layout drawing(s) for restrained joint system, for approval by Engineer. Page 9-10 11/14/2012 10:44 Aid[ J:\Data\REN\110-093\10 Design\Specs\CT Pipelines-Div 9 Mate ials.do City of Renton November 2012 Wells PW-8,PW-9& EW-3 Primary Disinfection Project Division 9—Materials The allowed joints will be as follows: 1. Bolted Restraint Joint Piping System a. At mechanical 1 oints: EBBA Iron Mega-Lug Series 1100 orequal. b. At push-on joints: EBBA Iron Mega-Lug Series 1700 or equal. In the event that the Contractor is required to disassemble a bolted restrained joint, the Contractor shall replace the section of pipe in which the bolted restrained was installed. 9-30.6(3)B Polyethylene Tubing Section 9-30.6(3)B is SUPPLEMENTED by adding the following: Tubing used for sample lines shall be 1/2-inch SDR 9 (copper tubing size). Sample lines to be clearly marked as either "PRE-CT" or "POST-CT" within buildings and vaults. Pipe markers to be spaced at 10' O.C. and shall be Seton Ultra-Mark® Snap-Around High Performance Pipe Markers or equal- 9-30.20 Corrosion Control and Cathodic Protection for Mortar Coated Steel Pipe and Fittings (Additional Section) 9-30.20(A) General Cement-mortar lined and coated steel pipe (AWWA C205) shall be electrically continuous,with test stations for monitoring and possible retrofit with cathodic protection. The pipeline shall be dielectrically isolated from other structures. 9-30.20(B)Materials and Construction 1. Mortar coated steel shall be made electrically continuous by welded joints or,if gasketed joints are furnished, the manufacturer shall provide 1/2 - inch diameter steel rods welded to the pipe to facilitate field exothermic welds and to prevent damage to the gasket, coating and lining. Steel rods shall be provided for joint bond and test station connections to the pipe. The steel rod details shall be included in the pipe manufacturer submittals. 2. Welded joints, and exothermic joint bonds and test station connections shall be made prior to coating and lining the joint. All joints on mortar coated steel shall be mortar lined and the joints shall be grout coated using manufacturer supplied grout bands. The coating and lining shall be chloride free and approved in writing by the pipe manufacturer. 3. Joint bonds and wire connections shall be made by exothermic welding. All molds, cartridges and all required materials for exothermic (copper) welding shall be as produced by "Cadweld", Erico Products, Inc or approved equal. Provide molds and cartridges of a size and material as recommended by the manufacturers. Molds for exothermic.welding shall be graphite; ceramic molds are not acceptable. Page 9-11 11/14/2012 10:44 AM J:\Data\REN\110-093\10 Design\Specs\CT Pipelin -Div 9 M tecial A.- _ City of Renton November 2012 Wells PW-8,PW-9&EW-3 Primary Disinfection Project Division 9—Materials 4. Exothermic welds direct to pipe shall be covered with protective plastic weld caps that are prefilled with mastic and have an integrated primer. Exothermic welds to steel rods shall be PVC tape wrapped, both the weld and steel rod, at 50% overlap. On mortar coated steel, the entire welded connection and protective coating of the welds, direct to the pipe or to a steel rod, shall be overcoated with mortar,minimum 3/4-inch thick. 5. Each joint bond shall have two (2) # 2AWG single conductor stranded copper wire connections and each test station shall have two (2) # 8 AWG single conductor stranded copper wire connections to each pipe.Wire shall have USE,HMWPE type insulation. 6. Test stations shall be double (2) steel coupon test stations FINK Probe, as manufactured by Cott or equal. The test station shall have a drop tube with a porous plug. The test station shall be ordered with an adequate number of terminals specific to the application and a drop tube length specific to the pipe depth. Place test coupons within 1 foot of the haunch of the owner's pipe and within the backfill of the pipe. Provide additional wiring as necessary for combination testing of pipe potentials and testing of dielectric isolation at isolation joints and casings. Test stations shall be provided along the pipeline at 1,000 ft maximum distances, and at dielectric isolation joints, casings, and where the pipe crosses a cathodically protected foreign line, and as shown on the drawings. At isolation joints provide wiring to each side of the joint;at casings provide wiring to the casing and carrier pipe. Do not connect wiring to any foreign pipeline or structure. Test stations shall be installed below grade in a concrete vault for protection from vandalism. 7. Isolation flange joints shall include a full face insulating gasket, a full length insulating sleeve and washers for each bolt, and two steel bearing washers for each bolt. Insulating sleeves and washers shall be Pyrox G-10. Both the insulating washers and the steel washers shall fit over the outside diameter of the sleeve and shall fit within the bolt facing of the flange. Gaskets shall be full faced styrene butadiene rubber (SBR), Nitrile (Bunn-N), Neoprene, or compressed vegetable fiber. Gaskets shall have adequate dielectric properties, 300V/mil minimum, and shall be suitable for the pipeline operation and test pressure. 8. Tape coat the flanges and the bolts of isolation flanges with petrolatum tape (AWWA C217),with an overwrap to protect the tape from backfill operations 9. Steel or ductile iron valves shall be isolated from mortar coated steel pipe. Test stations at these locations can be welded directly to the circumference of the flanges with exothermic welds made before isolation joint assembly. The welds shall be covered with weld caps, and the flanges and bolts coated with petrolatum tape coating (AWWA C217) with an overwrap to protect the tape from backfill operations. 10. The valves shall have fusion bonded epoxy coating and they shall be backfilled all around with clean imported fill. Petrolatum tape-coat all galvanized and uncoated bolts on the valve and its flange connections. 11. On mortar coated steel mains, miscellaneous ductile iron and steel piping shall be isolated from mortar coated steel main. Threadolet and weldolet type connections and subsequent piping shall be mortar coated from the main to the dielectric isolation. The isolated sections of ductile iron and steel shall be petrolatum tape coated (AWWA C217) with an overwrap to protect the tape from backfill operations. Page 9-12 11/14/2012 10:44 dNl J:\Data\.REN\110-093\10 Design\Specs\,CT Pipelines-Div 9 Ml ten.h.do" City of Renton November 2012 Wells PW-8,PW-9 & EW-3 Primary Disinfection Project Division 9—Materials 9-30.20(C)Testing and Verification 1. At the Contractors cost, the portion of the work that involves joint bonding,installation of anodes and test stations,and dielectric isolation shall be at the direction of a registered professional engineer regularly performing cathodic protection work, or by an individual who is certified by the National Association of Corrosion Engineers (MACE) as a cathodic protection specialist. Submit verification of engineering registration or NACE certification for written approval prior to the start of work. 2. The professional engineer or cathodic protection specialist shall field verify the adequacy of the Contractor's personnel in the exothermic welding of joint bonds and test station wiring, installation of anodes and coupon test stations, and installation of isolation joints. and cased crossings 3. The professional engineer or cathodic protection specialist shall verify that the Contractor can properly make micro-ohm meter readings and keep a record of joint resistance measurements, and that the contractor can properly measure and keep a record of dielectric isolation using a specialty meter and/or by mV readings. As work proceeds the contractor shall test all joint bonds and dielectric isolation connections, and provide a report of all measurements to the engineer or cathodic protection specialist and to the Owner's representative. 4. The professional engineer or cathodic protection specialist shall make measurements and provide a final report of test station pipe and native coupon potential readings, continuity, and dielectric isolation. Continuity shall be measured between test stations by the pipe span method. 5. At the Contractor's expense, the contractor shall repair all deficiencies and have the professional engineer or cathodic protection specialist re-test and provide a final report verifying the corrections. 9-30.21 Chlorine Residual Analyzer (Additional Section) 9-30.21(A) General This section includes chlorine residual analyzers for monitoring free chlorine. The method of measuring free or total chlorine will be with colorimetric chemistry using the USEPA accepted N,N-diethyl-p-phenylenediamine (DPD) method. Analyzers shall be provided as shown on the Plans. Analyzers will monitor the chlorine residual at a point either upstream (pre-CT) or downstream (post-CT) of the contract pipeline. The analyzers shall be integrated with the existing telemetry system which will monitor the chlorine residual (analog) and alarm outputs from the analyzers. The System Integrator shall program the telemetry system to provide operator-adjustable alarm setpoirnts for high and low chlorine residual for each analyzer. The System Integrator shall program the telemetry system to respond appropriately to the analyzer system warning and analyzer system shutdown alarms. 9-30.21(B)Materials and Construction 1. The Chlorine Residual Analyzer shall include the following specifications: a. Range: 0 to 5 mg/L free residual chlorine. Page 9-13 11/14/2012 10:44 AM ):\Data\REN\110-093\10 Design\Specs\CT Pipelies-Div 9 blaterials.dc c City of Renton November 2012 Wells PW-8,PW-9& EW-3 Primary Disinfection Project Division 9—Materials b. Accuracy: + 5% or 0.03 mg/L as C12,whichever is greater. C. Precision: + 5% or 0.01 mg/L as C12,whichever is greater. d. Minimum Detection Limit: 0.03 ing/L. e. Resolution: 0.01 mg/L f. Repeatability: 0.05 mg/L g. Cycle Time: One complete sample analysis every 2-1/2 minutes. h. Recorder outputs: One 4-20 mA with an output span programmable over any portion of the 0 to 5 mg/L range. 130 V isolation from earth ground. i. Alarms: Two alarms selectable for sample concentration, system warning or system shut-down. Each alarm is equipped with an SPDT relay with contacts rated for 5 A resistive load at 230 VAC. j. Power: 100-115/230 VAC, 50/60 Hz (switch selectable), 90 VA maximum, with 125V power cord. k. Compliance/Certification: CE Approved. ETL listed to UL 1262 ETL certified to CSA 22.2 No. 142. 2. The Chlorine Residual Analyzer shall be a Hach CL17 Free Residual Chlorine Analyzer, Model No. 54400-01. No Substitutions. 9-30.21 (C)Execution 1. Contractor will install the analyzer in strict accordance with the manufacturer's instructions and recommendation. 2. Contractor shall provide and install all conduit and wiring from the chlorine analyzer equipment to the Telemetry panel as identified on the Plans. 3. Contractor shall verify that chlorine analyzer functions correctly by ,demonstrating operation during system testing. 4. Contractor shall provide access to the project for the City's System Integrator. The Contractor shall coordinate installation and startup of the analyzer with the System Integrator. The Contractor shall assist with system testing and startup upon completion of the telemetry and automatic control work. 5. The System Integrator is a single company pre-selected and contracted separately by the Owner, who shall furnish all programming, startup and training services. The System Integrator shall be Reid Instruments—Mukilteo,Washington. The system integrator can be contacted by telephoning(425) 349-3882. END OF DIVISION NINE Page 9-14 11/14/2012 10:44 AM J:\Data\REN\110-093\10 Design\Specs\CT Pipelines-Div 9 Matmals.doct. DIVISION 10 MEASURE AND PAYMENT (NEW SECTION) 10-1 Payment Schedule General—Scope A. Payment for the various items of the Bid Sheets, as further specified herein, shall include all compensation to be received by the Contractor for furnishing all tools, equipment, supplies, and manufactured articles, and for all labor, operations, and incidentals appurtenant to the items of work being described, as necessary to complete the various items of the Work all in accordance with the requirements of the Contract Documents, including all appurtenances thereto, and including all costs of compliance with the regulations of public regulations of public agencies having jurisdiction, including Safety and Health Administration of the U.S. Department of Labor (OSHA). No separate payment will be made for any item that is not specifically set forth in the Bid Schedules, and all costs therefore shall be included in the prices named in the Bid Schedules for the various appurtenant items of work. 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 Technical Provisions 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. D. 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. /.y, t.�vk� k �yt'+a"pr✓•+�k,•y"FY x,tgr rN.c " r''7'tl iK'id l.i "Via• ! 'rM'kt+�.e,,,»j 's. q a 5bb r l i 1 s S tt;+VJ d E.4 /'STC f *�'yr ,.�; t. jt ,,+ d a7,sf i r <•� <Ys op��o- r ntF r"Y'` 'h �3E, � S tX '3^1, vp rF*�� '7," . pp . ,,tie t'r �:si^;+ e!v&i�.cf+ats!?�. .,X*;t AFF'%ms.��.�.v a9. .! .��^�!r,�r�,�'.R�K .�!�sa.."P ,,q�Yr.., Y"'i �*inr„1tX• �:rt f,r�lnns..'"`�x,.,r.�kr,,::�•. ?� e N.,,;id���. Bid Item 1—Mobilization/Demobilization, Site Preparation and Clean-up Measurement for mobilization and demobilization, shall be lump sum. The lump sum price shown shall constitute full compensation for all labor, materials and equipment required for mobilizing, moving and organizing labor, equipment,materials, supplies, and incidentals to the job site(s), providing and maintaining all necessary support facilities and utilities, providing, erecting, maintaining, relocating project signs, obtaining all necessary permits,licenses, premiums for bonding and insurance, preparing the site for construction operations, and maintaining the site and surrounding areas during construction, providing protection of existing utilities, providing component and system testing, final clean-up of the site, and demobilizing and moving all labor, equipment, materials, surplus materials, and incidentals, off the project site(s) after contract completion. Mobilization/demobilization costs for all subcontracted work shall be considered included in the price bid and no additional payment will be allowed. Page 10-1 11/14/2012 11:56.•1M J:\Data\REN\110-093\.IODesign\Specs\CT Pipelines-Div 10 N[<asure and Pavrnent.doc City of Renton November 2012 Wells PW-8,PW-9&EW-3 Primary Disinfection Project Division 10—Measurement and Payment Payment for mobilization and demobilization will be made at the lump sum amount Bid (NOT to exceed 50% of the bid item price prior to completion of construction) based on the percent of completed __ 1_ Onl') Q--A a c.,A ;�.,ot;nnc for Rnarl; Bridge, and Municipal Work as defined in ule �,,.� SL—.-1—'d r,,..__cat-i,.__ Construction (WSDOT) for mobilization. Payment for the remaining 50% will be made upon completion and final cleanup of the construction site and after the demobilization of all equipment, material and labor from the project site(s). This bid item may not be more than ten percent (10%) of the total amount of the Bid. The City may disqualify bids which exceed this limit. Bid Item 2—Traffic Control Measurement for traffic control work will be based on the percentage of total work complete, by dollar value, at the time of measurement. I The lump sum price shown shall cover the complete cost of providing all labor (e.g. flaggers), materials, tools, equipment, and incidentals, for providing WSDOT certified Traffic Control Supervisor (TCS), certified flaggers, off-duty police officer(s) when working within 50 feet of any signalized intersection, furnishing, installing, maintaining, removing traffic control signs, VMS information boards, construction warning and detour signs, sequential arrow boards, traffic cones, barrels, barricades and the like, steel plating, pins, shims, temporary pavement markers and striping, removing, relocating, re-installing existing roadway signs, preparing, revising, and implementing any traffic control/detour plans required by the Contract Documents and right-of-way use permit, and conforming to the Manual on Uniform Traffic Control Devices (MUTCD) and as directed by the Engineer and by the City's Transportation Department. Also, included in the contract price is the cost to furnish traffic control services and equipment for construction surveying, staking, and as- building. This bid item shall also include complete costs for preparing Traffic Control Plans as necessary for approval by the permitting agency. Payment for traffic control will be made at the measured percentage amount for the pay period times the lump sum amount Bid. Bid Item 3—Trench Excavation Safety System Measurement for trench excavation safety systems will be based on a percentage defined as the amount of water mains installed divided by the total length of water mains shown on the Plans to be installed. The lump sum price shown shall cover the complete cost of providing all labor, equipment, materials, hauling, planning, design, engineering, submittals, furnishing and constructing and removal and disposal of such temporary sheeting, shoring, and bracing to complete the work and ensure worker safety, as defined and shown in the contract specifications and plans, and as required under the provisions of any permits and in the requirements of OSHA and Chapter 49.17 RCW, and Chapter 39.04.180 RCW Payment for trench excavation safety systems will be made at the measured percentage amount for the pay period times the lump sum amount Bid. i Page 10-2 11/14/2012 11:56 AM J:\Data\REN\110-093\10 Design\Specs\Cr Pipelines-Div 10 Me--and P.Y—t.d- City of Renton November 2012 Wells PW-8,PW-9& EW-3 Primary Disinfection Project Division 10—Measurement and Payment Bid Item 4— Construction Surveying and Staking Measurement for surveying and staking will be based on the percentage of total work complete, by dollar value, at the time of measurement. The lump sum price shown shall cover the complete cost of providing all labor, materials, equipment, tools, and all incidental work needed to provide construction surveying in advance of construction of the improvements (including providing a Washington State licensed surveyor for said work), staking in advance of pipe laying, fittings and structure installation, surveying the horizontal and vertical locations of all potholed existing utilities within the work area in advance of construction, verification and recording of the elevations of existing grade and roadway centerline, crown, and edge of pavement to ensure that all sitework and roadways can be reconstructed to existing grade, and preparation of cut-sheets in advance of construction. Payment for construction surveying and staking will be made at the measured percentage amount for the pay period times the lump sum amount Bid. Bid Item 5—As-Built Surveying for Progress Payments and Final As-Built Records Measurement for as-built surveying and preparation of as-built records will be based on the percentage of total.work complete,by dollar value, at the time of measurement. The lump sum price shown shall cover the complete cost of providing all labor, materials, equipment, tools, and all incidental work needed to provide as-built surveying, preparing and delivering "red line" as-built drawings for pay estimate submittal with fittings and dimensions of existing and proposed facilities installed or encountered during the pay period denoted, furnishing an electronic file with construction drawings stamped and signed by a licensed land surveyor that contains the as-built information and copies of field notes, and furnishing and resetting property corners, and/or other survey monumentation when disturbed by the contractor's activities. No more than 50% of the bid amount for this item shall be paid prior to the review and acceptance of the final as-constructed information by the Engineer. Payment for as-built surveying for progress payments and final as-built records will be made at the measured percentage amount for the pay period times the lump sum amount Bid. Bid Item 6—Temporary Erosion / Sedimentation Controls (TESC) 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. The lump sum price shown shall cover the complete cost of providing all labor, materials, equipment, to furnish, install, maintain, and remove water pollution/erosion and sedimentation control, including but not limited to construction entrances, straw-bale check dams, temporary silt fencing, sand bags, covering and recovering stockpiles and disturbed areas with plastic sheeting, hand seeding/hydroseeding and straw mulching disturbed areas, catch basins filters, and any additional erosion control best management practices required to complete this item of work in conformance with the Contract Documents. Page 10-3 11/14/2012 1 1:56 AM - �:\Data\REN\910-093`,10 Design\Specs\CT Pipelves-Div 10 hfeasure.and Paytnent.docw City of Renton November 2012 Wells PW-8,PW-9& EW-3 Primary Disinfection Project Division 10—Measurement and Payment Payment for temporary erosion/sedimentation control(s) will be made at the measured percentage amount for the pay period times the lump sum amount Bid. 4r� `d3:. ^sru„ .:rx'%xY ; , `d +a.-zA£,� ' '�5 rr✓,tik€ 'End ." 5� k .�' ,� t`Yy', .?` 2 °'T .1,Y«�+it� Bid Item 7 - Furnish and Install Ductile Iron Water Pipe and Fittings Including: 7A-24" Ductile Iron Class 52 713 -12" Ductile Iron Class 52 7C - 10" Ductile Iron Class 52 7D -4" Ductile Iron Class 52 Measurement for furnishing and installing water pipes and fittings of the size, type and class specified will be based on the actual lineal footage measured horizontally over the centerline of the installed pipe. Payment for furnishing and installing ductile iron water pipes and fittings of the size, type and class specified shall cover the complete cost of providing all labor, materials, tools, equipment required to complete the work specified in the Contract Documents, and shall include but not be limited to the following: • Coordination with utility companies, locating all existing utilities and potholing in advance to determine their horizontal and vertical location, including potholing in advance for existing side sewers and television inspection of existing sanitary sewer to determine location of side sewer branches if necessary; • Saw cutting up to 12" in depth, trench excavation, and dewatering (if needed); removal, hauling and disposal of pavement, curbs, gutters, sidewalks, surplus and unsuitable excavated material including existing pipes and structures in the excavation and the like; stockpiling suitable excavated material for use as trench backfill as directed by the Engineer; • Furnishing, installing, laying and jointing water pipes and fittings of the size, type and class shown, polyethylene encasement, special fittings, horizontal and vertical bends, pipe joint restraint, vertical crosses for poly-pigging, shackle rods, temporary blocking and blow-off assemblies,and all incidentals; • Furnishing bedding materials,placing and compacting pipe bedding and trench backfill as shown on the plans, disposal of excess material, grading, replacing, protecting and/or maintaining existing utilities; • Water pipe testing,poly-pigging,disinfecting and flushing; • All other work and materials necessary to install a complete and functioning water system and not listed in other bid items. Payment will be made based on the actual lineal footage of pipe installed, backfilled, and inspected as measured horizontally over the centerline of the pipe. No payment will be made for water mains until the pipeline has been inspected and is completely backfilled where applicable. No more than 90% Page 10-4 11/14/2012 11:56 AM _ J:\Data\REN\110-093\JO Design\Specs\CT PipeLfl�,-Dx 10111ea—and P.vin—.do t City of Renton November 2012 Wells PW-8,PW-9&EW-3 Primary Disinfection Project Division 10—Measurement and Payment of the total for each bid item will be paid prior to the satisfactory completion of the all water pipe pressure testing,poly-pigging, disinfecting and flushing, and bacteriological testing for that bid item. Bid Item 8 - Furnish and Install Cement Mortar Lined and Coated Steel Water Pipe, Fittings, and Appurtenances Including: 8A-42" Steel Pipe Measurement for furnishing and installing water pipes and fittings of the size, type and class specified will be based on the actual lineal footage measured horizontally over the centerline of the installed pipe. Payment for furnishing and installing cement mortar lined and coated steel water pipes and fittings of the size, type and class specified shall cover the complete cost of providing all labor, materials, tools, equipment required to complete the work specified in the Contract Documents and plans, and shall include but not be limited to the following. • Coordination with utility companies, locating all existing utilities and potholing in advance to determine their horizontal and vertical location,including potholing in advance for existing side sewers and television inspection of existing sa>utary sewer to determine location of side sewer branches if necessary; • Saw cutting up to 12" in depth, trench excavation, and dewatering (if needed); removal, hauling and disposal of pavement, curbs, gutters, sidewalks, surplus and unsuitable excavated material including existing pipes and structures in the excavation and the like; stockpiling suitable excavated material for use as trench backfill as directed by the Engineer; • Furnishing, installing, laying and jointing water pipes and fittings of the size, type and class shown, special fittings, horizontal and vertical bends, pipe joint restraint, shackle rods, temporary blocking and blow-off assemblies,and all incidentals; • Furnishing and installing pipeline access manways, including but not limited to, access manway fitting and specialties, access manway manhole assembly and access hatch, bedding, backfill, and all other incidentals required to construct a complete and functional access manway at the locations specified on the Plans and in accordance with the Specifications • Furnishing and installing cathodic protection system to protect the pipe, fittings, valves, and appurtenances which includes, but is not limited to, joint bonding, joint insulation, test stations and continuity testing and initial pipe-to-soil measurements at test stations. This bid item shall also include provision for oversight of the installation and verification of proper installation and complete pipeline protection by a cathodic protection specialist. • Furnishing bedding materials,placing and compacting pipe bedding and trench backfill as shown on the plans, disposal of excess material, grading; replacing, protecting and/or maintaining existing utilities; 0 Water pipe testing,poly-pigging,disinfecting and flushing. • All other work and materials necessary to install a complete and functioning water system and not listed in other bid items. Page 10-5 11 J 14/2012 11:56 AM - J:\Data\RBN\110-095\10 Design\Specs\CT Pipelines-Div 10 Nfeasu and Pain _t.docx City of Renton November 2012 Wells PW-8,PW-9& EW-3 Primary Disinfection Project Division 10—Measurement and Payment Payment will be made based on the actual lineal footage of pipe installed, backfilled, and inspected as measured horizontally over the centerline of the pipe. No payment will be made for water mains until the ,___ 'O'ce„ ' ted and is c^rnnlata}v hackfilled where applicable. No more than 90% the flipenlic 11(1J uc�.� ..�spec��u r_____, of the total for each bid item will be paid prior to the satisfactory completion of the all water pipe pressure testing,poly-pigging, disinfecting and flushing, and bacteriological testing for that bid item. Bid Item 9—Concrete Thrust Blocking and Dead-Man Block Measurement for concrete for thrust blocking, horizontal and vertical, dead-man anchor blocks will be per cubic yard for all concrete installed for thrust .blocking and dead-man anchor blocks in conformance with the Contract Documents. Payment for concrete thrust blocking and dead man anchor blocks shall cover the complete cost of providing all labor, materials, tools, equipment required to complete the work specified in the Contract Documents, and shall include but not be limited to the following: • Locating all existing utilities and potholing in advance to determine their horizontal and vertical location, including potholing in advance for existing side sewers and television inspection of existing sanitary sewer to determine location of side sewer branches if necessary; • Saw cutting up to 12" in depth, trench excavation, and dewatering (if needed); removal, hauling and disposal of pavement, curbs, gutters, sidewalks, surplus and unsuitable excavated material including existing pipes and structures in the excavation and the like; stockpiling suitable excavated material for use as trench backfill as directed by the Engineer, • . Furnishing and placing concrete for vertical and horizontal blocks, dead-man anchor blocks, reinforcing steel, shackle rods,clamp assembly,anchor bolts, turnbuckles,concrete form work, • Placing and compacting trench backfill; replacing, protecting and/or maintaining existing utilities. Payment shall be per cubic yard of concrete installed. Bid Item 10— Furnish and Install Wet Tapping Tee and Gate Valve Assembly Including: 10A-24 11x12" Wet Tapping Tee and Valve 10B - 12"x12"Wet Tapping Tee and Valve 10C - 12"x4"Wet Tapping Tee and Valve Measurement for furnishing and installing wet tapping tee and gate valve assembly will be per each for each valve size and configuration installed in conformance with the Contract Documents. Payment for furnishing and installing wet-tapping tee and gate valve assembly shall cover the complete cost of providing all labor, materials, tools, equipment required to complete the work specified in the Contract Documents,and shall include but not be limited to the following: • Locating all existing utilities and potholing in advance to determine their horizontal and vertical location,including potholing in advance for existing side sewers and television inspection of existing sanitary sewer to determine location of side sewer branches if necessary; Page 10-6 11/14/2012 11:56 AM J:\Data\REN\110-093\10 Design\Specs\CT Pipelines-Die 1011kas and Pavm ,t.docx City of Renton November 2012 Wells PW-8,PW-9&EW-3 Primary Disinfection Project Division 10—Measurement and Payment • Saw cutting up to 12"in depth,trench excavation,and dewatering(if needed);removal,hauling and disposal of pavement, curbs,gutters, sidewalks, surplus and unsuitable excavated material including existing pipes and structures in the excavation and the like; stockpiling suitable excavated material for use as trench backfill as directed by the Engineer; • Furnishing and installing a full-body cast-iron or epoxy-coated steel tapping tee with tapping gate valve; tapping the existing water main by a City-approved wet-tap contractor licensed and bonded; furnishing and installing valve boxes and covers to grade, stem extensions,valve markers and posts, pipe nipples, couplings,polyethylene encasement,concrete blocking,and all incidentals; • Placing and compacting trench back-fill;replacing,protecting and/or maintaining existing utilities,- • Testing,poly-pigging,disinfecting and flushing of new valves. Payment will be made per each unit installed in the same size and configuration listed in the schedule of prices. Bid Item 11— Furnish and Install Isolation Valve Assembly Including: 11A-24" Butterfly Valve 11B - 10" Gate Valve Measurement for furnishing and installing isolation valve assemblies will be per each unit installed for each valve size,type and configuration installed in conformance with the Contract Documents. Payment for furnishing and installing isolation valve assemblies shall cover the complete cost of providing all labor, materials, tools, equipment required to complete the work specified in the Contract Documents,and shall include but not be limited to the following: • Locating all existing utilities and potholing in advance to determine their horizontal and vertical location, including potholing in advance for existing side sewers and television inspection of existing sanitary sewer to determine location of side sewer branches if necessary; • Saw cutting up to 12" in depth, trench excavation, and dewatering (if needed); removal, hauling and disposal of pavement, curbs, gutters, sidewalks, surplus and unsuitable excavated material including existing pipes and structures in the excavation and the like; stockpiling suitable excavated material for use as trench backfill as directed by the Engineer-, • Furnishing and installing valves,valve boxes and covers to grade, stem extensions,valve markers and posts, pipe nipples, couplings, polyethylene encasement, concrete blocking, and all incidentals, • Placing and compacting trench backfill; replacing, protecting and/or maintaining existing utilities; • Testing,poly-pigging,disinfecting and flushing of new valves. Payment will be made per each unit installed in the same size, type and configuration listed in the schedule of prices. Page 10-7 11/14/2012 11:56 AM J:\Data\REN\110-093\10 Design\Specs\CT Pipe ie,-Div 10 Measure and Pavment.do City of Renton November 2012 Wells PW-8,PW-9& EW-3 Primary Disinfection Project Division 10—Measurement and Payment Bid Item 12 — Connection to Existing Water Main �._: .: , 7^f�[Y/?.t�°r Main including: 11L1—Connect,ri to '.-:st--g.-i 12B—Connection to Existing 12" and Smaller Water Main Measurement for connection to existing water main will be per each connection for completion in conformance with the Contract Documents. Payment for.connection to existing water main shall cover the complete cost of providing all labor, materials, tools, equipment required to complete the work specified in the Contract Documents, and shall include but not be limited to the following: e Locating all existing utilities and potholing in advance to determine their horizontal and vertical location, including potholing in advance for existing side sewers and television inspection of existing sanitary sewer to determine location of side sewer branches if necessary; • Saw cutting up to 12" in depth, trench excavation, and dewatering (if needed); removal, hauling and disposal of pavement, curbs, gutters, sidewalks, surplus and unsuitable excavated material including existing pipes and structures in the excavation and the like; stockpiling suitable excavated material for use as trench backfill as directed by the Engineer; • Furnishing all required pipes, fittings, adapters, couplings and incidentals as required for City's water department's personnel to perform the initial cut-in installation of valves, and fittings on the existing water main(s), • Furnishing all required pipes, fittings, adapters, couplings and incidentals as required for City's water department's personnel to perform the second and final connection of the new water line to the existing water system and to the valves installed during the initial cut-in as described above, • Placing and compacting trench backfill; replacing, protecting and/or maintaining existing utilities. • This bid item shall also include the removal, hauling, and disposal of the 12" drain valve and vault at Cedar River Park and as shown in the Contract Documents. Payment shall be per each location where Connection to Existing is specified on the plans. I Bid Item 13 — Furnish and Install Air Release and Vacuum Valve Assembly Including: 13A—3"Air Release and Vacuum Valve Assembly 13B—2"Air Release and Vacuum Valve Assembly Measurement for furnishing and installing air release and vacuum valve assemblies will be per each unit installed for each valve size, type and configuration installed in conformance with the Contract Documents. Payment for furnishing and installing air release and vacuum valve assemblies shall cover. the complete cost of providing all labor, materials, tools, equipment necessary to construct the proposed air release and vacuum valve (air valve) assembly from the mainline to the air valve assembly including extension of vent lines, complete in place, as shown in on the Plans and specified herein. Work includes but is not limited to: excavation, bedding, laying and jointing of pipe, valves, and Page 10-8 11/15/2012 8:54 AM J:\Datn\RRN\110-093\10 Desilim\Specs\CT Pipelines-Div 10 Measure and Payment.do City of Renton November 2012 Wells PW-8,PW-9& EW-3 Primary Disinfection Project Division 10—Measurement and Payment fittings from the mainline to the air valve assembly; concrete blocking, extension of the vent lines; installation of concrete and rock pads; testing; flushing and cleanup; connection to mainline. All isolation and air valves required for a complete assembly shall be included in this bid item. Payment shall be per each air valve assembly provided, installed and tested for the various air valve sizes and configurations listed in'the schedule of prices. Bid Item 14—Furnish and Install Water Service Connection Including: 14A—1'/Z"Water Service Connection Measurement for furnishing and installing water service connection will be per each service connection installed in conformance with the Contract Documents. .Payment for furnishing and installing water service connection shall cover the complete cost of providing all labor, materials, tools, equipment required to complete the work specified in the Contract Documents,and shall include but not be limited to the following: • Locating all existing utilities and potholing in advance to determine their horizontal and vertical location, including potholing in advance for existing side sewers and television inspection of existing sanitary sewer to determine location of side sewer branches if necessary; • Saw cutting up to 12" in depth, trench excavation, and dewatering (if needed); removal, hauling and disposal of pavement, curbs, gutters, sidewalks, surplus and unsuitable excavated material including existing pipes and structures in the excavation and the like; stockpiling suitable excavated material for use as trench backfill as directed by the Engineer; • Boring,hole-hogging, tunneling,mechanical or hand trenching to install new water service lines, • Furnishing and installing new ball valve corporation stops, tapping the main, laying and jointing the new copper water service lines and fittings; connecting new service line to existing water service, • Testing,disinfecting and flushing the new service line, • Placing and compacting trench backfill, • Replacing,protecting and/or maintaining existing utilities. • Restoration of public and private properties Payment shall be per water service connection installed and tested for the various service sizes and configurations listed in the schedule of prices. Bid Item 15 — Furnish and Install Chlorine Residual Analyzer Including: 15A—Cedar River Park.Site 15B —Liberty Park Site Measurement for furnishing and installing chlorine residual analyzers shall be lump sum installed in conformance with the Contract Documents. Page 10-9 11/14/2012 11:56 AM J:\Data\REN\110-093\IO Desipn\Specs\CT Pipdincs-Dic 1p M\[,., a and Papm—t.,i.x I City of Renton November 2012 Wells PW-8,PW-9& EW-3 Primary Disinfection Project Division 10—Measurement and Payment The lump sum price shown shall cover the complete cost of providing all labor, materials, and equipment needed to install the chlorine residual sample line(s) from the proposed water main to the i 1 1 1 !A_: 1-,. 11 1...'1,7:..,,r A f„ll,.r:.,., !,f the rla^urine recldt�al chlorine residual allalyzcllb) locaLCU Wlllllll L1tC WC" Uuuuui�r, aiiu 1ii$�aaanuvia .. analyzer(s). The work shall include but not be limited to the following: • Locating all existing utilities and potholing in advance to determine their horizontal and vertical location, including potholing in advance for existing side sewers and television inspection of existing sanitary sewer to determine location of side sewer branches if necessary; • Saw cutting up to 12" in depth, trench excavation, and dewatering (if needed); removal, hauling and disposal of pavement, curbs, gutters, sidewalks, surplus and unsuitable excavated material including existing pipes and structures in the excavation and the like; stockpiling suitable excavated material for use as trench backfill as directed by the Engineer-, • Furnishing and installing all pipe, fittings, valves, and appurtenances, including: ball valve corporation stops, curb stops, valve boxes, sample lines, carrier conduits; tapping the main, bedding, laying and jointing the sample and/or carrier conduit lines and fittings, coring and sealing of penetrations at vaults and buildings, insulation of sample lines, furnishing and installing weather protective structures, and incidentals required to install sample line from water main to chlorine residual analyzer within the well building; • Testing,disinfecting and flushing the new sample lines; • Furnishing and installing chlorine analyzer(s) wid-iin well building(s) including all mechanical, electrical, and telemetry system connections; • Coordination with the City's System Integrator and startup and testing of the chlorine residual analyzer. • All other work and materials necessary to install a complete and functioning chlorine residual analyzer system and not listed in other bid items. Payment for furnishing and installing chlorine residual analyzer will be made at the measured percentage amount for the pay period times d1e lump sum amount Bid. � � � �vJ♦� 1 ■/'�iy't11� � ■�I{y� t+{ ir�tr'rG�-:tyTest ar 3,�,�;�Jtt t 1 � j '`�J ti -_k >x 'r;ry F it n: s, J��r� ;/l'Y i9 ��},�.,Y.' , I�.3.AND AG1� tTJ ATE&,, Tr jI L ( t 1 1 �,,, ,r'.,,.k..Fd�nvi,Ff.L,�S art, r..°ss,t Frs �r ,J .,a,..,.:,r- �, +1,•.9+F : ,- M,.r., ,,f.>ls�.k Bid Item 16 — Select Imported Trench Backfill Measurement for select imported trench backfill shall be measured in tons based on the weight of material installed into the Work. Certified weight tickets shall accompany each load, a copy of tickets shall be given to the Engineer daily. Wasted materials will not be included in the measurement or payment. Only materials placed within the pay limits shown will be considered for payment. Material placed outside of the pay limits shown on the Plans or as approved by the Engineer will be deducted from the certified tickets. Payment will be complete compensation for all labor,materials, tools, equipment, incidentals necessary to furnish select import for trench backfill including haul and stockpile of import material; removal, haul and disposal of unsuitable excavated materials, waste and surplus import materials, etc. -,aid all other work required to complete this item of Work in conformance with the Contract Documents. Page 10-10 J 11/14/2012 11:56 AIM 1:\Data\REN\110-093\10 Design\Specs\CI Pipelines-Di,10 hfens and Nyl—nt.d.- City of Renton November 2012 Wells PW-8,PW-9&EW-3 Primary Disinfection Project Division 10—Measurement and Payment Payment for select imported backfill will be made at the amount Bid per ton. Bid Item 17 —Crushed Surfacing Top Course and Crushed Rock Backfill Measurement for crushed surfacing top course and crushed rock 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 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. Payment for crushed surfacing top course and crushed rock backfill will be made at the amount Bid per ton. Bid Item 18—Removal and Replacement of Unsuitable Foundation Material w-- 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 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. t Payment will be complete compensation for all,labor, materials, equipment, for excavation, removal and disposal of unsuitable foundation material, furnishing, haul, placement, and compaction of foundation materials approved by the Engineer, etc., required to complete this item of Work in conformance with the Contract Documents. a Payment for removal and replacement of unsuitable foundation material will be made at the amount Bid per ton. If no removal or replacement of unsuitable foundation material is required, no payment will be made on this bid item. Bid Item 19 — Construction Geotextile for Separation Measurement for construction geotextile for separation shall be in accordance with Section 2-12 of the Standard Specifications. _ The unit price shown shall cover the complete cost of providing all labor, materials, and equipment necessary for installation of construction geotextile for separation between materials as shown on the plans or directed by the Engineer. Payment will be made at the amount Bid per square yard. If no construction geotextile for separation is required,no payment will be made on this bid item. Page 10-11 11/14/2012 11:56 AM J:\Data\REN1110-093\10 Design\Specs\CT Pipelines-Dic IO NIea—and Payn—td- City of Renton November 2012 Wells PW-8,PW-9& EW-3 Primary Disinfection Project Division 10—Measurement and Payment r- :;�i9'":.E�. `fi�iNC+s..�,{,r; {.SR'rr,t/�» G�'!, .y:Ndx Y✓�nr r.a..';I! „'.Wr"";:;" #'tl dre-x»a� �"i�v ,�!���v�,J ^Yi+)lf+:� +x r.�'�..,�$'...���.H�ta,�1��^, �, �ttv YF� ..ra,o-a�-<o 9'..r rn:.�.dx lk Bid item 20—2" Deep 'T'emporary Cold Mix Asphalt T rench Patching Measurement for 2" deep cold mix temporary asphalt trench patching shall be measured in tons of cold mix asphalt over the completed surface of the patch. Measurement shall be as defined by the limit of asphalt trench patch shown in the Contract Documents, unless otherwise approved by the Engineer. Certified weight tickets shall accompany each load, a copy of tickets shall be given to the Engineer. Wasted materials will not be included in the measurement or payment. Only materials placed within the pay limits shown will be considered for payment. Material placed outside of the pay limits shown on the plans or as approved by the Engineer will be deducted from the certified tickets. Cold Mix Temporary Asphalt Trench Patching mix shall be capable of being placed in air temperatures below freezing while remaining cohesive and flexible. Asphalt shall maintain adhesive qualities in areas that are damp or wet at the time of application. Completed cold mix asphalt temporary trench patching shall not show any significant signs of shoving, rutting, tracking, kick-up, or ravel out while open to traffic. Each week, the engineer will inspect the temporary patches. In the event that the furnished material does not meet the above requirements, the Contractor shall be required to repair and replace unacceptable material or provide,hot mix asphalt pavement. Payment will be complete compensation for all labor, materials, haul, placing gravel materials, including crushed surfacing top course, aggregate, asphaltic materials, subgrade compaction, placement, roller compaction, haul to waste of spoil material, cleanup, etc. required to complete this ; item of Work in conformance with the Contract Documents. Payment for 2" Deep Cold Mix Asphalt Trench Patching will be made at the amount Bid per ton. No additional payment will be made for work necessary to correct an asphalt concrete patch not installed in accordance with specifications or for work necessary to correct damage to curbs,gutters, ' utility structures,or other appurtenances resulting from the Contractor's paving operations. l Bid Item 21—H.M.A. Class '/2-inch PG 64-22 for Roadway Restoration Measurement for HMA Class '/2" 'PG 64-22 for Roadway Restoration shall be measured in tons. Pavement repair measurement width shall be as defined by the limit of patch payment shown in the Plans and Contract Documents,unless otherwise approved 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. 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 will be complete compensation for all labor, materials, tools, and equipment required to complete the work specified in the Contract Documents, and shall include but not be limited to the following: • Removal of temporary asphalt patching, grinding for overlay, pavement saw cutting, water, haul, surface preparation, placing gravel materials including crushed surfacing top course, and compaction; Page 10-12 11/14/2012 11:56 AM ):\Data\REN\110-093\10 Design\Specs\CT Pipelines-Div 10 Dfea -and Ny—itd.- r I City of Renton November 2012 Wells PW-8,PW-9& EW-3 Primary Disinfection Project Division 10—Measurement and Payment • Furnishing, placing, and compacting hot mix asphaltic materials, tack oil, placement, final trench patch; • Removal and replacement of traffic calming devices (i.e. speed bumps, etc.),raised pavement markers,and painted pavement markings; • Adjustment of utilities to grade, tack coat, joint sealing, cleanup, incidentals, etc. required to complete this item of Work in conformance with the Contract Documents. Payment for HMA Class '/2" PG 64-22 for Roadway Restoration will be made at the amount Bid per ton. No additional payment will be made for work necessary to correct asphalt concrete pavement not installed in accordance with specifications or for work necessary to correct damage to curbs, gutters,utility structures, or other appurtenances resulting from the Contractor's paving operations. Bid Item 22—Removal and Replacement of Concrete Curb and Gutter Measurement for remove and replace concrete curb and gutter shall be in lineal feet of curb repair. required for installation of utilities as shown in the Contract Documents, unless otherwise approved by the Engineer. Payment will be complete compensation for all labor, materials, tools, equipment required to complete the work specified in the contract documents and plans, and shall include but not be limited to the following: ! • Sawcutting,removal and disposal of existing curb and gutter • Removal and disposal of surplus, unsuitable and /or waste materials S 0 Placing and compacting crushed surfacing top course for subgrade • Furnishing and installing temporary formwork • Furnishing and placing concrete and joint filler for new curb and gutter. f • This bid item shall also include the removal and replacement of concrete sidewalk ramp as necessary and shown on the Plans. Payment for remove and replace concrete curb and gutter will be made at the amount Bid per lineal foot. Bid Item 23—Property and Landscape Restoration Including: 23A—Cedar River Park Site 23B—Liberty Park Site Measurement for property and landscape restoration work will be based on the percentage of total work complete,by dollar value, at the time of measurement. Payment will be complete compensation for all labor, equipment, materials, tools to complete the work specified in the Contract Documents,and shall include but not be limited to the following: Page.10-13 11/14/2012 11 SG AA4 J:\Data\REN\110-093\10 Design\Specs\CT Pipdi—-Div l OM---d Ny—nt.d- City of Renton November 2012 Wells PW-8,PW-9&EW-3.Primary Disinfection Project Division 10—Measurement and Payment • Fine grading of all areas disturbed by contractor's construction activities and not related to sod replacement to match existing; • Furnishing,installing, and compaction of topsoil and bark material to match existing grade; • Hauling and disposing unsuitable, surplus and/or waste materials; • Replacing and restoring any landscaping, rockeries, walls, tree removal and replacement, trees, bark, and other improvements disturbed by construction activities, as directed by the Engineer; • Site cleanup of all areas disturbed by contractor's activities to match the conditions as closely as existed prior to contractor's beginning work or as directed by the Engineer. • This bid item shall not include work related to the replacing and restoration of sod material. Payment for property and landscape restoration will be made at the amount Bid per lump sum. Bid Item 24— Sod Removal and Replacement Measurement for sod removal and replacement work shall be measured based on the square yard of ' sod material installed into the Work in conformance with the Contractor Documents. Payment will be complete compensation for all labor, equipment, materials, tools to complete the work specified in the Contract Documents, and shall include but not be limited to the following: • Fine grading of all areas disturbed by contractor's construction activities to match existing; f • Furnishing,installing, and compaction of topsoil material to match existing grade; • Hauling and disposing unsuitable, surplus and/or waste materials • Preparation, placement,and maintenance of topsoil and lawn sod per the Technical Provisions. • Site cleanup of all areas disturbed by contractor's activities to match the conditions as closely as existed prior to contractor's beginning work or as directed by the Engineer. 1_ Payment for sod removal and replacement will be made at the amount Bid per square yard. Bid Item 25—Irrigation System Removal and Replacement No measurement will be made for this item. The amount specified for irrigation system removal and replacement in the Schedule of Prices is an estimate that is provided so each potential bidder has an equal opportunity in the bidding process. The amount does not in any way represent'what work may be requested or the quantity or value of the work. The Contractor shall only be compensated for the actual work requested and performed. A final change order will be issued to reflect the amount of work actually completed and to:adjust the final contract amount. This work consists of removing and replacing portions of the existing irrigation system in accordance with the Technical Provisions. There are no plans for the location of the existing irrigation system in this area of Cedar River and Liberty Park. The Contractor should expect to find live irrigation systems along the project alignment. Avoidance of the irrigation systems shall be v included in the Contractor's bid price for the water main construction. Page 10-14 11/14/2012 11:56 AM J:\Data\REN\110-093\10 Design\Specs\CT Pipelines-Dic 10 bteastuc and Ny-fttt.d.- City of Renton November 2012 Wells PW-8,PW-9& EW-3 Primary Disinfection Project Division 10—Measurement and Payment The Contractor shall have a dewatering pump available at all times to clear the trench should an irrigation line be damaged. Should the new work be filled with water from a line break due to failure of the Contractor to use a pipe plug, no payment will be made for cleaning of the new work. The Contractor shall .also have on hand at all times a set of standard repair fittings (glued and I compression couplings, bends, and pipe) for V/2 inch, 3/a inch, 1 inch, 2 inch, 3 inch and 4 inch PVC and steel pipe.Time to obtain parts in these sizes is incidental. Lump sum price shown shall cover the complete cost of providing all work necessary for repair of irrigation lines damaged during construction. Costs associated with repair of systems shall be made by force account. The Contractor shall make every effort to quickly and efficiently repair the damaged systems. Time for repairs deemed excessive by the Owner may at the Owner's.discretion be excluded from reimbursement. Payment for irrigation system removal and replacement will be made based on time and materials to perform repairs. END OF DIVISION TEN Page 10-15 11/l4/2012 11:56 AM J:\Data\REN\110-095\10 Design\Specs\CT Pipelines-Div 101'teas and Pay—a.d.- i a 0 0 APPENDICES 11 � 1 ' U ll Jl u U i SURFACE WATER STANDARD PLANS a N Y i Y DRIVEWAYS SHALL BE PAVED TO THE EDGE OF R-O-W PRIOR TO INSTALLATION OF THE st`NG ROPE / DAMAGING OF O AVOID THE ROADWAY EX� IT IS RECOMMENDED THAT THE R=25'MIN. ENTRANCE BE CROWNED SO THAT RUNOFF DRAINS OFF THE PAD 1 1 r INSTALL DRIVEWAY CULVERT IF THERE IS A ROADSIDE DITCH PRESENT,AS PER CITY ROAD STANDARDS 4"-8"QUARRY SPACES GEOTEXTILE I , �5 12"MIN.THICKNESS PROVIDE FULL WIDTH OF NOTES - INGRESS/EGRESS AREA 1. CONDITION OF USE 1.1. CONSTRUCTION ENTRANCE SHALL BE STABILIZED WHEREVER TRAFFIC WILL BE LEAVING A CONSTRUCTION SITE AND TRAVELING ON PAVED ROADS OR OTHER PAVED AREAS WITHIN 1,000 FEET OF THE SITE. GRAB TENSILE STREBNGTH(ASTM D4751) 200 PSI MIN. GRAB TENSILE ELONGATION ASTM D4632 301A MAX. MULLEN BURST STRENGTH(ASTM D3786-80A) 400 PSI MIN. AOS(ASTM D4751) 20.45(U.S.STANDARD SIEVE SIZE) 2. DESIGN AND INSTALLATION SPECIFICATIONS 2.1. HOG FUEL(WOOD BASED MULCH)MAY BE SUBSTITUTED FOR OR COMBINED WITH QUARRY SPALLS IN ARES THAT WILL BOT BE USED FOR PERMANENT ROADS.HOG FUEL IS NOT RECOMMENDED FOR ENTRANCE STABILIZATION IN URBAN AREAS.THE INSPECTOR MAY AT ANY TIME REQUIRE THE USE OF QUARRY SPALLS IF THE HOG FUEL IS NOT PREVENTING SEDIMENT FROM BEING TRACKED ONTO PAVEMENT OR IF THE HOG FUEL IS BEING CARRIED ONTO PAVEMENT. 2.2. FENCING SHALL BE INSTALLED AS NECESSARY TO RESTRICT TRAFFIC TO THE CONSTRUCTION ENTRANCE. y 2.3. WHENEVER POSSIBLE,THE ENTRANCE SHALL BE CONSTRUCTED ON A FIRM,COMPACTED SUBGRADE.THIS CAN SUBSTANTIALLY INCREASE THE EFFECTIVENESS OF THE PAD AND REDUCE THE NEED FOR MAINTENANCE. 3. MAINTENANCE.STANDARDS 3.1. QUARRY SPALLS SHALL BE ADDED IF THE PAD IS NO LONGER IN ACCORDANCE WITH THE SPECIFICATIONS. 3.2. IF THE ENTRANCE IS NOT PREVENTING SEDIMENT BEING TRACKED ONTO PAVEMENT,THEN ALTERNATIVE MEASURES TO KEEP THE STREETS FREE OF SEDIMENT SHALL BE USED.THIS MAY INCLUDE STREET SWEEPING,AN INCREASE IN THE DIMENSIONS OF THE ENTRANCE,OR THE INSTALLATION OF THE WHEEL WASH.IF WASHING IS USED,IT SHALL BE DONE ON AN AREA COVERED WITH CRUSHED ROCK,AND WASHED WATER SHALL DRAIN TO A SEDIMENT TRAP OR POND. 3.3. ANY SEDIMENT THAT IS TRACKED ONTO PAVEMENT SHALL BE REMOVED IMMEDIATELY BY SWEEPING.THE SEDIMENT COLLECTED BY SWEEPING SHALL BE REMOVED OR STABILIZED ON SITE.THE PAVEMENT SHALL NOT BE CLEANED BY WASHING DOWN THE STREET, EXCEPT WHEN SWEEPING IS INEFFECTIVE AND THERE IS A THREAT TO PUBLIC SAFETY.IF IT NECESSARY.TO WASH THE STREETS,A SMALL SUMP MUST BE CONDUCTED.THE SEDIMENT WOULD THEN BE WASHED INTO THE SUMP WHERE IT CAN BE CONTROLLED AND DISCHARGED APPROPRIATELY. 3.4. ANY QUARRY SPALLS THAT ARE LOOSENED FROM THE PAD AND END UP ON THE ROADWAY SHALL BE REMOVED IMMEDIATELY. 3.5. IF VEHICLES ARE ENTERING OR EXITING THE SITES AT POINTS OTHER THAN THE CONSTRUCTION ENTRANCE(S),FENCING SHALL BE INSTALLED TO CONTROL TRAFFIC. r I 1 also PUBLIC WORKS STABILIZED STD. PLAN — 215.10 � NTO� DEPARTMENT CONSTRUCTION ENTRANCE MARCH 2008 5"MAX. t � N DRAINAGE GRATE TRIM GRATE FRAME 3 SEDIMENT AND DEBRIS a ° OVERFLOW BYPASS BELOW INLET GRATE DEVICE FILTERED ° WATER r Q, Q SECTION VIEW J DRAINAGE GRATE RECTANGULAR GRATE SHOWN RETRIEVAL SYSTEM(TYP.) 1 � 4 1 BELOW INLET GRATE DEVICE OVERFLOW BYPASS(TYP.) 1 I ISOMETRIC VIEW NOTES 1. Size the Below Inlet Grate Device(BIGD)for the storm water structure it will service. 2. The BIGD shall have a built-In high-flow relief system(overflow bypass). I 3. The retrieval system must allow removal of the BIGD without spilling the collected material. 1 r 4. Perform maintenance in accordance with Standard Specification 8-01.3(15). 1 I Y PUBLIC WORKS CATCH BASIN FILTER STD. PLAN - 216.30 DEPARTMENT �1V C� MARCH 2008 Utility Specifications , Erosion Control Notes THESE NOTES SHALL APPEAR FOR ALL PROJECTS - SITE IMPROVEMENTS, SURFACE WATER UTILITY, WASTEWATER UTILITY, WATER UTILITY, AND TRANSPORTATION PLANS: 1. BEFORE ANY CONSTRUCTION OR DEVELOPMENT ACTIVITY OCCURS, A PRE- CONSTRUCTION MEETING MUST BE HELD WITH THE CITY OF RENTON, PUBLIC WORKS DESIGN ENGINEER. 2. All limits of clearing and areas of vegetation preservation as prescribed on the plan(s) shall be clearly flagged in the field and observed during construction. 3. All required sedimentation/erosion control facilities must be constructed and in operation prior to land clearing and/or construction to ensure that sediment laden water does not enter the natural drainage system. All erosion and sediment facilities shall be maintained in a satisfactory condition until such time that clearing and/or construction is complete and potential for on-site erosion has passed. The implementation, maintenance, replacement and additions to erosion/sedimentation control systems shall be the responsibility of the permitee. 4. The erosion and sedimentation control systems depicted on this drawing are intended to be minimum requirements to meet anticipated site conditions. As construction progresses and unexpected or seasonal conditions dictate, the permitee shall anticipate that more erosion and sedimentation control facilities will be necessary to ensure complete siltation control on the proposed site. During the course of construction, it shall be the obligation and responsibility of the permitee to address any new conditions that may be created by the activities and to provide additional facilities, over and above minimum requirements, as may be needed, to protect adjacent properties and water quality of the receiving drainage system. t 5. Approval of this plan is for erosion/sedimentation control only. It does not constitute an approval of storm drainage design, size nor location of pipes, restrictors, channels, or retention facilities. 6. During the time period of October 1st through April 30th, all project distributed soil areas greater than 5,000 square feet, that are to be left un-worked for more than 12 hours, shall be covered by mulch, sodding or plastic covering. 7. In any area which has been stripped of vegetation and where no further work is anticipated for a period 30 days or more, all disturbed areas must be immediately Stabilized with mulching, grass planting or other approved erosion control treatment applicable to the time of year. Grass seeding alone will be acceptable only during the months of April through September, inclusive. Seeding may proceed, however, whenever it is in the interest of the permitee, but must be augmented with mulching, netting or other treatment approved by the City of Renton, outside the specified time period. I , 1 Utility Specifications 8. For all erosion/sedimentation control ponds where the dead storage depth exceeds 6 inches, a fence is required with a minimum, height of three (3) feet, 3:1 side slopes. 9. A temporary gravel construction entrance, 24 feet x 50 feet x 8 inches of 4 to 6 inch quarry spalls shall be located at all points of vehicular ingress and egress to the construction site. I 7 1 f i 1 i v� A F W WATER PLAN GENERAL NOTES Standard Plan No.300 1. ALL WORK AND MATERIALS SHALL BE IN ACCORDANCE WITH THE LATEST EDITION OF THE CITY OF RENTON PUBLIC WORKS STANDARD SPECIFICATIONS AND SPECIAL PROVISIONS AND WSDOT/APWA STANDARD SPECIFICATIONS,LATEST EDITION AS AMENDED BY THE CITY OF RENTON. A SET OF CITY APPROVED PLANS SHALL BE KEPT AT THE JOB SITE WHENEVER CONSTRUCTION IS IN PROGRESS. A PRE-CONSTRUCTION CONFERENCE SHALL BE HELD PRIOR TO THE START OF CONSTRUCTION.THE CONTRACTOR AND OR DEVELOPER SHALL BE RESPONSIBLE FOR SECURING ALL NECESSARY PERMITS PRIOR TO CONSTRUCTION. 2. ALL EXISTING UTILITIES SHALL REMAIN IN SERVICE DURING CONSTRUCTION UNLESS OTHERWISE NOTED. THE CONTRACTOR SHALL CALL 1-800-424-5555 TO VERIFY UTILITY LOCATIONS BEFORE BEGINNING EXCAVATION. 3. ALL MATERIALS USED FOR THE CONSTRUCTION OF WATER SYSTEM IMPROVEMENTS SHALL BE NEW AND UNDAMAGED,AND "CATALOG CUTS"FOR ALL MATERIALS SHALL BE APPROVED IN WRITING BY THE CITY OF RENTON PRIOR TO BRINGING ANY MATERIALS ON-SITE. 4. ALL WATER MAIN PIPE MATERIALS SHALL BE CEMENT LINED DUCTILE IRON PIPE,THICKNESS CLASS 52 PER AWWA C 151 AND C 104. PIPE JOINTS SHALL BE PUSH-ON OR MECHANICAL JOINT. CAST IRON OR DUCTILE IRON PIPE FITTINGS SHALL BE CLASS 250 AS PER ANSI/AWWA C110/A21.10-82. ALL DUCTILE IRON PIPE AND FITTINGS SHALL BE WRAPPED WITH 8-MIL BLACK,TUBE-TYPE, POLYETHYLENE PLASTIC PER AWWA C105 STANDARDS. 5. MINIMUM COVER FROM TOP OF WATER MAINS TO FINISHED GRADE SHALL BE 36 INCHES FOR PIPE DIAMETER OF 10-INCH OR LESS AND 48 INCHES FOR PIPE DIAMETER OF 12-INCH AND LARGER. MAXIMUM COVER FOR ALL WATER MAINS SHALL BE 60 INCHES. ANY DEVIATIONS MUST BE APPROVED BY THE CITY OF RENTON PRIOR TO CONSTRUCTION. WHERE UTILITY CONFLICTS OCCUR, THE PROFILE OF THE WATER MAIN SHALL BE ADJUSTED AS NECESSARY TO CLEAR CONFLICTS AND TO PROVIDE MINIMUM COVER. PIPE DEFLECTION SHALL NOT EXCEED ONE-HALF OF PIPE MANUFACTURER'S SPECIFICATION FOR SIZE OF PIPE USED. ALL TRENCH BACKFILL SHALL BE COMPACTED TO 95 PERCENT MAXIMUM DRY DENSITY AS DETERMINED BY THE MODIFIED PROCTOR TEST METHOD(MDD)IN ROADWAYS,ROADWAY SHOULDERS,ROADWAY PRISM AND DRIVEWAYS,AND 85 PERCENT MDD IN UNPAVED AREAS. ALL PIPE ZONE COMPACTION SHALL BE 95 MDD. 6. CONCRETE BLOCKING FOR WATER MAINS SHALL BE DESIGNED,INSTALLED AND POURED IN PLACE IN ACCORDANCE WITH CITY OF RENTON STANDARD DETAILS AND SPECIFICATIONS AND SHALL BE INSTALLED AT ALL VERTICAL AND HORIZONTAL BENDS,FITTINGS AND BASE OF HYDRANTS. MEGA-LUGS(OR SIMILAR PRODUCT)MAY BE REQUIRED ON ALL MECHANICAL JOINTS IN ADDITION TO CONCRETE BLOCKING. 7. ALL NEW WATER MAIN PIPES AND FITTINGS SHALL HAVE A FOAM PIPE PIG RUN THROUGH THEM PRIOR TO BEING FLUSHED, DISINFECTED,AND TESTED. CLEANING,PRESSURE AND PURITY TESTING SHALL BE DONE IN THE PRESENCE OF AND UNDER THE SUPERVISION OF A CITY OF RENTON UTILITY INSPECTOR. THE CONTRACTOR SHALL SUPPLY,INSTALL AND REMOVE PLUGS, CORPORATION STOPS,BLOW-OFF ASSEMBLIES,AND THRUST RESTRAINT/BLOCKING FOR TESTING AND PURITY ACCEPTANCE. NO CONNECTION SHALL BE MADE BETWEEN THE NEW MAIN OR BETWEEN THE NEW WET-TAP VALVE TO AN EXISTING MAIN UNTIL THE NEW PIPING HAS BEEN FOAM-PIGGED,DISINFECTED,FLUSHED,AND PASSED BOTH PRESSURE AND PURITY TESTING. 8. NEW WATER MAINS INCLUDING SERVICE LATERALS SHALL BE TESTED AT A STATIC PRESSURE OF 150 PSI ABOVE WORKING PRESSURE WITH A MINIMUM OF 225 PSI TEST PRESSURE FOR 120 MINUTES WITH A MAXIMUM OF 5 PSI PRESSURE DROP DURING THE ENTIRE TEST PERIOD.UPON SATISFACTORY COMPLETION OF THE PRESSURE TEST,THE LINE SHALL BE DISINFECTED,FLUSHED, AND THEN WATER SAMPLES SHALL BE TAKEN FOR PURITY TESTING BY THE PUBLIC WORKS INSPECTOR. 9. THE CONTRACTOR SHALL NOTIFY THE CITY OF RENTON WATER UTILITY AND MAINTENANCE DEPARTMENTS AT LEAST 10 WORKING DAYS PRIOR TO MAKING CONNECTIONS TO THE EXISTING WATER SYSTEM.THE CONTRACTOR SHALL EXPOSE THE EXISTING WATER MAIN AND FITTINGS AT THE CONNECTION POINT BEFORE ORDERING THE NECESSARY ADAPTORS AND FITTINGS REQUIRED FOR THE FINAL CONNECTION. THE CONTRACTOR SHALL EXCAVATE,REMOVE ALL SURFACE MATERIALS,AND PROVIDE SHORING AND ALL MATERIALS REQUIRED FOR THE CITY OF RENTON TO PERFORM THE CONNECTION TO THE EXISTING WATER SYSTEM. THE CONTRACTOR SHALL PROVIDE AND INSTALL BACKFILL,CONCRETE BLOCKING,AND COMPLETE SURFACE RESTORATION. tiCY o STD. PLAN - 300.0 PUBLIC WORKS WATER PLAN GENERAL NOTES DEPARTMENT MARCH 2010 � O Z J h hi F- 0 TESTING DETAIL z x t8 FT w 0 NEW D.I. WATER LINE TAPPING TEE (MJxFL) VERTICAL CROSS(MJxFL) FOR POLYPIGGING TAPPING GATE VALVE (FL XMJ) 1—BLIND FLANGE ON TOP WITH 2" TAP AND 2" PLUG TEMPORARY PLUG (MJ) WITH 2—INCH TAP 1—BLIND FLANGE ON BOTTOM AND 2—INCH BLOW—OFF ASSEMBLY 1—PLUG(MJ) WITH 2"TAP & 2" BLOW—OFF CONCRETE BLOCKING TEMPORARY BLOCK w z J of w F-- Q c� FINAL CONNECTION DETAIL z X w ONEW D.I. WATER LINE AFTER ALL CLEANING BY POLYPIG, PRESSURE TESTING AND DISINFECTION, REMOVE TEMPORAY BLOCK & BLOW—OFF AND CONNECT TO VALVE WITH D.I. SLEEVE (MJ) & D.I. SPOOLS FINAL CONNECTION BY CITY FORCES NOTES: 1. TAPPING TEES SHALL BE MADE OF CAST IRON, DUCTILE IRON OR EPDXY—COATED STEEL, BOLTS AND NUTS SHAL BE COR—TEN. ALL TEES AND VALVES SHALL BE WATER TESTED BEFORE TAP 2. NO SIZE ON SIZE TAPS ON CAST—IRON WATER LINES, TAP SHALL BE AT LEAST 2" SMALLER DIAMETER THAN THE EXISTING MAIN. 3. NO WET TAP ON ASBESTOS CEMENT LINE OR STEEL LINE 4. WET—TAPPING OF EXISTING CITY OF RENTON WATER MAINS WILL BE DONE BY SPEER TAP OR SUPERIOR TAPPING INC. 5. CONTRACTOR SHALL POTHOLE AND VERIFY THE HORIZONTAL AND VERTICAL ALIGNMENT OF EXISTING LINE OR STUB AND SHALL START LAYING THE NEW LINE AT THE SAME HORIZONTAL AND VERTICAL ALIGNMENT OF THE EXISTING STUB. 6. CITY FORCES WILL PERFORM THE FINAL CONNECTION FROM THE WATER LINE TO THE TAPPING VALVE WITH D.I. SLEEVE AND D.I. SPOOL. � A� PUBLIC WORKS CONNECTION TO WATER MAIN WITH STD. PLAN - 300.1 .� DEPARTMENT TAPPING TEE & VALVE MARCH 2010 TESTING DETAIL ±10 FT NEW WATER LINE EXISTING WATER LINE O EXISTING TEE, DEAD END LINE, CAP OR PLUG DO NOT DISTURB BLOCKING VERTICAL CROSS (MJxFL) FOR POLYPIGGING 1 -BLIND FLANGE ON TOP WITH 2"TAP & 2"PLUG 1 -BLIND FLANGE ON BOTTOM 1-PLUG(MJ) W/2"TAP & 2" BLOW-OFF TEMP. BLOCK FINAL CONNECTION DETAIL NEW WATER LINE EXIST. WATER LINE O O AFTER ALL TESTING, CLEANING BY POLYPIG AND DISINFECTION, REMOVE TEMP. BLOCK & BLOW-OFF & CONNECT TO EXISTING WATER LINE WITH SLEEVE (MJ) AND D.I. SPOOLS FINAL CONNECTION BY CITY FORCES � - PUBLIC WORKS CONNECTION TO WATER MAIN STD. PLAN 300.5 �O DEPARTMENT EXISTING TEE OR END LINE CAP � MARCH 2010 N't EXISTING WATER LINE PLAN VIEW TESTING DETAIL t8 FT WEO NEW WATER LINE VERTICAL CROSS(MJxFL) FOR POLYPIGGING ONE BLIND FLANGE ON TOP WITH 2"TAP & 2"PLUG ONE BLIND FLANGE ON BOTTOM ONE (MJ) PLUG WITH 2" TAP & 2" TEMPORARY BLOW-OFF TEMPORARY BLOCK CUT-IN (BY CITY FORCES) TEE (FLxFL) W/ CONC. BLOCK 1- GATE VALVES (FLxMJ) 2- SOLID SLEEVES (MJ) OR RO-MAC COUPLINGS 1-PLUG (MJ) W/2"TAP & TEMP. BLOW-OFF TEMP. BLOCK EXISTING WATER LINE EXISTING WATER LINE FINAL CONNECTION DETAIL AFTER ALL TESTING, CLEANING BY POLYPIG, AND DISINFECTION, REMOVE TEMP. BLOCK & BLOW-OFF & CONNECT WITH SLEEVE (MJ) & D.I. SPOOLS FINAL CONNECTION BY CITY FORCES EXISTING WATER LINE Y STD. PLAN - 300.2 PUBLIC WORKS CONNECTION TO WATER MAIN CUT DEPARTMENT IN-LINE TEE & ONE VALVE ��NTO MARCH 2010 EXISTING WATER LINE PLAN VIEW TESTING DETAIL 1 t8 FT . . 0 NEW WATER LINE VERTICAL CRDSS(MJxFL) FOR PDLYPIGGING ONE BLIND FLANGE ON TOP WITH 2'TAP & 2'PLUG ONE BLIND FLANGE ON BOTTOM ONE (MJ) PLUG WITH 2' TAP & 2' TEMPORARY BLOW-OFF TEMPORARY BLOCK CUT-IN (BY CITY FORCES) TEE (FLxFL W/ CONC, BLOCK 2- GATE VALVES (FLxMJ) 2- SOLID SLEEVES (MJ) OR RD-MAC COUPLINGS 1- ADAPTER (FL X MJ) 1- PLUG (MJ) W/2'TAP & TEMP. BLOW-OFF TEMP, BLOCK EXISTING WATER LINE EXISTING WATER LINE FINAL CONNECTION DETAIL AFTER ALL TESTING, CLEANING BY POLYPIG, AND DISINFECTION, REMOVE TEMP. BLOCK & BLOW-OFF & CONNECT WITH SLEEVE <MJ) & D,I, SPOOLS FINAL CONNECTION BY CITY FORCES EXISTING WATER LINE � PUBLIC WORKS CONNECTION TO WATER MAIN CUT STD. PLAN - 300.3 O DEPARTMENT IN-LINE TEE & TWO VALVES MARCH 2010 EXISTING WATER LINE PLAN VIEW TESTING DETAIL ±8 FT NEW WATER LINE VERTICAL CROSS(MJxFL) FOR POLYPIGGING ONE BLIND FLANGE ON TOP WITH 2'TAP & 2'PLUG ONE BLIND FLANGE ON BOTTOM ONE (MJ) PLUG WITH 2' TAP & 2' TEMPORARY BLOW-OFF TEMPORARY BLOCK CUT-IN (BY CITY FORCES) TEE (FLxFL> W/ CONC. BLOCK 3- GATE VALVES (FLxMJ) 2- SOLID SLEEVES (MJ) OR RO-MAC COUPLINGS 1- PLUG (MJ) W/2'TAP &TEMP. BLOW-OFF TEMP. BLOCK EXISTING WATER LINE EXISTING WATER LINE FINAL CONNECTION DETAIL AFTER ALL TESTING, CLEANING BY POLYPIG, AND DISINFECTION, REMOVE TEMP. BLOCK & BLOW-OFF & CONNECT WITH SLEEVE (MJ) & D.L SPOOLS FINAL CONNECTION BY CITY FORCES EXISTING WATER LINE PUBT,IC WORKS CONNECTION TO WATER MAIN STD. PLAN - 300.4 DEPARTMENT CUT IN-LINE TEE & THREE VALVES F'�NTp MARCH 2010 TEMPORARY 2" GALVANIZED PIPE AND 2" GATE VALVE FINISHED GRADE ELEVATION \/` \�\\' INSTALL 2" PLUG ON TOP BLIND FLANGE 3 FT MIN. COVER (10-INCH DIAMETER AND UNDER) AFTER REMOVAL OF POLYPIG 4 FT MIN. COVER (12-INCH DIAMETER AND OVER) e G NEW WATER MAIN POLYPIG D e VERTICAL CROSS FOR POLYPIGGING STATION: SIZE OF VERTICAL CROSS SHALL BE THE SAME AS SIZE OF MAIN LINE VERTICAL CROSS (MJ X FL) ONE BLIND FLANGE ON TOP OF CROSS WITH 2" TAP & 2" TEMPORARY BLOW-OFF ASSEMBLY (REMOVE BLOW-OFF ASSEMBLY AND INSTALL 2" PLUG AFTER REMOVAL OF CLEANING "POLY-PIG") ONE BLIND FLANGE ON BOTTOM OF CROSS ONE PLUG (MJ) ON END OF CROSS CONCRETE BLOCKING ALL DEBRIS AND POLYPIGS SHALL BE REMOVED FROM SUMP OF VERTICAL CROSS BEFORE DISINFECTION OF NEW WATER MAIN Y PUBLIC WORKS POLY PIG STATION FOR CLEANING OF STD. PLAN — 300.6 DEPARTMENT WATER MAINS MARCH 2010 FIRE HYDRANT SHALL BE COREY—TYPE EQUAL TO IOWA F-5110 OR COMPRESSION TYPE SUCH AS CLOW MEDALLION; M & H 929, MUELLER SUPER CENTURION 200, AND WATEROUS PACER WITH 6" MECHANICAL JOINT INLET WITH LUGS. 5-1/4" MAIN VALVE OPENING. TWO 2-1/2" HOSE CONNECTIONS NATIONAL STANDARD THREADS. 4" PUMPER CONNECTION CITY OF SEATTLE THREADS WITH A STORZ ADAPTOR, 4.875 SEATTLE THREAD X 5" STORZ, ATTACHED WITH 1/8" STAINLESS STEEL CABLE, 1-1/4" PENTAGON OPERATING NUT. FIRE HYDRANT TO BE PAINTED WITH TWO COATS OF PAINT. KELLY—MOORE/PRESERVATIVE PAINT No. 5780-563 DTM ACRYLIC GLOSS, SAFETY YELLOW OR APPROVED EQUAL. PUMPER CONNECTION TO FACE ROADWAY OR AS DIRECTED BY RENTON FIRE DEPARTMENT. FIRE HYDRANT EXTENSION TO BE USED IF REQUIRED. MIN. 18" TO 20" BEHIND BACK OF CURB OR 12" BEHIND BACK OF 3' SIDEWALK THAT IS ADJACENT TO CURB" 4.875" x 5" STORZ TWO—PIECE CAST IRON VALVE BOX WITH LUG 5'x5'x6" THICK CONCRETE PAD AROUND TYPE COVER. EQUAL TO OLYMPIC FOUNDRY CO. HYDRANT, FINISH TO MATCH SIDEWALK. STANDARD 8" TOP SECTION WITH REGULAR BASE °° EXPANSION JOINT AT SECTION LENGTH TO FIT. VALVE NUT EXTENSION 2 BACK OF SIDEWALK AS REQUIRED. CONCRETE SIDEWALK RAISED PAVEMENT MARKER TYPE 88—A /"—OR PLANTING STRIP STIMSONITE TWO—WAY BLUE REFLECTIVE 36" MIN COVER CONCRETE BLOCKING 0 CONCRETE ? THRUST BLOCK MAIN LINE TEE. WITH 6" FLANGE SIDE OUTLET. 6" GATE VALVE (FL X MJ) AWWA C-509, RESILIENT SEAT 6" DUCTILE IRON PIPE, CLASS 52 CEMENT LINED, LENGTH TO FIT 2-3/4" COR—TEN STEEL TIE RODS. 16" x 8" x 4" MININUM 1/2 YARD OF 1-1/4" WASHED DRAIN ROCK CONCRETE BEARING 1' ABOVE BOOT FLANGE. PLACE 8 MIL BLOCK UNDER HYDRANT POLYETHYLENE FILM AROUND TOP AND SIDES OF GRAVEL. FIRE HYDRANT ASSEMBLY LEVEL ALL GROUND LEVEL ALL GROUND M � MIN 3' RADIUS IN 3' RADIUS All 1 ONE MAN ROCK 0 6 1 1 1 6 6" CONCRETE PAD �6" CONCRETE PAD CUT Fl LL HYDRANT LOCATION IN CUT OR FILL Y PUBLIC WORKS FIRE HYDRANT ASSEMBLY STD. PLAN - 310.1 DEPARTMENT MARCH 2010 MARKER MARKER MARKER I . t I o e I TWO LANE ROAD OFFSET ON SIDE STREETS WHERE THE MARKER TO INDICATE HYDRANT IS WITHIN 20' OF A WHICH SIDE OF STREET MAIN TRAVELED STREET, THE HYDRANT IS ON (4" FROM MARKER IS TO BE INSTALLED DOTS OR PAINTED LINE) ON THAT MAIN STREET I MARKER MARKER FOUR LANE ROAD OFFSET FIVE LANE ROAD OFFSET MARKER TO INDICATE WHICH MARKER TO INDICATE WHICH SIDE OF STREET HYDRANT IS SIDE OF STREET HYDRANT IS ON (4" FROM DOTS OR ON (4" FROM DOTS OR PAINTED LANE DIVIDER) PAINTED LANE DIVIDER) HYDRANT MARKERS AM ME\ RAISED PAVMENT MARKER TYPE 88 AB STIMSONITE TWO—WAY (BLUE) STD. PLAN — 310.3 n ` PU.BLIC WORKS DEPARTMENT HYDRANT MARKER LAYOUT MARCH 2010 13"x24" PLASTIC METER BOX EQUAL TO MID-STATES PLASTIC, NC. BCF SERIES MSBCF 1324-18 WITH 1.75" THICK DUCTILE aTr PRIVATE RON DIAMOND PLATE COVER EQUAL TO MID-STATES PLASTICS, INC. MSCBC-1324-R WITH READER LID AND 2" DRILLED HOLE PIPING PIPING FOR TOUCHREAD PIT LID (SEE DETAIL A-A) 4. IN UNIMPROVED RIGHT OF ?I —WAY INSTALL METER BOX AT PROPERTY LINE WITH 12" w LONG COPPER TAILPIECE. w 9° MIN o I SIDEWALK 12" MAX I . FINISH GRADE i.' Z a U TOUCHREAD�WATER > METER TO BE 0 00 SUPPLIED BY THE 12 z a 36" MIN COVER N n CITY �> TYPE "K" SOFT o° COPPER TUBING "o° 22-1/2- , NEW DUCTILE IRON WATERMAIN IF SERVICE LINE TO HOUSE IS 3/4" OR 1" TO BE INSTALLED IN THE FUTURE GALVANIZED INSTALL FORD C14-33 OR 44 FIPT PLUG x COMPRESSION COUPLING LOOP DOWN TO CENTERLINE OF WATER MAIN TO PROVIDE SLACK IN COPPER COPPERSETTER FOR 5/8"x3/4" METER: FORD SERVICE LINE TO METER. VBH72-15W-44-33G, OR McDONALD BRASS: 21-215WC0033, OR MUELLER: 3/4-B-2470-2 WITH ANGLE BALL VALVE ON INLET AND SINGLE CHECK VALVE ON OUTLET CORPORATION STOP WITH BALL VALVE. FORD COPPERSETTER FOR 1" METER FORD VBH72-15W-44-44G, OR TAPERED THREAD (CC). QUICK JOINT MCDONALD BRASS: 21-415WCQQ44, OR MUELLER: 1-8-2470-2 (3/4" FB1000-3-Q) OR AY MCDONALD 4701B BOTH INLET AND OUTLET WITH QUICK JOINT. PADLOCK WINGS ON (1" FB1000-4-Q) OR AY MCDONALD 47018 INLET ANGLE BALL VALVE AND SINGLE CHECK VALVE ON OUTLET. ALL FITTINGS SHALL BE WITH QUICK JOINT. NOTE: ALL METER BOXES INSTALLED WITHIN CONCRETE OR PAVED DRIVEWAYS SHALL BE CAST-IRON EQUAL TO OLYMPIC FOUNDARY. EXPANSION JOINTS MUSH BE INSTALLED ON BOTH SIDES OF METER BOX. A — A DRILL 2" DIA. HOLE FOR AMR (AUTOMATIC METER READ) TOUCHREAD DEVICE L _ 2-1/2" MIN. FROM NEAREST AND FRONT EDGE OF PIT LID TYPICAL RIB NOTE: THE CENTER OF THE HOLE MUST BE AT LEAST 1" FROM UNDERNEATH RIBS UNLESS THE RIB SPACING ALLOWS THE NUT TO TIGHTEN AGAINST THE OPEN SIDE OF MORE THAN ONE RIB. PUBLIC WORKS 3/4" AND 1" WATER SERVICE STD. PLAN - 320.1 � !►� + DEPARTMENT NOVEMBER 2009 CITY PRIVATE PIPING PIPING 1-1/2" AND 2" WATER SERVICE DETAIL z z J J r IN UNIMPROVED > CAUTION: VALVE BOX SHOULD NOT REST ON 10 11 12 RIGHT–OF–WAY INSTALL METER w BOX AT PROPERTY LINE WITH w PIPE. LATER COMPACTION IN AREA OF VALVE BOX a o. 12" LONG COPPER TAILPIECE o COULD CAUSE THE BREAKAGE OF THE SERVICE. a D_ a o_ 9" MIN. 12" MAX. zx gw 3 ff' 9 maw o LEAVE EXPOSED o o MC) 4 7 NM Nov 12" J BY ALLOWED ° ° ° FOR PASS GATTIION METERS 1 2 3 6 7 - 7 13 5 s CRUSHED ROCK BASE TO SUPPORT A— A DRILL 2" DIA. HOLE FOR VAULT. 70UCHREAD DEVICE QUICK–JOINT COUPLING x MIPT CAST IRON OR DUCTILE IRON WATERMAIN 2-1/2" MIN. FROM NEAREST NOTE: AND FRONT EDGE OF PIT LID THE CENTER OF THE HOLE MUST BE AT LEAST 1" FROM UNDERNEATH RIBS UNLESS THE RIB SPACING ALLOWS THE NUT TO TIGHTEN AGAINST THE OPEN SIDE OF TYPICAL RIB MORE THAN ONE RIB. MATERIAL LIST FOR 2" SERVICE: METER LOCATED IN PLANTING STRIP MATERIAL LIST FOR 1-1/2" SERVICE: METER LOCATED IN PLANTING STRIP BETWEEN CURB & SIDEWALK BETWEEN CURB & SIDEWALK 1. 2" tapped tee, on new water main. 1. 2" tapped tee on new water main. 2. 4" long X 2" brass nipple with threaded ends (MIPT). 2. 4" long X 2" brass nipple with threaded ends (MIPT). 3. 2" resilient seat gate valve with threaded ends, square operating nut, 3. 2" resilient seat gate valve with threaded ends, square operating nut, and and valve nut extension if required (see standard detail 330.1). valve nut extension if required (see standard detail 330.1). 4. Two piece cost iron valve box. Standard 8" top section with regular 4. Two piece cast iron valve box. Standard 8" top section with regular base base section, length to fit, "lug" type cover. 2" brass bushing (MIPT x section, length to fit, "lug" type cover. FIPT). 5. 2" X 1-1/2" hex brass bushing (MIPT x FIPT). 2 each 1-1/2" brass or 5. 2 each 2" brass or bronze nipples 6" length, threaded ends. 2 each bronze nipples 6" length, threaded ends. 2 each 1-1/2"-90' brass or 2"-90' brass or bronze elbows (FIPT x FIPT). bronze elbows (FIPT x FIPT). 6. 2" (MIPT) x compression fitting, Ford C84-66 or equal. 6. 1-1/2" (MIPT) x compression fitting, Ford C84-66 or equal. 7. 2" soft copper tubing type K or brass nipples (MIPT x MIPT), length to 7. 1-1/2" soft copper tubing type K or brass nipples (MIPT x MIPT), length fit. to fit. 8. 2" threaded brass 90' ell. 8. 1-1/2" threaded brass 90' ell, for Ford L44-77 or equal. 9. 2" Customsetter with by–pass Ford: VBH 86-128-11-77 (x 17-3/16" 9. 1-1/2" Customsetter with by–pass Ford: VBH 86-12B-11-66 (x ), McDonald Bross: 308715WDFF775 or Mueller 8-1427-2", with flanged 13-3/16"), McDonald Brass: 3OB612WDFF665 or Mueller B-1427-1 1/2", angle ball valve and padlock wings on inlet, and angle check valve with flanged angle ball valve and padlock wings on inlet, and angle check outlet, ball valve on bypass with padlock wings. Customsetter shall valve outlet, ball valve on bypass with padlock wings. Customsetter shall have vertical inlet and outlet. have vertical inlet and outlet. 10. Rigid meter spreader to be supplied and installed in meter setter by 10. Rigid meter spreader to be supplied and installed in meter setter by contractor, contractor. 11. Water meter shall be supplied and installed by City of Renton upon 11. Water meter shall be supplied and installed by City of Renton upon payment of all related water meter fee and satisfactory pressure and payment of all related water meter fee and satisfactory pressure and purity tests. purity tests. 12. 17"x30" Plastic meter box equal to Mid–States Plastics, Inc. BCF Series 12. 17"x30" Plastic meter box equal to Mid–States Plastics, Inc. BCF Series MSBCF 1730-18 with 2" thick Ductile iron diamond plate cover 18"x31" MSBCF 1730-18 with 2" thick Ductile iron diamond plate cover 18"x31" equal to Mid–States Plastics, Inc. MSCBC-1730–R with 2" drilled hole equal to Mid–States Plastics, Inc. MSCBC-1730–R with 2" drilled hole for for touchread pit lid, and meter read lid. touchread pit lid. 13. 2" coupling (compression x FIPT) with 2" plug (MIPT), Ford C-14-66 13. 1-1/2" coupling (compression x FIPT) with 1-1/2" plug (MIPT), Ford or equal. The property owner is responsible for any necessary adaptation or C-14-66 or equal. The property owner is responsible for any necessary extension of water service. adaptation or extension of water service. NOTE: ALL METER BOXES INSTALLED IN CONCRETE OR PAVED DRIVEWAYS SHALL BE CAST–IRON EQUAL TO OLYMPIC FOUNDARY. EXPANSION JOINTS MUST BE INSTALLED 12" MINIMUM ON BOTH SIDES OF METER BOX. - Gtiz Y °� PtiBLIC WORKS 1 %2" AND 2" WATER SERVICE LOCATED STD. PLAN - 320.2 DEPARTMENT IN PLANTING STRIP ��NZO; MARCH 2010 w CAUTION VALVE BOX SHOULD NOT REST ON ? PIPE. LATER COMPACTION IN AREA OF VALVE BOX COULD CAUSE THE BREAKAGE OF THE SERVICE. - id 10 11 12 p o: a PRIVATE PLUMBING 9" MIN. g SHALL CONNECT IBM 12" MAX. HERE . z ZQ I � <� (O U 4 '0 0 - 7 7 n 2" BRASS PLUG CRUSHED ROCK BASE (THREADED) TO SUPPORT VAULT. frs'1 BY PASS NOT ALLOWED FOR IRRIGATION METERS 2 3 6 7 7 13 1 6 1-1/2' AND 2" WATER SERVICE DETAIL MIPT x QUICK JOINT 8 MATERIAL LIST FOR 2" SERVICE WITH METER LOCATED IN RIGHT—OF—WAY BEHIND SIDEWALK 1. 2" tapped tee on.new water meter. 2. 4" long X 2" brass nipple with threaded ends (MIPT). A— A 3. 2" resilient seat valve with threaded ends, square operating nut and valve nut extension if DRILL 2" DIA. HOLE FOR required (see standard detail 330.1), TOUCHREAD DEVICE 4. Two piece cast iron valve box. Standard 8" top section with regular base section, length to fit, "lug" type cover. 5. 2" brass bushing (MIPT x FIPT) 2 each 2" brass or bronze nipples 6" length, threaded ends 2 each 2"-90' brass or bronze elbows (FIPT x FIPT) 6. 2" (MIPT) x compression fitting, Ford C84-66 or equal. T} 7. 2" soft copper type K or brass nipples, length to fit. TYPICAL RIB] 8. 2" threaded brass 90' ell. 9. 2" Customsetter with by—pass Ford VBH 86-128-11-77 (17-3/16") or McDonald brass 2-1/2" MIN. FROM NEAREST 3OB715WDFF775, with flanged angle ball valve and padlock wings on inlet, and angle check valve AND FRONT EDGE OF PIT LID outlet, ball valve on bypass with padlock wings. Customsetter shall have vertical inlet and outlet. 10. Rigid meter spreader to be supplied and installed in meter setter by contractor. 11. Water meter shall be supplied and installed by City of Renton upon payment of all related water meter fee and satisfactory pressure and purity tests. 12. 17"x30" equal to Mid—States Plastics, Inc. BCF Series MSBCF 1730-18 with 2" thick Ductile iron domond plate cover 18"x31" equal to Mid—Stotes Plastics, Inc. MSCBC-1730—R with 2" drilled hole for touchread pit lid, and meter read lid. 13. 2" coupling (compression x FIPT) with 2" plug (MIPT), Ford C-14-66 or equal. The property owner is responsible for any necessary adaptation or extension of water service. MATERIAL LIST FOR 1-1/2" SERVICE WITH METER LOCATED IN RIGHT—Of—WAY BEHIND SIDEWALK 1. 2" tapped tee on new water main 2. 4" long X 2" brass nipple with threaded ends (MIPT). 3. 2" resilient seat valve with threaded ends, square operating nut and valve nut extension if required (see standard detail 330.1). 4. Two piece cast iron valve box. Standard 8" top section with regular base section, length to fit, "lug" type cover. 5. 2" X 1-1/2" hex brass bushing (MIPT x FIPT), 2 each 1-1/2" brass or bronze nipples 6" length (threaded ends), 2 each 1-1/2"— 90' brass or bronze elbows (FIPT x FIPT) 6. 1-1/2" (MIPT) x compression fitting, Ford C84-66 or equal. 7. 1-1/2" soft copper type K or brass nipples, length to fit. B. 1-1/2" pack—joint 9.0' ell, for Ford L44-77 or equal. 9. 1-1/2" Customsetter with by—pass Ford VBH 66-12B x 13-3/16" or McDonald brass, with flanged angle ball valve and padlock wings on inlet, and angle check valve outlet, ball valve on bypass with padlock wings. Customsetter shall have vertical inlet and outlet. 10. Rigid meter spreader to be supplied and installed in meter setter by contractor. 11. Water meter shall be supplied and installed by City of Renton upon payment of all related water meter fee and satisfactory pressure and purity tests. 12. 17"x30" equal to Mid—States Plastics, Inc. BCF Series MSBCF 1730-18 with 2" thick Ductile iron damond plate cover 18"x31" equal to Mid—States Plastics, Inc. MSCBC-1730—R with 2" drilled hole for touchread pit lid and meter read lid. 13. 1-1/2" coupling (compression x FIPT) with 1-1/2" plug (MIPT), Ford C-14-66 or equal. The property owner is responsible for any necessary adaptation or extension of water service, NOTE: ALL METER BOXES INSTALLED IN CONCRETE OR PAVED DRIVEWAYS SHALL BE CAST—IRON EQUAL TO OLYMPIC - FOUNDARY. EXPANSION JOINTS MUST BE INSTALLED 12" MINIMUM ON BOTH SIDES OF METER BOX. — n�+ PUBLIC .WORKS 2 AND 1 %2" WATER SERVICE LOCATED STD. PLAN 320.3 DEPARTMENT IN RIGHT OF WAY BEHIND SIDEWALK FEBRUARY 2010 A A PLAN VIE WATER VALVE BOX LID WITH EARS IN DIRECTION OF 2" SQUARE WATER MAIN AND WORD OPERATING NUT �. "WATER" CAST INTO IT 12" m r - 18" MAX 4" CONCRETE COLLAR FOR 12" VALVES IN PAVED AREAS 4-1/4" DIA. 1/8" MIN. THICKNESS SEE DETAIL—/ ` 2 PIECE CAST IRON VALVE BOX, RICH—SEATTLE TYPE 1" STEEL OR OLYMPIC FOUNDRY LENGTH AS REQUIRED �y 1/8" MIN. THICKNESS 2-1/4" INSIDE MEASUREMENT 2-1/4" DEPTH VALVE OPERATING NUT I SECTION A—A EXTENSION 3� VALVE OPERATION NUT EXTENSION NOTE: 3�sr EXTENSIONS ARE REQUIRED WHEN VALVE NUT IS MORE THAN THREE (3) FEET BELOW 3" FINISHED GRADE. EXTENSIONS ARE TO BE A 38" MIN. MINIMUM OF ONE (1) FOOT LONG. ONLY ONE WIDTH EXTENSION TO BE USED PER VALVE. WHITE POST NOTE: ALL EXTENSIONS ARE TO BE MADE 62" OF STEEL, SIZED AS NOTED, AND PAINTED — On WITH TWO COATS OF METAL PAINT. 1TII1 II 24" VALVE MARKER NOTES: VALVE MARKERS SHALL BE EQUAL TO CARSONITE UTILITY MARKER VALVE MARKER POST TO BE USED FOR ALL VALVE MARKER POST MAIN LINE VALVES OUTSIDE PAVED AREAS STD. PLAN - 350.1 + PUBLIC WORKS VALVE BOX, MARKER & OPERATING DEPARTMENT NUT EXTENSION MARCH 2010 i j 11-1/4° BEND 22-1/2° BEND 45° BEND CAP 90° BEND TEE THRUST BLOCK BEARING AREA IN SQUARE FEET (SEE NOTES) FOR HORIZONTAL AND DOWNWARD VERTICAL BENDS SOIL FIRM SILT OR COMPACT SAND COMPACT SAND & GRAVEL FIRM SILTY SAND ' 90' d37.5 45' BEND 11 1/4' 90' 45' BEND 11 1/4' 90' 45' BEND 11 1/4' FITTING BEND CAP OR PLUG & 22 1/2' BEND TEE CAP OR PLUG & 22 1/2' BEND TEE CAP OR PLUG & 22 1/2' BEND BEND BEND N 4" 7.0 4.2 1.7 2.9 2.1 2.1 1.0 2.2 1.6 1.6 1.0 n 6" 13.3 9.4 3.8 6.7 4.7 4.7 1.9 5.0 3.5 3.5 1.4 w 8" 23.3 16.7 6.7 11.7 8.4 8.4 3.4 8.8 6.3 6.3 2.5 a 12" 53.0 37.5 15.0 126.5 18.8 18.8 7.5 20.0 14.0 14.0 5.6 a AREAS CALCULATED ON 300 PSI TEST PRESSURE. 3'-0" MIN. COVER FOR WATERMAIN LESS THAN 12". 4'-0" MIN. COVER FOR WATERMAIN 12" OR GREATER. MAX. HEIGHT OF THRUST BLOCK (FT) = 0.5 z DEPTH OF TRENCH MIN. HEIGHT OF THRUST BLOCK (FT) = O.D. PIPE + 1.0' 0 i i n R AREAS REFER SK TO THE BEARING FACE OF BLOCK MEASURED IN SQUARE FEET NOTES: 1. LOCATION AND SIZE OF BLOCKING FOR PIPE LARGER THAN 12"DIAMETER AND FOR SOIL TYPES DIFFERENT THAN SHOWN SHALL BE DETERMINED BY THE ENGINEER. 2. ALL BLOCKING SHALL BE POURED IN PLACE AGAINST UNDISTURBED NATIVE GROUND. 3. ALL POURED THRUST BLOCKS SHALL BE BACKFILLED AFTER MIN. 1 DAY. PRESSURE TESTING SHALL OCCUR AFTER CONCRETE HAS REACHED NOMINAL COMPRESSIVE STRENGTH. 4. ALL BLOCKING SHALL BE CONCRETE CL 5 (1-1/2"). 5. BLOCKING AGAINST FITTINGS SHALL BEAR AGAINST THE GREATEST FITTING SURFACE AREA POSSIBLE, BUT SHALL NOT COVER OR ENCLOSE BELL ENDS, JOINT BOLTS OR GLANDS REASONABLE ACCESS TO BOLTS AND GLANDS SHALL BE PROVIDED. PUBLIC WORKS CONCRETE BLOCKING FOR STD. PLAN - 330.2 DEPARTMENT HORIZONTAL AND DOWNWARD ��NTO� VERTICAL BENDS MARCH 2010 I SHACKLE RODS TYPE A BLOCKING (TYP) R FOR 11 1/4' & 221/2' VERTICAL BENDS VB S d L W z O Z m md a W U Z U p J L'i m - W W NU Lj m v Of Z W 0= w LL,w J Wa Q� QJ W.w 0 0 CD M °U °UU o z 1 2 TURNBUCKLES F WW W o o o ° N~ W QQ THREAD 6" d > S 4" 300 111/4 8 2 3/4 18 221/2 12 21/4 24 6" 300 111/4 12 21/4 3/4 24 a ° 221/2 27 3 1/4 16 2 1/2 a / 8" 300 221 2 43 31/2 3/4 24 ° d ° ° \/ 111/4 64 4 1 24 �° ° \\/ 12" 300 221/2 125 5 1 36 a a 4 \ ° J R = INSIDE RADIUS OF SHACKLE ROD BEND ° ° A d W O ° V) .p m co Li Qf d \ o SHACKLE RODS a:°° n .d ° _ \z (TYP) R. \/ a c \x/ R� ° a ° r� S 2 TURNBUCKLES TYPE A THREAD 6" 0.19*S I lb Q a O ° d a \/ W O ° a °W. TYPE B BLOCKING FOR 45' VERTICAL BENDS ° a Ca ° \ VB S d L v a a d a ° �% o Ln W W \� o Ld ou W N a Y m ° 0 (= WN � °W Ow mW U UF- ¢vtn �wm _ a - ° ° W Jw QQ S W of W N� as �o Um �� Uo� oz� a d \� LL LLJ Li H > z Q ao o a ° a a a ° \/\ 4' 27 3 a 4 6 300 45 64 4 3/a 20 ° ° �. ° 8" 125 5 1 30 a 4 a. 216 6 I L_ S _1 r TYPE B CONCRETE BLOCKING FOR VERTICAL STD. PLAN - 330.3 ® � PUBLIC WORKS FITTINGS DEPARTMENT F t0 MARCH 2010 Where shown on the plans or in the specifications or required by the Engineer, joint restraint system (shackle rods) shall be used. All joints restraint materials used shall be those manufactured by Star National Products, 1323 Holly Avenue, PO Box 258, Columbus, Ohio 43216 unless an equal alternate is approved in writing by the Engineer. . Steel Types. Materials. . High strength low—olloy steel (cor—ten), ASTM A588 heat—treated. 1.Tiebolt: ASTM A588, Grade B, Cor—Ten, equal to SuperStar Tielbolt Installation: SST 7 5/8" for 2" and 3" mechanical joints (M.J.) with eye for 5/8" rod Install the joint restraint system in accordance with the Manufacturer's SST 7 3/4" for 4" to 12" M.J. with eye for 3/4" rod instructions so all joints are mechanically locked together to prevent joint SST 756 3/4" for 14" to 24" M.J. with eye for 3/4" rod separation. SST 747 : 3/4" for 4" to 12" M.J. with eye for 7/8" and 1" rod Tiebolts shall be installed to pull against the mechanical joint body and SST 757 : 3/4" for 14" to 24" M.J. with eye for 7/8" and 1' rod SST 778: 1" for 30" to 36" M.J. with eye for 1" rod not the M.J. follower. Torque nuts at 75-90 foot pounds for 3/4" nuts. 2.Tienut: Hex Nut - - Install tiecouplings with both rods threaded equal distance into ASTM A588, Grade B, Cor—Ten, equal to SuperStar Tienut tiecouplings. Arrange tierods symmetrically around the pipe. SS8 for 5/8", 3/4", 7/8", 1" Tiebolt and Tiered Where a Manufacturer's mechanical joint volve or fitting is supplied with 3.Tiecoupling with Tiestop Pin slots for "T" bolts instead of holes, a flanged valve with a flange by ASTM A588, Grade B. Cor—Ten, equal to SuperStar Tiecoupling mechanical joint adaptor shall be used instead, so as to provide adequate SS10 for 5/8", 3/4", 7/8", 1" Tiered space for locating tiebolt. 4.Tiered: Where a continuous run of pipe is required to be restrained, no run of Continuous threaded rod for cutting to desired lengths restrained pipe shall be greater than 60 feet in length betwee fittings. ASTM A588, Grade B, Cor—Ten, equal to SuperStar Tiered Insert long body solid sleeves as required on longer runs to keep tiered SS12 for 5/8°, 3/4", 7/8" 1° ' lengths to the 60 foot maximum. Pipe used in continuously restrained runs shall be mechanical joint pipe S.Tiewasher and tiebolts shall be installed as rod guides at each joint. ASTM A588, Grade B. Cor—Ten, equal to SuperStar Tiewasher SS17 for 5/8", 3/4", 7/8", 1" round flat washer Pipe Test Size Pressure Number and Size of Rods Inches PSI 2 4 6 B 10 12 14 24 2 250 3/4" 3 250 3/4" 4 250 3/4" 6 250 3/4" 8 250 3/4" 10 250 3/4" 12 250 3/4" 14 250 3/4" 16 250 3/4" 18 250 3/4" 20 250 3/4" 24 250 3/4" 3D 200 314" 33 200 1" 42 200 1" 48 200 1' 2 5 3 4 1 �Y - 4 PUBLIC WORKS SHACKLE RODDS STD. PLAN 330.5 DEPARTMENT AND TIE BOLTS �NZO MARCH 2010 CONCRETE DEAD MAN BLOCKING WITH SHACKLE RODS TO CAP, BLOCK SHALL BE POURED AGAINST UNDISTURBED EARTH, SIZE OF BLOCK TO BE DETERMINED BASED ON TEST PRESSURE OF WATER LINE AND SOIL CHARACTERISTICS. CAST IRON CAP OR PLUG WITH �• 2" IPS TAP SHALL BE A ROCKWELL 482 END CAP . WATER MAIN LVANIZED IRON PIPE EQUIRED. 2" CLOSE NIPPLE 2" 90° ELBOW 2 , LONG. PLAN TWO PIECE CAST IRON VALVE BOX VALVE NUT EXTENSION IF REQUIRED EQUAL TO RICH VALVE CO. STANDARD (SEE DWG BR46 / PAGE 6090) 8" TOP SECTION, WITH REGULAR BASE SECTION LENGTH TO FIT. INSTALL 2" 90' ELBOW, SCREWED 2" PLUG,. SCREWED 18' 2" GALVANIZED IRON PIPE 12" LONG 2" GALVANIZED IRON PIPE 2" RESILIENT GATE AS REQUIRED. VALVE, SCREWED INSTALL 2" 90' ELBOW, SCREWED 2" GALVANIZED IRON PIPE AS REQUIRED. ELEVATION STD. PLAN - 340.2 PUBLIC WORKS 2" BLOW-OFF O� DEPARTMENT TEMPORARY ASSEMBLY INTO~ MARCH 2010 2" OPEN PATTERN, RETURN BEND - 180' 2" GALVANIZED IRON PIPE FIELD LOCATE 2" 90' ELBOW CUT OPENING AS REQUIRED, AFTER INSTALLATION, GROUT AROUND, PIPE, 2" BEEHIVE STRAINER 2" UNION SHORT NIPPLE 2" CLOSE NIPPLE 2"x2"x2" TEE 2' UNION 17"x30" PLASTIC METER BOX EQUAL TO MID STATES PLASTIC, BCF SERIES 1730-18 WITH 2" THICK DUCTILE 18" IRON DIAMOND PLATE. 18"x31" MSCBC 1730R 2" BRONZE GATE VALVE, SCREWED EQUAL TO RED-WHITE VALVE CORP. FIG NO. 280 2" RESILIENT SEAT GATE VALVE WITH THREADED ENDS 2" 90' BENDS 2-2" BRASS 90' BENDS WITH CLOSE NIPPLE BETWEEN BENDS 2" GALVANIZED IRON PIPE TO FIT T- 0 0 0o CLOSE 12" MIN. o 00 00°o00 0000, 0°0o 2NICORPORATION STOP 90' BEND, I.P. THREAD TO COPPER, EQUAL TO FORD FB 500. 2" TYPE K SOFT COPPER TUBING TO FIT DOUDLE STRAP SERVICE CLAMP WITH 2" IPS TAP TO FIT, EQUAL TO MUELLER CO. 2" 90' ELBOW DOUDLE STRAP SERVICE CLAMP WITH 2" WASHED GRAVEL, PASSING IPS TAP TO FIT, EQUAL TO MUELLER CO. 1-1/2" AND RETAINED ON AIR AND VACUUM VALVE 2" ASSEMBLY 1/4" MESH FOR DRAIN APCO N0, 1452C OR EQUAL. 3"AIR AND VACUUM ASSEMBLY NOTES PROVI.DE'4",DI 90 BEND(FLxFL)WITHA" DI GATE VALVE (FLxFL)AND VALVE BOX AT'CONNECTION TO MAINLINE F TRANSITION TO 3"TYPE K COPPER TUBING AND.ROUTE`: TO AIRVAC ASSEMBLY. PROVIDE AIRVAC.ASSEMBLY AS'. DETAILED ABOVE EXCEPT WITH.37 PARTS: AI;RVAC; VALVE SHALL BE APCO,NO.'147C OR EQUAL.:' NOTE: AIR AND VACUUM RELEASE VALVE ASSEMBLY SHALL BE INSTALLED AT HIGHEST POINT OF LINE. IF HIGH POINT FALLS IN A LOCATION WHERE ASSEMBLY CANNOT BE INSTALLED, PROVIDE ADDITIONAL DEPTH OF LINE TO CREATE A HIGH POINT AT A LOCATION WHERE ASSEMBLY CAN BE INSTALLED. LOCATE AIR VACUUM METER BOX OUTSIDE OF TRAFFIC AREAS, IN PLANTING STRIPS, BEHIND CURB AND SIDEWALK. 5 ' f +!� PUBLIC WORKS 2" AIR & VACUUM RELEASE STD. PLAN - 340.4 DEPARTMENT ASSEMBLY �A,�o MARCH 2010 Utility Specifications Water Utility Notes and Specifications THESE NOTES SHALL APPEAR ON PROJECTS FOR THE WATER UTILITY. 1. All work material shall be in conformance with the standards and specifications of the City of Renton Planning/Building/Public Works Department and the latest edition of the WSDOT/APWA Standards and Specifications, as approved and modified by the City of Renton in the Renton Standard Plans & Specifications. A set of approved plans shall be kept on site at all times during construction. 2. The hours of work in the street right of way shall be limited to 8:30 AM to 3:30 PM on weekdays unless otherwise approved in writing by the Public Works Department at (425) 430-7301. The Police Department, Fire Department, and 911 shall be notified 24 hours in advance of any work in the right of way. 3. All locations of existing utilities shown are approximate and it shall be the contractor's responsibility to verify the true and correct location so as to avoid damage or disturbance. For utility locates call 48-hour locators 800-424-5555. 4. An approved Traffic Control Plan is required to be submitted at the Pre-Construction meeting. 5. Datum for Vertical Control shall be North American Vertical Datum 1988 Meters, and for Horizontal Control shall be North American Datum 1983/1991 Meters unless otherwise approved by the City of Renton Public Works Department. Reference benchmark and elevations are noted on the plans. 6. All watermain pipe is to be cement lined ductile iron pipe conforming to AWWA C110 and C111 or latest revision, thickness Class 52. Cement mortar lining and seal coating shall conform to AWWA C104 or latest revision. Pipe joints to be push-on or mechanical joint. Bedding to be Class C. All ductile iron pipe and fittings shall be polyethylene wrapped per ANSI/AWWA C105/A21.5-93 Standards. 7. Cast iron and ductile iron fittings shall be cement lined, pressure rated as noted on plans, and in accordance with ANSI/AWWA C110/A21.10-87. Cement lining shall be in accordance with ANSI/AWWA C104/421/4-90. If fittings are 3 to 12 inches in diameter and have mechanical joints, the fittings shall in accordance with either ANSI/AWWA C110-A21.10-87 or ANSI/AWWA C153/A21.53-94. Three (3) inch to 12 inch diameter fittings, which have mechanical joints and/or flanged joints, shall be in accordance with ANSI/AWWA C110/A21.10.87 or a combination of ANSI/AWWA C110/A21.10.87 and ANSI/AWWA C153/A21.53-94 such that the portion of the fitting with a mechanical joint(s) may be with ANSI/AWWA C153/A21.53-94 and that portion of the fitting with flanged joint(s) shall be in accordance with AWWA C110/A21.10-87. Acceptance testing in accordance with section 53.53 of ANSI/AWWA section 10-4.3 of ANSI/AWWA C110/A21.10-87 shall be obtained by the contractor and transmitted to the owner. 8. Gate valves shall be iron body, bronzed-mounted, double disc with bronze wedging device and 0-ring stuffing box (AWWA C500) or of resilient seated type (AWWA C509). Utility Specifications Valves shall be designed for a minimum water operating pressure of 200 psi. Gate valves shall be Clow List 14, Mueller Company NO. A2380 or M & H. 9. Fire hydrants shall be Corey type (opening with the pressure) or compression type (opening against pressure) conforming to AWWA C-502-85 with a 6 inch mechanical joint inlet and a main valve opening (M.V.O.) of 5-1/4 inch, two 2-1/2 inch hose nozzles with National Standard Threads 7-1/2 threads per inch and one 4 inch pumper nozzle with the new Seattle Pattern 6 threads per inch, 60 degrees V. Threads: outside diameter of male thread 4.875 and root diameter 4.6263. Hydrants shall have a 1-1/4 inch pentagon operating nut opened by turning counter clockwise (left). 10. The two 2-1/2 inch hose nozzles shall be fitted with cast iron threaded caps with operating nut of the same design and proportions as the hydrant stem nut. Caps shall be fitted with suitable neoprene gaskets for positive water tightness under test pressures. 11. The 4 inch pumper nozzle shall be fitted with a Storz adapter,4 inch Seattle Thread x 5 inch Storz. Storz adapter shall be forged and/or extruded 6061-T6 aluminum alloy, hardcoat anodized. Threaded end portion shall have no lugs and two set screws 180 degrees apart. Storz face to be metal, no gasket to weather. Storz cap to have synthetic molded rubber gasket, and shall be attached to hydrant adapter with 1/8 inch, coated, stainless steel, aircraft cable. 12. Fire hydrants shall be painted with two coats of paint. Preservative paint number 43- 655 safety yellow or approved equal. 13. Pumper connection to face roadway assembly. 14. Fire hydrants shall be installed per City of Renton Standard Detail for fire hydrants, Y P tY latest revision. 15.All watermains 10 inches and smaller to maintain a minimum cover of 36 inches below finish grade. All watermain 12 inches and larger shall be at a minimum of 48 inches below finish grade. Where utility conflicts occur, watermains are to be lowered to clear. 16. All watermains 6 inches and larger in diameter shall be cleaned with pipe cleaning "PIGS" prior to disinfection. The"Poly pigs"shall be Girard Industries Aqua Swab-AS or + approved equal, 2 lb/cu. ft. density foam with 90A durometer urethane rubber coating on the rear of"PIG"only. 17.`PIGS"shall be cylinder shaped with bullet nose or square end. The contractor will perform the cleaning operation. 18.All watermains and services shall be pressure tested to a minimum of 200 psi or 150 psi over operating pressure, in accordance with the specifications of the City of Renton and the Washington State Health Department. All pressure testing shall be done in the presence of a representative of the City of Renton. The quantity of water lost from the main shall not exceed the number of gallons per hour as listed in City of Renton I' Utility Specifications Standard Plans &Specifications 7-11.3(11). The loss in pressure shall not exceed 5 psi during the 2 hour test period. 19.All watermains and services shall be disinfected by the injection of a 50 ppm (minimum concentration) chlorine/water solution. Dry Calcium Hypochlorite shall NOT be placed in the pipe as laid. Chlorine shall be metered/injected in accordance with Section 7- 11.3(12)E or 7-11.3(12)F of the Standard Specifications referenced above. li 20. A pre-construction conference is required prior to any construction. A minimum of five (5) working days notice is required for scheduling. 21. Twenty-four (24) hours notice will be required prior to starting new construction. 22. It shall be the contractor's responsibility to secure all necessary permits prior to starting construction. 23. Installation of corporate stops, water services, lines and meters shall not be done until all service agreements, meter applications, construction permits, and payment of fees have been made to the City of Renton. 24. All connection to existing mains is to be accomplished by the City of Renton, except wet taps, which may be made by approved wet tap contractors with prior approval from the Public Works Department. All necessary excavation and materials are to be supplied by the contractor and be on-site prior to City notifications. 25. Inspection will be accomplished by-a-representative of the City of Renton. It shall be the contractor's responsibility to notify Development Services twenty four (24) hours in advance of backfilling all construction. The contractor, as well as the engineers, shall keep as-built drawings. 26. Contractor to provide plugs and temporary blow-off assemblies for testing and purity acceptance prior to final tie-in. 27.All joint restraint systems (shackle rods, nuts, bolts, etc.) shall be as manufactured by the Star Manufacturing Company of Columbus Ohio, or equal, approved in writing by the Public Works Department. 28.Asphalt and concrete street paving shall be sawcut to a minimum depth of two (2) inches. Oil mat streets may be spade cut. All surface concrete, pavement, sidewalks, curb, gutters, and driveway approaches shall be sawcut to a minimum depth of two (2) inches or removed to an existing expansion joint. 29.A temporary cold mix asphalt patch shall be placed on the day of initial excavation with a permanent, sealed patch to be placed, to City of Renton policy, within 10 days. Call for subgrade inspection prior to placement of final patch. 30. For City projects such as telemetry conduit, the PVC pipe used shall be All chemical process lines shall be schedule 80 PVC pipe. Schedule 40 in unimproved areas and schedule 80 PVC pipe under improved areas. I IRRIGATION STANDARD PLANS 24" SQUARE FLUSH WITH FINISH GRADE GRADES TO BE FLUSH AND SMOOTH AROUND HEADS 2' X 2' SOD, PER SPECS. IRRIGATION HEAD x TWO (2) MARLEX STREET ELLS SCHEDULE &0 PVC NIPPLE 12' LENGTH MARLEX STREET ELL LATERAL LINE t TEE 7 POP-UP TURF ROTOR NTS I 'I I RAIN4.. BIR40. TECH SPECS Falcon® 6504 Rotors Uncompromising performance. With the Falcon 6504 rotor you can have it High-speed model completes full rotation all—superior distribution,reliability and in approximately one minute for quick durability!Rain Curtain nozzles maximize wet-down of clay tennis courts and sports performance and coverage.A multi-function turf infield areas. wiper seal and tapered riser keep the stem Falcon 6504 rotors can now be ordered clear of debris,providing long-term from the factory with nozzles pre-installed protection.Plus,heavy-duty construction in case quantities as a special order. makes the Falcon 6504 one of the toughest Optional rubber collar for added safety on rotors in the field.Available in full-and part- playing fields circle models with optional stainless steel riser,the Falcon 6504 rotor is ideal for large Operating Range turf sites such as parks,athletic fields, cemeteries,schools and commercial Precipitation Rate:0.37 to 1.14 inches per hour(9 to 29 mm/h) applications. Radius:39 to 65 feet(11,9 to 19,8 m) Features Pressure-30 to 90 psi(2,1 to 6,2 Bars) • Flow:2.9 to 21.7 GPM(0,66 to 4,93 m'/h; • Stainless steel riser option helps deter 0,1.8 to 1,3711s) vandalism on public turf areas. • Five-year trade warranty. Specifications • Easy arc adjustment(part circle model) . 1"(26134)female NPT or BSP threaded through top of rotor from 400 to 3600. ` • Water-lubricated gear drive for reliable, inlet durable rotation. • SAM check device holds up to 10 feet t Heavy-duty stainless steel retract spring (3,1 m)of head rte' Rain Curtain nozzles:04-black;06-light ensures positive pop-down. ' > • Standard black rubber cover or optional blue;08-dark green; y beige; purple rubber cover for non-potable b4-light green;16-dark brown;1 l8 dark blue water. • Nozzle outlet trajectory is 25' • Removable Seal-A-Matic'(SAM)check device prevents puddling and erosion Dimensions caused by low-head drainage. • Eight color-coded Rain Curtain'"nozzles • Overall height:8%z"(21,6 cm) offer greater design flexibility. • Pop-up height:4"(10,2 cm) • Rain Curtain'"nozzles have three ports for • Exposed surface diameter:2"(5,1 cm) optimal long-range,mid-range and close- in watering,for green grass even in the Note:Pop-up height is measured from heat of summer, cover to center of nozzle. Overall body • Nozzles are interchangeable from the height is measured popped down.. front with no special tools. How to Specify • Self-adjusting stator does not require Models F4-PC-SS-NP-16-P replacement when changing nozzles. . F4-FC:Full-circle • Radius adjustment screw allows radius . F4-PC:Part-circle r—' reduction up to 25%without changing . F4-FC-NP:Full-circle,non-potable cover Model ozzle O tionai nozzles. F4:Falcon Eim Feature • F4-PC-NP:Part-circle,non-potable cover • Small 2"(5,1 cm)exposed diameter F4 FC SS:Full cucle,stainless steel 16 Pre-installed reduces possibility of injury in play areas. Rotation nozzle • Patented,pressure-activated wiper seal F4-PC-SS:Part-circle,stainless steel Part-circle and tapered riser stem on both plastic F4-FC SS HS:Full circle,stainless steel, Optionai Optional high speed rotation Feature Feature and stainless steel models protect F4-PC-SS-HS:Part circle,stainless steel, Stainless Non-potable pop-u p and retraction.is from debris to ensure positive high speed rotation steel riser cover pop-up • F4-FC-SS-NP:Full-circle,stainless steel, • 4"(10,2 cm)pop-up height to center line non-potable cover of nozzle clears taller turfgrass. • F4-PC-SS-NP:Part-circle,stainless steel, • Stainless steel trip gears ensure long-term non-potable cover durability. I RAIoV kBIRO® Standard Rubber Cover with 2" Exposed Diameter for enhanced safety on playing areas , " Radius Adjustment Screw �zll 1 allows up to 25%radius reduction {' ? without changing nozzles r Tapered Riser Stem (all models) ensures positive pop-up and retraction ` ` .......••••.......... Interchangeable Color- "` coded Nozzles 4° for superior water distribution ••• Patented, Pressure- Stainless Steel Trip Gears ......••••• activated Wiper Seal for long-term strength protects the internals from and durability .xF 4 x; debris 1 x � �` .......... x t n Water Lubricated Gear Drive for reliable rotation it Self-adjusting Stator ........................•••• automatically adjusts when nozzle is changed xr �4 { ......•••••• Seal-A-Matic'" (SAM) Check Device prevents puddling/erosion - Falcon® 6504 Rotors Falcon 6504 Nozzle RAVV. /RD® Performance psi Nozzle Radius Row *ftdp.M*Predp.A R GPM inlhour inlhour 30 4 39 2.9 0;37 Q.42 40 4 41 3i3 0:38 o a4 Falcon 6504 Nozzle Hi 6 45 49 0:47 054 gh Speed Falcon 6504 8 49 6.6 0.53 061 Performance METRIC Nozzle Performance METRIC 10 -51 8Y 0.60 0 69- 12 53 9.7 0:66 077:; Bars Nook Flow Row "P PM"Predp.A Bars Nozzle Radius Flow Row *Pmdp.M*Predp,A 14 55 11 i3 0 72 0 3: m melh Us mm/hmu mmtlwur m meth Us mmlhour mmArotu f6 5::, 0"80 0.93 r 2.1 4 11.9 0.66 0.18 9 11 2,1 4 11,3 0,68 0,19 11 12 :.:.13:7 ` ON 0.87!:-'9 6 13.1 0.95 0.26 11 13 6 11,9 0,98 0,27 14 16 50 . 4 41 3i7 a 42 0;49.'-a 2.5 4 12.3 0.72 0.20 10 11 2,5 4 12,0 0,75 0,21 10 12 6 49 t 5:5 0:44 051;;;,. 6 13.5 1.05 0.29 12 13 6 12,7 1,22 0,34 15 18 8 51 7'4 0:55 063 8 74.9 1.50 0.42 13 16 8 14,2 1,49 0,42 15 17 10 53 9.1 062 072 s:'. 10 15.5 1.84 0.51 15 18 10 14,2 1,83 0,51 18 21 12 55 z 1110 070 081 '+ 12 16.2 2.20 0.61 17 19 12 14,8 2,24 0,62 20 24 14 59 12 7 0.70 0 81 14 16.8 2.57 0.71 18 21 14 16,0 2,58 0,72 20 23 16 61 14:3 0 74. 0 85 16 16.8 2.86 0.79 20 24 16 15,4 2,85 0,79 24 28 18 59 15:4 0.85 098;: 18 18.0 3.11 0.86 19 22 18 16,0 3,15 0,88 24 28 60 4 41 4.0 0:4,6 053 3.0 4 12.5 0.78 0.22 10 12 3,0 4 12,5 0,81 0,23 10 12 i 6 47 6 0 r� 0 5$ i,,0.60 6 14.1 1.16 0.32 12 13 6 13,3 1,33 0,37 15 17 8 51 8.2 Obi. 070 ? 8 1 5.1 1.56 0.43 14 16 8 14,5 1,57 0,44 15 17 x:10, a 55 10:0 064. 073; = 10 15.8 1.92 0.53 15 18 10 14,5 1,93 0,54 18 21 12 57 12;2 0.72. 083,=;•;;; 12 16.4 2.31 0.64 17 20 12 15,4 2,35 0,65 20 23 14 61 14.0 0 72 0 84 ;, 14 17.2 2.68 0.74 18 21 14 16,2 2,71 0,75 21 24 16 63 15:7, 0:76 -088": 16 17.4 3.00 0.83 20 23 16 15,8 3,00 0,83 24 28 18 '63 77:1 0:83: 4 .0.96;;•., 18 18.0 3.25 0.90 20 23 18 16,4 3,29 0,91 25 28 70 > 4 t 41 3.5 4 12.5 0.85 0.23 11 13 3,5 4 12,5 0,85 0,24 11 13 0 5] 0 58 j; 6 14.9 1.26 0.35 11 13 6 13,7 1,28 0,36 14 16 8 51 8;9 066: 0760: 8 15.5 1.69 0.47 14 16 8 14,9 1,72 0,48 16 18 X10 <57 10;8 0.64i' 0 74_: 10 16.2 2.08 0.58 16 18 10 14,9 2,11 0,59 19 22 12 59 13:2 0:73' 0 84 ,: 12 16.8 2.52 0.70 18 21 12 16,2 2,56 0,71 20 23 14 18.0 2.91 0.81 18 21 14 16,2 2,95 0,82 23 26 16 83 76,9 0;82 0 95 16 18.6 3.27 0.91 19 22 16 16,2 3,27 0,91 25 29 18 181 3.53 0.98 22 25 18 16,9 3,57 0,99 25 29 80 4 43 4 6; 0 4$ 0 55 4.0 4 12.5 0.89 0.25 11 13 4,0 4 12,5 0,93 0,26 12 14 6 14.4 1.34 0.37 13 15 6 13,7 1,38 0,38 15 17 8 53 9'4- 0 64:: 0 74 8 15.5 1.83 0.51 15 17 8 14,4 1,85 0,51 18 21 10 55 1,1,6 0 74., 0 85 10 16.6 2.23 0.62 76 19 10 14,9 2,27 0,63 20 24 084`x'. 12 17.3 2.72 0.75 18 21 12 16,2 2,76 0,77 21 24 14 61 16.2 h 084 097s 14 18.5 3.12 0.87 18 21 14 16,2 3,17 0,88 24 28 16 t 63 18;1 OSSr 101 :; 16 19.1 3.50 0.97 19 22 16 16,6 3,50 0,97 25 29 T;?18 i65 79.8 0.89'a,`81 03 3 18 19.0 3.81 1.06 21 24 18 17,7 3,83 1,07 24 28 90 18 65 2117. 0'99 " 114 4.5 4 12.5 0.96 0.27 12 14 4,5 4 12,5 1,00 0,28 13 15 " 6 14.6 1.40 0.39 13 15 6 13,4 1,48 0,41 16 19 8 15.5 1.95 0.54 16 19 8 14,6 1,97 0,55 18 21 High Speed Falcon 6504 10 17.1 2.37 0.66 16 19 10 15,3 2,42 0,67 21 24 12 17.7 2.89 0.80 18 21 12 16,5 2,95 0,82 22 25 Nozzle Performance 14 18.6 3.32 0.92 19 22 14 16,2 3,36 0,93 26 30 psi Nozzle Radius Row *PredpA*PredµA 16 19.2 3.71 1.03 20 23 16 17,1 3,73 1,04 26 30 N GPM inftur kdhour 18 19.5 4.03 1.12 21 24 18 18,0 4,07 1,13 25 29 30 "4 37+ 3 0 0`42?s 0 49':t` 5.0 4 12.7 1.01 0.28 13 15 5,0 4 12,3 1,06 0,29 14 16 r 6 14.9 1.47 0.41 13 15 6 13,1 1,56 0,43 18 21 6 $9 43. 054 063 8 15.7 2.05 0.57 17 19 8 15,1 2,08 0,58 18 21 40:',," 41 35 040: 046 .° 10 17.2 2.50 0.69 17 19 10 15,4 2,57 0,71 22 25 6 6 60 , t 062 072 12 18.1 3.04 0.85 19 21 12 16,8 3,12 0,87 22 26 f 8 47 E 66 058,; s 066 `: 14 18.6 3.51 0.97 20 23 14 16,2 3,54 0,98 27 31 10 R 47 81: 071::f x082 16 19.2 3.91 1.09 21 24 16 17,5 3,96 1,10 26 30 Y2 A9 99's 079_ t 092 18 19.8 4.23 1.18 22 25 18 78,0 4,30 1,20 27 31 14 53 11:4 076r 090 5.5 4 13.1 1.04 0.29 12 14 5,5 4 11,9 1,11 0,31 16 18 16 5i 12.6. 093 108 6 14.9 1.56 0.43 14 16 6 13,1 1,61 0,45 19 22 18 53 13 9: 0 95' i 10 8 16.1 2.13 0.59 16 19 8 15,5 2,20 0,61 18 21 042 7 049 10 16.8 2.63 0.73 19 22 10 14,9 2,70 0,75 24 28 6 45 56 053 s 062 12 18.6 3.18 0.88 18 21 12 16,8 3,27 0,91 23 27 8 49 s 7 5 0 60 0 69 '" 14 18.6 3.67 1.02 21 25 14 16,2 3,74 1,04 29 33 10 49 92 074 085 16 19.2 4.10 1.14 22 26 16 18,0 4,17 1,16 26 30 12 53 11 2 i 0 77' , 0 89 18 19.8 4.44 1.23 23 26 18 18,0 4,53 1,26 28 32 6.0 18 19.8 4.79 1.33 24 28 6,0 18 18,4 4,75 1,32 28 32 16 53 743 , 098 113 ,,s 6.2 18 19.8 4.93 1.37 25 29 6,2 18 18,6 4,84 1,34 28 32 '60, 4 41 6 45 6.2', 068 8 47 8 3;; 0 72'' 084 10 49 10 2: 0 82 0 94 12 x,53 124 r 085 '' 098 :14 53 142' 097 1 72 `Precipitation Rates based on half-circle operation. 100: r 1 15 ■Square spacing based on 50%u diameter of throw. 18. 59 :-'..:172' 70 4 41 1, '46,",L 0 53:;': 0 61""+,:? ♦Triangular spacing based on 50%diameter of throw. 6 43 67.: 070,;; 081 - 8 49 90 072-,-, 083 Performance data collected in zero wind conditions. 70 51 , 111+, 095 12 65. ` 086.: 099 1 14 '53 15.3: 105`' 121 s.16 X 57 171- 1`01'.'.:' 117:;0 18 59 18:6-' 1iO3" 119:' 80 >4 39 49 062,;;' 072 ,I 6 43. 71? 0.74 0 85 8 57 97: 072 ! 083 t ' Performance data derived from tests that 10 49.", 11 9; 0 95 - h 110 conform with ASAE Standards: ASAE S398.1. 12 55 .14.4' 0.92 1 06 14 53 16.5`. I13' 1 31 16 59 18 4 102 Y 18 v 18 59 20 0 1 it 1 28 27 Fa-111cone 6504 Rotors N W V O W LL a a Q O O Z W