Loading...
HomeMy WebLinkAboutContract Award Date: 2/14/2005 CAG-05-001 Awarded to: RCI,Inc. P.O. Box 1730 Sumner, WA 98390 $1,915,867.90 ire �Y O Bidding Requirements, City of Renton Forms, Contract Forms, Conditions of the Contract, Plans and Specifications N y City of Renton Construction of: Sunset Sewer Interceptor aw Phase II PROJECT NO. WWP-27-3150 NE City of Renton ,. 1055 South Grady Way Renton, WA 98055 General Bid Information: (425)430-7200 Wastewater Contact: John Hobson (425)430-7279 be i� ® Printed on Recycled Paper CITY OF RENTON RENTON, WASHINGTON CONTRACT DOCUMENTS for the .r Sunset Sewer Interceptor Phase II PROJECT NO. WWP-27-3150 .r �r JANUARY 2005 BIDDING REQUIREMENTS ., CONTRACT FORMS CONDITIONS OF THE CONTRACT SPECIFICATIONS PLANS W 110 R �S�OE WAS y���� ,y coP � ra 90,E 9FG/STS 'TS/ON AL e\A ,,b_ EXPIRES r'-7 ® Printed on Recycled Paper DEPARTMENT OF LABOR AND INDUSTRIES — � iv I REGISTERED AS PROVIDED BY LAW AS ` CONST CONT GENERAL REGIST. # EXP_.. DATE X01 ROBISC*223B6 09/30/2005 EFFECTIVE DATE 01/26/1978 ROBISON CONSTRUCTION INC PO BOX 1730 SUMNER WA 98390 �F625-052 004IW97) Detach And Display Certificate REGISTERED AS PROVIDED BY LAW ASS CONST CONT GENERAL Please Remove REGI ST. # EXP. DATE And Sign CC01 ROBISC*223B6 09/30/2005 Identification EFFECTIVE DATE 01/26/1978 Card Before ' ROBISON CONSTRUCTION INC Placing In PO BOX 1730 Billfold SUMNER A 983 0 ' Signature WAI Issued by DEPARTMENT OF LABOR AND INDUSTRIES J ' F625-052-000(8/97) r t� N tH N N N I I I I O kn D O N O It D\ M �t It ' Vi ~ t't l� M O O r- 10 O M O 00 i i i N N N N N N N O O N W W C W o W y O U 000 U 000 U 000 U 000 00 v, rn C� ai C\ Q; C o o o o cn O d 0 03 is U z � 00 tb U 14 � ti m t to on U U c 0 a t Robison Construction, Inc_ (RCI) r w .. ADDENDUM NO. 1 Sunset Sewer Interceptor Phase II Project # - WWP-27-3150 FOR THE CITY OF RENTON Bid Opening: February 8, 2005 This Addendum forms a part of the bid Documents and modifies the original Bid Documents dated January 2005, as noted below. The Bidder shall acknowledge receipt of this Addendum in the space provided below and return this Addendum with the Bid. Failure to comply with this requirement shall render the Bid non- ., responsive and may cause its rejection: Addendum No. 1 accepted by: - 'Andretir C. Albrecht Title: Coo This Addendum consists of four pages, including this page. ITEM DWG NO. S-2 (Sheet 2 of 16) (Addition): Abandon Existing Manhole at station 15+05.05,0.5' Rt. DWG NO. S-16 (Sheet 16 of 16) (Revision): "Reconnect Existing Side Sewer to New Main Detail": The new side sewer is to be connected to the r existing side sewer approximately where it connected to the existing mainline/manhole and not at the right-of-way as shown in the original detail. The connection of the new side sewer to the new 18" main will be done using an "Inserta-Tee"connection or approved equal. 1-09.14(L)Furnish and Install 6" PVC Side Sewer Pipe(Bid Item 011)-(page 6 of the Special Provisions) (Revise original language to include additional text as shown in bold type): Measurement for 6" diameter side sewer pipe of the type required will be based on lineal footage measured horizontally over the centerline of the installed pipe. r Payment for furnishing and installing 6"diameter sanitary sewer pipe of the type required will be made at the amount bid per linear foot,which payment will be complete compensation for all labor,materials, equipment, +� hauling, pavement cutting, asphalt concrete pavement removal, cement concrete pavement removal, excavation, dewatering, bypass pumping,removal and disposal of waste material including existing pipes and structures in the excavation,pipe of the size and type required, gaskets, fittings and adaptors, "Inserta-Tee"type r connectors,core-drilling sewer main for"inserta-tee"type connector, installation, laying and jointing pipe and fittings, reconnection of new side sewer to existing side sewer stub,bedding, and pipe zone fill material, appurtenances,placement of subsequent backfill(native)materials, compaction,water, grading, cleaning, .. placement and removal of temporary pavement patching, and testing(exfiltration or low pressure air test and deflection testing), etc. required to complete the work in accordance with the Contract Documents. Select imported backfill materials are included in other bid items(See Bid Item 020). r H:\File Sys\WWP-WasteWater\WWP-27-3150 Sunset Interceptor Ph II\Addendum no.1-Sunset.doc r VOW 1-09.14(K)Furnish and Install 8" PVC Sewer Pipe (Bid Item 010)-(page 6 of the Special Provisions) _ (Revise original language to include additional text as shown in bold type): Measurement for 8" diameter sanitary sewer pipe of the type required will be based on lineal footage measured horizontally over the centerline of the installed pipe. Payment for furnishing and installing 8"diameter sanitary sewer pipe of the type required will be made at the amount bid per linear foot, which payment will be complete compensation for all labor, materials, equipment, .. hauling, pavement cutting, asphalt concrete pavement removal, cement concrete pavement removal, excavation, dewatering, bypass pumping, removal and disposal of waste material including existing pipes and structures in the excavation, pipe of the size and type required, gaskets, fittings and adaptors, installation, laying and jointing �• pipe and fittings, reconnection of 8"sewer to existing 8"sewer and/or existing manhole,bedding, and pipe zone fill material, appurtenances, placement of subsequent backfill (native) materials, compaction, water, grading, cleaning, placement and removal of temporary pavement patching, and testing(exfiltration or low r. pressure air test and deflection testing), etc. required to complete the work in accordance with the Contract Documents. Select imported backfill materials are included in other bid items(See Bid Item 020). .. 1-09.14(V) Asphalt Patch Class `B' Including Crushed Surfacing Top Course (Bid Item 021)-(page 9 of the Special Provisions) (Revise title to read:) Asphalt Patch Including Crushed Surfacing Top Course(Bid Item 021) (Revise original language to include additional text as shown in bold type): Measurement for asphalt concrete patch shall be measured in square yards, horizontally over the completed surface of the trench. Pavement repair measurement width shall be as defined by the limit of trench patch payment shown in the Contract Documents, unless otherwise approved by the ENGINEER. Payment for asphalt concrete patch, including crushed surfacing top course and asphalt concrete, will be made at the amount bid per square yards, which payment will be complete compensation for all labor, materials, haul, surface preparation, gravel materials including crushed surfacing top course, compaction, water,temporary trench patch (placement and removal), pavement saw cutting, class `B' and class `E' asphaltic materials,tack oil,placement, final trench patch, cleanup, etc. required to complete this item of work in conformance with the contract documents. No additional payment will be made for work necessary to correct an asphalt concrete patch not installed in accordance with specifications. 7-08.3(2)) Placing PVC Pipe (RC)-(page SP-33 of the Supplemental Specifications) (Note: this section, along with section 7-08.3(2)E is incorrectly located before section 7-08.3(2)A.) (Remove second sentence and replace with the following:) Pea gravel will be used as the bedding material and extend 6"below the bottom of pipe to 12" above the ` top of pipe. 7-17.3(2)F General (Supplemental Section)-(page 19 of the Special Provisions) (Remove first sentence and replace with the following:) The new 18" sewer main shall be air-tested prior to connection of the new side sewers. r HAFile Sys\WWP-WasteWater\WWP-27-3150 Sunset Interceptor Ph II\Addendum no.1-Sunset.doc r 5-01.1(A) Pavement Restoration Limits (New Section) Asphalt Grinding Limits Location Width Sta. 15+00 to Sta. 18+00, Full width (approx. 40 ft. wide) All northbound lanes Sta. 18+00 to Sta. 23+00 Full width (approx. 22 ft. wide) ■• All northbound lanes Sta. 24+50 northbound lane Lane width by 6 ft. long Sta. 29+50 (southbound lane) Lane width by 6 ft. long Sunset Blvd NE and all intersecting Along curbline of Sunset Blvd NE by 6 ft. cross streets: Bronson Ave NE,NE 6th wide. (transition-grind for side streets) St, NE 7th St,NE 9th St,Aberdeen Ave NE, NE 10th St,NE 10th Pl,NE Sunset Blvd(approx. Sta. 72+50),Intersection with Sunset Blvd NE(approx Sta. 75+50 Asphalt Overlay Limits .. Sta. 15+00 to Sta. 23+00 All northbound lanes Sta. 24+50 to Sta. 29+50 Full width of northbound lane " Sta. 29+50 to Sta. 75+50 Full width of existing street Patch Only Sta. 75+50 to Sta. 90+50 Final patch width per Project Plans Schedule of Prices (Revised): .. Delete page two of the Schedule of Prices and Replace with the attached, revised page 2. (The only change is that bid item 21 has a revised title). Addendum Number 1 is hereby made a part of these contract documents and its terms and conditions are fully binding on the plan holder and contractor. The contractor shall acknowledge receipt of this Addendum Number 1 by igning in the space Provided above and attaching it to his or her proposal Sincerely n Hobson Project Manager Ow HARIe Sys\WWP-WasteWater\WWP-27-3150 Sunset Interceptor Ph IRAddendum no.1-Sunset.doc am 4W CITY OF RENTON WWP-27-3150 SUNSET SEWER INTERCEPTOR PHASE,II 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 *Bid Bond Form *Proposal &Combined Affidavit&Certificate Form: Non-Collusion Anti-Trust Claims Minimum Wage Form *Schedule of Prices ❖Bond to the City of Renton ❖Fair Practices Policy Affidavit of Compliance ❖Contract Agreement(Contracts other than Federal-Aid FHWA) ❖City of Renton Insurance Information Form ❖City of Renton Standard Endorsement Form V Prevailing Minimum Hourly Wage Rates(New job classifications) Statement of Intent to Pay Prevailing Wages Affidavit of Prevailing Wages Paid Certificate of Payment of Prevailing Wages City of Renton Supplemental Specifications WSDOT Amendments Special Provisions Geotechnical Report' Standard Plans t Documents marked as follows must be submitted at the time noted and must be executed by the Contractor, President and Vice President or Secretary if corporation by-laws permit. All pages must be signed. In the event another person has been duly authorized to execute contracts, a copy of the corporation minutes establishing this authority must be attached to the bid document. Submit with Bid ❖ Submit at Notice of Award CITY OF RENTON Planning/Building/Public Works Department 1055 South Grady Way Renton,Washington 98055 W:\WWP-27-3150 Sunset Interceptor Ph II\Bid Specs\BIDSPEC-Sun set2.DOCVDH\tb CITY OF RENTON SUMMARY OF FAIR PRACTICES POLICY ADOPTED BY RESOLUTION NO. 3229 It is the policy of the City of Renton to promote and provide equal treatment and service to all citizens and to ensure equal employment opportunity to all persons without regard to race, color,national origin, ethnic background, gender, marital status, religion, age or disability, when the City of Renton can reasonably accommodate the disability, of employees and applicants for employment and fair, non- "r' 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) AFFIRMATIVE ACTION PLAN - The City of Renton Affirmative Action Plan and Equal Employment Program will be maintained and administered to facilitate equitable representation with the City work force and to assure equal employment opportunity to all. It shall be the responsibility of elected officials, the Mayor, the Affirmative Action Officer, department administrators, managers, supervisors, Contract Compliance Officers and all employees to carry out the policies, guidelines and corrective measures .. set forth in the Affirmative Action Plan and Equal Employment Program. (4) CONTRACTORS' OBLIGATIONS - Contractors, sub-contractors, consultants and suppliers conducting business with the City of Renton shall affirm and subscribe to the Fair Practices and Non-discrimination policies set forth by the law and in the City's Affirmative Action Plan and Equal Employment Program. Copies of this policy shall be distributed to all City employees, shall appear in all operational documentation of the City, including bid calls, and shall be prominently displayed in appropriate city facilities. CONCURRED IN by the City Council of the City of RENTON,Washington,this 7thday of October, 1996. CITY OF RENTON: RENTON CITY COUNCIL: M N(ayor Council President Attest: ` l ■r \ City Clerl aP •• CITY OF RENTON WWP-27-3150 SUNSET SEWER INTERCEPTOR PHASE II �►' SCOPE OF WORK The work involved under the terms of this contract document shall be full and complete installation of the rr facilities, as shown on the plans and as described in the construction specifications, to include but not be limited to: rr Installation of approximately 7,285 linear feet of 18" diameter PVC sanitary sewer pipes, 127 linear feet of 8" diameter PVC sanitary sewer pipe, 1,149 linear feet of 6" diameter sanitary side sewer pipes, 33 manholes, 30 linear feet of 12" CPEP storm pipe, 1 type-I catch basin, abandoning 5,700 linear feet of existing 12" and 8" sanitary sewer main, associated asphalt street restoration, and landscape restoration. Excavations for the sanitary sewer will range between 6 feet deep and 12 feet deep. 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 one hundred eigthy (180) working days will be allowed for the completion of this project. r� V W:\WWP-27-3150 Sunset Interceptor Ph II\Bid Specs\BIDSPEC-Sunset2.DOC\JDH\tb IM NF P ARKDRIVE BOEING 737 i PLANT NE 10TH ST PROJ E ITE o z NE srH sr �, w i zm co w Q z NA > O NE ? 7T'y ZO � S p 2 w a 0 PACCAR TRUCK PLANT lw Py i Li �N 4TH ST LIL ST NE 3RD a ❑ � sp Mr o SUNSET SEWER INTERCEPTOR PHASE II VICINITY MAP INSTRUCTIONS TO BIDDERS 1. Sealed bids for this proposal will be received by the City of Renton at the office of the Renton City Clerk, Renton City Hall, until the time and date specified in the Call for Bids. At this time the bids will be publicly opened and read, after which the bids will be considered and the award made as early as practicable. No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall be submitted on the forms attached hereto. 2 Any omissions, discrepancies or need for interpretation should be brought, in writing, to the attention of the Project Engineer. Written addenda to clarify questions that arise may then be issued. �r 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. +N 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. V 12. The contractor shall obtain such construction insurance (e.g. fire and extended coverage, worker's compensation,public liability, and property damage as indicated on forms enclosed under Attachment A herein and as identified within Specification Section 1-07.18. MP .. 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 retainage shall be done in accordance with Section 1-09.9(2) "Retainage and Section" 1-09.9(3) "Contracting Agency's Right to Withhold and Disburse Certain Amounts" located in City of Renton Supplemental Specifications. 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 therefore 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 W any laborers,workmen,mechanics or sub-consultants. The most recent issue of the prevailing wage rates are included within these specifications under section ,. titled "Prevailing Minimum Hourly Wage Rates". The Contractor is Responsible for obtaining updated issues of the prevailing wage rate forms as they become available. The applicable prevailing wages for work on this project shall be those that are in effect on the date when bids by prime contractors are due for submission to the City. If contracts are not awarded within six months of the date bids are due, the applicable prevailing rates shall be those in effect on the date the contract is awarded. These rates shall remain in effect for the duration of the contract. 19. Employment of Resident Employees The CONTRACTOR and subcontractors shall employ Washington State residents in accordance with the requirements of RCW 39.16. w W r! 20. Pollution Control Requirements V0 Work under this contract shall meet all local, state and federal requirements for the prevention of environmental pollution and the preservation of public natural resources. The CONTRACTOR shall conduct the work in accordance with all applicable pollution control laws. The CONTRACTOR shall 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. 21. Standard Specifications shall be performed in accordance with the following standards specifications All work under this contract sha p g P except as may be exempted or modified by the City of Renton Supplemental Specifications, Special Provisions other sections of these contract documents. These standard specifications are hereby made a part of this contract and shall control and guide all activities within this project whether referred to directly,paragraph by paragraph, or not. 1. WSDOT/APWA"1996 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 Section 1-09.14,Measurement and Payment(added herein) shall govern. 22. 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. 23 Bidder's Checklist ❑ It is the responsibility of each bidder to ascertain if all the documents listed on the attached index are included in their copy of the bid specifications. If documents are missing, it is the sole responsibility of the bidder to contact the City of Renton to obtain the missing documents prior to bid opening time. ❑ Have you submitted,as part of your bid, all documents marked in the index as"Submit With Bid"? ❑ Has bid bond or certified check been enclosed? • Is the amount of the bid guaranty at least 5 percent of the total amount of bid including sales tax? • Has the proposal been signed? ❑ Have you bid on ALL ITEMS and ALL SCHEDULES (if more than one is provided)? ❑ Have you submitted the Subcontractors List(If required) ❑ Have you reviewed the Prevailing Wage Requirements? ❑ Have you certified receipt of addenda, if any? CAG-05-001 CITY OF RENTON WWP-27-3150 Sunset Sewer Interceptor Phase II rCALL FOR BIDS Sealed bids will be received until 2:30 p.m.,Tuesday,February 8,2005,at the City Clerk's office,7"' Floor, and will be opened and publicly read in conference room 511 on the 5h floor,Renton City Hall, 1055 South Grady Way. The work to be performed within one hundred eighty (180) working days from the date of commencement under this contract shall include,but not be limited to: Installation of approximately 7,285 linear feet of 18" diameter PVC sanitary sewer pipes, 127 linear ' feet of 8" diameter PVC sanitary sewer pipe, 1,149 linear feet of 6" diameter sanitary side sewer pipes, 33 manholes, 30 linear feet of 12" CPEP storm pipe, 1 type-I catch basin, abandoning 5,700 linear feet of existing 12" and 8" sanitary sewer main, associated asphalt street restoration, and ' landscape restoration. Excavations for the sanitary sewer will range between 6 feet deep and 12 feet deep ' The City reserves the right to reject any and/or all bids and to waive any and/or all informalities. Approved plans and specifications will be available starting January 18,2005. Contract forms may be obtained from the City of Renton, Planning/Building/Public Works Department, sixth floor Customer ' Service Counter, 1055 South Grady Way, Renton, WA 98055. There is a non-refundable fee of $55.15 plus $4.85 Tax (Total$60.00)for each set. If ordered by mail, add$5.00 for postage, which is also non-refundable. If ordered by mail, the Planning/Building/Public Works Department sixth floor ' Customer Service Counter must receive the order along with check no later than January 28, 2005 (It is suggested that bidders call to confirm receipt of mail requests). No telephone orders will be accepted. ' Questions regarding this call for bids or the plan holders lists should be directed to the Public Works Customer Service Counter at the above address or at (425) 430-7200. If a bidder has any questions regarding the project, please contact the Project Manager, John Hobson, at 1055 South Grady Way, Renton,WA 98055 or(425)430-7279. A certified check or bid bond in the amount of five percent (5%) of the total of each bid must ' accompany each bid. The City's Fair Practices, Non-Discrimination, and Americans with Disability Act Policies shall apply. Bonnie I. Walton, City Clerk tPublished: ' Daily Journal of Commerce January 18, 2005 Daily Journal of Commerce January 25,2005 Daily Journal of Commerce February 1, 2005 ' CADocuments and Settings\mpetersen\Local Settings\Temp\Bidcall-Sunset2.doc CAG-05-001 C CITY OF RENTON WWP-27-3150 Sunset Sewer Interceptor Phase II CALL FOR BIDS Sealed bids will be received until 2:30 p.m., Tuesday,February 8,2005,at the City Clerk's office, 7"' Floor, and will be opened and publicly read in conference room 511 on the 5h floor,Renton City Hall, 1055 South Grady Way. The work to be performed within one hundred eighty (180) working days from the date of .. commencement under this contract shall include,but not be limited to: Installation of approximately 7,285 linear feet of 18" diameter PVC sanitary sewer pipes, 127 linear feet of 8" diameter PVC sanitary sewer pipe, 1,149 linear feet of 6" diameter sanitary side sewer pipes, 33 manholes, 30 linear feet of 12" CPEP storm pipe, 1 type-I catch basin, abandoning 5,700 linear feet of existing 12" and 8" sanitary sewer main, associated asphalt street restoration, and landscape restoration. Excavations for the sanitary sewer will range between 6 feet deep and 12 feet deep The City reserves the right to reject any and/or all bids and to waive any and/or all informalities. Approved plans and specifications will be available starting January 18, 2005. Contract forms may be obtained from the City of Renton, Planning/Building/Public Works Department, sixth floor Customer Service Counter, 1055 South Grady Way, Renton, WA 98055. There is a non-refundable fee of $55.15 plus $4.85 Tax (Total $60.00)for each set. If ordered by mail, add$5.00 for postage, which is also non-refundable. If ordered by mail, the Planning/Building/Public Works Department sixth floor Customer Service Counter must receive the order along with check no later than January 28, 2005 (It .. is suggested that bidders call to confirm receipt of mail requests). No telephone orders will be accepted. Questions regarding this call for bids or the plan holders lists should be directed to the Public Works Customer Service Counter at the above address or at (425) 430-7200. If a bidder has any questions regarding the project, please contact the Project Manager, John Hobson, at 1055 South Grady Way, Renton,WA 98055 or(425)430-7279. A certified check or bid bond in the amount of five percent (5%) of the total of each bid must accompany each bid. The City's Fair Practices, Non-Discrimination, and Americans with Disability Act Policies shall apply. Bonnie I. Walton, City Clerk Published: Daily Journal of Commerce January 18, 2005 Daily Journal of Commerce January 25, 2005 Daily Journal of Commerce February 1, 2005 CADocuments and Settings\mpetersen\Local Settings\Temp\Bidcall-Sunset2.doc r►r Ifto BID BOND FORM Herewith find deposit in the form of a certified check, cashier's check, cash, or bid bond in the amount of $ which amount is not less than five percent of the total bid. Signature ■s Know All Men by These Presents: 1W That we, Robison Construction, Inc. as Principal, and SAFECO Insurance company of e ettyy, are held and firmly bound unto the City of Renton, as Obligee, in the penal sum of e--ercent (51) of Contractor s 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. aw The condition of this obligation is such that if the Obligee shall make any award to the Principal for Sunset Sewer Interceptor* according to the terms of the proposal or bid made by the Principal therefor, 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 so, pay and forfeit to the Obligee the penal amount of the deposit specified in the call for bids, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the amount of this bond. *Phase II Project No. WWP-27-3150 ,: SIGNED, SEALED AND DATED THIS 8th DAY OF February 200 ��. �E`'�.n ,cc VW Ro on onst t'on, Inc. Principal Anarev C. Albrecht - CEO as Um SAFECO Insurance Cpmpany of Ameri zn Surety Pamela A. Nelson, Attorney-in-Fact aw Received return of deposit in the sum of$ ..• +e' a. aw ... 14W 114W S A F E C O" POWER SAFECO INSURANCE COMPANY OF AMERICA GENERAL INSURANCE COMPANY OF AMERICA / OF ATTORNEY HOME OFFICE: SAFECO PLAZA r SEATTLE,WASHINGTON 98185 No. 659 KNOW ALL BY THESE PRESENTS: rr That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a Washington corporation, does each hereby appoint *****************JOHN CLAEYS;JOAN M.COUNCILMAN,RONALD J.LANGE;PAMELA A.NELSON;JAY A.MILEY;Seattle,Washington****************** its true and lawful attorney(s)-in-fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of its business,and to bind the respective company thereby. IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents r this 29th day of April 2004 C_4111�� 4 1-0— PC-,c� N CHRISTINE MEAD,SECRETARY MIKE MCGAVICK,PRESIDENT CERTIFICATE Extract from the By-Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: "Article V,Section 13.-FIDELITY AND SURETY BONDS...the President,any Vice President,the Secretary,and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attorneys-in-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business... On any instrument making or evidencing such appointment,the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however,that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V,Section 13 of the By-Laws,and (ii) A copy of the power-of-attorney appointment,executed pursuant thereto,and (iii) Certifying that said power-of-attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile,and the seal of the Company may be a facsimile thereof." I, Christine Mead, Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA,do hereby certify that the foregoing extracts of the By-Laws and of a Resolution of the Board of Directors of these corporations,and of a Power of Attorney issued pursuant thereto, are true and correct,and that both the By-Laws,the Resolution and the Power of Attorney are still in full force and effect. r IN WITNESS WHEREOF,I have hereunto set my hand and affixed the facsimile seal of said corporation this 8th day of February 2005 COMpq CORPORATE ti v 9 SEAL y SEAL A �Ar 3 19 195 2y Of Of CHRISTINE MEAD,SECRETARY S-0974/SAEF 2/01 ®A registered trademark of SAFECO Corporation 04/29/2004 PDF w EXHIBIT B Bond No. : Bid Bond IMPORTANT NOTICE TO SURETY BOND CUSTOMERS REGARDING THE TERRORISM RISK INSURANCE ACT OF 2002 As a surety bond customer of one of the SAFECO insurance companies(SAFECO Insurance Company of America, General Insurance Company of America, First National Insurance Company, American States Insur- ance Company or American Economy Insurance Company), it is our duty to notify you that the Terrorism Risk Insurance Act of 2002 extends to"surety insurance". This means that under certain circumstances we may be eligible for reimbursement of certain surety bond losses by the United States government under a formula established by this Act. Under this formula, the United States government pays 90% of losses caused by certified acts of terrorism that exceed a statutorily established deductible to be paid by the insurance company providing the bond. The Act also establishes a $100 billion cap for the total of all losses to be paid by all insurers for certified acts of terrorism. Losses on some or all of your bonds may be,subject to this cap. This notice does not modify any of the existing terms and conditions of this bond, the underlying agreement guaranteed by this bond, any statutes governing the terms of this bond or any generally applicable rules of law. At this time there is no premium change resulting from this Act. r .W S-62482/03 Robisor r-onstraction, Inc_ (RCI) aw 4r/ CITY OF RENTON WWP-27-3150 SUNSET SEWER INTERCEPTOR PHASE II 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 r' available, in accordance with the said plans, specifications and contract and the following schedule of rates and prices: (Note: Unit prices for all items all extensions,s, and total amount of bid should be shown. Show unit prices both in writing and in figures.) The undersigned certifies and agrees to the following provisions: 4W NON-COLLUSION AFFIDAVIT .. Being duly sworn, deposes and says, that he is the identical person who submitted the foregoing proposal or bid, and that such bid is genuine and not sham or collusive or made in the interest or on behalf of any person not therein named, and further, that the deponent has not directly induced or solicited any other Bidder on the foregoing work or equipment to put in a sham bid, or any other person or corporation to refrain from bidding, and that deponent has not in any manner sought by collusion to secure to himself or to any other person any advantage over other Bidder or Bidders. •• AND CERTIFICATION RE: ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER Vendor and purchaser recognize that in actual economic practice overcharges resulting from anti-trust violations are in fact usually borne by the purchaser. Therefore, vendor hereby assigns to purchaser any and all claims for such over-charges as to goods and materials purchased in connection with this order or contract, except as to overcharges resulting from anti-trust violations commencing after the date of the bid, quotation, or other event establishing the price under this order or contract. In addition, vendor warrants and represents that such of his suppliers and subcontractors shall assign any and all such claims to purchaser, subject to the aforementioned exception. .� AND MINIMUM WAGE AFFIDAVIT FORM r 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: that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. Robis­ Construction, Inc. (RCI) r FOR: PROPOSAL, NON COLLUSION AFFIDAVIT, ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER AND MINIMUM WAGE AFFIDAVIT w Robison Construction Inc. (RCI) Name of Bidder's Firm y e iryN, TP4/�+ - Printed Name Andrew C. Albrecht - CEO i • f? e Signature ► ; r � Address: 1216 140th Avenue Ct. E. (P.O. Simmer, WA 98390 4 �� 40 Names of Members of Partnership: OR Name of President of Corporation Andrew C. Albrecht Name of Secretary of Corporation Margaret Barkley Corporation Organized under the laws of Washington With Main Office in State of Washington at 1216 140th Avenue Ct. E. Steer, WA 98390 Subscribed and sworn to before me on this 8th day of February .20_. n Notary Public in an f r the State of Washington Z = Notary(Print) 4 Z I C.!d A!L LS 3AJ � PUS : Cr -�7 My appointment expires: i i mr C f WAIVER OF NOTICE AND CONSENT TO ACTIONS IN LIEU OF SPECIAL COMBINED MEETING OF SHAREHOLDER/DIRECTOR ' OF ROBISON CONSTRUCTION, INC. The undersigned, being the sole voting Shareholder and Director of Robison Construction, Inc. (the "Corporation"), hereby waives notice and attendance of a Special Combined Meeting of the voting Shareholder and Director, and further • consents to the actions described and adoption of the resolutions set forth below. This Waiver and Consent shall have the same effect as a unanimous vote, as if a duly convened meeting of the Shareholder and Director was held at the principal place of business of the Corporation. Execution of Bonds Bid Proposals, and Contracts on Behalf of the Corporation WHEREAS, the Shareholder and Director reviewed a proposal to allow certain key employees to execute Bid Bonds, Bid Proposals, and Contracts on behalf of the Corporation; now, therefore, it is hereby; RESOLVED that Mark W. Robison, Andrew C. Albrecht, Michael W. Kerby, Ralph R, Mason are all individually authorized to sign and execute Bonds, Bid Proposals, and Contracts on behalf of the Corporation and as required in connection with the operation of the Corporation's business. The execution of this Consent will constitute written waiver of any notice required by Washington's Corporate Act and the Corporation's Articles of Incorporation and Bylaws. ,. DATED THIS f day of (,l �2002. SHAREHOLDER: DIRECTOR: IN Mark W. Robison Mark W. Robison M/sheree/Licenses/Special Resolution Robiso-- Construction, Inc_ (RCI) MW 1%W CITY OF RENTON `"/ PUBLIC WORKS DEPARTMENT SCHEDULE OF PRICES SUNSET SEWER INTERCEPTOR PHASE II (Note: Unit prices for all items, all extentions, and total amount of bid must be shown. Show unit prices in both words and figures and where conflictconflict occurs the written or typed words shall prevail.) aw ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITY (Unit Prices to be Written in Words) Dollars Cts. Dollars Cts. 001. 1 Mobilization & Demobilization N� Lump Sum $ E 4At r, X tiC j ,j �.,,,e tic DOG. 0 6, 00 0 . c 5 per Lump um (words) fi ures 002. 1 Trench Excavation Safety stems S Y /, r Lump Sum $ Op 7�jcu��rc•�, �.ve flyn�� 4�d r�O -5,00, 00 ..,5-x0. 00 per Lump Sum (words) figures 003. 1 Construction Surveying, Staking, and As-Builts Lump Sum $ ForfeeN Tyv✓scsnJ If el �vo /y 400C. 00 IL1000.00 per Lump Sum (words) figures MW 004. 1 Traffic Control 132.) Lump Sum $ 0,A -c 14,,,,detd Th,4V 'T,.,.v rtio,,5 ,.J ."c'ZZ, r " I3Z 00 1, per Lump Sum (words)' figures 005. 1 Temporary Erosion/Sedimentation Controls Lump Sum $ Tk,-<,e t`hct-s,,j t-ryc �� scaC coo( .vvJCO - 00.6C 15700,00 per Lump Sum (words) figures 006. 1 Landscape Restoration .. Lump Sum $ 'TL.-c, T11�v5� ..a t= N v, L "l.c 2,5_0 C.GG 2 5*C r-/. G G per Lump Sum (words) figures 007. 9 Re-establish existing Monuments I`avr ~�c�a Each $ ` y �1 C)n. ��( 0 per Each (words) figures 10 008. 7,285 Televison Inspection of Sanitary SewersOie aeW N%a.9 Linear Foot $ „° 1 . s 0 0 g per Linear Foot (wo ds) figures 009. 7,285 18" PVC Sewer Pipe Linear Foot $ on{ o.r,,Q w% o - g t7. U© e!D O ;. c per Linear oof (words) figures 010. 127 8" PVC Sewer Pipe Linear Foot $ S W-ve�Lti � 1' V44 Hcl `/2,00 77, O o e , 7 71, 0 0 per Linear Foot (words) figures 011. 1,149 6" PVC Side Sewer Pipe Linear Foot $ �n I+�,�dr� rr, 4 c 1 00, C e per Linear Foot (words) figures 012. 33 60" Sanitary Sewer Manhole ,L y Each $ 1 k/1� 1_ T{,o v C &A d t-fighf kw an J w�+>c 3j 1 Z'5 L per Each (words) figures Pagel •�r Robi.s,- Construction, Inc. (RCI) CITY OF RENTON �.► PUBLIC WORKS DEPARTMENT SCHEDULE OF PRICES SUNSET SEWER INTERCEPTOR PHASE II (Note: Unit prices for all items, all extentions, and total amount of bid must be shown. Show unit prices in both words and figures and where conflictconflict occurs the written or typed words shall prevail.) ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITY (Unit Prices to be Written in Words) Dollars Cts. Dollars Cts. 013. 1 18" Drop Connection Each $ _ � 7. 2 3 00: G per Each (words) figures 014. 13 Connect New Sewer to Existing Sewer Facility Each �/ ' nn $ �r1 L 1 h(7L 5a, W Nynt�/ rca /U 1 Z CC. vc, I V 0, on per Each (words) figures 015. 30 12" CPEP Storm Pipe Fvrfr-fwo Linear Foot $ . T n c►_,�.' / ;n.o L / 'L�h ..� r+✓r rrtr /i IJ7l �. (✓ 1 (" 00 per Linear Footr- (words) figures 016. 1 Type I Catch Basin Each $ One- Thv:,S._j,d Twc a+( ��9.1 .�� y`"l��, 2 CO, �'c' 1'Z C>�'• ca per Each (words) figures 017. 5,700 Fill and Plug Existing Sanitary Sewer Fo�T Linear Foot $ - - �r, , , _. `)= U v ZZ (� G per Line r Foot (words) figures 018. 13 Abandon Existing Manhole Three Each $T- -i, f/✓n�y cA e�,�n( �Ta 3 . C 3 Cleo, f per Each (words) figures 019. 500 Removal and Replacement of Unsuitable r v .tr� rser�srU,. . FoA undation VL/ L f. U 4 C Ton .r : ' O O per Ton (words) Fprfy-,C;ve Pf,/ rI%oo figures 020. 19,500 Select Imported Trench Backfill Ton $ V f t O S O 75-0, (;�G per Ton (words) figures 021. 9,247 Asphalt Patch Including CSTC Sq. Yard $ TA 4, ':z S'c y<. n ue 'V,,, T C'c, 3 L z 13 q. G c� ,. per Sq. Yard' (words) figures 022. 24,400 2" Deep Asphalt Overlay Class'B' Sq. Yard $ E"t/e- mac, 5•5-0 13(4 2 (2O per Sq. Yard (words) figures 023. 3,355 Asphalt Grinding for Overlay �.. Sq. Yard $ , H<ter, L C:. ._ , d r �% I"), 00 9 Z.G. c per Sq. Yard (words) ' figures 024. 1 Replace Pavement Markings and Traffic Buttons .. Lump Sum $ Tic, Ti, e�..,,� �.rir,( ;�v���v — I V c'o ?. c 10 ory o per Lump Sum (words) figures Page 2 Robisor Construction, Inc. (RCI) CITY OF RENTON 1%0 PUBLIC WORKS DEPARTMENT SCHEDULE OF PRICES SUNSET SEWER INTERCEPTOR PHASE II (Note. Unit prices for all items, all extentions, and total amount of bid must be shown. Show unit prices in both words and figures and where conflictconflict occurs the written or typed words shall prevail.) ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITY (Unit Prices to be Written in Words) Dollars Cts. Dollars Cts. 025. 1,250 Remove and Replace Concrete Sidewalk and Driveway Sq. Yard /W e per Sq. Ya d (words) figures 026. 410 Remove and Replace Concrete Curb and Gutter Fir•Feer7 Linear Foot $ �' - _ ti ° 6, 570 y j per Linear Foot (words) figures 027. 9 Remove and Replace Traffic Signal Loops O�!�Q a1 Each $ 'p L� C-1 �4H 10,�.f I l e30, 0 10 0 0. r 0 r.e per Each (words) figures 028. 1,404 Remove and Replace Raise Traffic Island rl-ve Sq. Yard per Sq: Yard (words) V n � 3_gures v � � f L�' �� �� Subtotal i. -790 10 9 4W 8.8% Sales Tax t Total q15 '7 r Page 3 Robison Construction, Inc. (RCI) Subcontractor List Prepared in compliance with RCW 39.30.060 as amended To Be Submitted with the Bid Proposal Project Name Sunset Sewer Interceptor - Phase II Failure to list subcontractors who are proposed to perform the work of heating, ventilation and air conditioning, plumbing, as described in Chapter 18.106 RCW, and electrical as described in Chapter 19.28 RCW will result in your bid being non-responsive and therefore void. Sub contractor(s)that are proposed to perform the work of heating, ventilation and air conditioning, plumbing, as described in Chapter 18.106 RCW, and electrical as described in Chapter 19.28 RCW must be listed below. The work to be performed is to be listed below the subcontractor(s) name. If no subcontractor is listed below, the bidder acknowledges that it does not intend to use any subcontractor to perform those items of work. Subcontractor Name �S ;o , Work to be Performed N ��. tiny L. Subcontractor Name a Work to be Performed Vc Subcontractor Name 19 .v s4yi1 r�L Work to be Performed ■ Subcontractor Name S Work to be Performed P v Subcontractor Name T f I ec4r;c. T�r C Work to be Performed r :N BOND TO THE CITY OF RENTON Bond No. 6306006 KNOW ALL MEN BY THESE PRESENTS: That we,the undersigned Robison Construction, Inc. as principal, and Insurance Company of America .. P P � corporation organized and existing under the laws of the State of Washington 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 ofd 1,915,86 7.90 for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or person representatives,as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washington,the Ordinance of the City of Renton. Dated at ,Washington,this 1 day of yraf 4& Nevertheless,the conditions of the above obligation are such that: WHEREAS, under and pursuant to Public Works Construction Contract CAG-05-001 providing for construction Sunset Sewer Interceptor Phase II 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 .w therein provided for in the manner and within the time set forth; NOW, THEREFORE, if the principal shall faithfully perform all of the provisions of said contract in the manner and within the time therein set forth, or within such extensions of time as may be granted under said contract, and shall pay all laborers, mechanics, subcontractors and materialmen, and all persons who shall supply said principal or subcontractors with provisions and supplies for the carrying on of said work, and shall hold said City of Renton harmless from any loss or damage occasioned.to any person or property by reason of any carelessness or negligence on the part of said principal, or any subcontractor in the performance of said work, and shall indemnify and hold the City of Renton harmless from any damage or expense by reason of .. failure of performance as specified in the contract or from defects appearing or developing in the material or workmanship provided or performed under the contract within a period of one year after its acceptance thereof by the City of Renton, then and in that event this obligation shall be void; but otherwise it shall be and remain ,r in full force and effect. Robison Construction, Inc. SAFECO Insurance Company of America Prm* ' al Surety Signature Ar\aret.w W-brec Kk Signature 111111111!!1 Pamela A. Nelson gs t cto Lp" C('e t .���1�,1_$TA���ii Attorney-in-Fact Title �� �° CAi ,;itle ., �0 Os y tow*jlp Z+ Approved by Larry Warren 2/14/92 "s Co SEAL O P, ;mob : .,,Iiy c�, W:\WWP-27-3150 Sunset Interceptor Ph Mid Specs\B 'Hp%�rS (VDH\tb !!!1111111 POWER SAFECO INSURANCE COMPANY OF AMERICA S A F E C O' OF ATTORNEY HOME OFFICE:SAFECO PMLPAANY OF AMERICA SEATTLE,WASHINGTON 98185 No. 659 :NOW ALL BY THESE PRESENTS: That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a Washington corporation, does each hereby appoint -****************JOHN CLAEYS,JOAN M.COUNCILMAN;RONALD J.LANGE,PAMELA A.NELSON,JAY A.MILEY;Seattle,Washington****************** .r -.is true and lawful attorney(s)-in-fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of its business,and to bind the respective company thereby. N WITNESS WHEREOF,SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and ittested these presents this 29th day of April 2004 4 � - P cam, � CHRISTINE MEAD,SECRETARY MIKE MCGAVICK,PRESIDENT CERTIFICATE Extract from the By-Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: Article V,Section 13.-FIDELITY AND SURETY BONDS...the President,any Vice President,the Secretary,and any Assistant Vice President appointed for that )urpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attorneys-in-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business... On any instrument making or evidencing such appointment,the signatures may be affixed by facsimile. On any instrument conferring such authority >r on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, iowever,that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28,1970. On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V,Section 13 of the By-Laws,and (ii) A copy of the power-of-attorney appointment,executed pursuant thereto,and (iii) Certifying that said power-of-attorney appointment is in full force and effect, he signature of the certifying officer may be by facsimile,and the seal of the Company may be a facsimile thereof." I, Christine Mead, Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA,do hereby certify hat the foregoing extracts of the By-Laws and of a Resolution of the Board of Directors of these corporations,and of a Power of Attorney issued pursuant thereto, ire true and correct,and that both the By-Laws,the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF,I have hereunto set my hand and affixed the facsimile seal of said corporation this l/ day of �cCc COMP SEAL SEAL T i x dl�l 1953 ��� 19211 Of NAS1� ' Of CHRISTINE MEAD,SECRETARY S-0974/SAEF 2/01 ®A registered trademark of SAFECO Corporation 04/29/2004 PDF 1 EXHIBIT B Bond No. : 6306006 IMPORTANT NOTICE TO SURETY BOND CUSTOMERS REGARDING THE TERRORISM RISK INSURANCE ACT OF 2002 .r As a surety bond customer of one of the SAFECO insurance companies(SAFECO Insurance Company of America, General Insurance Company of America, First National Insurance Company,American States Insur- ance Company or American Economy Insurance Company), it is our duty to notify you that the Terrorism Risk r• Insurance Act of 2002 extends to"surety insurance". This means that under certain circumstances we may be eligible for reimbursement of certain surety bond losses by the United States government under a formula established by this Act. Under this formula, the United States government pays 90%of losses caused by certified acts of terrorism that exceed a statutorily established deductible to be paid by the insurance company providing the bond. The Act also establishes a $100 billion cap for the total of all losses to be paid by all insurers for certified acts of terrorism. Losses on some or all of your bonds may be-subject to this cap. r` This notice does not modify any of the existing terms and conditions of this bond,the underlying agreement guaranteed by this bond, any statutes governing the terms of this bond or any generally applicable rules of law. At this time there is no premium change resulting from this Act. S-6248 2/03 �y CITY OF RENTON �1• O� .`' } FAIR PRACTICES POLICY y ,V AFFIDAVIT OF COMPLIANCE hereby confirms and declares that (Name of contractor/subcontractor/consultant/supplier) 1. It is the policy of � to offer equal w (Name of contractor/subcontractor/consultant/supplier) opportunity to all qualified employees and applicants for employment without regard to the race, creed, color, sex,national origin, age,disability or veteran status. II. �Q� 6� ��(lcii'I (1C��1 >U1�1C • complies with all applicable +r• (Name of contractor/subcontractor/consultant/supplier) federal, state and local laws governing non-discrimination in employment. "—k u_cLm r ( CII. When applicable, ub k will seek out and (Name of contractor/subcontractor/consultant/supplier) negotiate with minority and women contractors for the award of subcontracts. � nn Iar�.Ye � 1--��prer�nt Print Agent/Representative's Name .. Print An gent/Representative's Title r Agent/Representative's Signature �- \-3- 1 -0 5 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. r Contracts other than Federal-Aid FHWA CONTRACTS OTHER THAN FEDERAL-AID FHWA THIS AGREEMENT, made and entered into this 11A_ day of Malit-A , 200.5 . by and between THE CITY OF RENTON, Washington, a municipal corporation of the State of Washington, hereinafter referred to as "CITY" and i c .,�.;,�,�/,��,,hereinafter referred to as "CONTRACTOR." WITNESSETH: 1) The Contractor shall within the time stipulated, (to-wit: within one hundred eighty 11801 working days from date of commencement hereof as required by the Contract, of which this agreement is a component part) perform all the work and services required to be performed, and provide and furnish all of the labor, materials, appliances, machines,tools, equipment, utility and transportation services necessary to perform the Contract, and shall complete the construction and installation work in a workmanlike manner, in connection with the City's Project identified as CAG-05-001 for improvement by construction and installation of: Sunset Sewer Interceptor Phase II. 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. 2) The aforesaid Contract, entered into by the acceptance of the Contractor's bid and signing of this agreement, consists of the following documents, all of which are component parts of said Contract and as fully a part thereof as if herein set out in full,and if not attached, as if hereto attached. a) This Agreement b) Instruction to Bidders c) Bid Proposal d) Specifications e) Maps and Plans f) Bid g) Advertisement for Bids h) Special Provisions, if any i) Technical Specifications, if any W:\WWP-27-3150 Sunset Interceptor Ph II\Bid Specs\13IDSPEC-Sunset2.DOCUDMtb LContracts other than Federal-Aid FHWA 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) dgys after the serving upon it of such notice of termination does not perform the Contract or does not commence performance thereof within thirty (30) days from the date of serving such notice, the City itself may take over the work under the Contract and prosecute the same to completion by Contract or by any other method it may deem advisable, for the account and at the expense of the Contractor, and his surety shall be liable to the City for any excess cost or other damages occasioned the City thereby. In such event, the City, if it so elects, may, without liability for so doing, take possession of and utilize in completing said Contract such materials,machinery,appliances, equipment,plants and other properties belonging to the Contractor as may be on site of the project and useful therein. L 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 Lemployees 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. ills In the event the City shall,without fault on its part,be made a party to any litigation commenced by or against Contractor, then Contractor shall proceed and hold the City harmless and he shall pay all costs, expenses and reasonable attorney's fees incurred or paid by the City in connection with such litigation. Furthermore, Contractor agrees to pay all costs, expenses and reasonable attorney's fees that may be incurred or paid by City in the enforcement of any of the covenants, provisions and agreements hereunder. Nothing herein shall require the Contractor to indemnify the City against and hold harmless the City, from claims, demands or suits based solely upon the conduct of the City, its officers or employees and provided further that if claims or suits are caused by or result from the concurrent negligence of (a) the Contractor's agents or employees and (b) the City, its agents, officers and employees, and involves those actions covered by RCW 4.24.115, this indemnity provision with 6r 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. W:\WWP-27-3150 Sunset Interceptor Ph II\Bid Specs\BIDSPEC-Sunset2.DOCVDMtb L t LContracts other than Federal-Aid FHWA 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 one hundred eighty [180] 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 �y 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 6 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. L9) 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. Ilr 10) The Contractor shall furnish a surety bond or bonds as security for the faithful performance of the Contract, including the payment of all persons and firms performing labor on the construction project under this Contract or furnishing materials in connection with this Contract; said bond to be in the full amount of the Contract price as specified in Paragraph 11. The surety or sureties on such bond or bonds must be duly licensed as a surety in the State of Washington. 6 L L L L L W:\WWP-27-3150 Sunset Interceptor Ph II\Bid Specs\BIDSPEC-SUnset2.DOC\JDMtb L 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 $1,760,908.00 nurn ers One Million Seven Hundred Sixty Thousand Nine Hundred Eight and 00/100 dollars written wor s plus Washington State Sales Tax. Payments will be made to Contractor as specified in the "Special Provisions" of this Contract. IN WITNESS WHEREOF, the City has caused these presents to be signed by its Mayor and i attested by its City Clerk and the Contractor has hereunto set his hand and seal the day and year first above-written. CONTRACTOR CITY OF RENTON "/",. l . Oka__ — President/Partner/Owner Mayor athy Keolker—Wheeler �. ATTEST +� Secre ary - Bonnie I . Walton, City Clerk dba R,1Db15V1 Firm Name check one 0 Individual 0 Partnership Corporation Incorporated in Lab 0 r 3, r ,,�INIIIII►ICI ���.•�ooasrq&c.,, _m ,o Attention: If business is a�C � 1, name of the corporation should be listed in full and both President and Secretary Mist 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. r. 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. s ' .. If business is an INDIVIDUAL PROPRIETORSHIP, the name of the owner should appear followed by d/b/a and name of the company. r �r. rlr. r. H:forms/envrmtal/envirpol/bh r t*ya% City of Renton Human Resources & Risk Management Department Insurance Information Form FOR: (> S S ra! Cdr IA;T-65 to C 6 to TL)/z p l4,+SE PROJECT NUMBER: �` P 27 3 j` STAFF CONTACT: -J-0 G "UA) Certificate of Insurance indicates the coverages/limits specified in Yes ❑ No contract? Are the following coverages and/or conditions in effect? ❑ Yes ❑ No Io. v i The Commercial General Liability policy form is an ISO Yes No Occurrence Form or Equivalent? Ce c�c (If no,attach a copy of the policy with required coverages clearly identified) a CG 0043 Amendatory Endorsement provided?* ❑ Yes ❑ No General Aggregate provided on a"per project basis(CG2503)?* �" Yes ❑ No Additional Insured wording provided?* ® Yes ❑ No Coverage on a primary basis and non-contributing basis?* M Yes ❑ No Waiver of Subrogation Clause applies?* Yes ❑ No Severability of Interest Clause(Cross Liability)applies? [ ] Yes ❑ No Notice of Cancellation/Non-Renewal amended to 45 days?* Yes ❑ No *To be shown on certificate of insurance* AM BEST'S RATING FOR CARRIER GL ,4 ,Tr Auto Umb �� Professional IV 1;4' This Questionnaire is issued as a matter of information. This questionnaire is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies indicated on the attached CERTIFICATE OF INSURANCE. The CITY OF RENTON, at its option, shall obtain copies of the policies and/or specific declaration pages FROM awarded bidder prior to execution of contract. - Agency/Broker Completed By(Type or Print Name) X 3 'y o Se Address Complety(Signature) fi N a,tLL- I � d E� 3�� - 7ylv Name of person to contact Telephone Number NOTE: THIS QUESTIONNAIRE MUST BE COMPLETED FOR EACH LINE OF COVERAGE AND „ ATTACHED TO CERTIFICATE OF INSURANCE ENDORSEMENT In consideration of the premium charged, it is hereby agreed and understood that Policy Numb r_ G 039_ 9t� 2794_ issued by Zurich American Insurance Co. Insurance Company, is a tided to include the following terms and conditions as respects Contract Number CAG-05-001 iss ed by the City of Renton(OWNER). I: 1. ADDITIONAL INSURED. The OWNER, their elected or appointed officers, officials, employees, subconsultants, and volunteers are included as additionally insured with regard to damages and defense of claims arising from: (a)activities performed by or on behalf of the NAMED INSURED; or (b) products and completed operations of the NAMED INSURED, or (c) premises owned, leased or used by the NAMED INSURED. 2. CONTRIBUTION NOT REQUIRED. As respects: (a)work performed by the NAMED INSURED for or on behalf of the OWNER; or(b)products sold by the NAMED INSURED to the OWNER;or (c) premises leased by the NAMED INSURED from the OWNER, the insurance afforded by this policy shall be primary insurance as respects the OWNER, or any other insured, its elected or appointed officers, officials, employees, subconsultants or volunteers; or stand in an unbroken chain of coverage excess of the NAMED INSURED'S scheduled underlying primary coverage. In either event, any other insurance maintained by the OWNER, or any other insured, its elected or appointed officers, officials, employees, subconsultants or volunteers shall be in excess of this insurance and shall not contribute with it. 3. SEVERABILITY OF INTEREST. The inclusion of more than one Insured under this policy shall not affect the rights of any Insured as respects any claim,suit or judgment made or brought by or for any other Insured or by or for any employee of any other Insured. This policy shall ;protect each Insured in the same manner as through a separate policy had been issued to each,iexcept that nothing herein shall operate to increase the company's liability beyond the amount or amounts for which the company would have been liable had only one insured been named; 4. CANCELLATION NOTICE. The insurance afforded by this policy shall not be suspended, voided, canceled, reduced in coverage or in limits except after FORTY-FIVE (45) days' prior written notice by certified mail return receipt requested has been given to the OWNER. Such notice shall be addressed to(a) the OWNER and(b)the CONSULTANT. 5. CLAIM REPORTING. The OWNER has no obligation to report occurrences unless a claim has been filed with the OWNER. 6. AGGREGATE LIMIT. The General Aggregate Limit under Limits of Insurance applies separately to the above named contract for the above named OWNER. 2/24/05 ' c � O UDC/ Date Authorized Representative 1 Wbmis/envrmtat/envirpoVbh ACORD, CERTIFICATE OF LIABILITY INSURANCE page 1 of 3 02124DATE /2005 PRODUCER 877-945-7378 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Willis North America, Inc. - Regional Cert Center HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 26 Century Blvd. ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. P. 0. Box 305191 Nashville, TN 372305191 INSURERS AFFORDING COVERAGE NAIC# rr - - INSURED Robison Construction,Inc. INSURERA: Zurich American insurance Company 16535-003 P.O.Box 1730 INSURERB: Ins. Co. of the State of PA 19429-002 Sumner,WA 98390 INSURER C: INSURER D: INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR DD' POLICYEFFECTNE POLICY EXPIRATION LIMITS LTR NSR TYPE OF INSURANCE POLICY NUMBER DATE MM/DD/YY DATE MM/DD/YY A GENERAL LIABILITY GL03992704 9/30/2004 9/30/2005 EACH OCCURRENCE $ 11000,000 X COMMERCIAL GENERAL LIABILITY PREMISES TO EaocccuEence $ 100,000 CLAIMS MADE a OCCUR MED EXP(Any one person) $ 10,000 X WA Stop GAP PERSONAL&ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ 2,000,000 POLICY X PRI - LOC A AUTOMOBILE LIABILITY BAP3992705 9/30/2004 9/30/2005 COMBINED SINGLE LIMIT $ 1,000,000 (Ea accident) X ANYAUTO -- ---- ---- ALLOWNEDAUTOS BODILY INJURY $ SCHEDULED AUTOS (Per person) HIREDAUTOS BODILY INJURY $ (Per accident) NON-OWNEDAUTOS -PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTOONLY-EAACCIDENT $ ANYAUTO OTHERTHAN EAACC $ -. AUTO ONLY: AGG $ B EXCESS LIABILITY 47042328 9/30/2004 9/30/2005 EACHOCCURRENCE $ 1100 000 $ OCCUR El CLAIMS MADE AGGREGATE $ 11000,000 $ DEDUCTIBLE $ RETENTION $ $ TORY OTH- WORKERS COMPENSATION AND TORY LIMITS ER EMPLOYERS'LIABILITY E.L.EACH ACCIDENT $ _ ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? E.L.DISEASE-EA EMPLOYEE 1$ _ If yes,describe under SPECIAL PROVISIONS below E.L.DISEASE-POLICY LIMIT E OTHER DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS RE: Job No. 889 - Sunset Sewer Interceptor Phase II, Project #WWP-27-3150 The Certificate Holder is added as Additional Insured as respects operations performed by or on behalf of the Named Insured, but only insofar as coverage is provided therefore in the afore captioned policies and as required by written contract. This insurance is Primary and Noncontributing, with any insurance maintained by the Certificate Holder (and those others as required by contract) being excess. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,THE ISSUING INSURER WILL NXil€MXXXX MAIL 45 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEF-Jy"XXIRhkXYff0)0�XLL City of Renton IDwatI NIffi%bIfll[d fS4A14i{X17C>3tX�fX�€�3Q1CKiMdC 74�fpir{I}i�[➢�FSI CSffXX C �fIIC Planning/Building/Public Worksr3tX Attn:John Hobson 1055 South Grady Way AUTHORIZED REPRESENTATIVE Renton,WA 98055 ACORD 25(2001/08) Coll:1227654 Tpl:304700 Cert:5490829 ©ACORD CORPORATION 1988 Willis CERTIFICATE OF LIABILITY INSURANCE page 2 of 3 02/24DATE /2005 PRODUCER 877-945-7378 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Willis North America, Inc. - Regional Cert Center HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 26 Century Blvd. ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. P. O. Box 305191 Nashville, TN 372305191 INSURERS AFFORDING COVERAGE NAIC# INSURED Robison Construction,Inc. INSURERA: Zurich American Insurance Company 16535-003 P.O.Box 1730 INSURERS: Ins. Co. of the State of PA 19429-002 Sumner,WA 98390 INSURER C: INSURER D: _. INSURER E: DESCRIPTION OF OPERATIONS/LOCATION S/VE HIC LE S/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS Additional Insureds include: City of Renton, their elected or appointed officers, officials, employees subconsultants, and volunteers and the Washington State Dept. of Transportation (WSDOT) . Waiver of subrogation with respect to General Liability per the attached. Coll:1227654 Tpl:304700 Cert:5490829 Page 3 of 3 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25(2001/08) Co11:1227654 Tp1:304700 Cert:5490829 3 ZURICH tAdditional Insured — Automatic — Owners, Lessees Or Contractors — Broad Form ' Policy No. Eff.Date of Pol. Ex p.Date of End. Eff.Date of End. Producer Add'1.Prem. Return Prem. GL03992704 9/30/2004 9/30/2005 $ $ THIS ENDORSEMENT CHANGES THE POLICY.PLEASE READ IT CAREFULLY. ' This endorsement modifies insurance provided under the: ' Commercial General Liability Coverage Part ' A. WHO IS AN INSURED(Section II)is amended to include as an insured any person or organization whom you are required to add as an additional insured on this policy under a written contract or written agreement. B. The insurance provided to additional insureds applies only to"bodily injury","property damage"or"personal and advertising injury"covered under Section I,Coverage A,BODILY INJURY AND PROPERTY DAMAGE LIABILITY and Coverage B,PERSONAL AND ADVERTISING INJURY LIABILITY,but only if 1. The"bodily injury"or"property damage"results from your negligence;and 2. The"bodily injury","property damage"or"personal and advertising injury"results directly from: ' a. Your ongoing operations;or b. "Your work"completed as included in the"products completed operations hazard", performed for the additional insured,which is the subject of the written contract or written agreement. C. However,regardless of the provisions of paragraphs A.and B.above: 1. We will not extend any insurance coverage to any additional insured person or organization: ' a. That is not provided to you in this policy;or b. That is any broaded coverage than you are required to provide to the additional insured person or ' organization in the written contract or written agreement;and 2. We will not provide Limits of Insurance to any additional insured person or organization that exceed the lower of: a. The Limits of Insurance provided to you in this policy;or b. The Limits of Insurance you are required to provide in the written contract or written agreement. l , D. The insurance provided to the additional insured person or organization does not apply to: 1. "Bodily injury","property damage"or"personal and advertising injury"that results solely from negligence of the additional insured;or U0GL-1175-A CW(9/03) a ' Page 1 or 2 Includes copyrighted material of Insurance Services Office,Inc.with its permission. 2. "Bodily injury","property damage"or"personal and advertising injury"arising out of the rendering or failure to ' render any professional architectural,engineering or surveying services including: a. The preparing,approving,or failing to prepare or approve maps,shop drawings,opinions,reports, In surveys,field orders,change orders or drawings and specifications;and b. Supervisory,inspection,architectural or engineering activities. E. The additional insured must see to it that: 1. We are notified as soon as practicable of an"occurrence"or offense that may result in a claim: 2. We receive written notice of a claim or"suit"as soon as practicable;and 3. A request for defense and indemnity of the claim or"suit'will promptly be brought against any policy issued by ' another insurer under which the additional insured also has rights as an insured or additional insured. F. The insurance provided by this endorsement is primary insurance and we will not seek contribution from any other insurance available to any additional insured person or organization unless the other insurance is provided by a contractor other than you for the same operations and job location. Then we will share with that other insurance by the method described in paragraph 4.c.of SECTION 1V—COMMERCIAL GENERAL LIABILITY CONDITIONS. Any provisions in this Coverage Part not changed by the terms and conditions of this endorsement continue to apply as written. f { ' U-GL-1175-A CW(9/03) Page 2 of 2 POLICY NUMBER: GL03992704 COMMERCIAL GENERAL LIABILITY INSURED: Robison Construction, Inc. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART. SCHEDULE City of Renton, their elected or appointed officers, officials, employees subconsultants, and volunteers and the Washington State Dept. of Transportation (WSDOT). Name of Persons or Organization: City of Renton (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) The TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US Condition (Section IV — COMMERCIAL GENERAL LIABILITY CONDITIONS) is amended by the addition of the following: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products-completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. CG 24 04 10 93 Copyright, Insurance Services Office, Inc., 1992 COMMERCIAL GENERAL LIABILITY CG 00 01 10 01 COMMERCIAL GENERAL LIABILITY COVERAGE FORM Various provisions in this policy restrict coverage. b. This insurance applies to 'bodily injury' and Read the entire policy carefully to determine rights, 'property damage' only if: duties and what is and is not covered. (1) The "bodily injury' or "property damage" is Throughout this policy the words 'you' and "your" caused by an "occurrence" that takes place refer to the Named Insured shown in the Declarations, in the'coverage territory'; and any other person or organization qualifying as a (2) The "bodily injury' or "property damage' Named Insured under this policy. The words"we% "us' occurs during the policy period; and and "our" refer to the company providing this insur- ance. (3) Prior to the policy period, no insured listed under Paragraph 1. of Section II - Who Is The word "insured" means any person or organization An Insured and no "employee' authorized qualifying as such under Section II - Who Is An In- by you to give or receive notice of an "oc- sured. currence" or claim, knew that the "bodily Other words and phrases that appear in quotation injury' or 'property damage' had occurred, marks have special meaning. Refer to Section V - in whole or in part. If such a listed insured Definitions. or authorized 'employee' knew, prior to the SECTION 1 - COVERAGES policy period, that the "bodily injury' or 'property damage" occurred, then any con- COVERAGE A BODILY INJURY AND PROPERTY tinuation, change or resumption of such DAMAGE LIABILITY "bodily injury" or "property damage' during 1. Insuring Agreement or after the policy period will be deemed to a. We will pay those sums that the insured be- have been known prior to the policy period. comes legally obligated to pay as damages be- c. "Bodily injury' or 'property damage" which cause of 'bodily injury" or 'property damage' to occurs during the policy period and was not, which this insurance applies. We will have the prior to the policy period, known to have oc- right and duty to defend the insured against curred by any insured listed under Paragraph any"suit'seeking those damages. However, we 1. of Section II - Who Is An Insured or any will have no duty to defend the insured against "employee'authorized by you to give or receive any'suit' seeking damages for"bodily injury' or notice of an 'occurrence" or claim, includes any 'property damage' to which this insurance continuation, change or resumption of that does not apply. We may, at our discretion, in- 'bodily injury' or "property damage' after the vestigate any 'occurrence" and settle any claim end of the policy period. or"suit'that may result. But: d. 'Bodily injury' or 'property damage" will be (1) The amount we will pay for damages is deemed to have been known to have occurred limited as described in Section III - Limits at the earliest time when any insured listed un- Of Insurance; and der Paragraph 1. of Section 11 - Who Is An In- (2) Our right and duty to defend ends when we sured or any "employee' authorized by you to have used up the applicable limit of insur- give or receive notice of an 'occurrence' or ance in the payment of judgments or set- claim: tlements under Coverages A or B or medi- (1) Reports all, or any part, of the"bodily injury" cal expenses under Coverage C. or "property damage' to us or any other in- No other obligation or liability to pay sums or surer; perform acts or services is covered unless ex- (2) Receives a written or verbal demand or plicitly provided for under Supplementary Pay- claim for damages because of the 'bodily ments - Coverages A and B. injury" or 'property damage"; or (3) Becomes aware by any other means that 'bodily injury' or "property damage" has oc- curred or has begun to occur. CG 00 01 10 01 © ISO Properties, Inc., 2000 Page 1 of 16 1 AGENT COPY e. Damages because of "bodily injury' include c. Liquor Liability damages claimed by any person or organiza- "Bodily injury" or 'property damage' for which tion for care, loss of services or death resulting any insured may be held liable by reason of: at any time from the"bodily injury". 2. Exclusions (1) Causing or contributing to the intoxication of any person; This insurance does not apply to: (2) The furnishing of alcoholic beverages to a a. Expected Or Intended Injury person under the legal drinking age or un- 'Bodily injury' or "property damage" expected der the influence of alcohol; or or intended from the standpoint of the insured. (3) Any statute, ordinance or regulation relating This exclusion does not apply to "bodily injury' to the sale, gift, distribution or use of alco- resulting from the use of reasonable force to holic beverages. protect persons or property. This exclusion applies only if you are in the b. Contractual Liability business of manufacturing, distributing, selling, "Bodily injury" or 'property damage' for which serving or furnishing alcoholic beverages. the insured is obligated to pay damages by d. Workers'Compensation And Similar Laws reason of the assumption of liability in a con- Any obligation of the insured under a workers' tract or agreement. This exclusion does not compensation, disability benefits or unemploy- apply to liability for damages: ment compensation law or any similar law. (1) That the insured would have in the absence e. Employer's Liability of the contract or agreement; or "Bodily injury"to: (2) Assumed in a contract or agreement that is an "insured contract% provided the 'bodily (1) An "employee" of the insured arising out of injury' or 'property damage" occurs subse- and in the course of: quent to the execution of the contract or (a) Employment by the insured; or agreement. Solely for the purposes of liabil- (b) Performing duties related to the conduct - ay assumed in an "insured contract", rea- of the insured's business; or sonable attorney fees and necessary litiga- tion expenses incurred by or for a party (2) The spouse, child, parent, brother or sister other than an insured are deemed to be of that "employee" as a consequence of damages because of "bodily injury" or Paragraph (1) above. "property damage', provided: This exclusion applies: (a) Liability to such party for, or for the cost (1) Whether the insured may be liable as an of, that party's defense has also been employer or in any other capacity; and assumed in the same "insured contract"; 2 To an obligation to share damages with or and ( ) Y 9 9 repay someone else who must pay dam- (b) Such attorney fees and litigation ex- ages because of the injury. penses are for defense of that party against a civil or alternative dispute This exclusion does not apply to liability as- resolution proceeding in which damages sumed by the insured under an "insured con- to which this insurance applies are al- tract". leged. Page 2 of 16 © ISO Properties, Inc., 2000 CG 00 01 10 01 AGENT COPY f. Pollution (d) At or from any premises, site or location (1) 'Bodily injury" or "property damage" arising on which any insured or any contractors out of the actual, alleged or threatened dis- or subcontractors working directly or charge, dispersal, seepage, migration, re- indirectly on any insured's behalf are lease or escape of'pollutants': performing operations if the 'pollutants' are brought on or to the premises, site (a) At or from any premises, site or location or location in connection with such op- which is or was at any time owned or erations by such insured, contractor or occupied by, or rented or loaned to, any subcontractor. However, this subpara- insured. However, this subparagraph graph does not apply to: does not apply to: (i) "Bodily injury' or 'property damage' (i) 'Bodily injury' if sustained within a arising out of the escape of fuels, lu- building and caused by smoke, bricants or other operating fluids fumes, vapor or soot from equipment which are needed to perform the used to heat that building; normal electrical, hydraulic or me- (ii) "Bodily injury or "property damage" chanical functions necessary for the for which you may be held liable, if operation of "mobile equipment" or its you are a contractor and the owner parts, if such fuels, lubricants or or lessee of such premises, site or other operating fluids escape from a location has been added to your vehicle part designed to hold, store policy as an additional insured with or receive them. This exception does respect to your ongoing operations not apply if the "bodily injury' or performed for that additional insured 'property damage' arises out of the at that premises, site or location and intentional discharge, dispersal or w such premises, site or location is not release of the fuels, lubricants or and never was owned or occupied other operating fluids, or if such fu- by, or rented or loaned to, any in- els, lubricants or other operating sured, other than that additional in- fluids are brought on or to the sured; or premises, site or location with the in- (iii) "Bodily injury" or 'property damage" tent that they be discharged, dis- ( ) y y" p p y g " persed or released as part of the op- arising out of heat, smoke or fumes erations being performed by such from a "hostile fire'; insured, contractor or subcontractor; (b) At or from any premises, site or location "Bodily or "property damage' which is or was at any time used by or (ii) y m f g sustained within a building and for any insured or others for the han- dling, storage, disposal, processing or caused the release of gases, treatment of waste; fumes or r vapors from materials brought into that building in connec- (c) Which are or were at any time trans- tion with operations being performed ported, handled, stored, treated, dis- by you or on your behalf by a con- posed of, or processed as waste by or tractor or subcontractor; or for: (iii) "Bodily injury' or "property damage' (i) Any insured; or arising out of heat, smoke or fumes (ii) Any person or organization for from a"hostile fire". whom you may be legally responsi- ble; or CG 00 01 10 01 © ISO Properties, Inc., 2000 Page 3 of 16 I AGENT COPY (e) At or from any premises, site or location (3) Parking an 'auto" on, or on the ways next on which any insured or any contractors to, premises you own or rent, provided the or subcontractors working directly or 'auto" is not owned by or rented or loaned indirectly on any insured's behalf are to you or the insured; performing operations if the operations (4) Liability assumed under any "insured con- are to test for, monitor, clean up, re- tract" for the ownership, maintenance or move, contain, treat, detoxify or neutral- use of aircraft or watercraft; or ize, or in any way respond to, or assess the effects of, "pollutants". (5) "Bodily injury" or 'property damage" arising (2) Any loss, cost or expense arising out of out of the operation of any of the equipment any: in Paragraph f.(2) or f.(3) of the defini- tion of "mobile equipment". (a) Request, demand, order or statutory or h. Mobile Equipment regulatory requirement that any insured or others test for, monitor, clean up, re- "Bodily injury" or "property damage" arising out move, contain, treat, detoxify or neutral- of: ize, or in any way respond to, or assess (1) The transportation of "mobile equipment" by the effects of, "pollutants"; or an "auto' owned or operated by or rented or (b) Claim or "suit" by or on behalf of a gov- loaned to any insured; or ernmental authority for damages be- (2) The use of "mobile equipment" in, or while cause of testing for, monitoring, clean- in practice for, or while being prepared for, ing up, removing, containing, treating, any prearranged racing, speed, demolition, detoxifying or neutralizing, or in any way or stunting activity. responding to, or assessing the effects i. War of, "pollutants". However, this paragraph does not apply to "Bodily injury" or "property damage' due to war, liability for damages because of 'property whether or not declared, or any act or condi- damage" that the insured would have in the tion incident to war. War includes civil war, in- absence of such request, demand, order or surrection, rebellion or revolution. This exclu- statutory or regulatory requirement, or such sion applies only to liability assumed under a claim or "suit' by or on behalf of a govern- contract or agreement. mental authority. j. Damage To Property g. Aircraft,Auto Or Watercraft 'Property damage'to: "Bodily injury" or "property damage" arising out (1) Property you own, rent, or occupy, includ- of the ownership, maintenance, use or en- ing any costs or expenses incurred by you, trustment to others of any aircraft, "auto' or wa- or any other person, organization or entity, tercraft owned or operated by or rented or for repair, replacement, enhancement, res- loaned to any insured. Use includes operation toration or maintenance of such property and 'loading or unloading". for any reason, including prevention of in- This exclusion applies even if the claims jury to a person or damage to another's against any insured allege negligence or other property; wrongdoing in the supervision, hiring, em- (2) Premises you sell, give away or abandon, if ployment, training or monitoring of others by the "property damage" arises out of any part that insured, if the "occurrence" which caused of those premises; the "bodily injury' or 'property damage" in- (3) Property loaned to you; volved the ownership, maintenance, use or en- (4) Personal property in the care, custody or trustment to others of any aircraft, 'auto" or wa- tercraft that is owned or operated by or rented control of the insured; or loaned to any insured. (5) That particular part of real property on This exclusion does not apply to: which you or any contractors or subcon- tractors working directly or indirectly on (1) A watercraft while ashore on premises you your behalf are performing operations, if the own or rent; 'property damage" arises out of those op- (2) A watercraft you do not own that is: erations; or (a) Less than 26 feet long; and (6) That particular part of any property that (b) Not being used to carry persons or must be restored, repaired or replaced be- property for a charge; cause "your work" was incorrectly per- formed on it. Page 4 of 16 © ISO Properties, Inc., 2000 CG 00 01 10 01 ❑ AGENT COPY Paragraphs (1), (3) and (4) of this exclusion do n. Recall Of Products, Work Or Impaired not apply to 'property damage" (other than Property damage by fire) to premises, including the con- Damages claimed for any loss, cost or expense tents of such premises, rented to you for a pe- incurred by you or others for the loss of use, riod of 7 or fewer consecutive days. A separate withdrawal, recall, inspection, repair, replace- limit of insurance applies to Damage To Prem- ment, adjustment, removal or disposal of: ises Rented To You as described in Section III - Limits Of Insurance. (1) 'Your product'; Paragraph (2) of this exclusion does not apply (2) "Your work'; or if the premises are "your work" and were never (3) "Impaired property; occupied, rented or held for rental by you. if such product, work, or property is withdrawn Paragraphs (3), (4), (5) and (6) of this exclu- or recalled from the market or from use by any sion do not apply to liability assumed under a person or organization because of a known or sidetrack agreement. suspected defect, deficiency, inadequacy or Paragraph (6) of this exclusion does not apply dangerous condition in it. to "property damage" included in the "products- o. Personal And Advertising Injury completed operations hazard". "Bodily injury' arising out of "personal and ad- k. Damage To Your Product vertising injury'. "Property damage'to "your product' arising out Exclusions c. through n. do not apply to damage of it or any part of it. by fire to premises while rented to you or tempo- I. Damage To Your Work rarily occupied by you with permission of the owner. A separate limit of insurance applies to this "Property damage"to "your work" arising out of it or any part of it and included in the "prod- coverage as described in Section 111 - Limits Of In- ucts-completed operations hazard". surance. This exclusion does not apply if the damaged COVERAGE B PERSONAL AND ADVERTISING work or the work out of which the damage INJURY LIABILITY arises was performed on your behalf by a sub- 1. Insuring Agreement contractor. a. We will pay those sums that the insured be- m. Damage To Impaired Property Or Property Not comes legally obligated to pay as damages be- Physically Injured cause of 'personal and advertising injury' to "Property damage" to 'impaired property" or which this insurance applies. We will have the right and duty to defend the insured against property that has not been physically injured, any"suit" seeking those damages. However, we arising out of: will have no duty to defend the insured against (1) A defect, deficiency, inadequacy or danger- any 'suit" seeking damages for 'personal and ous condition in "your product" or "your advertising injury"to which this insurance does work'; or not apply. We may, at our discretion, investi- (2) A delay or failure by you or anyone acting gate any offense and settle any claim or 'suit' on your behalf to perform a contract or that may result. But: agreement in accordance with its terms. (1) The amount we will pay for damages is This exclusion does not apply to the loss of limited as described in Section III - Limits use of other property arising out of sudden Of Insurance ; and and accidental physical injury to 'your product" (2) Our right and duty to defend end when we or "your work' after it has been put to its in- have used up the applicable limit of insur- tended use. ance in the payment of judgments or set- tlements under Coverages A or B or medi- cal expenses under Coverage C. CG 00 01 10 01 © ISO Properties, Inc., 2000 Page 5 of 16 AGENT COPY No other obligation or liability to pay sums or g. Quality Or Performance Of Goods- Failure To perform acts or services is covered unless ex- Conform To Statements plicitly provided for under Supplementary Pay- "Personal and advertising injury" arising out of ments - Coverages A and B. the failure of goods, products or services to b. This insurance applies to "personal and adver- conform with any statement of quality or per- tising injury" caused by an offense arising out formance made in your 'advertisement". of your business but only if the offense was h. Wrong Description Of Prices committed in the "coverage territory' during the policy period. "Personal and advertising injury' arising out of the wrong description of the price of goods, 2. Exclusions products or services stated in your 'advertise- This insurance does not apply to: ment'. a. Knowing Violation Of Rights Of Another i. Infringement Of Copyright, Patent, Trademark "Personal and advertising injury' caused by or Or Trade Secret at the direction of the insured with the knowl- "Personal and advertising injury' arising out of edge that the act would violate the rights of an- the infringement of copyright, patent, trade- other and would inflict "personal and advertis- mark, trade secret or other intellectual property ing injury'. rights. b. Material Published With Knowledge Of Falsity However, this exclusion does not apply to in- "Personal and advertising injury" arising out of fringement, in your "advertisement', of copy- oral or written publication of material, if done right, trade dress or slogan. by or at the direction of the insured with j. Insureds In Media And Internet Type knowledge of its falsity. Businesses c. Material Published Prior To Policy Period "Personal and advertising injury' committed by "Personal and advertising injury' arising out of an insured whose business is: oral or written publication of material whose (1) Advertising, broadcasting, publishing or first publication took place before the begin- telecasting; ning of the policy period. (2) Designing or determining content of web- d. Criminal Acts sites for others; or "Personal and advertising injury" arising out of (3) An Internet search, access, content or a criminal act committed by or at the direction service provider. of the insured. However, this exclusion does not apply to e. Contractual Liability Paragraphs 14.a., b. and c. of 'personal and "Personal and advertising injury' for which the advertising injury' under the Definitions Sec- insured has assumed liability in a contract or tion. agreement. This exclusion does not apply to li- For the purposes of this exclusion, the placing ability for damages that the insured would have of frames, borders or links, or advertising, for in the absence of the contract or agreement. you or others anywhere on the Internet, is not f. Breach Of Contract by itself, considered the business of advertis- ing, broadcasting, publishing or telecasting. 'Personal and advertising injury' arising out of k. Electronic Chatrooms Or Bulletin Boards a breach of contract, except an implied contract to use another's advertising idea in your 'ad- 'Personal and advertising injury" arising out of vertisement". an electronic chatroom or bulletin board the in- sured hosts, owns, or over which the insured exercises control. Page 6 of 16 © ISO Properties, Inc., 2000 CG 00 01 10 01 ❑ AGENT COPY I. Unauthorized Use Of Another's Name Or (2) Necessary medical, surgical, x-ray and Product dental services, including prosthetic de- "Personal and advertising injury" arising out of vices; and the unauthorized use of another's name or (3) Necessary ambulance, hospital, profes- product in your e-mail address, domain name sional nursing and funeral services. or metatag, or any other similar tactics to mis- 2. Exclusions lead another's potential customers. We will not pay expenses for "bodily injury": m. Pollution "Personal and advertising injury" arising out of a. Any Insured the actual, alleged or threatened discharge, To any insured, except'volunteer workers". dispersal, seepage, migration, release or es- b. Hired Person cape of"pollutants"at any time. To a person hired to do work for or on behalf n. Pollution-Related of any insured or a tenant of any insured. Any loss, cost or expense arising out of any: c. Injury On Normally Occupied Premises (1) Request, demand or order that any insured To a person injured on that part of premises or others test for, monitor, clean up, re- you own or rent that the person normally oc- move, contain, treat, detoxify or neutralize, cupies. or in any way respond to, or assess the ef- d. Workers Compensation And Similar Laws fects of, 'pollutants"; or (2) Claim or suit by or on behalf of a govern- To a person, whether or not an 'employee" of mental authority for damages because of any insured, if benefits for the 'bodily injury" testing for, monitoring, cleaning up, re- are payable or must be provided under a work- moving, containing, treating, detoxifying or ers' compensation or disability benefits law or a neutralizing, or in any way responding to, similar law. or assessing the effects of, "pollutants". e. Athletics Activities COVERAGE C MEDICAL PAYMENTS To a person injured while taking part in athlet- 1. Insuring Agreement ics. a. We will pay medical expenses as described f. Products-Completed Operations Hazard below for"bodily injury" caused by an accident: Included within the "products-completed opera- (1) On premises you own or rent; tions hazard'. (2) On ways next to premises you own or rent; g. Coverage A Exclusions or Excluded under Coverage A. (3) Because of your operations; h. War provided that: Due to war, whether or not declared, or any act (1) The accident takes place in the "coverage or condition incident to war. War includes civil territory"and during the policy period; war, insurrection, rebellion or revolution. (2) The expenses are incurred and reported to SUPPLEMENTARY PAYMENTS - COVERAGES A us within one year of the date of the acci- AND B dent; and 1. We will pay, with respect to any claim we investi- (3) The injured person submits to examination, gate or settle, or any 'suit" against an insured we at our expense, by physicians of our choice defend: as often as we reasonably require. a. All expenses we incur. b. We will make these payments regardless of fault. These payments will not exceed the appli- cable limit of insurance. We will pay reasonable expenses for: (1) First aid administered at the time of an acci- dent; CG 00 01 10 01 © ISO Properties, Inc., 2000 Page 7 of 16 I AGENT COPY b. Up to $250 for cost of bail bonds required e. The indemnitee and the insured ask us to con- because of accidents or traffic law violations duct and control the defense of that indemnitee arising out of the use of any vehicle to which against such 'suit' and agree that we can as- the Bodily Injury Liability Coverage applies. We sign the same counsel to defend the insured do not have to furnish these bonds. and the indemnitee; and c. The cost of bonds to release attachments, but f. The indemnitee: only for bond amounts within the applicable (1) Agrees in writing to: limit of insurance. We do not have to furnish these bonds. (a) Cooperate with us in the investigation, d. All reasonable expenses incurred by the in- settlement or defense of the"suit'; sured at our request to assist us in the investi- (b) Immediately send us copies of any de- gation or defense of the claim or "suit', includ- mands, notices, summonses or legal ing actual loss of earnings up to $250 a day papers received in connection with the because of time off from work. "suit"; e. All costs taxed against the insured in the"suit". (c) Notify any other insurer whose coverage f. Prejudgment interest awarded against the in- is available to the indemnitee; and sured on that part of the judgment we pay. If (d) Cooperate with us with respect to coor- we make an offer to pay the applicable limit of dinating other applicable insurance insurance, we will not pay any prejudgment in- available to the indemnitee; and terest based on that period of time after the of- (2) Provides us with written authorization to: fer. (a) Obtain records and other information g. All interest on the full amount of any judgment related to the 'suit"; and that accrues after entry of the judgment and be- (b) Conduct and control the defense of the fore we have paid, offered to pay, or deposited indemnitee in such 'suit". in court the part of the judgment that is within the applicable limit of insurance. So long as the above conditions are met, attor- These payments will not reduce the limits of insur- neys'fees incurred by us in the defense of that fin- ance. demnitee, necessary litigation expenses incurred by us and necessary litigation expenses incurred 2. If we defend an insured against a "suit" and an by the indemnitee at our request will be paid as indemnitee of the insured is also named as a party Supplementary Payments. Notwithstanding the to the "suit", we will defend that indemnitee if all of provisions of Paragraph 2.b.(2) of Section I - the following conditions are met: Coverage A - Bodily Injury And Property Damage a. The "suit" against the indemnitee seeks dam- Liability, such payments will not be deemed to be ages for which the insured has assumed the Ii- damages for "bodily injury' and "property damage' ability of the indemnitee in a contract or agree- and will not reduce the limits of insurance. ment that is an "insured contract"; Our obligation to defend an insured's indemnitee b. This insurance applies to such liability assumed and to pay for attorneys' fees and necessary litiga- by the insured; tion expenses as Supplementary Payments ends c. The obligation to defend, or the cost of the when: - defense of, that indemnitee, has also been as- a. We have used up the applicable limit of insur- sumed by the insured in the same 'insured ance in the payment of judgments or settle- contract"; ments; or d. The allegations in the "suit" and the information b. The conditions set forth above, or the terms of we know about the "occurrence' are such that the agreement described in Paragraph f. above, no conflict appears to exist between the inter- are no longer met. ests of the insured and the interests of the in- demnitee; Page 8 of 16 © ISO Properties, Inc., 2000 CG 00 01 10 01 AGENT COPY SECTION II - WHO IS AN INSURED (b) To the spouse, child, parent, brother or 1. If you are designated in the Declarations as: sister of that co-"employee' or "volunteer a. An individual, you and your spouse are in- worker" as a consequence of Paragraph(1)(a) above; sureds, but only with respect to the conduct of c For which there is an obligation to a business of which you are the sole owner. ( ) Y 9 b. A partnership or joint venture, you are an in share damages with or repay someone else who must pay damages because of sured. Your members, your partners, and their the injury described in Paragraphs (1)(a) spouses are also insureds, but only with re- or (b) above; or spect to the conduct of your business. (d) Arising out of his or her providing or c. A limited liability company, you are an insured. failing to provide professional health Your members are also insureds, but only with care services. respect to the conduct of your business. Your managers are insureds, but only with respect (2) "Property damage"to property: to their duties as your managers. (a) Owned, occupied or used by, d. An organization other than a partnership, joint (b) Rented to, in the care, custody or con- - venture or limited liability company, you are an trol of, or over which physical control is insured. Your "executive officers" and directors being exercised for any purpose by are insureds, but only with respect to their du- you, any of your 'employees", 'volunteer ties as your officers or directors. Your stock- workers", any partner or member (if you are holders are also insureds, but only with respect a partnership or joint venture), or any to their liability as stockholders. member (if you are a limited liability com- e. A trust, you are an insured. Your trustees are pany). w. also insureds, but only with respect to their du- b. Any person (other than your 'employee' or ties as trustees. 'volunteer worker"), or any organization while 2. Each of the following is also an insured: acting as your real estate manager. a. Your "volunteer workers' only while performing c. Any person or organization having proper duties related to the conduct of your business, temporary custody of your property if you die, or your 'employees", other than either your but only: "executive officers" (if you are an organization (1) With respect to liability arising out of the other than a partnership, joint venture or lim- maintenance or use of that property; and iced liability company) or your managers (if you are a limited liability company), but only for acts (2) Until your legal representative has been within the scope of their employment by you or appointed. while performing duties related to the conduct d. Your legal representative if you die, but only of your business. However, none of these 'em- with respect to duties as such. That representa- ployees' or "volunteer workers" are insureds tive will have all your rights and duties under for: this Coverage Part. (1) 'Bodily injury' or 'personal and advertising 3. With respect to "mobile equipment' registered in injury': your name under any motor vehicle registration (a) To you, to your partners or members (if law, any person is an insured while driving such you are a partnership or joint venture), equipment along a public highway with your per- to your members (if you are a limited li- mission. Any other person or organization re- ability company), to a co-'employee" sponsible for the conduct of such person is also while in the course of his or her em- an insured, but only with respect to liability arising ployment or performing duties related to out of the operation of the equipment, and only if the conduct of your business, or to your no other insurance of any kind is available to that other 'volunteer workers" while per- person or organization for this liability. However, forming duties related to the conduct of no person or organization is an insured with re- your business; spect to: a. 'Bodily injury' to a co-"employee" of the person driving the equipment; or b. 'Property damage" to property owned by, rented to, in the charge of or occupied by you or the employer of any person who is an in- sured under this provision. CG 00 01 10 01 © ISO Properties, Inc., 2000 Page 9 of 16 I AGENT COPY 4. Any organization you newly acquire or form, other 5. Subject to 2. or 3. above, whichever applies, the than a partnership, joint venture or limited liability Each Occurrence Limit is the most we will pay for company, and over which you maintain ownership the sum of: or majority interest, will qualify as a Named Insured a. Damages under Coverage A; and if there is no other similar insurance available to that organization. However: b. Medical expenses under Coverage C a. Coverage under this provision is afforded only because of all "bodily injury" and "property dam- until the 90th day after you acquire or form the age"arising out of any one"occurrence'. organization or the end of the policy period, 6. Subject to 5. above, the Damage To Premises whichever is earlier; Rented To You Limit is the most we will pay under b. Coverage A does not apply to "bodily injury" or Coverage A for damages because of 'property "property damage" that occurred before you damage"to any one premises, while rented to you, acquired or formed the organization; and or in the case of damage by fire, while rented to c. Coverage B does not apply to "personal and you or temporarily occupied by you with permis- advertising injury" arising out of an offense sion of the owner. committed before you acquired or formed the 7. Subject to 5. above, the Medical Expense Limit is organization. the most we will pay under Coverage C for all No person or organization is an insured with respect medical expenses because of 'bodily injury" sus- to the conduct of an current or tained by any one person. y past partnership, joint venture or limited liability company that is not The Limits of Insurance of this Coverage Part apply shown as a Named Insured in the Declarations. separately to each consecutive annual period and to SECTION III - LIMITS OF INSURANCE any remaining period of less than 12 months, starting with the beginning of the policy period shown in the 1. The Limits of Insurance shown in the Declarations Declarations, unless the policy period is extended and the rules below fix the most we will pay re- after issuance for an additional period of less than 12 gardless of the number of: months. In that case, the additional period will be a. Insureds; deemed part of the last preceding period for purposes b. Claims made or"suits" brought; or of determining the Limits of Insurance. SECTION IV- COMMERCIAL GENERAL LIABILITY c. Persons or organizations making claims or CONDITIONS bringing 'suits'. 2. The General Aggregate Limit is the most we will 1. Bankruptcy pay for the sum of: Bankruptcy or insolvency of the insured or of the insured's estate will not relieve us of our obliga- tions under this Coverage Part. b. Damages under Coverage A, except damages 2. Duties In The Event Of Occurrence, Offense, because of 'bodily injury' or "property damage' Claim Or Suit included in the 'products-completed operations hazard'; and a. You must see to it that we are notified as soon c. Damages under Coverage B. as practicable of an "occurrence' or an offense 3. The Products-Completed Operations Aggregate which may result in a claim. To the extent pos- sible, notice should include: Limit is the most we will pay under Coverage A for (1) How, when and where the 'occurrence' or damages because of "bodily injury' and "property offense took place; damage' included in the "products-completed op erations hazard'. (2) The names and addresses of any injured 4. Subject to 2. above, the Personal and Advertising persons and witnesses; and Injury Limit is the most we will pay under Coverage (3) The nature and location of any injury or B for the sum of all damages because of all "per- damage arising out of the "occurrence' or sonal and advertising injury" sustained by any one offense. person or organization. Page 10 of 16 ©ISO Properties, Inc., 2000 CG 00 01 10 01 0 AGENT COPY b. If a claim is made or "suit" is brought against 4. Other Insurance any insured, you must: If other valid and collectible insurance is available (1) Immediately record the specifics of the claim to the insured for a loss we cover under Cover- or'suit' and the date received; and ages A or B of this Coverage Part, our obligations (2) Notify us as soon as practicable. are limited as follows: You must see to it that we receive written no- a. Primary Insurance tice of the claim or'suit"as soon as practicable. This insurance is primary except when b. below c. You and any other involved insured must: applies. If this insurance is primary, our obliga- tions are not affected unless any of the other (1) Immediately send us copies of any de- insurance is also primary. Then, we will share mands, notices, summonses or legal papers with all that other insurance by the method de- received in connection with the claim or suit'; scribed in c. below. " (2) Authorize us to obtain records and other b. Excesslnsurance information; This insurance is excess over: (3) Cooperate with us in the investigation or (1) Any of the other insurance, whether pri- settlement of the claim or defense against mary, excess, contingent or on any other the'suit'; and basis: (4) Assist us, upon our request, in the en- (a) That is Fire, Extended Coverage, forcement of any right against any person Builder's Risk, Installation Risk or similar or organization which may be liable to the coverage for"your work'; insured because of injury or damage to (b) That is Fire insurance for premises which this insurance may also apply. rented to you or temporarily occupied by d. No insured will, except at that insured's own you with permission of the owner; cost, voluntarily make a payment, assume any (c) That is insurance purchased by you to obligation, or incur any expense, other than for cover your liability as a tenant for 'prop- first aid, without our consent. erty damage' to premises rented to you 3. Legal Action Against Us or temporarily occupied by you with No person or organization has a right under this permission of the owner; or Coverage Part: (d) If the loss arises out of the maintenance a. To join us as a party or otherwise bring us into or use of aircraft, 'autos" or watercraft to the extent not subject to Exclusion g. of a 'suit'asking for damages from an insured; or Section 1 - Coverage A - Bodily Injury b. To sue us on this Coverage Part unless all of And Property Damage Liability. its terms have been fully complied with. (2) Any other primary insurance available to A person or organization may sue us to recover you covering liability for damages arising on an agreed settlement or on a final judgment out of the premises or operations for which against an insured; but we will not be liable for you have been added as an additional in- damages that are not payable under the terms of sured by attachment of an endorsement. this Coverage Part or that are in excess of the ap- plicable limit of insurance. An agreed settlement means a settlement and release of liability signed by us, the insured and the claimant or the claim- ant's legal representative. CG 00 01 10 01 © ISO Properties, Inc., 2000 Page 11 of 16 I AGENT COPY When this insurance is excess, we will have no 6. Representations duty under Coverages A or B to defend the in- By accepting this policy, you agree: sured against any "suit* if any other insurer has a duty to defend the insured against that "suit". a. The statements in the Declarations are accurate If no other insurer defends, we will undertake and complete; to do so, but we will be entitled to the insured's b. Those statements are based upon representa- rights against all those other insurers. tions you made to us; and When this insurance is excess over other in- c. We have issued this policy in reliance upon surance, we will pay only our share of the your representations. amount of the loss, if any, that exceeds the sum of: 7 Separation Of Insureds (1) The total amount that all such other insur- Except with respect to the Limits of Insurance, and ance would pay for the loss in the absence any rights or duties specifically assigned in this of this insurance; and Coverage Part to the first Named Insured, this in- surance applies: (2) The total of all deductible and self-insured amounts under all that other insurance. a. As if each Named Insured were the onl y Named Insured; and We will share the remaining loss, if any, with any other insurance that is not described in b. Separately to each insured against whom claim this Excess Insurance provision and was not is made or "suit" is brought. bought specifically to apply in excess of the 8. Transfer Of Rights Of Recovery Against Others To Limits of Insurance shown in the Declarations Us of this Coverage Part. If the insured has rights to recover all or part of c. Method Of Sharing any payment we have made under this Coverage If all of the other insurance permits contribution Part, those rights are transferred to us. The in- by equal shares, we will follow this method sured must do nothing after loss to impair them. At also. Under this approach each insurer con- our request, the insured will bring 'suit" or transfer tributes equal amounts until it has paid its ap- those rights to us and help us enforce them. plicable limit of insurance or none of the loss 9. When We Do Not Renew remains, whichever comes first. If we decide not to renew this Coverage Part, we If any of the other insurance does not permit will mail or deliver to the first Named Insured contribution by equal shares, we will contribute shown in the Declarations written notice of the by limits. Under this method, each insurer's nonrenewal not less than 30 days before the expi- share is based on the ratio of its applicable limit ration date. of insurance to the total applicable limits of in- If notice is mailed, proof of mailing will be sufficient surance of all insurers. proof of notice. 5. Premium Audit SECTION V- DEFINITIONS a. We will compute all premiums for this Coverage 1. "Advertisement' means a notice that is broadcast Part in accordance with our rules and rates. or published to the general public or specific mar- b. Premium shown in this Coverage Part as ad- ket segments about your goods, products or vance premium is a deposit premium only. At services for the purpose of attracting customers or the close of each audit period we will compute supporters. For the purposes of this definition: the earned premium for that period and send a. Notices that are published include material notice to the first Named Insured. The due date placed on the Internet or on similar electronic for audit and retrospective premiums is the means of communication; and date shown as the due date on the bill. If the b. Regarding web-sites, only that part of a web- sum of the advance and audit premiums paid for the policy period is greater than the earned site that is about your goods, products or premium, we will return the excess to the first services for the purposes of attracting custom- Named Insured. ers or supporters is considered an advertise- c. The first Named Insured must keep records of ment. the information we need for premium computa- 2. "Auto" means a land motor vehicle, trailer or semi- tion, and send us copies at such times as we trailer designed for travel on public roads, includ- may request. ing any attached machinery or equipment. But °auto"does not include "mobile equipment". Page 12 of 16 © ISO Properties, Inc., 2000 CG 00 01 10 01 ❑ AGENT COP`! 3. "Bodily injury" means bodily injury, sickness or 9. "Insured contract" means: disease sustained by a person, including death re- a. A contract for a lease of premises. However, sulting from any of these at any time. that portion of the contract for a lease of 4. "Coverage territory" means: premises that indemnifies any person or or- a. The United States of America (including its ganization for damage by fire to premises while territories and possessions), Puerto Rico and rented to you or temporarily occupied by you Canada; with permission of the owner is not an 'insured b. International waters or airspace, but only if the contract"; injury or damage occurs in the course of travel b. A sidetrack agreement; or transportation between any places included c. Any easement or license agreement, except in in a. above; or connection with construction or demolition op- c. All other parts of the world if the injury or dam- erations on or within 50 feet of a railroad; age arises out of: d. An obligation, as required by ordinance, to (1) Goods or products made or sold by you in indemnify a municipality, except in connection the territory described in a. above; with work for a municipality; (2) The activities of a person whose home is in e. An elevator maintenance agreement; the territory described in a. above, but is f. That part of any other contract or agreement away for a short time on your business; or pertaining to your business (including an in- (3) 'Personal and advertising injury" offenses demnification of a municipality in connection that take place through the Internet or simi- with work performed for a municipality) under lar electronic means of communication which you assume the tort liability of another provided the insured's responsibility to pay dam- party to pay for "bodily injury" or "property damage" to a third person or organization. Tort ages is determined in a "suit" on the merits, in the liability means a liability that would be imposed territory described in a. above or in a settlement by law in the absence of any contract or we agree to. agreement. 5. 'Employee" includes a 'leased worker". "Employee' Paragraph f. does not include that part of any does not include a 'temporary worker". contract or agreement: 6. "Executive officer" means a person holding any of (1) That indemnifies a railroad for "bodily injury" the officer positions created by your charter, con- or 'property damage" arising out of con- stitution, by-laws or any other similar governing struction or demolition operations, within 50 document. feet of any railroad property and affecting 7. "Hostile fire' means one which becomes uncon- any railroad bridge or trestle, tracks, road- trollable or breaks out from where it was intended beds, tunnel, underpass or crossing; to be. (2) That indemnifies an architect, engineer or 8. "Impaired property" means tangible property, other surveyor for injury or damage arising out than "your product" or 'your work', that cannot be of: used or is less useful because: (a) Preparing, approving, or failing to Are- a. It incorporates "your product" or 'your work" pare or approve, maps, shop drawings, that is known or thought to be defective, defi- opinions, reports, surveys, field orders, cient, inadequate or dangerous; or change orders or drawings and specifi- b. You have failed to fulfill the terms of a contract cations; or or agreement; (b) Giving directions or instructions, or if such property can be restored to use by: failing to give them, if that is the primary cause of the injury or damage; or a. The repair, replacement, adjustment or removal (3) Under which the insured, if an architect, of "your product' or"your work"; or engineer or surveyor, assumes liability for b. Your fulfilling the terms of the contract or an injury or damage arising out of the in- agreement. sured's rendering or failure to render pro- fessional services, including those listed in (2) above and supervisory, inspection, ar- chitectural or engineering activities. CG 00 01 10 01 © ISO Properties, Inc., 2000 Page 13 of 16 AGENT COPY 10."Leased worker" means a person leased to you by f. Vehicles not described in a., b., c. or d. above a labor leasing firm under an agreement between maintained primarily for purposes you and the labor leasing firm, to perform duties the transpo ation of persons or cargo her than related to the conduct of your business. 'Leased worker"does not include a 'temporary worker'. However, self-propelled vehicles with the fol- 11."Loading or unloading' means the handling owing types of permanently attached equip- "L property: g of ment are not 'mobile equipment' but will be considered 'autos": a. After it is moved from the place where it is 1 accepted for movement into or onto an aircraft, ( ) Equipment designed primarily for: watercraft or "auto'; (a) Snow removal; b. While it is in or on an aircraft, watercraft or (b) Road maintenance, but not construction "auto'; or or resurfacing; or c. While it is being moved from an aircraft, water- (c) Street cleaning; craft or 'auto' to the place where it is finally de- (2) Cherry pickers and similar devices mounted livered; on automobile or truck chassis and used to but "loading or unloading' does not include the raise or lower workers; and movement of property by means of a mechanical (3) Air compressors, pumps and generators, device, other than a hand truck, that is not at- including spraying, welding, building tached to the aircraft, watercraft or"auto". cleaning, geophysical exploration, lighting 12."Mobile equipment" means any of the following and well servicing equipment. types of land vehicles, including any attached ma- 13."Occurrence" means an accident, including con- chinery or equipment: tinuous or repeated exposure to substantially the a. Bulldozers, farm machinery, forklifts and other same general harmful conditions. vehicles designed for use principally off public 14.'Personal and advertising injury" means injury, roads; including consequential "bodily injury', arising out b. Vehicles maintained for use solely on or next to of one or more of the following offenses: premises you own or rent; a. False arrest, detention or imprisonment; c. Vehicles that travel on crawler treads; b. Malicious prosecution; d. Vehicles, whether self-propelled or not, main- c. The wrongful eviction from, wrongful entry tained primarily to provide mobility to perma- into, or invasion of the right of private occu- nently mounted: pancy of a room, dwelling or premises that a (1) Power cranes, shovels, loaders, diggers or person occupies, committed by or on behalf of drills; or its owner, landlord or lessor; (2) Road construction or resurfacing equip- d. Oral or written publication, in any manner, of ment such as graders, scrapers or rollers; material that slanders or libels a person or or- ganization or disparages a person's or organi- e. Vehicles not described in a., b., c. or d. above zation's goods, products or services; that are not self-propelled and are maintained primarily to provide mobility to permanently at- e• Oral or written publication, in any manner, of tached equipment of the following types: material that violates a person's right of pri- vacy; (1) Air compressors, pumps and generators, including spraying, welding, building f• The use of nt'; or is advertising idea in your cleaning, geophysical exploration, lighting 'advertisement'; or and well servicing equipment; or g. Infringing upon another's copyright, trade (2) Cherry pickers and similar devices used to dress or slogan in your "advertisement'. raise or lower workers; Page 14 of 16 © ISO Properties, Inc., 2000 CG 00 01 10 01 0 AGENT COPY . ..._.......................... 15."Pollutants" mean any solid, liquid, gaseous or b. Loss of use of tangible property that is not thermal irritant or contaminant, including smoke, physically injured. All such loss of use shall be vapor, soot, fumes, acids, alkalis, chemicals and deemed to occur at the time of the "occurrence" waste. Waste includes materials to be recycled, re- that caused it. conditioned or reclaimed. For the purposes of this insurance, electronic data 16."Products-completed operations hazard": is not tangible property. a. Includes all "bodily injury" and "property dam- As used in this definition, electronic data means in- age' occurring away from premises you own or formation, facts or programs stored as or on, cre- rent and arising out of "your product' or "your ated or used on, or transmitted to or from com- work' except: puter software, including systems and applications (1) Products that are still in your physical pos- software, hard or floppy disks, CD-ROMS, tapes, session; or drives, cells, data processing devices or any other media which are used with electronically controlled (2) Work that has not yet been completed or equipment. abandoned. However, 'your work" will be deemed completed at the earliest of the fol- 18.'Suit' means a civil proceeding in which damages lowing times: because of "bodily injury", 'property damage' or "personal and advertising injury' to which this in- (a) When all of the work called for in your surance applies are alleged. 'Suit" includes: contract has been completed. a. An arbitration proceeding in which such dam- (b) When all of the work to be done at the ages are claimed and to which the insured job site has been completed if your con- must submit or does submit with our consent; tract calls for work at more than one job or site. b. Any other alternative dispute resolution pro- (c) When that part of the work done at a job ceeding in which such damages are claimed site has been put to its intended use by and to which the insured submits with our any person or organization other than consent. another contractor or subcontractor working on the same project. 19."Temporary worker' means a person who is fur- nished to you to substitute for a permanent 'em- Work that may need service, maintenance, ployee" on leave or to meet seasonal or short-term correction, repair or replacement, but which workload conditions. is otherwise complete, will be treated as completed. 20."Volunteer worker" means a person who is not your "employee', and who donates his or her work b. Does not include "bodily injury" or "property and acts at the direction of and within the scope of damage"arising out of: duties determined by you, and is not paid a fee, (1) The transportation of property, unless the salary or other compensation by you or anyone injury or damage arises out of a condition in else for their work performed for you. or on a vehicle not owned or operated by 21.'Your product": you, and that condition was created by the "loading or unloading" of that vehicle by any a. Means: insured; (1) Any goods or products, other than real (2) The existence of tools, uninstalled equip- property, manufactured, sold, handled, dis- ment or abandoned or unused materials; or tributed or disposed of by: (3) Products or operations for which the classi- (a) You; fication, listed in the Declarations or in a (b) Others trading under your name; or policy schedule, states that products- (c) A person or organization whose busi- completed operations are subject to the ness or assets you have acquired; and General Aggregate Limit. 17."Property damage" means: (2) Containers (other than vehicles), materials, parts or equipment furnished in connection a. Physical injury to tangible property, including with such goods or products. all resulting loss of use of that property. All such loss of use shall be deemed to occur at the time of the physical injury that caused it; or CG 00 01 10 01 © ISO Properties, Inc., 2000 Page 15 of 16 1 AGENT COPY b. Includes 22."Your work': (1) Warranties or representations made at any a. Means: time with respect to the fitness, quality, du- rability, performance or use of "your prod-(1) Work or operations performed by you or on uct"; and your behalf; and (2) The providing of or failure to provide warn- (2) Materials, parts or equipment furnished in ings or instructions. connection with such work or operations. c. Does not include vending machines or other b. Includes property rented to or located for the use of (1) Warranties or representations made at any others but not sold. time with respect to the fitness, quality, du- rability, performance or use of "your work', and (2) The providing of or failure to provide warn- ings or instructions. Page 16 of 16 © ISO Properties, Inc., 2000 CG 00 01 10 01 ❑ AGENT CCPY PREVAILING MINIMUM HOURLY WAGE RATES State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section-Telephone(360)902-5335 PO Box 44540,Olympia,WA 98504-4540 Washington State Prevailing Wage Rates For Public Works Contracts The PREVAILING WAGES listed here include both the hourly wage rate and the houry rate of fringe benefits. On public works projects,workers'wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements is provided on the Benefit Code Key. KING COUNTY Effective 09-01-04 (See Benefit Code Key) Over PREVAILING 'rime Holiday Note Classification WAGE Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $32.61 1N 5D BOILERMAKERS JOURNEY LEVEL $33.32 1 BRICK AND MARBLE MASONS JOURNEY LEVEL $39.87 1M 5A CABINET MAKERS(IN SHOP) JOURNEY LEVEL $16.67 1 CARPENTERS ACOUSTICAL WORKER $39.11 1M 5D BRIDGE,DOCK AND WARF CARPENTERS $38.95 1 M 5D CARPENTER $38.95 1M 5D CREOSOTED MATERIAL $39.05 1M 5D DRYWALL APPLICATOR $39.63 1M 5D FLOOR FINISHER $39.08 1M 5D FLOOR LAYER $39.08 1M 5D FLOOR SANDER $39.08 1M 5D MILLWRIGHT AND MACHINE ERECTORS $39.95 1 M 5D PILEDRIVERS,DRIVING,PULLING,PLACING COLLARS AND WELDING $39.15 1M 5D SAWFILER $39.08 1M 5D SHINGLER $39.08 1M 5D STATIONARY POWER SAW OPERATOR $39.08 1M 5D STATIONARY WOODWORKING TOOLS $39.08 1M 5D CEMENT MASONS JOURNEY LEVEL $40.01 1M 5D DIVERS&TENDERS DIVER $80.62 1M 51D 8A DIVER TENDER $41.72 1M 51D DREDGE WORKERS ASSISTANT ENGINEER $39.52 1B 5D 8L ASSISTANT MATE(DECKHAND) $38.76 1B 51D 8L BOATMEN $39.52 113 51D 8L ENGINEER WELDER $39.57 1B 5D 8L LEVERMAN,HYDRAULIC $41.04 1B 5D 8L MAINTENANCE $38.76 113 5D 8L MATES $39.52 1B 51D 8L OILER $39.16 16 5D 8L DRYWALL TAPERS JOURNEY LEVEL $39.44 11 513 ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL $18.69 1 Page 1 KING COUNTY Effective 09-01-04 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code INSPECTION/CLEANING/SEALING OF SEWER&WATER SYSTEMS BY REMOTE CONTROL CLEANER OPERATOR,FOAMER OPERATOR $9.73 1 GROUT TRUCK OPERATOR $11.48 1 HEAD OPERATOR $12.78 1 TECHNICIAN $7.16 1 TV TRUCK OPERATOR $10.53 1 INSULATION APPLICATORS JOURNEY LEVEL $38.95 1M 5D IRONWORKERS JOURNEY LEVEL $43.12 1B 5A LABORERS ASPHALT RAKER $33.09 IN 5D BALLAST REGULATOR MACHINE $32.61 IN 5D BATCH WEIGHMAN $27.93 IN 5D BRUSH CUTTER $32.61 IN 5D BRUSH HOG FEEDER $32.61 IN 5D BURNERS $32.61 IN 5D CARPENTER TENDER $32.61 IN 5D CASSION WORKER $33.45 IN 5D CEMENT DUMPER/PAVING $33.09 IN 5D CEMENT FINISHER TENDER $32.61 IN 5D CHANGE-HOUSE MAN OR DRY SHACKMAN $32.61 IN 5D CHIPPING GUN(OVER 30 LBS) $33.09 IN 5D CHIPPING GUN(UNDER 30 LBS) $32.61 IN 5D CHOKER SETTER $32.61 IN 5D CHUCKTENDER $32.61 IN 5D CLEAN-UP LABORER $32.61 IN 5D CONCRETE DUMPER/CHUTE OPERATOR $33.09 IN 5D CONCRETE FORM STRIPPER $32.61 IN 5D CONCRETE SAW OPERATOR $33.09 IN 5D CRUSHER FEEDER $27.93 IN 5D CURING LABORER $32.61 1 N 5D DEMOLITION,WRECKING&MOVING(INCLUDING CHARRED $32.61 1 N 5D DITCH DIGGER $32.61 IN 5D DIVER $33.45 IN 5D DRILL OPERATOR(HYDRAULIC,DIAMOND) $33.09 1 N 5D DRILL OPERATOR,AIRTRAC $33.45 IN 5D DUMPMAN $32.61 IN 5D EPDXY TECHNICIAN $32.61 1N 5D EROSION CONTROL WORKER $32.61 1N 5D FALLERIBUCKER,CHAIN SAW $33.09 IN 5D FINAL DETAIL CLEANUP(i.e.,dusting,vacuuming,window cleaning;NOT $25.61 IN 5D construction debris cleanup) FINE GRADERS $32.61 IN 5D FIRE WATCH $27.93 IN 5D FORM SETTER $32.61 IN 5D GABION BASKET BUILDER $32.61 IN 5D GENERALLABORER $32.61 IN 5D GRADE CHECKER&TRANSIT PERSON $33.09 IN 5D GRINDERS $32.61 IN 5D GROUT MACHINE TENDER $32.61 IN 5D Page 3 KING COUNTY Effective 09-01-04 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code LABORERS-UNDERGROUND SEWER&WATER GENERAL LABORER $32.61 1N 5D PIPE LAYER $33.09 IN 5D LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $11.07 1 LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $10.63 1 LANDSCAPING OR PLANTING LABORERS $8.42 1 LATHERS JOURNEY LEVEL $39.63 4M 5D MACHINISTS(HYDROELECTRIC SITE WORK) MACHINIST $16.84 1 METAL FABRICATION(IN SHOP) FITTER $15.86 1 LABORER $9.78 1 MACHINE OPERATOR $13.04 1 PAINTER $11.10 1 WELDER $15.48 1 MODULAR BUILDINGS CABINET ASSEMBLY $11.56 1 ELECTRICIAN $11.56 1 EQUIPMENT MAINTENANCE $11.56 1 PLUMBER $11.56 1 PRODUCTION WORKER $9.26 1 TOOL MAINTENANCE $11.56 1 UTILITY PERSON $11.56 1 WELDER $11.56 1 PAINTERS JOURNEY LEVEL $30.76 2B 5A PLASTERERS JOURNEY LEVEL $39.93 1R 5A PLAYGROUND&PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $8.42 1 PLUMBERS&PIPEFITTERS JOURNEY LEVEL $48.86 1G 5A POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $37.26 IT 5D 8L BACKHOE,EXCAVATOR,SHOVEL (3 YD&UNDER) $39.88 IT 5D 8L BACKHOE,EXCAVATOR,SHOVEL (OVER 3 YD&UNDER 6 YD) $40.34 IT 5D 8L BACKHOE,EXCAVATOR,SHOVEL(6 YD AND OVER WITH $40.86 IT 51D 8L BACKHOES, (75 HP&UNDER) $39.49 IT 51D 8L BACKHOES, (OVER 75 HP) $39.88 IT 5D 8L BARRIER MACHINE(ZIPPER) $39.88 IT 5D 8L BATCH PLANT OPERATOR,CONCRETE $39.88 IT 5D 8L BELT LOADERS(ELEVATING TYPE) $39.49 IT 5D 8L BOBCAT $37.26 IT 51D 8L BROOMS $37.26 IT 5D 8L BUMP CUTTER $39.88 IT 51D 8L CABLEWAYS $40.34 IT 5D 8L CHIPPER $39.88 IT 5D 8L COMPRESSORS $37.26 IT 51D 8L CONCRETE FINISH MACHINE-LASER SCREED $37.26 IT 51D 8L CONCRETE PUMPS $39.49 IT 51D 8L Page 5 KING COUNTY Effective 09-01-04 +++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++ (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code POWER PLANT $3726 IT 5D 8L PUMPS,WATER $37.26 IT 5D 8L QUAD 9,D-10,AND HD-41 $40.34 IT 5D 8L REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $40.34 IT 5D 8L EQUIP RIGGER AND BELLMAN $37.26 IT 5D 8L ROLLAGON $40.34 IT 51D 8L ROLLER,OTHER THAN PLANT ROAD MIX $37.26 IT 5D 8L ROLLERS,PLANTMIX OR MULTILIFT MATERIALS $39.49 IT 5D 8L x ROTO-MILL,ROTO-GRINDER $39.88 IT 5D 8L SAWS,CONCRETE $39.49 IT 5D 8L SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $39.88 IT 5D 8L ® OFF-ROAD EQUIPMENT(UNDER 45 YD) SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $40.34 IT 5D 8L OFF-ROAD EQUIPMENT(45 YD AND OVER) SCRAPERS,CONCRETE AND CARRYALL $39.49 IT 5D 8L SCREED MAN $39.88 IT 51D 8L SHOTCRETE GUNITE $37.26 IT 51D 8L SLIPFORM PAVERS $40.34 IT 51D 8L SPREADER,TOPSIDE OPERATOR-BLAW KNOX $39.88 IT 51D 8L SUBGRADE TRIMMER $39.88 IT 50, 8L TOWER BUCKET ELEVATORS $39.49 IT 5D 8L TRACTORS,(75 HP&UNDER) $39.49 IT 51D 8L TRACTORS,(OVER 75 HP) $39.88 IT 5D 8L TRANSFER MATERIAL SERVICE MACHINE $39.88 IT 5D 8L TRANSPORTERS,ALL TRACK OR TRUCK TYPE $40.34 IT 5D 8L TRENCHING MACHINES $39.49 IT 51D 8L TRUCK CRANE OILER/DRIVER(UNDER 100 TON) $39.49 IT 5D 8L TRUCK CRANE OILER/DRIVER(100 TON&OVER) $39.88 IT 5D 8L TRUCK MOUNT PORTABLE CONVEYER $39.88 IT 5D 8L WHEEL TRACTORS,FARMALL TYPE $37.26 IT 5D 8L YO YO PAY DOZER $39.88 IT 5D 8L POWER EQUIPMENT OPERATORS-UNDERGROUND SEWER& (SEE POWER EQUIPMENT OPERATORS) POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $33.06 4A 5A SPRAY PERSON $31.34 4A 5A TREE EQUIPMENT OPERATOR $31.76 4A 5A TREE TRIMMER $29.48 4A 5A TREE TRIMMER GROUNDPERSON $21.94 4A 5A REFRIGERATION&AIR CONDITIONING MECHANICS MECHANIC $46.41 1G 5A RESIDENTIAL BRICK&MARBLE MASONS JOURNEY LEVEL $27.05 1 RESIDENTIAL CARPENTERS JOURNEY LEVEL $23.47 1 RESIDENTIAL CEMENT MASONS JOURNEY LEVEL $22.64 1 RESIDENTIAL DRYWALL TAPERS JOURNEY LEVEL $39.44 1.1 513 RESIDENTIAL ELECTRICIANS JOURNEY LEVEL $26.24 1 Page 7 up To KING COUNTY Effective 09-01-04 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL $12.44 1 5S SPRINKLER FITTERS(FIRE PROTECTION) JOURNEY LEVEL $48.19 1B 5C STAGE RIGGING MECHANICS(NON STRUCTURAL) JOURNEY LEVEL $13.23 1 SURVEYORS CHAIN PERSON $9.35 1 INSTRUMENT PERSON $11.40 1 PARTY CHIEF $13.40 1 TELEPHONE LINE CONSTRUCTION-OUTSIDE CABLE SPLICER $28.29 2B 5A HOLE DIGGER/GROUND PERSON $15.91 2B 5A INSTALLER(REPAIRER) $27.13 2B 5A JOURNEY LEVEL TELEPHONE LINEPERSON $26.32 2B 5A SPECIAL APPARATUS INSTALLER 1 $28.29 2B 5A SPECIAL APPARATUS INSTALLER II $27.72 2B 5A TELEPHONE EQUIPMENT OPERATOR(HEAVY) $28.29 2B 5A TELEPHONE EQUIPMENT OPERATOR(LIGHT) $26.32 2B 5A TELEVISION GROUND PERSON $15.10 2B 5A TELEVISION LINEPERSON/INSTALLER $20.11 2B 5A TELEVISION SYSTEM TECHNICIAN $23.80 2B 5A TELEVISION TECHNICIAN $21.43 2B 5A TREE TRIMMER $26.32 26 5A TERRAZZO WORKERS&TILE SETTERS JOURNEY LEVEL $37.03 1H 5A TILE,MARBLE&TERRAZZO FINISHERS FINISHER $30.86 1H 5A TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $31.90 1K 5A TRUCK DRIVERS ASPHALT MIX(TO 16 YARDS) $36.89 IT 5D 8L ASPHALT MIX(OVER 16 YARDS) $37.47 IT 5D 8L DUMP TRUCK $36.89 IT 5D 8L DUMP TRUCK&TRAILER $37.47 IT 5D 8L OTHER TRUCKS $37.47 IT 5D 8L TRANSIT MIXER $23.45 1 WELL DRILLERS&IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $17.71 1 OILER $12.97 1 WELL DRILLER $17.68 1 Page 9 Department of Labor and Industries STATEMENT OF INTENT TO M1`S�AT[n Prevailing Wage (360)902-5335 PAY PREVAILING WAGES �, - www.lni.wa.gov/prevailing wage '"r ��Y Public Works Contract $25.00 Filing Fee Required •This form must be typed or printed to Ink. Project Name Contract# •Fill in all blanks or form will be returned for correction (see back). •Please allow a minimum of 10 working days for processing. Contract Awarding Agency(public agency-not federal or private) APPROVED FORM WILL BE MAILED TO THIS ADDRESS Address Contractor,company or agency name,address,city,state&ZIP+4 City State ZIP+4 Awarding Agency Project Contact Person Phone# County where work will be performed City where work will be performed Bid due date (m/diy) Date contract awarded (m/d/y) Prime contractor(has contract with the public agency) Contractor Registration No. Do you intend to use subcontractors? Do you intend to use apprentices? Yes CJ No Yes No Craft/trade and occupation (Do NOT list apprentices) Rate of Rate of hourly Estimated no. Hourly Pay fringe benefits of workers i l — i I i I t f I I 4 I I i Company name,address,city,state,ZIP+4 Indicate total dollar amount of your contract $ I hereby certify that the above information is correct and that all workers I employ on this Public Works Project will be paid no less than the Prevailing Wage Rate(s) as determined by the Industrial Statistician of the Department of Labor and Industries. Contractor Registration No. UBI Title Signature Email address /Phone number Check Number. Amount.. to APPROVED: Department of Labor and Industries Issued By: xr T a as By i { _ Industrial Statistician t , F700-029-000 statement of intent to pay prevailing wages 2-02 After APPROVAL send white copy to Awarding Agena Canary copy-L&I Department of Labor and Industries Prevailing Wage AFFIDAVIT OF WAGES PAID f (360)902-5335 - Public Works Contract www.ini.wa.gov/prevalingwage ` °°°�i $25.00 Filing Fee Required •This form must be typed or printed in ink. Project Name Contract a °Fill in all blanks or form will be returned for correction(see back). •Please allow a minimum of 10 working days for processing. Contract Awarding Agency(public agency-not federal or pnvale Tz�sAPPROYED FORM WILL BE MAILED TO THISADDRES � z /+ddress Contractor,company or agency name,address,city,state&ZIP+4 x� City State ZIP+4 Awarding Agency Project Contact Person Phone tl County where work was performed City where work was performed Bid due date (m/d/y) Date contract awarded (m/d/y) Prime contractor(has contract with the public agency) Contractor Registration No. Date work completed (m/d/y) Date Intent filed (m/d/y) Craft/trade/occupation and apprentices(For apprentices,give name, Number Total it hrs Rate of Rate of hourly registration tl,trade,dates of work on project and stage of progression) of Workers .I worked-ea trade Hourly Pay fringe benefits I f i I i I I _ f +M I I t i .W I i aw Company name,address,city,state,ZIP+4 Indicate total dollar amount of your contract $ I hereby certify that the above information 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. Contractor Registration No. UBI Title Signature Email address Phone number f' Check Number. Amount: CERTIFIED: Department of Labor and Industries Issued By. By Industrial Statistician �M F700-007-000 affidavit of wages 2-02 After APPROVAL. send white copy to Awarding Ag nry Canary copy-L&I CERTIFICATION OF PAYMENT OF PREVAILING WAGES Date: Ref: Pay Estimate No. Project CAG No. This is to certify that the prevailing wages have been paid to our employees and our subcontractors' employees for the period from through in accordance with the Intents to Pay Prevailing Wage filed with the Washington State Department of Labor& Industries. This form will be executed and submitted prior to or with the last pay request. r Company Name By: Title: •• List of Subcontractors: r +�r r 18 INTNT.D00 'It' CITY OF RENTON SUPPLEMENTAL SPECIFICATIONS CITY OF RENTON STANDARD SPECIFICATIONS The City of Renton Standard Specifications for Municipal Construction(hereafter referred to as The Renton Standards) shall apply to all work performed within the public right-of-way by, or for, the City of Renton; or work performed as an extension, betterment or addition to any of the City's utility, or transportation systems. +r. The Renton Standards are comprised of the following documents: Standard Specifications The Standard Specifications are "The 1996 Standard Specifications for Road, Bridge, and Municipal Construction (English)" published by the Washington State Department of Transportation and the American Public Works Association, Washington Chapter. WSDOT Amendments WSDOT Amendments are changes to the Standard Specifications published on a quarterly basis by WSDOT. The included Index to Amendments lists all amendments received and acknowledged by the time of publication of this document. These Amendments shall be considered a part of the Standard Specifications. Standard Plans The Standard Plans are selected pages of "The Standard Plans for Road and Bridge Construction" as �r published by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association, adopted by the City of Renton, and bound together with those standard plans created by the City of Renton. An appendix contains the original WSDOT/APWA index showing the disposition .r (Adopted, Replaced, or Deleted) of all original pages. Supplemental Specifications "• The City of Renton Supplemental Specifications is a compilation of the revisions made to the original WSDOT/APWA document, as modified by the adopted WSDOT Amendments, and is produced to be used together with the original document(s). Where changes are being made to the 1996 Standard Specifications sufficient amounts of the original (WSDOT/APWA) text is reproduced to provide clarity and context. All original text being deleted is shown with a line through the characters. (This-is-delste44 All replacement text or text being added is shown as underlined I +w tt3M. Sections being deleted in their entirety are so stated and not shown. When a section is described as being revised, sufficient text from the original section is shown with cross-outs and boldface to show the revisions. When a section is supplemented, existing text that is not being changed is not shown unless needed to clarify the meaning of the added text. Each item in the Supplemental Specifications signifies the source that wrote the item in parentheses following the listing of the section number and title: ar (APWA) Signifies an item taken verbatim from the Division I APWA Supplement to the 1996 Standard Specifications. (SA) Signifies that the section has been modified from the original State text by an amendment ,,. produced by WSDOT. The text of the subject section is shown as modified by the amendment, otherwise WSDOT Amendments are not shown in this document except for their listing in the Index to Amendments. (RC) Signifies an item produced by the City of Renton or an APWA or State Amendment that has been rewritten by Renton. Those documents listed above shall govern all work, except as these standards may be modified or superseded by project-specific plans, special provisions or other documents officially approved by the City of Renton. All work within the public right-of-way performed by other agencies or private parties working under permit authority of the City of Renton shall follow these standards with the excieption of those requirements which pertain to payment and financing. Copies of the Renton Standards are on file at the Customer Service desk of the Planning/Building/Public Works Department, Municipal Building, Renton, Washington 98055, where they may be WN examined and copied by any interested party. i- Page-RS-i Revision Date.May 19, 1997 +m Table of Contents CITY OF RENTON STANDARD SPECIFICATIONS.....................................................................................i Division1 General Requirements........................................................................................................... 1 ar1-01 Definitions and Terms..................................................................................................... 1 1-02 Bid Procedures and Conditions.......................................................................................... 2 1-03 Award and Execution of Contract......................................................................................2 1-04 Scope of the Work..........................................................................................................3 1-05 Control of Work............................................................................................. 1-06 Control of Material............................................................................. ..........................7 1-07 Legal Relations and Responsibilities to the Public..................................................................7 do1-08 Prosecution and Progress................................................................................................12 1-09 Measurement and Payment..............................................................................................14 1-10 Temporary Traffic Control..............................................................................................18 1-11 Renton Surveying Standards............................................................................................19 Division 2 Earthwork...............................................................................:.:.......................................22 2-02 Removal of Structures and Obstructions.............................................................................22 a2-03 Roadway Excavation and Embankment..............................................................................22 2-04 Haul...........................................................................................................................23 . 2-06 Subgrade Preparation..........................................:.........................................................23 2.09 Structure Excavation......................................................................................................23 dw Division 3 Production From Quarry and Pit Sites and Stockpiling.................................................................25 3 No supplemental specifications were necessary........................................................................25 to Division 4 Bases................................................................................................................................25 4 No supplemental specifications were necessary.........................................................................25 Division 5 Surface Treatments and Pavements..........................................................................................26 rrr 5-04 Asphalt Concrete Pavement.............................................................................................26 Division 6 Structures..........................................................................................................................29 .rr 6-12 Rockeries....................................................................................................................29 Division 7 Drainage Structures,Storm Sewers,Sanitary Sewers,Water Mains,and Conduits.............................30 7-01 Drains........................................................................................................................30 7-02 Culverts................. 7-03 Structural Plate Pipe,Pipe Arch,Arch,and Underpass.........................................................30 7-04 Storm Sewers..............................................................................................................30 r7-05 Manholes,Inlets,and Catch Basins..................................................................................31 7-08 General Pipe Installation Requirements.............................................................................32 7-10 Trench Exc.,Bedding,and Backfill for Water Mains............................................................34 7-11 Pipe Installation for Water Mains....................................................................................34 aw 7-12 Valves for Water Mains.................................................................................................37 7-14 Hydrants....................................................................................................................38 7-15 Service Connections......................................................................................................39 7-17 Sanitary Sewers...........................................................................................................39 n Division 8 Miscellaneous Construction.....................................................................................................40 8-09 Raised Pavement Markers...............................................................................................40 8-10 Guide Posts..................................................................................................................40 ar8-13 Monument Cases...........................................................................................................40 8-14 Cement Concrete Sidewalks.............................................................................................40 8-17 Impact Attenuator Systems................................................. .........................................41 8-20 Illumination,Traffic Signal Systems, and Electrical 8-22 Pavement Marking............................................................ ...........................................47 8-23 Temporary Pavement Markings........................................................................................48 Page-RS-u Revision Date:May 19, 1997 aw sr Division 9 Materials...........................................................................................................................49 9-00 Definitions and Tests......................................................................................................49 9-02 Bituminous Materials.....................................................................................................49 9-04 Joint and Crack Sealing Materials.....................................................................................50 .r 9-05 Drainage Structures, Culverts, and Conduits.......................................................................50 9-06 Structural Steel and Related Materials..............................................................................51 9-08 Paints.........................................................................................................................51 9-23 Concrete Curing Materials and Admixtures.........................................................................52 Im 9-29 Illumination,Signals,Electrical..................................................... 9-30 Water Distribution Materials...........................................................................................58 *6m INDEX TO WSDOT AMENDMENTS ......................................................................................................60 WSDOTAMENDMENTS......................................................................................................60 .rr .r rrr rr aw nw. r ws rrr ao ai do 1. rr Page-RS-iii Revision Date:May 19, 1997 1-01 Definitions and Terms 1-01 Definitions and Terms to Department shall also refer to the Department of I D1VIS10II 1 Planning/Building/Public Works Administrator. Special Provisions(RC) General Requirements —odifiCations to the do standard specifications speGificatietts and supplemental specifications that apply to an individual project. The special provisions may describe work the 1-01 Definitions and Terms specifications do not cover. Such work shall comply first with the special provisions and then with any specifications that apply. The SECTION 1-01.1 IS REVISED BYADDING THE FOLLOWING: Contractor shall include all costs of doing this work within the bid prices- 1-01.1 General(RC) State(RC) The state of Washington acting through its representatives. Whenever reference is made to the State, Commission Department of Transportation Secretary of Transportation, The State shall also refer to The City of Renton and its authorized Owner Contracting; Agency or Engineer, such reference shall be representatives where applicable. deemed to mean the City of Renton acting through its City Council, Contract Documents(APWA) employees and duly authorized representatives for all contracts The component parts of the contract which may include, but administered by the City of Renton. are not limited to, the Proposal Form, the Contract Form, bonds insurance certificates, various other certifications and affidavit, the SEC77ON 1-01.3 IS REVISED AND SUPPLEMENTED BY Contract Provisions, the Contract Plans, Working Drawings, the THE FOLLOWING. Standard Specifications, the Standard Plans, Addendum, and 1-01.3 Definitions(RC, APWA) Change Orders. Dates(APWA) Act of god(RC) Bid Opening Date(APWA) 'Act of God' means an earthquake flood, cyclone, or other The date on which the Contracting Agency publicly opens and cataclysmic phenomenon of nature. A rain, windstorm,high water reads the bids. or other natural phenomenon of unusual intensity for the specific Award Date(APWA,RC) locality of the work which might reasonably have been anticipated The date of the formal decision of the Contracting Agency to from historical records of the general locality of the work, shall not accept the lowest responsible and responsive Bidder for the work. be construed as an act of god. Contrad Execution Date(APWA) err Consulting Engineer(RC) The date the Contracting Agency officially binds the agency to The Contracting Agency's design consultant who may or may the Conga• not administer the constriction program for the Contracting Notice to Proceed Date(APWA) The date stated in the Notice to Proceed on which the Contract go D' time begins. Unless otherwise designated days) as used in the Contract Contrad Completfort Date(APWA, RC) Documents shall be understood to mean working days. The date by which the work is eontractualiv reguircd to be Or Equal(RC) completed The Contract Completion Date will be stated in the rrr Where the term 'or equal' is used herein the Contracting Notice to Frosted Revisions of this date will be suthornzed to Maim or the Contracting Agency on recommendation of the writing by the Engineer whenever there is an extension to the engineer,shall be the sole fudge of the quality and suitability of the Contract time. proposed substitution. Final Acceptance Date(APWA,RC) The responsibility and cost of furnishing necessary evidence, The date on which the Contracting Agency accepts the work demonstrations or other information required to obtain the as complete-per contract requirerrie tits. approval of alternative materials or processes by the Owner shall Material(APWA) be entirely borne by the Contractor. Any substance specified for use in the construction of the Owner project and its amurtenanc es which enters into and forms a part of The City of Renton or its authorized representative. Also the finished structure or improvanem and is capable of being so referred to as Contracting Agency. used and is furnished for that purpose. wrr Plans(RC) Materialman(APWA) The cori tact plans and/or standard plans which show location, A person or organization who furnishes a raw material. character, and dimensions of prescribed work including layouts. supply, commodity, equipment or manufactured or fabncated profiles,cross-sections,and other details. product and does not perform labor at the Pmiect Site'a supplier. to Drawings may either be bound in the same book as the Notice of Award(APWA) balance of the Contract Documents or bound in separate sets, and The written notice from the ContraMtn¢ Agencti' to the are a part of the Contract Documents, regardless of the method of successful Bidder Mifying the Contracting Agency's axcptance an binding of the Bid. The terms 'Standard Drawings' or 'Standard Details' Notice to Proceed(APWA) generally used in specifications refers to drawings bound either The written notice from the Corntra lifU Agt�ncv or Engineer with the specification documents or included with the Plans or the to the Contractor authorizing and dir«xb¢ the Contractor to No City of Renton Standard Plans. proceed with thi Work and establishing the date on which die Secretary.Secretary of Transportation(RC) Contract Time begins. The chief executive officer of the Department and other authorized representatives. The chief executive officer to the Page-SP-1 Revision Date:May 19, 1997 .r 1-02 Bid Procedures and Conditions 1-03 Award and Execution of Contract di 1-02 Bid Procedures and Conditions within S five ears from the date of submission. label such materials or failure to timel red net afterinoticx of SECTION 1-02.1 IS DELETED AND REPLACED BY THE r uest for ublic disclosure has been iven shall FOLLOWING: waiver b the submittin vendor of an claim that suclhdm ten�als 1-02.1 Qualifications of Bidder(APWA) are, in fact so exempt Bidders shall be SECTION 1-02.12 IS SUPPLEMENTED BY ADDING THE qualified by experience financing FOLLOWING. T and organization to do the work called for in the Contract Documents. The Contracting Agency reserves the right to 1-02.12 Public Opening of Proposals APWA take whatever action it deems necessa to ascertain the ability of the Bidder to perform the work satisfactorily This action may The Contractin A en reserves the ri ht to include a pre qualification procedure prior to the Bidder being date and time for bid o nin Notification to bidder will Abe be furnished a proposal form on any contract or a preaward survey of addenda. the Bidders qualifications Mor to award SECTION 1-02.13 PARAGRAPH I IS REVISED AS FOLLOWS. SECTION 1-02.2 IS DELETED AND REPLACED BY THE 1-02.13 Irrei;tilar Proposals(RC2 FOLLOWING: a. The bidder is not prequalified when so required; 1'02.2 Bid Documents(APWA) SECTION 1-02.14 IS REVISED IN ITEM 3 IN P 10 Information as to where Bid Documents can be obtained or TO READ. ARAGRAPH 1 reviewed will be found in the Call for Bids for the Work placed in the Con ting Agency's of 1 2 Disqualition of Bidders(ApWA) tracficial newspaper -0 .14 fica — SECT7ON 1-02.4(2) IS SUPPLEMENTED BY REVISING 3- A bidder is not Pcequalified for the work or to the full SENTENCE 1,PARAGRAPH I TO READ: extent of the bid; 1-02.4(2) Subsurface Information(APWA) 1-03 Award and Execution of Contract w the If Contracting Agency has made subsurface investigation of the site of the proposed work, the boring log data and soil SECTION 1-03.1 IS SUPP sample test data,_and geotechnical reports accumulated by the L.I�MENTED AS FOLLOWS: Camuting Agency will be made available for inspection by the 1-03.1 Consideration of Bids1RC, APWA) bidders. SEC77ON 1-02.S IS SUPPLEMENTED BY ADDING THE The total of extensions, corrected where necessary,, and including sales taxes where applicable, will be used by the snip FOLLOWING: Contracting Agency for award the contract bond. purposes and to fix the amount of 1-02.5 Proposal Forst(APWA) All bids will be based on total sum of all schedules of Drices. The Engineer reserves the ri ght to arrange the Bid Fors with No partial bids will be accepted unless so Stated in the call for bids Alternates Additives or Deductrves if such be to the advarrta a of or special provisions The City reserves the right however to the Contracdnnn Agency The Bidder shall bid on all Additives award all or any schedule of a bid to the lowest bidder at its Deductives. or Alternates set forth in the Proposal Forms unl discretion. otherwise Mecified in the Special Provisions SECTION 1-03.2 IS SUPPLEAMVIW SECTION 1-02.6 IS SUPP FOLLOMM. BY ADDING THE LEM101RED BY ADDING THE FOLLOWING: 1-02.6 Preparation of Proposal(RC) 1-03.2 Award of Contract(RC) The contras, bond for, and all other forms ttgtiiring All prices dual be in legible figures and(pW words)written in execution, together with a list of all other forms or documents ink or typed.The proposal shall include: required to be submitted by the successful bidder, will be VA 1. A unit price for each item(omitting digits more than four forwarded to the aucc�sfnl bidder within 10 days of the award. places to the right of the decimal point), each unit price shall also The number of conies to be executed by the Contractor shall be be written in words;where a conflict arises the written words shall determined by the Contracting Agency revarl. SECTION 1-03.3 IS REVISED AND SUPPLEMENTED AS SECTION 1-02.6(1) IS AN ADDED SUPPLEMENTAL FOLLOWS: SECTION. 1-03.3 _Execution of Contract(APWA,RC) 1-M.6(l) ro Proprietary Information (RC) 1-03.3 20 10 calendar days after receipt from the City of the Vendors should rn the bid identify clearly any forms and documents required to be completed by the material(s) which constitute '(valuable) formula designs Coiutracto drawings, and research data' so as to be exempt from public signori Contra date, � successful bidder shall return the sing ,Agency-prepared contract, an instuaroe disclosure RCW 42.17.310 or an materials otherwise claimed to certification as required by Section 1-07.IS.and a satisfactory bond be exempt, along with a Statement of the basis for such claim of as required by law and Section 1-03.4. If the bidder experiences exemption. The Department (or State) will give notice to the circumstances beyond their control that prevents return of the vendor of any request for disclosure of such information received contract documents within 20 10 calendar days after the award ' t- Page-SP--2 Revision Date:May 19, 1997 1-04 Scope of the Work 1-05 Control of Work raw date, the Contracting Agency may grant up to a maximum of 20 10 SECTION 1-04.4 IS SUPPLEMENTED WITH THE additional calendar days for return of the documents, provided the FOLLOWING: Contracting Agency deems the circumstances warrant it. 1-04,4 Changes R� The Contracting Agency is prohibited by RCW 39.06.010 from executing a contract with a Contractor who is not registered Renton does not have a formal policy or guidelines on cost or licensed as required by the laws of the state. In addition, the reduction alternatives, but will evaluate such proposals by the Contracting Agency requires persons doing business with the Contractor on a=%-by-case basis. VW Contracting Agency to possess a valid City of Renton business SECTION 1-04.11 IS SUPPLEMENTED AS FOLLOWS. license prior to award. When the Bid Form provides spaces for a business license 1-04.11 Final Cleanup C number, a Washington State Contractors registration number. or V both the Bidder shall insert such information in the spaces 3. All salvage material as noted on the plans and taken from provided The Contracting Agency requires legible copies of the any of the discarded facilities shall, at the engineer's discretion, be Contractor's Rexistration and business license be submitted to the carefully salvaged and delivered to the City shops. Any cost Engineer as part of the Contracting Agency's post-award incurred in salvaging and delivering such items shall be considered W information and evaluation activities. incidental to the proiect and no compensation will be made. The contract price for "Finish and Cleanup, lump sum,' shall be SECTION 1-03.4 IS SUPPLEMENTED BY ADDING THE full compensation for all work, equipment and materials FOLLOWING TO THE FIRST PARAGRAPH: required to perform final cleanup. If this pay item does not appear M 1-03.4 Contract Bond (APWA) in the contract documents then final clean up shall be considered incidental to the contract and to other pay item and no further S Be accompanied by a power of attorney for the Surety's compensation shall be made. air officer empowered to sign the bond. 7 Be signed by an officer of the Contractor empowered to 1..05 Control of Work sign official statements (sole proprietor or partner). If the Contractor is a corporation the bond must be signed by the SECTION 1-05.3 IS REVISED AS FOLLOWS: a" president or vice-president,unless accompanied by written proof of the authority of the individual signing the bond to bind the 1-05.3 Plans and Working Drawings (: corporation(i.e.,corporate resolution power of attorney or a letter The Contractor shall submit supplemental working drawings to such effect by the president or via-president). +ar as required for the performance of the work.The drawings shall be on sheets measuring 24 by 16_p by 3_4 mchs or on sheets with 1-04 Scope of the Work dimensions in multiples of 8-1/2 by 11 inches. an SECTION 1-04.1 IS SUPPLEMENTED BY ADDING THE SECTION 1-05.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: FOLLOWING: 1-04.1 .Intent of the Contrail C 1-05.4 Conformity with and Deviations from Plans and Stakes The contractor is encouraged to provide to the Engineer prior to progress Payments an estimate of lump sure work accomplhslxd If the project calls for Contractor supplied surveying. the to date The Engineer's calculations and decisions shall be final m Contractor shall provide all required survey work, including such ar regard to the actual pempgRe of any lump sum pay item work as mentioned in.Sections 1-05.4, 1-05-5,441 and elsewhere accomplished and eligible for payment unless another specific is these specifications as being provided by the Engineer, method of calculating lump stem payments is provided elsewhere in SECTION 1-05.5 THE VACANT SEC170N IS REPLACED BY the specifications. THE FOLLOWING: do SECTION 1-04.2 IS REVISED AS FOLLOWS: 1-05.5 Construction Stakes(RC) 1-04.2 Coordination of Contrail Documents,Plans, If the project calls for Contractor supplied surveying• the Special Provisions Specifications,and Addenda Contractor shall provide all required survey work mcudrpg such (RC) work as mentioned in Sections 1-05.4, 1-05.5, 1-11 in these specifications as being provided by the Ea inser•Alt c> contract by following this order of precedence(e.g., for this survey work shall be included in 'Comractor Supplied 1 presiding over 2,3. Surveying."per lump sum. 4,5,6,and 7;2 presiding over 3.4.S.6,and 7;and so forth). 1. Addenda 1-05.5(1) General(APWA,RCZ 2. Proposal Form air 3. Special Provisions The Engineer Or Contractor stnpplled Suryeypi wlll. Drpvtde 4. Contract Plans construction stakes and marks establishing loos slopes and grades , to the Standard Specifications as stipulated in Sections 1-05.5(1) and 1-05.SC2) and will perform 5 5. Supplemental Specifications. such work per Section 1-11 The Contractor shall a�stime full nd aw+ 7 Standard Plans responsibility for detailed dimensions elevations a excavation 6.8. Standard Specifications slopes measured from the Engineer or Contractor supplied surveyor furnished stakes and marks. Page-SP-3 Revision Date.May 19,1997 rrr 1-05 Control of Work 1-05 Control of Work The Contractor shall provide a work site which has been with maior grade changes shall be slope staked to estahti�h e a prepared to permit construction staking to proceed in a safe and before offset hubs are set. de orderly manner. The Contractor shall keep the Engineer or Contractor supplied surveyor informed of staking requirements and 1-05_5(3) Bridge and Structure Surveys(ApWA) provide at least 48 hours notice to allow the Engineer or Contractor For all structural work such as bridges and retaining walls the supplied surveyor adequate time for setting stakes. Contractor shall retain as a part of Contractor organi7atinn s Stakes, marks, and other reference points including existing experienced team of surveyors under direct supervision of a monumentation, set by Contracting Agency forces shall be licensed surveyor. The Contractor shall ensure that rcaui field carefully preserved by the Contractor. The Contractor will be measurements and locations match and fulfill the intended lam charged for the costs of replacing stakes markers and dimensions. The Contractor shall provide all surveys required to monumentation that were not to be disturbed but were destro ed or complete the structure,except the following prunary survey control damaged by the Contractor's operations. This charge will be which will be provided by the Engineer: deducted from monies due or to become due to the Contractor. 1. Centerline or offsets to centerline of the structure. Any claim by the Contractor for extra compensation by reason 2. Stations of abutments anti pier centerlines of alterations or reconstruction work allegedly due to error in the 3. A sufficient number of bench marks for levels to enable 40 Engineer's line and grade, will not be allowed unless the original the Contractor to set grades at reasonably short distances control points set by the Engineer still exist, or unless other 4. Monuments and control points as shown on the satisfactory substantiating evidence to prove the error is furnished Drawings. the Engineer.Three consecutive points set on line or tirade shall be The Contractor shall establish all secondary survey controls rY the minimum points used to determine any variation from a straight both horizontal and vertical, as necessary to assure proper line or grade. Any such variation shall upon discovery, be placement of all protect elements based on the primary control reported to the Engineer. In the absence of such report the points provided by the Engineer. Survey work shall be within the Contractor shall be liable for any error in alignment or grade. following tolerances: The Contractor shall provide all surveys required other than 1. Stationing +.01 foot those to be performed by the Engineer. All survey work shall be 2. Alignment +.01 foot(between successive points) done in accordance with Section 1-11 SURVEYING STANDARDS 3. Superstructure Elevations+.01 foot(from plan elevations) of these specifications. 4. Substructure Elevations+.o5 foot(from plan elevations) The Contractor shall keep updated survey field notes in a During the progress of the Work, the Contractor shall make standard field book and in a format set by the Engineer,per Section available to the Engineer all field books including survey 1-11.1(3). These field notes shall include all survey work information,footing elevations,cross sections and quantities V0 Performed by the Contractor's surveyor in establishing line grade The Contractor shall be fully responsible for the close and slopes for the construction work. Copies of these field notes coordination of field locations and measurements with appropriate shall be provided the Engineer upon request and upon completion dimensions of structural members being fabricated. of the contract work the field book or books shall be submitted to all the Engineer and become the property of the Contracting Agency. 1-05.5(4) Contractor Supplied Surveying(RC) If the survey work provided by the Contractor does not meet When the contract provides for Contractor Supplied the standards of the Engineer, then the Contractor shall upon the Surveying, the Contractor shall supply the survey work required Engineer's written request, remove the individual or individuals for the proiect. The Contractor shall retain as a part of the doing the survey work and the survey work will be completed by Contractor Organization an experienced team of surveyors under the Engineer at the Contractor's expense. Costs for completing the the direct supervision of a professional land stuyevor licensed by survey work required by the Engineer will be deducted from the State of Washington All survey work shall be done in monies due or to become due the Contractor, accordance with Sections 1-05.4. 1-05.5 and 1-11. All costs for survey work required to be performed by the The Contractor and/or Surveyor shall inform On Fhj6 veer in Contractor shall be included in the prices bid for the various items writing of any errors,discrepancies,and omissions to the plans that which comprise the improvement or be included in the bid item for prevent the Contractor and/or Surveyor from constntcti the 'Contractor Supplied"Surveying' per lump sum if that item is protect in a manner satisfactory to the F=iner. All errors, included in the contracts. discrepancies, and omissions must be corrected to the satisfaction of the Engineer before the survey work may be continued. 1-0S.SCl) Roadway and Utility Surveys(APWA) The Contractor shall coordinate his work wilt the Surveyor 40 The Engineer shall furnish to the Contractor one time only,or, and perform his operations in a mariner to protect all surveY stakes Contractor supplied surveyor will provide as needed all Principal from harm. The Contractor shall inform the Surveyor of the litres, grades,and measurements the Engineer deems neoessary for Contractor's intent to remove any survey stakes and/or points completion of the Work.These shall generally consist of one initial before physically removing diem. set of: The surveyor shall be responsible for maintaining As-Built 1. Slope stakes for establishing grading, records for the proiect. The Contractor shall coordinate his 2. Curb grade stakes, operations and assist the Surveyor in maintaining accurate As-Built 3. Centerline finish grade stakes for pavement sections records for the vroiect. wider than 25 feet,and If the Contractor and Surveyor fail to provide as directed by 4. Offset points to establish line and grade for underground the Engineer and/or these plans and specifications socurate As- utilities such as water, sewers, and storm drains (with offsets 50' Built records and other work the Engineer deems necessary the max interval). Engineer may elect to`provide at Contractor expense a surveyor to On alley construction proiects with minor grade changes the provide all As-Built records and other work as directed by the Engineer or Contractor supplied surveyor shall provide offset hubs Engineer. The Engineer shall deduct expenses incurred by the on one side of the alley to establish the alignment and grade Alleys Engineer-supplied surveying from moneys owed to the Contractor. '1 t= Page-SP-4 Revision Date.May 19, 1997 1-05 Control of Work 1-05 Control of Work we Payment per Section 1-04.1 for all work and materials provided by this Section nor shall the exercise of this right diminish required for the full and complete survey work required to the Contracting Agency's right to pursue any other avenue for complete the proiect and as-built drawings-shall be included in the additional remedy or damages with respect to the Contractor's to lump sum price for 'Contractor Supplied Surveying.' failure to perform the Work as required. 1-05.5 Contractor Provided As-Built Information SEC71ON 1-05.10 IS SUPPLEMENTED BY ADDING THE (RQ FOLLOWING: It shall be the contractors responsibility to record the location 1-05.10 Guarantees(APWA,RCZ prior to the backfilling of the trenches by centerline station,offset, and depth below pavement of all existing utilities uncovered or If within one year after the Acceptance Date of the Work by crossed during his work as covered under this proiect. the Contracting Agency, defective and unauthorized Work is It shall be the contractors responsibility to have his surveyor discovered, the Contractor shall promptly, upon written order by locate by centerline station offset and elevation each major item of the Contracting Agency, return and in accordance with the work done under this contract per the survey standard of Section 1- Engineer's instructions, either correct such Work, or if such Work L. Major items of work shall include but tier be limited to: has been rejected by the Engineer, remove it from the Proiect Site 1 basins and Inlets, Valves, vertical and and replace it with non defective and authorized Work, all without Manholes work Horizontal Bends Junction boxes.-Cleanouts, Side Sewers, Street con to the Contracting Agency. If the Contractor does not Lights do Standards Hydrants Major Changes in Design Grade, promptly comply with the written order to correct defective and ,rr Vaults Culverts Signal Poles,Electrical Cabinets. unauthorized Work, or if an emergency exists, the Contracting After the completion of the work covered by this contract,the Agency reserves the right to have defective and unauthorized Work contractors surveyor shall provide to the City the hard covered corrected or removed and replaced pursuant to Section 1-05.8 field book(s) containing the as-built notes and one set of white "Owner's Right to Correct Defective and Utmuthorized Work." IV prints of the proiect drawings upon which he has plotted the notes The Contractor agrees the above one year limitation",not of the contractor locating existing utilities, and one set of white exclude or diminish the Contracting Agency's rights under any law pri nts of the proiect drawings upon which he has plotted the as- to obtain damages and recover costs resulting from defective and built location of the new work as he recorded in the field book(s). unauthorized "Fork d=vered after one year but prior to the to This drawing shall bear the surveyors seal and signnature certifying expiration of the legal time period set forth in RCW 4.16.040 it's accuracy. limiting actions upon a contract in writing,or liability expressed or All costs for as-built work shall be included in the contract implied arising out of a written agreement. item'Contractor Supplied Surveying.' The Contractor shall warrant good title to all materials, supplies and equipment purchased for or incorporated in the THE VACANT SECTION 1-05.8 IS REPLACED BY. Work Nothing contained in this paragraph.however, shall defeat 1-05.8 Cotrtradin�Agency's Ri,�,ht to Corned or impair the right of persons furnishing materials or labor, to +ru ) recover under any bond given by the, Contractor for their Defective and Unauthorized Work(APWA protection,or any rights under any law permittirug such to If the Contractor fails to remedy defective or unauthorized look to funds due the Contractor in the hands of the Cont admg work within the time specified in a written notice from the Agency. Engineer,or fails to perform any part of the Work required by the The provisions of this paragraph shall be insetted in all Contract Documents the Engineer may correct and rernedy such subcontracts and material contracts NO notice of its PMVkrons work as may be identified in the written notice, by such means as shall be given to all persons furnishing materials for the Work the Engineer may deem necessary, including the use of Contracting when no formal contract is entered into for such materials. s" Agency forces. Section 1-05.11 is deleted and the first two sentences of the H the Contractor fails to comply with a written order to fourth paragraph of section 1-08.9 is deleted and ttplaeed by the remedy what the Engineer determines to be an emergency following: situation, the Engineer may have the defective and unauthorized 1-05,11 Final Lrspection(APWA) 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 1-05.11(1) Substantial Completion Date(APWA) wV emergency situation is any situation which, in the opinion of the When the Contractor considers the work*o be substantially Engineer, a delay in its remedy could be potenttalty unsafe. or>;. complete the Contractor shall so notify the FMjfl er and request might cause serious risk of loss or damage to the public. the Engineer establish the Substantial Completion Date. To be Dirac or indirect costs incurred by the Contracting Agency considered substantially complete the following.conditions must be .tin attributable to correcting and remedying defective or unauthorized met: Work or Work the Contractor failed or refused to perform, shall 1 The Contracting Agency must have full and EM 90594 be paid by the Contractor. Payment will be deducted by the use and be etit of the facilities both from the operaaoml and Engineer from monies dux or to become due,the Contractor._Such safety standpoint. '"r direct and indirect costs shall include in particular, but without 2 Only minor incidental work replacetrrertt of ternporary limitation compensation for additional professional services substitute facilities or correction or repair work remains to react required, and costs for repair and replace<netu of work of others physical completion of the work. destroyed or damaged by correction, removal, or replacement of The Contractor's request shall list the specific items of work 40 the Contractor's unauthorized work. in subparagraph two above that remains to be completed m order to No adiustment in contract time or compensation will be reach physical completion The Fr�ineer may also establish the allowed because of the delay in the performance of the Work Substantial Completion Date unilaterally. wr attributable to the exercise of the Contracting Agency's rights ! Page-SP-5 Revision Date:May 19, 1997 aw 1-05 Control of Work 1-05 Control of Work 10 If, after this inspection the Engineer concurs with the Co lesion Date cannot be established until testis and co Contractor that the Work is substantrall coin lete and read for its have been completed to the satisfaction of the En' Ian rroctions intended use, the Engineer, by written notice�to the Contractor, will set the Substantial Completion Date If after this inspection everythingCese needed to successful bon material su lies � #6 the Engineer does not consider the Work substantially complete and shall be included m the various contract aces related tonal testing ready for its intended use the Engineer will by written notice so being tested, unless specifically set forth otherwise in the Bid notify the Contractor givin g the reasons therefor. Form .. o,,, Upon receipt of written notice concurring in or denying 40 substantial complUron whichever is applicable the Contractor shall not affect a manufacturer's u or by rhP i � shall pursue vigorously, diligently and without unauthorized under the terms of the Contract, arranties furnished interruption• the Work necessary to reach Substantial and Physical Completion. The Contractor shall provide the Engineer with a SECTION I OS.I2 IS DELETED AND REPLACED WITH THE revised schedule indicating when the Contractor expects to reach FOLLOWING: substantial and physical completion of the work The above process shall be repeated until the Engineer 1-05.12 Final Acceptance(APWA) establishes the Substantial Completion Date and the Contractor The Contractor must 3erform all the obli anions under the considers the work physically complete and ready for Final Contract before the Com lotion Date can be established. A Inspection. Certificate of Completion for the Work issued the Contracting Agency will establish the Completion Date and certify rC nt ct� I-05_11(2) Find Inspection Date APWA complete. The Final Contract Price mar then be calculated The When the Contractor considers the Work phvsically complete following must occur before die Co Ietion Date can be and ready for Final Inspection the Contractor by Written Notice established and the Final Contract Price calculated: shall request the Engineer to schedule a final inspection The I. line physical work on the protect must be complete. 44 Engineer will set a date for Final Inspection The Engineer and the Z. The Contractor must furnish all documentation fired Contractor will then make a Feral In- by the Contract and required by law tieoessary to allow the �poction and die Engineer wilt notify the Contractor in writing of all particulars in which the Final Contracting Agency to certify the Contract as oompkte Inspaxwa reveals the Work mc:omplete or unacceptable The A Certificate of Completion for the Work atgttied by the Coruncxor shall immediately take such corrective measures as are Contracting Agency, wiu constitute acceptance of the Work. The necessary to remedy the listed deficiencies Corrective work shall issuathce of this Certificate of Completion will not Constitute Pursued vigorously diligently and without interruption until acceptance of unauthorized or defaxrve work or material physical completion of ilk listed deficiencies This process will Failure of the Contactor to rform all of the Contractor's continue until the Fagineer u satisfied the listed deficiencies have obligations under the Contract slum not bar the Contracttii Ageacw been corrected. from unilaterally certifying the Contract complete so the Engineer ff action to correct the listed deficiencies is not initiated within may calculate a Final Contract Price as provided in Saxton 1-09 9 7 days after receipt of the Written Notice listing the deficiencies SECTION 1-05.13 IS SUMMffNTTD BY RMSVVG the Engineer may, upon Writoecu Notice to the Contractor,take whatever steps are necessary to correct those deficiencies pursuant PARdGRAPH 7 TO READ. to Section 1-05.9. 1-05.13 Superintendents.Labor. and Equipment of so n correction of all deficiencies the Engineer will notify Contractor(APWA) the Contractor and the-Contracting Agency, in writing of the date upon which the Work was considered physically complete That Whenever the Contracting Agency evaluates the Contractor's date shall constitute the Physical completion date of the Contract Pwqualifx:ation pursuant to Section 1-02 1 the Contracting Agency but shall not imply all the obligations of the Contractor under the will take these performance C itract have been 6fled dwso4eports into-account. RCW 2 22 030, it will take 1 1-05.11(3) Operational Testing(AMA) SECTION 1-05 IS SUPPLEMENTED BY ADDING THE v It is the intent-df the Contracting Agency to have at the FOLLOWING NBW SECT IONS Completion Date a complete and operable system Therefore when 1-05.16 Water and Power(APWA) the Work involves the installation of machinery or other nhechantcal egupmeu• street lighting electrical distn'bution or The Contractor shall make necessary arrangements and shall si systems:budd ,,or other similar work h may be desirable bear s for power and water iraxsmy for the performance for the Engupeer to have the Contactor operate and test the Work of the Work. for a penod of time after final inspection but prior to die Physical 1-05.11 Oral Agreements(APWA) urn► Completion Date. Whenever items of work are listed in the Contract Provisions for operational testing they shall be fuuv tested No oral agreement or conversation with an officer.ages,or usuder operattng conditions for the time period specified to ensure employee of the Contracting Agency_ either before or after their acceptability prior to the Physical Completion Date During execution of the contract,shall affect or modify any of the tams or ' ► and following the test period the Contractor shall correct arty items 0011 s contained in env of the documents comprising the Of workmanship, materials or equipment which proves faulty or contract. Such oral agreement or conversation d an be considered that are not in first class operating condition Equipment electrical as unofficial information and in no way binding upon the controls meters or other devices and i ment to be tested Contracting Agency unless i!11 a Ue y Put in writing iii► during this period, shall be tested under the observation of the Engineer,so that the Engineer nay determine their suitability for the purpose for which they were installed The Physical t= Page-SP-6 Rension Date.May 19, 1997 1-06 Control of Material 1-07 Legal Relations and Responsibilities to the Public 1-06 Control of Material its payment if the Contractor bases a bid on a misunderstood tax liability. SECTION 1-06.02(2) IS SUPPLEMENTED BY ADDING THE The Contractor shall include all Contractor-paid taxes in the unit bid prices or other contract amounts. In some cases, however, + + FOLLOWING: state retail sales tax will not be included. Section 1-07.2(3) 1-06.2(2) Statistical Evaluation of Materials for describes this exception. Acceptance The Contracting Agency will pay the retained percentage only UNLESS STATED OTHERWISE IN THE SPECIAL if the Contractor has obtained from the Washington State PROVISIONS STATISTICAL EVALUATION WILL NOT BE Department of Revenue a certificate showing that all contract- USED BY THE CITY OF RENTON. related taxes have been paid (RCW 60.28.050). The Contracting Agency may deduct from its payments to the Contractor any +tla amount the Contractor may owe the Washington State Department 1-07 Legal Relations and Responsibilities to of Revenue, whether the amount owed relates to this contract or the Public not. Any amount so deducted will be paid into the proper State fund. rrr SECTION 1-07.1 IS SUPPLEMENTED BY ADDING THE 1-07.2(2) State Sales Tax-Rule 171(APWA) FOLLOWING: WAC 458-20-171, and its related rules, apply to building, 1-07.1 Laws to be Observed (APWA) repairing, or improving streets,roads, etc., which are owned by a municipal corporation, or political-subdivision of the state, or by The Contractor shall indemnify,defend,and save harmless the the United States, and which are used primarily for foot or Contracting Agency (including any agents, officers, and vehicular traffic. This includes scorn[ or combinod sewer systems employees) against any claims that may arise because the within and included as a part of the street or road drainage system Contractor(or any employee of the Contractor or subcontractor or and power lines when such are part of the roadway lighting system. materialism)violated a legal requirement. For work performed in such cases, the Contractor shall include In cases of conflict between different safety regulations, the Washington State Retail Sales Taxes in the various unit Bid Item no more stringent regulation shall apply. prices, or other contract amounts, including those that the The Washington State Department of Labor and Industries Contractor pays on the purchase of the materials, equipment, or shall be the sole acne paramount administrative agency responsible supplies used or consumed in doing the work. for the administration of the provisions of the Washington industrial Safety and Health Act of 1973(WISHA). 1-07.2(3) State Sales Tax-Rule 170(APWA) The Contractor shall maintain at the Proiext Site office, or WAC 458-20-170, and its related rules. apply to the odner well known place at the Project Site,all articles necessary for constructing and rMitim of new or existing buildings, or odter providing first aid to the injured. Ile Contractor shall establish, structures upon real property. This include&but is not limited to. yWish and make known to all employees,procedures for ensuring the construction of struts roads, highwam ere., owned by the immexiiate removal to a hospital, or doctor's care, arsons, State of Washington,water mains and their MMurteng9ML santta_Yr including employees who may have been injured on the Proiect sewers and sewage disposal s%ems unless such sewers and Site Employees should not be permitted to work on the Project disposal systems are within aced a part of.a Sttet or road drainage Site before the Contractor has established and made known system' telephone telegraph electrical power distribution lines,or procedures for removal of injured persons to a hospital or a other conduits or Mines in or above streets or roads, unless such doctor's car. power litres become a part of a street or road lighting system: and +err The Contractor dell have sole responsibility for the safety, installing or attadda of env article of tangible personal property m efficiency,and adequacy of the Contractor's plats appliances,and or to real property whether or not such personal property becomes methods and for any damage or injury resulting from their failure, a part of the realty by virtue of installation. or improper maintenance use or operation. The Contractor shall For work performed in such uses tie Contractot'shall collect stns be solely and completely responsible for the conditions of the from the Contracting Agency, retail sales tax on the full contract Project Site including safety for all persons and property in the price The Contracting Agency will automatically add this sales yerfQrmance of the work. This requirement shall apply tax to each payment to the Cexitrattor For this reason. tine continuously, and not be limited to normal working hours. The Contractor shall not include the retail sales tax in the unit Bid Item 60 repaired or implied duty of the Engineer to conduct construction._..: prices,-,or in am odner contract amourn subject to Rule 170. with review of the Contractor's performance does not, and shall clot, be the following exception. intended to include review and adequacy of the Contractor's safety Exception: The Contracting Agency will not add in sales tax measures in,on,or near the Proie ct Site. for a payment the Contractor or a subcontractor makes on the err SECTION 1-07.2 IS DELETED AND REPLACED BY THE purchase or rental of tools machinery a+uioment or consumable FOLLOWING: supplies not integrated into the proiect. Such sales taxes small be included in the unit Bid Item prices or in am o her contract 1-07.2 State Sales Tax(APWA) amount. 1-07.2(1) GENERAL(APWA) 1-07.20 Services (APWA) The Contractor shall not collect retail sales_tax from he The Washington State Department of Revenue has issued Contracting Agency on any contract wholly for professtonai or gmial rules on the state sales tax. Sections 1-07.2(1)through 1- other services (as defined in State Department of Revenue Rules 07.20) are meant to clarify those rules. The Contractor should 138 and 224). contact the Washington State Department of Revenue for answers wr to questions in this area. The Contracting Agency will not adiust i Page-SP-7 Revision Date:May 19, 1997 ■r 1-07 Legal Relations and Responsibilities to the Public 1-07 Legal Relations and Responsibilities to the Public SECTION 1-07.5(2) IS SUPPLEMENTED BY REVISING THE turbidity shall not exceed S NTU over back round hhrbidi when TITLE AND SENTENCE 2, PARAGRAPH 2 TO READ: the background turbidity is SO NTU or less or have more than a en 1-07.5(2) State Department of Fish and Wildlifes-e> ant increase in turbidity when the back round tucbidi than SO NTU for other classes of waters refer to WAC 173-2p1e _(APwA, sA) 045. If the work in (1) through (3) above differs little from what The term turbidity means the optical Pror the contract requires, the Contracting Agency will measure and pay demo trating the scatter* and abso tion of li ht caused be for it at unit contact prices. But if contract items do not cover suspended material as expressed in Neahelometric 'pti�r those areas. the Contracting Agency will and measured with a calibrated turbidimeter. dmv Units 09. pay pursuant to Section 1- Dischar es to a State waterwa caused b a re ate washin drainage from apg re ate it sites and st Ales or dewaterin of pits and excavations shall not increase the existing turbidity of the SECTION 1-07) IS SUPPLEMENTED BY ADDING THE receiving waters FOLLOWING NEW SECTION: Turbid water from the Pro'ect Site shall be treated before being discl►ar ed into stream or other State waters. ltitrbidi ma 1-07.11(11) City of Renton Affidavit of Compliance be removed b the use of lagoons or holding ads senlin basins overflow weir, 1 r water treatment dischar in to surface, by percolation evaporation or by cassia through gravel Each Contractor=Subcontractor, Consultant and or S lier sand or fiber filters. shall complete and submit a copy of the 'City of Renton Fair 2. Erosion Control: TemPoMrY erosion control shall be Practices Policy Affidavit of Compliance" A_ copy of this exercised by minimizing exposed areas and slopes until document will be bound in the bid documents, measures are effective. The minimum ermanMll sec area and sl will be defined in the Special Provisions. Plastic sheet coverin g SECTION 1-07.13(1)IS SUPPLEMENTED AS FOLLOWS. Placed over exposed ground areas to protect from rain erosion Other alternative methods for erosion control under certain 1-07.13(1) General (RQ situations may include netting mulching with bi During nder and Q Should rutting and erosion occur the Contractor shall be unfavorable weather and other conditions the responsible for restoring damaged areas and for clean-up of eroded contractor shall Lis only such portions of the work as shall not material including that in ditches catch basins manholes and be damaged thereby, culverts and other pipes No portion of the work whose satisfactory guali or 3. Chlorine Residual: Water containing, chlorine residual efficiency will be affected by unfavorable conditions shall be shall not be dischar¢ed dirxtl into storm drains constructed while these conditions exist unless bye streams or State �..1 means or waters. Chlorine water may tie discha_roed into sanitary sewers or Precautions acceptable to the engineer the contractor shall be able di to overcome wed on land for pert lit ion Chlorine them. residual maybe reduced chemicall y with a reducing agent such as sodium thi nhate SEC77ON I-07.14 (APRA) IS SUPPLEMENTED BY water shall be Periodically tested for chlorine residual. REVISING ALL REFERENCES 71p 'STATE COMMISSION 4• Vehick and Equipment Washing: Water used for SECRETARY" OR "STATE" IV READ "CONTIZA, washing vehicles and equipment shall not be allowed to enter.storm AGENCY." drains,streams or other We waters unless separation of Petroleiun eructs, fresh concrete Products or other deleterious material is accomplished prior to_d ischarge Detergent solution male be SECTION 1-07.15 IS REVISED AND SUPPLBMEN7ND AS dtscharged uto sanitary �� sewers or to allmyed be held on the ground for Percolation. A recircidatwn system for detergent washing is 1-07.13 Temporary water Pollution Erosion Control recommended. dam "1°iuuts shall Provide a device for oil (APWA separation. 'RCj S. Oil and (chemical Storage and Handift: Handft and If done according to the approved plan or the Engineers storage of oil and shall not take place adjacent to orders, temporary water pollution/erosion control work will be waterways. The storage shall be made in dike tanks and barrels measured and paid for Pursuant to Section J-W d 1-04.1 through with dM paw provided under the dispensing- area Shut-off and the lump sum item for "TemPOnwv Water Pollution/Erosion`" 'lock*valves shall be provided on teaks Shut=off nozzles shall be Control.. Provided on hoses Oil and chemicals shall be dispensed only If no pay item appears in the contract for *Tern Rra during daylight hoursuNess the dispensing area is Prtmerly lighted. Poutmon/Erosion Control' then all labor materials tools and Disposal of waste shall not be allowed on oil and chemical spills. eguipment used to complete the work shall be considered incidental Fencing Shall be Provided around oil storage Locks shall be to other pay items in the Contract and no further eompeasation Provided on valves ptimPS and tanks shall be made. 6. Sewage: If a sanitayy sewer line is encountered and repair In addition to other requirements in the Contract Documents or relocation work is regu' the Contractor shall provide aw this temporary work shall include but is not limited to the blocking and sealing of the sanjtary sewer line.Sanitary sewer flow following water quality considerations: shall be pumnxd out collected, and hauled by tank truck or 1. Turbid Water Treatment Before Dischar e: miPed directly to a sanitary system manhole for discharge The Determination of_turbidity in surface waters shall be at the existing sewers shall'be maintained by the Contractor without discretion of the Engineer; for Lake Class Receiving Waters interriiptipn of service by the use of temporary sewer bypasses In turbidity shall not exceed 5 NTU tNephelometric Turbidity Units) addition, the excavated materials adjacent to and around a rupture over background conditions; for Class AA and Class A Waters of a sarutary sewer line shall be removed from the Project Site and 46 Page-SP-8 Revision Dote.May 19,1997 tali 1-07 Legal Relations and Responsibilities to the Public 1-07 Legal Relations and Responsibilities to the Public deposited into refuse trucks for haul to a sanitary fill site. other temporary obstacles shall be removed by the contractor and Equipment and tools in contact with the above materials shall be immediately replace,after the trench is backfilled, in their original washed by pressure water lines and the attendant wash water position. The contractor shall notify the Contracting Agency and OW discharged into a sanitary sewer line for transmission to a sewage property Owner at least 24 hours in advance of any work done on treatment plant. easements or rights-of-way. Damage to existing structures outside of casement areas 1-07.16 Protection and Restoration of Property that may result from dewatering and/or other construction activity SECTION I-07.16(1) IS SUPPLEMENTED BY ADDING THE under this contract shall be restored to their original condition or FOLLOWING: better. The original condition shall be established by photographs taken and/or inspection made prior to construction. All such work 1-07.16(1) Private/Public Property(RC) shall be done to the satisfaction of the property Owners and the The Contracting Agency will obtain all easements and Contracting Agency at the expense of the contractor. franchises required for the project. The contractor shall limit his D. Streets. The contractor will assume all responsibility of operation to the arras obtained and shall not trespass on private restoration of the surface of all streets(traveled ways)used by him Jproperty. if damaged. TIM Contracting Agency may provide certain lands, as In the event the contractor does not have labor or material indicated in connection with the work under the contract together immediately available to make necessary repairs, the contractor. with the right of access to such lands. The contractor shall not shall so inform the Contracting Agency. The Contracting Agency wr unreasonably encumber the premises with his equipment or will make the necessary repairs and the cost of such repairs shall be materials. paid by the contractor. The contractor shall provide with no liability to the The contractor is responsible for identifying and Contracting Agency, any additional land and access thereto not documenting any damage that is pre-existing or caused by 4W shown or described that may be required for temporary others.Restoration of excavation in City streets shall be done in construction facilities or storage of materials. He shall construct accordance with the City of Renton Tench Restoration all access roads detour roads or other temporary work as required Requirements. which is available at the Public Works Depatttttent wa by his operations The contractor shall confine his equipment, Customer Services counter on the 4th floor, Renton Municipal storage of material and operation of his workers to those areas Building,200 Mill Avenue South. shown and described and such additional areas as he may provide. SEC77ON 1-07.17 IS SUPPLEMENTID BY ADDING: A. General. All construction work under this contract on easements,right-of-way,over private property or franchise,shall be 1-07.17 Utilities and Similar Facilities(APWA,RC) 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 In addition to the other requirements pursuant to RCW p 19 122 `b underground utilities a disturbance and a minimum amount of damage. The contractor an act relating to unand teSCning wit shall schedule his work so that trenches across easements shall not penalties,the Contractor shall: be left open during weekends or holidays and trenches shall not be 1 tali the utilities underground location center for field open for more than 48 houm location of the utilities: B Structures. The contractor shall remove such existing CaR Before You Dig structures as may be necessary for the performance of the work and, if required, shall rebuild the structures thus removed in as good a The 48 Hour Locators condition as found He shall also repair all existing structures which may be damaged as a result of the work under this contract. 1-800424-5555 C. Easements. Cultivated areas and other surface improvements. All cultivated areas,either agricultural or lawns,and and other surface improvements which are damaged by actions of the 2 not begin excavation until all known underground contractor shall be restored as nearly as possible to their original facilities in the vicinity of the proposed excavation have been condition. located and marked. Prior to excavation on an easement or private right-of- Location and dimensions shown on the Plans for existing way, the contractor shall strip top soil from the trench or facilities are in accordance wide available lnfprmShon without to construction area and stockpile it in such a manner that it may be urwovering measuri or other verification ff a utiti is_known replaced by him, upon completion of construction Ornamental" or suspected of having underground facilities wrtlim the area of the trees and shrubbery shall be carefully removed with the earth excavation atd that utility is shot a snbscri shall grye surrounding their roots wrapped in burlap and replanted m their utilities underground location center then the Conhytctor or ori ginal positions within 48 hours. individual notice to that utility. All shrubbery or trees destroyed or damaged, shall be if in the prosecution of the work it becomes interrupt existing surface drainage sewers underdratns. conduit, replaced by the contractor with material of equal quality at no utilities similar underground structures or parts duxeof. the additional cost to the Contracting Agency. In the event that it is contractor shall be responsible for and shall take all necessary ON necessary to trench through any lawn area, the sod shall be precautions to Protect and provide temporary serytcCs for name. carefully cut and rolled and replaced after the trenches have been 7he contractor shari at his own expense repair all damage to bailed The lawn area shall be cleaned by sweeping or other such facilities or structures due to this construction operation to the "0 means,of all earth and debris. satisfaction of the City except for City owned facilities which will The contractor shall use rubber wheel equipment similar be repaired by the utility department at contractor's expanse or to the small tractor-type backhoes used by side sewer contractors for the contractor as directed by the City. all work,including excavation and backfill,on easements or rights- W of-way which have lawn areas. All fences,markers,mail boxes,or t= Page-SP-9 Revision Date:May 19, 1997 ,air 1-07 Legal Relations and Responsibilities to the Public 1-07 Legal Relations and Responsibilities to the Public SEC77ON 1-07.18 IS DELETED AND REPLACED BY THE and shall be cause for immediate termination of the contract at the FOLLOWING: option of the City. 1-07.18 Public Liability and Propert Damage The Contractor shall obtain and maintain the minimum insurance coverage set forth below. B r uirin Insurance(RC2 insurance, the City of Renton shall not be deemed or co_��to State Amendment to 1-07.18 is not used. Renton uses the have assessed the risks that may be-& livable to the Contractor. following: The Contractor shall assess its own risks and if it dims SECTION 1-07.18(1)IS.REPLACED WITH THE FOLLOWING: apppro riate and/or prudent, maintain lrigher limits and/or broader 1-07.18(1) General(RC) Coverage shall include: The contractor shall obtain and maintain in full force and Commercial General Liability - ISO 1993 Form or > effect. from the Contract Execution Date to the Cletion Date equivalent. Coverage will be Witten on an oM__Ir once basis omp and include: public lability and property damage insurance with an insurance • premises and Operations (including CG2503- General company(ies) or through sources approved by the State Insurance Aggregate to apply per protect if appincable) Commissioner pursuant to RCW 48 • Explosion, Collapse and Underground Hazards Lr_The Contractor shall not begin work under the Contract until • Products/Completed Operations the required insurance has been obtained and approved by the • Contractual Liability (including Contracting Agency. .Insurance shall provide coverage to the fin' Contractor, all-__subcontractors en Contractine Agcy and the Endorsement CG 0043 or equivalent which includes Contracting Agency's consultant. The coverage shall protect defense coverage assumed under contract) against claims for bodily iniuries personal iniuries inciuidina 0 Broad Form Property Damage accidental death, as well as claims for property damages which m • Personal/Advertising Iniury Contactors ' may arise from a act or omission of the Contractor or the • Stop Gap Liability subcontractor, or by anyone directly or indirectly employed by (2) Automobile Liability including all either of them. • Owned Vehicles If warranted work is required the Contractor shall provide the • Non-Owned Vehicles City proof that Insurance coverage and limits established under the • Hired Vehicles term of the Contract for work are in full force and effect durin the (3) Workers'Compensation period a warranty work. • Statutory Benefits (Coverage A) - Show Washington The Contracting Agency may request a copy of the actual Statutory do Industries Number declaration Pages(s)for each insurance policy effecting eoverage(s) (4) Umbrella Liability(when necessary) required on the contract prior to the date work commences Failure • Excess of Commercial General Liability and of the Contractor to fully comply during the term of the Contract Automobile Liability. Coverage should be as broad as with the requirements described herin will be considered a material pray breach of contract and shall be caused for immediate termination of (S) Professional Liability - (whenever the work tinder this the Contract at the option of the Contracting Agency. Contract includes Professional Liability, (ie architaxural SEC77ON 1-07.18(2)IS REPLACED WITH THE FOLLOWING: engineering advertising or computer programming) the 1-07.18(2) Coverages(RC) CONTRACTOR shall nubbin professional liability As part of the response to this proposal the Contractor shall covering wrote acts' errors and/or omissions of the CONTRACTOR for damage sustained by reason of or in submit a completed Gtr of Renton Insurance Information form till which details speck coverage and limits for this contract Me course of operations under this Contract All coverage provided by the Contractor shall be in a form (6) The ConWICt me Agency reserves the nght to rattiest and/or and underwritten by a oonpanv acceptable to the Contracting require additional coverages as may be approprieft based on _Agency. Time City regmres that all insurers: work tierfomed(r.e,pollution liability). D Be licensed to do business within the State of Washington. CONTRACTOR shall Name CITY OF RENTON and its Coverage to be on an 'ocwrrence' basis (Professional office s. officials, agents employees and volunteers as Ao tional Liability and Pollution coverage are acceptable when Insured(ISO Form CO 2010-orb The CONTRACTOR written on a claims-nude basis). The City may also require shall provide CITY OF RENTON Certificates of Insurance,prior proof of professional liability coverage be provided for up to commeaoement of work. The City reserves the right to oubw to two(2)years after the completion of the proiec t copies of insurance-policies. if at their sole disc ivft it is deemW 3) The City may request a copy of the actual declaration appropriate. Further, all policies of insurance described above page(s) for each insurance policy affecting coverages) shall: required by the Contract prior to the date work commences 1) Be on a primary basis no•contributory with any other 4) Possess a minimum A.M.Best rating of AVU(A ruing of insurance coverage and/or self-insunum carried by CITY A XII or better Is preferred) If any insurance carrier OF RENTON. possesses a rating of less than AVII the City may make an 2) Include a Waiver of Subrogation Clause exception. 3) Severability of Lterest Clause(Cross Liabil' ) The City reserves the right to approve the saxirity of the insurance coverage provided by the insurance comaany(les) terms 41 Policy may nei be non-renewed canceled or materially conditions, and the Certificate of Insurance Failure of the changed or altered unless forty-five(45)days prior written Contractor to fully comply during the term of the contract with notice is provided to CITY OF RENTON Notification these requirements will be considered a material breach of contract shall be provided to CITY RON bertmail ra► tv Page-SP-10 Revislon Date.May 19, 1997 1-07 Legal Relations and Responsibilities to the Public 1-07 Legal Relations and Responsibilities to the Public REPLACE SUPPLEMENTAL SPECIFICATION SECTION I- no obligation or liability of any kind upon the 07.18(3) 'LIMITS' WITH THE FOLLOWING: company, its agents or representatives 1-07.18(3) Limits(RC) c. Amend the cancellation clause to state: 'Policy may LIMITS REQUIRED not be non-renewed,canceled or materially cttae_ved or Providing coverage in these stated amounts shall not be altered unless 45 days prior written notice is provided construed to relieve the contractor from liability in excess of to the City Notification shall be provided to the City such limits. The CONTRACTOR shall carry the following by certified mail. ` limits of liability as required below: - - For Professional Liability coverage only, Instead of the Commercial General Liability cancellation language specified above, the City will accept a low General Aggregate* $2.000.000«« written agreement that the consultant's broker will provide the Products/Completed Operations $2,000,000!« required notification. Aggregate Each Occurrence Limit $1,000.000 SECTION.1-07.20 IS REVISED AS FOLLOWS: Personal/Advertising Injury 1$ .000.000 '"a Fire Damage(Any One Fire) $50.000 1-07.20 Patented Devices,Materials, and Processes Medical Payments(Any One Person) $5.000 (APWA) Stop Gap Liability $I.M.000 • Genets! A gregate to apply per proles The Contractor shall assume all COStS arising from the use of low (ISO Form CG2503 or equivalent) patented devices,materials,or processes used on or incorporated in **Amount may vary based on proiect risk the work, and agrees to indemnify; defend, and save harmless Automobile Liability The Contracting Agency, and their Bodily Iniury/Proyerty Damage $1.000.000 duly authorized agents and employees from all actions of any (Each Accident) nature for. or on account of the use of any patented devices. Workers'Compensation materials,or processes. Statutory Benefits-Coverage A Variable (Show Washington Labor and Industries Number) SECTION I-07.22 IS SUPPLEMENTED BYTHB FOLLOWING: ' Umbrella Liability Each occurrence Limit 1 000 Opp 1-07.22 Use of Explosives(APWA) General Aggregate Limn 1� .�.t>� Explosives shall not be used without specific authority of the Products/Completed Operations $1.000.000 Engineer,and then only under such restrictions as may be required n" Aggregate by the proper authorities. Explosives shall be handled and used in Professional Liability(If required) strict compliance with WAC 296-52 and such local laws, rules and Each Occurrence/Incident/Claim $1.000'000 regulations that may apply.The individual in charge of the blasting Aggregate $2,000,000 shall have a current Washington State Blaster Users License. - The City may require the CONTRACTOR to keep The Contractor shat obtain, comply with. and may for such professional liability coverage in effect for up to two(2)years after permits and costs as anti necessary in conjunction with blasting completion of the project. operations. ,nr When the use of explosives is necessary for the PM22Udon Of The Contractor shall promptly advise the.C1TY OF RFTI'PON the Work the Contractor's insurance shall contain a special clause in writing in the event any general aggregate or other aggregate .permitting the blasting. limits am reduced. At their own expense. the CONTRACTOR „a, will reinstate the aggregate to comply with the minimum I}mjts and 1-07.23 Public Convenience and Safety requirements as stated in Section 1-07.1803) and shall furnish the CITY OF RENTON a new Certificate of Insurance showing such SECTION 1-07.23(1) IS SUPPLEMENTED BY ADDING THE coverage is in force. FOLLOWING PARAGRAPH A` SECTION 1-07.180 IS REPLACED WITH THE FOLLOWING 1-07.23(1) Construction Under 1Y affic C SUPPLEMENTAL SPECIFICATION 'EVIDENCE OF The contractor shall be responsible for controlling dust and INSURANCE': mud within the pro iax limits and on any street wbadt is star Within 20 days of award of the contract the CONTRACTOR utilized by his equipment for the duradon of the vW16cL shall provide evidence of insurance by submitting to the, "the contractor shall be yrepalyd to use-watering tcuelcs. CONTRACTING AGENCY the following: and other of'em*P—Mmd as deemed power r,wGGyGio aw anuva piw..v 1) City of Renton Laurance Information Form (attached necessary by the engineer to avoid creating a nunsanoe 4w herein)without modification. Dust and mud control shall be considered as incidental to 2) Certificate of Insurance (Accord Form 25s or equivalent) the project and no compensation will be made for this conforming to items as specified in Sections 1-07.18(1). 1- section. 07.18(2). and 1-07.18(3). as revised above. Other requirements are as follows: Complaints of dust and/or or unsafe practices —or Property damage to private Ownership will be transmuted a. Strike the following or similar wording: 'This to the contractor and prompt action in correcting them will Certificate is issued as a matter of information only be required by the contractor. 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 alt► 1 Page-SP-11 Revision Date.May 19, 1997 aw 1-08 Prosecution and Progress 1-08 Prosecution and Progress SECTION 1-07.24 IS DELETED AND REPLACED BY THE SECTION 1-07.26(APWA) IS REVISED BY CHANGING ALL I FOLLOWING: REFERENCES TO "COMMISSION THE SECRETARy� OR 1-07.24 Rights of Way(APWA) "STATB"TO READ "CONTRACTING AGENCY." Strut right of way lines limits of easements and limits of SECTION 1-07.27 (APWA) IS REVISED By CHApGING construction permits are indicated on the Drawings The AI'I'REFERENCES To "STATE" OR SECRETARY" TO Contractor's construction activities shall be confined within these READ "CONTRACTIIVG AGENCY." limits,unless arrangements for use of private property are made Generally, the Contracting Agency will have obtained prior 1-08 Prosecution and Progress to Bid opening, all rights of way and easements both permanent and tanponry. necessary for carrying out the Completion of the SECTION 1-08.1 IS DELETED AND REPLACED BY THE Work. Exceptions to this are noted in the Contract Documents or FOLLOWING: brought to the Contractor's attention by a duly issued Addendum Whenever any of the Work is accomplished on or through 1-08.1 Preliminary Matters (APWA) property other than public right of way, the Contractor shall meet and fulfill all covenants and stipulations of any easement agreement 1-08.1(1) Preconstruction Conference(APWA� obtained by the Contracting Agency from the owner of the private nronetty. Copies of the easement agreements are included in the he Engineer will furnish the Contractor with up to 10 copies of the Contras Documents. Additi onal documents ma be Contract Provisions or made available to the Contractor as soon as furnished upon request at the Cost of reproduction prior to Practical after they,have been obtained by the Eneineec undertaking each part of the Work the Contractor eh Whenever easements or rights of entry have not been acouired study and compare the Contract ril carefully prior to advert ising these areas are so noted on the Drawings The � and check No Yerify, Contractor shall not proceed with arty portion of the Work in areas pertinent fi Own therein and all app livable field measurements. The Contractor shall promptly report in writing to where right of way, easements or rights of entry have not been a red until the Engineer certifies to the Contractor that the right �e any Conflict error or di which the of way or easement is available or that the right of entry has been Contractor may discover. After the Contract has been executed but received. If the Contractor s delayed due to acts of omission on the Contractor begimhing die Work a p riot to the Part of the Contracting Agency m obtaining easemer is sots of lion conference will entry or right of way, the Contractor will be entitled to an be held between the Contractor, the En ' and such other extension of time. The Contractor aerees that such delay shall not interested_parties as may be invited The Pu ose of the be a breach of contract. preconstruc Lion conference will be: Each property owner shall be given 48 hours notice prior to 1. To review the initial p OM=schedule: entry by the Contractor. This includes entry onto notice n ri and 2. To establish a working understanding among the various Private property where private improveinerits must be adiusted Parties associated a or,affected by the Work• r 3. To establish and rev* procedures The Contractor shall be responsible for progress payment, for providing without notifications,approvals submittals etc. expense or liability to the Contracting Agency any additional land 4. To establish normal woci��4 and access thereto that the Contractor ma desire for tern hours for the Work: S. To review safety standards and traffic control:and tOisntictiom facilities, storage of materials or other Contractor 6. To discuss such other related items as may be pertinent to neck. However. before using any private p yperty whether the Work. adiotmng the Work or not the Contractor shall file with the Emmeer a written permission of the Pnvate property owner, and, meeting Contractor shall Prepare and submit at the preoonstrucxion the following: own _vacating the premises a written release from the property 1. A breakdown of all hittro sum items: owner of each property disturbed or otherwise interfered with by 2. A preliminary schedule of working drawing submittals•and reasons of construction pursued under this contract The statement 3. A list of material sources for approval if applicable shall be signed by the private property owner,or proper authority 4. A Pro tect Schedule acting for the owner of the private property affected stating that >iermission has been t!ranted to use the property and all I necessary 1-08.1(2)Subcontracting(APWA) Permits have been obtained or in the case of a release that the Work done by the 22 ntractor's own o athization account restoration of the pibperiv has been satisfactorily accomplished for at kart 30 The statement shall mchide the parcel number address and date of peiCe!< of the Awarded Contract Price re comphiting his Percentage however, The Contractor may subtract signature. Written releases mist be filed with the Engineer before (from the Awarded Contract Price) the costs of subcontracted the Completion Date will be estabhshcd work on items the contract provisions specifically designates may to be first excluded from the Awarded Contract Price. The Contractor shall not subcontract work regrardless of tier unless the Engineer approves in writing Each request to subcontract shall be on the form the E^idneer provides V the 10 Enzinm requests- the Contractor shall provide proof that the subcontractor has the experience ability, and equipment the work rewires.Each subcontract shall coin a provision which requires the subcontractor to comply with Section 1-07.9 and to furnish all ap certificates. submittals and statements rewired by the Contract Documents. Along with the request to sublet the Contractor shall submit the names of am contracting firms the subcontractor proposes to Page-SP--12 Revision Darts:May 19,1997 1-08 Prosecution and Progress 1-08 Prosecution and Progress 40 use as lower tier subcontractors. Collectively, these lower tier Permission to work between the hours of 10:00 D.M. and 7.00 subcontractors shall not do work that exceeds 25 percent of the a.m. during weekdays and between the hours of 10:00 p m and total amount subcontracted to a subcontractor. When a 9:00 a.m. on weekends or holidays may also be subject to noise Orr subcontractor is responsible for construction of a specific structure control requirements. Approval to continue work during these or structures the following work may be performed by lower tier hours may be revoked at any time the Contractor exceeds the subcontractors without being subject to the 25 percent limitation: Contracting Agency's noise control regulations or complaints are 1. Furnishing and driving of piling,or received from the public or adjoining property owners regaMing +w 2. Furnishing and installing concrete reinforcing and post- the noise from the Contractor's operations. The Contractor shall tensioning steel. Except for the 25 percent limit, lower tier have no claim for damages or delays should such permission be subcontractors shall meet the same requirements as revoked for these reasons. subcontractors. Permission to work Saturdays, Sundays, holidays or other 4W The Engineer will approve the request only if satisfied with than the agreed upon normal straight time working hours Mondav the proposed subcontractor's prior record, equipment, experience, through Friday may be given subject to certain other conditions set and ability to perform the work.Approval to subcontract shall not: forth by the Contracting Agency or Engineer. These conditions a 1. Relieve the Contractor of any responsibility to carry out the may include but are not limited to: requiring the Engineer or such contract, assistants as the Engineer may deem necessary to be present during 2. Relieve the Contractor of any obligations or liability under the Work: requiring the Contractor to reimburse the Contracting the contract and the Contractor's bond, Agency for the cost of engineering salaries paid Contracting VV 3. Create any contract between the Contracting Agency and Agency employees who worked during such times: considering the the subcontractor,or Work performed on Saturdays and holidays as working days with 4. Convey to the subcontractor any rights against the regards to the Contract Time:and.considering multiple work shifts Contracting Agency, as multiple working days with respect to Contract Time even +m The Cmtrac ing Agency will not consider as subcontracting: though the multiple shifts occur in a single 24-hour period. (1) purchase of sand, gravel, crushed stone, exushed slag, batched Assistants may include, but are, not limited to, survey crews: concrete aggregates, ready mix concrete, off-site fabricated personnel from the Contracting Agency's material testing lab: structural steel, other off-site fabricated items, and any other inspectors: and other Contracting Agency employees when in the materials supplied by established and recognized commercial opinion of the Engineer,such work necessitates their presence. plants•or(2)delivery of these materials to the work site in vehicles owned or operated by such plants or by recognized independent or 1-08.1 Reimbursement for Overtime Work of car commercial hauling companies. Contracting Agency Employees(APWA) However, the State LdcI may determine that RCW 39.12 Where the Contractor elects to work on a Saturday, Sunday, applies to the employees of such firms identified in (1) and (2) or other holiday, or longer than an 8-hour work shift on a regular above in accordance with WAC 296-127. If this should occur, the working day, as defined in the Standard SpeS cations, such work ear provisions of Section 1-07.9, as modified or suppienmaed, shall shall be considered as overtime work. On all such overtime work apply. an inspector will be present,and a survey ctmtr may be required at The Contractor shall certify to the actual amounts paid to any the discretion of the Engineer. The Contractor shall ireimburse the Disadvantaged Minority, or Women's Business Enterprises firms Contracting Agency for the full amount of the straight time plus to that were subcontract ors, manufacturers, regular dealers, or overtime costs for employees of the Contracting Agency required service providers on the contract. This certification shall be to work overtime hours. supplied with the Final Application for Payment on the form The Contractor by these Specifications does hereby authorize provided by the Engineer. the Engineer to deduct such costs from the amount due or to INS If dissatisfied with any part of the subcontracted work, the become due the Contractor. Engineer may request in writing that the subcontractor be removed. SECTION .1-08.4 IS DELBTED AND REPLACED Dr THS The Contractor shall comply with this request at once and shall not FOLLOWING. .rr employ the subcontractor for any further work under the contract 1-08.4 Notice to Proceed and Prosecution of the Work 1-08.1 Hours of Work(APWA) (APWA) Except in the case of emergency or unless otherwise mmayed by the Contracting Agency,the normal straight time wonting hours Notice to Proceed will be given after the corrt[act has been for the contract shall be any,consecutive 84KRU period between-=_. executed and the contract bond and evidence of ipsumacp have 7:00 a.m.and 6:00 p.m.of a working day with a maximum 1-hour been approved and filed by the Owner. The Con r shall not lunch break and a 5-day work week. The normal straight time 87 commence the Work until the Notice to Proceed has beta gtve_n by aw hour working period for the contract shall be established at the the Engineer. The Contractor shall Commence construction preconstruction conference or prior to the Contractor commencing activities on the Project Site within ten Is of the Nonce to the Work. Proceed Date The Work thereafter shaA be�romaarted diligently. If a Contractor desires to perform work on holidays, vigorously, and without unauthorized interrmtion until phvarcal up Saturdays,Sundays, or before 7:00 a.m.or after 6:00 p.m.on any completion of the work There shall be no ^luruary shutdowns or day, the Contractor shall apply in writing to the Engineer for slowing of operations by the Contractor without prior approv�U of permission to work such times.Permission to work longer than an the Engineer. Such approval shall not relieve the Contractor from 8-hour period between 7:00 a.m. and 6:00 p.nL is not required. the Contractual obligation to complete the work within the too Such requests shall be submitted to the Engineer no later than noon prescribed Contract Time. on the working day prior to the day for which the Contractor is requesting permission to work. em 1- Page-SP-l3 Revision Date.May 19, 1997 Mr 1-09 Measurement and Payment 1-09 Measurement and Payment FOLLOWING: SECTION 1-08.5 IS DELETED AND REPLACED WITH TAE SECTION 1-08.9 IS REVISED PER SECTION 1-0S.11. 1-08.5 Time For Completion (Contract Time) (APWA, 1-08.10 Termination of Contract (APWA) RC) SECTION I-08 10(1)IS SUPPLEMENTED BY REWSING The Work shall be physically comaleted in its entirety within REFERENCES TO "STATE TREASURE DEp "' the time specified m the Contract Documents or as extended by the TRANSPORTAi'ION" IN THE , ARTMEN"OF l�meer. The Contract Time will be stated in "working days" SENTENCE PARAGRAPH S TY!READ "CONTRACTING AGENCY, shall begin on the Notice To Proceed Date and shall end on the SECTION I-08.11 IS A NEW SECTION.- C_ontract Completion Date A nonworking day is defined as a Saturday, a Sunday, a day 1-08.11 Contractor's Plant and Equipment(RC) on which the contract specifically suspends work, or one of these holidays: January 1, The contractor alone shall at all times be onsible for the emorial Day, July 4, Labor Day, adequacy,efficiency,and sufficiency of his and his subrnnrrs,M.. November 11.Thanksgiving Day, the day after Thanksgiving, and plant and ewipment. The Owner shalt have the n hr r„ ` use Christmas Day. When The day before Christmas shall be a of the contractors plant and equipment in the p2rforIn2nce of an holiday when Christmas Day occurs on a Tuesday or Friday. The work on the site of the work dad!_after Christmas shall be a holiday when Christmas Day occurs The use by the Owner of such plant and eouitxnent shall be on a Monday. Wednesday, or Thursday When Christmas Day considered as extra work and paid for aCCOrdipoty 40 occurs on a Saturday the two arecxding working days shall be Neither the Owner nor the en ineer assume an nsibiti observed as holidays:• When Christmas day occurs on a Sunday, at am time. for the security of the site from the time contractor's the two workin P. days following shall be observed as holidays operations have commenced unnl final a eceatarhee of the work by 46 When holidays other than Christmas fall on a Saturday, the engineer and the Owner. The contractor shall employ such Preceding Friday will be counted as a noo-working day and when measures as additional fencm bamcades slid watchmen ice they fall on a Sunday the following Monday will be counted as a he deems necessary for the public serf and for the protection ran-working day.The Contract Time has been established to allow of the site and Ws plant and erniipment. The Owner will be for pers of normal inclement weather which from historical iod provided keys for all fenced,secured arras. records. is to be expected during the Contract Time and during 1-08.12 Attention to Work(RC) which periods work is mumcwted to be performed Each successive working day,beginning with the Notice to Proceed Date Ile contractor shall give his personal attention to and shall and ending with the Phvsacal Completion Date shall be charged to supervise the work to the laid that it shall be p�osc•c•utcd faithfully, the Contract Time as it occurs except a day or part of a day which and when he is awl personally present on the work site he shall at is designated a nonworking day or an Engineer determined all times be rearrserhted by a competent superintendent who shall unworkable day. have full auithority to execute the same and to supply materials The Engineer will furnish the Contractor a weekly. report tools, and labor without delay, and who shall be the legal Wowing (1) the number of working days charged against the representative of the coiwactor. The contractor shall be liable for Contract Time for the arecedin g week: (2) the Contract Time in the f�fn observance of any instnr<tions delivered to him or to to working days: (3) the number of working days remaining in the his authorh- representative. Contract Time: (4) the number of nonwoti�j days• and ptRlal or whole days the Engineer declared unworkable the 1-09 Meamrement and Payment �roias week. This weekly report will be correlated with the Contractor's tors current approved progress schedule If the Contractor SECTION 1-09.1 IS SUPPLSAfS1VT M BY ADDING TSE dells to work 10 hours a day and 4 days a week(a 410 schedule) FIOILOWIIVG. . 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 by of that 1-09.1 Measurement of Quantities(RC) week wall be charged.as a working day whether or not the _Contractor works on that day. When items are specified to be paid for by ton it will be the The Contractor will be allowed 10 calendar days from the date Contractor's respopsa�ility to see that a certified weight ticket is of each report-in-which to file a written protest of an alleged given to the Lhsaector on the project at the time of delivery of W discxepancy m the Contract Time as reported Otherwise the materials for each truckload delivered Pay-quantities will be report will be deemed to have been acxxpted by the Contrattor as. wepared on the basis of said tally tickets delivered to the Insaaedtor correct. at the thne of delivexv of materials Tickets not recelpt by the ' ne requirements for scheduling the Final Insvation and Inspector will not be honored for payment 40 establishing the Substantial Completion, Physical Completion and Where ms are seed to be paid by the ton the following Completion Dates are specified in Sections 1-05.11 and 1-05.12. system will be used: Each truck shall be clearly numbered to the satisfaction of the Engineer and there shall be no duplimtion of numbers. Duplicaoe tickets shall be prepared to accompany each truckload of material delhTM!t to the project The tickets shall bear at least the following inforination 1. Truick Numhber. to 2. Trwk tare weight(stamped at source) 3. Gross truck load weight in tonic(stamped at source) 4. Net load weight(stamped at source) 5. Driver's name and date Page-SP--14 Revision Date.May 19,1997 1-09 Measurement and Payment 1-09 Measurement and Payment qup 6. Location for delivery. LABORATORY" TO READ "CONTRACTING AGENCY'S 5— item number. MATERIAL LABORATORY." 8. Contract number and/or name. SECTION 1-09.9 IS DELETED AND REPLACED BY THE sal The Contractor shall submit a breakdown of costs for each lump sum Bid Item. The breakdown shall list the items included in FOLLOWING: the lump sum together with a unit price of labor, materials and 1-09.9 Payments (APWA) equipment for each item. The summation of the detailed unit as prices for each item shall add up to the lump sum Bid. The unit price values may be used as a guideline for determining progress 1-09.9(1) Progress Payments (APWA) payments or deductions or additions in payment for ordered work Progress payments for completed work and material on hand changes. The detailed cost breakdown of each lump sum item shall will be based upon progress estimates prepared by the Engineer A M1 be submitted to the Engineer prior to the Preconstruaion progress estimate cutoff date will be established at the Conference. preconstruaton meeting. Within 3 days after the progress estimate cutoff date(but not SECTION 1-09.2(APWA)IS SUPPLEMENTED BY REVISING more often than once a month) the Contractor shall submit to the war All REFERENCES 710 `MATERIAL RECEIVER" TO READ Engineer for review an Application_for Payment, filled out and "ENGINEER." signed by the Contractor, covering the work completed prior to the SECTION 1-09.3 IS SUPPLEMENTED BY ADDING THE progress estimate cutoff date.The Application for Payment shall be too FOLLOWING: accompanied o or by documentation supporting the Contractor's Application 1-09.3 Scope of Payment(APWA,RQ If payment is requested for materials and equipment not Unless modified otherwise in the Contract Provisions, the Bid incoroom�in the work,.but delivered and stored at approved sites 4W Items listed or referenced in the"Payment"clause of each Section pint to the Contract Documetus, the ication for Payment Appl of the Standard Specifications, will be the only items for which shall be accompanied by a bill of sale, invoice, or other compatsation documentation w will be made for the Work described in or specified warranting that the Conaacxor has received the materials and equipment and evidence that the materials and in that particular Section when the Contractor performs the equipment are covered by appropriate insurance or other specified Work.Should a Bid Item be listed in a`Payment"clause arrangements to protect the Pit*cer's interests therein, but not in the Proposal Form,and Work for that item is performed The initd pro estimate will be tirade not later than 30 by the Contractor and the work is not stated as included in or days after the Contractor commences the Work, and successive incidental to a pay item in the contras and is not work that would progress estimates will be made every'month dwmfte r until the be required to complete the intent of the Conuact per Section 1- Completion Date. Progress estimates made during progrM of the 04.1 then payment for that Work will be made as for Extra Work Work are tentative, and made only for the purpose of determining pursuant to a Change Order. progress payment.The progress estimates are subject to change at on The words"Bid Item," "Contract Item."and"Pay Item,"and any time prior to the calculation of the Final Payment per similar terms used throughout the Contract Documents are Section 1-09.9(4). synonymous. The value of the progress estimate will be the sum of the If the 'payment" clause in the Specifications relating to any following: q" unit Bid Item price in the Proposal Fort rewires that said unit Bid 1. Unit Price Items in the Bid Form — the approximate item price cover and be considered compensation for certain work quan tity of acceptable units of Work completed multiplied by the or material essential to the item,then the wort or material will not Unit Price. be measured or paid for under any other Unit Bid Item which may 2 Lump Sum Items in the Bid Form — the estimated aw appear elsewhere in the Proposal Form or Specifications. „Y„ Phpralized unit Bid Items appearing na these Specifications are tage complete multiplied by the Bid Forms amount for each Lump Sum Item. changed to singular form. 3 Materials on Hand — 90 percent of invoiced cost of Payment for Bid Items listed or referenced in the "Payment" material delivered to Job site or other storage area approved by the clause of any particular Section of the Specifications shall be Fimineer. considered as including all of the Work required, specified, or 4 Change Orders—entitlement for approved,extER cost O described in that particular Section. Payment items will gam* completed extra work as determined by the Engineer. MW be listed genetically, in the Specifications, and specifically in the I Pro"rew. payments will be made in accordance with the bid form. When items are to be-"furnished" under one payment: progress estimate less: item and "installed" under another payment item, such items shall 1. Five(5)percent for retained percentage. be furnished FOB project site, or, if specified in the Special 2 The amount of Progress Payments previously made. awn Provisions delivered to a designated site. Materials to be 3 Funds withheld by the Contracting Agency for *furnished," or "furnished and installed" under these conditions, disbursement in accordance with the Contras Doctnnents, shall be the responsibility of the Contractor with regard to storage Progress payments for work performed shall not be evidence until such items are incorporated into the Work or, if such items of acceptable performance or an admission by the Contracting me are not to be incorporated into the work,delivered to the applicable Agency that any work has been satisfactorily completed Contracting Agency storage site when provided for in the Payments will be made by warrants issued by the Cont MOM Specifications. Payment for material "furidW." but not yet A"encv's fiscal officer,against the appropriate fund source for inoorponted into the Work may be made on monthly esti mates to project Payments'received on account of work performed by a the extent allowed. subcontractor are subject to the provisions of RCW 39.04.250. SECTION 1-09.8(APWA)IS SUPPLEMENTED BY REVISING ALL REFERENCES TO "HEADQUARTERS' MATERIAL car f: Page-SP-15 Revision Date.May 19, 1997 4W 1-09 Measurement and Payment 1-09 Measurement and Pa yment 1-09.9(2) Retainat a(APWA,RCZ 1-09_9(3) Contracting Agency's Right to Withhold Pursuant to RCW 60.28 there will be retained from monies and Disburse Certain Amounts APWA) earned by the Contractor on progress estimates a sum not to exceed In addition to monies retained ursuant to RCW 60,28 and #6 5 percent of the monies earned by the Contractor. Such retainage subject to RCW 39.04.250, RCW 39.12. and RCW 39 76 the shall be used as a trust fund for the protection and payment (1)to Contractor authorizes the Engineer to withhold pr o the State with respect to taxes imposed pursuant to Title 82 RCW � m meets due or deduct an amount from any payment or a eats due the which may be due from such Contractor,and(2)the claims of any Contractor which in the En ineer's opinion, rn be 1r1 person arising under the Contract. cover the Contactine Agency's costs for or b EM& the Monies reserved under Provisions of RCW 60.28 shall at the followine situations. option of the Contractor,be: 1. Damage to another contractor when there is r �a 1. Retained in a fund by the Contracting Agency thereof and a claim has been filed. .. acct 2. Deposited by the Contracting Agency in an interest- 2. Where the Contractor has not paid fees or char es to bearing account in a bank mutual savings bank or savings and public authorities or municipalities which the Contractor is loan association(interest on monies so retained may be paid to the obligated to pay. Contractor). 3. Utilizing material, tested acrd inspected by the Engineer 3. Placed in escrow with a bank or trust company by the for purposes not connected with the Work(Section 1-05.6) Contracting Agency. When the monies reserved are to be placed in 4. Landscape damage assessments per Section 1-07.16. escrow the Contracting Agency will issue a chock representing the 5. For overtime work performed by City Personnel per sum of the monies reserved payable to the bank or trust company Section 1-08.1(4). and the Contractor jointly. Such check shall be converted into 6. Anticipated or actual failure of the Contractor to bonds and securities chosen by the Contractor and approved by the complete the Work on time: Contracting Agency-and the bonds and securities held in escrow. a. Per Section 1-08.9 Liquidated Damage;or Interest on the bonds=and securities may be paid to the Contractor b. Lack of construction progress based upon the ,aineer•s as the interest accretes. review of the Contractor's approved progress schedule which The Contractor shall designate the option desired on—the indicates the Work will not be oompieted within the Contract 71i. When calculating an anticipated time overrun the Engineer will • Facting Agemy die cwaua Gk at make allowances for weather delays,-approved unavoidable delays least 10 working days prior to the first progress payment for the and suspensions of the Work The amount withheld under this contr act. The Contractor in choosing option (2) or (3) agrees to subparagraph will be based upon the liquidated damages amount assume full responsibility to pay all costs which may accrue from per day set forth in Contract Documents multiplied by the number escrow services, brokeraee charges or both and further agrees to of days the Contractor's approved progress schedule in the apitiion assume all risks in connection with the investment of the retained of the Engineer, indicates the Contract may exceed The Contract percentages in securities. The Contracting Agency may also at its Time. option, accept a bond for all or a Portion of the contractor's 7. Failure of the Contractor to perform any of the retaiirage. Contractor's other obligations under the contract including but not Release of retained percentage will be made 60 days following limited to: the Completion Date (pursuant to RCW 39.12. RCW 39 76 and a. Failure of the Contractor to provide the Engineer with a RCW 60.28)provided the following conditions are inet: field office when required by the Contract Provisions 1. On contracts totaling more than$20,000.00. a release has b. Failure of the Contractor to protect survey stakes been obtained from the Washington State Department of Revenue markers, etc., or to Provide 5 adequate wired by (RCW 60.28.051). Section 1-05 . survey work as re 2. No claims, as provided by law, have been filed against C. Failure of the Contactor to correct defective or the retained percentage, unauthorized work(Section 1-05.8) 3. Affidavit of Wages Paid is on file with the Contacting d. Failure of the Contractor to furnish a Manufacture's Agency for the Contactor and all Subcontractors regardless of tier Certificate of Compliance in lieu of material testing and inspection + ► (RCW 39.12.040). as required by Section 1-06.3 In the event claims are filed the Contractor will be paid such e. Failure to submit w6ekly payrolls Intent to Pax retained percentage less an amount sufficient to pay any such Prevailing Waee forms, or correct undaPavment to employees of clauns together with a sum deertnined by the Contracting Agency _the Contactor or subcontrgctor of stay tier as rewired by Section sufficient to pay the cost of foreclosing on claims and to cover 1-07.9. rn attoey's fees. E Failure of the Contractor to pay worker's benefits (Title Retainage will not be reduced for am reason below the 50 and Title 51 RCW)as rewired by Section 1-07 10 minimum limit provided by law. Pursuant to Section 1-07.10. the Contractor is responsible for g. Failure of the Contactor to submit and obtain approval submitting to the State L&I a "Request for Release"form in order of a progress schedule per Section 1-08.3. for the Contacting Agency to obtain a release from that The Contactor authorizes the Engineer to act as agent for the Contactor disbursine such funds as have been withheld pursuant to department with respect to the payments of industrial insurance this section to a party or Parties who are articled to payment. medical aid Premiums. The Contiactimt Agency will ensure the Disbursemerm of such funds if die ginar elects to do so will be Washington State Employment Security Department and any made only after giving die Contractor 15 calendar days prior applicable Contracting Agency department or organization are written notice of the Contacting Agency's intent to do so and if notified of Contract completion in order to obtain releases from prior to the expiation of the 15-calendar day-period those departments or agency organizations. 1. no legal action has commenced to resolve the validity of the claims,and 2. the Contactor has t retested such disbursement. Page-SP--16 Revision Date:May 19, 1997 1-09 Measurement and Payment • 1-09 Measurement and Payment 4Wproper accounting of all funds disbursed on behalf of the of the responsibility to comply with all laws, ordinances and Contractor in accordance with this section will be made. A regulations — Federal, State, or local — that affect the contract payment made pursuant to this section shall be considered as The date the Contracting Agency unilaterally signs the Final wr payment trade under the terms and conditions of the Contract. The Progress Estimate constitutes the final acceptance date (Section I- Contracting Agency shall not be liable to the Contractor for such 05.12). payment trade,in good faith. If legal action is instituted to determine the validity of the 1-09.11 Disputes and Claims claims prior to expiration of the 15-day period mentioned above, the Engineer will hold the funds until determination of the action or SECTION 1-09.11(2)IS REVISED AS FOLLOWS. written settlement agreement of the parties. 1-09.11(2) Claims (APWA) 1-09.9(4) Final Payment(APWA) Failure to submit with the Final Application for Payment Final Upon Acceptance of the Work by the Contracting Agency the ch information and details as final amount to be paid the Contractor will be calculated based described in this section for any claim shall operate as a waiver of upon a Final Progress Estimate made by the Engineer. Acceptance the claims by the Contractor as provided in Section 1-09.9. ar by the Contractor of the Final Payment shall be and shall operate as SECTION 1-09.11(3) IS DELETED AND REPLACED BY THE a release: FOLLOWING: 1. to the Contracting Agency of all claims and all liabilities Wrr of the Contractor, other than claims in stated amounts as may be 1-09.11(3) Time Limitations and Jurisdiction specifically excepted in writing by the Contractor; (APWA) 2. for all things done or furnished in connection with the This contract shall be be construed and in terpreted in accordance . Work, with the laws of the State of Washington.The venue of any cdalms#ms Air 3. for every act and neglect by the Contracting Agency;and or causes of actions arising from this contract shall be in the 4. for all other claims and liability relating to or arising out Superior Court of the county where the work is performed. of the Work. For convenience of the parties to this contract, it is mutually A payment(monthly, final, retainage, or otherwise) shall not agreed that any claims or causes of action which the contractor has a` release the Contractor or the Contractor's Surety from any against the Contracting Agency arising from this contract shall be obligation required under the terms of the Contract Documents or brought within 180 days from the date of Final Acceptance of the the Contract Bond; nor shall such payment constitute a waiver of contrail by the Contracting Agency. The parties understand and car the Contracting Agency's ability to investigate and act upon to bring suit within the time dings of non-compliance with the WMBE requirements of the agree that the Cont-actor's s fail=findings period provided shall be a complete bar to any such claims or Contract; nor shall such payment preclude the Contracting Agency n causes action. It s from recovering damages,setting penalties,or obtaining such other is further mutually agreed by the parties that when any Wrr remedies as may be Permitted by law• claims or causes of action which a Contractor asserts against the Before the Work will be accepted by the Contracting Agency, Contracting Agency arising from this contract are filed with the the Contractor shall submit an affidavit, on the form Provided by Contracting Agency or initiated in court, the Contractor shalt the Engineer, of amounts.paid to certified disadvantaged (DB), permit the Contracting Agency to have timely access to any records "a minority (MBE) or women business enterprises (WBE) deemed necessary by the Contracting Agency to assist in evaluating participating in the Work. Such affidavit shall certify the amounts the claims or actions. paid to the DB,MBE,or WBE subcontractors regardless of tier. On Federally-funded proieils the Contractor may also be 1-09.13 Arbitration r required to execute and furnish the Contracting Agency an affidavit certifying that the Contractor has not extended any loans, gratuity SECTION . 1-09.13(21 (RQ IS SUPPLBMBNTBD BY or gift and money pursuant to Section 1-07.19 of these REPLACING All REFBRENCES TIO "TIIi1RSTON COUNTY" Specifications. WnW THE WORDS°SING COUNTY." r U the Contractor fails, refuses,or is unable to sign and return the Final Progress Estimate or any other doilunents.required for SECTION 1-09.13(3)IS SUPPI.BMEIVTED BY ADDING: the final acceptance of the contract, the Contracting Agency reserves the right to establish a completion date and unilaterally 1"�•�� Ptrocedtn;�es to Pursue Arbftratioa(RC) accept the contract.,Unilateral acceptance will occur only after the findings and decision of the board of arbitrators.shall be Contractor has been provided the opportunity, by written request final and binding on the parries unless the aQarieyed party, within from the Engineer, to voluntarily submit such documents. If 10 days challenges the findings and decision by HO"and filing W voluntary compliance is not achieved, formal notification of the a petition for review by the superior court of King 'County, impending unilateral acceptance will be provided by certified letter Washington The grounds for the petition for review are limited to from the Engineer to the Contractor which will provide 30 calendar showing that the findings and decision: days for the Contractor to submit the necessary documents. The 1• Are not responsive to the questions submitted; 30-calendar day deadline shall begin on the date of the postmark of 2 Is contrary to the terms of the contrail or any component the certified letter from the Engineer requesting the necessary thereof; documents. This reservation by the Contniling Agency to 3 is arbitrary and/or is not based upon the applicable facts unilaterally accept the contrail will apply to contracts that an and the law controlling the issues submitted to arbitration, The c that board of arbitrators shall support its decision by setting forth m completed in accordance with Section 1-08.5 or for contracts are terminated in accordance with Section 1-08.10. Unilateral writing their findings and conclusions based on the evidence acceptance of the contract by the Contracting Agency does not in adduced at any such hearing. any way relieve the Contractor of the provisions under contrail or Page-SP-17 Revision Date.May 19, 1997 or 1-10 Temporary Traffic Control 1-10 Temporary Traffic Control 40 The arbitration shall be conducted in accordance with the Lf statutes of the State of Washington and court decisions governing channel zip devices. iecesi o Contractor sery rnGei, w. �+luonat such Procedure, services which could The costs of such abbitration shall be borne call b the City maintenance and rotectionn of traffic then to new Contra«� for tern not be usually anticipated IM a — and the contractor unless it is the board's majority opinion that the may be established to for such items, Further limits contractor's filing of the Protest or action is capricious or without consideration of payment for these items arc that Cy tons for reasonable foundation. In the latter case all costs shall be borne covered b other items in the bid ro sal the are no by t the contractor. s ecified in the S Provisions as incidental and accumulative cost for the use of each individual me 1-10 Temporary Traffic Control device iece of equipment ment or service must exceed �annelizin cost for the duration of their need. In the event of dS00 in total 10 SECTION I-IO.I IS SUPPLEMENTED BY ADDING THE Engineer will determine what is usuall antici ated uses t FOLLOWING: contractor. The cost for these items will be b a reed a rudest rice 1-10.1 General I established b the roar or b' rice force account, additional iteace required as a result of the Contractor's modification to the traffic Whed the bid Proposal includes an item for 'Traffic Control," control plans)aprearing in the contract shall not b the work required for this item shall be all items described in provisions in this paragraph e covered by the Saxton 1-10,including but not limited to: If the total cost of all the work under the contract 1. Furnishing and maintaining barricades flashers decreases b more than 25 mcnaseS or construction signing and other channelization devices considered for the item"Traffic Control"to address ent will ncr o unless a pay item is in the bid Proposal for any specific decrease. the device and the Special- Provisions specify furnishing maintaining, and payment in a different manner for that SECTION 1-10.2(l) TRAFFIC CONTROL SUPERVISOR IS 40 device. REVISED AS FOLLOWS 2. Furnishing traffic control labor equipment and supervisory 1-10.2(1)Traffic Control Supervisory(SA) Personnel for all traffic control Tabor 3. Ftimishing any avehicle(s) o set up and remove eS=Tthe Contractor shall desi u the Mass B construchon signs and other traffic control individuals to perform the Traffic Control Su�� �'individual duties devices, pervisor s(TCS)dudes for the project The TICS shall be certified inac-a wodcsite traffic 4. punishing labor and vehicles for eon¢o patrolling and maintaining ui position all of the construction signs and the traffic control devices, unless a pay them >s in the bid pro posal to The TCS shall assure that y specifically pay for this work-and f all the duties of the TCS are txrfomued dtirinig the duration of the contract S. Furnishing labor, material and equipment necessary for 7. Ensuring that corrections are made if traffic control cleaning up. removing and repiacmg of the construction devices are not functioning s y sr and the traffic control devices destroyed or damaged 8 required The TICS may make minor revisions to the traffic control plan to during the life of the protect accommodate site conditions as long as the on Of the traffic control plan is maintained and thhrevision 6. Removing existing signs as specified or a dinecxed by the engineer and delivering to the City Shops or storing and re- is in conformance has GGAG4,080-111 installing as durrcted by the Engineer with established standariL& Who Contracter.sh-11 for 7. Preparing a traffic control plan for the Droiect and des�mg the person responsible for traffic oor&ol iit the illt work site. the traffic co plan shall include descriptions of the traffic control methods and dt'ices to b Possession of a current flagging used by the Prune contractor and subcontractors shall be by the TICS is mandatory. card subnuaed.st or before the Preconstruction conference and shall be subject to revuew and approval of the Engineer -SECTION 1-10.2(2)IS SUPPZMff1y M AS FOLLOWS; S. Contact ing police fire 911 and ambulance services to 1-10.2(2) notify than ae Control P �� an in advance of am work that will affect and The Contractor shall be responsible for assuring that traffic traveled portion of a roadway control is installed and msmtaiued in conformance to established 9. Assuring that all traveled Portions of roadways are open to standards' The Contractor shall contiauousl evaluate the traffic during peak traffic periods 6.30 a.m. to 8:30 a.m., aeration of the traffic control plan and take prompt action to to and 3.00 p.m. to 6.00 p m or as specified in correct am problems that become evident daring operation Provisions,or as directed by the Engineer the special SECTION 1-10.3 (3)HAS BEEN REVISED AS FOLLOW.* 10. ProniI sieving or covering all nonapplicable signs 1-10.3(3) ConS�ructjOII signs during periods when they are not needed All signs required by the approved traffic control plan(s) as If no bid item 'Traffic Control' a rs in the proposal then well as any other appropriate signs prescribed by the Engineer, or all work required by these sections will considered incidental and required to conform with established standards will be furnished their cost shall be included in the other items of work. by th -°n�—i%-AaitcP Coctor. Page-SP-18 Revision Date.May 19, 1997 tits 1-11 Renton Surveying Standards 1-11 Renton Surveying Standards lw No separate pay item will be provided in the bid proposal for The item "Traffic Control" will be considered for an equitable Class A or Class B construction signs. adjustment per Section 1-04.6 only when the total contract price cwpar-uGsioa signs will be HFaited to the, 1-bar. Gort to do tho wo;k increases or decreases by more than 25 percent. All odor-costs for the work to "PC;hour, rr provide Class A or Class B construction signs shall be included in The Lump Sum unit contract price per-hew-shall be full the unit contract price for the various other items of the work in the pay for all costs involved in furnishing the pilot car(s),pilot car bid proposal. driver(s),and the appropriate pilot car sign(s)for any en"ilot act• SECTION 1-10.310 IS REVISED AS FOLLOWS: item operation. Any necessary flaggers will be paid under the item for traffic control-lzbes. .. 1-10.3(6) One-Way Piloted Traffic Control'Through The Lump Sum wn#contract price p"4;ou"hall be full Construction Zone pay for all costs for the labor provided for performing those "m construction operations described in Section 1-10.3(1) and as authorized by the Engineer. Payment under.this ;t-m ch-11-bo .. to The Lump Sum oak contract price ware-feet-o€ panel--area-shall be full pay for all costs for performing the work described in Section 1-103(3) and Section 1-10.3(4). er Will This payment will include all labor, equipment, and vehicles necessary for the initial acquisition, the initial installation of Iriffc r-GatPal, Class A signs,and ultimate return of all Contracting Agency- Contractor-Furnished One Way Piloted Traffic Control. The famished signs •► Contractor shall furnish the pilot car(s)and driver(s)for the pilot car control area Any necessary flaggers shall be furnished by the Contractor „ The Lump Sum wait contract price D-day-,shall be full Comm," pay for all costs involved in furnishing the person(s)assigned as the "Tmffic Control Supervisor" dewing an °„-i” DELETE SECTION 1-10.4 AND REPLACE WITH: All costs for the vehicle(s)required for r the Traffic Control Supervisor shall be included in the Lump 1-10.4 Measurement(RC) (SA) Sum wait contract price for"Traffic Control-Swpewruo ." " as No specific unit of measurement will apply to the lump Sum 112mp sum item of"Traffic Control". " SECTION 1-10.5 IS REVISED AND SUPPLEMENTED AS „ FOLLOW. rcr 1-10.5 Payment(RC) Payment for all labor, materials, and equipment described in ar Section 1-10 will be made in accordance with Section 1-04.1, for the following bid items when dwy-an4ticluded in the proposal: -;;Gwanoc with&W low job PF29MCC alWaGm4nd 'Traffic Control."hump taus. The lump sum contract price shall be full pay for all costs not " covered by other specific pay items in the bid proposal for The Lump Sum unit-contract price poF day shall be full furnishing installing maintaining. and removing traffic control pay for all costs involved in furnishing the vehicle or vehicles devices required by the contract and as directed by the Engineer in for the work described in Section 1-10.3(2) QFW Of conformance with accepted standards and in such a man= as to maximize safety,and minimizo disruption and inconvenience to the, Labe MIAMI. ~'• Progress payment for the lump sum item "Traffic Control" 1-11 Renton Surveying Standards will be made as follows: a When the initial warning signs for the beginning of the project and the end of construction signs are installed 1-11.1(1) Responsibility for surveys(RC) and approved by the Engineer. 30 percent of the All surveys and survey reports shall be prepared under the r amount bid for the item will be paid. direct supervision of a person registered to practice Ian- surveying b Payment for the remaining 70 percent of the anaunt under the provisions of Chapter 18.43 RCW. bid for the item will be paid on a prorated basis nt All surveys and survey reports shall be prepared in seoordaace with the requirements established by the Board of ReAtsa'atron for 4M accordance with the total iob progress as determined Professional Engineers and Land Surveyors under the provisions of by progress payments. Chapter 18.43 RCW. alter 1- Page-SP-19 Revision Date:May 19, 1997 sv 1-11 Renton Surveying Standards 1-11 Renton Surveying Standards 1_-11.1(2) Survey Wttitri and Precision(RC) In those cases where an electronic data collector is used a hard The horizontal component of all surveys shall have as its copy print out in ASCII text format will accompany the field notes coordinate base: The North American Datum of 1983/91. All horizontal control for projects must be referenced to or in Corners and Monuments(RC) ash conjunction with a minimum of two of the Citv of Renton's Survey Corner A point on a land boundary at the iunccu.,,..f two or Control Network monuments. The source of the coordinate values more boundary lines. A monument is usually set at such pints to used will be shown on the survey drawing per RCW 58.09.070. physically reference a corners location on the ground 4W The horizontal component of all surveys shall meet or exceed Monument Anv physical object or structure of rrrnrri ,. L the closure requirements of WAC 332-130-060 The control base ,,,c„ lines for all surveys shall meet or exceed the requirements for a marks or accurately references Class A survey revealed in Table 2 of the Mininuun Standard A corner or other surve (m established b or under the Detail Requirements for ALTA/ACSM Land Title Surveys jointly supervision of an individual per section I-11 I(11 and any established and adopted by ALTA and ACSM in 1992 or corner or monument established by the General Land pffa comparable classification in future editions of said document The and its successor the Bureau of Land Mans ement includin angular and linear closure and precision ratio of traverses used for section subdivision comers down to and including one- survey control shall be revealed on the face of the survey drawing sixteenth_comers;and a_s shall the method of adjustment Thhe_horizontal component of the control system for surveys • Any permanently monunwaW boundary, right of way using global positioning system methodology shall exhibit at least 1 alignment,or horizontal and vertical control points established part in 50,000 precision in line length dependent error analysis at a by any governmental agency or private surveyor including 95 percent confidence level and performed pursuant to Federal street intersections but excluding d ndent interior Geodetic Control Subcommittee Standards for GPS control surveys corners. lot as defined in Ge&wtric Geodetic Accuracy Standards do Specifications for Using GPS Relative Positioning Techniques dated 1-11.1(6) Control or Base Line Survey(RC) said do I. 1989 or comparable classification in future editions of Control or Base Line Surveys shall be established for all said document.. construction projects that will create petYrt went structures suds as 40 The vertical component of all surveys shall be based on roads, sidewalks, bridges, utility lines or appurtCnattees Signal or NAVD 1988 the North American Vertical Datum of 1988 and light poles, or any non-single family building Control or Base tied to at least one of the City of Renton Survey Control Network Line Surveys shall consist of such number of permanent benchmarks. If time are two such benchmarks within 3000 fat of monuments as are required such that every structure may be IN the moiect site a de to both shall be made The benchmark(s)used observed for staking or 'as-builting' while occupying one such will be shown on the drawing If a City of Renton benchmark does monument and sighting another such monument A minimum of not exist within 3000 feet of a proiect one must be set on or near the protect m two of these permanent monuments shall be existing monuments a acmanent manner that will amain intact recognized and on record with the City of Renton The Control or throughout the duration of the proiect Source of elevations Base Line Survey shall occupy each monument in turn and shall (benchmark)will be shown on the drawing as well as a description satisfy all applicable requirements of Section 1-11 1 herein of any bench marks established. The drawing depicting the survey shall be neat legible and 1W 1-11.103) Subdivision Information(RC) drawn to an appropriate sale North orientation should be clearly Those surveys dependent on section subdivision shall reveal presented and the sate shown graphically as well as noted The drawing must be of such quality that a reduction thereof to one-half the controlling ableo uart monuments used and the subdivision of the original sale remains legible cacti► applicable surveys rter section. If recording of the survey with the King County Recorder.is Those l evs dept ollin on ionu mierit of a plat or short plat required, tt will be prepared on 18 inch by 24 inch molar and will shall reveal the Controlling monuments measurements and comply with all provisions of Chapter 58.09 RCW A IN methodoloev used in that recracxment photographic molar of the drawing will be submitted to the City of 1-11.1(4) Field Notes (RC) Renton and, upon their review and acceptance per the specific Field notes shall be kept in conventional format in a standard reguuemeius of the Project, the original will be recorded with the bound field book with waterproof pages In cases where an King County Recorder. electronic data collector is used field notes must also be kept with a If recording is not required the survey drawing shall be sketch and a record of control and base line traverses describina prepared on 22 inch by 34 inch molar, and the original or a station occupations and what measurements were made at each Photographic molar thereof will be submitted to the City of Renton rot. Ile survey drawings shall meet or exceed the requirements of Every point located or set steal( be Identified by a number and WAC 332-130-050 and shall conform to the City of Renton's a description. Point numbers shall be unique within a complete I)raftmg Standards. American Public Works Association svmtiols fob. The preferred method of point numbering is field notebook shall be used whenever possible and a legend shall identify all page and point set on that page Example• The first point set or symbols used if each point marked by a symbol is not described at go each u found on page 16 of field book 348 would be identified as Point se, No.348.16.01,the second point would be 349.16.02,etc An electronic listing of all principal points shown on the Upon coinpletwn of a City of Renton project either the field drawing shall be submitted with each drawing The listing should notebook(s) provided by the City or the original field notebook(s) the the porn[ number designation (cotrespondittg with that in used by the surveyor will be given to the Ciry. For all other work the field no a brief description of the point and northing surveyors will provide a copy of the notes to the City upon request casting, and elevation (if appliable) values all in ASCII format on IBM PC compatible media 40 1- Page-SP-20 Revision Date:May 19, 1997 1-11 Renton Surveying Standards 1-11 Renton Surveying Standards ON 1-11.1(7) Precision Levels(RC) 1-11.1(12) Monument Setting and Referencint;(RC) Vertical Surveys for the establishment of bench marks shall All property or lot corners, as defined in 1-11 1(5) satisfy all applicable requirements of section 1-05 and 1-11.1. established or reestablished on a plat or other recorded survey shall arw Vertical surveys for the establishment of bench marks shall be referenced by a permanent marker at the corner point per 1- meet or exceed the standards,specifications and procedures of third 11.2(1). In situations where such markers are impractical or in order elevation accuracy established by the Federal Geodetic danger of being destroyed, e.g., the front corners of lots a witness Control Committee, marker shall be set. In most cases, this will be die extension of the Bench marks must possess both permanence and vertical lot line to a tack in lead le the curb. The relationship between the stability. Descriptions of bench marks must be complete to insure witness monuments and their respective corners shall be shown or both recovemblilty and positive identification on recovery. described on the face of the plat or survey of record e.g. 'Tacks OW in lead on the extension of the lot side lines have been set in the 1-11.1(8) Radial and Station—Offset Topography 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(j) Topographic surveys shall satisfy all applicable requirements herein. ,m of section 1-11.1 herein. All non corner monuments, as defined in 1-11.1(5) shall meet All points occupied or back sighted in developing radial the requirements of section 1-11.202) herein. If the monument topography or establishing baselines for station—offset topography falls with in a paved portion of a right of way or other area the shall meet the requirements of section 1-11.1 herein. monument shalt be set below the ground surface and contained Op The drawing and electronic listing requirements set forth in within a lidded case kept separate from the monument and flush section I-11.1 herein shall be observed for all topographic surveys. with the pavement surface,per section 1-11.2(3). In the case of right of way centerline monuments all points of 1-11.1(9) Radial Topography (RC) curvature(PC),points of tangency(PT),street intersections,center aw Elevations for the points occupied or back sighted in a radial points of cul de sacs shall be set. If the point of intersection. PI, topographic survey shall be determined either by 1)spirit leveling for the tangents of a curve fall within the paved portion of the right with misclosure not to exceed 0.1 feet,or Federal Geodetic Control of way,a monument can be set at the PI instead of the PC and PT ar Committee third order elevation accuracy specifications. OR 2) of the curve. trigonometric leveling with elevation differences determined in at For all non corner monuments set while under contract to the least two directions for each point and with misclosure of the City of Renton or as part of a City of Renton approved subdivision circuit not to exceed 0.1 feet. of property, a City of Renton Monument Card (furnished by the +r city) identifying the monument: point of intersection(PI). point of 1.11.1(10) Station—Offset Topography(RC) tangency(PT), point of curvature (PC). one-sixteenth corner. Plat Elevations of the baseline and topographic points shall be monument street intersection,etc., complete with a description of determined by spirit leveling and shall satisfy Federal Geodetic the monument a minimum of two reference points and NAD 83191 ani Control Committee specifications as to the turn points and shall not coordinates and NAVD 88 elevation shall be filled out and filed exceed 0.1 foot's error as to side shots. with the city. 1-11.1(11) As-Built Survey(RC) 1-11.2 Materials go All improvements required to be 'as-built" (post consttucuon survey) per City of Renton Codes, TI=4 Building Regulations 1-11.2(1) Property/I.ot Cornets(RC) and MLE 9 Public Ways and Property, must be located both Corners per 1-11 1(5)shall be marked in a permanent manger horizontally and vertically by a Radial survey or by a Station offset such as 1/2 inch diameter rebar 24 inches in length, durable metal . dw survey. The'as-built' survey must be based on the same base line plugs or caps tack in lead etc and permanently marked or tagged or control survey used for the construction staking survey for the with the surveyor's identification-number. The specific nature of improvements being 'as-built' The 'as-built' survey for all the marker used can be determin6d by the surveyor at the time of subsurface improvements should occur prior to backfilling. Close installation. rrr cooperation between the installing contractor and the 'as-builting' surveyor is therefore required. 1-11.202) Monuments (RC) All 'as-built' surveys shall satisfy the requirements of section Monuments per 1-11.1(5) shall meet the requirements as set 1-11.1(1) herein and shall be based upon control or base line forth in City of Renton Standard Plans page H031 and permanently surveys made in conformance with these Specifications. marked or tagged with the surveyor's identification number. The field notes for 'as-built' shall meet the requirements of section 1-11.1(4) herein and submitted with.stamped and signed 1-11.2(3) Monument Case and Cover(RC) +rr 'as-built' drawings which includes a statement certifying the Materials shall meet the requirements of section 9-22 and City accuracy of the'as built', of Renton Standard Plans page H031. The drawing and electronic listing requirements set forth in section 1-11.10 herein shall be observed for all 'as-built' "m surveys. Mal inn Page-SP-2l RevLdon Daft:May 19, 1997 low 2-02 Removal of Structures and Obstructions 2-03 Roadway Excavation and Embankment 00 Division 2 Earthwork quantities and changes will be co M90 manually or by means of electronic data processor �+.,a.,,,. either by Earthwork use of the average end area method. Any changes to the to .,sec 10 work as directed by the Engineer that would alter th .es shall be calculated by the Engineer and submitted to the Contractor wu.o for his review and verification. 2-02 Removal of Structures and Any excavation or embankment beyond the limits indicated in Obstructions the Plans, unless ordered by the Engineer shall not be paid for All work and material Leguired to return these areas to their SECTION 2-02.3(3) IS REVISED AND SUPPLEMENTED AS original conditions as directed by the Engineer shall be rounded FOLLOWS. by the Contractor at his sole expense All areas shall be excavated filled and/or backfilled as 2-02.3(3) Removal of Pavement, Sidewalks, and necessary to comply with the grades shown on the Plante In filled Curbs_(RCZ and backfilled areas, fine grading shall be gin duri ng the plaoenhent go and the compaction of the final laver. In cut secxioms fine ending In removing pavement, sidewalks, and curbs, the Contractor shall: shall begin within_the final six (6) inches of cut Final eradine I. Haul broken-up pieces into shall produce a surface 'which is smooth and even with a_brurx to some off-project site. changes to grade. Excavation for curbs and gutters shall be accomplished by cutting accurately to the cross sections grades and elevadoms S. When an atea when pavement has been removed is to be shown. Care shall be taken not to excavate below he specified opened to traffic before pavement patching has been completed grades. The contractor shall maintain all excavations free form temporary mix asphalt. concrete patch shall be required detrimental quantities of leaves brush sticks trash and other Temporary patching shall be placed to a minimum depth of 2 debris until final acceptance of the Work inches immediately after backfilling and compaction are complete Following removal of topsoil or excavation-to ,grade and and before the road is opened to traffic MC cold mix or MC hot before placement of fills or base course the subgnde un er the mix shall be used at the discretion of the Engineer. road way shall be proofrolled to Ldentify any soft or loose areas If pavements, sidewalks, or curbs lie within an excavation which may Warrant additional compaction or excavation and area and are not mentioned as separate pay items, their removal replacement. nanv will be paid for as part of the quantity removed in excavation. If The Contractor shall provide tempo drainage or protection to keep the subgrade free from standing wa ter. they rust Acceptable excavated native soils shall be used for fill in the mentioned as a separate item in the proposal,they will be measured area requiring fills. Care shall be taken to place excavated material and paid for as provided under Section 2-02.5, and will not be ati► included in the quantity calculated for excavation. at the optimum moisture content to achieve the specified compaction. Any native material used for fill shall be free of SEC17ON 2-02.5 IS SUPPLEMENTED BY ADDING. organics and debris and have a maximum particle size of 6 inches 2-02.5 Payment R__Z It shall be the responsibility of die Contractor to prevent the to native materials from becoming saturated with water The 2. 'Saw Cutting',per Lineal Foot measures may indude sloping to drain compacting the native 3. 'Remove Sidewalk' per Square Yard materials, and diverting runoff away from the materials If the 4. _'Remove Curb and Gutter',-per Lineal Foot Contractor fails to take such preventative measures any costs or 5. 'Cold Mix'.per Ton delay related to drying the materials shall be at his own expense 6. 'Remhove Asbhak Concrete Pavement,*per square yard If the native materials become saturated it shall be the 7- 'Remove Cement Concrete pave 'per square Yard. responsibility of the Contractor to dry the materials to the S. 'Remove existing ,•per optimum moisture content. If sufficient acceptable native soils are All costs related-to-the removal and disposal of structures and not available to complete lion of the roadway emba—nkmeaL obstructions including saw cutting excavation, backfilling and Gravel Borrow shall be used. temporary asphalt shall be considered incidental to and included in If subgrade trimmer is not required on the project all portions other items unless designated as specific bid items in the proposal of Section 2-03 shall apply as though a subgrade trimmer were specified. If sufficient acceptable native soils as determined by the 2-03 Roadway Excavation and Engineer,are not available to complete construction of the roadway Embankment embankment, Gravel Borrow meeting the requirements of Section 9-03.14 of the Standard Specifications shall be used SECTION 2-03.3 IS SUPPLEMENTED BY ADDING THE SECTION 2-03,4 IS SUPPLEMENTED BY ADDING THE FOLLOWING. FOLLOWING: 2-03.3 Construction Requirements(RC) 2-03.4 Measurement(RC) Roadway excavation shall include the removal of all materials The Contracting,Agency will use the following methods to a excavated from within the limits shown on the plans Suitable measure work performed unless specific exceptions in other excavated material shall be used for embankments while su lus sections provide otherwise: excavated material or unsuitable material shall be disposed of by 1. At the discretion of the engineer, roadway excavation the Contractor. borrow excavation, and unsuitable foundation excavation - by the 11t► t- Page-SP-22 Revision Date.May 19, 1997 2-04 Haul 2-09 Structure Excavation am cubic yard (adjusted for swell) may be measured by truck in the 2-06 Subgrade Preparation hauling vehicle at the point of loading. The contractor shall provide truck tickets for each load removed. Each ticket shall have ,o the truck number, time and date, and be approved by the engineer. SECTION 2-06.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: SECTION 2-03.S IS REVISED AS FOLLOWS: 2-06.5 Payment (RC) No 2-03.5 Payment (RC) Subgrade preparation and maintenance including watering Payment will be made for the following bid items when they shall be considered as incidental to the construction and all costs are included in the proposal: thereof shall be included in the appropriate unit or lump sum 1. "Roadway Excavation" or"Roadway Excavation—Area contract bid prices. No A(B, C,etc.)", per cubic yard. When the Engineer orders excavation 2 feet or less below 2-09 Structure Excavation subgrade, unit contract prices for roadway excavation and haul shall apply. If he orders excavation more than 2 feet below a" subgrade, that part below the 2-foot depth shall be paid for as SECTION 2-09.1 IS SUPPLEMENTED BY ADDING THE provided in Sertiea-1-04.4 Item 3 of this payment section. In this FOLLOWING: case, all items of work other than roadway excavation shall be paid 2-09.1 Description (RC) at unit contract prices.ow at work also includes the excavation, haul, and disposal of The unit contract price per cubic yard shall be full pay for all unsuitable materials such as peat, muck, swampy or unsuitable excavating, loading, placing, or otherwise disposing of the materials including buried logs and stumps. material. +r 2-09.3 Construction Requirements iThe unit contract price per cubic yard shall include haul. SECTION 2-09.3(I)D IS REVISED AS FOLLOWS. 3. "Unsuitable Foundation Excavation",per cubic yard. 2-09.3(1)D Disposal of Excavated Material(RC) wr+ The unit contract price per cubic yard for "Unsuitable Foundation Excavation" shall be full pay for excavating, loading, All costs for disposing of excavated material within the project disposing of the material. limits shall be included in the unit contract price for structure and excavation. Class A or B. ar AVA,A The unit contract price per ;A--A- 'A SeGleoA 1044 fa;loading wW havl;Ag The State-will AA h-;-, -ths-macerW to a disposal sige, the State w9i pay as cubic yard shalt include haul. 0 Y�r.A no; pay fQr handling at &he disposal ske A%, s2lGh disposal shall 7. " rrr " If the contract includes structure excavation. Class A or B.shall be full pay for -11 moserial, labeF, tools, including haul, the unit contract price shall include all costs for loading and hauling the material the full required distance= Xhft otherwise all such disposal costs shall be considered incidental to the work. Payment for embankment compaction will not be made as a separate item. All SECTION 2-09.4 IS REVISED AND SUPPLEMENTED AS costs for embankment compaction shall be included in other bid FOLLOWS. to items involved. 2-09.4 Measurement(RC) 2-�4 Haul Gravel backfill. All gravel backfill will be measured by the cubic yard in place determined by the neat lines required by the VW Plans or by the ton as measured in conformance with section 1-09.2. SECTION 2-04.5 IS REVISED AND SUPPLEMENTED AS Gravel ball used for pipe bedding shall be incidental to the FOLLOWS. installation of the pipe or paid for as other gravel backfiU unless a r 2-04.5 Payment(RC) specific separate pay item is included in the contract for gravel Ym backtill for pipe bedding. P*meas will be made for. the following bid hem- 44.410A. A IS SECTION 2-09.5 IS REVISED AND SUPPLEMENTED AS "v"„i" a... FOLLOWS. 4W 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 2-09.5 Payment of other units of work. Payment will be made for the following bid items when they are included in the proposal: "Structure Excavation Class A",per cubic yard. "Structure Excavation Class B",per cubic yard. "Structure Excavation Class A Incl. Haul".per cubic yard. "Structure Excavation Class B Incl.Haul",per cubic yard. 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, I tools, equipment, and pumping or shall be included in the unit bid price of other items of work if "Structure Excavation" or Page-SP-23 Revision Date.May 19, 1997 �r 2-09 Structure Excavation 2-09 Structure Excavation t "Structure Excavation Intl 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 L 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 ar u Lure excavation, it shall also be required as backfill material for the extra excavation at the Contractor's expense.Any excavation or backfill material bein aid by unit price shall be cal- ated 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, then shoring or extra excavation shall be considered incidental to the work involved and no further compensation shall be made "Gravel Backfill (Kind)_for (Type of Excavation) per Cubic Yard or per Ton" . 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 puraose 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 den 40 Payment for such load tickets Unless included in the contract as a separate pay inn. gravel backfill used for pipe bedding shall be considered incidental to the installation of the pipe or shall be included in the gravel backfill used to backfill the trench, if a separate pay item is included for trench backfill. ar wr t. Page-SP--24 Revision Date.May 19,1997 3 No supplemental specifications were necessary 4 No supplemental specifications were necessary r Division 3 Production From Quarry and Pit Sites Division 4 and Stockpiling gases 3 No supplemental specifications were 4 No supplemental specifications were necessary necessary No supplemental specifications were necessary for Division 3. No supplemental specifications were necessary for Division 4. +rr air OW W err rr aat WO dw do .rr 40 aar ar t> Page-SP-25 Revision Date:May 19, 1997 rrr 5-04 Asphalt Concrete Pavement 5-04 Asphalt Concrete Pavement all Division 5 (2) Surface Treatments and Pavements =mPlss-teWhen a sample from uncom acted mix is needed the 5-04 Asphalt Concrete Pavement Contractor shall ensure that the samples can __be obtained in accordance with WSDOT Test Method 712.� �110W the sample to be 431'en wkhaut � SECTION 5-04.3(8)A IS REVISED AND SUPPLEMENTED AS to FOLLOWS: . B. Definition of Sampling Lot and Sublot. For the purpose 5-04.3(8)A Acceptance Sampling and Testing(RC) of acceptance sampling and testing, a lot-is s_al defined as 1. General. Acceptance of asphalt cement concrete shall be the total quantity of material or work produced for each iob mix t* at:-provided under-esatiaiaal�ec a nonstatistical acceptance. formula (JMF). Only one lot per IMF is expected �� occur.„ x Determination of-statistical-es nonstatistical acceptance shall be based on proposal quantities and shall consider the total of all bid items involving mix of a specific class. Dense graded mixes(asphalt concrete pavement Classes A, B. E. F. and G) shalhWU be evaluated for quality of gradation on.a ��� �. dailylet basis by the Contractor. This gradation analysis shall be }h "� =°''�-a- �- based on WSDOT Test Method 104 and the results delivered to the 1a)-is definedde�i:iad..das ibad^in'Section 9- t� Contracting Agency by noon of the following working day This 03.8(6)A (his of Acceptance). The Contractor may not make information shall be used by the Engineer to evaluate conformance any changes to the JMF without prior written approval of the with Section 9-03.8(6)A.2.,vW A-asphalt content shall be tested at Enizineer. the Eengineer's discretion if the Compaction Pay Factor(Scction 5 The "aAfracto 0 JACK LE the 4.3(10)B)falls below 1.00. The Contracting Agency may take their own independent gradation samples at the stockpile to confirm the gradation testing tit done by the contractor. If the independent sample gradation varies from the Contractor's data b more than ±34b for sieve sits greater than 1/4" and±2%for sieves smaller than the No 10 then .11M of C44' the costs-of the sampling and testing shall be borne by the to th"a newass 400#00 Contractor. If the tZtst results vary from the Contractor's data pmAde not less than five un:,;m cizedsubl am-within the ranges listed above MCFAC90"data. then the cost of sampling and testing will be borne by the Contracting Sampling and testing for nonstatistical acceptance shall be Agency performed on a random basis at a minimum frequency of one sample for each sublot of 400 tons or each day's production, whichever is least. When proposal quantities exceed 1.200 tons for a class of mix under nonstatistical acceptance, sublot size shall be determined to the nearest 100 tons to provide not less than throe uniform sized sublots, based on proposal quantities, with a maximum sublot size of 800 tons. stalisliGal acceptance in their.Special Rpo;,wans W A@& C. Test Results. The Engineer will furnish the Contractor with a copy of the results as they become available.-a"U Nonslat;Wcal AGGSPtame Will be used, (1) slass of samoing the Composite Pay Fastm (CMIG9 99 the completed D. Test Methods. When sample testing of asphalt content is . iiecessarv, Aacceptartce tasting for compliance efaspha{i�enttaaat 2. Aggregates. _Aggregates will be accepted for sand will use the Nuclear Asphalt Gauge Procedure; WSDOT Test equivalent and fracture based on their conformance to the Method 722-T. When sample testing of gradation is necessary, requirements of Section 9-03.8(2)_ to sw Aacceptance testing for compliance of gradation will use the Quick aualuaiiei�. Determination of Aggregate Gradation using Alternate Solvent 3. -Asphalt Cement. Asphalt Cement will be accepted Procedure; WSDOT Test Method 723-T. to-based on dwifconfonmance to the requirements of Section 9 E. Reject Mixture 02.1(43). Testing of asphalt properties to assure certification shall (1) Rejection by Contractor. The Contractor may, prior to be the responsibility of the contractor. If the vendor or grade of sampling, elect to remove any defective material and replace it the asphalt cement changes a new iob mix formula (JMF)shall be with new material at no expense to the Contracting Agency. Any evaluated and approved. such new material will be sampled, tested, and evaluated for 43. Asphalt Concrete Mixture acceptance. A. Sampling (2) Rejection -bb Engineer Without Testing1itlieui-T$sting. (1) A sample will not be obtained from either the first or last The Engineer may, without sampling, reject any batch, load, or 25 tons of mix produced in each production shift. section of roadway i- Page-SP-26 Re►dslort Dates Ma,y 19, 1997 tier 5-04 Asphalt Concrete Pavement 5-04 Asphalt Concrete Pavement a. raaaaearial that appears defective in gradation or asphalt rwmeeea SECTION 5-04.03(10)A IS SUPPLEMENTED BY ADDING content. Material rejected before placement shall not be THE FOLLOWING. incorporated into la" pavement. Any rejected section of 5-04.3(10)A General(RC) d,r compacted rsadwaypavement shall be removed. The Contractor shall not use vibration when compaction on a No payment will be made for the rejected materials or the street where A.C. Line (Transite) is in place (refer to-City of removal of the materials unless the Contractor requests that the Renton Comprehensive Water System Plan to identify locations of rejected material be tested. If the Ccontractor elects to have the AW rejected material tested,a minimum of three representative samples A.C.Imes' will be obtained and tested. Representative samples to be removed SECTION 5-04.3(10)B IS REVISED AS FOLLOWS. for testing from compacted pavement shall be removed by coring. 5-04.3(10)B Control (SA) acct Asphalt concrete pavement Classes A, B. E, and F used in traffic lanes, including lanes for ramps, truck climbing, weaving, and speed change, and having a specified compacted course beM4q bome by the Gam;acsa; However., *9 CW is 9;4 thickness greater than 0.10 foot, shall be compacted to a specified level of relative density. The testing shall occur on a sublot basis GC(A using the definition of a sublot described in Section 5-04.3(8). The specified level of relative density shall be r using ft 921..0 percent of the for Acceptance of the initially reference maximum density rejected Gwoea W material will use the acceptance sampling and 14-thed-ZO5._'Ihe reference maximum density shall be determined ar testing methods. If the material does not fall within the job mix as that developed in the'ob mix formula formula tolerances of Section 9-03.8 A. the mix will be rejected and all costs associated with sampling,testing and removal shall be bs;ng placed. If the Contractor chooses a moving borne by the Contractor. The reiected material must be removed average of the three most recent tests of maximum density may be and replaced with new material at no expense to the Contracting determined through the use of WSDOT Test Method 705 by Qte Agency. If the material falls within the iob mix formula Contractor at the Contractor's expense. The specified level of tolerances the mix will be accepted for quality of mix but will density attained will be determined by' the average statkdGd ow remain subject to the compaction adjustment of Section 5-04.3(10) avaluuiea-of three €wa nuclear density gauge tests taken is and all costs associated with sampling and testing will be borne by accordance with WSDOT Test Method 715 on the day the mix is the Contracting Agency. placed (after completion of the finish rolling) at locations determined by om sampling—meadow within each density lot ON lass.The Engineer will a copy of the a„ results of all acceptance testing performed in the field as soon as the results are availabl g 99 the merA shift, Pavement compaction +rrr below 89 percent of the reference maximum density shall not be accepted Relative densities falling betwexr► 89 petcertt and 92 percent shall be subject to the price adiustrnemts of Seaton 5- 04.5(1)B ea de wwtinerd. For compaction lots falling below a CPF of 1.00 pay factor. and thus subject to price reduction or rejection. cotes may be used as an alternativeei to the nuclear density gauge tests. aftsr.pauing._When the Contracting Agency requests cores and the level of relative density within a sublot is less than 92.0Mrcpt tzhe A gency shall b for slag-coring and testing shall be borne by the Contractor.When the Contracting 40 b,-464s"ibban 0 35 Agency requests cores and the level of relative dexrsrty wtthm a sublot is greater than 92.0 percecu, the cost for coring and—M"ft€ shall be borne by the Contracting AR=-Yf._srpnrasas-at�aa-act So"an 1 06"(2)8 I-RAS; Pal-laGial 4a"At*9 1hr-agraph 1. item per. Cora M66P the the Rwrifie"G*" eeir simll '75 psrvspt� At the start of paving, if requested by the Contractor. a compaction test section shall be constructed. as directed by the ' Engineer, to determine the compactibility of the mix design- Page-SP-27 Revision Date:May 19, 1997 rrr 5-04 Asphalt Concrete Pavement 5-04 Asphalt Concrete Pavement Cornpactibility shall be evaluated as the ability of the mix to attain SECTION S-04 S(1) QUALITY ASSURANCE ppjCE a given quality level corresponding to a pay factor of 1.00 or ADJUSTMENTS IS DELETED. greater referenced to the specified minimum density SD percent SECTION S-04.S(1)A IS DELETED AND REPLACED pig of the reference maximum density ' A4otlwd�OS). If a compaction test section is-requested, a THE FOLLOWING: Compaction pay factor of 1.00 shall apply until compatibility is 5-04.5(1)A Price Adjustments for Quality of AC proven. Following determination of compactibility, the Contractor (RC) mix is responsible for the control of the compaction effort. If the Contractor does not request a test section, the mix will be Nonstatistical Acceptance-Each lot of asphalt concrete I considered compactible. pavement produced and having all constituents falling violin Asphalt Concrete Classes A. B, E, F, and G constructed the limits of the job ndx formula shall be accepted at the unit under conditions other than listed above shall be compacted on the contract price. If the constituents of the mix fall outside the basis of a test point evaluation of the compaction train. The test limits of the job mix formula the mix shall not be accented see point evaluation shall be performed in accordance with instructions Section 5-04.3(8)Rejection of Mixture) from the Engineer. The number of passes with an approved SECTION 5-04.5(1)B IS REVISED AND SUPPLEMENTED AS compaction train, required to attain the maximum test point FOLLOWS: density, shall be used on all subsequent paving. Asphalt Concrete Class D and preleveling mix shall be 5'04.5(1)$ Price Adjustments for Quality AC compacted to the satisfaction of the Engineer. Compaetlon(R ) In addition to the randomly selected locations for tests of the For each sublot a Compaction density, the Engineer may also isolate from a normal lot any area Factor will be that is suspected of--.being defective in relative density. Such determined based on the relative density of the tests The isolated material wdl-;not include an original sample location. A following table lists the Compaction Pav Factors and the minimum of three S randomly located density tests will be taken. Mated relative density. The isolated area will then be evaluated for price adjustment in accordance with this n, considering it as a separate_atrblotlet. SECTION 5-04.5 IS REVISED AS FOLLOWS: GGAtFact price per.son of mdx. 5_ -04.5 Payment M.C) Relative Density Compaction Pav Factor III (average of three tests) "Mist and/or Driveway Asphalt Conc. Aach Cl. _" 292.0 100 per ton._This item,-when included in the co cj includes asphalt 91.5 099 paving for areas such as driveways and traffic islands that are not 91.0 0.95 part of other paving work. 90.5 0.91 Aivo.., t ". 90.0 085 job u.,,n......,r... ..e n.:, e A�en s t" n � a 89.5 0.80 id e. C A-r ;*b@a ,p C-..•.,.. 89.0 0.75 It11 1- Page-SP-28 Revision Date:May 19,1997 6-12 Rockeries 6-12 Rockeries Division 6 and have a stable appearance. The rocks shall be carefully olaco! by mechanical equipment and in a manner such that the longitudieat Structures axis if the rock shall be at right angles or pemendicular to the rockery face. The rocks shall have all inclining faces sloping to aar the back of the rockery. Each row of rocks will be seated as SECTION 6-12 IS A NEW SECTION tightly and evenly as possible on the rock below in such a manner that there will be no movement between the two. After settin 6-12 Rockeries course of rock all voids between the rocks shall be chinked on the back with quarry rock to eliminate any void sufficient to pass a 2 6-12.1 Description (RC) inch square probe. The work described in this section, regardless of the type of 6-12.3.1 Rockery Baekfill(RC) materials encountered, includes the excavation and shaping of the The wall backfdl shall consist of 1-1/2 inch minus crushed cut or fill slopes and furnishing and constructing rockeries/rock rock or gravel conforming to section 9-03.9(3). This material will retaining wall where shown on the plans or where directed by the be placed to an 8 inch minimuth thickness between the entire wall ow and the cut or_fi_ll_material. The backfill material will be placed in engineer." — lifts to an elevation approximately 6 inches below the course of 6-12.2 Materials(RC) rocks placed. The backfill will be placed after each course of Rock walls shall be formed of larger pieces of quarried basalt, rocks. Any backfill material on the bearing surface of the rock 1i1°' andesite or other igneous rock. Individual pieces of rock shall be course will be removed before setting the next course. sound and resistant to weathering. When broken into pieces 012.3.2 Drain Pipe (RC) weighing 50 to 150 grams and tested for soundness with sodium A 4 inch diameter perforated pvc pipe shall be placed as a sulphate in accordance with aashto t104, the loss through a one- err 6 cycles shall not exceed 35 A& 96 by weight. footing drain behind the rockeries as shown in the statndard plans inch sieve The rock material shall be as nearly rectangular as possible so and connected to the storm drainage system where shown. as to afford the minimum amount of void space between the blocks. 6-12,3.3 Rejection Of Material(RC) aw No stone shall be used which does not extend through the wall. The inspector will have the authority to reject any defective The rock material shall be hard, sound, durable and free from material and to suspend any work that is being improperly done. weathered portions,seams,cracks and other defects. subiect to the final decision of the engineer. All rejected material The rock density shall be a minimum of 160 pounds per cubic will be removed from the construction site and any rejected work ran foot. The source of supply and representative samples of the shall be repaired or replaced at no additional cost to the Owner. material shall be approved by the engineer before delivery to the ske. 6-12.4 Measurement(RC) The rock walls shall be constructed of one-man rocks, (85 to tt" 300 pounds) each 10" in its least dimension; two-man rocks, (300 Measurement of the finished rock wall for payment will be to 600 pounds) each 13' in its least dimension thtce-man rocks ode from the footing grade to the top of the wall and rounded to (800 to 1,200 pounds) each 16" in its least dimension: four-man the nearest square yard' rocks(1,500 to 2,200 pounds)each 18" in its least dimension. The 6-12.5 Payment(RC) rocks shall range uniformly in size for each classification specifies. The four-man rocks shall only be used for the first course of Payment will be made under the item "rock retaining wall', rock in walls over 6 feet in height. per square yard. The unit price per square yard shall be full compensation for 6-12.3 Construction Requirements(RC) the rockery/rock retaining wall in place and shall include ail work, The rock unloading at the site will be done in such a manner materials mind equipment required- to complete the intstdiation, as to segregate the rock by the size ranges indicated in the including drainage pipe and all other items. +rr preceding paragraph. The walls shall be started by excavating a trench, not less than 6 inches or more than one foot in depth below subgrade in excavation sections or not less than 6 inches or more than one foot in depth below the existing ground level in embankment-sections.. Areas on which the rockery is to''be placed shall be,trimmed and dressed to conform to the elevation or slope indicated. The rock wall construction shall start as soon as possible upon the completion of the ant or fill section. Rock selection and placement shall be such that there will be no open voids in the exposed face of the wall over 6 inches across to in any direction. The rocks shall be placed and keyed together with a minimum of voids. Particular attention shall be given to the placing and keying together of the final course of all rockeries. The final course shall have a continuous appearance and be place ■r to minimize erosion of the backfill material. The larger rocks shall be placed at the base of the rockery so that the wall will be stable to 1. Page-SP-29 Revision Date:May 19, 1997 yr 7-01 Drains 7-04 Storm Sewers tl Division 7 Corrugated Polyethylene Culvert Pipe 9-05.19 uni Drainage Structures, Storm Sewers, regard toes kind of culvertinurn are referred to in this Section in pipe,pipe arch, or end sections, it shall it Sanitary Sewers, Water Mains, and be understood that steel is zinc coated with Asphalt Treatment I I Conduits (galvanized) 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. vi Where lain or reinforced concrete steel or aluminum are 7-01 Drains referred to in Section 7-02 it shall be understood that reference is SECTION 7-01.2 IS REVISED AS FOLLOWS: also made to PVC. low 7-01.2 Materials�RC2 7-43 Structural Plate Pipe, Pipe Arch, Arch, ass Drain pipes may be concrete,zinc coated (galvanized)Asphalt and Underpass Treatment I or aluminum coated (aluminized) corrugated iron or SECTION 7-03.2 IS REVISED AS FOLLOWS: steel_with Asphalt Treatment I, corrugated aluminum alloy, polyvinyl chloride (PVC), or corrugated polyethylene (PE) at the 7-03.2 Materials_RC� option of the Contractor unless the Plans specify the type to be used. Materials shall meet the requirements of the following sections: SECTION 7-01.3 IS-REVISED AS FOLLOWS: Concrete Class 3000 7-01.3 Construction Requirements (RC) Corrugated Steel Asphalt Treatment I 9-05 6-02 tt Corrugated Aluminum 9-05.6(8) I PVC drain pipe shall be jointed with a bell and spigot joint Reinforcing Steel 9-07 using a flexible dastomeric seal as described in Section 9-04.8. The bell shall be laid upstream. PE or ABS drain pipe shall be SECI70N 7-03.5 IS REVISED AS FOLLOWS: I jointed with snap-on, screw-on, or wraparound coupling bands as recommended by the manufacturer of the tubing. 7-03.5 Payment I PVC underdrain pipe shall be jointed using either the flexible elastomeric seal as descn'bed in Section 9-04.8 or solvent cement as Payment will be made in accordance with Section 1-04.1, for described in Section 9-04.9, at the option of the Contractor unless each of the following bid items that are included in the proposal: otherwise specified in the Plans. The bell shall be laid upstream. "St. Str. Plate Pipe_ Gage In. Diam.", per linear PE or ABS drainage tubing underdrain pipe shall be jointed with foot with Asphalt Treatment I. on I snap- . screw-on, or wraparound coupling bands, as "St. Str. Plate Pipe Arch_Gage Ft._In.Span", recommended by the manufacturer of the tubing. per linear foot with Asphalt Treatment I. I SECTION 7-01.4 IS SUPPLEMENTED ADDI "St. Str. Plate Arch Gage Ft. In. Span'. per ADDING THE linear foot with Asphalt Treatment I, ' FOLLOWING. "Structure Excavation Class B I ".per cubic yard. 7-01.4 Measurement "Structure Excavation Class B W.Haul",per cubic yard. If no bid item for Structure Excavation Class A or Structure When the contract does not include "structure excavation Excavation Class B includin haul is included in the schedule of W Class B"or"Structure excavation Class B including haul"as a Lay Prices then the work will be considered inneiden4d and its cost item all costs associated with these items shall be included in other should be included in the.cost of the pine. "Sborine or Extra contract pay items. Excavation Class B". If Ir is tat in the contract, then it shad be incidental. 7-02 Culverts= 7-04 Storm Sewers SECTION 7-02.2 IS REVISED AND SUPPLEMENTED AS t FOLLOWS: SEC770N 7-04.2 IS REVISED AS FOLLOWS: 7-02.2 Materiais_Z 7-04.2 Materials gg Materials shall meet the requirements of Where s I W the following feel or aluminum are referred to in this Section in sections: regard to a kind of storm sewer pipe, it shall be understood that Plain Concrete Culvert Pipe 9-05.3(1) steel is zinc coated (galvanized), Asphalt Treatment I Coated 9; I Reinforced Concrete Culvert Pipe 9-05.3(2) 1 corrugated iron or steel and Beveled Concrete End Sections 9-05.3(3) aluminum is corrugated aluminum alloy as specified in Sections Steel Culvert Pipe and Pipe Arch,Asphalt Treatment I 9-05.4 9-05.4 and 9-05.5. Steel Nestable Pipe and Pipe Arch,Asphalt Treatment I 9-05.4(8) Steel End Sections,Asphalt Treatment I 9-05.4(9) Aluminum Culvert Pipe 9-05.5 Aluminum End Sections 9-05.5(6) Solid Wall PVC Culvert Pipe 9-05.12(1) Profile Wall PVC Culvert Pipe 9-05.12(2) Page-SP-30 Revision Date.May 19, 1997 r>t 7-05 Manholes,Inlets,and Catch Basins 7-05 Manholes,Inlets,and Catch Basins V0 7-04.3 Construction Requirements 7-05 Manholes, Inlets, and Catch Basins SECTION 7-04.3(1)B IS SUPPLEMENTED BY ADDING THE SECTION 7-05.3 IS SUPPLEMENTED BY ADDING THE rjr FOLLOWING: FOLLOWING. 7-04.3(1)B Pipe Bedding 7 05.3 Construction Requirements RCj Pipe bedding for PVC sewer pipe shall consist of clean, ar granular pea gravel consistent with section 9-03.12(3). It shall be All manholes shall have eccentric cones and shall have placed to a depth of 6" over and 6" under the exterior walls of the ladders. pipe. SEC17ON 7-05.3(1) IS REVISED AND SUPPLEMENTED AS FOLLOWS: a� 7-04.3(2) Laying Storm Sewer Pipe SECTION 7-04.3(2)A IS REVISED AS FOLLOWS. 7-05.3(1) Adjusting Manholes and Catch Basins to Grade (RC)' 7-04.3(2)A Survey Line and Grade(RC) The existing cast iron ring and cover on manholes and the Survey line and grade will be provided by the Engineer or catch basin frame and grate shall first be removed and thoroughly contractor in a manner consistent with accepted practices and these cleaned for reinstalling at the new elevation. From that point, the specifications. existing structure shall be raised or lowered to the required ar SECTION 7-04.3(2)G IS SUPPLEMENTED BY ADDING THE elevation. FOLLOWING: gr tar 7-04.3(2)G Storm Sewer Line Connections C All connexions not occurring at a manhole or catch basin shall In unpaved streets: Manholes, catch basins and similar be done utilizing pre-manufactured tee connectors or pipe sections structures in areas to be surfaced with crushed rock or,gravel shall approved by the Engineer. Any other method or materials be constructed to a point approximately eight inches below the w. proposed for use in making connections shall be subject to approval subgrade and covered with a temporary wood cover. Existing by the Engineer. manholes shall be cut off and covered in a similar manner. The contractor shall carefully reference each manhole so that they may SECTION 7-04.41S REVISED AS FOLLOWS: be easily found upon completion of the street work. After placing cra 7-04.4 Measurement C the gravel or crushed stone surfacing the manholes and manhole castings shall be constructed to the finished grade of the roadway The length of storm sewer pipe will be the number of linear surface Excavation necessary for.bringing manholes to grade feet of completed installation measured along the invert and will shall center about the manhole and be held to the minimum area No include the length through elbows, tees, and fittings. The number accessary At the completion of the manhole adjustment, the void of linear feet will be measured from the cutter of manhole to around the manhole shall be backfilled with materials which result center of manhole or from the center of catch basin to center of in the section required on the typical road way section, and be catch basins and similar type structures. thoroughly compacted. No In cement concrete pavement• Manholes, catch basins and SECTION 7-04.5 IS SUPPLEMENTED AND REVISED AS similar structures shall be constructed and adjusted in the same FOLLOWS: manner as outlined above except that the final adjustment shall be as 7-04.5 Payment RC made and cast iron frame be set after forms have been placed and checked In placing the concrete pavement extreme care shall be The unit contract price per linen foot for storm sewer pipe of taken not to alter the position of the casting in any way the kind and size specified shall be full pay for all work to In asphalt concrete pavement: Manholes shall not be adjusted complete the installation including adjustment of inverts to until the pavement is completed at which time the center elf each 1W complete When no bid item "gravel backfill for pipe bedding" is manhole shall be carefully relocated from refute prtiwiously included in the Schedule of Prices pipe bedding, as shown in the established by the contractor. The pavement shall be cut m a standard plans shall be considered incidental to the pipe and no restricted area and base material be n ctioyed to permit removal of Im additional payment shall be made. the cover. The manhole shall then be brought to proper grade • utilizing the same methods of construction as for the manhole Testing of storm sewer pipe if required by the Engineer,shall itself. The cast iron frame shall be placed on the concrete blocks be considered incidental to and included in the unit contract paces and wedged up to the desired grade The asphalt concrete pavement mu for other items. 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 Cenw—A Concrete shall be ra' placed so that the entire volume of the excavation is replaced up to within but not to exceed 2 inches of the finished pavement surface. On the day following placement of the concrete the edge of the wr asphalt conerewpavemeM 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,apd uniformity of grade The joint between the Page-SP-31 Revision Date:May 19, 1997 �r 7-08 General Pipe Installation Requirements i 7-08 General Pipe Installation Requirements chili patch and the existing pavement shall then be carefully Painted with SECTION 7-0S.4 1S REVISED AS FOLLOWS: hot asphalt cement or asphalt emulsion and shall be immediately covered with dry paving sand before the asphalt cement solidifies 7'85.4 Measurement The inside throat of the manhole shall be thoroughly mortared and Manholes will be measured per each, of 1p altered. manhole heights for payment u Measurement m g P Y purposes will be the distance from Adiuscmem of inlets: The final alignment and grade of cast finished rim elevation to the invert of the lowest outlet i . iron frames for new and old inlets to be adjusted to grade will be Adjustments of new structures and miscellaneous established from the forms or adiacera pavement surfaces The as valve boxes shall be considered incidental to the uniitems t contract final adjustment of the top of the inlet will be performed in similar Price of the new item and no furthur compensation shall be made manner to the above for manholes. On as halt concrete vin Adjustment of existing structures and mscelaneous i projects using curb and gutter section that portion of the cast iron as valve boxes shall be measured b "Ad mg Existin terns such frame not embedded in the gutter section shall be solidly embedded each which shall be full a for all labor and materials includin all in concrete also. The concrete shall extend a minimum of six concrete for the coin leted adjustment in accordance with Section inches_ beyond the edge of the casting and shall be left 2 inches -05.3(1)and the City of Renton Standard Details below the top of the frame so that the wearing course of asphalt Connection to existing i and structures shall be measured concrete pavement will butt the cast iron frame The existing per each• concrete pavement and edge of the casting shall be painted with hot SfiC770N 7-05.S IS REVISED AND SUPPLEMENTED AS asphalt cement. Adjustments in the inlet structure shall be FOLLOWS: constructed in the same manner and of the same material as that tit required for new inlets: The inside of the inlets shall be mortared 7-05.5 PaymentRC2 and plastered. Monuments and.-cast iron frame and cover: Monuments and "Ad1— %4&ahQ4 Existing ' per each monument castings shall be adjusted to grade in the same manner The unit contract price per each for "Adjust to as for manholes. Existing " shall be full pay Valve box castings:Adjustments of valve box castings shall be for all costs necessary to make the adjustment including of adjec ent areas in a manner acceptable to the restoration made in the same manner as for manholes. Engineer. SEC770N "Structure Excavation Class B".per cubic ya . trig 7-05.3(2)IS REVISED AS FOLLOWS: rd "Stricture Excavation Class B Incl.Haul", per cubic yard. 7-05.3(2) Abandon Existing Manholes;_TC I Structure excavation for concrete inlets and area inlets is considered incidental to the cost of the inlets and shall be included Where it is required that an existing manhole be abandoned. in the unit contract price for the concrete inlet and the area inlet. If NA the structure shall be-broken down to a depth of at least 4 feet no bid item for Structure Excavation Class A or Structure below the revised surface elevation, all connections plugged. the Excavation Class B is included in the +tie of prices then the manhole base shall be fractured to Prevent standing water.and the work will be cotsidered manhole filled with sand and compacted to 90 � and cost should be included as percent density as in the cost of the pipe specified in Section 2-03.3(14)C. Debris resulting from breaking "Connect to Existing Catch Basin.'Per each the upper part of the manhole may be mixed with the sand subject "Connect Structure to exju=- pjpC"per each to the approval of the Engineer. The ring and cover shall be W salvaged and all odor surplus material disposed of. 7-08 General Pipe Installation Requirements SECTION 7-013(3) IS SUPPLEMENTED BY ADDING THE SECTION 7-08.3(1)C SUPPLEMENTED AS FOLLOWS. FOLLOWING. 7-08.3(1)C Pipe Zone Bedding I(t ) (SA) '6 7-05.3(3) Connections to Existing Manholes(RR '� Hand compaction of the bedding materials under the pipe Where shown on the plans new drain pities shall be connected haunches will be required. 1Elatid compaction shall be accomplished to exratmg lute. catch basin, curb inlets and/or manholes The by using a suitable tampiaa tool to firm iv tamp bedding material contractor shall be required to core drill into the stricture ahaae under the haunches of the Pipe Care shall be taken to avoid 0 the new pipe to fit and regrout the opeping in a worlpnanljke displacement of the pipe during the ooimactioa effort. mariner. 'Where directed by the engineer or where shown on the Pipe bedding shall be considered Incidental to the pipe and no Plans.additional structure channeling will be ired. further compensation shall be made do A "n of a ne n to existing i item will be allowed at any SECTION 7-08.3(2)E 1S SUPPLEMENTED AS FOLLOWS. connection of a new line to an exiling strucdire or the connection- of a Pew structure Lure to a existing line No "connection to existing' 7-N.3(2)E Rubber Gasketed Joints C will be accepted at the location of new installation, relocation and In Ice in adjustment of lute manholes catch basins or nub inlets laying Pipe with rubber gaskets, the pipe shall be handled carefully to avoid knocking the gasket out of position or Any damage to existing pipe or structure that is to remain in contaminating it with foreign material. Any gasket so disturbed Place resulting from the Contractor's operations shall be repaired shall be removed, cleaned, relubricated if required. and replaced Or replaced at his own expense before joining the sections. The unit bid price per each shall be full compensation for all The pipe shall be properly aligned before joints are forced labor,materials and equipment required. home. Sufficient pressure shall be applied in making the joint to ensure that the joint is home, as defined in the standard installation instructions provided by the pipe manufacturer. The Contractor may use any method acceptable to the Engineer for pulling the pipe together,except that driving or ramming by hand or machinery will not be permitted. Any pipe damaged during joining and joint to 1= Page-SP-32 Revision Date:May 19, 1997 nit 7-08 General Pipe Installation Requirements 7-08 General Pipe Iastallation Requirements er tightening shall be removed and replaced at no expense to the Pipe shall be kept clean during and after laying. All openings in Contracting Agency. the pipe line shall be closed with water tight expandable type sewer Care shall be taken by the CONTRACTOR to avoid over plugs at the end of each day's operation or whenever the pipe ar pushing the pipe and damaging the pipe or joint system. Any openings are left unattended. The use of burlap, wood or other damaged pipe shall be replaced by the Contractor at his expense. similar temporary plugs will not be permitted. Care shall be taken to properly align the pipe before joints are Where necessary to raise or lower the pipe due to unforeseen entirely forced home. During insertion of the tongue or spigot, the obstructions or other causes, the ENGINEER may change the • pipe shall be partially supported by hand, sling or crane to alignment and/or the grades. Except for short tuns which may be minimize unequal lateral pressure on the gasket and to maintain permitted by the ENGINEER, pipes shall be laid uphill on grades concentricity until the gasket is properly positioned. Sine most exceeding 10 percent. Pipe which is laid on a downhill grade shall gasketed joints tend to creep apart when the end of the pipe is be blocked and held in place until sufficient support is furnished by ar deflected and straightened, such movement shall be held to a the following pipe to prevent movement. minimum once the joint is home. Unless otherwise required, all pipe shall be laid straight SEC77ON 7-08.3(2).1 rS AN ADDED NEW SECTION: between the changes in alignrttent and at uniform grade between changes in grade. For concrete pipes with elliptical reinforcement 7-08.3(2)J Placing PVC Pipe Q the pipe shall be placed with the minor axis of the reinforcement in In the trench, prepared as specified in Section 7-02.3(1)PVC a vertical position. pipe shall be laid beginning at the lower end, with the bell end Immediately after the pipe joints has been made proper gasket as upgrade. Pea gravel will be used as the bedding material and placement shall be checked with a feeler gage as approved by the extend from 6"below the bottom of the pipe to 6' above the top of pipe manufacturer to verify proper gasket placement. the pipe. When it is necessary to connect to a Structure with a SEC77ON 7-08.3(2)G IS SUPPLEMENTED BY ADDING THE mudded joint a rubber gasketed concrete adapter-collar will be used FOLLOWING: "'ra at the point of connection. 7-08.3(2)A Strive Line and Grade 7-08.3(2)G Sewer Line Connections (RC) Y Unless otherwise approved by the Engineer,all connections of Survey line and grade control shall be provided in accordance lateral sewers to existing mains shall be made through a cast iron with Sections 1-05.4, 1-05.5 and 1-11 4ubs will be pml;ided by the saddle scoured to the sewer main with atajnless steel bands. When RagiwoF-in a manner consistent with accepted practices. the existing main is constructed of vitrified clay, plain or The Contractor shall transfer line and grade into the trench reinforced concrete, cast or ductile iron pipe, the existing main as where they shall be carried by means of a laser beam using 50 foot shall be core drilled. minimum intervals for grade staking. Any other procedure shall Connections (unless booted connections have been provided have the written approval of the Engineer. for) to existing concrete manholes shall be core-drilled, and shall have an "O" ring rubber gasket meetins ASTM C-479 in a itr manhole coupling equal to the Johns-Manville Asbestos-Cement collar, or use a conical type flexible seal equal to kore-N-Seal. PVC pipe connection shall consist of tee, nipple and couplers as approved by the Engineer. SECTION 7-08.4 IS REVISED AND SUPPLBMENTlsD AS FOLLOWS: SEC77ON 7-08.3(2)B IS SUPTISMENTED BY ADDING THE sir FOLLOWING: 7-08.4 Measurement(SA) 7-M.3(2)B. Pipe Laying(RC) Gravel backfiU for foundations, or gravel bat:IdW for Pipe Checking of the invert elevation of the pipe may be made by zone bedding when used for foundations, shall be measured by the ■rr calculations from measurements on the top of the pipe, or by cubic yam,including haul,as specified in 24& or by the TON- looking for ponding of 1/2' or less, which indicates a satisfactory •Concrete.for-plugging existing pipes will be measured by the condition. At manholes, when the downstream.pipes) is of a cubic yard for the volume which would be required to completely Urger size pipe(s)shall be laid by matching the(eight-tenths)flow fill the pipe for a distance of two diameters. Computation for elevation,unless otherwise approved by the Engineer. corrugated metal pipes will be based on the nominal diameter. All pipe fittings.etc.shall be carefully handled and protected;;.:. Excavation of the trench will be measured as stntcmtre against damage impact shocks, and free fall. All pipe handling excavation Class.B or structure excavation Class B including haul, equipment shall be acc"ble to the ENGINEER pipe shall not by the cubic yard as specified in Section 2-09. When excavation 4W be placed directly on rough ground but shall be supported in a below grade is necessary, excavation will be measured to the limits manner which will protect the pipe against injury whenever stored ordered by the Engineer. at the trench site or elsewhere. No pipe shall be installed where Embankment construction before culvert placement under the the lining or coating show defects that may be harmful as applicable provisions of Section 7-08.3(1)A will be measured in determined by the ENGMM. Such damaged lining or coating accordance with Section 2-03. shall be repaired, or a new undamaged pipe shall be furnished and Shoring or extra excavation class B will be measured as installed. specified in Section 2-09.4. Yr The CONTRACTOR shall inspect each pipe and fitting prior ; to installation to insure that there are not damaged portiops of the pipe Any defective damaged or unsound pipe shall be repaired or replaced. All foreign matter or dirt shall be removed from the ,cm interior of the pipe before lowering into position in the trench. t- Page-SP-33 Recision Date:May 19, 1997 ow 7-10 Trench Exc.,Bedding,and Backfill for Water Mains 7-11 Pipe Installation for Water Mains tfr SECTION 7-08.5 IS REVISED AND SUPPLEMENTED AS 7-11 Pipe pe Installation for Water Mains 7-08.5 Payment 1 (SA) 7-11.3 Construction Details (RC) Payment will be made in accordance with Section 1-04.1 for each of the following bid items that are included in the proposal: 7-11.3(4) Laying of Pipe on Curves "Gravel Backfill for Foundations",per cubic yard,or Ton. "Gravel Backfill for Pipe Zone Bedding", per cubic yard, or SECTION 7-II.3(4)!HAS BEEN REVISED AS FOLLOWS..Ton. (4)A Ductile Iron Pipe RC "Commercial Concrete",per cubic yard. 7-11.3Long radius (500feet or more) curves, either horizontal or "Structure Excavation Class B", per cubic yard. vertical, may be laid with standard i "Structure Excavation Class B Incl.Haul",per cubic yard. a s n deflecting the joints. If Y the pipe is shown curved in the Plans and no special fittings are Unless specifically identified and provided as separate items shown, the Contractor can assume that the curves structure excavation, dewatering and backfillina shall be incidental can trade by to pipe installation and no further compensation shall be trade deflecting the joints with standard lengths ax pipe. If shorter 0 lengths are required, the Plans will indicate maximum If that "Shoring or Extra Excavation Class B",per square foot. can be used. The amount of deflection at each pipe If this pay item is not in the contract then it shall be ° when Pipe is laid on a horizontal or vertical curve shall not exceed one If of I incidental. the manufacturer's printed recommended deflations. deli 7-10 Trench Exc., Bedding, and Backfill for SECTION 7-11.3(4)B IS SUPPLEMENTED AS FOL LOWS. Water Mains 7-11.3(4)B Polyvinyl Chloride(PVC)Pipe(4 inches and Over) RC) SECTION 7-10.4 IS REVISED AS FOLLOWS: Polyvinyl Chloride (PVC) Pipe shall not be used for water 7-10.4 Measurement ains and appurtenances R m THE TITLE AND TEXT OF SECTION 7-11.3(61 HAS BEEN 46 Measurement of bank run gravel for trench backfill will be by REVISED AS FOLLOWS. 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 7-11.3(6) Laying Ductile Iron Pipe and FiWhirs with accordance with Section 1-09. Polyethylene Encasements 10 7-10.5 IS REVISED AND SUPPLEMENTED AS FOLLOWS: o . tThe Contractor shall lay ductile iron pipe with a polyethylene encasement- Pipe and polyethylene 7-10.5 Payment Q encasement shall be installed in accordance with AWWA C105. " The polyethylene encasement shall also be installed on all " a�phirtenanoes. such as vice laterals couplings fittings and vAic yard. comm" price -pe; Glibic yard to; valves, with 8 mil. polyethylene plastic in accordance with Section 4-5 of ANSI 21.5 or AWWA C105 go to FMQ*9 " The polyethylene wrap shall be tube tune and black color. Any damage that occurs to the wrap shall be repaired in accordance Payment for "removal with ANSUAWWA C105/A21 5-93 and replacement of unsuitable material• will be considered Installation of the polyethylene encasement shall be considered to incidental to or calculated under other bid items and no further incidental to the installation of the pipe and no additional payment compensation will be made shall be allowed 4. "Bank Rua;Gmvel for Trench Backfill.. per cubic yard -- or.ton. 7-11.3(7)A AND 7-11.3(7)B HAVE BEEN DELETED AND ON The unit contract;price per cubic yard or ton for "Bank Run REPLACED BY THE FOLLOWING Gravel for Trench Backfill' shall be full pay for all work to furnish. Place. and compact the material in the trench. Also 7-11.3(7) Laying Steel Pipe t�C included in the whit contract price is the disposal of excess and Steel pipe shall not be used unusable material excavated from the trench. SECTION 7-11.3(9)A IS REVISED AND SUPPLEMENTED AS 6. 'Foundation Material' per ton or cubic Yard FOLLOWS: Payment at the unit contract price for "foundation material' shall be full compensation for excavating and disposing of the 7-11.3(9)A Connections to Existing Mains(RC) ace unsuitable material and replacing with the appropriate foundation The Contractor may be required to perform the connection material per Section 9-30.7B(1) during times other than normal woricing hours. The Contractor shall not operate any valves on the existing system witlimtspesifrc as . Water system personnel will operate all valves on the existing system for the contractor when required. No work shall be performed on the connections ualess a representative of the water department is present to inspect rte work. to When not stated otherwise in the special provisions or on the Mans all connections to existing water mains will be done by City _forces as provided below: so City Installed wme fts- Page-SP-34 Revision Date:May 19, 1997 NO 7-I1 Pipe Installation for Water Mains 7-11 Pipe Installation for Water Mains ear Connections to existing piping and tie-ins are indicated on the registering 1 gallon per revolution. The meter shall be approved by drawings. The contractor must verify all existing piping, the Engineer. dimensions, and elevations to assure proper fit. Acceptability of the test will be determined as follows: err Connections to the existing water main shall not be made Acceptability of the test will be determined by two factors as without first making the necessary arrangements with the Engineer follows: in advance. 1. The quantity of water lost from the main shall not exceed A two-week advance notice shall be required for each the number of gallons per hour as listed in the following no connection which requires a cutting of the existing water trains or a table. shut-down of the existing water mains. The City reserves the right 2. The loss in pressure shall not exceed 5 psi during the 2 hour to re-schedule the connection if the work area is not ready at the test period. scheduled time for the connection. All water used to perform hydrostatic pressure shall be eaa Work shall not be started until all the materials, equipment charged a usage fee. and labor necessary to properly complete the work are assembled on site. Allowable leakage per 1000 ft. of pipeline*-in GPH The Contractor shall provide all saw-cutting, removal and disposal of existing surface improvements excavation haul and Nominal Pipe Diameter in inches disposal of unsuitable materials shoring, de-watering, foundation PSI 6" 8" 10" 12" 16" W. U. material, at the connection areas before the scheduled time for the 450 0_95 1.27 1.59 1.91 2.55 3.18 3_82 rw connection by the City. The Contractor shall provide all materials 400 0_90 1.20 5050 1.80 2.40 3_00 3_60 necessary to install all connections as indicated on the construction 350 0_84 1.12 1_40 1.69 2_25 2.81 3.37 plans including but not limited to the required fittings, couplings, 275 0.75 1_00 124 1.49 1_99 2.49 2_99 pipe spools shackle materials to complete the connections. The 250 0.71 0.95 1.19 1.42 1_90 2.37 2_85 Contractor shall provide and install concrete blocking, polywm 225 0_68 0_90 1.13 1.35 1_80 2.25 2.70 the piping at the connections backfdl and surface restoration at the 200 0.64 0.85 1.06 1.28 1.70 2.12 2.55 locations shown on the plans for the connections to the existing *If the pipeline under test contains sections of various water mains. diameters, the allowable leakage will be the sum of the computed The City will cut the existing train and assemble all materials. leakage for each size. For those diameters or pressures not listed, the formula below shall be used: SECTION 7-11.3(11)IS SUPPLEMENTED AND REVISED AS _ The quantity of water lost from the main shall not exceed the FOLLOWS. number of gallons per hour as determined by the formula �w 7-11.3(11) Hydrostatic Pressure Test(RQ L= P 7400 A hydrant meter and a back flow prevention device will be used when drawing water from the City system. These may be m � act~ L = Allowable leakage,gallons/hour obtained from the City by completing the required forms and making required security deposits. There will be a charge for the N = No.of joints in the length of pipeline tested water used. Before applying the specified test pressure, air shall D = Nominal diameter of the pipe t inches rr be expelled completely from the pipe valves and hydrants. If P = Average test pressure during the leakage test,psi-11 not be an appmciable o; abRIP& '966 in 111"SGUM Vermanen air vents are not located at all high points,the contractor sh shall install corporation cocks at such points so that the air can be dmh4g the Is Minute 4069 Period �Y�+slied as the line is filled with water. After all the air has been SECTION 7-11.3(12)A SHALL BE REVISED AND ar expelled the corporation cocks shall be closed and the test SUPPLEMENTED AS FOLLOWS: pressure applied At the conclusion of the pressure test. the corporation cocks shall be removed and plugged. 7-11.3(12)A Flushing and'.'Poly-pig "_(RC) The mains shall be filled with water and allowed to stand Sections of pipe to be disinfected shall first be &S11042211-- im under pressure for a minimum of 24 hours to allow the escape of pigged to remove any solids or.contaminated material that may air and allow the lining of the pipe to absorb water.The State will have become lodged in the pipe.If furnish the water necessary to fill the pipelines for testing purposes of the main he main cannot be "poly-pigeed", then a tap shall be at a time of day when sufficient quantities of water are available for provided huge enough to develop a velocity of at least 2.5 fps in wee normal system operation. the main. The test shall be accomplished by pumping the main upto.the The "Poly-pig" shall be equal to Girard Industries Aqua- required pressure, stopping the pump for a minimum of two hours, Swab-AS 21b/cu-ft density foam with 90A durometer urctlrsne do and then pumping the main up to the test pressure again. During robber coating on the rear of the "Poly-pig" only The "PoIY-pig the test, the Section being tested shall be observed to detect any shall be cylinder shaped with bullet nose or squared end- visible leakage. A clean container shall be used for holding water for pumping up pressure on the main being tested. This makeup ' ar water shall be sterilized by the addition of chlorine to a Dechlorination of all water used for disinfection shall be concentration of 50 mg/l. accomplished in accordance with the City's standard detail. Water The quantity of water required to restore the pressure shall be containing chlorine residual in excess of that canted in the existing accurately determined by either 1)primping from an open container water system shall not be disposed into the storm dranmge s sy rem cr of suitable size such that accurate volume measurements can be or any water way- made by the Owner or, 2) by pumping through a positive displacement water meter with a sweep unit pumping through a positive displacement water meter with a sweep unit hand 1- Page-SP-35 Revision Date:May 19, 1997 wr 7-11 Pipe Installation for Water Mains 7-11 Pipe Installation for Water Mains tl SECTION 7-11.3(12)D HAS BEEN DELETED AND REPLACED WITH.- Joint restrainer system components Tiebolt: ASTM A242 IyPe 2 zinc lated or hot-di 7-11.3(12)D Dry Calcium Hypochlorite (RC) alvanized. SST 7:5/8" for 2" and 3" mechanical •Dints 3/4" for ON Dry calcium hvpochlorite shall not be placed in the pipe as 4" to 12" mechanical joints ASTM A325 31) ex laid* strength of full Ay threaded section shall be jnc . ttensile Ibs minimum for 5/8 and 60 000 lbs. minunum for 3/4" 40 ODO SECTION 7-11.3(12)K HAS BEEN REVISED AS FOLLOWS. treating (quenching and tempering) to mamufach�. ", beat 7-11.3(12)K Retention Period (RC) hardness tficaaons SST 753.3/4" for•14' to 24" .e,� and Treated water shall be retained in the pipe at least 24 hours oints. same LSTM ification as SST 7. SST 77: 3/4"me as but no lone than 48 hours. After this SST 7 except I" eye for 7/8 rod. same ASTM ification as at pipe extremities and at other representative points tshalllbeat SST 7. least 25 mg/l. Tienut: heavy.hex nut for each ti It: SS8: 5/8 ASTM A563 trade C3 or zinc laced. S8: 5/8'and 3/4 3gS'I•M SECTION 7-I1.3(12)N HAS BEEN REVISED AS FOLLOWS. A563,grade A zinc plated or hot-dip galvanized 7-11.3(12)N Final Flushing and Testing(RC) Tiecou lin : used to extend continuous threaded to Before lac' the I' provided with a ce nter stop to aid installation—Zinc �t�- placing tried lino service a satisfactory report shall be received from the local or State health department or an dip galvanized SSIO. for 518" and 3/4' tierodc eS;1 �provexi testing lab on samples collected from jam• N63 to representative grade C3 Si S10. for S/8 and 3/4'tterods ASW A563 grade A points in the new-.system. Samples will be collected and Tierod• continuous threaded rod for cutt in to desired 1 bacteriological tests obtained by the Engineer, zinc plated or hot-dip galvanized SS12 5/8" and 3/d• diameter ter SECTION I1.3(I3) HAS BEEN SUPPLEMENTED BY ASTM A242 2 ANSI Bl.l. S12: 5/8" and 3/4" diameter ADDING THE FOLLOWING; ASTM A36.A307 Tiewasher: round flat washers zinc fated or hot-d 7-11.3(13) Concrete Thrust Blocking and Dead-Man galvanized. SSI7:ASTM A242 F436 S17•ANSI Bis 22 t Block(RC) Installation. Provide concrete block in at all h drants fittings and Install the joint restraint system in accordance with the horizontal or vertical an ie points Conform to The City of Renton manufacturer instructions so al Drills are .medranicall cocked atandaM detvls for erieral blocking_ and vertical blocks herein tether to prevent joint separation Tiebolts shall be installed to Ali fittings to be blocked shall be wrapped with 8-mil Polyethylene pull against the mechanical iorm body and not the MJ follower ao Plastic. Concrete blocking shall be properiv formed with plywood Torque nuts at 75-90 foot pounds for 3/4"nuts. Install tiecoupl' ¢s or other acceptable forming materials and shall not be poured with b0�rods threaded equal distance into tieeot ings Arrange around joints. The forms shall be stripped prior to backfilling tierods symmetrically around the pipe Joint restnint(shae:kle rods) where required shall be installed in eeeer accordance widisection 7-11.3(15).— Provide concrete dead-man blocks at locations shown on the ­71 Plans. The dead-man block shall include reinforcing steels shackle Ffte:Diameter Number of 3/4" rods,installation and removal of formwork Tie R_ ods Reguirod Blocking shall be commercial concrete (hand mixed concrete 4".... •..................... .....2 Is not allow and poured m place 6"...........................................2 SBC170N 7-I1.31S IS A NBW 8 ..3 irrl 7-1— 1`3(15) Joint Restrain�D�ONALSBCTION.• 12:. .4 General: Systems (RC) 14.' '6 Where shown on the-lane or in the specificatio 16` .8 the engineer. wint rextraint system (sha ns or required by 18 .8 joint amee clue )shall be used • restraint materials used shall be those all 20 ' .10 manufactured by star 2,4•. national products 1323 holly avenue PO box 258 Columbus Ohio .14 43216, unless an equal alternate u approved lo writi by the 36"• (16-7/8'mds) xine er. t'7,4-7/8 rods) Materials: Steel types used shall be: High strength low-alloy steel(cor-ten) ASTM A242 heat treated.superstar'SST"series Where a manufactures mechanical joint valve or fitting is High strength IoW-alloy steel(cor-ten) ASTM A242 superstar supplied with slots for "T' bolts instead of holes a flanged valve "SS"serves. with a_flange by mechanical joint adapter shall be used instead so Items to be galvanized are to meet the followine iwuirements to provide adequate space for lcr�riee the tiebolts ASTM A153 for galvanizing iron and steel hardware Where a continuous rim of ipe is required to be restrained ASTM A123 for galvanizing rolled pressed and forged steel no run of restrained pipe shall l greater than t50 feet in leuigtli shapes. between fittings, Insert lone body solid sleeves as required on longer runs to keep gerod lengths to the 60 foot maximum Pipe used in conpnuously restrained tuns shaft be mechanical joint pipe erdi and hebolts shall be install as rod guides ac rach joint Page-SP-36 Revision Date.May 19, 1997 to 7-12 Valves for Water Mains 7-12 Valves for Water Mains err Where poly wrapping is required all tiebolts, tienuts, 7-12 Valves for Water Mains tiecouplings, tierods, and tiewashers, shall be galvanized. All disturbed sections will be painted, to the inspectors satisfaction, SECTION 7-12.02 HAS BEEN REVISED AS FOLLOWS. with koppers bitomastic no. 300-m,or approved equal. Where poly wrapping is not required all tiebolts, tienuts, SECTION 7-12.3(1)HAS BEEN REVISED AS FOLLOWS. tiecouplims, tierods and tiewashers may be galvanized as specified in the preceding paragraph or plain and painted in the entirety with 7-12.3(1) Installation of Valve Marker Post-M WIN koppers bitumastic no. 800-m,or approved equal. Where required, a valve marker post shall be furnished and Teebolts, tienuts, tiecouplings, tierods, and tiewashers shall be installed with each valve. Valve marker posts shalt be placed at the considered incidental to installation of the pipe and no additional edge of the right-of-way opposite the valve and be set with payment shalt be made. 18 inches of the post exposed above grade. Us expocad-pcFcaaa-of SECTION 7-11.4 HAS BEEN SUPPLEMENTED AS FOLLOWS: 7-11.4 Measurement (RC) Measurement for payment of concrete thrust blocking and Which Will I---I --ches high dead-man blocks will be per cubic-yard when these items are SECTION 7-12.3(2)IS A NEW SECTION. included as separate pay items. If not included as separate pay as items in the contract, then thrust blocking and dead-man blocks 7-12.3(2) Adjust Eadsting Valve Box to Grade_%Q shall be considered incidental to the installation of the water main Valve boxes shall be adjusted to grade in the same manner as and no further compensation shalt be made. for manholes, as detailed in Section 7-05.3(1) of the Renton Measurement for payment for connections to existing water Standards. Valve box adiustments shall include, but not be limited mains will be per each for each connection to existing water to, the locations shown on the Plans. main(s)as shown on the plans. Existing roadway valve boxes shall be adjusted to conform to SECTION 7-11.5 HAS BEEN REVISED AS FOLLOWS: final finished grades. The final installation shall be made in accordance with the applicable portions of Section 7-12. 7-11.5 Payment(RC) In the event that the existing valve box is plunged or blocked with debris, the Contractor shalt use whatever means necessary to "_Pipe for Water Main and Fittings In. Diam.-. per remove such debris, leaving the valve installation in a fully lineal foot. operable condition. The unit contract price per linear foot for each size and kind The valve box shall be set to an elevation tolerance of one- of_Pipe for Water Main_In. Diam." shall be full pay for fourth inch(1/4")to one-half inch(1/2")below finished grade. all work to complete the installation of the water main including to but not limited to trench excavating, bedding, laying and jointing SECTION 7-12.4 IS SUPPLEMENTED BY ADDING THE pipe and fittings, backfilling, concrete thrust blocking, installation FOLLOWING: of polyethylene wrap, cleaning by poly-pigs, vertical crosses for 7-12.4 Measurement insertion and removal of poly-Wis, temporary thrust blocks and blow-off assemblies, testing, flushing, disinfecting the pipeline, Adiustment of existing valve boxes to grade shall be measured shackle. rods, abandoning and capping existing water mains, per each if included as a separate pay item in the Contract; if not a removing miscellaneous pipes, removing and salvaging existing separate pay item but required to complete the work then value hydrant assemblies, and other appurtenances to be abandoned as box adjustment shall be considered incidental. WIN shown on the plans,and cleanup. Hydrant auxiliary gate valve will be included in the 'Concrete Thrust Blocking and Dead-Man Blocks% per cubic measurement for hydra_nt assembly and will not be included in this Yard. measurement item. The unit contract price bid for "Concrete Thrust Blocking and 1811 Dead-Man Block" Shall be for the complete cost of labor. SBCTTON 7-12.5 IS DELSTEO AND REPLACED WITH THE materials, equipment for the installation of the concrete thrust FOLLOWING: blocks and dead- man blocks, including but not limned to 'Gate Valve from 4 inch to 10 inch in diameter and Valve excavation, dewaterint, haul and disposal of unsuitable materials, Box,"per each. ■a The unit contract price per each for ge valve of the specified fie, reinforcing steel, shackle rods and formwork. If this item is not included in the contract schedule of prices, then thrust size shall be full pay for all labor, equipment and aratetisl to blocking and dead-roan blocks shall be considered incidental to the furnish and install the valve complete in place on due watertnai�r. installation of the pipe and no further compensation shall be made. including trenching Jointing blocking of valve. paipting, "Connection to Existing Water Mains",per each. disinfecting hydrostatic testing cast-iron valve box and extensions The unit contract price per each connection to existing water as required valve nut extensions adjustment to final"12 inch Gate Valve and Concrete Vault,"per each.grade. Le- mains shalt be for complete compensation for all equipment, labor, The unit contract price per each for the 12" gate valve an materials required for the connections to the existing water mains. assembly,shall be full pay for all labor equipment and material to furnish and install the valve complete in place on the water main, including trenching jointing blocking of valve by-pass assembly, do cast-iron casting and cover, ladder rung concrete risers as required,adiustment to final grade. "16 inch and larger Butterfly Valve and Concrete Vault.- per each. t= Page-SP-37 Revision Date:May 19, 1997 yr 7-14 Hydrants 7-14 Hydrants The_ unit contract price per each for the 16' and larger cast iron valve box and cover, 3/4' shackle rods and accessories butterfly valve assembly, shall be full pay for all labor, equipment concrete blocks and two concrete otard sts onl if by rants are and material to furnish and install the valve complete in place on outside right-of-way). the water main, including trenching jointing blocking of valve Joint restraint(Shackle Rods) shall be installed in a so painting, disinfecting, hydrostatic testing concrete vault cast-iron with Section 7-11.3(15). accord°"` casting and cover, ladder, concrete risers as required adiustment to final grade. SECTION 7-14.3(3) IS SUPPLEMENTED BY ADDING THE 'Blow-off assembly,"per each. FOLLOWING: The unit contract price per each for each blow-off assembly shall be for all labor equipment and material to complete the 7-14.3(3) Resetting Existing Hydrants installation of the assembly per the City of Renton Water Standard This work shall conform to Section 7-14.3(1). All D_ etatl,latest revision. shall be rebuilt to the approval of the City(or reply with a new 'Air-Release/Air-Vacuum Valve Assembly,* per each hydrant). All rubber gaskets shall be replaced with new vat o The unit contract price per for air-release/air-vacuum valve the hype required for a new installation of the same a �l assembly shall be for all labor,equipment and material to SECTION 7-14.3(4) IS SUPPLEMENTED BY ADDING TAE complete the installation of the assembly including but not limited FOLLOWING: to, excavating tapping ft main laving and iointing the pipe and fittings and appurtenances backfilling testing flushing and 7-14.3(4) Moving Existing Hydrants RQ disinfection, meter box and cover,at location shown on the plans All hydrants shall be rebuilt to the approval of the Citv(or and per City of Renton Standard Detail latest revision replaced with a new hvdrant). All rubber gaskets shall be replaced 'Adtust Existing Valve Box to Grade(RC).' Der each. with new gaskets of the type required for a new installation of the The contract bid price for 'Adjust Existing Valve Box to same type. Grade" above shall be full compensation for all labor, material tools and equipment necessary to satisfactorily complete the work SECTION 7-I4.S IS REVISED AS FOLLOWS.- as defined in the Contract Documents;- including, all incidental 7-14.5 Payment(R ) work. If not included as a separate pay item in the Commit, but required to complete other work in the Contract then adiustment of Payment will be trade in accordance with Section 1-04.1, for valve boxes shall be considered incidental to other items of work each of the following bid items that are included in the proposal: and no futher compensation shall be made "Hydrant Assembly",per each. The unit contract price per each for"Hydrant Assembly"shall be full pay for all work to furnish and install fire hydrant assemblies, including all costs for auxiliary gate valve, shackles, jointing, ing of tie rods, concrete blocks, gravel, and painting and guard posts required for the complete installation of the hydrant assembly as maFker- tt -por.; specified._ The pipe connecting the hydrant to the main shall be considered incidental and no additional payment shall be made..r 7-14 Hydrants 7-14.3 Construction Details "Resetting Existing Hydrants"•per each. I The unit contract price per each for "Resetting Existing SECTION 7-14.3(1) IS REVISED AND SUPPZEMEIVTED AS hydrant, shall be full pay for all work to reset the existing FOLLOWS: ydrant, including rebuilding(or replacement with a new hydrant) shackling, blocking. painting. and guard posts and reconnecting to 7-14.3(1) Setting Hydrants the main.The stew pipe connecting the hydrant to the main shall be Q st considered incidental and no additional payment shall be made After all installation and testing is complete, the exposed . portion of the hydrant shall be painted with anetwo field coats. The . Guard posts, shown on the plans shall type and color of paint will be designated by the Engineer. be incidental to the contract. Any hydrant not in service shall be identified by covering with "Moving.Existing Hydrants",per each. a burlap or plastic bag_Wproved by the Engineer. The unit contract price per each for "Moving Existing Hydrants shall be installed in accordance with AWWA Hydrant" shall be full pay for all work to move the existing specifications C600-93, Sections 3.7 and 3.9.1 and the City of hydrant, including new tee, rebuilding (or replacement with a new Renton standard details. Hydrant and suard posts shall be painted hydrant), shackling, blocking, painting, and guard posts and 1 m accordance with the water standard detail Upon completion of reconnecting to the main. The new pipe connecting the hydrant to the protect, all fire hydrants shall be painted to The City of Renton the main shall be considered incidental and no additional payment specifications and guard posts painted with two coats of shall be made preservative paint NO. 43-655 safety Yellow or approved equal ._Guard posts, shown on the plans shall ttti Fire hydrants shall be of such length as to be suitable for be incidental to the contract. installation with connections to 6'. 8- AND 10' piping in Wenches 3 1R feet deep unless otherwise specified The hydrant shall be designed for a 4-1/2 foot burial where 12" and larger pipe is so shown unless otherwise rioted on the plan Fire hydrant assembly shall include• cast-iron or ductile iron tee(MJ x FL),6"gate valve(FL x MY) 6" DI spool (PE x PE) 5 1/4 MVO fire hydrant (MJ connection) 4" x 5' Stortz adapter, Page-SP-38 Revision Date.May 19, 1997 7-15 Service Connections 7-17 Sanitary Sewers ow 7-15 Service Connections SECTION 7-17.3(2)E IS SUPPLEMENTED BY ADDING THE FOLLOWING. SECTION 7-15.3 IS SUPPLEMENTED AS FOLLOWS: 7-17.3(2)H Television Inspection_((RC) act, Once the television inspection has been completed the 7-15.3 Construction Details.(RC) contractor shall submit To the Engineer the written reports of the Pipe materials used to extend or replace existing water service inspection plus the video tapes. Said video tapes are to be in color and compatible with the City's viewing and recording systems. The lines shall copper. City system accepts 1/2" wide high density VHS Tapes. The tapes Where e i nstalation is in existing paved streets the service lines will be run at standard speed SP(15/16 I.P.S.). shall be installed by a trenchless percussion and impact method (hoe-hoRRing) If the trenchless percussion and impact method SECTION 7-17.4 IS REVISED AND SUPPLEMENTED AS rr fails regular open trench methods may be used. FOLLOWS: SECTION 7-15.5 IS SUPPLEMENTED AS FOLLOWS: 7-17.4 Measurement R�CZ The length of sewer pipe will be the number of linear feet of 7-15.5 Payment (RC) completed installation measured along the invert and will include Payment will be made in accordance with Section 1-04.1, for the length through elbows, tees and fittings. The number of linear the following bid item when it is included in the proposal: feet will be measured from the center of manhole to center of "Service Connection In. Diam.".per each. manhole or to the inside face of catch basins and similar type The unit contract price per each for "Service Connection structures. In. Diam." shall be full pay for all work to install the service The length of testing sewer pipe in conformance with connection, including but not limited to. excavating or (hoe- Section 7-17.3(2) will be the number of linear feet of completed hogging),tapping the train,laying and jointing the pipe and finings installation actually tested. l and appurtenances, backfilling, testing, flushing, and disinfection Measurement of "Bank Run Gravel for Trench Ball of the service connection. 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 7-17 Sanitary Sewell tickets. SECTION 7-17.5 IS REVISED AND SUPPLEMENTED AS SECTION 7-1_7.2 HAS BEEN REVISED AS FOLLOWS: FOLLOWS: as 7-17.5 Payment gQ 7-17.2 Materials C (SA) Payment will be made in accordance with Section 144.1, for Pipe used for sanitary sewers may be- each of the following bid items that are included in the proposal: Rigid Flexible "Plain Cone. er3,C - ewer Pipe _ In. Diam.", per linear Concrete Cap" foot. U� PVC(Polyvinyl Chloride) "Cl. _Reinf. Cone. Sewer Pipe_ In. Diam. per linear Ductile Iron foot. Materials shall meet the requirements of the following "PVC Sanitary Sewer Pipe_In.Diam.", per linear foot. "Ductile Iron Sewer Pipe_In.Diam."*per linear foot. sections. Plain Concrete Storm Sewer Pipe 9-05.7(1) " — Reinforced Concrete Storm Sewer Pipe 9-05.7(2) The unit contract price per linear foot for sewer pipe of the Ui me d Clay e nit --4454 kind and size specified shall be full pay for furnishing,bauling,and ' p assembling in lace the completed installation including all wyes, PVC Sanitary Sewer Pipe 9-OS.1Z(1) g P P Ductile Iron Sewer Pipe 9-05.13 toes, special fittings, joint materials, bedding material, and [ ADS con"s-99 SSW@;pipe 005 14 adjustment of inverts to manholes for the completion of the installation to the required lines and grades. All pipe shall be clearly marked with hype, class. ancl "Testing Sewer Pipe",per linear foot. thickness. Lettering shall be legible and permanent under normal The unit contract price per linear foot for "Testing Sewer conditions of handling and storage. Pipe" shall be full pay for all labor, material and equipment required to conduct the leakage tests required in Section 7-17.3(2)- SECTION 7-17.3(1) IS SUPPLEMENTED BY ADDING THE If no unit price for "Testing Sewer Pipe" is included it shall be FOLLOWING. considered incidental to the pipe items. 7-17.3(1) Protection of Existing Sewerage Facilities "�o� and Replacement of Unsuitable Material". per an cubic yard. When extending an existing sewer, the downstream system The unit contract price per cubic yard for "Removal and Replacement of Unsuitable Material" shall be full pay for all work shall be protected from construction debris by placing a screen or to remove unsuitable material and replace and compact suitable to trap in the first existing manhole downstream of the connection. It material as specified in Section 7-08.3(1)A. shalt be the contractor's responsibility to maintain this $cm= or "B� Run Gravel for Trench Ball Sewer", per cubic trap until the new system is placed in service and that to remove it. yard,or Ton. • An construction debris which enter the existing downstream The unit contract price per cubic yard. or Ton for"Bank Run to system shall be removed by the oontractor at his expense, and to Gravel for Trench Backfill Sewer"shall be full pay for all work to the satisfaction of the Engineer. When the first manhole is set, it's furnish,place,and compact material in the trench. outlet shall be plugged until acceptance by the Engineer. "_Television Inspection",per Lump Sum. aw }. Page-SP-39 Revision Date:May 19, 1997 8-09 Raised Pavement Markers 8-14 Cement Concrete Sidewalks Division 8 SECTION 8-13.5 IS SUPPLEMENTED BY ADDING TgE Miscellaneous Construction FOLLOWING: 8-13.5 Payment 'Reset Existing Monument"per each 8-09 Raised Pavement Markers Resettine an existing monument im acted b construction shall be incidental unless included as a pay item in the Schedule of SECTION 8-09.5 HAS BEEN REVISED AS FOLLOWS: Paces_ 8-09.5 Payment (RC) (SA) 8-14 Cement Concrete Sidewalks Payment will be made for each of the following bid items that I are included in the proposal: SECTION 8-14.3(4) IS SUPPLEMENTED BY ADDING T "Raised Pavement Marker Type I",per eachhuadrod. FOLLOWING: TIE "Raised Pavement Marker Type 2",per eaclikuaclrsd. "Raised Pavement Marker Type 3- In. per 8-14.3(4) Curing(RC) so The Contractor shall have mdily available sufficient "Recessed Pavement Marker%per eat. Protective covering, such as waterproof paper or plastic membrane The unit contract price per Schkundr-ed for"Raised Pavement to cover the our of an entire day in the event of rain or other im Marker Type 1", "Raised Pavement Marker Type 2", and "Raised unsuitable weather. Pavement Marker Type 3- In." and "Recessed Pavement The Contractor shall be res sible for barricadin Marker"shall be full-pay for all labor, materials, and equipment Patrolling, or otherwise protecting newly placed concrete necessary for furnishing and installing the markers in accordance Damaged, vandalized, or unsightly concrete shall be removed and with these Specifications including all cost involved with traffic replaced at the expense of the Contractor control unless traffic control is listed in the SECTION 8-14.4 IS SUPPLEMENTED BY ADDING THE contract as a separate pay item FOLLOWING: 8-14.4 Measurement(RC) 8-10 Guide Posts When the contract contains a oav item for "Curb Ram Cement Concrete.' the Per each measurement shall include all 8-13 Monument Cases costs for the complete installation per the plans and standard details including expansion toint material curb and gutter and ramped sidewalk section. SawcuttmA removal and disposal of excavated hli 2.SECTION 8-13.1 IS REVISED AND SUPPLEMENTED AS materials mcludii>g existing pavement and sidewalk,of crushed ya FOLLOWS: surfacing base materials and all other work materials and 8_ -13.1 Description (RC) equipment required per Section 8-14 shall be included in the per each price for Curb Ramp Cement Concrete" unless any of these �r This work shall consist of furtishing and Placing montunent other items are listed and specified to be paid as separate pay cases and covers, in accordance with the Standard Plans and these items. Specifications, in conformity with the lines and locations shown in If the contract does not provide a pay item for "Curb Ramp the Plans or as staked by the Engineer_ or by the Contractor Cement Concrete. but the plans call for such installation, then Supplied surveyor. quantities shall be measured with and paid for under the bid items SECTION 8-13.3 IS REVISED AND SUPPLEMENT Ep for Curb and Gutter and for Cement Concrete Sidewalk. When FOLLOWS. curb ramps are to be constricted of asphalt concrete the Payment shall be included in the pay item for 'Miscellaneous and/or to 8-13.3 Construction Requirements Driveway Asphalt Concrete." The monurrreit will be famished and set by the Engineer or SECTION 8-14.5 IS SUPPLEMENTED BY ADDING THE the Contractor supplied surveyor. FOLLOWING. 40 When existing monuments will be impacted by a project the 8-14.5 Payment(RC) Contractor shall be responsible for assuring that a registered surveyor references the existing monuments prior to corsrtruction 'Curb Ramp,Cement Concrete "cer each After construction is complete the monuments shall be re- Payment for excavation of material not related to the established by the surveyor in accordance with RCW58 09 130 construction of the sidewalk but necessary before the sidewalk can SECTION 8-13.4 IS SUPPLEMENTED BY ADDING THE be plate' when and if shown in the Plans, will be made in FOLLOWING: accordance with the provisions of Suction 2-03. Otherwise. the Contractor shall make an excavations including haul and disposal 8-13.4 Measurement regardless of the depth required for constructing the sidewalk to the lines and grades shown, and shall include all costs thereof in the All costs for surveying and resetting existing monuments unit contract price per square yard for "Cement Conc. Sidewalk atr impacted by contructron shall be considered incidental to the and the per each contract price for Curb Ramp Cement Concrete." contract unless specifically called out to be paid as a bid item m Page-SP-40 Revision Date.May 19,1997 8-17 Impact Attenustor Systems 8-20 Illumination,Traffic Signal Systems,and Electrical ahr 8-17 Impact Attenuator Systems Cif reserves the right to make additions or deletions asize which prove necessary for the completion of the proje The minimum width for the trench will be at the ire THE STATE AMENDMENT TO SECTION 8-17 IS contractor. Trench width will however, be of suff SUPPLEMENTED BY THE FOLLOWING: that all of the necessary conduit can be installed within the depths 8-17.5 Payment ITCH specified while maintaining the minimum cover. AV Trench backfill material in roadway and sidewalk areas shall If no pay item is included for temporarey impact attenuators be compacted to 95% of the material's maximum density, per then all costs to provide and install shall be considered a part of the Section 2-03.3(14)D. do pay item for "Traffic Control." SECTION 8-20.3(4)HAS BEEN REVISED AS FOLLOWS: 8-20 Illumination, Traffic Signal Systems, 8-20.3(4) Foundations ITC2 and Electrical ar 8-20.2 Materials Where obstructions prevent construction of planned SECTION 8-20.2(1)HAS BEEN SUPPLEMENTED WITH THE foundations, the Contractor shall construct an effective foundation to FOLLOWING: satisfactory to the Engineer. 8-20.2(1) Equipment List and Drawings(RC) The Contractor shall submit for approval six sets of shop gr-GalpA'I ' 011 drawings for each of the following types of standards called for on The contractor shall provide all material for and construct the this project: foundations for and to the dimensions specified in table 1 below. 1. Light standards with or without pre-approved plans. The anchor bolts shall match that of the device to be installed 2. Signal standards with or without pre-approved plans. thereon. rr 3. Combination Signal and lighting standards. All excess materials are to be removed from the foundation 4. Metal Strain Poles. construction site and disposal of at the contractor's expense. Concrete shall be placed against undisturbed earth if possible. Disturbed earth or backfill material shall be compacted to 95 Percent of the material's maximum density. Before placing: the The Contractor also shall submit either on the signal standard eon the contractor shall block-out around any other shop drawings or attached to the signal standard shop drawings all underground utilities that lie in the excavated base so that the dimensions to clearly show the specific mast arm mounting height concrete will not adhere to the utility line. Concrete foundations and signal tenon locations for each signal pole to be installed. shall be troweled, brushed, edged and finished in a worlamaasLip- like manner. Concrete shall be promptly cleaned from the exposed SECTION 8-20.3(2) HAS BEEN SUPPLEMENTED BY portion of the anchor bolts and conduit after placement. ADDING THE FOLLOWING: Foundation shall all be Class 3000 concrete. After the specified curing period the contractor may install the applicable device 8-20.3(2) Excavating and Baekfilling(RC) thereon. The contractor shall supply trends within the unit widths and to the specified depths at the locations indicated on the contract Table 1 Plans or as directed by the engineer. lynx of device Dimensions The eottmaor dhall have approved compaction equipment on site before beginning any excavation; compaction shall be Street Light Pole 41Deem x 3' Sq or Dia. performed at the time of the initial bacJcfilting of the trench unless Si sl Pole up to 401 mast arm 7 DEEP x 3 Sq or Dia. directed otherwise by the emineer. Signal Controller -- See Detail Sheet Trenching for conduit rums shall be done in a neat manner Street Light Control Cabinet See Detaff Sheet with the trench bottom traded to provide a uniform hxade. Na W Base See Detail Sheet work shall be covered until it has been examined by the engineer. bwArdl material used for fill around and over this conduit system- All concrete foundations shall be constructed in the manner than shall be free of rocks greater an two inches in diameter to a depth -- rr specified below: of six inches above the conduit. sp Trench within the roadway area shall use setae trench backfill 1. Where sidewalk or raised islands are_to be constructed as—a which shall consist of 5/8th finch minus crushed surfacing top p=''of this project,the to of the foundation shall be made: course or other material as indicated in the special provisions or flush with the top of the sidewalk or island. (Sec detail err schedule of prices and directed for use by the engineer. The source sheet 2 and quality of the material shall be subie m to approval by the Where no sidewalks are a be installed,the rade g for the top engineer. Trench backfill within the sidewalk area shall be made of the foundation shall be as specified by the en&exr.(See with acceptable materials from the excavation sublect to the detail shat aw All concrete foundations shall be located as per 992ging on Enginoer's approval of the material and shall be considered a necessary part and incidental to the excavation in accordance with the plans or as located by the engineer in the field. the standard specifications. Unsuitable material shall be removed and backfill shall be select material approvers by rte Engineer. The t. Page-SP-41 Revision Date:May 19, 1997 wr 8-20 Illumination,Traffic Signal Systems,and Electrical 8-20 Illumination,Traffic Signal Systems,and retrial SECTION &20.3(5) IS REVISED AND SUPPLEMENTED AS FOLLOWS: Pull Wires Shall be installed. All conduit shall be rigr id non-metallic unless noted othewise 8-20.3(5) Conduit(RC) in the Plans or Special Provisions All conduit Wenings shall be fitted with a roved bel Bushings. Wall thickness of conduit shall be cons* lends or All r-a—lb-1 continuous conduit runs with no mixing of different schedule�m 1) All Failma between terminations. The contractor shall rovide and install all conduit and �, necessa fittin s at the locations noted on the laps. Conduit size shall be as indicated on the whin and conduit schedule shown on tans. mss, Conduit to be provided and installed shall be of the indicated below: 1. Schedule 40 hea wan .v.c. Conformjn to ASTA4 standards shall be used whenever the conduit is to be lacxd other than within the roadway area 609MGR#90494 ion WX — 2. Schedule 80 extra hea wall Co v.c. nfoimin to ASTM standards shall be used when the conduit is to be laced bggd within the roadway area Wading All joints shall be made with strict comolianrr to the b-2 ch. --PAeraed to ading-A manufacturer's recommendations re ardtn cement used and environmental conditions. -QMP,040 With GgWP9P#-4R" 40 SECTION 8-20.3(6)IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-20.3(67 Junction Boxes 9 All other coaWart. The contractor shall Provide and install 'unction boxes of the e and size at the locations specified in the b@ plans and as er detail sheets. The inscription on the covers of all junction boxes shall be as contact NoRmet"I" indicated below. 1. Street lighting only- "T i tins• 2. Signal only: 'Sigtiais• PfQFMOA bawisF. Aotymomun Go 3. Traffic signal and street lighting• 'TS-LT" 4. Telemetry only 'Telenretrv" conduit subjgct so ghg(allow; Inscrnptrons on junction boxes performing the same function i.e. street lighting , traffic signal or both shall be oottsistent SFW throughout the protect. All mtxtion boxes shall be installed in dal- conformance with proves= contained in the standard plans and detail sheets. -WOMOM by The unit eo�act price per each for -Type I" or •Type II• to ban not 40 Nisah,416 the 4PF04-ft! at die Raffinew-and4hen a* junction box shall be full Compensation for furnishing same and for an costs of labor material. tools and , to vde gad install the nmaron boxes including excavation. may W W& pavgm • backfill" and compaction all in accordance with Plans If allowed in the21ans or if obstructions are encountered in sspecificxtions and detail sheets jacking or drilling operations. the Contractor will be allowed to All function boxes Shan have galvanized aced lids and frames. ittstan conduits by open trenching. Open trench constincxion shall ! ituxtion boxes and associated concrete tiads Malt be conform to the following: installed on eoropacted sub¢rate which shall include six inches of 1. The pavement shall be sawcut a minimum of 3 incites 5/8th-inch minus cntshW surfacing too course trtaterial installed deep.The cuts shall be parallel to each other and extend 24Wt.one under and around the base of the junction box. oactete shall be (1)foot beyond the edge of the trench. Promptly cleaned from The iu��►�on box frame and lid 2. Pavement shall be removed in an approved roamer. ,'be uiut contract prim per junction box shall include 3. Trench depth shall provide 24 inches minimum cover installation of 218th-inch minus crtislned surfacing ion course and a over conduits below the roadbed and 18 inches below .finished 4- thick Class 'B*cement c oacrete pad endlosing the i %ft box grade in all other areas.. as the plans.specifications and detail sheets Installation of die to Phis 2 crushed surfacing and the concrete pad shall be incidental to the unit ancx per iunction box S. Trenches aved and no further compensation win be located within p roadwa areas shall be made unless the contract includes separate pay Items for 'crushed restored the Renton Standard Detail. surfacing'and/or for"^ottcrete cad - srw souing err guar-ste shall below the PJ4G6-qf-dw-V by m449149wad t= Page-SP-42 Revision Date:May 19,1,997 8-20 Illumination,Traffic Signal Systems,and Electrical 8-20 Illumination,Traffic Signal Systems,and Electrical irr SECTION 8-20.3(9) IS REVISED AND SUPPLEMENTED AS Upon request of the Contractor, the Engineer will make the FOLLOWS: necessary arrangements with the serving utility to complete the service connections. Electrical energy used prior to completion of MIS 8-20.3(9) Bonding, Grounding(RC) the contract will be charged to the Contractor, except that the cost A-11 me-Ilic, appilasaaarms containing of energy used for public benefit, when such operation is ordered by the Engineer,will be borne by the State City. Three types of power service are used as indicated below: to 1. Type I system shall be single phase 120 volt,2-wire, 60 cycle I the A.C.(traffic signal service only) ftr 2. Type 11,system shall be single phase 240 volt,2 wire 60 cycle A.C. (street lighting non contactor, individual controlled photo-cell with no neutral wire) 3. Type III system shall be single phase 120/240 volt, 3 wire 60 cycle A.C. (street lighting-contactor/traffic signal, grounded neutral service) equipment rs The power service point shall be as noted on the plans and ghg shall be verified by the electrical servicing utility. The service cabinet shall be marked with the s Identification of the equipment grounding conductor shall ervice conform t all Code requirements. agreement letters and numbers.The markings shall be installed on Grounding of conduit and neutral at the service point shall be the outside cabinet door hear the.top of the cabinet. The markings accomplished as required under the Code.Grounding of the neutral shad be series C using stencils and black enamel alkyd gloss paint shall be accomplished only at the service. conforming to Federal Specification Tf--E-489. arr SECTION 8-20.3(11)IS REVISED AND SUPPLEMENTED AS Shall FOLLOWS. srr Shall 8-20.3(11) Field Test(RC) Goa" apeaden by a* &-b-- sm;*Gs Routial bus Zbe, second s@P;iGa Smund Fad sha r-012tr-2.0taF.M4116 A*FSG&'GA Of 64 rMili-ROOF MW e*PW Shall Feaulin w All street light standards signal poles and other standards on No change to stop and go operation will be allowed after 2 p.m.on which electrical equipment is mounted shall be grounded to a any day nor will the change be allowed on Friday. weekends, copper clad metallic ground rod 5/8" in diameter x 8'0' in length holidays,or the day preceding a holiday. complete with a 08 AWG bare copper bonding strap located in the nearest junction box All signal controller cabinets and 1 Requests for traffic signal turn on will not be considered until a gignaMighting service cabinets chaff be grounded to a 518' in pre-turn on inspection of signal system has taken place. M diameter x 8'0' in length copper clad metallic ground rod located 2 All discrepancies and deficiencies must be corrected by the in the nearest junction box with a bare copper bonding step sired contractor and re-inspected prior to recflr ift signal turn on in accordance with the plans specifications and applicable codes, date. Ground rods ace considered miscellaneous items and all costs 3 Requests for signal turn on shall not be considered unM • are to be included with the system or conductors. Ground straps electrical service to the inursection has been provided aril has are also miscellaneous items unless a separate pay item is provided been energized by the electric utility. in the'Schedule of prices.' 4 A minimum of three C3) working days notice will be required for signal turn on. SECTION 8-20.3(10)IS REVISED AND SUPPLFMENM AS 5 Channelization at the intersection must I oornplete per vim FOLLOWS: before requesting signal turn on date Any M :0-ns of clunnelization prior to turn on must be approved It the 8-20.3(10) Service(RC) engineer. Power sources shown in the Plans are approximate only;exact 6 City forces shall provide post and maintain proper signi� location will be determined in the field. warning of new signal ahead. r 8-20.3(13) Illumination Systems r SEC"ON 8-20.3(13)1 IS REVISED AND SUPpLMWNT7'D AS FOLLOWS: 8-20.3(13)A Light Standards(RC) (SA) asseasaWy. 1- Page-SP-43 Revision Date:May 19, 1997 wr 8-20 Illumination,Traffic Signal Systems,and Electrical 8-20 Illumination,Traffic Signal Systems,and Electrical Qe t All poles and davit arms shall be designed rn luminaire weight d of lbs. or more and to withstand vn a caused by wind loads of 85 m p h with gust factor oft 3 All poles shall maintain a minimum safety facing.,f , 38�o s i on yield strength of weight load and 2 33 p s i fir >, 3. Anchor bolts shall extend through the top heavy hex nut two ressure "°'�`• win full threads. Davit Arms The davit style arm shall jncoroorate a S�9• ,bee• bend as measured from the centerline of the shaft. The outer •� the arm shall be nearly horizontal to +2' above horizontal and shall be furnished with a 2" diameter shi fitter with a maximum +0 ip ten of 8 inches to fit the luminaire specified The ole end of the davit arm tube shall be fastened securel to the to of the shaft producing a flush joint with an even profile Anchor Base: rat tw-ir�gWaugas' A one piece anchor base of adequate strength shape and 6. Anchor bolts damaged after the foundation concrete is placed size shall be secured to the lower end of the shaft so that the base shall not be repaired by bending or welding.The Contractor's shall be capable of resisting at its Yield point the repair procedure is to be submitted to the Engineer for of the shaft at its yield point. The base shall be provided win 0 approval prior to making any repairs. The procedure is to slotted or round holes to receive the anchor bolts. Nut covers shall include removing the damaged portion of the anchor bolt, be provided with each pole cutting threads ion the undamaged portion to remain. the Anchor Bolts: installation of an approved threaded sleeve nut and stud, and Four steel anchor bolts each fitted with two hexnuts and 10 repairing the foundation with epoxy concrete repair. two washers,shall be furnished with the pole .+r 7. The grout pad shalt not extend above the elevation of the meet A---�r bolts shall bottom of the slip base. requirements of Section 9.06 SC3) and 90.94). The anchor bolt Yield point shall be capable of resisting the bending air, installed plumb, t 1 degree. _moment of the pole shaft at its yield porn Staaas. The contractor shall assume that all anchor bolts conform to the recommended ASTM specifications of the pole Mpufactiit+er and shall secure and submit to the City for approval all manufacturer ko data on pole bending moment anchor bolt fabricatjon data test results and any other data that may be required to confirm that the anchor bolts met these specifications Miscellaneous Hardware: All hardware(bolts, nuts screws washers etc)needed C-above #16- to complete the installation shall be stainless steel I.D. (Identification for poles): The contractor shall supply and install a combination of 4digits and one letter an each pole whether individual irning- A 0WO Gh &a 34 Web of - or signal pole with luminair. The letter and numbers combination shall be mounted at the 15 foot level on the pole facing apptoacliing traffic. Legends shall be sealed with transparent film. mistm to dust weather sad ultraviolet exposure The decal markets abaU I SUR&Fd 121.n.� 3 iihcli K luare with godde gold. white refledoraed 2 inch lei on a black background. The I D number will be aSkE d to each pole at the end of the oorhtract or project by the MY traffic engmeerrng office. Cost for the decals shall be considered incidental to the Lum• contract bid. , Lit standards shall be spun aluminum davit style and shall ii+zin0-ysaltags. meet the pole detail requirements indicated below and the detail All new light standards shall be numbered for identification in sheets at the end of these specifications accordance with the Plans using painted 3-inch series C numbers The pole shaft shall be provided with a 4" x 6' flush hand un installed three feet above the base facing the travelled way. Paint hole near the base and a matching metal cover secured with shall be black enamel alkyd gloss conforming to Federal stainless steel screws or bolts Specification TT-E-489. The pole shall be adjusted for plumb after all needed so In setting timber poles. the Contractor shall provide a equipment has been uistaUed thereon, After pole is installed and minimum burial of 10 percent of the total pole length plus 2 fat plumbed,nuns shall be tightened on anchor bolts using groper ailed and shall plumb or rake the poles as directed by the Engineer. sockets,open end or box wnenenes Use of pliers pipe wren dies. The hand hole shall be located at 90 degrees to the davit arm or other tools that can dame a ealvanizing will not be permige& on the side away from traffic A grounding lug or nut shall be Tools shall be of su ten size to achieve adequate torquing of the hided m the hand hole frame or inside tie hand hole frame or ihuts. the space between the concrete foundation and the bottom of inside the pole shaft to attach..a ground banding strap the pole base plate shall be filled with a dry pack mortar grout and air t- Page-SP-44 Revision Date:May 19,1997 8-20 Illumination,Traffic Signal Systems,and Electrical 8-20 Illumination,Traffic Signal Systems,and Electrical +r trowled to a smooth finish conforming to the contour of the pole SECTION 8-20.3(14)F IS AN ADDED NEW SECTION: base plate. 8-20.3(14)F Opticom Priority Control Systems(RC) Dry pack mortar grout shall consist of a 1:3 mixture of All new Opticom Priority System components shall be 500 to portland cement and fine sand with iust enough water so that the Series, or approved equal. The Contractor shall supply one copy mixture will stick together on being molded into a ball by hand, of the manufacturer's software on original disks. Controller and will not exude moisture when so pressed. A one half inch cabinets shall have the 562 harness wired into the cabinet by the drain hole shall be left in the bottom of the grout pad as shown on supplier aw the standard detail. SECTION 8-20.3(15) IS SUPPLEMENTED BY ADDING THE SECTION 8-20.3(14) IS SUPPLEMENTED BE ADDING THE FOLLOWING: FOLLOWING: � 8-20.3(15) GroutSRC) 8-20.3(14) Signal Systems (RC) After the pole is plumbed the space between the concrete All signal conductors shall be stranded copper and shall have foundation and the bottom of the pole base plate shall be filled with 600 volt insulation and be of the sizes noted on the plans. All a dry pack mortar grout trawled to a smooth finish conforming to M multi-conductors used for the signal system shall conform to the contour of the pole base plate. Dry pack mortar grout shall division 9-29.3 and shall be of the sizes[aced on the signal wiring consist of a 1:3 mixture of portland cement and fine sand with iust schedule and wiring diagram. All stranded wires terminated at a enough water so that the mixture will stick together on being terminal block shall have an oven end, crimp style soderless molded into a ball by hand and will not exude moisture when so terminal connector, and all solid wires terminated at a terminal pressed. A one half inch drain hole shall be left in the bottom of block shall have an oven end soldered terminal connector. All the grout pad as shown on the standard detail. terminals shall be installed with a tool designed for the installation SEC770N 8-20.4 IS REVISED AND SUPPLEMENTED AS of the correct type of connector and crimping with pliers, wire FOLLOWS. �rrr cutters etc., will not be allowed. All wiring inside the controller cabinet shall be trimmed and cabled together to make a treat, clean 8-20.4 Measurement1RC) appearing installation. No splicing of any traffic signal conductor When shown as lump sum in the Plans or in the proposal as ara shall be permitted unless otherwise indicated on the plans. All illumination system_, traffic signal display end detection-systern conductor runs shall be attached to appropriate signal terminal _ no specific unit of measurement or.uaffic,boards with pressure type binding posts. The only exceptions shall will apply, but measurement will be for the sum total of all items be the splices for detector loops at the neatest junction box to the for a complete system to be furnished and installed. 4" loops. Conduit of the kind and diameter specified in the Schedule of SECTION 8-20.3(14)1 IS SUPPLEMENTED BY ADDING THE Prices will be measured by the linear foot for the actual neat line FOLLOWING(RC) length in place, unless the conduit is included in an illumination AN system, signal system, or other type of electrical system lump sum 8-20.3(14)C Induction Loop Vehicle Detectors RAC bid item. 11. Splices to loop return cables shall be made with soldered Measurement for unit price items shall be as described in compression type connectors. Section 8-20.5 or as described in the contract schedule of prices A' SEC770N 8-20.3(14)D IS SUPPLEMENTED BY ADDING TSB' and/or special provisions. FOLLOWING: SECTION 8-20.5 IS SUPPLEMENTED AND REVISED AS 8-20.3(14)D Test forInduction Loops and Lead-in FOLLOWS: i"" Cable tI�C 8-20.5 Payment RR The Comractor shall keep records of field testing and shall Payment will be made for each!of the following bid items that furnish the engineer with a copy of the results. are included in the prop: trig SECTION 8-20.3(14)E IS REVISED AND SUPPLEMENTED "Illumination System lump stmt. AS FOLLOWS: "Traffic Signal ystem ". lump 8-20.3(14)E Signal Standards(RC) sum." wr 3. Disconnect connectors complete with pole and bracket The lump sum contract price for "Illumination System_ cable shall be installed in any: signal standard supporting a and "Traffic Signal IniiqAay apA DesectiewSystem .. aid luminaire. " _" 1 be full pay for furnishing .ri all labor, materials, tools, and equipment necessary for the construction of the complete electrical system. modifying existing systems, or both, as shown in the Plans and herein specified 14. The signal standard and its fabrication shall conform with Conduit- all including excavation, balling. concrete foundations, current Washington State Department of Transportation Signal wiring, restoring facilities destroyed or damaged during Standard Specifications and current pre-approved plans by constriction, salvaging existing materials, and for making all WSDOT. required tests. All additional materials and labor, not shown in the 15. Installation of all carts and bolts shall be performed with plans or called for herein and which are required to complete the proper sized sockets open end or box wrenches Use of pipe electrical system,-shall be included in the lump stun contract price. wrenches or other tools which can damage the galvanization of the r Ripe w nuts and bolts will not be permitted. for. "Zhe Tools shall be of a sufficient size and strength to achieve D;-M-, shall be full pay (a;fumishing all Pipe. wp$_4�� adequate torquing of the nut(s). Page-SP-45 Revision Date:May 19, 1997 tow 8-20 Illumination,Traffic Signal Systems,and Electrical 8-20 Illumination,Traffic Signal Systems,and Electrical The unit r each rice for 14 "Service cabinet* shall be full compensation for furnishing and installing the full Roca cabinet and for risers standoffs and any other materials Tabor or costs associated with rovidin electrical service as uirM b electrical utility, contract fans details and the not included as separate a items in the contract scliedule of rites. All costs for installing conduit containing both signal and '... ....Signal head.. •per each ...Signal head mounting hardware "per lump su illumination wiring shall be included in the contract prices for the Th e lump sum price for (16)" Signal head mounting signal system. hardware* shall be full com tion for s I in and . All costs for installing junction boxes containing both all traffic or pedestrian signal head mounting hardware llm illumination and signal wiring shall be included in the contract conformance with the plans specifications and detail sheets prigs for the signal system. "Pole mounted terminal box ..."x...•z..." The unit prices for the items listed below shall be full hardware."per each. and motintin compensation for urnshing and installing each item and for all '2/c shld loop return cable,"M linear foot labor, materials, tools, equipment and testing necessary and/or 3/C shld arc-emphon cable Der linear foot incidental for the full and complete installation as per The contract • . _:fair shld mtereonnect cable per linear foot.' plans,detail sheets and these specifications, 'Traffic signal controller and cabinet ' per each ► "Trench and Backfill......... wide by........." deep " per The unit contract price for "Traffic Siitiial Controller and linear foot. Cabinet" shall be full corn SatiOn for hmishing and installin a The unit contract.price for (3) "Trench and Backfill" per fully equipped,wired and operational controller and cabinet linear foot shall be full compensation for excavating loading, "Traffic signal wire "per lump sum hauling and otherwise disposing of the waste materials for backftlling and compacting backfill material to specified density 'Signal standard Tvne with -foot mast grin "Der each and for the restoration of the trench to its re-existing condition or on loop vehicle detector."Der linear foot as shown on the plans or as directed by the Engineer all in vehicle det�or" shall b tmeansured brace forear fe dl accordance with the plans specifications and detail sheets sawcut required et I depth for installation The unit price snail be frill "Select Trench Backfill " per ton (4)"Select Trench Backfill" coiiipensation for full and complete installation including wire shall consist of 5/8" minus crushed surfacing too course and the sealant and all other Labor, materials tools and equipment unit per ton once shall include all costs associated with furnishing to complete the installation in accordance with the plans and installing the material and loading hauling and disposing of specifications and detail sheets The unit price shall also include waste materials. Providing and installing conduit stub-outs and Foundation ......... s soldered splices per each splices to loop return cables unless separate Day items are included ' e nit Junction box "per each t in the contract schedule of pnt�for these other items Sawpming 'Tlie rust per each price for(S)"Foundation"and (6)*Junction shall be considered incidental to the loop installation whether or not Box" shall be full compensation for full and complete installation there is a separate pav item in the cotitzzact for sawcutting per the plans, specifications and detail sheets including enclosing Measurement for a standard 6' x 6' induction 1 shall be 28 each item in a finished concrete pad which shall be incidental linear feet. Sawcutting for loop"Home rin.S"Shall be done such SS "Con r arctic pay item is included in the Schedule of Prices for to minimize the total linear feet of sawcutting required by means of Concrete Pad. Proper locating of 1 • Concrete Pad.'per square yard loop return Stub-out by direct muting of home runs" and by combining up to 4 Pairs of loon wines in a Measurement for (n'Concrae Pad" shall be by the square single "home run* sawcut. Loo 'H me gun' la shall be yob of surface area enclosed inclusive of and not subtrscti_A for _approved by the En anger before sawcutting taloes Place the area of the tunction.box or foundation enclosed and shall be full ....Splice kit "Per each compensation for full and complete installation as Per the plans, '_Emergency Vehicle Dre tmation detector.'per each. specifications arid detail sheets. "OPticom discriminator card ' per each ..... "Schedule 40 Conduit P.V C 'Per linear foot• in amplifier 'per cacti • . Schedule 80 conduit.P.V C " Der linear foot ; "Street light fuse kit " per each •The unit contract price for conduit shall include all conduit •p couplings. adapters. elbows beads reducers beg ends bushings edestrian Push button with sign "per each 'Pedesgian DUsh buttOA DOSt."per each and any other material labor or equipment necessary to-complete "Pedestrian signal Pole TWpe) 10-feet."per each the installation of the conduit. Measurement shall be by linear foot Relocate existing.... Pole "per each from end of conduit to end of conduit as measured from the top of The unit per each price for"relocate existing pole"shall be grade _along the middle of the trench line and adding a vertical full _compensation for removing the pole from its existing measurement at the end of each conduit nun equal to the desi n foundation._ removing and salvaging or re-installing existing depth of the trench. No Payment shall be made for additional equipment.Plugging holes as required and installing the pole on its conduit used by the contractor due to horizontal or vertical weaving new foundation and shall include an labor tools materials of the conduit within the trench line. equipment and any other "Street Light Standard . per each costs necessary and/or incidental to watt...Lumiriaire and lam complete the installation and make the electrical equipment P •per each operational all in ac- rdance with the plans specifications and _ .-watt...L uninaire and lamp with Photocell.' Der each detail sheets. ......AWG....copper wire "per linear foot "Remove existing.... Foundation."Der each Service cabinet 'per each t- aft Page-SP-46 Revision Date:May 19, 1997 8-22 Pavement Marking 8-22 Pavement Marking aw The unit per each price for "Remove existing foundation" Traffic Latt"Legend shall be full compensation for full and complete removal and A WHITE marking GanfaRaing;o the MIWA-publicatim hauling and disposal of the foundation. acr mousing alphabetical letters.. 8-22 Pavement Marking 39;gh the #ig3�.See contract plans and detail sheets. „n, SECTION&22.1 IS REVISED AS FOLLOWS: 8-22.1 Description(RC7 SECTION 8-22.3(5)IS REVISED AS FOLLOWS. Skip Center Stripe 8-22.3(5) Tolerances for Line Stripes (RC) 40 A BROKEN YELLOW line 4 inches wide. The broken Length of Stripe: The longitudinal accumulative error or"skip"pattern shall be based on a-444eet 24-foot unit consisting within a-404eet 24-foot length of skip stripe shall not exceed plus I of a_404eet 9-foot line and a-'IQ foot 15-foot gap. Skip center or minus 1 inch. - stripe is used as center line delineation on two lane or three lane, SECTION 8-22.30 IS REVISED AS FOLLOWS: two way highways. Double Yellow Center Stripe 8-22.3(67 Installation Instructions (RC) Two SOLID YELLOW lines, each 4 inches wide, Installation instructions for plastic markings shall be provided 4W separated by a 4-inch-oP424wA space. Double yellow center stripe for both the Contractor and the Engineer. All materials shall be is used as center line delineation on multilane, two way highways installed according to the manufacturer's recommendations-an" and for channelization. Gera-Sw;ipeAaroach Stripe low A SOLID WHITE line, 8 inches wide, used-a"r"way SECTION&22.3(7)IS A NEW SECTION: to delineate turn lanes from through lanes, for traffic islands, and for hash marks. Hash mark stripes shall be placed on 45 degree angle and 10 =feet The Removal of Traffic Markers(RC7 The work to remove all old or conflicting stripes, lines, art' buttons, or markers as required to complete the channelization of Late Stripe the project as shown on the plans or detail sheets shall be A BROKEN WHITE line, 4 inches wide, used to considered incidental to other contract pay items and no further delineate adjacent lanes travelling in the same direction. The broken or "skip" pattern shall be based on a-40-fooCA-foot unit compensation provided oshall be made unless a separate pay item or items are consisting of a 30-feet 9-foot line and 2 30-feet 15-foot gap. provided for such removal. Drop Lane Stripe(S Approach Line) SECTION 8-22.4 IS REVISED AND SUPPLEMENTED AS A BROKEN WHITE line, 8 inches wide, used to FOLLOWS: delineate a lane that ends-at-aa og Famp. The broken or "skip" pattern shall be based on a 2444-foot unit consisting of a 93400t 8-22.4 Measurement(RC) (SA) line and a 15424bot gap. The measurement will be based on the travel distance-mqui;sd of a marking system capable... GanAM oath stripe, barrier stripe, crosswalk stripe, and 40M. dhe I— bounded by the no pass Wips 3AQ$ro P-66;%L-46 stop bar will be measured by the linear foot of each marking type. air Traffic arrows will be measured by the unit with each arrow 4spar's -head defined as a unit.. op Tn.... 10R_ 1Q I.T 4% t rim r:" --Gti . :....tie" .,.:ae Traffic latso sl handicapped parking stall symbols, « preferential lane symbols, railroad crossing symbols, drainage markings,and cycle detector symbols will be measured by the unit. Measurement for paint/plastic stripe line removed shall be by to IN)- Measurement Way Left Turn Stripe the linear foot of...... wide line or shall be included in the lump A SOLID YELLOW line, 4 inches wide, with a_, sum price for 'remove existing traffic markings" unless spoetfied BROKEN YELLOW line, 4 inches wide, separated by a 4-inch to be paid as a separate pay item. If not specified as a separate pay " item then removal of existing traffic markings shall be considered I as space.The broken or skip pattern shall be based on a-40-foal 24- foot unit consisting of;%404eet 9-foot line and a-30-feet 15-foot incidental to the payment for other items of work and no further space. The solid line shall be installed to the right of the broken compensation shall be made. line in the direction of travel. SECTION &22.5 IS REVISED AND SUPPLEMENTED AS 40 Crosswalk Stripe FOLLOWS. A SOLID WHITE tine,-12 8 inches wide and 10-feet lam, installed parallel to another crosswalk strips-with-a-6 fast_ 8-22.5 Payment(R6'7 Painted GAFYA roach Stripe",Pe r linear foot. 10 parallel to the direction of traffic flow and centered in pairs on lane "Painted no-;"Pl-raw Gore lines and the center of lanes. See detail sheet.. "Painted Traffic L gwjpkend",per each. Stop Bar A SOLID WHITE line,-14_12, 18 or 24 inches wide "Plastic Traffic Lette�T ",per each. air unless as noted visa-is on the Contract plans. "Remove Paint Line....." wide," per linear foot.* Page-SP-47 Revision Date:May 19, 1997 •r 8-23 Temporary Pavement Markings ` 8-23 Temporary Pavement Markings "Remove Plastic Line......' Wide,' per linear foot Remove existing traffic markings 'per lump sum • 8-23 Temporary Pavement Markings *The linear foot contract price for "Remove Paint Line"and 'Remove Plastic Line and the lum sum contract price for SECTION 8-23.5 IS SUPPLEMENTED WITH THE "Remove existing traffic markings' sha11 be full compensation for FOLLOWING: removal of existing traffic markings as per the plans specifications 8-23.5 Payment (RC) and detail sheets. If these pay items do not appear in the contract schedule of prices, then the removal of old or conflicting traffic If no Pay item is included in the contract for installat:., markings required to complete the channelization of the project as or for removal of tem ra Pavement market s then all costs associated shown on the plans or detail sheets shall be considered incidental to With these items are considered incidental to other items in the other items in the contract and no further compensation shall be contract or included under "Traffic Control.- if that item is made, included as a bid item. The unit contract prices for the above listed bid items shall be furnishing pay for furnishing all labor, tools material and equipment necessary for the completion of the work as specified IVP r�r irrr Illlf 40 f- Page-SP-48 ReWs}On Date:May 19,1997 9-00 Definitions and Tests 9-02 Bituminous Materials +air Division 9 material for payment may be produced for use on at prc!2q anti!the lob mix formula has been approved by the engineer. The mixture Materials shall be designed to meet the test criteria listed in Section 9-03 8(2) VW and remain within the limits set forth in 9-03 8(t7 The determination of the job mix formula shall be the responsibility of the Contractor. 9-00 Definitions and Tests The intermingling of asphalt concrete mixtures produced from wr more than one JMF is prohibited. Each strip of asphalt concrete SECTION 9-00 IS SUPPLEMENTED BY ADDING THE pavement placed during a working shift shall conform to a single FOLLOWING: job mix formula established for the class of asphalt concrete 9-00(A) Recycled Materials (R ,,,r C) specified unless there is a need to make an adjustment toin the JMF The City encourages the use of recycled materials whenever The JMF shall be submitted in writing by the Contractor to practicable, provided that those materials meet or exceed all the Engineer at least 10 days prior to the start of paving operations NO applicable requirements described elsewhere in the contract and shall include as a minimum: specifications. Should recycled materials be utilized, the City a. Percent passing each sieve size. requires that a Recycled Product Reporting Form be completed by b. Percent of asphalt cement. the Contractor. c. Asphalt grade. ran d. Mixing temperature. 9-02 Bituminous Materials e. Compaction temperature. f. Anti-strip agent content. 9-02.1 Asphalt Material, General The Contractor may not make any changes to the JMF without SECTTON 9-02.1(10)IS A NEW SECTION: prior written approval of the Engineer. Should a change in sources of materials be made, a new JMF must be approved by the +wMr before the new material is used. 9-02.1(10) Loop Sealant (RC) Engineer Unless specified otherwise in the contract or permitted by the Engineer upon request from the contractor, loop sealant shall be been-establisled. tot-melt, rubberized asphalt sealant(Crafco Loop Detector Sealant 1). sob A.Q;130=11. C*.4mcal Acceptance or approved egua4, shall meet the penetration, flow and resilience '" " """'"•:"" "'°•''" " ..,..."•""� °'"��'°�• specifications of ASTM D3407 and shall be installed with an approved applicator in conformance with manufacturer's recommendations. 'm The contractor shall request and obtain approval from the Ae . Engineer for the ripe of loop sealant to be used before installing 23. Job Mix Formula Tolerances ad s -Adjussmantc. detector loops and shall submit manufacturer cutsheets or other a. After the JMF is cr data if requested by the Engineer in order to enable the Engineer to determined, the several constituents of the mixture at the time of determine the acceptability of the sealant. All loop sealant shall acceptance shall conform to the following tolerances: only be installed in thoroughly clean and dry pavement and shall be Constituent of Mixture Tolerance Limits applied in conformance with the methods required as to The tolerance limit for each rw tengwatum and means of application such as to completely fill the mix constituent shall not sawcut area, encapsulate the loop wires and adhere to the exceed the broad band pavement. specification limits specified in Section 9-03.80. Ira 9-03 Aggregates Ag&regga�e psirig 1', Broad band specification 3/4�5/8 , 112 ,and limits Section 9-03.80. SECTION 9-03.8(6)A IS REVISED AS FOLLOWS: 3/8 sieves rrr 9-03.8(6 Basis of Acceptance G� Aggregate passing 1/4' sieve t 5% f Aggregate passing No. 10 sieve t 5'A 1. Asphalt Concrete will be accepted based on its Aggregate passing No. 40 sieve t 4% conformance to the project job mix formula QW. 120; the Aggregate passing No. 200 sieve t2X Notel o" Asphalt cement t0.5%Note2 For open graded mix: Tolerance limits shall be for aggregate used along wi6 the Smdation data "wing&be stockpile 2*9r,2966 gradation only and shall be as specified in Section 9-03.8(6). Note 1 — 2.0% if less than 50% RAP (Recycled Asphalt 'rW Pavement),2.5% for 50%RAP or more. Note 2 —0.5% if less than 20% RAP. 0.7% for over 20% RAP,but less than 50%RAP, 1.0%for 50% RAP or greater. These tolerance limits constitute the allowable limits used in Section 5-04.3(8)A to determine acceptance. )- 40 4"ab_,_ic_heA ch— bs changet; only upon aids; of&he Engines; No y Page-SP-d9 Revision Date:May 19, 1997 ar. 9-04 Joint and Crack Sealing Materials 9-05 Drainage Structures,Culverts,and Conduits is 4486Fmin-A, SECTION"S.7(3) IS DELETED AND REPLACED BY THE FOLLOWING: 9-05_7(3) Concrete Storm Sewer Pine Joints rz;C) 10 'he Assign Mix asphalt content P1226 OF Will=4 a•�---A�d}nrss Joint assembly design shall be reinforced concrete bell and spigot inco ratin a full retained sin le rubber asket in accordance with AS TM C361 or AWWA 0302. Rubber gasket material shalt be neoarene SECTION 9-05.7(4) IS SUPPLEMENTED By THE .giia, for FOLLOWING: 111ff 9-0 ) Testing Concrete Storm Sewer Pipe Joints Hydrostatic testing of rubber gasket ioints shall be nP*r in accordance with ASTM "361 or AWWA C302 ex test pressure shall be 5 psi sp";Acationrr SECTION 9-05.9 IS REVISED AND SUPPLEMENTED FOLLOWS.- AS tttr 9-05.9 Steel Spiral Rib Storm Sewer Pipe(RC) C Ch slut-apaci€�catiei�s. 9-04 Joint and Crack Sealing Materials Ile manufacturer of spiral rib storm sewer pipe shall wish Engineer a Manufacturers Certificate of Compliance stating that the materials furnished comply in all respects with these SEC770N 9-04.11 IS A NEW SECTION Specifications.The Engineer may require additional information or ' 9-04.11 Butyl Rubber(SA) tests to be performed by the Contractor at no expense to the State. Unless otherwise specified, spiral rib storm sewer pipe shall Butyl rubber shall conform to ASTM D2000 Ml BG 610 be furnished with pipe ends cut perpendicular to the longitudinal axis of the pipe. Pipe ends shall be cut evenly. Spiral rib pipe shalt 9-05 Drainage Structures, Culverts, and be fabricated either by using a continuous helical lock seam or a continuous helical welded seam paralleling the rib. Conduits SEMON 9-0S.4 IS REVISED AS FOLLOWS 9-05.4 Steel Culvert Pipe and Pipe Arch(RC) Steel culvert pipe and pipe arch shall meet the requirements of ■o AASHTO M 36. Type I and Type 11. Welded seam aluminum csAtsa. coated (aluminized) corrWAted steel pipe and pipe arch with D:_6 Shall .0,9A�­M Gan be effiwvezy metallized coating applied.inside and out following welding is acceptable and shall beuplualt treatment coated. SECTION 9-05.7(I)''IS DELETED AND REPLACED BY THE FOLLOW-ING: Steel spiral rib storm sewer pipe shall be manufactured of 9-05.7(2) Reinforced Concrete Storm Sewer Pipe metallic coated (aluminized or galvanized? corrugated steel and (RQ inspected in conformance with Section—9.05.4 The size coating Reinforced Concrete Storm Sewer pipe shall conform to the and metal shall be as shown in the Plans or in the Specifications requirements of ASTM C-76 and shall be Class IV Cement used For spiral rib storm sewer pipe helical ribs shall project so in the manufacture of reinforced concrete pipe shall be Type II in outwardly from the smooth pipe wall and shall be fabricated from a conformance with ASTM C150. No admixture shall be used unless single thickness of material The ribs shall be essentially otherwise specified. rectangular and shall be 3/4 inch plus two times the wall thOmess SECTION 9-05.7 (2t) plus or minus 1/8 inch (measured outside to outside) and a •ii. R)A IS SUPPLEMENTED BY THE minimum- of 0.95 inch high (measured as the �� FOLLOWING: cal distance from the outside of pipe wall immediately adjacent to the 9-05.7(2)A Basis for Accentance(RC) lockseam or stiffener to the top surface of rib) -The maximum All pope shall be subject to (1) a three-edgo-beari Q strength si t—°g of the ribs shall be 11 75 inches center to center(measured of OD-load)test in accordance with ASTM C76• and(2)a hydrostatic normal m d' !O° of the ribs) The radius of bend of the test of rubber gasket worts m accordance with ASTM C361 or metal at the corners of the ribs shall be a minimum of 0.10 inch AWW_A C302 except test pressure shalt be 5 psi and a maximum of 0.17 inch. If the sheaf between adjacent ribs does not contain a lockseam a stiffener shall be included midway or Page-SP-50 ReWsiorr Date:May 19, 1997 9-06 Structural Steel and Related Materials 9-08 Paints a� between ribs,having a nominal radius of 0.25 inch and a minimum 1/8 inch wide (measured outside to outside) and a minimum height of 0.20 inch toward the outside of the pipe. Pita shall be spacing of ribs shall be 4.80 inches center to center (measured fabricated with ends that can be effectively jointed with coupling normal to the direction of the ribs). The radius of bend of the wn bands. metal at the corners of the ribs shall be 0.06$5 inch with an When required spiral rib or narrow pitch spiral rib pipe shall allowable tolerance of+ 10 percent. be bituminous treated or paved. The bituminous treatment for For wide pitch spiral rib storm sewer pipe, helical ribs shall spiral rib pipe shall conform to the requirements of Sections 9- project outwardly from the smooth pipe wall and shall be fabricated '"a 05.4(3)and 9-05.4(4) from a single thickness of material. The nibs shall be 3/4 inch + For narrow pitch spiral rib sewer pipe, the helical ribs shall 1/8 inch wide(measured outside to outside)and a minimum of 0.95 project outwardly from the smooth pipe wall and shall be fabricated inch high (measured as the minimum vertical distance from the from a single thickness of material. The ribs shall be.375 inch— outside of pipe wall to top surface of the nib). The maximum to 1/8 inch wide (measured outside to outside) and a minimum of spacing of ribs shall be 11.75 inches center to center (measured 4375 inch high(measured as the minimum vertical distance of ribs normal to the direction of the ribs). The radius of bend of the shall be 4.80 inches center to center (measured normal to the metal at the corners of the ribs shall be 0.0625 inch with an in direction of the nibs). The radius of bend of the metal at the allowable tolerance of+ 10 percent. corners of the ribs shall be 0.0625 inch with an allowable tolerance of .10 percent. 9-06 Structural Steel and Related Materials r SECTION 9-05.12(3)IS A NEW ADDITIONAL SECTION.- 9-06.5 Bolts 9-05,12(3) CPEP Sewer Pipe(RC) CPEP - Smooth interior pipe and fittings shall be SEC77ON9-06.5(4)HAS BEENSUPPLEMENTEDBYADDING: rm manufactured from high density polyethylene resin which shall meet or exceed the requirements of Type 111. Category 4 or 5, 9-06.5(4)- Anchor Bolts(RC) Grade P33 or P34 Class C per ASTM D1248. In addition, the All anchor bolts, nuts, washers and anchor plates for signal pipe shall comply with all material and stiffness requirements of poles, street light poles, strain poles or other types of poles shall to AASHTO M294. meet the recommended specifications of the pole manufacturer. The Contractor shall be responsible for providing to the Engineer SECTION 9-05.14 IS DELETED. any and all data concerning fabrication, strength test results, mill SECTION 9-05.17 IS REVISED AND SUPPLEMENTED AS certification and other data required to confirm that the anchor "m FOLLOWS: bolts meet those specifications. The following standard specifications shall apply to anchor 9-0117 Aluminum Spiral Rib Storm Sewer Pipe bolts for street light, signal and strain poles provided that the (RQ Contractor can submit documentation from the manufacturer gar Unless otherwise specified, spiral rib storm sewer pipe shall affirming that anchor bolts meeting these specifications are be furnished with pipe ends cut perpendicular to the longitudinal recommended for the pole to be installed thereon: axis of the pipe.Pipe ends shall be cut evenly.Spiral rib pipe shall 1 The standard anchor bolt for aluminum street light poles „a, be fabricated by using a continuous helical lock seam with a seam shall be 42 finches in length and shall meet the requitarnents of itaaAd ASTM A 36 or ASTM A 307. The shaft of the anchor bolt shall be a full one inch in diameter with a hot forged four inch"L" bend 9uwmFdly, be famed boi� -f ga"g;ifti, AA on the bottom end and a minimum of six inches of die-cut threads 40 60448=tQ OVA Of 1119 fQ"@W; on the top end. 2 The anchor bolts for signal poles and strain poles shall meet the specifications as designated the approved Aeop a&4 20 Cho-Gmur.to center. manufacturer's pole plans and/or supplememal plans or +1+� specifications provided by the manufacturer. All and/or bolts nuts and washers shall meet the Dole manufacturer's specifications and shall be hot dinned Ralvanized unless such t>alvanization is not permitted for the type of steel as per Section 9-06.5(4). jointed with Coupling bands 9-08 Paints 40 3)4@a Fequked' spkal rib pipe be bilwaingus Wa-ted-0 SECTION 9-08.8 IS A NEW SECTION: Syste 9-08 8 Manhole Coating For spiral rib storm sewer.pipe, helical nibs shall project m C) Products(R ' 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 9-08 8(1) Coating System SpecificatfoII(RC) inch deep with a nominal spacing of 7-1/2 inches center to center. The following coating system specifications shall be used for IN Pipe shall be fabricated with ends that can be effectively jointed coating (sealing) interior concrete (includin¢ the channeD surfaces with coupling bands. of sanitary sewer manholes when required. For narrow pitch spiral rib storm sewer pipe,helical ribs shall project outwardly from the smooth pipe wall and shall be fabricated wr from a single thickness of material. The ribs shall be 0.375 inch + t- Page-SP-Sl ReAdon Date:May 19, 1997 ow 9-23 Concrete Curing Materials and Admixtures 9-29 Illumination,Signals,Electrical it Coating System Specification SECTION 9-29.3 IS REVISED AND SUPPLEMENTED AS A. General FOLLOWS: 1. Buried Manhole 9-29.3 Conductors, Cable (RC) Surface Color Paint System Each wire shall be numbered at each terminal end with a a. Buried.and White C_1 Wrap-around t numberin stri bearin the circuit number exposed shown on the plans concrete No splicing of anv traffic signal conductor shall be ,,,. i surfaces. unless otherwise indicated on the Tans. All conductor runs shall be pulled to the appropriate signal terminal comma w„e„t bpara 9-08.8(2) Coating Systems with pressure type binding posts. The oNv exceptions shall be die A. High Solids Urethane splices for detector loops at the nearest function box to the ll be The contractor shall rovide and install all the Coating System: C1 wiring, fuses and fittings so as to complete the installation of the to Coating Material: High Solids Urethane sgnal and lighting 2gurpment as shown on die plans All materials Surfaces: Concrete and installation methods exce t as noted otherwise herein shall Surface Preparation: In accordance with SSPC SP-7 comply with applicable sections of the National Electrical Cnde (Sweep or brush off blast) 8. Detector loop wire shall be No. 12I.4 AWG stranded tt Application: Shop/Field The drying time copper wire. Class B, with chemically cross-linked polyethylene between coats shall not exceed type RHH-RHW insulation of code thickness. 24hours in am case (11)Si7F�iF-CCOmtnunlCatlOns cable( _Shall meet REA System Thickness: 6.0 mils dry film specification PE-39 and shall have six—pair.-No. 19 AWG wires Coa_ ti�jes: Primer: One coat of Wasser with 0.008 inch FPA/MPR coated aluminum shielding. The cable MC-Conseal hi h solids shall have a petroleum compound completely filling the inside of urWiane -0 D Finish: the cable. Two or more coats of Wasser The shielded communications/si nal intercormect cable shall MC-Conseal(min.4 0 DFT) meet the following• 1. Conductors: Solid soft drawn annealed co r size 19 9-23 Concrete Curing Materials and awg. 2. Insulation: solid virgin hieh density polyethylene or Adm1J[tllre<S Polypropylene with telephone industry color coding SECTION 9-23.9 IS REVISED AS FOLLOWS; 3• Cable core assembly: insulated conducxors are twisted into pairs with varym¢ lays (twist lengths) to minimize cross talk lilt► 9-23.9 Fly Ash(RC) and meet stria capacitance limits Fly ash shall not be used around water lines 4. Shielding: A corrosionloxidation resistant tinted ethylene copolymer coated (both sides) 008• thick corrugated alumin m tape shield is applied longitudinally with shielding coverage A t 9-29 Illuminations Signals, Electrical .005 corrugated tape applied in the same manner is acceptable 5. Outer tacicet:A black low density high molecular weight SECTION 9-29.1 IS SUPPLEMENTED BY ADDING THE vi in polvethylene (compounded to withstand sunlight F�OIlOWING' temperature variations and other environmeiva! conditions plus 9-29.1 ConduitfRQ abuse during installation) is extruded overall to provide a continuous coven p The conduit P.VC. - non-metallic shall be of the two b. Footam foote akg must be printed indicated below: sequentially a minimum of 2'along the outer jacket. to 1. Schedule 8U'Extra heavy wall PVC conforming to 7• Filling: the entire cable within the outer iacket is flooded ASTM Standards to be used mall mstalhitions under roadwa with petroleum-polyethylene gel filling compound irrcl g the 2. Schedule 40 heave wall P.V.C. conforming to ASTM area between the outer jacket and the shield. .Standards. t SECTION 9-29.9 IS SUPPLEMENTED By ADDING THE SECTION 9-29.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING. FOLLOWING: 9-29.9 Ballast, Transformers (RC) a 9-29.2 Junction Boxes(RC) The Ballast shall be arc-wired to the lamp socket and terminal Junction boxes shall be reinforced concrete with alvanized board. steel from anchored in place and galvanized steel cover plate SECTION 9-29.10 IS SUPPLEMENTED BY ADDING THE (Diamond pattern)as indicated on detail sheets FOLLOWING: The iriscriptions on the covers of the iuncxioa boxes shall be as follows. 9-29.10 Luminaires(RC) 1. Signal oNv: 'Signals• 2. Street Lighting only 'lighting” The filter shall bd charcoal with elast-omer asket. 3. Traffic Signal and Street lighting Facilities• "TS LT" Luminaires shall have a cast aluminum housi of die cobra The above inscriptions shall riot be higher than the top surface head style with a glass ovate refractor of the cover plates. f- Page-SP-52 Revision Date.May 19, 1997 9-29 Illumination,Signals,Electrical 9-29 Illumination,Signals,Electrical yrr The manufacturer's name or symbol shall be clearly marked re-energize without change. on each luminaire. 9-29.11 Control Equipment 5. Conflict Monitor. Upon sensing conflicting signals or SECTION 9-29.11(2)IS DELETED AND REPLACED WITH: unsatisfactory operation voltages, the conflict monitor shall immediately cause the signal to revert to flash; however, the 9-29.11(2) Photoelectric Controls (RC) controller shall stop time at the point of conflict. After the conflict Photoelectric controls shall be a plug-in device, rated to monitor has been reset, the controller shall immediately take operate on 120 volts 60 Hz. The unit shall consist of alight command of the signal displays at the beginning of artery sensitive element connected to necessary control relays. The unit 9MM ely low- wr shall be so designed that a failure of any electronic component will 6. Flash unit shall be a two circuit type, capable of energize the lighting circuit. switching loads up to 1000 watts per circuit alternately at a rate of The photo cell shall be a solid state device with stable turn-on 60 flashes per minute per circuit, plus or minus two flashes per values in the temperature range of-55 degrees C to +70 degrees minute. "* C The photo cell shall be mounted externally on top of the luminaire In a contactor controlled system, the photo cell to SECTION 9-29.13(3) IS REVISED AND SUPPLEMENTED AS control the system shall be mounted on the luminaire nearest to the FOLLOWS: service/contactor cabinet. The photo cell shall be capable of +rr switching "ON" 1,000 watts of incandescent load as a minimum. 9-29.1 me Emergency Pre-emption has (RC) Immediately after a valid call has been received, the SECTION 9-29.13 IS SUPPLEMENTED BY ADDING THE pre-emption controls shall cause the signals to display the required FOLLOWING: clearance intervals and subsequent pre-emption intervals. ow Pre-emption shall sequence as noted in the contract. Pre-emption 9-29.13 Traffic Signal Controllers(RC) equipment shall be installed so that internal wiring of the The unit shall operate on 120 volt, 60 cycle, single phase controller, as normally furnished by the manufacturer, is not err alternating current and shall use the power line frequency as a time altered. base The traffic signal controller shall meet the requirements of ushwls-=A the National Electrical Manufacturers Association (NEMA) Standard Publications. ph"s- +rr Components such as resistors capacitors, diodes and Emergency vehicle pre-emption shall be furnished as modules transistors shall be individually replaceable utilizing approved that plug directly into a rack wired to accept 3-M discriminator standard soldering techniques. Intergmted circuits shall be type units. The pre-emption system operation shall be compatible mounted in sockets and shall be easily replaceable without with the 500 Series 3M company "opticom' system which the City soldering All components shall be standard'Off the shelf"items. of Renton is currently using and shall be capable of being activated The traffic signal controller shall be capable of interfacing by the same transmitters. with the Multisonic real time master computer. The controller The optical signal discriminator system shall enable an shall be capable of both on-litre operation(control by the multisonic authorized vehicle to remotely control traffic control signals from a master computer) and standby operation The controller shall distance of up to 1800 feet(0.54 kilometers)along an umobstn9ftd establish the sequence of signal phases including overlaps, in "line of sight" path The system shall cause the traffic signals conformance with the signal phasing diagram on the plans. When controller to move into an appropriate fire pre-emption program. ,a„ operating either in-a fixed time mode or in a fully-actuated mode this optical discriminator shalt interface to the 562 software, for with volume density on each phase as required. All clearance field programmability. It shall consist of the following timing and pedestrian timing shalt be accomplished at the loc_al components: intersection. a Optical energy detectors-which dhall be tttotnted on the SECTION 9-29.13(2)IS REVISED AND SUPPLEMENTED AS traffic signal mast arms and shall receive the opaeal energy emitter's signal. FOLLOWS. b Discriminators which shall cause the signal controller to 9-29.13(2) Flashing Operations(1�C) go into internal pre-emption which will eive the authorized vehicle the right of way in the manner shown on the phase seaueUX 2. Police Panel Switch. When the flash-automatic switch diagram. located behind the police panel door is turned to the flash position, e. Pre-emption Indicator Lights. the signals shall immediately revert to flash; however, the Optical Detector 4P controller shall "STOP TIME." When the switch is placed on a. Shall be of solid state construction. automatic, the signals shall continue to flash for an additional b Fittings shall meet the specifications of the system 8 second flash period.At the completion of the continued 8 second manufacturer to facilitate ease of installation. flash period, unless otherwise specified, the controller shall c Shall operate over an ambient temperature range of-40T 4' immediately resume normal cyclic operations at the beginning of to +180°F x-40°C to+850CC. artery t gP" ey—lo—w' d Shall have internal circuitry encapsulated in a semi- 4. Power Interruption. On"NEMA"controllers any power flexible compound and shall be impervious to moisture. go interruption longer than 475 plus or minus 25 milliseconds, signals a Shall rdst mod to the optical energy impulses getrerated by shall re-energize consistent with No.2 above to ensure an 8 second flash period prior to the start of artery green. A power interruption a pulsed Xenon source with a pulse energy density of 0.8 micro of less than 475 plus or minus 25 milliseconds shall not cause Joule per square meter at the detector, a rise time less than one resequencing of the controller and the signal displays shall microsecond and half power point pulse width on not less than No thirty microseconds. != Page-SP-S3 Revision Date:May 19, 1997 aw 9-29 Illumination,Signals,Electrical 9-29 Illumination,Signals,Electrical Discriminator Each module shall do the following: a. Shall provide for a minimum of two channels of optical detector input. +aet)&- AWAIA b. Shall provide for a minimum of two discrete channels of MA optically isolated output ISM When a pre-emption detector detects an emergency vehicle indk-t;ainc for.- the phase selector shall hold the controller in the required phase or advance directly to that phase after observing all vehicle clearances- The phase selector shall hold the controller in the Phase selected until the detector no longer detects the emergency » vehicle. rl : 11111 When the phase selector is responding to one detector, it shall not respond to any other detector until calls from the first detector All timin functions and input and output features for full - are satisfied. Indicator lights shall indicate power on signal being actuated volume-densi operation shall be rovided in accordance received channel called. Switches shall controls stem power and with NEMA standards. simulate detector calls for each phase The controller shall igovide for settin 3,each timi interval means of calibrated Seib_ s. The timip functions shall SECTION 9-29-130) IS SUPPLEMENTED BY ADDING THE � on the front of the controller unit or shall have k board en t FOLLOWING: and liquid crystal display. For the standby eneM• .. -- •� the uarric signal controller,shall include all circuitry required to provide all 9-29.13(4) Wiring Diagrams (RC) timing and all functions for signal operation in a tun .w The controller cabinet shall have a waterproof envelope with a mode Standby operation shall automatically occur upon opening side access attached to the inside of the cab of interconnect lines failure of central master .com uter or when cabinet door. At the time specified by the master. The standby oceration shall follow and be of delivery the envelope shall have four complete sets of schematics coincidental in phase to that phase being displayed at the Stan be and manuals for all assemblies and sub-assemblies, standby operation. Transfer from computer supervision shall not SECTION 9-29.130 IS SUPPLEMENTED BY ADDING THE call up a starting yellow. FOLLOWING. SECTION 9-29.13(7)A IS SUPPLEMENTED BY ADDING THE 9-29.130 Radio Interference Suppressors FOLLOWING: A Cornell-Dubiler radio interference filter NF 10801-1 30 9-29.13(7)A Environmental,Performance and Test amps or equivalent shall be used to filter the A C power Standards for Solid-State Traffic Additionally. all power supplies shall have noise immunity from Controllers(RC) ay1 other devices within the cabinet. The traffic signal controller assemblies including the traffic SECTION.9-29.13(7)IS REVISED AND SUPPLEMENTED AS signal controller. auxiliary control equipment and cabinet shall be FOLLOWS. shop tested to the satisfaction of the Engineer Testing and checlt out of all tunin g circurts phasing and signal operation shall be at 9-29.13M Traffic-Actuated Controllers(RC) the City of Renton Signal Shop Renton Washington. The signal Traffic-actuated controllers shall be electronic devices which, Shop will make space available to the contractor for the required when connected to traffic detectors or other means of actuation,or test demonstrations. The contractor at assemble the cabinet and both, shall operate the electrical traffic signal system at one or related signal control equipment Wady for testing. A complete more intersections. demonstration by the contractor of all integrated components All solid-state electronic traffic-actuated controllers and their satisfactordv ficincxroning shall start the test period supplemental devices shall employ digital timing methods. malfunction shall stop the test period until all pacts are The traffic signal control equipment. unless otherwise satisfactorily operating. The test shall be extended until a permitted_ in the contract. must specifically conform to current minimum of 72 hours continuous satisfactory performance of the NEMA apecifiations. entire integrated system has been demonstrated The FM 99 NMI. pub"Clati demonstration by the contractor to the Engineer of a!! components mod-no d by chess ' functioning properly shall not relieve the contractor of any Actuated traffic signal controllers shall be 8-phase control responsibility relative to the proper functioning of all aforestated units. Volume-density timing features shall be provided on all control¢ear when field installed controllers. SECTION 9-29.13(7)B IS REVISED AND SUPPLEMENTED AS FOLLOWS: » 9-29.13(7)B Auxiliary Equipment for Traffic Actuated Controllers (RC) ... , n .........e, 7.alwctiug+ hem e�- aril Qmadaps for. -111:6 play be ftcr.0awlsh-A Pg"Ge - - "-- -- - ir�tsnaracs, vast faa •1.1' i TD 74 16 j- Page-SP-54 Revision Date:May 19, 1997 9-29 Illumination,Signals,Electrical 9-29 Illumination,Signals,Electrical art Power Switches Computer Interface Unit There shall be a main power switch inside the cabinet that Interface communication devices shall be designed as separate aaf shall render all control equipment electrically dead when turned units or as modules that plug directly into the controller case The off. There shall be a controller power switch that shall render the communication devices shall be used for on-line computer control controller and load switching devices electrically dead while of the intersection and shall be capable of transmitting all detector maintaining flashing operation for purposes of changing controllers and signal status information and receiving and decoding command +r or load switching devices. information from the computer all in conformance and within the capability of the multisonic master computer unit and the Stop Time Bypass Switch interconnect cables. ""' There shall be a switch in the cabinet identified as the stop SECTION 9-29.13(7)D IS REVISED AND SUPPLEMENTED time bypass switch. If the intersection is placed on flashing FOLLOWS: operation either by the flash switch or the fail safe monitor, the 9-29.13C7)D Controller Cabinets(RC,_A controller shall immediately stop time. The stop time bypass 1. Construction shall be of 0.073-inch minimum thickness switch shall remove stop time from the controller and permit Type 304 stainless steel, 0.125-inch minimum thickness d&u normal cycling operation while the intersection remains in flashing a:hediaed-„sheet aluminum, or cast aluminum. Cabinets shall be operation. finished inside with an approved finish coat of exterior white +r enamel and outside with an approved enamel finish, light gray or DETECTOR test switch aluminum in color. As an alternate to painting, the outside and inside of the aluminum cabinets may be clear anodized aluminum. Each vehicle and pedestrian phase shall have a momentary 5. The cabinet door shall be provided with• to (spring return) detector test switch. When depressed, the switch a. A spring loaded construction core .lock capable of shall place a call on its respective signal phase. accepting a Best CX series core installed by others. Cast cabinets shall have an approved one point positive latch. Formed cabinets The convenience outlet and lamp socket shall have a three point latch. so b. A police panel door with a stainless steel hinge pin and A convenience outlet protected with a ground fault interrupter a lock. Two police keys with shafts a minimum of 13/4 inch long and an incandescent lamp socket shall be furnished in the main shall be provided with each cabinet. rrw cabinet. A door switch for the lamp shall be provided. THIS Inside the police panel there shall be a signal on-off circuit shall be protected by a circuit breaker rated at 20 amps. switch which shall prohibit any signal display in the field but will allow the control equipment to operate when placed in the "off” Fail Safe Unit position. A second switch shall be the auto-flash switch. When am placed in the "flash' position,controller power shall remain on and Fail safe unit shall meet the NEMA-PLUS specifications and controller shall stop time dependent on switch setting on the shall monitor both the positive and negative portions of the A.C. auxiliary panel described later. sine wave for all green, amber and pedestrian walk indications. C. +or The duration of a display of conflicting indications shall not be long piege,rJosed Goll,aeQprsm gas Cabinet doors shall be gasketed enough to be visible to motorists or pedestrians before the monitor with one piece, close cell neoprene. They shall be equipped with initiates flashing operation. There shall be a visual indication that some type of stops so the door may be held open in either of two- the monitor has preempted normal operation. positions at approximately 90 degrees and 180 degrees and be of air The fail safe monitor shall be Model SSM-12LE as suitable design to withstand a 40 mph wind.. manufactured by Eberle Design Inc.,or approved equal. d. A two position door stop assembly. e The Controller cabinet"I have a load bay Pa—WI with at Surge Protector(Lighting Arrester) least the following items mounted on the fax of the panel: transfer relays; load switches: and terminal blocks for termination of all The controller shall have an input voltage surge protector that wires contained on a separate panel (the terminal block shall shall protect the controller input from am voltage surges that could conform to Washington Standard Specification damage the controller or any of its components. This load bay panel shall be mounted so that when the screws are removed it will be possible to obtain full access to the Field Wiring Terminal terminations on the back of the load bay panel. ++art• There shall be a terminal strip for field wiring in the controller cabinet. The terminals shall be numbered in accordance with the schematic wiring diagram on the plans. If a different SECTION 9-29.16 IS SUPPLEMENTED BY ADDING THE numbering system is used for the cabinet wiring, then both FOLLOWING: w numbers shall label each terminal and the cabinet wiring schematic 9-29.16 Vehicular Signal Heads (RC) drawing shall include the field wiring numbers where the terminal strip is illustrated. A common bus bar with a minimum of 15 Vehicular signal heads shall have 12 inch lens sizes unless terminals and a ground bar with a minimum of 6 terminals shall be shown otherwise on the signal plans Vehicular signal head provided. housings shall consist of separate sections and be expattdable tyke for vertical mounting Lens shall be glass and meet I.T.E. Specifications for light output Reflectors shall be alzac. Each as signal head shall have a 1/4 inch drain hole in its base. Page-SP-SS Revision Date:May 19, 1997 air 9-29 Illumination,Signals,Electrical 9-29 Illumination,Signals,Electrical t Vehicle signal heads shall be cast aluminum 9-29.16(2)E Painting Signal Heads(RC) All signal heads shall include a back plate 5 inch square cut Traffic signal heads, including outside of visors and back of border. Signal heads including outside of visors and back of back back plates, shall be finished with two coats of facto Plates shall be finished with two its of factory applied traffic factory applied s�nal yellow baked enamel. The inside of the visors and front of traffic signal graem_ allow baked enamel. The inside of visors, front of back plates, and louvers shall be finished with two coats of back plates shall be finished with two coats of factory applied flat flat black enamel. black enamel. Mounting hardware will provide for a rigid connection SECTION 9-29.16(3)(RC)IS DELETED. between the signal head and mast arm All mounting hardware will be of the top mount plumbizer type as shown on the standard (RC) Plans, unless specified otherwise on the plans SECTION 9-29.16(3)A(RC)IS DELETED. tt Position of the signal heads shall be located as close as possible to the center of the lanes Signal heads shall be mounted on the mast arm such that the red indicators lie in the same plane (RC) and such that the bottom of the housing of a signal head shall not be less than 16 feet 6 inches nor more than 18 feet 6 inches above SECTION 9-29.16(3)B(RC)IS DELETED. the at the center of the roadway. All bolts and other miscellaneous mounting hardware shall he stainless steel Hands. (RC) SECTION 9.29.16(2)41 HAS BEEN REVISED AS FOLLOWS. SECTION 9-29.17 HAS BEEN REVISED AS FOLLOWS. 9-29.16(2)A Optical Units (RC) 9-29.17 Signal Head Mounting Brackets and Fittings Eight inch conventional signals shall employ a 67 to 69 watt (RQ traffic signal lamp rated for 130420 volt operation, 595 minimum initial lumen, 665 rated initial lumen, 8,000-how minimum, "Apaitu � 2 7/16-inch light center length, A sd—All eth"-hardware for etlmounts shall be painted -21 bulb, medium base, clear with two coats of facto applied traffic signal +till traffic signal lamp. Twelve inch traffic signal heads require factory pp Federal y_`o_Ilow grae 420130 volt, 165 watt, 1,750 minimum initial lumen, 1950 rated a-baked enamel. initial lumen clear traffic signal lamps with a 3-inch light center SECTION 9-29.18(1)IS SUPPLEMENTED AND REVISED AS length, 8,000 hour minimum rated life, P-25 bulb and medium FOLLOWS: base.Bulbs shall be installed with the opening between the filament ends up. 9-29.18(1) Induction Loop Detectors(RC) SECTION 9-29.16(2)B HAS BEEN REVISED AS FOLLOWS: Detector amplifiers shall be Detector Systems model 810A or I equal Detector Signal Housing(RC) Induction loop amplifiers installed with NEMA controls shall Each lens shall be protected with a removable visor of conform to current NEMA specifications. . spas Aar' tars--itistaiiad �splastic aluminum of the tunnel type, unless specified otherwise in the contract. Visors shall have attaching ears for installation to the housing doors. Conventional signal heads shall SECTION 9-29.20 HAS BEEN REVISED AS FOLLOWS. have square doors. 9-29.20 Pedestrian Signal(RC) SECTION 9-29.16(2)C HAS BEEN REVISED AS FOLLOWS: Pedestrian signals shall be either irrcaAdQSSatst-fiber optic or neon-grid type, or other types as specified in the contract. 9-29.16(2)C Louvered Visors R� Pedestrian signals shall conform to ITE Standards (Standard for Where noted in the Contract, louvered tunnel visors shall be Adjustable Face Pedestrian Signal Heads, 1975). furnished and installed Directional louvers shall be constructed red to have a snug fit in th'e signal visor. The outside cylinder shall be constructed of alumin�satt>otrrcarberaato p� M' ,and the louvers shall hunen, 9M hmw Avenge life, ";W1 6 inch V; be constructed of anodized aluminum painted flat black. Dimensions and arrangement of louvers shall be as shown in the dWI contract. &--Symbol messages, when--minimum -of 4 10 specified, shall be a minimum of 12 inches high and 7 inches in SECTION 9-29 16(2)D HAS BEEN DELETED AND width. REPLACED WITH: Housings shall be die-cast aluminum and shall be painted with 9-29.16(2)D Back Plates(RC) two coats of factory applied traffic signal Xg!2Egma enamel. Back plates shall be furnished and attached to the signal VACANT SECTION 9.29.20(1) IS REPLACED BY ADDING heads. Back plates shall be constructed of anodized, 3-S THE FOLLOWING NEW SEC77ON: I half4mrd aluminum sheet, 0.058-inch mhdmum thickness, with 5-inch square cut border and painted black in front and yellow in 9-29.20(1) Fiber Optic Type(RC) back• The fiber opticsZ shall be drawn from optical glass of high purity. The fibers shall be temperature resistant The fibers shall be resistant to the UV light emitted by the halogen lamp and shall maintain their high transmission properties throughout the lifetime Page-SP-56 Revision Date:May 19, 1997 9-29 Illumination,Signals,Electrical 9-29 Illumination,Signals,Electrical ■o of the sign. The light guides shall contain fibers with a diameter of SECTION 9-29.24(1) IS DELETED AND REPLACED WITH 53 microns. Each single arm in the harness shall contain THE FOLLOWING: approximately 300 fibers. The optical sheathing shall have a wall ar thickness of at least 1.5 microns. The common end of each bundle 9-29.24(1) Painting(RC) shall have a hexagonal bundle format. The common bundle end The finish coat shall be a factory baked on enamel light grey and each arm end shall be epoxied and optically polished. in color. The galvanized surface shall be etched before the baked The light source shall be a halogen incandescent lamp with on enamel is applied. The interior shall be given a finish coat of ar dichroic reflector. The lamp shall use built-in,lead-in wires instead exterior grade of white metal enamel. of pins. The reflector shall be covered with a hard coating capable Painting shall be done in conformance with the provisions of to withstand a temperature of 400 degrees Centigrade, rapid Section 8-20.3(12). temperature changes, aggressive chemical attacks. The coating SECTION 9-29.24(2) IS DELETED AND REPLACED WITH 'm shall be tested by soaking in Oxalic Acid 0.71N for a period of 2 THE FOLLOWING: hours. The coating shall not dissolve during this period. The lamp shall be 50 watt and rated for 6000 hours at 10 volts. The lamp 9-29.24(2) Electrical Circuit Breakers and Contactors together with the fiber shall produce a light intensity as high as (RC) 3800CD. The 115-volt primary, 10-volt secondary transformers, The electrical circuit breakers and contactors shall be as light guides and all wiring shall be enclosed in a sheet aluminum indicated on the contract plans and detail sheets. The following housing. The matrix plate shall be constructed of 0.125 thick equipment shall be featured within the cabinet. air aluminum sheet protected by a 0.125 polycarbonate sheet. The 1. Main circuit breaker signal housing shall be weather tight. Each common end of a 2. Branch circuit breakers bundle shall have a clip-on type color filter, one of Portland 3. Utility plug(120 volt-20 Amp rated)G.F.I.Type Orange and one of Lunar White.The viewing end of the fiber optic 4. Light control test switch(120 volt-15 Amp) ar display shall not require a cone for magnification,and shall provide 5. Contactor relay for each circuit a wide viewing angle. Each message shall have a minimum of 82 6. Double pole branch breaker(s) for lighting circuits (240 light points. All components shall be fastened to the flat black volt matrix plate. When the sign is not illuminated, it shall blank out 7. One 120 volt, 20 Amp single pole branch breaker (for m` with no message legible. The low power consumption lamps shall utility plugs) be serviceable without any tools. 8. Type 3-single phase 120/240 volt grounded neutral SECTION 9-29.20(2) IS REVISED AND SUPPLEMENTED AS service air FOLLOWS.- 9. One 120 volt 40 Amp single pole branch breaker(signal service 9-29.20(2) Neon Grid Type (RC) 10. Complete provisions for 16 breaker poles All neon grid heads shall be equipped with Z crate visors 11. Name plates phenolic black with white engraving except 400 made of polycarbonate plastic designed to eliminate sun phantom. the main breaker which shall be red with white lettering. All name Neon tubing shall be enclosed and shockmounted inside plates shall be attached by S.S. screws. a N ed plastic module. 12. Meter base sections are unnecessary oar SECTION 9-29.25 IS DELFsT'ED AND SUPPLEMENTED BY THE FOLLOWING: The pedestrian signal shall have a solid state message module, 9-29.25 Terminal and Interconnect Cabinets(RC) electronic bal last,no external transformer,and operate at 30 watts, The pole mounted terminal box shall be made of molded The heads shall display two symbol messages, "hand' (for the do not walk mode) is Portland orange and 'Man' (for the walk fiberglass be grey in color, be approximately 16" high 13-7/8" mode) in lunar white. The message module shall consist of two wide x5-7/8' deep sad have a minimum ig 16 terminals on the NO neon gas tubes enclosed in a housing made of polycarbonate terminal blocks The box shall be weather tight,have a Single door plastic. The lens material shall be polvcarbonate plastic. The with continuous hinge on one side and screw hold downs on the visors shall be flat black in color. door locking side All hardware will be stainless steel. All mounting hardware shall be stainless steel and shall be incidental to iwa SECTION 9-29.24 IS DELETED AND REPLACED BY THE the unit price of terminal box. FOLLOWING: Terminal blocks shall be 600V heavy duty barrier type, Bach 9-29.24 Service Cabinets (RC) terminal shall be separated by a marker strip The marker stew. shall be permanently marked with the circuit number indicated in `ow The signaUstreet lighting service cabinet shall be as indicated the Plans Each connector shall be a screw type with No. 10 post on the contract plans and detail sheets. All electrical conductors, capable of accepting no less than 3 912 AWG wires fitted with buss bars and conductor terminals shall be copper or brass. The spade tips. cabinet shall be fabricated from galvanized cold rolled sheet steel, Cabinet doors shall be gasketed with a one-piece closed cell with 12 gauge used for exterior surfaces and 14 gauge for interior neoprene gasket and shall have a stainless steel piano hinge. panels. Door hinges shall be the continuous concealed piano type One spare 12 position terminal block shall be installed in ea-gh and no screws, rivets or bolts shall be visible outside the enclosure. tenninal cabinet and amplifier cabinet. Aw The cabinet door shall be fitted for a Best internal type lock. The Mounting shall be as noted in the contract. cabinet shall have ventilation louvers on the lower and upper sides Interconnect splice tower cabinets shall be Tvpe F. with complete with screens, filters and have rain tight gaskets. The nominal dimensions of 22' high x 13" wide x 11" deep and cabinet door shall have a one piece weather proof neoprene gasket. constructed of cast aluminum and fitted with a Best internal lock. arr t, Page-SP-S7 Revision Date:May 19, 1997 ■.r 9-30 Water Distribution Materials 9-30 Water Distribution Materials 9-30 Water Distribution Materials SECTION 9-30.3(3) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-30.1 Pipe 9-30.3(3) Butterfly Valves (RC) SECTION 9-30.1(1)IS REVISED AS FOLLOWS. Butterfly valves shall be Dresser 450 or Pratt Groundho 9-30.1(1)Ductile Iron Pipe (RC) SECTION 9-30.3(5) HAS BEEN DELETED AND REPLACED WITH THE FOLLOWING: � I. Ductile iron pipe shall be centrifugally cast and meet the requirements of AWWA C151. Ductile iron pipe shall have a 9-30.3(5) Valve Marker Posts(RC) cement-mortar lining meeting the requirements of AWWA C104. The valve markers shall be fabricated and installed in conformance with the Standard Draw in s . All other ductile iron pipe shall be Valve markers shall be carsonite composite utili marker Standard Thickness Class 5250 or the thickness class as shown in .375"x 6'-0'or approved equal with blue label "water. the Plans. SECTTON 9-30.3(7) HAS BEEN SUPPLEMENTED AS 9-30.3 Valves FOLLOWS. SECTION 9-30.3(1)HAS BEEN REVISED AS FOLLOW. 9-30.3(7) Combination Air Release/Air Vacuum Valves (RC) 9-30.3(1) Gate Valves (RC) Air and vacuum release valves shall be APCO- Valve and Valves shall be designed for a minimum water operating Primer Corp, 'Heavy-Duty ' combination air release valve or pressure of 200 PSI:•Gate valves shall be Iowa List 14 Mueller equal. C_ ompany No.92380 Kennedy,or M&H Installation shall be per the City of Renton Standard Detail Approval of valves other than models specified shall be latest revision. obtained prior to bid opening Pipiniz and fitting shall be cooper or brass. Location of the air All gate valves less than 12" in diameter shall include an 8'x release valve as show on the plates u approximate The installation 0 24' cast iron gate valve box and extensions as recruited All 12" shall be set at the high point of the line diameter and larger gate valves shall be installed in a vault See SECTION 930.3(8)IS REVISED AS FOLLOWS: Water Standard Detail for 12" gate valve assembly vault and 1" amass installation. 9-30.3(8) Ta aia Gate valves shall conform to AWWA C500 and shall be iron PPb$Sleeve and Valve Assembly(RC) body, bronze-mounted double disc with bronze wedging device Tapping sleeves shall be cast iron, ductile iron and O-ring stuffing box. epoxy-coated steel,or other approved material. RESII IENT SEATED GATE VALVES: S_EC77ON 930.3(9)IS A NEW SECTION- Resilient seated gate valves shall be manufactured to meet or exceed the requirements of AWWA Standard C509 latest revisions 9-30.3(9) Blow-Off Assembly(RC) All external and Internal ferrous metal surfaces of the gate Permanent blow-off assembly shall be#78 Kupferle Foundry valve shall be coated for corrosion protection with fusion bonded Co. or approved equal Installation of blow-off permanent blow - epoxy. The epoxy coating shall be factory applied to all valve off assembly shall be per City of Renton Water Standard Detail pans prior to valve assembly and shall meet or exceed the latest revision. Pipe and fittings sball be galvanized Blow-off requirements of AWWA Standard C-550 latest revision Valves ably shall be installed at locations) shown on the plates ai l shall be provided with two (2) internal O-ring stems seals The T—emporary blow-off assembly on.new dead-end water main shall valves shall be equipped with one (1) gp i-friction washer The be installed at location shown on-the-plans. resilient gate valve shall have rubber sealing surfaces TemPOn ry blow-off assemblies for testing and flushing of the directional flow. The stem shall be independent of the stem nut or new water mains will not be indaded under this item and shall be di intMMIIv cast. considered incidental to the contract and no additional Davmeat Manufacturers of Resilient Seated gate Valves shall provide shall be made. the City on request that the valve materials meet the City sPec SECTION 9-30.5 IS SUPPLEMENTED BY ADDING THE ificapons. FOLLOWING: � Valves shall be designed for a Minimum water operating pressure of 200 psi. 9-30.5 Hydrants(RC) End connexions shall be mechanical joints flanged joints or Fire hydrants shall be Iowa Corey Ty pe (opening with the mechanical by flanged joints as shown on the proiex plans Resilient Seated Gate Valves shall be U.S. Metroseal 250 Pressure) or approved equal conforming to AWWA C-502-85. Clow,M&H Style 3067 Mueller Series 2370 Kennedy. Approval must be obtained prior to bid opening Approval of valves other than model specified shall be _Compression type fire hydrants (opening against pressure) obtained prior to bid opening. All gate valves less than 12 inches shall be Clow Medallion M&H 929 Mueller Super Centurion di in diameter shall include an 8"x24' cast iron gate valve box and 200,coEonnint to AWWA C-502-85 extensions,as required. SECTION 930.5(1) IS SUPPLEMENTED BY ADDING THE All 12 inch diameter and lareer resilient seated gate valves FOLLOWING: shall have a 1 inch by-pass assembly and shall be installed in a concrete vault per City of Renton Standard Details latest revision 9-30.5(1) End Connections (RC) Hydrants shall be constructed with mechanical ioint connexion unless otherwise specified in bid proposal description t. Page-SP-58 Revision Date:May 19, 1997 9-30 Water Distribution Materials 9-30 Water Distribution Materials ow SECTION 9-30.5(2) IS DELETED AND REPLACED WITH synthetic molded rubber gasket, and shall be attached to hydrant THE FOLLOWING: adapter with 1/8"coated stainless steel aircraft cable. Fire hydrants shall be installed per City of Renton Standard NO 9-30.5(2) Hydrant Dimensions (RC) Detail for fire hydrants, latest revisions. Fire hydrants shall be Corey type (opening with the pressure) SECTIONS OF 9-30.6(3) HAVE BEEN MODIFIED AS or compression type (opening against pressure) conforming to FOLLOWS: _AWWA C-502-85 with a 6 inch mechanical joint inlet and a maul valve opening (M.V.O.) of 5 1/4 inches, two 2 1/2 inch hose 9-30.6(3) Service Pipe nozzles with National Standard Threads 7 112 threads per inch and one 4 inch pumper nozzles with the new Seattle Pattern 6 threads 9-30.6(3)B Polyethylene Pipe (RC) per inch 60 degrees V Threads outside diameter of male tread Polyethylene pipe shall not be used. 4.875 and root diameter 4.6263. Hydrants shall have a 1-1/4" pentagon operating nut opened by turning counter clockwise(left). 9-30.6(3)C Polybutalene Pipe(RC) The two 2-1/2" hose nozzles shall be fitted with cast iron Polybutalene pipe shall not.be used. r�r threaded caps with operating nut of the same design and SECTION 9-30.6(4)HAS BEEN REVISED AS FOLLOWS: proportions as the hydrant stem nut. Caps shall be fitted with Fittings used for copper tubing shall be compression type with suitable neoprene gaskets for positive water tightness under test gripper ring. pressures. t w The 4' pumper nozzle shall be fitted with a Stortz adapter, 4" SECTION 9-30.6(5) HAS BEEN SUPPLEMENTED AS Seattle Thread x 5" Stortz. Stortz adapter shall be forged and/or FOLLOWS: extruded 6061-T6 aluminum alloy, hardcoat anodized. Tbreaded end portion shall have no lugs and 2 set screws 180 degrees apart. 9-30.6(5) Meter Setters (RC) AM Stortz face to be metal no gasket to weather. Stortz cap to have Meter setters shall be installed per the City of Renton Standard Details for water meters, latest revision. tow .r xrr +r+ err Ww rr wr 'rr wr low �. Page-SP-S9 Revision Date:May 19, 1997 wr WSDOT AMENDMENTS WSDOT AMENDMENTS INDEX TO WSDOT AMENDMENTS WSDOT AMENDMENTS The following WSDOT Amendments shall be used in conjunction with the WSDOTIAPWA 1996 Standard Specifications for Road, ,W Bridge and Municipal Construction, and with any project specific Special Provisions contained within the contract document. The following "Index - Amendments," as issued by WSDOT, has been edited to signify (with the letters SAX followed by the subsection number) specific subsection amendments that have been issued by WSDOT but are not used by the City of Renton. Those 11r1 SAX subsections have been deleted from this document. The following Amendments to the Standard Specifications are made a part of this contract and supersede any conflicting provisions of the Standard Specifications. In case of conflict, the order of precedence of the various contract documents shall be as rar specified in Section 1-04.2 as modified by the Renton Transportation Supplemental Specifications. For informational purposes,the date following each Amendment title indicates the implementation date of the Amendment or the last date of revision by WSDOT. 111' SECTION 1 SECTION 2 02.AP1 SECTION 1-02, BID PROCEDURES AND 03.AP2 SECTION 2-03,ROADWAY EXCAVATION +r. CONDITIONS AND EMBANKMENT (March 3, 1997) (March 3, 1997) "Irregular Proposals" revised. A new Amendment. Sub-section 2-03.3(2) Rock rr 04.AP1 SECTION 1-04, SCOPE OF THE WORK Cuts is revised. Sub-section 2-03.3(14)K Select of (March 3, 1997) Common Borrow is added."Increased or Decreased Quantities" revised. "Embankments at Bridge and Trestle Ends"formula revised. 111' 07.AP1 SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 09.AP2 SECTION 2-09, STRUCTURE EXCAVATION (March 3, 1997) (March 3, 1997) A new Amendment. Sub-section 2-09.3(4) 11110 Anew Amendment. Sub-section 1-07.9(5) Construction Requirements, Structure Excavation, Required Documents is revised. Sub-section Class B, Sub-section 2-09.4 Measurement, and 1-07.13(4)Repair of Damage is added. Sub-section 2-09.5 Payment are revised. Sub- "Required Records and Retention" revised. section 2-09.3(1)E Backfilling, Controlled Density 09.AP1 SECTION 1-09,MEASUREMENT AND Fill is added. PAYMENT "Measurement" drywells added. 41W (March 3, 1997) "Payment for Material on Hand" revised. SECTION 3 10.AP1 SECTION 1-10, TEMPORARY TRAFFIC +r CONTROL 02.AP3 SECTION 3-02, STOCKPILING (March 3, 1997) AGGREGATES A new Amendment. Sub-section 1-10.3(5) (March 3, 1997) to Temporary Traffic Control Devices is revised. "Asphalt Concrete Aggregates" revised. Sub-section 1-10.5 Payment is added. "Conformance to Established Standards", "Traffic SECTION 5 Control Labor" and "Payment" have been revised. 4W Control SECTION 5-04,ASPHALT CONCRETE PAVEMENT (September 30, 1996) ;,rl A new Amendment. Sub-section 5-04.3(10)B Control is revised. wn ' Page-SP-60 Revision Date:May 19, 1997 w WSDOT AMENDMENTS WSDOT AMENDMENTS SECTION 6 SECTION 8 02.AP6 SECTION 6-02, CONCRETE STRUCTURES 09.AP8 SECTION 8-09, RAISED PAVEMENT 46 (March 3, 1997) MARKERS A new Amendment. Sub-section 6-02.3(2)C (March 3, 1997) Contracting Agency-Provided Mix Design, Sub- A new Amendment. Sub-section 8-09.1 section 6-02.3.(6)A Weather and Temperature Description is revised. A new section, Sub- Limits to Protect Concrete, and Sub-section 6- section 8-09.3(5) Recessed Pavement Markers is 02.3(24)C Placing and Fastening are revised. added. Sub-section 8-09.5 Pa Subsection 6-02.3(6)A Temperature and Time for Payment is supplemented and revised. �► Placement is added. Sub-section 6-02.3(11) Section revised St. Item from plural to singular. Curing Concrete is added. "Face Lumber, studs, Wales, and Metal Forms", 10.APS SECTION 8-10, GUIDE POSTS and "Field Bending"are revised. (September 30, 1996) l0.AP6 SECTION 6-10, CONCRETE BARRIER A new Amendment. Sub-section 8-10.2 Materials (March 3, 1997) is revised. Sub-section 8-10.3 Construction Requirements is revised. A new Amendment. Sub-section 6-10.5 Payment is supplemented with an additional item. Sub- section 6-10.3(1) Precast Concrete Barrier is (March 3, 1997) added. Anchor Installation revised. "Precase Conc. Barrier" curing revised. 15.AP8 SECTION 8-15, RIPRAP SECTION 7 (March 3, 1997) "Materials",and "Measurement" are revised. 05.AP7 SECTION 7-05, MANHOLES, INLETS, AND 17'AP8 SECTION 8-17, IMPACT ATTENUATOR CATCH BASINS SYSTEMS . (March 3, 1997) (March 3, 1997) IN Revised to include drywells. New standard item Construction Requirements revised. 1062 "precast cony drywell". 20.AP8 SECTION 8-20, ILLUMINATION,TRAMC Revised standard item 7345 "Abandon Existing SIGNAL SYSTEMS, AND ELECTRICAL Manhole". (March 3, 1997) 06.AP7 SECTION 7-06, CONCRETE PIPE A new Amendment. Sub-section 8-20:3(4) ANCHORS . Foundations is revised. Sub-section 8-20.3(13)A (March 3, 1997) Light standards is added. This section is deleted in its entirety. "Equipment List and Drawings"revised. 08.AP7 SECTION 7-08, GENERAL PIPE 21.AP8 SECTION 8-21, PERMANENT SIGNING INSTALLATION REQUIItE IMEN 'S (March 3. 1997) (March 3.7997) A new Amendment. Sub-section 8-21.3(6)Sign A new Amendment Sub-section 7-08.3(1)C Pipe Refacing is revised. Sub-section 8-21.2 Materials a Zone Bedding is renamed to Bedding the Pipe. is added. Sub-section 8-21.3(9)F Bases is added. Sub-section 7-08.3(2)D Pipe Laying—Steel or Sub-section 8-21.3 Construction Requirements is Aluminum, Sub-section 7-08.4 Measurement and added. Sub-section 7-08.5 Payment are revised. "Construction Requirements", and "Materials" "Materials", "Trenches", "Jointing of Dissimilar are revised. Pipe", and "Payment" are revised. 22.APS SECTION 8-22, PAVEMENT MARKING "Standard plan for pipe collars pending. (March 3, 1997) 17.AP7 SECTION 7-17, SANITARY SEWERS A new Amendment. Sub-section 8-22.4 (March 3, 19979 Measurement is revised. Anew Amendment. Sub-section 7-17.3(2)C "Materials" revised. Infiltration Test is revised. Sub-section 7-17.2 Materials is added. "Infiltration Test" revised. +err 18.AP7 SECTION 7-18, SIDE SEWERS , (October 28, 1996) r. Page-SP-61 Revision Date:May 19,1997 1 WSDOT AMENDMENTS WSDOT AMENDMENTS SECTION 9 10.AP9 SECTION 9-10, PILING (September 30, 1996) OLAP9 SECTION 9-01, PORTLAND CEMENT A new Amendment. Sub-section 9-10.1 Timber (September 30, 1996) Piling is revised. Sub-section 9-10.5 Steel Piling A new Amendment. Sub-section 9-01.3 Tests and is revised. Acceptance is revised to reference "Mill Test Use message revised. Report Number". 11.AP9 SECTION 9-11, WATERPROOFING .r 02.AP9 SECTION 9-02, BITUMINOUS MATERIALS (March 3, 1997) (March 3, 1997) Asphalt waterproofing revised. 4W "Anti-Stripping Additive" revised. 12.AP9 SECTION 9-12, MASONRY UNITS 03.AP9 SECTION 9-03, AGGREGATES (March 3, 1997) (March 3, 1997) Revised. 40 A new Amendment. Sub-section 9-03.15 Bedding 13.AP9 SECTION 9-13, RIPRAP, QUARRY SPALLS, Material for Rigid Pipe is revised. Sub-section 9- SLOPE PROTECTION, AND ROCK WALLS 03.14(2) Select Borrow is revised. (March 3, 1997) go "Gravel Backfill", revised to include drywells. "Concrete Slab Riprap" section deleted. 04.AP9 SECTION 9-04,JOINT AND CRACK 16.AP9 SECTION 9-16, FENCE AND GUARDRAIL SEALING MATERIALS (March 3, 1997) (March 3, 1997) "Joint Mortar" revised. "Posts and Blocks", revised. t 05.AP9 SECTION 9-05, DRAINAGE STRUCTURES, 17.AP9 SECTION 9-17, FLEXIBLE GUIDE POSTS (September 30, 1996) CULVERTS, AND CONDUITS (September (March 3, 1997) A new Amendment. Sub-section 9-17.1 General - A new Amendment. Sub-section 9-05.6(4) is revised. Structural Plate Pipe Arch, Sub-section 9- 21.AP9 SECTION 9-21, RAISED PAVEMENT . err 05.6(8)A Corrugated Steel Plates, and Sub-section MARKERS (RPM) 9-05.12(2) Profile Wall PVC Culvert Pipe and (September 30, 1996) Profile Wall PVC Storm Sewer Pipe are revised. A new Amendment. Sub-section 9-21.1(1) �r Sub-sections revised and added concerning piping. Physical and Chemical Properties and Sub-section "Coupling Bands" revised. 9-21.2(2) Optical Requirements are revised. Sub- 06.AP9 SECTION 9-06, STRUCTURAL STEEL AND section 9-29.6(5) Foundation Hardware is revised. RELATED MATERIALS 29.AP9 SECTION 9-29, ILLUMINATION, SIGNALS, (March 3, 1997) ELECTRICAL A new Amendment. Sub-section 9-06.5(3) High (September 30, 1996) Strength Bolts is revised. A new Amendment. Sub-section 9-29.4 �r "High Strength Bolts" and"Anchor Bolts" are Messenger Cable, Fittings is revised. revised. Correction to "Bolt, Nut, and Washer 33.AP9 SECTION 9-33, CONSTRUCTION Specifications. GEO.TEXTILE 09.AP9 SECTION 9-09, TIMBER AND LUMBER (September 30, 1996) (March 3, 1997) A new Amendment. Sub-section 9-33.2 A new Amendment. Sub-section 9-09.3(1)B Geoteztile Properties is revised. rr Placing in Treating Cylinders is revised.. +rrrr yr YID 1' Page-SP-62 Revision Date:May 19, 1997 111 10 rr rr low lio jo 160 WSDOT AMENDMENTS two wo ar 40 WSDOT AMENDMENTS The following WSDOT Amendments are the complete text of all Amendments to the WSDOT/APWA 1996 Standard Specifications for Road, Bridge and Municipal Construction, accepted and adopted by the City of Renton on May 19, 1997 and should be with any project specific Special 4W Provisions contained within the contract document. W 4W AW to Mir Page"D-i Revision Date:May 19, 1997 wr Table of Contents WSD8T AMENDMENTS SECTION 1-04,SCOPE OF THE WORK March 3, 1997-----------------------_-------------_ �0�6 I�couuedor Decreased Qouo�d�--------------,----------------------------_---'----' ~ .--'-'~ � SECTION 1-07,LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC March B, 1997 -_-------.__ 5 " �07��) Required Dmcumem� ---------------------------_------------' ---- 1-07'88(10)B Required Records and Retention -------.---^-------.----------�- '---------------' � - 8-07'83(4) Repair of Damage-------.---_------------',--------'-_'---'------------'------' � ^ —.---_---------.5 SECTION 1-09,MEASUREMENT AND PAYMENT March 3, 8997..-----_----'-.--^-'--'.---'.'.---__ X-0�0DaYmmeotNs��a�r�lmo Hand '---------'--.--'--_----------'--'-'----------.-----'----'= -'----^ ~ , SECTION D-10TEMPORARY TRAFFIC CONTROL March 3,8997- . ' ----_-'------_--',-'----..--^--, 6 8��2(� Tof�cCmm�m0mpmm�mr----'^^-'--.-~^--.--^^-----------.^----^-- -^~-'- w 1-10.2(l) K� ) noral---_^,-^__^^^_^______.__^____,,_^_,^^__,._,,__^___.____._.____-~--~--'--~----.-- 8-80.2(3) Conformance xo Established Standards.-..-_---^^-.^.-_-----'--------- -~----------'^-~--'� � m 1-10.3(l)1-10.3(l) � � fficControl Labor ________^________^_,,___~,.._________._______, 8-10.3(2) Traffic Control Vehicle--'----.-^^--..~^-'__'~~--~-'--'-'--^-.----'-~-~----~~-'-------~'� ~ 8-%0.B(5) Temporary Traffic Control Devices^_,^^_,,,_^^ -~---~--~-~~---'----'m � 1-10.4 Measurement 8-1W.5 Payment.----.-_^--'-----_----,^-_^-,^'--_--,------------'------------------------'� 9 SECTION 2-03,ROADWAY EXCAVATION AND EMBANEAIENT March 3, 1997--.--------------------- X� � 2-03�(1�D Eobnokmmwo�mmB�dge and Trm��D�m� --' ���'B(��DC0w��*r�*ou�m��wcr*�&oc�m�mQ---'-`^----~-',------~^-'~-'--^^------------------'&0 ---^--'`--^------------^------^------'-----------80 , SECTION 2-09,STRUCTURE EXCAVATION March 3,1997. ` ^'-----~---------'----~----------~^------- X0 z�9.B�)E BmckY�0mg.--.-_-.-'--^-----',. ' �4�/0 �0mamm�y�mm« -~^^-`--~^-~--`~-'^--''-~-~----~--'--`----'-,_----',-s0 %-09.5 Payment-.'^-_-_ ^-'^-----------.-------o8 ^ -~^-^`--^--`'^-^^--~-~--'--'--`---~-------^^----.-----88 � SECTION 3-02,STOCKPILING AGGREGATES March B,1997..............................................................................18 ~~ 3-02.3(l) Asphalt Concrete Aggregates_^-. -`^^ 18 ` SECTION W-02,CONCRETE STRUCTURES March 3, D997-.-.^^--,^------^^--.------,^.-.--.------.---....1D � 6-02.3(4)D Temperature and Time For Placement 6-02.3<11W K�m�ogKomc�tw......,'-'____^_,,,^^^^^~^^`~^^~`^^^ �� ^ ���`��7�� D�owD�mm�w�0t���wp��,ao�D�m��----'----~`^-'^-`^^-~^-^^--^-~--~-'^^^-~--'^`--^'---~~^^^«z � �-�2'�(��^� 8���D�m�m�-,-_^^_^__^_^_____,^_,-^~�~,^-~--``^-~----`^-~^---~-~-`------.--,_^---,.'.-no 6-02'3�5)F Dr�tn�mD�0m�e-..-_______^^_,,__^_.....^..____-------^--`---~--^--`-----'^--^^^--^~^'^-'«� ---------.^-_-_-.--_----'^^--.'^---.'^^-u2 , SECTION 6-10,CONCRETE BARRIER March 3 D�� ` ^^```'^~`-~^-~`^^-^~-^----^-~^-~---'^-------..--------.1D m� 6-10.3(l) Precast Concrete Barrier------.^--^-,^-.'^-'^-'^.'^_^^-.-.'.-'-- 6-�.S Payment..-'--_-.-^^^-.--,-~-.-_^',.-,.-_^^-^.-^,'^.,^-,--.^^-----~-~-~--^----`'---^----^^``^'^^� ' .........._....^....__......,,......,_,,.._13 SECTION Y-05,MANHOLES,INLETS,AND CATCH BASINS March 3, 8997...........................................................83 ' SECTION 7-05.MANHOLES,INLETS,CATCH- BASINS,AND DRYWBlLS............................................. --'^---------------------- ~~7-� 8 Dwoc�p�em--..---,--'-----' ' -~^-~--`----^^----~-~-'^~-'^-~---------- --.13 7�5� ���e�a�----.-,,_^^^_,,_,^_^_ ---'--_'.--.----^-------'-_-.-.-,^ ^` '--- -'^-u3 7-05.3 Construction Requirements---~^._-'_-,^^.,^^^~.^-'^^-.^--'----'-' ^ --~`-^ -^-^~"°7-05.4 Mo� onmeot----'-------.-'.,^^_,,^^,.^^_``^'~-`^^^^``^' ^^^^ ` -~-^--^- `^ ' -^ --~~^'^^--^-~^^^`u*7-me.5Bayment.-'--'.--'-'--------- ~' ' '^'~~''~'-~-'~^-^'----^------'---~-..-------------D4 SECTION 7-06, CONCRETE PIPE ANCHORS March 3, 1997 .........................................................................._......15 � Page-"D-ii ReWsion Date:May 19, 1997 MW SECTION 7-08, GENERAL PIPE INSTALLATION REQUIREMENTS March 3, 1997 .................................................15 7-08.2 Materials.......................................................................................................................................15 7-08.3(1)A Trenches..................................................................................................................................15 •rr 7-08.3(1)C Pipe Zone Bedding.....................................................................................................................15 7-08.3(1)C Bedding the Pipe.........................................................................................................................15 7-08.3(2)D Pipe Laying-Steel or Aluminum...................................................................................................15 748.3(2)G Jointing of Dissimilar Pipe............................................................................................................16 ow7-08.4 Measurement .................................................................................................................................16 7-08.5 Payment........................................................................................................................................16 SECTION 7-17,SANITARY SEWERS March 3, 1997............................................................................................16 err7-17.2 Materials.......................................................................................................................................16 7-17.3(2)C Infiltration Test.........................................................................................................................17 SECTION 8-09,RAISED PAVEMENT MARKER March 3, 1997.............................................................................17 8-09.1 Description....................................................................................................................................17 8-09.3 Construction Requirements................................................................................................................17 8-09.3(5) Recessed Pavement Marker..............................................................................................................17 r�r 8-09.5 Payment........................................................................................................................................17 SECTION 8-11, GUARDRAIL March 3,1997.......................................................................................................17 8-11.3(1)C Erection of Rail.........................................................................................................................17 8-11.3(1)D Anchor Installation ...........................................18 ......................................................................... SECTION 8-15,RIPRAP March 3,1997..............................................................................................................18 rrr8-15.2 Materials.......................................................................................................................................18 8-15.4 Measurement.................. .......................................................................................................18 SECTION 8-17,IMPACT ATTENUATOR SYSTEMS March 3,1997........................................................................18 ap8-17.3 Construction Requirements................................................................................................................18 SECTION 8-20,ILLUMINATION,TRAFFIC SIGNAL SYSTEMS. ..........................................................................18 40 AND ELECTRICAL March 3,1997....................................................................................................................19 8-20.2(1) Equipment List and Drawings.........................................................................................................19 8-20.3(13)A Light Standards.......................................................................................................................19 aw SECTION 8-21,PERMANENT SIGNING March 3, 1997........................................................................................19 8-21.2 Materials.......................................................................................................................................19 8-21.3 Construction Requirements.................................................................................................................19 of 8-213(4) Sign Removal..............................................................................................................................19 8-213(9)F Bases......................................................................................................................................20 8-21.3(10)A Sign Lighting Luminaires...........................................................................................................20 8-21.3(9)G Identification Plates...................................................................................................................20 as8-21.3(12) Steel Sign Posts..........................................................................................................................20 SECTION 8-22,PAVEMENT MARKINGS March 3,1997.......................................................................................21 a� 8-22.2 Materials.......................................................................................................................................21 SECTION 9-02,BITUMINOUS MATERIALS March 3,1997...................................................................................21 9-02.4 Anti-Stripping Additive....................................................................................................................21 SECTION 9-03,AGGREGATES March 3,1997....................................................................................................21 9-03.12 Gravel Backfill..............................................................................................................................21 9-03.12(5) Gravel Backs-ill for Drywells.........................................................................................................22 err 9-03.14(2) Select Borrow............................................................................................................................22 SECTION 9-04,JOINT AND CRACK SEALING MATERIALS.March 3,1997............................................................22 +ur 9-04.3 Joint Mortar..................................................................................................................................22 SECTION 9-05,DRAINAGE STRUCTURES,CULVERTS, AND CONDUITS March 3, 1997.........................................22 9-05.4(7) Coupling Bands...........................................................................................................................22 irr 9-05.12(1) Solid Wall PVC Culvert Pipe,Solid Wall PVC Storm Sewer Pipe, and PVC Sanitary Sewer Pipe.................22 Page AMD-iii Revision Date:May 19, 1997 r 9-05.12(1) Solid Wall PVC Culvert Pipe, Solid Wall PVC Storm Sewer Pipe,and Solid Wall PVC Sanitary Sewer Pipe...22 9-05.12(2) Profile Wall PVC Culvert Pipe and Profile Wall PVC Storm Sewer Pipe.................................................23 9-05.12(2) Profile Wall PVC Culvert Pipe,Profile Wall PVC Storm Sewer Pipe,and Profile Wall PVC Sanitary Sewer Pipe23 9-05.19 Corrugated Polyethylene Culvert Pipe................................................................................................23 SECTION 9-06,STRUCTURAL STEEL AND RELATED MATERIALS March 3, 1997................................................23 9-06.16 Roadside Sign Structures..................................................................................................................24 +I 9-06.5(3) High Strength Bolts......................................................................................................................24 9-06.5(4) Anchor Bolts...............................................................................................................................24 9-06.5(5) Bolt, Nut, and Washer Specifications......................................................................................................25 SECTION 9-09,TIMBER AND LUMBER March 3, 1997........................................................................................25 9-09.3(1)B Placing in Treating Cylinders......................................................................................................25 rll SECTION 9-11,WATERPROOFING March 3, 1997..............................................................................................25 9-11.1 Asphalt for Waterproofing................................................................................................................25 SECTION 9-12,MASONRY UNITS March 3, 1997................................................................................................25 9-12.4 Precast Concrete Manholes................................................................................................................25 9-12.5 Precast Concrete Catch Basins ...........................................................................................................26 9-12.7 Precast Concrete Drywells..................................... ...........................26 ................................................. SECTION 9-13,RIPRAP,QUARRY SPALLS,SLOPE PROTECTION,AND ROCK WALLS March 3, 1997....................26 9-13.4 Concrete Slab Riprap................................................. SECTION 9-16,FENCE AND GUARDRAIL March 3, 1997....................................................................................26 9-163(1) Rail Element...............................................................................................................................26 9-16.3(2) Posts and Blocks..........................................................................................................................26 Irrl 9-16.3(5) Anchors.....................................................................................................................................27 1 r�l rill Page AMD-iv Revision Date:May 19, 1997 1-04.6 Increased or Decreased Quantities 1-07.13(4) Repair of Damage ar I { TC "SECTION 1-04, SCOPE OF THE WORK" }SECTION 1-04, SCOPE OF THE "2 WORK 3 March 3, 1997 4 1-04.6 Increased or Decreased Quantities 11115 The first sentence of Item no. I in the first paragraph is revised to read: 6 7 Either party to the contract will be entitled to renegotiate the price for that portion of the actual quantity in excess of 125 percent of the 8 original bid quantity. 9 0 Item no.2 in the first paragraph is revised to read: 1 arr 2 Either party to the contract will be entitled to an equitable adjustment if the actual quantity of work performed is less than 75 percent of 3 the original bid quantity. The equitable adjustment in the case of decreased quantities shall be based upon any increase or decrease in costs due 4 solely to the variation of the estimated quantity. The total payment for any item will be limited to no more than 75 percent of the amount 5 originally bid for the item. 11116 7 Item no.4 in the second paragraph is deleted. „8 { TC "SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE 9 PUBLIC" }SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO o THE PUBLIC 1 March 3, 1997 11102 1-07.90 Required Documents 3 The fifth sentence of the third paragraph is revised to read: 4 11115 Employee labor descriptions used on certified payrolls shall coincide exactly with the labor descriptions on the minimum wage schedule in 6 the contract unless the Engineer approves an alternate method to identify labor used by the Contractor to compare with labor listed in the 7 contract provisions. 8 9 1-07.11(10)B Required Records and Retention 0 The reference to"PR 1391" in the first sentence of the second paragraph is revised to read"FHWA 1391". 1 2 The third paragraph is revised to read: w3 4 All Contractors/Subcontractors having contracts of$100,000 or,more that are Federally funded shall submit WSDOT form 820-010 to the 5 Project Engineer by the fifth of the month during the term of the contract. The Contractor/Subcontractor shall maintain this information for all 6 Contracting Agency funded projects,and those Federally funded projects under$100,000. 107 8 1-07.13(4) Repair of Damage 9 The second sentence of the first paragraph is revised to read: 0 1 For damage qualifying for relief under Section 1-07.13(1), 1-07.13(2), and 1-07.13(3), payment will be made in accordance with Section 2 1-04.4 nr Page AMD-5 Revision Date:May 19, 1997 1-09.8 Payment for Material on Hand 1-10-2(l) General 14 I { TC "SECTION 1-099 MEASUREMENT AND PAYMENT" }SECTION 1-09, 2 MEASUREMENT AND PAYMENT 3 March 3, 1997 a 1-09.8 Payment for Material on Hand 5 The first sentence of the fifth paragraph is revised to read: 6 7 The Contracting Agency will not pay for material on hand when the invoice cost is less than$2,000. 8 { TC "SECTION 1-109 TEMPORARY TRAFFIC CONTROL" )SECTION 1-10, 9 TEMPORARY TRAFFIC CONTROL o March 3, 1997 1 1-10.2(1) Traffic Control Supervisor 2 This section is revised to read: 3 a 1-10.2(1) General 5 The Contractor shall designate an individual or individuals to perform the duties of Traffic Control Manager 6 (TCM) and Traffic Control Supervisor (TCS). The TCM and TCS shall be certified as a worksite traffic 7 control supervisor by one of the organizations listed in the Special Provisions. A TCM and TCS are required 8 on all projects that have traffic control. The TCM can also perform the duties of the TCS. The Contractor 9 shall identify an alternate TCM and TCS that can assume the duties of the assigned or primary TCM and TCS o in the event of that person's inability to perform. Such alternates shall be adequately trained and certified to 1 the same degree as the primary TCM and TCS. 2 3 The Contractor shall maintain 24-hour telephone numbers at which the TCM and TCS can be contacted and be 4 available upon the Engineers request at other than normal working hours. The TCM and TCS shall have 5 appropriate personnel, equipment, and material available at all times in order to expeditiously correct any 6 deficiency in the traffic control system. 7 8 1-10.2(1)A Traffic Control Manager 9 The duties of the Traffic Control Manager include: IN 0 1 1. Discussing proposed traffic control measures and coordinating implementation of the Contractor- 2 adopted traffic control plan(s) with the Engineer. W 3 4 2. Coordinating all traffic control operations, including those of subcontractors, suppliers, and any 5 adjacent construction or maintenance operations. ire► 6 7 3. Coordinating the project's activities (such as ramp closures, road closures, and lane closures) 8 with appropriate police, fire control agencies, city or county engineering, medical emergency 9 agencies, school districts, and transit companies. 0 to Page AMD-6 Revision Date:May 19, 1997 di 1-10.2(1) General 1-10.2(1) General +wr 1 4. Overseeing all requirements of the contract which contribute to the convenience, safety, and 2 orderly movement of vehicular and pedestrian traffic. " 3 4 5. Having the latest adopted edition of the MUTCD including the Modifications to the MUTCD for 5 Streets and Highways for the State of Washington and applicable standards and specifications +w 6 available at all times on the project. 7 8 6. Attending all project meetings where traffic management is discussed. 409 0 7. Review TCS's diaries daily and be responsible for knowing "field" traffic control operations. 1 2 1-10.2(1)B Traffic Control Supervisor 3 A TCS shall be on the project whenever traffic control labor is required or as authorized by the Engineer. 4 5 . The TCS shall personally perform all the duties of the TCS. During nonwork periods, the TCS shall be 6 able to be on the jobsite within a 45-minute time period after notification by the Engineer. �. 7 8 The TCS's duties shall include: 9 0 1. Inspecting traffic control devices and nighttime lighting for proper location, installation, 1 message, cleanliness, and effect on the traveling public. Traffic control devices shall be 2 inspected each work shift except that Class A signs and nighttime lighting need to be checked 3 only once a week. Traffic control devices left in place for 24 hours or more should also be 4 inspected once during the nonworking hours when they are initially set up (during daylight or 5 darkness, whichever is opposite of the working hours). 6 7 2. Preparing a daily traffic control diary on DOT Forms 421-040A and 421-040B, which shall be 8 submitted to the Engineer no later than the end of the next working day to become a part of the 9 project records. The Contractor may use their own form if it is approved by the Engineer. 0 Include in the diary such items as: 1 2 a. When signs and traffic control devices are installed and removed, 3 b. Location and condition of signs and traffic control devices, 4 c. Revisions to the traffic control plan, 5 d. Lighting utilized at night, and 6 e. Observations of traffic conditions. 7 8 3. Ensuring that corrections are made if traffic control devices are not functioning as required. dog The TCS may make minor revisions to the traffic control plan to accommodate site conditions as 0 long as the original intent of the traffic control plan is maintained and the revision has 1 concurrence of the WSDOT TCS. 2 3 4. Attending traffic control coordinating meetings or coordination activities as authorized by the 4 Engineer. 5 6 The TCS may perform the work described by "Traffic Control Labor" as long as the duties of the TCS 7 are accomplished. Possession of a current flagging card by the TCS is mandatory. to g 9 A reflective vest and hard hat shall be worn by the TCS- 0 Page-"D-7 Revision Date:May 19, 1997 1-10.2(3) Conformance to Established Standards 1-10.3(5) Tem ora Traffic Control Devices 1 1-10.2(3) Conformance to Established Standards 2 This section is supplemented with the following: 3 4 The.condition of signs and traffic control devices shall be new or "acceptable" as defined in the book Quality 5 Standards For Work Zone Traffic Control Devices, and will be accepted based on a visual inspection by the 6 Engineer. The Engineer's decision on the condition of a sign or traffic control device shall be final. When a 7 sign or traffic control device becomes classified as "unacceptable" it shall be removed from the project and 8 replaced within 12 hours. 9 o The book, Quality Standards For Work Zone Traffic Control Devices, is availabfe by writing to the American ] I Traffic Safety Service Association, 5440 Jefferson Davis Hwy., Fredericksburg, VA 22407, telephone: (703) 2 898-5400, FAX (703) 898-5510. 3 4 1-10.3(1) Traffic Control Labor 5 The first sentence of the second paragraph is replaced with the following two sentences: 6 7 Flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, or 8 Idaho. The flagging card shall be immediately available and shown upon request by the Contracting Agency. 9 o 1-10.3(2) Traffic Control Vehicle 1 This section is revised to read: 2 3 When the bid proposal includes an item "Traffic Control Vehicle," the work required for this item is furnishing 4 a vehicle or vehicles for the traffic control supervisor and for transporting the Class B construction signs and 5 other temporary traffic control devices in the "work area" defined in Section 1-10.5. The eligible work for 6 transporting signs shall be limited to: 7 8 1. Set up and removal, 9 2. Relocation to and from temporary storage, provided that, the use and location of the temporary o storage is approved by the Engineer, and 1 3. Relocation on the project, provided that, the new locations are in accordance with the contract plans, 2 approved traffic control plan, or the orders of the Engineer. 3 4 The traffic control vehicle shall be equipped with a roof or post-mount flashing amber light visible for 360 5 degrees. 6 7 1-10.3(5) Temporary Traffic Control Devices 8 The first sentence of the first paragraph is revised to read: 9 o When the bid proposal includes an item for "Temporary Traffic Control Devices", the work required for this 1 item shall be furnishing barricades, flashers, cones, traffic safety drums, and other temporary traffic control 2 devices, unless the contract provides for furnishing a specific temporary traffic control device under another 3 item. 4 41 Page AMD-8 Revision Date:May 19, 1997 iii 1-10.4 Measurement 1-10.5 Payment Iry 1 1-10.4 Measurement m2 The fourth paragraph is revised to read: 3 4 Traffic control supervisor will be measured per hour for each hour a person is actually performing the duties W5 described in Section 1-10.2(1)B as authorized by the Engineer. A minimum of 4 hours will be paid when the 6 Engineer authorizes the TCS to be on the jobsite during non-working shifts. 7 ,; 8 The following paragraph is inserted after the fourth paragraph: 9 0 No unit of measure will apply to the position of traffic control manager and it wiH be considered incidental to 1 unit contract prices. . When the traffic control manager performs the duties of the traffic control supervisor, 2 measurement and payment will be as specified for the traffic control supervisor. 3 904 The sixth paragraph is revised to read: 5 6 The days eligible for "Traffic Control Vehicle" will be those days that a vehicle or vehicles are actually used 1W 7 for the previously described work. The Contractor may use more than one vehicle to perform this work, 8 however, all the vehicles used will be considered one unit for the days that more than one vehicle is used. 9 Vehicles required to be furnished by any other specifications such as Section 1-10.3(6) may be used for doing moo the work required by this section but will be excluded from payment under this section. 1 2 1-10.5 Payment 3 The bid item "Traffic Control Supervisor", per day, is revised to read: 4 W5 "Traffic Control Supervisor", per hour. 6 7 The first paragraph following the bid item "Traffic Control Supervisor" is revised to read: W8 9 The unit contract price per hour for "Traffic Control Supervisor" shall be full pay for each hour a person 0 performs the duties described in Section 1-10.2(1)B including when performing traffic control labor duties. #01 2 Under the bid item "Temporary Traffic Control Devices", the reference to "Section 1-10.3(9)", is revised to read 3 "Section 1-10.3(5)". 604 5 The first paragraph following the bid item"Traffic Control Vehicle"is revised to read: 6 7 The unit contract price per day shall be full pay for all costs involved in furnishing the vehicle or vehicles for 40'8 the work described in Sections 1-10.2(1)B and 1-10.3(2). The operator(s) of the vehicle(s) will be paid for 9 under the item "Traffic Control Labor" or "Traffic Control Supervisor". 0 *W 1 The last paragraph of this section is deleted. Page-"D-9 Revision Date:May 19, 1997 2-03.304)I Embankments at Bridge and Trestle Ends 2-09.3(1)E Backfillme I { TC "SECTION 2-03, ROADWAY EXCAVATION AND EMBANKMENT[[ 2 )SECTION 2-039 ROADWAY EXCAVATION AND EMBANKMENT 3 March 3, 1997 4 2-03.3(14)I Embankments at Bridge and Trestle Ends 5 The third paragraph is replaced with the following two paragraphs: 6 7 To prevent the bridge from being distorted or displaced, the Contractor shall place backfill material evenly 8 around all sides and parts of the structure. The Contractor shall not backfill any abutment prior to placing the 9 superstructure. After the superstructure is in place, use of small compactors may be required to compact the 0 backfill around the structure. Embankments and backfill behind the abutments must be brought up in layers I and compacted concurrently. The difference in backfill height against each abutment shall not exceed 2 feet 2 unless approved by the Engineer. 3 4 The Contractor may request, in writing, approval to place the abutment backfill (either full or partial height) 5 prior to placement of the superstructure. To receive this approval, the Contractor shall submit calculations, for 6 the Engineer's review. The calculations shall prove that the abutment is stable, both for overturning and 7 sliding, without the superstructure in place. The stability calculations shall assume a loading of 30 lbs/ft, No 8 equivalent fluid pressure and include at least a 2 foot surcharge for the backfill placement equipment. If the 9 abutment backfill is allowed to be placed prior to completion of the superstructure, the Contractor shall bear 0 any added cost that results from the change. I 2 2-03.3(14)K Select or Common Borrow Including Haul 3 In the first paragraph the reference to Section 9-02.14(3) for common borrow requirements is revised to read 4 "Section 9-03.14(3). Ali 5 { TC "SECTION 2-09, STRUCTURE EXCAVATION" )SECTION 2-09, 6 STRUCTURE EXCAVATION 7 March 3, 1997 8 2-09.3(1)E Backfilling 9 The specifications for Controlled Density Fill in the fourth paragraph are revised to read: 0 + I Ingredients Amount per Cu. Yd. 2 Portland Cement 50 lb. 3 Fine Aggregates Class 1 or 2 3300 lb. (3500 lb. if flyash Class C is 4 used.) 5 Air Entrainment Admixture Per Manufacturer's recommendations 6 Fly Ash Class F or 300 lb. 7 Fly Ash Class C 150 lb. 8 Water 300 lb. (maximum) 9 Page AMD-10 Revision Date:May 19, 1997 2-09.4 Measurement 6-02.3(4)D Temperature and Time For Placement 1 2-09.4 Measurement +w2 Under "Horizontal Limits" the paragraph dealing with "pipelines" and the paragraph dealing with "pipes, pipe 3 arches, structural pipes, and underpasses" are deleted and replaced with the following: 4 105 For all pipes, pipe arches, structural plate pipes, and underpasses, the structural excavation quantity will be 6 calculated based on the following trench width: 7 #W8 For drain and underdrain pipes, trench width = I.D. + 12 inches. 9 For pipes 15 inches and under, trench width = I.D. + 30 inches. 0 For pipes 18 inches and over, trench width = (1.5 x I.D.) + 18 inches. M1 2 Under "Horizontal Limits" the following new paragraph is added: 3 w4 For drywells, the limits shall be in accordance with the Standard Plans. 5 6 The paragraph for "Gravel Backfill" is revised to read: ,W7 8 Gravel Backfill 9 Gravel backfill, except when used as bedding for culverts and storm sewer pipes, will be measured by the to 0 cubic yard in place determined by the neat lines required by the Plans. t ,02 2-09.5 Payment 3 The paragraph between the bid items "Gravel Backfill (kind)" and "Controlled Density Fill" is deleted. ""4 { TC "SECTION 3-02, STOCKPILING AGGREGATES" }SECTION 3-02, 5 STOCKPILING AGGREGATES #w6 March 3, 1997 .w7 3-02.3(1) Asphalt Concrete Aggregates 8 The first paragraph is revised to read: 9 AW o Aggregates for Classes A, B and E shall be produced or furnished in the following sizes as they apply to the 1 class of asphalt concrete to be produced: 1 1/4 inch-1/4 inch, 5/8 inch-1/4 inch and 1/4 inch-0. Each size 2 shall be stockpiled separately regardless of whether it is being produced for future work or for immediate use, 3 except as modified in Section 9-03.8. ..4 { TC "SECTION 6-02, CONCRETE STRUCTURES" }SECTION 6-029 CONCRETE 5 STRUCTURES 6 March 3, 1997 7 6-02.3(4)D Temperature and Time For Placement 8 The first paragraph is supplemented with the following: 9 Q Page-AMD-11 Revision Date:May 19, 1997 Wo 6-02.3(11) Curing Concrete 6-02.3(25)F Prestress Release 1 Precast concrete that is heat cured per Section 6-02.3(25)D shall remain between 50 and 90 F while it is being 2 placed. iii 3 4 6-02.3(11) Curing Concrete ;i 5 Item number 1 of the first paragraph is revised to read: 6 7 L Bridge roadway slabs (except those made of concrete Class 4000D and 4000DLS), bridge approach slabs, 8 flat slab bridge superstructures, bridge sidewalks, box culvert tops, roofs of cut and cover tunnels - curing 9 compound covered by white reflective type sheeting, or continuous wet curirfg for at least 10 days. 0Ii 1 6-02.3(17)J Face Lumber, Studs, Wales, and Metal Forms 2 The 22nd paragraph of Section 6-02.3(17)) is revised to read: 3 4 The Contractor shall select a parting compound from the current Qualified Products List, or submit to the 5 Engineer a sample of the parting compound at least ten working days before its use. Approval or non-approval 6 shall be based on laboratory test results or selection off the current Qualified Products List. 7 �i 8 6-02.3(24)A Field Bending 9 Item No. 2 under "In field-bending steel reinforcing bars" in the second paragraph, is revised to read: 0 1 Apply heat as described in Tables 2 and 3 for bending bar sizes No. 6 through No. 11 and for bending bar 2 sizes No. 5 and smaller when the bars have been previously bent. Previously unbent bars of sizes No. 5 and 3 smaller may be bent without heating; 4 5 Table 1 is supplemented with the following: iNM 6 7 The minimum bending diameters for stirrups and ties for No. 4 and No. 5 bars when heat is not applied shall 8 be specified in Section 9-07. 9 o 6-02:3(25)F Prestress Release 1 This Section is supplemented with the following: 2 3 The Contractor may request, in writing, permission to release the prestressing reinforcement at a minimum 4 concrete compressive strength less than specified in the Plans. This request shall be accompanied with 5 calculations, prepared by a Professional Engineer licensed in the state of Washington, showing the adequacy of go 6 the proposed release concrete compressive strength. The calculated release strength shall meet the 7 requirements outlined in the Washington State Department of Transportation Bridge Design Manual for tension 8 and compression at release. The proposed minimum concrete compressive strength at release will be evaluated 9 by the Contracting Agency. Fabrication of girders using the revised release strength shall not begin until the 0 Contracting Agency has provided written approval of the revised release compressive strength. if a reduction of 1 the minimum concrete compressive strength at release is allowed, the Contractor shall bear any added cost that 2 results from the change. Page AMD-12 Revision Date.May 19, 1997 6-10.3(1) Precast Concrete Barrier 7-05.2 Materials 1 { TC "SECTION 6-10, CONCRETE BARRIER" }SECTION 6-10, CONCRETE ..z BARRIER 3 March 3, 1997 sm 4 6-10.3(1) Precast Concrete Barrier ,W5 The first two paragraphs are replaced with the following paragraph: 6 7 The concrete in precast barrier shall be Class 4000 and comply with the provisions of Section 6-02.3. No 48� concrete barrier shall be shipped until test cylinders made of the same concrete and cured under the same 9 conditions show the concrete has reached 4000 psi. 0 1 The fifth paragraph is revised to read: 2 3 Precast concrete barrier shall be cured in accordance with Section 6-02.3(25)D except that the barrier shall be 4 cured in the forms until a rebound number test, or test cylinders which have been cured under the same 105 conditions as the barrier, indicate the concrete has reached a compressive strength of at least 2500 psi. No 6 additional curing is required once the barrier is removed from the forms. 4W s 6-10.5 Payment w Section 6-10.5, Payment, is supplemented with the following: 0 1 "Single Slope Concrete Barrier", per linear foot. rV The unit contract price per linear foot for "Single Slope Concrete Barrier" shall be full pay for either cast in 3 place or precast single slope concrete barrier. w4 { TC "SECTION 7-05, MANHOLES, INLETS, AND CATCH BASINS" }SECTION 5 7-605, MANHOLES, INLETS, AND CATCH BASINS 6 March 3, 1997 7 The title of this section is revised to read: S V0 9 SECTION 7-05, MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS IWO 1 7-05.1 Description 2 In the first paragraph, the work "drywells" is inserted after the word "inlets". 3 fm 4 7-05.2 Materials 5 This section is supplemented with the following: Wo 6 7 - Crushed Surfacing Base Course 9-03.9(3) $ Gravel Backfill For Drywells 9-03.12(5) Page-"D-13 Revision Date:May 19, 1997 tir 7-05.3 Construction Requirements 7-05.5 Payment Precast Concrete Drywelis 9-12.7 2 Underground Drainage Geotextile, 3 Moderate Survivability 9-33.1 4 5 7-05.3 Construction Requirements 6 The following paragraph is inserted after the first paragraph: 7 8 The excavation for drywells shall be in accordance with the Standard Plans. The drywell and gravel backfill 9 for drywell shall be completely encased in moderate survivability underground drainage geotextile in 0 accordance with the Standard Plans and in conformance with Section 2-12.3. During construction of the i drywell, all necessary precautions shall be taken to prevent debris and eroded material from entering the 2 drywell. 3 4 The third paragraph is deleted. 5 6 The eighth paragraph is supplemented with the following: r + 7 8 Mortar shall conform to the requirements of Section 9-04.3. 9 0 The 15th paragraph is revised to read: 1 2 Backfilling of inlets, manholes, catch basins, and drywells shall be done in accordance with the provisions of 3 Section 2-09. 4 5 The 16th paragraph is revised to read: 6 7 Manholes, catch basins, inlets and drywells shall be constructed on a compacted or undisturbed level 8 foundation. If the Contractor elects to use a separate cast-in-place base, the concrete shall be Class 4000. 9 Upon fmal acceptance of the work, all manholes, catch basins, inlets, drywells, and other drainage structures 0 shall conform to the requirements of the Standard Plan except as approved by the Engineer. 2 7-05.4 Measurement 3 This section is supplemented with the following: 4 5 Precast Concrete Drywell will be measured per each. 6 7 7-05.5 Payment 8 The bid item "Abandon Drainage Structure", per each, is revised to read: 9 0 "Abandon Existing Manhole", per each. 1 2 This section is supplemented with the following: 3 4 "Precast Concrete D ell ryw ", per each. to Page AMD-14 Revision Date.May 19, 1997 go 7-08.2 Materials 7-08.3(2)D Pipe Laying-Steel or Aluminum so 1 The unit contract price per each for "Precast Concrete Drywell" shall be full pay for furnishing and installing 2 the drywell, including all structure excavation, gravel backfill for drywell, crushed surfacing base course, and W3 drainage geotextile. 4 { TC "SECTION 7-06, CONCRETE PIPE ANCHORS" }SECTION 7-069 sw5 CONCRETE PIPE ANCHORS 6 March 3, 1997 7 This section is deleted in its entirety. V8 { TC "SECTION 7-08, GENERAL PIPE INSTALLATION REQUIREMENTS'' 9 }SECTION 7-08, GENERAL PIPE INSTALLATION REQUIREMENTS o March 3, 1997 7-08.2 Materials �wr 2 This section is revised to read: 3 4 Materials shall meet the requirements of the following sections: 5 6 Gravel Backfill for Foundations 9-03.12(1) 7 Gravel Backfill for Pipe Zone Bedding 9-03.12(3) 8 Bedding Material for Thermoplastic Pipe 9-03.16 9 o 7-08.3(1)A Trenches 1 The second paragraph is revised to read: W 2 3 The trench width shall be as specified in Section 2-09.4 and shall be excavated to the depth and grade as given 4 by the Engineer. tv 5 6 7-08.3(1)C Pipe Zone Bedding 7 This section heading is revised as follows: 8 9 7-08.3(1)C Bedding the Pipe o In the first sentence of the first and second paragraph, the word "material" is inserted after "Pipe zone 101 bedding". 2 3 7-08.3(2)D Pipe Laying - Steel or Aluminum 4 The first paragraph is revised to read: 5 90 6 Pipe with riveted or resistance spot welded seams shall be laid in the trench with the outside laps of 7 circumferential joints upgrade and with longitudinal laps positioned other than in the invert, and firmly jointed 8 together with approved bands. wr Page AMD-15 Revision Date:May 19, 1997 Wr 7-08.3(2)G Jointing of Dissimilar Pie 7-17.3(2)C Infiltration Test 1 2 7-08.3(2)G Jointing of Dissimilar Pipe vo 3 This section is revised to read: 4 go 5 Dissimilar pipe shall be jointed by use of a factory-fabricated adapter coupling as detailed in the Plans, or a 6 pipe collar as detailed in the Standard Plans. 7 8 7-08.4 Measurement 9 The following new paragraph is inserted after the first paragraph: 0 I There will be no specific unit of measure for any material placed in the pipe zone in the installation of culvert 10 2 and storm sewer pipes. 3 4 7-08.5 Payment 5 The bid item "Gravel Backfill for Foundations" is revised to read "Gravel Backfill for Foundation Class—", per 6 cubic yard. 7 8 The following new sentence is inserted after the bid item "Gravel Backfill for Pipe Zone Bedding": 9 ► o All costs associated with furnishing and installing bedding and backfill material within the pipe zone in the I installation of culvert and storm sewer pipes shall be included in the unit contract price for the type and size of 2 pipe installed. 3 4 This section is supplemented with the following paragraph: 5 6 All costs in jointing dissimilar pipe with a coupling or concrete collar shall be included in the unit contract 7 price per linear foot for the size and type of pipe being jointed. 8 { TC "SECTION 7-17, SANITARY SEWERS" )SECTION 7-17, SANITARY 9 SEWERS o March 3, 1997 40 I 7-17.2 Materials 2 The reference to "PVC Sanitary Sewer Pipe" in the fourth paragraph is revised to read "Solid Wall PVC Sanitary 3 Sewer Pipe". 4 5 The fourth paragraph is supplemented with the following: 6 7 Profile Wall PVC Sanitary Sewer Pipe 9-05.12(2) 8 9 7-17.3(2)C Infiltration Test 0 The reference to "(in liters per hour)" in the formula in the second paragraph is revised to read "(in gallons per 0 1 hour)". Page AMD-16 Revision Date.May 19, 1997 is* 8-09.1 Description 8-11.3(1)D Anchor Installation 1 { TC "SECTION 8-09, RAISED PAVEMENT MARKER" }SECTION 8-099 RAISED .w2 PAVEMENT MARKER 3 March 3, 1997 *. a 8-09.1 Description W5 The word "raised" is deleted from the first and second sentences. 6 107 8-09.3 Construction Requirements 8 This Section is revised by adding the following new Section: 9 0 8-09.3(5) Recessed Pavement Marker WI The Contractor shall grind the pavement marker recess in accordance with the dimensions shown in the 2 Standard Plans. Markers shall be installed in the recess in accordance with the Standard Plans and the Plans. 3 4 8-09.5 Payment 5 The first paragraph is supplemented with the following new bid item: '06 7 "Recessed Pavement Marker", per hundred. 8 w9 The second paragraph is revised to read: 0 I The unit contract price per hundred for "Raised Pavement Marker Type I", "Raised Pavement Marker Type v2 2", "Raised Pavement Marker Type 3-_ In.", and "Recessed Pavement Marker" shall be full pay for 3 furnishing and installing the markers in accordance with these Specifications, including all costs involved with 4 traffic control except for reimbursement for labor for traffic control in accordance with Section 1-10.5. 5 { TC "SECTION 8-11, GUARDRAIL" }SECTION 8-11, GUARDRAIL 6 March 3, 1997 wr 7 8-11.3(1)C Erection of Rail 8 The following paragraph is inserted after the second paragraph: 9 I w,o When nested W-beam or thrie beam is specified, two sections of guardrail, one set inside of the other shall be 1 installed. The inside and outside rail elements shall not be staggered. 2 �3 8-11.3(1)D Anchor Installation a The heading is revised to read: �5 6 Terminal and Anchor Installation 7 ` 8 The reference to "steel tubes" in the third paragraph is revised to read "foundation tubes". Page-"D-17 Revision Date:May 19, 1997 ar 8-15.2 Materials 8-20.2(1) Equipment List and Drawin s 1 2 This section is supplemented with the following: 3 4 Assembly and installation of guardrail terminals listed in the Qualified Products List shall be supervised at all 5 times by a manufacturer's representative, or an installer that has been trained and certified by the unit's +i 6 manufacturer. A copy of the installer's certification shall be provided to the Engineer prior to installation. 7 Assembly and installation shall be in accordance with the manufacturer's recommendations. 8 { TC "SECTION 8-159 RIPRAP" )SECTION 8-15, RIPRAP 9 March 3, 1997 _ 0 8-15.2 Materials 1 The reference to Slab Riprap in the first paragraph is deleted. 2 3 8-15.4 Measurement ` 4 The third paragraph is revised to read: 5 Vo 6 Filter blanket will be measured by the ton or per cubic yard of filter blanket actually placed. 7 8 The fifth paragraph dealing with Concrete Slab Riprap is deleted. 9 SECTION 8-17, IMPACT ATTENUATOR SYSTEMS o March 3, 1997 1 8-17.3 Construction Requirements 2 The following paragraph is inserted before the first paragraph: 3 4 Assembly and installation shall be supervised at all times by a manufacturer's representative, or an installer that 5 has been-trained and certified by the unit's manufacturer. A copy of the installer certification shall be provided 6 to the Engineer prior to installation. 7 8 The first sentence of the first paragraph is revised to read: 9 o Assembly and installation shall be in accordance with the manufacturer's recommendations. 1 { TC "SECTION 8-209 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND 2 ELECTRICAL" }SECTION 8-209 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, 3 AND ELECTRICAL 4 March 3, 1997 5 8-20.2(1) Equipment List and Drawings 6 The fifth paragraph is revised to read: 7 Page AMD-18 Revision Date:May 19, 1997 8-20.3(13)A Light Standards 8-21.3(9)F Bases 1 The Contractor will not be required to submit shop drawings for approval for light standards conforming to the 2 pre-approved plans listed in the Qualified Products List. .ter 3 4 8-20.3(13)A Light Standards 5 The first sentence of Item No. 2 in the third paragraph is deleted. 6 7 The first sentence of Item No. 4 in the third paragraph is deleted. 8 { TC "SECTION 8-21, PERMANENT SIGNING" )SECTION 8-21, PERMANENT w9 SIGNING o March 3, 1997 4W 1 8-21.2 Materials jW2 The second sentence of the first paragraph is revised to read: 3 4 Materials for sign bridges, cantilever sign structures, roadside sign structures, and sign mounting shall meet the 5 requirements of Section 9-06. 6 yr 7 8-21.3 Construction Requirements 8 8-21.3(4) Sign Removal 9 This section is revised to read: WO 1 Where shown in the Plans or ordered by the Engineer, the existing signs and, if so indicated, the sign 2 structures shall be removed by the Contractor. Where indicated, the Contractor shall remove concrete V3 pedestals to a minimum of 1 foot below fmished grade and backfill the hole to the satisfaction of the 4 Engineer. Where an existing sign post is located within a sidewalk area, the Contractor shall remove the 5 post and finish the area to make the sidewalk continuous. Wood signs, wood sign posts, wood structures, W6 metal sign posts, windbeams, and other metal structural members shall become the property of the 7 Contractor and shall be removed from the project. Aluminum signs shall remain the property of WSDOT. 8 The Contractor shall bundle and band the signs, and ship the signs C.O.D. by common carrier to: "09 WSDOT Central Sign Shop, 2809 Rudkin.Road, Union..Gap, Washington 98903. The contract number o shall be included with the shipment. If the Contractor elects to deliver the signs, it shall be at no expense 1 to the Contracting agency. All signs shall be shipped to the Central Sign Shop prior to physical V2 completion of the project. If the total square feet of all signs removed is less than 9 square feet they shall 3 become the property of the Contractor and removed from the project. The Contractor will be charged 4 $2.00 per square foot for any signs that are lost or rendered unrecyclable by the Contractor's operation. +•5 6 8-21.3(9)F Bases 7 The second sentence of the second paragraph is revised to read: 8 ws Page-"D-19 Revision Date:May 19, 1997 to' 8-21.3(10)A Sign Lighting Luminaires 8-22.2 Materials 1 Spiral foundation reinforcement shall conform to ASTM A 82 for sign post bases and Section 9-07 for all 2 other sign structure bases. 3 4 The second paragraph is supplemented with the following: 5 6 Concrete for sign post foundations shall be Class 3000 conforming to the requirements of Section 6-02.3. 7 8 8-21.3(10)A Sign Lighting Luminaires io 9 The reference to "Section 9-28.16" in the first sentence is revised to read "Section 9-28.15". 0 1 This section is revised by adding the following new sections: 2 3 8-21.3(9)G Identification Plates 4 When sign structures are constructed, the Contractor shall attach sign structure identification plates to the sign 5 structures as directed by the Engineer. The identification plates will be supplied by the Engineer. When sign 6 structures are removed, the Contractor shall remove the sign structure identification plates from the sign 7 structures and give them to the Engineer. 8 9 8-21.3(12) Steel Sign Posts 0 Steel sign posts shall be connected to concrete bases using the following procedure: t 2 1. Remove all galvanized runs and beads from washer area. 3 2. Assemble sign post to stub post with bolts, using one flat washer on each bolt between plates. 4 3. Shim as required to plumb sign posts. 5 4. Tighten bolts in a systematic order to required torque while not over tightening. 6 5. Loosen each bolt and retighten to required torque in the same order as initial tightening. 7 6. After Contracting Agency inspection of bolt torque, burr threads with center punch to prevent 8 loosening. 9 0 When AASHTO M 183 or ASTM 36 steel is used for posts, a welded bead approximately 2 inches long shall 1 be placed on the post approximately 6 inches from the base connection. When AASHTO M 222, AASHTO M 2 223, ASTM A 572 Grade 50, or ASTM A 53 Grade B steel is used, 2 welded beads approximately 2 inches 3 long and 1/2-inch apart shall be placed on the post approximately 6 inches from the base connection. 4 {.TC "SECTION 8-22, PAVEMENT MARKINGStt )SECTION 8-22, PAVEMENT 40i 5 MARKINGS 6 March 3, 1997 7 8-22.2 Materials s The first sentence is revised to read: 9 0 Material for pavement marking shall be paint or plastic as noted in the bid item and selected from approved 1 materials listed in the Qualified Products List. 2 3 8-22.4 Measurement Page-AMD-20 Revision Date:May 19, 1997 9-02.4 Anti-Stripping Additive 9-03.14(2) Select Borrow I The second sentence of the eighth paragraph is revised to read: 2 3 Removal of traffic markings or stripes in excess of 4 inches in width will be measured by the square yard for 4 the area actually removed. "5 { TC "SECTION 9-02, BITUMINOUS MATERIALS" }SECTION 9-029 6 BITUMINOUS MATERIALS wr7 March 3, 1997 W8 9-02.4 Anti-Stripping Additive 9 This section is revised in its entirety to read: 0 t When directed by the Engineer, heat-stable anti-stripping additive shall be added to the asphalt mix. At the 2 option of the Contractor, the anti-stripping additive can be either added to the liquid asphalt or sprayed on the 3 aggregate on the cold-feed. Once the process and type of anti-stripping additive proposed by the Contractor 4 have been approved by the Olympia Service Center Materials Laboratory, the process, brand, grade, and 5 amount of anti-stripping additive shall not be changed without approval of the Engineer. 6 7 When liquid anti-stripping additive is added to the liquid asphalt, the amount will be designated by the 8 Engineer, but shall not exceed 1 percent by mass (weight) of the liquid asphalt. 9 0 When polymer additives are sprayed on the aggregate, the amount will be designated by the Engineer, but shall i not exceed 0.67 percent by mass(weight) of the aggregate. 2 3 The use of another process or procedure for adding anti-stripping additive to the asphalt mix will be considered 4 based on a proposal from the Contractor. 5 { TC "SECTION 9-039 AGGREGATES" }SECTION 9-039 AGGREGATES 6 March 3, 1997 7 9-03.12 Gravel Backfill 8 This section is supplemented with the following new section: 9 woo 9-03.12(5) Gravel Backfill for Drywells Gravel backfill for dry-wells shall meet the requirements for coarse aggregate for Portland cement concrete, 2 Grading No. 4 in accordance with Section 9-03.1(3)C. "n 3 ,w. 4 9-03.14(2) Select Borrow 5 The sand equivalent requirement in the first paragraph is revised to read "25 min." Page-AMD-21 Revision Date:May 19, 1997 rr 9-04.3 Joint Mortar 9-05.12(2) Profile Wall PVC Culvert Pipe and Profile Wall PVC Storm Sewer Pi De 1 { TC "SECTION 9-04, JOINT AND CRACK SEALING MATERIALS" }SECTION 9-06 2 04, JOINT AND CRACK SEALING MATERIALS 3 March 3, 1997 4 9-04.3 Joint Mortar 5 The first paragraph is revised to read: 6 7 Mortar for hand mortared joints shall consist of one part Portland cement, three parts fine sand, and sufficient ' 8 water to allow proper workability. 9 { TC "SECTION 9-059 DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS" o }SECTION 9-051, DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS 1 March 3, 1997 2 9-05.4(7) Coupling Bands 3 The first paragraph is supplemented with the following: 4 5 As an alternate to the coupling bands shown in the Standard Plans, 24-inch wide flat band couplers are allowed 16 6 for use on all sizes of steel pipe arch with 3-inch by 1-inch corrugations. Rubber gaskets for flat band couplers 7 shall conform to the requirements of Section 9-04.4(3) and shall have a minimum thickness of 1 inch. When 8 flat band couplers are used, pipe arch ends are not required to be recorrugated. 9 o 9-05.12(1) Solid Wall PVC Culvert Pipe, Solid Wall PVC Storm Sewer Pipe, and q# i. PVC Sanitary Sewer Pipe 2 The section heading is revised to read: 3 4 9-0 5.12(1) Solid Wall PVC Culvert Pipe, Solid Wall PVC Storm Sewer Pipe, and Solid Wall PVC 5 Sanitary Sewer Pipe 6 7 The reference to "PVC sanitary sewer pipe" in the first paragraph is revised to read: rr 8 9 "solid wall PVC sanitary sewer pipe" o 1 The third paragraph is revised to read: 2 3 Fittings for solid wall PVC pipe shall be injection molded, factory welded, or factory solvent cemented. ► 4 5 9-05.12(2) Profile Wall PVC Culvert Pipe and Profile Wall PVC Storm Sewer Pipe to 1 6 The section heading is revised to read: .. 7 Page-"D-22 Revision Date:May 19, 1997 9-05.12(2) Profile Wall PVC Culvert Pipe, Profile Wall PVC 9-06.16 Roadside Sign Structures Storm Sewer Pipe and Profile Wall PVC Sanitary Sewer Pipe 1 9-05.12(2) Profile Wall PVC Culvert Pipe, Profile Wall PVC Storm Sewer Pipe, and Profile Wall PVC 2 Sanitary Sewer Pipe 3 404 The first paragraph is revised to read: 5 6 Profile wall PVC culvert pipe and profile wall PVC storm sewer pipe shall meet the requirements of AASHTO 7 M 304 or ASTM F 794 Series 46. Profile wall PVC sanitary sewer pipe shall meet the requirements of ASTM 8 F 794 Series 46. The maximum pipe diameter shall be as specified in the Qualified Products List. 9 1r o The first sentence of the third paragraph is revised to read: 1 2 Qualified producers are identified in the Qualified Products List. Aw 3 4 The fifth paragraph is revised to read: 5 s 6 Fittings for profile wall PVC pipe shall meet the requirements of AASHTO M 304 or ASTM F 794 Series 46. 7 V8 9-05.19 Corrugated Polyethylene Culvert Pipe 9 The second sentence of the first paragraph is revised to read: 0 '•I. The maximum pipe diameter shall be as specified in the Qualified Products List. 2 3 The first sentence of the fourth paragraph is revised to read: 104 5 Qualified producers are identified in the Qualified Products List. 6 407 9-05.20 Corrugated Polyethylene Storm Sewer Pipe 8 The first subparagraph in the first paragraph is revised to read: 9 "no The maximum pipe diameter for corrugated polyethylene storm sewer pipe shall be the diameter for which a 1 producer has submitted a qualified joint. Qualified producers are listed in the Qualified Products List. w 2 { TC "SECTION 9-069 STRUCTURAL STEEL AND RELATED MATERIALS" 3 )SECTION 9-06, STRUCTURAL STEEL AND RELATED MATERIALS .4 March 3, 1997 5 This section is revised by adding the following: 6 00 7 9-06.16 Roadside Sign Structures qw 8 All bolts shall conform to ASTM A 325. Washers for bolts shall be hardened steel per AASHTO M 293. 9 o Posts for single post sign structures shall meet the requirements of ASTM A 36 or ASTM A 53 Grade B. W 1 2 Posts for multiple post sign structures shall meet the requirements of AASHTO M 183. Posts meeting the 3 requirements of AASHTO M 222, AASHTO M 223, or ASTM A 572 Grade 50 may be used as an acceptable „w 4 alternate to the AASHTO M 183 posts. All steel not otherwise specified shall conform to AASHTO M 183. Page-"D-23 Revision Date:May 19, 1997 it 9-06.5(3) High Strength Bolts 9-06.5(5) Bolt Nut and Washer Specifications 1 2 Triangular base stiffeners for one-directional multi-post sign posts shall meet the requirements of AASHTO M 3 222, AASHTO M 223, or ASTM A 572 Grade 50. 4 5 Base connectors for multiple directional steel breakaway posts shall conform to the following: trii 6 7 brackets Aluminum Alloy 6061 T-6 8 bosses for Type 2B brackets ASTM A 582 , 9 coupling bolts ASTM A 325 0 anchor bolts ASTM 304 stainless steel for threaded 1 portion. AISI 1038 steel rod and AISI 2 1008 coil for cage portion. to 3 4 Anchor couplings for multiple directional steel breakaway posts shall have a tensile breaking strength range as Vi 5 follows: 6 7 Type 2A 17,000 to 21,000 lb. Oki 8 Type 2B 47,000 to 57,000 lb. 9 0 For multi-directional breakaway base connectors, shims shall be fabricated from pregalvanized sheet steel. For 1 one-directional breakaway base connectors, single post or multi-post, shims shall be fabricated from brass 2 conforming to ASTM B 36. 3 MM 4 9-06.5(3) High Strength Bolts 5 The first two sentences of the second paragraph are revised to read: 1r1 6 7 Bolts conforming to AASHTO M 164, having an ultimate tensile strength above 145 ksi and are 8 galvanized in accordance with AASHTO M 232, shall be tested for embrittlement. Embrittlement testing ft 9 shall be conducted after galvanization in accordance with ASTM F 606, Section 7. The Manufacturer's 0 Certificate of Compliance for the lot provided shall show the ultimate tensile strength test results. 1 2 9-06.5(4) Anchor Bolts 3 The first.paragraph is revised to read: 4 5 Anchor bolts shall meet the requirements of ASTM A 449 or,AASHTO M 164. Galvanized anchor bolts 6 having an ultimate tensile strength above 145 ksi shall be tested for embrittlement in accordance with 7 ASTM A 143 unless the length is less than five times the nominal bolt diameter, then they shall be tested 8 in accordance with ASTM F 606, Section 7. The Manufacturer's Certificate of Compliance for the lot 9 provided shall show the ultimate tensile strength test results. 0 1 9-06.5(5) Bolt, Nut, and Washer Specifications 2 The ASTM Specification for "Washers - High Strength Bolts" is revised to read "F 436". Page AMD-24 Revision Date:May 19, 1997r 9-09.3(1)B Placing in Treating Cylinders 9-12.5 Precast Concrete Catch Basins +yw { TC "SECTION 9-09, TIMBER AND LUMBER" }SECTION 9-09, TIMBER AND *.2 LUMBER 3 March 3, 1997 .w 4 9-09.3(1)B Placing in Treating Cylinders 5 The requirements for Sign Posts, Mileposts, Sawed Fence Posts, and Mailbox Posts, in the Lumber Grade 006 Requirements Table are deleted. 7 8 The references to Lodgepole Pine in the Lumber Grade Requirements table are deleted. W 9 { TC "SECTION 9-11, WATERPROOFING" }SECTION 9-119 WATERPROOFING 4,o March 3, 1997 "* 1 9-11.1 Asphalt for Waterproofing 2 In the second paragraph, the reference to "ASTM C987" is revised to read "ASTM D41". W 3 { TC "SECTION 9-12, MASONRY UNITS" }SECTION 9-12, MASONRY UNITS 4 March 3, 1997 5 9-12.4 Precast Concrete Manholes w 6 This section is revised to read: 7 8 Precast concrete manholes shall meet the requirements of AASHTO M 199. rr 9 o The joints may be the tongue and groove type or the shiplap type, sufficiently deep to prevent lateral 1 displacement. 3 As an alternate to steel reinforcement, 48-inch diameter by 3-foot high eccentric or concentric cone sections 4 may be reinforced with synthetic fiber. The synthetic fiber shall meet the requirements of ASTM C 116 Type 5 III. The synthetic fiber shall be added at a rate of 0.75 pounds per cubic yard of concrete and shall be 6 thoroughly mixed with the concrete before placement in the forms. The synthetic fibers shall be a minimum of 7 0.75 inches and a maximum of 2 inches in length. A minimum of two hoops of W2 wire shall be placed in the 8 48-inch end of each cone. No steel is required in the remainder of the cone. Precast concrete units shall be 9 furnished with knockouts or cutouts. 0 1 9-12.5 Precast Concrete Catch Basins 2 This section is supplemented with the following: 003 4 Knockouts or cutouts may be placed on all four sides and may be round or D shaped. 5 W 6 Section 9-12 is supplemented with the following new section: 7 = Page-AMD-25 Revision Date:May 19, 1997 Yr 9-12.7 Precast Concrete Drywells 9-16.3(5) Anchors 1 9-12.7 Precast Concrete Drywells 2 Precast concrete drywells shall meet the requirements of Section 9-12.4. Seepage port size and shape may 3 vary per manufacturer. Each seepage port shall provide a minimum of 1 square inch and a maximum of 7 4 square inches for round openings and 13 square inches for rectangular openings. The ports shall be uniformly ,I 5 spaced with at least one port per 8 inches of drywell height and 15 inches of drywell circumference. 6 { TC "SECTION 9-139 RIPRAP, QUARRY SPALLS, SLOPE PROTECTION, AND 7 ROCK WALLS" )SECTION 9-13, RIPRAP, QUARRY SPALLS, SLOPE 8 PROTECTION, AND ROCK WALLS - 9 March 3, 1997 0 9-13.4 Concrete Slab Riprap 1 This section is deleted. 2 > 3 { TC "SECTION 9-16, FENCE AND GUARDRAIL" )SECTION 9-16, FENCE AND 4 GUARDRAIL 5 March 3, 1997 tr 6 9-16.3(1) Rail Element 7 The first paragraph is revised to read: 8 9 The W-beam or thrie beam rail elements, backup plates, reducer sections and end sections shall conform to "A 0 Guide to Standardized Highway Barrier Hardware" published by AASHTO, AGC, and ARTBA. All rail ref 1 elements shall be formed from 12 gage steel except for d e beam used for bridge rail retrofit and Design F 2 end sections, which shall be formed from 10 gage steel. 3 4 9-16.3(2) Posts and Blocks 5 The second sentence of the first paragraph is revised to read: 6 7 Blocks listed on the Qualified Products List that are made from alternate materials may be used in accordance 8 with manufacturers recommendations. ► 9 0 9-16.3(5) Anchors 1 The following paragraph is inserted after the third paragraph: 2 3 Foundation tubes shall be fabricated from steel conforming to the requirements of ASTM A 500, grade B or 4 ASTM A 501. 5 6 The reference to "W 200 x 27" in the fifth and ninth paragraphs is revised to read "W 8 x 17". Page AMD-26 Revision Date:May 19, 1997 wr ow of w �r SPECIAL PROVISIONS aw low di di ,or 4w DIVISION 1 GENERAL REQUIREMENTS no 1-01 DEFINITIONS AND TERMS 1-01.3 Definitions (APWA Only) 4W Add the following definitions: CITY wr The City of Renton 4W Substantial Completion Date(APWA Only) The date established by the Contracting Agency or ENGINEER when the contract work is completed to a 4W point that the formal procedures for liquidated damages will no longer be used and liquidated damages thereafter will be assessed on the basis of direct engineering and related cost for overruns of the contract time until the Actual Completion Date. .w Actual Completion Date(APWA Only) The date established by the ENGINEER as the date that all the work the contract requires is complete. No Acceptance Date(APWA Only) Im The date the Contracting Agency accepts the completed contract and items of work shown in the final estimate. Iwo 1-03 AWARD AND EXECUTION OF CONTRACT 1-03.1(1) Consideration of Bids(Additional Section) low The contract,if awarded,will be awarded to the lowest responsive,responsible bidder. 1-03.2 Award of Contract(Supplemental Section) Im The contract award or bid rejection will occur within 30 calendar days after bid opening. Im 1-04 SCOPE OF THE WORK 1-04.12 Hours of Work(Additional Section) 4W General hours of work for the Project shall be limited to the hours of 7:00 a.m.to 5:00 p.m. The Hours of Work may be changed at the discretion of the ENGINEER when it is in the interest of the public or the CONTRACTOR due to reasons of safety, health and welfare and must be approved in writing prior to the start of construction work. The CONTRACTOR shall give a minimum of 48 hours notice to the Contracting Agency prior to work on any roadway and shall do no work on the roadway without a traffic control plan approved by the City Transportation Division. Special Provisions Page 1 yr 01/12/2005 1-05 CONTROL OF WORK 1-05.4 Conformity with and Deviations from Plans and Stakes (Revised Section) Delete the first sentence of this section and replace with the following: The CONTRACTOR will lay out and set any construction stakes and marks needed to establish the lines, grades, slopes,cross-sections,and curve super-elevations. 1-05.5 Construction Stakes(Revised Section) The CONTRACTOR shall provide all required survey work, including such work as mentioned in Section 1-05.4, 1-05.5, 1-11 and elsewhere in these specifications as being provided by the Engineer or Contractor. All costs of this survey work shall be included in "Construction Surveying, Staking, As- Builts"per lump sum,as described in Section 1-09.14(D). 1-05.5(2) Construction Staking(Supplemental Section) Sanitary Sewer and Water Line Alignment and Grade Stakes (50'max.interval for laser control) (30'max. interval for batter boards) 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.16 Protection and Restoration of Property(Supplemental Section) �IfP Private property such as plants,shrubs,trees,fences,and rockeries within the work area shall be removed and restored to the satisfaction of the property owner. It shall be the CONTRACTOR's responsibility to 0 notify each property owner when it is necessary to remove such improvements to facilitate the CONTRACTOR's progress, and to remove those improvements to locations requested by the property owner or to restore them to near original location in as near original condition as possible. For the purpose of this contract, all property not within the Right of Way, including property owned by the City of Renton, will be considered private property. All lawn within the area to be disturbed by the CONTRACTOR's operations shall be cut with a sod- cutting machine,removed and disposed. The disturbed lawn area shall be restored with sod, after trench is backfilled and compacted. The restoration of the distributed lawn area shall be performed under the 40 following guidelines: A. Topsoil shall be placed at a depth of 3 inches. B. Topsoil shall be tilled to a depth sufficient to key into the subsoil, raked to a smooth even grade without low areas to trap water and compacted,all as approved by the ENGINEER. C. Sod strips shall be placed within 48 hours of being cut. Placement shall be without voids and shall have the end joints staggered. The sod shall be rolled with a smooth roller following placement. Page 2 Special Provisions 01/12/2005 4r 4w D. Barriers shall be erected, with warning signs where necessary, to preclude pedestrian traffic from access to the newly placed lawn during the establishment period. go E. The watering schedule of all newly laid sod shall be four times a week for three weeks. The watering shall be such duration as to soak the replaced sod thoroughly and promote good root growth. 1W F. Such removal, complete restoration and maintenance of the lawn shall be considered incidental to other items of work and no further compensation will be made. The CONTRACTOR shall notify all property owners along the construction area, by mail, prior to the start of construction. Names and addresses will be furnished by the CONTRACTING AGENCY. The CONTRACTOR shall further notify each occupancy in person a minimum of three days prior to construction adjacent to each property. 1-07.17 Utilities and Similar Facilities(Supplemental Section) srr The CONTRACTOR shall provide written notification to the ENGINEER whenever an adjustment to the new sewer line location or grade is known to be required in order to avoid conflicts. arw Locations and dimensions shown in the plans for existing buried facilities are in accordance with available information obtained without uncovering, measuring, or other verification. The CONTRACTOR shall be responsible for determining their exact location. All utilities shall be potholed to locate them horizontally and vertically a sufficient time in advance of the pipe excavation, removal, and laying operation to allow adjustments to be made as necessary to avoid conflicts. This work shall be considered incidental to other bid items. The CONTRACTOR is alerted to the existence of Chapter 19.122 RCW, a law relating to underground utilities. Any cost to the CONTRACTOR incurred as a result of this law shall be at the CONTRACTOR's expense. MEASUREMENT AND PAYMENT 1-09.14 Payment Schedule(Additional Section) GENERAL 1-09.14(A) Scope A. Payment for the various items of the Bid Sheets, as further specified herein, shall include all compensation to be received by the CONTRACTOR for furnishing all tools, equipment, supplies, and manufactured articles, and for all labor, operations, and incidentals appurtenant to the items of work being described, as necessary to complete the various items of the WORK all in accordance with the requirements of the Contract Documents, including all appurtenances thereto, and including all costs of compliance with the regulations of public regulations of public agencies having jurisdiction, including Safety and Health Administration of the U.S. Department of Labor (OSHA). Separate payment will not be made for any item that is not specifically set forth in the Bid Schedules, and all costs therefore shall be included wr in the prices named in the Bid Schedules for the various appurtenant items of work. B. The Owner shall not pay for material quantities that exceed the actual measured amount used w„ and approved by the ENGINEER. Special Provisions Page 3 ww 01/12/2005 46 1-09.14(B) Mobilization & Demobilization (Bid Item 001) , Measurement for mobilization, shall be based on the establishment of all site improvements required to begin construction, including: project schedule, and transportation of equipment to the project site, receipt of all bonds and insurance policies, obtaining all required permits, along with any other submittal and shop drawing requirements, provide protection of existing facilities and removal of all materials and equipment from the construction site after project completion. Payment for mobilization will be made at the lump sum amount bid(NOT to exceed 80%of total amount bid for this item prior to completion of construction) based on the percent of completed work as defined in the 1996 Standard Specifications for Road, Bridge, and Municipal Construction (WSDOT) for mobilization. Payment for the remaining 20% will be made upon completion and final clean-up of the construction site. Such payment will be complete compensation for all mobilization of employees, equipment and materials, preparation of all necessary submittals, bonds, insurance, site improvements, clean-up etc. all in conformance with the Contract Documents. 1-09.14(C) Trench Excavation Safety Systems (Bid Item 002) Measurement for trench excavation safety systems will be based on a percentage defined as the amount of sanitary sewer pipelines installed divided by the total length of sanitary sewer pipe shown to be installed. Payment for trench excavation safety systems will be made at the measured percentage amount for the pay period times the lump sum amount bid, said payment will be complete compensation for all equipment, labor, materials, hauling, planning, design, engineering, submittals, furnishing and constructing and removal and disposal of such temporary sheeting, shoring, and bracing complete as required under the provisions of any permits and in the requirements of OSHA and RCW Chapter 49.17, etc. required to complete this item of work in conformance with the Contract Documents. 1-09.14(D) Construction Surveying, Staking,and As-Builts(Bid Item 003) Measurement for construction surveying, staking and as-built information will be based on the percentage of total work complete,by dollar value,at the time of measurement. Payment for construction surveying, staking and as-built information will be made at the measured percentage amount for the pay period times the lump sum amount bid, said payment will be complete compensation for all labor,materials, equipment, travel, surveying needed to construct the improvements to the line and grade as shown on the plans, to provide the required construction and as-constructed field (as-built information) notes and drawings, etc. required to complete this item of work in conformance with the Contract Documents.No more than 50%of the bid amount for this item shall be paid prior to the review and acceptance of the as-constructed information by the Engineer. Page 4 Special Provisions 01/12/2005 arr 1-09.14(E) Traffic Control (Bid Item 004) Measurement for traffic control work will be based on the percentage of total work complete, by dollar err value, at the time of measurement. Payment for traffic control for work will be made at the measured percentage amount for the pay period times the lump sum amount bid, said payment will be complete compensation for all labor, materials, equipment, prepare and conform to the approved Traffic Control Plan, provide for public convenience and safety, detours, flagging, barricades, sequential arrow boards, signs, traffic control devices, temporary striping,cleanup, etc.required to complete this item of work in conformance with the Contract Documents. See Section 1-10.1(1)of the Special Provisions for more information. 1-09.14(F) Temporary Erosion/Sedimentation Controls (Bid Item 005) w 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. wr Payment for temporary erosion/sedimentation control(s) will be at the lump sum amount bid,which pay- ment shall be complete compensation for all labor, materials, equipment, straw-bale dikes, silt fencing, plastic sheeting,etc.required to complete this item of work in conformance with Contract Documents. 1-09.14(G) Landscape Restoration(Bid Item 006) �r Measurement for landscape restoration shall be per lump sum of landscape restored as required to complete this item in conformance with the Contract Documents. ` Payment for landscape restoration shall be per lump sum, which payment will be complete compensation for all labor, equipment, materials, materials hauling, sod, topsoil, preparation, forming, placement, finishing, watering, cleanup, etc. required to compete this item in conformance with the Contract 1W Documents. 1-90.14(H) Re-Establish Existing Monuments(Bid Item 007) Measurement for re-establishing existing monuments will be per each monument re-established, in conformance with RCW 58.09.130. Payment for re-establishing monuments will be made at the unit price bid per each, which payment will be complete compensation for all labor, equipment, materials, excavation, new monument with housing, w. placement, installation, backfill, compaction, restoration, etc. required to reference the existing monument and re-establish a new one after utility construction and restoration is complete, in conformance with the Contract Documents. 1-09.14(n Television Inspection of Sanitary Sewers(Bid Item 008) Measurement for television inspection of the new sewers will be based on the lineal feet of pipe AV inspected. Payment for television inspection of the new sewers in accordance with specification section 7-17.3(4)1 .r will be made at the amount bid per linear foot,which payment will be considered complete compensation for all labor, materials, equipment to perform television inspection and prepare videotape record of all new sewers constructed by excavate and replace methods as part of the project and record videotapes. 4W Special Provisions Page 5 ,w 01/12/2005 1-09.14(,) Furnish and Install 18" PVC Sewer Pipe(Bid Item 009) Measurement for furnishing and installing 18" diameter sanitary sewer pipe and cleanouts of the type required will be based on lineal footage measured horizontally over the centerline of the installed pipe. Payment for furnishing and installing 18"diameter sanitary sewer pipe and cleanouts of the type required will be made at the amount bid per linear foot, which payment will be complete compensation for all labor, materials, equipment, hauling, pavement cutting, asphalt concrete pavement removal, cement concrete pavement removal, excavation, dewatering, bypass pumping, removal and disposal of waste material,pipe of the size and type required,gaskets, fittings and adaptors, installation,laying and jointing pipe and fittings, bedding, and pipe zone fill material, appurtenances, frame and lid, concrete, placement of subsequent backfill(native)materials,compaction,water, grading, cleaning,placement and removal of temporary pavement patching, and testing (exfiltration or low pressure air test and deflection testing), etc. required to complete the work in accordance with the Contract Documents. Select imported backfill 40 materials are included in other bid items(See Bid Item 020). 1-09.14(K) Furnish and Install 8" PVC Sewer Pipe(Bid Item 010) all Measurement for 8" diameter sanitary sewer pipe of the type required will be based on lineal footage measured horizontally over the centerline of the installed pipe. Payment for furnishing and installing 8" diameter sanitary sewer pipe of the type required will be made at the amount bid per linear foot, which payment will be complete compensation for all labor, materials, equipment, hauling, pavement cutting, asphalt concrete pavement removal, cement concrete pavement removal, excavation, dewatering, bypass pumping, removal and disposal of waste material, pipe of the size and type required, gaskets, fittings and adaptors, installation, laying and jointing pipe and fittings, bedding, and pipe zone fill material, appurtenances, placement of subsequent backfill (native) materials, compaction, water, grading, cleaning, placement and removal of temporary pavement patching, and testing (exfiltration or low pressure air test and deflection testing), etc.required to complete the work in accordance with the Contract Documents. Select imported backfill materials are included in other bid items(See Bid Item 020). 1-09.14(L) Furnish and Install 6" PVC Side Sewer Pipe(Bid Item 011) Measurement for 6" diameter side sewer pipe of the type required will be based on lineal footage measured horizontally over the centerline of the installed pipe. Payment for furnishing and installing 6" diameter sanitary sewer pipe of the type required will be made at the amount bid per linear foot, which payment will be complete compensation for all labor, materials, equipment, hauling, pavement cutting, asphalt concrete pavement removal, cement concrete pavement removal, excavation, dewatering, bypass pumping, removal and disposal of waste material, pipe of the size and type required, gaskets, fittings and adaptors, installation, laying and jointing pipe and fittings, bedding, and pipe zone fill material, appurtenances, placement of subsequent backfill (native) materials, compaction, water, grading, cleaning, placement and removal of temporary pavement patching, and testing (exfiltration or low pressure air test and deflection testing), etc. required to complete the work in accordance with the Contract Documents. Select imported backfill materials are included in other bid items(See Bid Item 020). Page 6 Special Provisions 01/12/2005 +rr 1-09.14(M) Furnish and Install 60" Sanitary Sewer Manhole (Bid Item 012) Measurement for furnishing and installing 60" sanitary sewer manholes will be per each for each type manhole installed in conformance with the Contract Documents. Payment for furnishing and installing 60" sanitary sewer manholes will be made at the unit price bid per each, which payment will be complete compensation for all labor, equipment, materials hauling, .r pavement cutting, asphalt concrete pavement removal, cement concrete pavement removal, dewatering, excavation, removal and disposal of waste material, foundation material, concrete base (including poured-in-place base for saddle manhole), precast concrete manhole sections, gaskets, coating system (sealer), manhole frame and lid, installation, adjustment of frames to grade, ladder and rungs, appurtenances, connections, channeling, reconnection of existing sewer(s), placement of subsequent backfill (native) materials, compaction, water, cleaning, placement and removal of temporary pavement 4W patching, and testing, etc. required to complete all manholes in conformance with the Contract Documents. Select imported backfill materials are included in other bid items(see Bid Item 020). 9W 1-09.14(1) Furnish and Install 18" Drop Connection (Bid Item 013) Measurement for furnishing and installing 18" drop connection will be per each for each drop connection 40 installed in conformance with the Contract Documents. Payment for furnishing and installing 18" drop connections will be made at the unit price bid per each, to which payment will be complete compensation for all labor, equipment, materials hauling, pavement cutting, asphalt concrete pavement removal, cement concrete pavement removal,dewatering, excavation, removal and disposal of waste material, foundation material, concrete, 18" PVC pipe, fittings, straps, installation, appurtenances, connections, channeling, reconnection of existing sewer(s), placement of g" subsequent backfill native materials compaction, water, cleaning,placement and removal of temporary q (native) P g�P P rY pavement patching, and testing, etc. required to complete all drop connections in conformance with the Contract Documents. Select imported backfill materials are included in other bid items (see Bid Item O" 020). 1-09.14(0) Connect New Sewer to Existing Sewer Facility(Bid Item 014) wr Measurement for connecting the new sewer main to an existing sewer facility will be per each for connection made in conformance with the Contract Documents. VW Payment connecting the new sewer main to an existing sewer facility (manhole, sewer main line) will be made at the unit price bid per each, which payment will be complete compensation for all labor, OW equipment, excavation around and protection of existing manholes, core drilling, rechanneling existing manholes, removal of existing manholes (if necessary), fittings and adaptors, materials hauling, relocate ladder and rungs (if necessary), connections, placement of subsequent backfill (native) materials, compaction, water, cleaning and testing, etc. required to complete all the connections in conformance with the Contract Documents. Select imported backfill materials are included in other bid items(see Bid Item 020). w OW w. Special Provisions Page 7 AV 01/12/2005 1-90.14(P) Furnish and Install 12" CPEP Storm Pipe(Bid Item 015) Measurement for 12" diameter storm pipe of the type required will be based on lineal footage measured horizontally over the centerline of the installed pipe. Payment for furnishing and installing 12"diameter storm sewer pipe of the type required will be made at the amount bid per linear foot, which payment will be complete compensation for all labor, materials, equipment, haulin g, P avement cutting, asphalt concrete pavement removal, cement concrete pavement removal, excavation, dewatering, bypass pumping, removal and disposal of waste material, pipe of the size and type required, gaskets, fittings and adaptors, installation, laying and jointing pipe and fittings, bedding, and pipe zone fill material, appurtenances, placement of subsequent backfill (native) materials, compaction, water, grading, cleaning, and placement and removal of temporary pavement patching, etc. required to complete the work in accordance with the Contract Documents. Select imported backfill materials are included in other bid items(See Bid Item 020). GO 1-90.14(Q) Furnish and Install Type-I Catch Basin (Bid Item 016) Measurement for furnish and install type-I catch basin will be per each for each type-I catch basin installed in conformance with the Contract Documents. Payment for furnishing and installing type-I catch basins will be made at the unit price bid per each, which payment will be complete compensation for all labor, equipment, materials hauling, pavement cutting, asphalt concrete pavement removal, cement concrete pavement removal, dewatering, excavation, removal and disposal of waste material, foundation material, type-I catch basin, frame and grate, installation, adjustment of frames to grade, appurtenances, connections, reconnection of existing sewer(s), placement of subsequent backfill (native) materials, compaction, water, cleaning, placement and removal of temporary pavement patching, etc. required to complete all type-I catch basins in conformance with the Contract Documents. Select imported backfill materials are included in other bid items(see Bid Item 020). 1-90.14(8) Fill and Plug Existing Sanitary Sewer(Bid Item 017) Measurement for fill and plug existing sanitary sewer will be per linear foot to abandon existing sanitary sewer facilities in conformance with the Contract Documents. Payment for fill and plug existing sanitary sewer shall cover the complete cost of providing all labor, materials, equipment, concrete, pipe filling material (Section 9-03.22), saw cutting, dewatering, excavation, haul and disposal of waste materials, backfill (native), and placement and removal of temporary pavement patching in conformance with the Contract Documents. Select imported backfill materials are included in other bid items(See Bid Item 020). 1-90.14(S) Abandon Existing Manhole(Bid Item 018) Measurement for abandon existing manhole will be per each to abandon existing manholes in conformance with the Contract Documents. Payment for abandon existing manhole shall cover the complete cost of providing all labor, materials, equipment,concrete,manhole filling aggregate, saw cutting, dewatering, excavation,haul and disposal of waste materials, backfill (native), and placement and removal of temporary pavement patching in conformance with the Contract Documents. Select imported backfill materials are included in other bid items(See Bid Item 020). +fir Page S Special Provisions 01/12/2005 y„ 1-09.14(T) Removal and Replacement of Unsuitable Foundation Material (Bid Item 019) 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. Payment for removal and replacement of unsuitable foundation material will be made at the amount bid per ton, which payment will be complete compensation for all, labor, materials, equipment, excavation, foundation materials, haul, placement, water, compaction, removal and disposal of waste material, etc. required to complete this item of work in conformance with the Contract Documents. 1-09.14(U) Select Imported Trench Backfill(Bid Item 020) Measurement for select imported backfill shall be measured in Tons based on the weight of material +w 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. Im Payment for select imported backfill will be made at the amount bid per ton, which payment will be complete compensation for all labor, materials, equipment, hauling, placement, water, compaction, removal and disposal of waste materials, etc.required to complete this item of work in conformance with Im the Contract Documents. 1-09.140 Asphalt Patch Class `B' Including Crushed Surfacing Top Course(Bid Item 021) Im Measurement for asphalt concrete patch shall be measured in square yards, horizontally over the completed surface of the trench. Pavement repair measurement width shall be as defined by the limit of trench patch payment shown in the Contract Documents,unless otherwise approved by the ENGINEER. iW Payment for asphalt concrete patch, including crushed surfacing top course and asphalt concrete, will be made at the amount bid per square yards, which payment will be complete compensation for all labor, +rr materials, haul, surface preparation, gravel materials including crushed surfacing top course,compaction, water, temporary trench patch (placement and removal), pavement saw cutting, asphaltic materials, tack oil, placement, final trench patch, cleanup, etc. required to complete this item of work in conformance ,,,,,,, with the contract documents. No additional payment will be made for work necessary to correct an asphalt concrete patch not installed in accordance with specifications. ,w 1-09.14(W) 2"Deep Asphalt Overlay Class `B' (Bid Item 022) Measurement for 2"deep asphalt overlay class `B' shall be measured in square yards of asphalt class `B', horizontally over the completed surface of the street. Overlay measurement width shall be as defined by 4W the limit of asphalt overlay payment shown in the Contract Documents,unless otherwise approved by the ENGINEER. ""' Payment for 2" deep asphalt overlay class `B' will be made at the amount bid per square yards, which payment will be complete compensation for all labor, materials, haul, surface preparation, aggregate, compaction, asphaltic materials, tack oil, placement, roller compaction, joint sealing, cleanup, etc. rr required to complete this item of work in conformance with the contract documents. Special Provisions Page 9 y 01/12/2005 1-09.14(X) Asphalt Grinding for Overlay(Bid Item 023) Measurement for asphalt grinding for overlay shall be measured in square yards of asphalt grinding, horizontally over areas requiring grinding. Asphalt grinding for overlay measurement width shall be as defined by the limit of asphalt grinding payment shown in the Contract Documents, unless otherwise approved by the ENGINEER. Payment for asphalt grinding for overlay will be made at the amount bid per square yards,which payment will be complete compensation for all labor, materials, haul, grinding of existing asphalt pavement, removal and disposal of all grinding spoils, cleanup, etc. required to complete this item of work in conformance with the contract documents. 1-09.14(1') Replace Pavement Markings and Traffic Buttons(Bid Item 024) 9A Measurement for replace pavement markings shall be per lump sum replacement of all crosswalks, railroad crossing markers, lane markers and all other traffic control elements as shown in the Contract Documents and/or those that existed prior to construction which are damaged, disrupted or removed as a 10 result of construction of this project,unless otherwise approved by the ENGINEER. Payment for replace pavement markings shall be made per lump sum, which payment will be complete compensation for all labor, equipment, materials, hauling, paint, traffic buttons, thermoplastic markings, preparation, finishing, cleanup, etc. required to compete this item in conformance with the Contract Documents. +err 1-09.14(Z) Remove and Replace Concrete Sidewalk and Driveways (Bid Item 025) Measurement for remove and replace concrete sidewalk and driveways shall be in square yards of sidewalk and driveway repair required for installation of utilities as shown in the Contract Documents, unless otherwise approved by the ENGINEER. Payment for remove and replace concrete sidewalk and driveways will be made at the amount bid per square yard, which payment will be complete compensation for all labor, equipment, materials, removal of existing, materials hauling, preparation, forming, placement, finishing, cleanup, etc. required to compete this item in conformance with the Contract Documents. 1-09.14(AA) Remove and Replace Concrete Curb and Gutter(Bid Item 026) 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 for remove and replace concrete curb and gutter will be made at the amount bid per lineal foot, which payment will be complete compensation for all labor, equipment, materials, removal of existing, materials hauling, preparation, forming,placement, finishing, cleanup, etc. required to compete this item in conformance with the Contract Documents. w +r Page 10 Special Provisions 01/12/2005 +r 4W, 1-09.14(AB) Remove and Replace Traffic Signal Loops (Bid Item 027) Measurement for remove and replace traffic signal loops shall be per each for each traffic signal loop removed and replaced in conformance with the Contract Documents. +r Payment for remove and replace traffic signal loops will be made at the amount bid per each, which payment will be complete compensation for all labor, equipment, materials, removal of existing, materials hauling, preparation, sawcutting, installation, wiring, connections, sealing, finishing, and cleanup, etc.required to compete this item in conformance with the Contract Documents. r+• 1-09.14(AC) Remove and Replace Raised Traffic Island (Bid Item 028) Measurement for remove and replace raised traffic island shall be measured in square yards, horizontally over the completed surface of the traffic island. The traffic island replacement measurement shall be as defined by the limit of preconstruction (existing) traffic island dimensions shown in the Contract Documents,unless otherwise approved by the ENGINEER. 4W Payment for remove and replace raised traffic island, will be made at the amount bid per square yards, which payment will be complete compensation for all labor, materials, haul, surface preparation, gravel IM materials, roller compaction, water, temporary trench patch (placement and removal), pavement saw cutting, asphaltic materials, tack oil, placement, cleanup, etc. required to complete this item of work in conformance with the contract documents. Im 1-10 TRAFFIC CONTROL 1-10.1(1) General(Additional Section) Ir Two weeks prior to construction,the contractor shall erect informational signs alerting motorists to expect delays during construction along Sunset Blvd N and NE Sunset Blvd. The signs shall give the 1r date that construction will begin and an approximate ending date. "Businesses Open"signs shall be erected in areas that will be affected by the construction. Provisions shall be made to maintain ingress and egress to all businesses adjacent to the construction zone. io Two-way traffic shall be maintained in areas with more than one lane in each direction. Areas that have only one lane in each direction shall maintain a"flagged"lane to allow traffic to pass through the construction zone when possible. Detours will be allowed through areas where motorists cannot safely pass through the construction zone. Lane closures will be necessary through portions of the project. "Water-filled", high-visibility, temporary,traffic barriers will be required for lane separation if one direction of travel is diverted into a lane or lanes that normally travel in the opposite direction. All traffic control devices shall meet the requirements as set forth by the Manual of Uniform Traffic Control Devices. i� In addition to the City of Renton's review and approval,Washington State Department of Transportation review and approval will be required for traffic control through portions of the project. rwr Ow .r Special Provisions Page 11 tr 01/12/2005 DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS irl 5-04 ASPHALT CONCRETE PAVEMENT 5-04.3(5) Conditioning the Existing Surface ► The Contractor shall maintain existing surface contour during patching, unless instructed by City Engineer. 5-04.3(5)Preparation of Existing Surface The Contractor shall provide their own mechanical sweeping equipment. The sweeper will be on the project prior to the start of paving, to insure the streets to be paved are clean before the tack coat is applied. The sweeper will keep the streets clean ahead of the paving machine and clean the streets behind the empty trucks that have dumped their loads into the paving machine. The sweeper must sweep all streets made dirty by the CONTRACTOR'S equipment. If the paving machine is "walked" from one site to another, the sweeper must sweep up behind paving machine. The sweeper shall not leave the overlay site until given permission by the City's inspector. 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. Ali► Utility adjustments must be completed within 15 working days after overlay is complete, and within the specified working days. all�l 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 (1-09.14(V)) and Asphalt Overlay (1- 09.14(W)). Page 12 Special Provisions 01/12/2005 Im +r. 5-06 TEMPORARY RESTORATION IN PAVEMENT AREAS(Additional Section) Im 5-06.1 Description (Additional Section) Pavement areas that have been removed by construction activities must be restored by the Contractor Im 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 «r activities in a manner that provides a smooth and safe transition between surfaces. Within paved alleys,the Contractor may use the compacted backfill to allow vehicular traffic to travel over the construction areas. Trench plates or others devices used to cover construction activities shall be placed and anchored in a manner that provides a smooth and safe transition between and across surfaces. ,rr 5-06.2 Materials(Additional Section) Materials for temporary restoration in pavement areas shall be `Hot Mix'. The composition of other components of the temporary asphalt pavement shall be determined by the Contractor to provide a product suitable for the intended application. The Contractor shall not use materials that are a safety or health hazard. err 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 rir disposed of offsite. 5-063 Construction Requirements(Additional Section) err The roadway subsurface shall be prepared for the temporary pavement as defined in Section 2-06. Temporary pavement areas greater than ten(10)square feet shall be a minimum of four(4)inches thick and roller compacted to consolidation. The completed pavement shall be free from ridges,ruts,bumps, depressions,objectionable marks,or other irregularities. The Contractor shall immediately repair,patch,or remove any temporary pavement that does not provide a flat transition between existing pavement areas. All temporary asphalt pavement shall be removed from the site by the end of the project and shall not be + used as permanent asphalt pavement or subgrade material. Y� fr/ Special Provisions Page 13 01/12/2005 rr DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS,SANITARY SEWERS, WATER MAINS AND CONDUITS 7-05 MANHOLES,INLETS,AND CATCH BASINS 7-05.3 Construction Requirements(Supplemental Section) Pipe to manhole couplings shall be equal to a"Kor-n-Seal"boot. Manhole base sections shall be placed on a graded and firmly compacted granular bedding course conforming to the requirements for sewer bedding in Section 7-17.3(1)B of the Standard Specifications. The bedding shall be at least 6-inches thick and extend at least 12-inches beyond the limits of the base section all around. The bedding must be graded to ensure uniform contact and support of the manhole in a true vertical position. ► Manhole channels shall conform to the City's standard details and the construction plans. All manholes shall be installed with locking frame and cover as shown on City of Renton detail BR29. 7-05.3(1) Adjusting Manholes to Grade(Supplemental Section) The Contractor shall construct manholes so as to provide adjustment space for setting cover and casting to a finished grade as shown on the construction plans. Manhole ring and covers shall be adjusted to the finished elevations per standard detail BR29, SP Page 13074, prior to final acceptance of the work. Manholes in unimproved areas shall be adjusted to 6-inches above grade. 7-05.3(2)A Abandon Existing Sanitary Sewer Pipes(Additional Section) Where it is required that an existing sanitary sewer pipe be abandoned,both ends of the pipe and all lateral connections to the pipe shall be plugged with 3000 PSI cement 10 concrete and the pipe shall be filled with a cement-based grout. Materials:A cement-based grout shall be used to fill the void of the existing sanitary sewer main.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 66 and method of installation shall be approved by the Engineer prior to beginning operation(See Section 9-03.22). 7-05.3(3) Connection to Existing Manholes(Supplemental Section) Connections to existing manholes shall be core drilled. Couplings shall be equal to "Kor-n-Seal" boots. Existing manholes shall be cleaned, repaired, and re-channeled as necessary to match the new pipe configuration and as shown on the construction plans. Page 14 Special Provisions 01/12/2005 cwr 7-05.3(5) Manhole Coatings(Additional Section) All new sanitary sewer manholes shall be coated as specified below. The following coating system specifications shall be used for coating(sealing)all interior concrete surfaces of manholes. Coating Material: High Solids Urethane Surfaces: Concrete Surface Preparation: In accordance with SSPC SP-7 (Sweep or brush off blast) Application: Shop/Field The drying time between coats shall not exceed 24 hours in any aw case System Thickness: 6.0 mils dry film Coatings: Primer: One coat of Wasser MC-Aroshield high solids urethane (2.0 DFT) Finish: Two or more coats of Wasser MC-Aroshield (min.4.0 DFT) Color: White VW 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS w„ 7-08 Materials(Revised Section) 7-08.3(1)C Pipe Bedding(Supplemental Section) `o PVC pipe shall be bedded in accordance with the requirements of Section 7-08.3(1)C, of the Standard Specifications, and the construction plans. Bedding material for flexible pipe shall meet the requirements of Section 9-03.16. Aw 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 tw bedding material under the haunches of the pipe. Care shall be taken to avoid displacement of the pipe during the compaction effort. Compaction shall provide adequate support along the pipe to prevent settling of the pipe. 4W 7-08.3(1)D Pipe Foundation(Additional Section) Pipe foundation in poor soil: When soft or unstable material is encountered at the so subgrade which, in the opinion of the Engineer,will not uniformly support the pipe, such material shall be excavated to an additional depth as required by the Engineer and backfilled with foundation gravel material placed in maximum 12-inch lifts. Foundation gravel shall be ballast and conform to the requirements of Section 9-03.9(1) of the Standard Specifications. Special Provisions Page 15 1rr 01/12/2005 Corrections faulty grade; Excess excavation below the required grade shall be backfilled with foundation gravel as specified above and thoroughly compacted to the required grade line. Foundation Material used for sanitary sewers shall be as follows: Ballast Section 9-03.9(1) 7-08.3(1)E Trench Dewatering (Additional Section) Dewatering may be required during construction of the sewer lines. Dewatering shall be considered incidental to bid items for installation of the utilities. If necessary, dewatering may consist of a combination of trench pumping, well points, and/or wells,and must satisfy the following requirements: • Prevent water from entering the trench and maintain dry trench conditions at the foundation level. • Prevent caving of the trench walls related to water migration through the walls. • Minimize turbidity in the effluent by utilizing properly sized filter pack materials on sumps,wells,and well points. • Preserve strength of foundation soils. • Recovery of water levels may be rapid if pumping is interrupted. The Contractor shall provide standby equipment installed and ready to operate to ensure continuous pumping. • When wells and/or well points are no longer required, they shall be removed, backfilled, and abandoned. Wells can be left in place except the top three feet must be removed provided they are abandoned in accordance with Chapter 173- 160 WAC. • Turbid water must be treated if discharged to the storm system. Discharge of dewatering effluent to the storm system must comply with DOE dewatering permit conditions. The Contractor is required to obtain this permit prior to discharging dewatering effluent to the storm sewer system. All costs necessary to treat and monitor the dewatering effluent in accordance with the permit shall be the CONTRACTOR'S responsibility. • The dewatering program must be completed in such a way as to avoid excessive dewatering related settlement of adjacent facilities. 7-08.3(1)F Hazardous Waste Training(Additional Section) Construction crews working with excavated soils shall be 40 hour trained in safety requirements for working with hazardous materials should they be encountered. writ Page 16 Special Provisions 01/12/2005 VYn go 7-08.3(2) Laying Sewer Pipe 7-08.3(2)A Survey Line and Grade (Replacement Section) No The Contractor is required to provide construction staking and shall be responsible for securing the services of a professional land surveyor or qualified engineer who shall provide all survey staking needed in conjunction with the project. an The Contractor shall assume full responsibility for the accuracy of the staking and shall provide all replacement staking or re-staking needed. go The Contractor shall paint the project stationing baselines on the ground at 50 foot intervals. 10 The CONTRACTOR'S surveyor shall provide the original field notes and a set of the field notes which shall contain as a minimum the centerline station and offset and cut to each,manhole, side sewer, and all other changes in alignment or grade as may be needed to to draw accurate as-constructed records of the project. These notes shall be kept legibly, in a format conforming to good engineering practice in a hard covered field book. It shall be the CONTRACTOR'S responsibility to record the location, by centerline No station, offset, and elevation, of all existing utilities uncovered or crossed during his work as covered under this project. to 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. to Major items of work shall be defined to include the following items: to Manholes, Catch Basins and Cleanouts Casing end points wr Major changes in design grade(s) After completion of the work covered by this contract, the CONTRACTOR'S surveyor to shall provide to the Engineer the hard cover field book(s) containing the construction staking and as-built notes, and one set of white prints of the construction drawings upon which he has plotted the locations of existing utilities, and one set of white prints of the OF construction drawings upon which he has plotted the as-built location of the new work as recorded in the field book(s). This drawing shall bear the surveyor's seal and signature certifying its accuracy. .r Orr No 41r Special Provisions Page 17 OW 01/12/2005 7-08.3(2)B Pipe Laying(Supplemental Section) Isolated grade deviations limited to less than 18 feet in length (each) due to pipe bellies or pipe settling shall not exceed one-half inch. The pipe shall be installed to within the tolerances specified in Division 10 of these specifications. 7-08.3(3)A Backfilling Sanitary Sewer Trenches(Supplemental Section) Backfill shall conform to the requirements noted on the plans. Select backfill is required where native material is not suitable as determined by the Engineer. Select backfill shall be per Section 9-03.12(1)C to the base of the subgrade. The remaining depth shall be restored as noted on the plans. To the maximum extent available, suitable material obtained from trench excavation shall be used for trench backfill. All material placed as trench backfill shall be free from rocks or stones larger than 8 inches in their greatest dimension, brush, stumps, logs, roots, debris and organic or other deleterious materials. No stones or rock shall be placed in the upper three feet of trench backfill. Rock or stones within the allowable size limit incorporated in the remainder of fills shall be distributed so that they do not congregate or interfere with proper compaction. 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 which may occur during the period stipulated in the contract conditions. All repairs necessary due to settlement shall be made by the Contractor at his expense. Backfill in unimproved areas shall be compacted to at least 90 percent of maximum dry density as determined by the modified proctor compaction test,ASTM D1557. 7-17 SANITARY SEWERS 7-17.2 Materials(Replacement Section) 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. Materials shall meet the requirements of the following sections: PVC Sewer Pipe Section 9-05.12 Page 18 Special Provisions 01/12/2005 at wr 7-17.3(2)F General (Supplemental Section) Side sewers stubbed to the property line shall be air-tested. to 7-17.3(2)H Television Inspection (Replacement Section) The Engineer will require that all sanitary sewer lines be inspected by the use of a television camera Arr before final acceptance. The costs incurred in making the initial inspection will be borne by the owner of the sanitary sewer. The Contractor shall bear all costs incurred in correcting any deficiencies found during television inspection including the cost of any additional television inspection that may be to required by the Engineer to verify the correction of said deficiency. The Contractor shall be responsible for all costs incurred in any television inspection performed solely for the benefit of the Contractor. w. The video inspection shall be done after the manholes have been channeled and the line cleaned and flushed. The video inspection shall be done with a minimum flow of water in the pipe and inspected in the direction of the flow unless otherwise directed by the ENGINEER. r The camera shall have rotational capabilities and be used by the operator to view up each side sewer connection and provide best views of any non-conforming items. rr Once the television inspection has been completed the contractor shall submit to the Engineer the written reports of the inspection plus the video tapes. Said video tapes 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 40 tapes shall be run at standard speed SP(15/16 I.P.S.). The CONTRACTOR shall use TV inspection report forms as considered industry standard and as approved by the OWNER, and provide completed forms and video tapes of the completed TV inspection to the OWNER. to The costs incurred by the CONTRACTOR will be covered by the bid item for such television inspections, and all costs associated with the initial inspection and any requested additional inspections wr shall be included. .r DIVISION 8 MISCELLANEOUS CONSTRUCTION 8-13 MONUMENT CASES 8-13.1 Description(Supplemental Section) Add the following: The CONTRACTOR shall retain the services of a registered surveyor for re-establishing monuments impacted by construction. +wr 8-13.3 Construction Requirements(Revised Section) Revise last sentence: The monument will be furnished and set by the CONTRACTOR'S SURVEYOR. Special Provisions Page 19 r 01/12/2005 0 DIVISION 9 MATERIALS 9-03 AGGREGATES 9-03.12(1)C Select Backfill for Sewer,Storm and Water Trenches(Additional Section) Aggregate for Select Backfill shall consist of granular material, either naturally occurring or processed, and shall meet the following requirements for grading and quality: Sieve Size Percent Passing ru 1-1/4"square 100* '/4"square 25 min. U.S.No.40 40 max. U.S.No. 200 7.0 max. Sand Equivalent 50 min. 9-03.22 Cement-based Grout for Abandoning Existing Utilities(Additional Section) at The Contractor shall submit a mix proposal,to be approved by the Engineer,for Cement-base Grout for Abandoning Existing Utilities prior to commencing work on this item. Cement-based Grout for Abandoning Existing Utilities shall be equal to a 1-sack mix and the materials shall conform to the following: Cement: This material shall be Portland cement as specified in section 9-01. Aggregate:This material shall meet the requirements for fine aggregate as specified in section 9-03.1. Water: Water shall conform to the provisions of Section 9-25.1. 9-29 ILLUMINATION,SIGNALS,ELECTRICAL 9-29.18(1) Induction Loop Detectors(RC) Detector amplifiers shall be Detector Systems model 810A or equal.Induction loop amplifiers installed with NEMA controls shall conform to current NEMA specifications. �u No Page 20 Special Provisions 01/12/2005 11r rr wr it GEOTECHNICAL REPORT ow .. w. Golder Associates Inc. 18300 NE Union Hill Road,Suite 200 Redmond,WA USA 98052-3333 — - Golder on Telephone(425)883-0777 — �L+c�S Fax(425)882-5498 Asv www.golder.com air FINAL REPORT ON 1 PRELIMINARY GEOTECHNICAL INVESTIGATION RENTON SUNSET INTERCEPTOR PHASE II RENTON, WASHINGTON aw Submitted to: HDR Engineering, Inc. 500108th Avenue NE, Suite 1200 Bellevue, Washington 98004-5549 err Submitted by: Golder Associates Inc. `wr 18300 NE Union Hill Road, Suite 200 Redmond, Washington 98052 USA wa re hris W.glen Andrew Walker,P.Eng taff Geologist Associate-Geotechnical Engineer VW ow David P. Findley L.G., L.E. Robert L. Plum,P.E. Associate-Engineering Geologist g g g Principal-Geotechnical Engineer Distribution: «■ 2 Copies- HDR 2 Copies- Golder Associates Inc. dr September 2, 2003 Job No. 033-1504.000 • 090203dp(1 w OFFICES ACROSS AFRICA, ASIA, AUSTRALIA, EUROPE, NORTH AMERICA AND SOUTH AMERICA September 2,2003 -i- Job No.033-1504.000 TABLE OF CONTENTS 1.0 INTRODUCTION........................................... 1 1.1 PURPOSE AND SCOPE..............................................................................................1 +ter 1.2 PROJECT AND SITE DESCRIPTION........................................................................1 2.0 FIELD INVESTIGATION.................................................... 2.1 General ..........................2 ...................................................................................... 2.2 Recent Borings............................................ ....................................2...................2 2.3 Previous Borings................................................. ...................3 ................................. 2.4 Laboratory Testing............................. ..........................................................................3 2.5 Ground Penetrating Radar................ ........................3 ..................................................... 1 3.0 SUBSURFACE CONDITIONS .................................................................................. 3.1 Geologic Setting................... 3.2 Alignment Soil Conditions...................... 4 3.3 Groundwater Conditions................................ 3.4 Results of the Ground Penetrating Radar Survey .........................................................g 4.0 ENGINEERING RECOI\'NMNDATIONS ` 4.1 General................................... 4.2 Excavation.................................................................... + + 4.3 Pipe Bursting..................... 4.4 Subgrade Preparation/Pipe Bedding............................................... 4.5 Ground Movements................................................ ................10 .................................... wir 4.6 Liquefaction.................................. 11 4.6.1 General................................................ 4.6.2 Analysis...................................................... 11 ..................... rrr4.6.3 Conclusions....................................................................................................12 4.7 Trench Backfill...................................................... ..12 ................................................... 4.8 Construction Monitoring................. ................ 13 ............................................ .r 5.0 USE OF THIS REPORT................................. 6.0 REFERENCES 090203dpf1 Golder Associates September 2,2003 -ii- Job No. 033-1504.000 LIST OF FIGURES to Figure 1 Project Corridor Location Figure 2 Plan and Profile Exploration Wi Figure 2A Plan and Profile Figure 2B Plan and Profile Figure 2C Plan and Profile up Figure 2D Plan and Profile Figure 2E Plan and Profile J Figure 2F Plan and Profile Figure 2G Plan and Profile Figure 211 Plan and Profile Figure 2I Plan and Profile Figure 2J Plan and Profile Figure 2K Plan and Profile j LIST OF TABLES Table 1 Boring and Groundwater Level Summary Table 2 Pipe Excavation and Bedding Summary LIST OF APPENDICES Appendix A Boring Logs Appendix A-1 Previous Borehole Logs Appendix B Laboratory Test Results Appendix C Ground Penetrating Radar Results OW2o3apn Golder Associates ter' September 2,2003 4- Job No. 033-1504.000 +�+ 1.0 INTRODUCTION 1.1 PURPOSE AND SCOPE nrrr' This report presents the results of our preliminary geotechnical investigation for the Renton Sunset Interceptor Phase II Project in Renton,Washington. Our work was performed in accordance with our proposal (P03-1054), dated February 13, 2003. The purpose of this study was to investigate the I existing site and subsurface conditions and provide preliminary geotechnical recommendations in support of the planning and preliminary design of the proposed sewer. Once the alignment and grade �} of the interceptor is determined, we can assess the need for additional explorations and develop criteria for final design and construction. This need for supplementary work relates particularly to possible areas of greater pipe depths associated with localized topography, areas requiring special considerations such as the railroad crossing or crossing other major utilities/culverts, area in close +�•' proximity to adjacent structures,and/or other aspects of the work as yet identified. The scope of our work consisted of a site reconnaissance, field investigation (drilling and GPR survey), a review of the available geologic information, analysis, and the preparation of this geotechnical report. 1.2 PROJECT AND SITE DESCRIPTION r` The project will consist of a gravity sanitary sewer interceptor to be located within the street right-of i way. The specific alignment, grades and pipe diameter have not been determined at the time this report was prepared. We understand that it will likely be on the order of 18-inches in diameter(I.D.) with a pipe invert depth generally in the range of 7 to 9 feet with possible deeper areas depending on localized topography. The eneral alignment g corridor is shown on Figure 1 and will be about 1.7 miles long. It is anticipated that the pipe will generally be installed using cut and cover construction methods, though pipe bursting installation methods are being considered for the portion south of NE 7th Street to N 4th Street,a distance of about 3,300 feet. rir The proposed alignment will extend from the intersection of SR-900 and Harrington Avenue NE along SR 900 to the west to near the intersection of SR-900 and Sunset Boulevard NE. From the .1 intersection the project corridor turns south along Sunset Boulevard NE, following Sunset Boulevard NE south and west, under Interstate 405 to the right of way for 4th Avenue North. At this point the planned alignment turns west,under the BNSF track and runs along 4th Avenue North terminating at the tie in point near the intersection with Meadow Avenue North. The proposed corridor traverses a varied topographic terrain. The tie-in point located at the intersection of SR 900 and Harrington Avenue NE(Sta. 88+00)is situated in the Renton Highlands at an approximate elevation of 335 feet. At approximate Stat. 64+50, the route begins to descend the west facing slopes of the Renton Highlands along Sunset Blvd. NE into the Lake Washington trough. Beginning at approximately Station 11+50 and continuing to the tie in point located near the +� intersection of 4th Avenue North and Meadow Avenue North the alignment traverses level terrain with an elevation of around 35 feet. rrr 0%20)dpn +� Golder Associates September 2,2003 -2- Job No.033-1504.000 2.0 FIELD INVESTIGATION 2.1 General The field investigation consisted of seventeen borings, limited laboratory testing and ground penetrating radar (GPR) survey. In addition, we have included the results of previous borings associated with the Houser Way reconstruction. Traffic control for the drilling and geophysical survey operations was provided by Traffic Control Services, Inc. The location of the explorations are shown on Figures 2A through 2K with the specific results included in the Appendices. The stationing shown on Figure 2 was assigned by Golder for is reference purposes only and has no other significance to any City of Renton or project stationing. In addition, the stationing line shown on Figures was simply drawn down the roadway corridor center line and is not intended to represent the pipeline alignment. The boring locations were surveyed after completion by Penhallegon Associates Consulting Engineers, Inc. 2.2 Recent Borings On May 19 through 22, 2003, seventeen exploratory borings were completed to depths of 21.0 to } 21.5 feet below the existing ground surface along the proposed alignment in order to characterize the subsurface conditions. The distance between the subsurface explorations averaged approximately 500 feet. The boring locations are shown in Figures 2A through 2K. i The drilling investigation was conducted using a truck-mounted Mobile B-59 drill turning a 4-inch I.D. (inside diameter), hollow-stem auger operated by Holt Drilling under contract to Golder. Representative soil samples were obtained at approximately five foot intervals. The samples were obtained in accordance with the Standard Method for Penetration Testing and Split Barrel Sampling of soils as described in ASTM D-1586. The test and sampling methods consist of driving a split spoon sampler a maximum distance of 18-inches into undisturbed soils using a 140 lb hammer. Holt Drilling utilized an automatic trip-hammer for this project. The number of blows required to drive the sampler the final 12-inches is considered the Standard Penetration Resistance (1), which measures the relative density of granular soils and the relative consistency of cohesive soils. Field judgment is required when assigning density descriptions to soils containing a high percentage of coarse gravel and cobbles. The driving resistance altered by the coarse-grained fraction artificially elevates the blow counts indicating denser soils than the actual in-situ conditions. In addition, the SPT sampler does not permit the retrieval of particles greater than 1 3/8inch in diameter resulting in under- representation of the coarser grain size fraction. All soil samples were placed in sealed sample jars to prevent moisture loss during transport to our Redmond, Washington laboratory. The depths of the individual samples are indicated on the boring logs in Appendix A. 06 The borings were monitored by a staff geologist from our firm who located specific exploration locations, examined and classified the materials encountered, obtained representative samples, and recorded pertinent information including soil depths, stratigraphy, soil engineering characteristics, 01n and groundwater occurrence. Representative soil samples were classified in accordance with Golder Associates Technical Procedures and the Unified Soil Classification System as described in Appendix A. Geologic contacts shown on the individual logs represent the approximate boundaries between soil types. Actual transitions may be more gradual or abrupt. The conditions depicted are only for the dates and locations given, and therefore, are not necessarily representative of other locations and times. OW203dpn Golder Associates September 2,2003 -3- Job No.033-1504.000 A 1-inch diameter PVC standpipe piezometer was installed in borings GB-7, 9, 10, 12, 15, 16 and 17 to monitor groundwater levels. Each of the piezometers was completed with a protective flush-mount surface monument set in concrete. Pertinent borehole data including location, depth, ground surface elevation and groundwater information is summarized on Table 1. 2.3 Previous Borings We identified five previous borings along the alignment as shown on Figure 2C. These borings were r. associated with the reconstruction of Houser Way and were logged by Golder Associated in 1993 under contractor to Tudor for the City of Renton. The logs of the borings are included in Appendix A-1. 2.4 Laboratory Testing Eight grain size analyses and moisture content determinations were completed on selected samples along the corridor for this investigation. The laboratory results of the geotechnical testing are j contained in Appendix B. z 2.5 Ground Penetrating Radar The geophysical survey of the Renton Sunset Interceptor Phase 11 alignment was performed on May 3 and 4,2003. Ground penetrating radar data were collected and displayed using a Geophysical Survey Systems Inc. SIR 200 GPR console, a 40 MHz and 200MHz antennas, and an EPC Model 8700 thermal graphic recorder. The GPR method uses electromagnetic (radar) pulses that are directed into the ground from an antenna to map subsurface conditions along a survey transect. Reflections from subsurface features are produced where there are changes in the electrical properties of the subsurface materials. These changes can occur at the interface between soil types, at the water table, or where there are buried objects such as boulders, pipes, utilities, and miscellaneous debris. The reflected radar waves are received by the antenna and are processed by the console to produce a graphic record called a radargram. The radargram is a cross sectional representation of the subsurface. Depth on the radargram is estimated by calibration to soil layers or objects (such as"underground rrwT utilities or stormwater catch basins) at a known depth or assigning a typical velocity for the subsurface materials. Along the sewer alignment, a radar wave travel time of 5.0 nanoseconds/foot was calculated by the hyperbole method. This velocity was used to convert the radargram time scale to a depth scale. Data spatial orientations were obtained through the use of a wheel counter and boring locations. At 50-foot intervals, the console outputted event marks to the GPR data printout. The event marks are used to locate the data that was displayed on the GPR radargrams. The interpreted radargrams are presented in Appendix C. The primary value of the GPR data was the interpretation of subsurface stratigraphic conditions between boring locations. These interpreted data was transferred to the geologic profiles shown on Figures 2A through 2K. M2034n .. Golder Associates t t September 2,2003 -4- Job No. 033-1504.000 3.0 SUBSURFACE CONDITIONS 3.1 Geologic Setting The recent geologic history of the Puget Sound Lowland region has been dominated by several glacial episodes. The most recent, the Vashon stade of the Fraser glaciation, is responsible for most of the present day geologic and topographic conditions. The Puget lobe of the Cordilleran ice sheet deposited a heterogeneous assemblage of proglacial lacustrine deposits, advance outwash, lodgment till,and recessional outwash upon either bedrock or older pre-Vashon sediments and bedrock. As the glacier retreated northward, it uncovered a sculpted landscape of elongate uplands and intervening valleys. Post glacial deposits include: alluvium deposited within active stream channels and valleys, modern lacustrine deposits, organic silt and local peat deposits within kettle depressions, drainages, and outwash channels;volcanic mudflow deposits and landslide deposits. Based on the published geologic map of the Renton quadrangle (Mullineaux, 1965), the proposed corridor traverses three general geologic terrains. • Renton Highlands: this segment is composed of the upland surface and the higher portions of the west-facing valley slope. This area is underlain by a variable thickness of granular recessional outwash overlying lodgment till. • West facing slope: The lower portion of the west-facing valley slope is underlain by undifferentiated glacial drift composed primarily of outwash sand and gravel overlying discontinuous till • Renton Valley Alluvial plain: The City of Renton is located on an alluvial plain formed as an extension of the Duwamish Valley. The valley alluvium is composed of sand and gravel deposited by the Cedar River. Much of the original ground surface has been modified by widespread or discontinuous fills. Our findings were in general agreement with the mapped geologic conditions of Mullineaux(1965). Specific details of the subsurface conditions are presented in the following section. 3.2 Alignment Soil Conditions Based on the results of our recent subsurface explorations and the available previous borings, the soil conditions along the proposed sewer alignment can be divided into conditions in the valley and those in the uplands along the valley wall. In general,these conditions can be characterized as follows as shown on Figure 2A through 2K: • STATION 0+00 TO APPROXIMATELY 12+50 (VALLEY FLOOR): This is the wt area along the valley at elevations of about 35 to 55 feet. Subsurface conditions appear to consist of areas of localized fill over deep valley alluvium. Boring GB-16 and GB-17 04 encountered in excess of 10 feet of very loose fills consisting of sands and soft clays. The valley alluvium extended below the bottom of the borings at about 22 feet and generally consisted of clean sands with variable amount of gravel. The unit appeared to vary from loose/compact near the top and increased to compact with depth. • APPROXIMATELY STATION 12+50 TO 28+00 (LOWER UPLAND SLOPES): This area on the lower area of upland slopes ranges from an elevation of about 55 feet on the west to 115 feet on the east. A large portion of this segment(generally between Sta. 14+00 and Sta.21+00) has been highly modified from construction activities related to IN OW203dpn Golder Associates +rr September 2,2003 -5- Job No. 033-1504.000 the Houser Way Bypass. Based on the Golder 1993 and 1994 boring logs, pre- construction subsurface conditions consisted of fills of variable thickness (10 to 30 feet) overlying very stiff to hard glaciolacustrine deposits of clayey silt. The fills in this segment are variable ranging from sandy silt to silty sand; sand and gravel; sand with �r some clayey silt, little gravel,and sand and clayey silt. • APPROXIMATELY STATION 28+00 TO 60+00(UPLAND SLOPES): This area on the upland slopes ranges from an elevation of about 150 feet on the west to 240 feet on the east. The borings generally encountered variable fills on the order of 4 to 13 feet over dense tills. In areas, such as at boring GB-7, the fill was deep (13 feet) and very loose. One exception to the general startigraphic framework along this segment was recessional outwash and glaciolacustrine deposits that were encountered in boring GB-10. Due to poor ground penetrating radar signal penetration in this area, the lateral extent of these recessional deposits is currently unknown. •ri • APPROXIMATELY STATION 60+00 TO 75+00(UPLAND SLOPES): This area on the upland slopes ranges from an elevation of about 240 feet on the west to 290 feet on the east. The borings generally encountered limited fills over deep Recessional Outwash consisting of compact grading to dense sands which extend below the bottom of the borings. APPROXIMATELY STATION 75+00 TO EASTERN END 88+00 (UPLANDS): This area on the uplands ranges from an elevation of about 290 feet on the west to 335 feet on the east. The borings generally encountered thin Recessional Outwash soils .r. to depths of 4 to 8 feet underlain by glacially consolidated soils consisting of till and very dense advanced Outwash. Although the borings did not encounter fill, there likely are areas of fill along the alignment corridor. war Descriptions for these soil units are provided below and include: • Fill. Fill soils generally are similar to the underlying in-place glacial outwash deposits. Fill was encountered in GB-3,4, 7, 8, 9, 10, 12, 13 and 14. The maximum fill depth was encountered in GB-7 to a depth of 13-feet. The fill generally consisted of a very loose to compact, nonstratified, fine to coarse sand with a trace of fine to coarse gravel, trace to 's some silt, traces of asphalt fragments,wood debris,roots,and charred debris. It is likely r that the fill is sporadic and can be encountered in various areas along the corridor even though not encountered in the borings. Based on the borings, areas of deep, very loose fills will likely represent some of the worst conditions along the alignment. Although not identified in our borings or part of our scope of work, areas of contaminated fills may be encountered. r Alluvium. These deposits were encountered in the lower portions of the alignment, generally west of approximate Station 27+00, in Borings GB-12, -13, -14, -15,46, and 17. The alluvium in Borings GB-12,43, 44, and—15 was generally very loose to dense, nonstratified to locally thinly bedded, fine to medium sand, with some fine to coarse gravel with a trace of silt that was locally laminated. The N values within the granular alluvium ranged from 10 to 44. The higher blow counts are interpreted to be artificially elevated due to the presence coarse gravel and over-size particles. The alluvium in Borings GB-16 and GB-17 was finer grained, composed of very soft to firm interbedded fine to coarse sand and clayey silt to silty clay with traces of fine sand, organic material as wood fragments and plant debris. N values within the finer grain alluvium were 0%203dpn .. Golder Associates September 2,2003 -6- Job No.033-1504.000 vi typically less than 10. Much of the upper portions of this deposit has been reworked and VA placed as fill over the in situ alluvial sediments. These deposits are considered to have a high liquefaction susceptibility based on our analysis and have classified the area west of Sunset Boulevard as Category I, the highest level of liquefaction susceptibility. Section 4.5 discusses liquefaction in more detail. Recessional Outwash Deposits. Outwash deposits were encountered beneath the fill or below the asphalt/concrete road surface in GB 1, 2, 3, 4, 5, 6, 7 and 10. The maximum depth of recessional outwash exceeded 21.5-feet (tennination of hole) in GB-4, 5 and 6. These soils generally ranged from loose to very dense, nonstratified to stratified, fine to medium sand with trace fine to coarse gravel,trace to some silt to silt with some sand and trace fine gravel. • Lodgment Till Deposits. Underlying the outwash deposits, lodgment till was encountered in borings GB-1, 2, 3, 7, 8, 9 and 11, from a minimum depth of approximately 2.5 feet to a maximum depth of 18.0 feet below the ground surface forming an undulatory upper contact. The till generally consists of dense to very dense, nonstratified, silty fine to coarse sand with trace to some fine to coarse faceted gravel. 1 The upper approximately 3 feet of till observed in GB-3 was more weathered and, as a result, compact. Although not encountered in the borings, till can contain cobbles and boulders. a As shown on Figures 2A through 2K, the top of the till has been interpreted between the boring locations based on distinct ground penetrating radar reflectors. The dense, heterogeneous nature of till normally provides an excellent radar reflector with a characteristic appearance and thus selected reflectors have been interpreted as the top —of- till. However, definitive confirmation of this interpretation would require subsurface exploration. • Advance Outwash Deposits. These deposits were encountered underlying the till in Borings GB-2, 3, 8 and 9, from a minimum depth of 13-feet to depths in excess of 21.5 feet (termination of the borehole). The advance outwash varies from dense to very dense, nonstratified, fine to coarse sand with trace fine to coarse gravel, trace silt and laminated silt and silty fine sand. Glaciolacustrine Deposits. Underlying the Recessional Outwash (GB-10) and Lodgment Till (GB-11), Glaciolacustrine deposits were encountered. These deposits were encountered at a minimum depth of 13 feet and extended to a maximum depth of at least 21.5 feet(termination of borehole) below the ground surface. The glaciolacustrine deposits consisted of very dense to very stiff, massive, silt and silty clay, with trace to little gravel and trace sand. 4W • Outwash Deposits. These deposits were encountered, locally, underlying the glaciolacustrine deposits in Boring GB-10. The outwash deposit extended from 18.5 feet to the termination of the borehole at 21.5 feet below the ground surface. The outwash +rr consisted of very dense,nonstratified,fine to coarse sand with some gravel and trace silt. i OW203epfl Golder Associates September 2,2003 -7- Job No.033-1504.000 3.3 Groundwater Conditions Table 1 summarizes the groundwater information based on the piezometers in borings GB-7, 9, 10, 12, 15, 16 and 17 and groundwater encountered at the time of drilling in the other boreholes. All readings were taken in May of 2003. In the valley west of about Station 11+50, groundwater was encountered at an elevation of about 27 to 28 feet or a depth of about 7 to 12 feet in May 2003. Depending on the final invert elevations, dewatering will likely be needed in these areas. w' East of about Station 11+50, groundwater was variable ranging from a depth of about 10 feet to deeper than the boring at over 21 feet. Of the 14 borings drilled in the upland area,groundwater was not encountered in 9 of the borings. Piezeometric groundwater surface fluctuates seasonally and that groundwater levels may be higher during wetter portions of the year. The measured groundwater levels are summarized on Table 1. TABLE 1 1 .. Boring and Groundwater Level Summary Elevation Borehole# Station/Offset ft Depth ft Groundwater Depth ft GB-1 86+60,5R 332.02 21.0 Not Encountered GB-2 81+25,2L 309.88 21.5 Not Encountered GB-3 77+40,0 289.50 21.5 20.85 ` G134 71+50, 17L 269.32 21.5 Not Encountered GB-5 66+65,0 260.71 21.5 Not Encountered GB-6 62+10,2R 250.32 21.5 Not Encountered ow GB-7* 56+35, 13L 222.74 21.5 15.55 GB-8 51+32,20L 204.81 21.5 Not Encountered GB-9* 46+15,0 184.06 21.5 10.43 GB-10* 37+27, IOL 149.50 21.5 15.55 GB-11 32+37,2R 129.78 21.5 Not Encountered GB-12* 26+23, IOR 107.73 21.5 19.7 GB-13 17+55,25R 72.20 21.5 Not Encountered GB-14 12+80, 7R 55.87 21.5 Not Encountered GB-15* 10+67,6R 40.89 21.5 12.04 GB-16* 4+81, 7L 35.38 21.5 7.5 GB-17* 0+74, 16L 35.25 21.5 8.2 *Indicates data from piezometers, other data based on observations at the time of drilling; all groundwater data obtained in May 2003. w 090201dpn Golder Associates 1 1 September 2,2003 -8- Job No.033-1504.000 3.4 Results of the Ground Penetrating Radar Survey �r The GPR data indicate many anomalies that may be buried boulders. These are indicated as yellow dots on Figures C-1 and C-2. Minimum resolution of objects with the equipment and antenna used is approximately one to two feet. Therefore, the anomalies recorded during the survey can be assumed to posses a minimum diameter of 1 foot. The data also detected areas of bedding that appear to represent various stratigraphic contacts. The interpreted contact between the lodgment till and the overlying recessional outwash deposits are indicated by the dashed red line on Figures C-1 and C-2. As may be seen on Figures C-1 and C-2, the upper till surface is undulatory in nature and exhibits a fair amount of vertical relief(10 to 15 feet locally) along the proposed alignment. Stratigraphic depths obtained from the GPR survey correlate reasonably well with those derived from the subsurface exploration and was used to prepare the information shown on Figures 2A through 2K. The lines marked"R"on the figures represents data from the GPR- 0%2034n Golder Associates awr September 2,2003 -9- Job No.033-1504.000 4.0 ENGINEERING RECOMMENDATIONS 4.1 General s►. This section of the report provides our interpretation of the factual geotechnical data obtained during the current investigation. The recommendations provided are intended for the guidance in developing the pipeline alignment and depth and for preliminary design purposes only, and are intended for this project only. As discussed in Section 1, the interceptor design had not been developed enough for us to identify all of the design geotechnical information needs or provide final design and construction criteria. Once the design details have been developed, we should have the opportunity to review the design, assess the need for additional information and developed design level recommendations. In general, the design and construction is relatively straightforward as the alignment will likely be •wr entirely within existing roadways. The primary geotechnical issues/constraints will likely relate to areas of loose. soils and shallow groundwater in the valley and areas of loose fills in the uplands. These conditins relate to ground support,dewatering,poor subgrade,and liquefaction issues. 4W 4.2 Excavation All excavations should be carried out in accordance with OSHA requirements. Table 2 provides a summary of the alignment in terms of typical types of excavated material, likely pipe subgrade material and estimated groundwater depths assuming a pipe invert depth on the order of 7 to 9 feet. It should be noted that the table is based on the results of widely spaced boreholes in combination with the geophysics interpretation. In particular pockets of fill encountered in Boreholes GB-7 and GB-12 could vary widely in extent. In addition more pockets of very loose to loose fill +� could be present over limited lengths of the alignment but were not detected in the investigation. Unless there are some unusual constraints related to existing structures, we recommend that the means and methods of excavation support be left to the contractor's discretion. It is likely that the excavations will be made in open cut with a trench box. If the final design identifies areas where the invert is deep and/or in close proximity to existing utilities or structures, localized shoring may be required. In general, dewatering will only likely be required in the valley west of about Station 11+50 depending on the final invert elevation and groundwater levels at the time of construction. Due to the compressibility of the valley soils, potential settlement impacts of dewatering must be evaluated particularly in areas close to structures. It is likely that dewatering induced settlement will not be a significant issue assuming that the invert is only slightly below the groundwater table. There may be areas such as the crossing of the railroad line near Station 11+25 where cut and cover construction is not allowed. Once the design has identified these areas,Golder can assess the need for additional subsurface information and develop criteria for pipe jacking or other appropriate methods. Where the sewer passes under Interstate-405, the alignment should be reviewed with respect to the locations of the bridges foundation elements. The contractor should be prepared to deal with localized zones of groundwater that may be present in AV existing trench backfills that intersect the proposed sewer alignment. In addition water levels may rise locally after heavy rains and the contractor should have sufficient pump capacity to prevent flooding of the excavation. In general the contractor should also be prepared to protect open cut slopes to prevent erosion damage due to heavy rainfall. M207dpfl Golder Associates i September 2,2003 -10- Job No. 033-1504.000 43 Pipe Bursting As discussed in Section 1.2, pipe bursting installation methods are being considered for the portion south of NE 7th Street to N 4th Street a distance of about 3,300 feet. The suitability of pipe bursting to requires evaluation by an experienced specialty contractor. Issues to be considered include the soil conditions, the existing pipe backfill conditions, occurrence of groundwater, pipe alignment and other factors. Construction will require access pits at a spacing of about 200 feet along the alignment and at any pipe bends. It is understood that the pipe alignment may follow curving portions of the road. Depending on the tools used,radius of pipe curvature may be an issue. Section 3.2 and 3.3 above discuss the inferred conditions along the proposed pipe bursting area. If the current pipe extends below the watertable,particularly in the valley areas (west of Station 11+50), the pipe bursting methods must address the risk of loose soils flowing into the burst pipe. 4.4 Subgrade Preparation/Pipe Bedding In general,we would expect that the compact to dense sand to silty sand soils would provide adequate ► subgrade support for the majority of the alignment length. In areas where very loose fill or very loose/soft alluvium is present at the base of the excavation,particularly between 0+00 to 11+50, then subexcavation of the unsuitable soil should be carried out. If the unsuitable fill is present as a pocket or seam of limited depth and length then attempts should be made to excavate the unsuitable soil and replace with compacted structural fill. If the subgrade.becomes uniformly poor then the contractor should over excavate the trench by a minimum of 6 inches and backfill with a filter/concrete sand. A Ito separation fabric such as Mirafi 50OX could also be used to improve subgrade performance. Conventional pipe bedding is considered appropriate provided the invert is underlain by compact to dense granular material. Pipe bedding material should be placed beneath the pipe and within the pipe zone in accordance with"Pipe Bedding for Sanitary Sewers"as adopted by the City of Renton. 4.5 Ground Movements wwr The trench will be located on streets adjacent to other utilities and structures. It is important to carry out baseline surveys of all buildings and utility lines within about 10 ft of the trench line that could be + affected by the construction. This information could be collected by the City or be included as part of the construction contract. In general, 10 g , ground movements adjacent to stable open cuts with trench box support should only be a concern if existing structures are within a horizontal distance equal to the about '/z to 1 times the depth of the excavation or there are existing utilities that are located within about a 1H:IV imaginary line No drawn upward from the edge of the trench excavation base. In areas of very loose, unstable ground such as the very loose fills,these distances may need to be increased. To limit the risk of any adverse ground movements, the contractor may be required to install shoring. The assessment of lateral AV deflections and settlements due to the installation, excavation and removal of a shoring system is dependent on a number of factors including: stiffness of installed system, contractor's experience, soil-structure interaction and groundwater draw-down effects. However a typical braced excavation installed with reasonable care should induce ground settlement adjacent to the excavation of no more " " than about 0.2 to 0.5% of the excavation's depth. Therefore, assuming the use of a trench box and excavations no deeper than about 9 ft. a settlement of less than 0.5 inches should be expected. This settlement decreases as the distance from the shoring wall increases. Ito M203dpn Golder Associates September 2,2003 -11- Job No.033-1504.000 „r 4.6 Liquefaction 4.6.1 General The potential for soil liquefaction at the site was evaluated. Liquefaction refers to the temporary loss of soil shear strength due to increased pore water pressure, and a corresponding decrease in effective stress. This condition can develop in cohesionless soils subjected to cyclic loading. The main consequences of liquefaction are settlement, loss of foundation support and lateral spreading. The settlement which occurs can induce down drag loads and induce differential settlements in piping systems. In general, these conditions occur within the loose/compact fills and alluvium in areas of shallow groundwater generally west of about Station 11+50 in the valley areas. There is no specific ground motion criteria related to liquefaction risks for sewer pipelines. It is usual to make assumptions and discuss the risks and risk mitigation costs with the owner to develop conclusions. For the purposes of this preliminary study, we used the UBC design seismic event which has a 10 % probability of occurring in 50 years. The associated design peak acceleration was taken as 0.3g based on the current USGS seismic hazard maps assuming a Magnitude 7.5 earthquake. 4.6.2 Analysis +rr Several methods exist for the evaluation of liquefaction potential; however the most frequently used involve empirical correlations developed by Seed et al (1971, 1983). This method involves �r calculation of the earthquake induced cyclic shear stress and comparison with the liquefaction or cyclic resistance derived from in-situ testing. If the induced cyclic shear stress is greater than the cyclic resistance then the analysis indicates that liquefaction is likely to occur. The induced cyclic shear stress was calculated using the simplified procedure of Seed and Idriss (1971) using the design peak surface acceleration. It should be noted that the peak accelerations provided by USGS are for rock sites and amplification due to specific soil conditions at a site can only be calculated using a ground response analysis. However, a ground response analysis is typically only worthwhile if a simplified assessment does not indicate a clear result. The liquefaction or cyclic resistance was calculated using the NCEER procedure described in "Proceedings of the NCEER Workshop on Evaluation of Liquefaction Resistance of Soils" held in Salt Lake City, January 1996. The procedure utilizes several corrections to the recorded SPT blow rw counts (1), including vertical effective stress, hammer energy, rod lengths and fines contents, to develop a N160g which is then correlated with liquefaction resistance. The liquefaction resistance or cyclic resistance ratio can then be compared with the induced cyclic stress ratio. w The results of the liquefaction assessment indicate that, for a surface acceleration of 0.3 g, general liquefaction of the saturated granular deposits in Borehole GB-16 is likely to occur. There is also a possibility of liquefaction at the location of Borehole GB-17 but the settlement would be much less than at the location of Borehole GB-16. For the other borehole locations the water table is generally much lower and the density of the deposits greater. In general the Renton Valley Alluvial Plain deposits are known to be susceptible to liquefaction under the design earthquake. Borehole GB-16 did not encounter soils that were not liquefaction susceptible (the borehole was terminated at a depth of 21.5 ft in very loose sand)therefore the total depth of liquefaction is not known. An assessment of the post liquefaction settlement was carried out according to the method described by Tokimatsu and Seed (1987). The analysis indicated that, based on experience assuming a OW203dpn .. Golder Associates September 2, 2003 -12- Job No. 033-1504.000 liquefaction depth of about 20 ft, the design seismic event could induce around 6 inches of 46 settlement. If a more accurate determination of in-situ density/depth of liquefied zone, and therefore liquefaction response/settlement, is required we would recommend carrying out piezo-cone penetration testing(CPT) at the site. However, we consider that the CPT would very likely indicate that liquefaction would occur but the predicted level of settlement would be refined. 4.6.3 Conclusions The effect of liquefaction would be to cause the pipe to settle after the design seismic event. Given the water table depth we do not consider that the pipe would be subjected to significant uplift pressures. However,,given inherent ground variability it is likely that differential displacement would occur between areas that experienced liquefaction and areas that did not, especially between stations 0+00 to 11+50. This differential movement could lead to cracking and potentially a failure of a connection. ► In general, reduction of the liquefaction risk would involve some method of improving liquefaction resistance by increasing relative density or providing structural support. A number of methods are available including dynamic compaction, vibro-compaction, stone columns, and use of a deep foundation system. These types of ground improvement would reduce the settlement of the pipe but would not improve the performance of any connecting sewer pipes. In fact the pipe would become a 40 "hard point " and the differential settlement between the "improved ground" pipe and other pipes would increase. Therefore, unless the incoming/connecting sewer lines were also supported on improved ground or piles, then better performance would be obtained by not carrying out ground improvement. The use of flexible joints at connections or close to distinct changes in subgrade density would also help to prevent damage. We recommend that the City evaluate the above options with respect to their current seismic hazard policies and costs. It is not unusual for these risks to be accepted without the need for ground improvement based on the cost and risk considerations. 4.7 Trench Backfdl Since the pipeline will underlie paved roads, backfill quality and compaction will be important to qr avoid long term trench backfill settlement related damage to the pavement. In areas underlain by relatively clean granular soils, the excavated materials can likely be reused as backfill provided they are properly moisture conditioned. Areas of clays, soils with high silt contents, and/or wet soils will be difficult to place and compact and likely cannot be effectively used for backfill. In general, along most areas of the alignment, the excavated fills can likely be used as backfill particularly in the dry summer months. Areas of very loose variable fills, loose silty or wet soils in the valley, and stiff ] clays in the uplands should be assumed unsuitable. Excavated dense silty soils such as the tills, may be suitable in the dry summer months but would likely be difficult to properly place and compact in the wet season. The general trench backfill placed above the pipe zone should consist of material free of organic debris. The general trench backfill material should be placed in loose lifts not greater than eight inches thick and compacted to at least 95%of the Maximum Modified Proctor dry density(ASTM D 1557). Heavy compaction equipment should not be used until at least two feet of material has been placed 40 above the crown of the pipe. Backfill materials within two feet of the crown should be compacted owm4n Golder Associates w September 2,2003 -13- Job No. 033-1504.000 w. with light,hand-operated compaction equipment. Alternatively controlled density fill (CDF)could be used in place of granular backfill. 4.8 Construction Monitoring An experienced geotechnical field engineer or geologist should be retained to monitor critical aspects of the project. This should include subgrade inspection and backfilling. A geotechnical engineer should review the contractors proposed excavation, shoring,and dewatering schemes. In addition, a pre-construction survey of nearby structures and utilities should be carried out. We +s' recommend that provision of settlement monitoring should be included in the contract. +w V wr �wr �r rrr so W OW203dpn No Golder Associates September 2,2003 -14- Job No. 033-1504.000 5.0 USE OF THIS REPORT r This geotechnical investigation has been prepared exclusively for the use of HDR Engineering Inc., and their consultants for specific application to the proposed Renton Sunset Interceptor Phase II project in Renton, Washington. As discussed in Section 1, this report cannot be used for final design or construction until we have reviewed the final alignment and grades, obtained additional subsurface information if necessary,and developed final recommendations. The explorations were performed in general accordance with locally accepted geotechnical engineering practice to provide information for the area explored. There are possible variations in the subsurface conditions between the exploration areas and in the groundwater conditions with time. Therefore we recommend that a contingency for unanticipated conditions be included in the construction schedule and budget. Further, we recommend that Golder Associates Inc. or another qualified geotechnical engineering firm be retained to perform the construction monitoring and testing during construction to confine the conditions indicated by the explorations and/or provide for remedial action encountered during the work. . err i 40 OW2o3apn Golder Associates .w September 2,2003 -15- Job No. 033-1504.000 6.0 REFERENCES Mullmeaux, D.R. (1965): Geologic Map of the Renton Quadrangle, King County, Washington; US Geological Survey;Map GQ-405. Palmer, Stephen P., Schasse, Henry W., and Norman, David K. (1994): Liquefaction Susceptibility for the Des Moines and Renton 7.5 minute Quadrangles, Washington; Washington Division of Geology and Earth Resources; Geologic Map GM-41. Seed,H.B. and Idriss,I.M.,(1971). "Simplified Procedure for Evaluating Soil Liquefaction Potential, +ww " Journal of the Soil Mechanics and Foundation Engineering Division, ASCE, Vo1.107, No.SM9,pp.1249-1274. Seed, H.B., Idriss, I.M. and Arango, I.(1983). "Evaluation of Liquefaction Potential using Field Performance Data,"Journal of Geotechnical Engineering,ASCE, Vol.109,No.3,pp.458482. 1 Tokimatsu, K. and Seed, H.B. (1987). "Evaluation of Settlements in Sand due to Earthquake Shaking,"Journal of Geotechnical Engineering,ASCE,Vol.113,No.8,pp.861-878. Ow +rr �r +r ww Vw M203aPn aw Golder Associates wr �nrr wr TABLE wr wv r► 40 wr +r MW 09020)dpfl 'w Golder Associates 4w 0 tw O i^ L O � O a i .fl `w Q tai p'. CI4 M +U+ N a 0 v O 0 IIIMI (— M N Z .--iz N •e7 N fd 0 O Q N y wl► � � •b 'b cOj � b � b V N .7 q N y ai U q y U > O v O O O v O ao O ° . 42 14P ti °° b � Ov 0 4) 0 o b Op 0 E'' o 0 a rA ti ° = > o w w w U 10 -0 10 CO CA 3 N O 3 a .., 4WO.r v j U y � 4' O �� w O 0 w > w> N o U > > > b) > 40 > N O. N N N N N N N N N C14 N N N N N N N N w o � �x W N N r-+ O Oo O O N O O O O O O O O .-. N N M N vl r- 00 w 0 O O � O O 00 O O O O O O O O O a C/] + H r- � ei' V 0+0 r $ N N CO) If v1 v1 I— g ., Golder Associates No go ww wr FIGURES +ww:' e►-' err 090203dpfl "" Golder Associates �Aj V.r /. 7 f,�ilc? •1 '��rJgJ Tr 43 OR �4 J- i r,T3 ;,',",�ar-� �� i / ®, � ���'i ► � p `�`�.� ,�il~ ��Atp��q°�°�ggww�.@�it•�"�a i f I i ����4°���QE's..`ij� i } -_ �` �� lot lima WE _��I�� ! =� � � ,�„":`;;s I':•:��;� ! ,� ggg � � ca�__am uic Fed, � �'' �."4� ®� _ b"•1 �P..M WORM LA ZW �—= }��5.�-� •�� ��� _ �: � ..� Cis 4- ` j ,U _ ,T 1 Q7 g �1 �O ■ • '1 , xK `� 25 c �tY®}gig ��'•I~' �����. ��Ik713 lI'�� �•�A�+SW^- r+°AvG Ir1��i � � � r : ?s � :gam°-•„' J. >S _ �`G, � �®d�?�:� �i.�.\`emu \��. ` !� -✓�J�-��1�,�i; � � ��\ ` L 91 GN ilia 1 � 1 EXPLANATION af: FILL Ranges from very loose-compact nonstratified;fine-coarse;SAND,some-trace fine to coarse gravel.Little sat,trace charred debris,wood fragments to fine-coarse SAND with lasts of silty day. Qa: ALLUVIUM Very loose to compact;non-stratified to faintly stratified;fine-coarse SAND,some-trace gravel,tille-trace saL Qvr. VASHON RECESSIONAL OUTWASH Very loose-compact;nonstratified;fine-coarse SAND,trace silt,trace gravel to fine-ooarse sandy SILT,trace fine gravel. Qvt VASHON TILL Dense-very dense,nonstratified;silty fine-coarse SAND,some-trace fine-coarse faceted gravel to fine-coarse SAND some-trace sat,trace gravel. i Qvl: GLACIOLACUSTRINE DEPOSIT Very sW,,massive silty CLAY,little fine-coarse gravel,trace sand to very dense; stratified SILT,trace sand,trace,local iron oxide staining along sand laminae. Qva: ADVANCE OUTWASH Ranges from compact interbeded;laminated clayey SILT;nonstratified fine-coarse sand,trace sat and laminated silty fine SAND,trace gravel to very dense,nonstratified fine-coarse SAND,some gravel trace sat BORING DESIGNATION GROUNDWATER GB 7. ELEVATION IN FEET STRATIGRAPHIC SYMBOL a 2 46 �� 37 "N VALUE" STRATIGRAPHIC CONTACT_�.-;Qvt —' DASHED WHERE APPROXIMATE, To Z3 QUERIED WHERE UNCERTAIN TOTAL DEPTH OF BORING ____R —R— GROUND PENETRATING RADAR REFLECTOR B GB-14 BORINGS THIS INVESTIGATION H-3 B OR PERVIOUS BORINGS COMPLETED IN 1993 AND 1994 S-3 t�l FIGURE 2 PLAN AND PROFILE EXPLANATION HDR/SUNSET ALIGNMENT STUOYNVA Drawing file: 0331504000F0l.dwg Jun 27, 2003 — i i 03am Golder Associates < 5.50 ow °'w m w 0 ELEVAnON(FEE7) !T 0 FL 0 3 z 3 o to o 5-4 —40 m 9- 80 g T .0" 0 MEAOOW A W. N AIM cp :r ow 40 T FACTORYJ1 ss ws m vw II II 06 z Mr 9 � Jul L T`C:4!U�tM U13EE _ALC!qt _ m i. 0 a 9 0 a N a 8 MATCHUNE FIGURE 213 101. VIV r M"AT"(nn I.m> aw 0 ELEVA71ON(FEET) vj pp z MATCHUNE FIGURE 2A 0 IUTC L ir 1 g-6 1 m . I I•r gcm 2 MITRE CL 36 rn m UATCHLINE CA ;IT.0 ri MATCHL 0 :5 71 NLE sl- ——————— ———— ———— —————————————— 'l. e 2z c :3+ ME FIGUI E C 'LLL I z 2 o 80 0 z v g 3 a a CLfVATION(FEM m MATCHLINE FIGURE 20 8 m ctEVAna+(FEET) r _ � � n .6 �•m 3 O 8 I I C►1L�/EI URE I MATCHIINE FIGURE ffi — 1 . a IIIIIINIII ' � ' 1 i� 1 1 1 1 I I 1 1 \ 8 ' 1 1'L I �. p r' v � .�i � 9 � �• y �1 t 1 11 11 ox I 11 .1 1 11. tl it , 1 1 1 ,,,H7H7H7_ 1'1'1 1 1 1 1 1 ham,}11 p w S .1 11 11 111 11 j� •�^ 1�t � Z .• - i < 1 s ` i .rr i I i f %iJ \ 1 � •vim 8 I 1 I // d a z I I err �i � I � _ I �!• i EII - - m MATCHLINE FIGURE 20 Q, �O �" S o x S 8 S o S 8 g o g r » g'^ N EUVAIM(FEET) imn low < 3s� vv, $ � m0�avm cuvATwa«rj p QQ o $ o x S S & 4 Z I y S � o p S Im oC 11 MET a . I� .6 m m NIATCHUNE FIGURE ZC op C b ; o/ litt N S / 0 N R � Np 8 O o\ z I 0. Oil ' F uy+�� t 1 JE _ MATCHUNE FIGURE 2E ELEvATM tF» � >mO qw n r [LEvATWN(FEM �_� r m (D 3 0 8 -C E U 1D 1 1 I ' rn NATCHUNE FIGURE 2D Ham. i i I 7r-- _ — w iow 40 log 4w low 8 ! ` r; I 8i I �I I 1 r a o I I I wo 8 � I 3 ow x I I 1 Mill , a�rr i 81 F 40 1 irr ® O + TC Lp1E•Fl U = MATCHl1NE FIGURE 2F Q o `m` xs '8 0 o k S S S o S iIIM �* {r N D.EVAiION(rEM m 171 iM► ... MRSWA Et.w awes 8 A 1 E3EVATON(FEET) N D m r + k o S o 0 8 8 o MATCNUNE FIGURE 2E - - 3 O a MA HE EFI U m m I , -° -o ' 1 O S{= I ! S4 IM tt I all a o , L- �•F y ��I+ I 1 � i E '8 f s `11 II Y r� s 1y11 g Z \ 1! 1 MZ l! o 8 cNUNE °r O o o MATCNUNE FIG 2G URE E^ Y o S � S S $ o r- N ELEVATION(FEET) rll � m_go ss m Z �m S o S S 80 0 S S o NATCHUNE FIGURE 2F m 30 8 EFNi I �' r; R q s m q rn s 1 S 10 SN ur � � N � � j I ..t�:•� ,�I,I,I 1� f dw qw No rr I I ! •I \ ! fY I x HMI 40 s _ I �\ $ or u I 1 %W 8 S I j Ir `s Q 8 CZ) I I i 11 '9 MWA C E U s ' Z Mrr' _ _ I - - MATCHLIHE F URE 2H 0 F► < N ptvAna+(r" m >m � 6 tii m O"ADON(FEET) ffffY o o $ y KA rc 4 E FN IUI MATCHUNE FM.URE 2G \, •\,.• \i , N tip V Ij He info 444Lffff q i. s �qf A � s ; 1 g 1 1Wf � ' r p ° O r MATCHUNE MURE 21 WATC 4u I I I z Q s o 8 0 0; S o 0 o m �► �-m ffV aLVAnox(� > 2 4w �1 d m CLEVAMON(FEET) m � I MATCHUNE FIGURE 2H 'Nil CL 0 • SC i I t\� \'\` \l \\ GG + N Ilk �\ '•� a � � '� i I •tr � y \ � x g b i 8 '� 8 m N / N 1 p ; / wr s ' No I / n 1 �M { ;7 t7y L� t a 5 0 MATCHWI 8 J � E FIGURE 2J H m WA rC 4L E 1111:1; m S! 0 6 S S S o S o tirr t' nEVAna(rte m > N aw MC°CO C A ElEVA1M(rrl g �! p y g r + S °o S 8 9 o o S S Z NATCHUHE FIGURE X L 0 3 m x _ i 8 I x to I •, i Y � 8 I I { 4 O i� g a 4 3 1 0l x �E UTCHUHE fik E w — O {T N acvAIM ccg» aAe a m L 5'3°Qm v +w Q oa �n 8 3 0 fm ERs m kknEVA7M(FEET) yy YY g T4 EE - 2J MATCHUNE RGURE Z 5 1 I tA CD tills $ I .11 0103 / v zf 0 m _ ° A. a ELEVA710N(FEET) .( i� �5 a j.-z ►Ai =D OZ 3v � O m <'_! N >m � ■. r .r APPENDIX A BOREHOLE LOGS w. m 4w go ww r. .. 090203dpfl Ow Golder Associates +1110 Unified Soil Classification System Component Definitions by Gradation Soil Classification Criteria for Assigning Group Symbols and Names Generalized Component Size Range +� Group Descriptions Boulders Above 12 in. COARSE—GRAINED SOILS GRAVELS CLEAN GRAVELS GW well—groded Grwek More than 502 Mort than 505 of Less than 52 fines Cobbles 3 in. to 12 in. retained on coarse fraction GP Poorly—groded grovels No. 200 sieve retained on Gravel Grovel 3 in. to No. 4 (4.76mm) VW No. ! 5rcve GRAVELS WITH FINES GM Mixtures in Coarse gravel 3 in. to 3/4 in. More than 122 fines Gravel and Clay Fine grovel 3/4 in. to No. 4 (4.76mm) GC Mixtures Sand No. 4 (4.76mm) to No. 200 (0.074mm) i SANDS CLEAN SANDS SW well—graded Surds 50% or more of Less than 52 fines Coarse sand No. 4 (4.76mm) to No. 10 (2.0mm) coarse fraction posses No 4 Sic" Fine Poorly—graded Sands Medium sand No. 10 (2-0mm) to No. 40 (0.42mm) Mixtures Fine sand No. 40 (0.42mm) to No. 200 (0.074mm) SANDS WITH FINES SM Sand and Sift i Mors than 125 fines Sin and Cloy Smaller than No. 200 (0.074mm) SC Sand and Cloy Mixtures FIK—CRANED SOILS SILTS AND CLAYS CL Low—plasticity Clays 505 or more posses Liquid limit INORGANIC the No. 200 tkve less than S0 Non—plus and Low— ML plpstK,ty yn. Samples Ron—plastic and ;— Plasticity Organic Clays 111111111 11 ORGANIC OL Non—plastic and Low— SS SPT Sampler (2ff OD) Plasticity Organic Sins HO Heavy My Split Spoon SILTS AND CLAYS CH High—plosticity Cloys SH Shelby Tube Liquid Wit INORGANIC greater thou 50 P Pitcher Sampler MH High—pbsticny Sins B Bulk rg—p os city ORGANIC OH Orgonx Clays C Cored High—plasticity Organic Silts Unless otherwise noted, drive samples HIGHLY ORGANIC SOILS advanced with 140 lb. hommer with organic organic molter. dock in color. and organic odor PT Peot 30 in. drop. Relative Density or Consistency Laboratory Tests Utilizing Standard Penetration Test Vak ies IL/I — Test Designation Cohesionless Soils(0) Cohesive Soils (b) Moisture (1) Density D (c) (c) Relative ` (c) Undrained (d) Groin Sae G ttrl Density N bows/ft Dellgity Consistency N, blows/ft. Shea�psftength Hydrometer H ll JJ JJ Atterberg Limits (1) Very loose 0 to 4 0 — 15 Very soft 0 to 2 <250 Consolidation C Loose 4 to 10 15 — 35 Sort 2 to 4 250-500 Unconfined U 40 Compact 10 to 30 35 — 65 Firm 4 to 6 500-1000 W Triax UU Dorm 30 to So 65 — 85 stiff 8 to 15 1000-2000 CU Triax CU 1 Very Deese ever 50 >85 Very Still 15 to 30 2000-4000 CD Triax CO Hord over 30 >400D Permeability P 01111 (o) Solt consisting of gravel, sand. and silt either separately or in epMirwtion, possessing no ctraracteristics (1) Moisture and Atterberg Limits of ply and g drained behavior platted on lag. (b) Sots posssaaing the Characteristics of plasticity. and exIAK" undrosred behavior. (c) Refer to tad of ASTM D 1586-84 for a definition of w. in normoly consolidated eohes'anlesa soils Relative.Density terms are based on N values corrected for overburden pressures. (d) badrained shear strength - 1/2 unconfined-compression strength. Slit and Clay Descriptions Description Typical Unified go Descriptive Terminology Denoting Designation Component Proportions sin ML (non-plastic) Clayey sin CL—ML (low plasticity) Descriptive Terms Range of Proportion Sift Cloy CL it Cloy CH Trace 0-52 Plastic Sin MH Little, 5-12% Some or Adjective(a) 12-302 Organic Soils OL OH. Pt } And 30-502 (a) Use Gravewy. Sandy or Silly as appropriate. Golder Associates Figure 1'er SOIL CLASSIFICATION/LEGEND %W 773-1064/fORM 573 RECORD OF BOREHOLE GB-1 SHEET 1 of 1 PROJECT: HDR/Sunset Interceptor/WA DRILLING METHOD: Hollow Stem Auger DATUM: MSL ELEVATION: 332.02 PROJECT NUMBER: 033.1504.000 DRILLING DATE: 5/19/03 AZIMUTH: WA INCLINATION: -90 LOCATION: Sunset Blvd Renton WA DRILL RIG: Mobile B-59 COORDINATES: not surveyed SOIL PROFILE SAMPLES PENETRATION RESISTANCE x w BLOWS/ft■ a z NOTES 0 W = ELEV. w W BLOWS 10 Zo WATER LEVELS o v z DESCRIPTION 0 m a co 2 O M per 6 in N U WATER CONTENT(PERCENT) GRAPHIC i m V, DEPTH Z 140 b hammer Q W.1 Qw I W, 0 0.0-0.5 30 Mich drop ASPHALT 331.5 0.5-0.9 i:t 3Q N1 CONCRETE j 0.9-5.6 0.9 Dense,light yellowish to grayish brown, nonstratified,fine to coarse sandy SILT, trace fine gravel,dry. (RECESSIONAL OUTWASH) ' ML 5 . 326A 5.6.21.0 Dense to very den gray to olive gray, 5.6 1 SS 11.17-21 38 se, nonstratified,silly fine to coarse SAND, trace 10 some fine to coarse subrounded to angular faceted gravel,gravel sockets become well developed with increasing E depth,dry to damp. (LODGMENT TILL) E m o L 0 a L 10 > BacMilled with a' 2 SS 10.24-50 >50 1.5 t nits and E Cuttings in 4 o � f N SM '+ a . tt� 15 t 3 SS 50/6 50/6 ` nq f 20 0 4 SS 24-SM 50/6 � 311.0 1.0 3 21.0 ILJ No groundwater encountered. S Boring completed at 21.0 ft. R a C7 ai i 0 m U 25 W Q 0 1 into 3 ft LOGGED: C.Allen x DRILLING CONTRACTOR: Holt Drilling A8.40�i�U� W 9 CHECKED: D.Findley m DRILLER: M.Sharp DATE: 5/27/03 RECORD OF BOREHOLE GB-2 SHEET 1 of 1 PROJECT: HDR/Sunset Interceptor/WA DRILLING METHOD: Hollow Stem Auger DATUM: MSL ELEVATION: 309.88 PROJECT NUMBER: 033-1504.000 DRILLING DATE: 5/19/03 AZIMUTH: WA INCLINATION: -90 LOCATION: Sunset Blvd Renton WA DRILL RIG: Mobile B-59 COORDINATES: not surveyed Ytr s SOIL PROFILE SAMPLES PENETRATION RESISTANCE x BLOWS/It■ NOTES rn U ELEV w w BLOWS k 10 20 WATER LEVELS o z z DESCRIPTION Q p per 6 in N v WATER CONTENT(PERCENT) GRAPHIC J 0 DEPTH Z 140 b hamnx ¢ W,1 e- I W, 11t1e o] (11) 30 inch mop 0 0.0-0.7 ASPHALT 309.2 0.7-1.1 308.8 CRETE Very loose,orangish brown,mottled, nonstratified,fine to coarse SAND,trace t sift,trace fine angular to subrounded gravel, dry. (RECESSIONAL OUTWASH) r 1w SP 5 ■ 1 SS 1-1-1 2 1_5 1.5 S :'::•`. E ----- 38.0 F� 8.0-19.0 ------ — gp rb Dense,olive gray,nonstratified,silty fine to g coarse SAND,trace fine subrounded to o subengular gravel with poorly developed sockets,damp. (LODGMENT TILL) 10 = SM ■ Backlit 2 SS 11-13.21 34 - Bentonite < Chips and Cuttings rn � o { -------------- 296.9 •G 13.0-17.0 130 N Dense,gray to dive gray,nonstratified,fine 41W to coarse SAND,trace silt,with casts and lenses of sift,dry to damp. (ADVANCE OUTWASH?) 15 SW ■ i 3 SS 14-21-24 45 1"3 1.5 --------- _ ... 292.9 17.0-215 17.0 tIW Very dense,olive gray to gray,nonstratified, silty fine to coarse SAND,trace fine angular gravel,damp. (LODGMENTTILL?) SM 20 r- 4 [SS 25-31-50 >50 1-5 lint d 1.5 3 288.4 g 21.5 No groundwater encountered. Boring completed at 21.5 R 'a ai i '¢ m V 25 W lL 1 In to 3 ft LOGGED: C.Allen ar DRILLING CONTRACTOR: Holt Drilling CHECKED: D.Findley Gddff o DRILLER: M.Sharp DATE: 5/27/03 (Rwodates m 1!r RECORD OF BOREHOLE GB-3 SHEET 1 of 1 PROJECT: HDR/Sunset Interceptor/WA DRILLING METHOD: Hollow Stem Auger DATUM: MSL ELEVATION: 289.50 PROJECT NUMBER: 033-1504.000 DRILLING DATE: 5/19/03 AZIMUTH: WA INCUNA11ON: -90 LOCATION: Sunset Blvd Renton WA DRILL RIG: Mobile B-59 COORDINATES: not surve ed O O SOIL PROFILE SAMPLES PENETRATION RESISTANCE = BLOWS/It■ 2 kn O ELEV. W w BLOWS to 20 30 M WATER LEVELS a x z DESCRIPTION � p per 6 in N O WATER CONTENT(PERCENT) GRAPHIC Ir m = O DEPTH Z 190b harriaw Lu w,t ;W. o drop 0.0-0.9 ASPHALT 268.6 0.9-1.3 !`Y!4- 288.2 N 1.3-4.0 1.3 Orangish brown to brown,silty fine to medium SAND observed in cuttings. (RECESSIONAL OUTWASH or FILL) SM '. :. 285.5 ---------——— — 4.0 4.0-7.0 Compact,gray to olive brown to olive gray, mottled,iron otdde stained,nonstratifred, 5 fine to coarse sandy SILT,trace fine angular to subrounded gravel with poorly developed sockets,damp. (WEATHERED TILLI ML 1 SS 3510 16 1-3 1.5 1 -------------- — 282.5 t� 7.0-19.0 7_0 Very dense,"gray to light olive gray to E olive brown,nonstratified,fine to medium SAND,trace to some sift,trace fine to 0 ooarse gravel,with silty fine to coarse sand c lenses,dry to damp. (LODGMENT TILL) 5 a G 1, p 10 1 1 >A I Bacdilled 0A with 2 SS 3.18-33 >50 15 Bentonhe a Chips and E Cuttings in a 0 S N YW 15 3 SS 50/5 50/5 0..1 nA 270.5 -------------- — :'.': 19.0 � 19.0-21.5 Very dense,gray,nonstratified,fine SAND, o trace silt,coarsening downward to fine to ka 20 coarse SAND,trace subangular gravel, F trace all,wet. (ADVANCE Ol1TWASH) SP-SW:—X.:v 0 j p 4 SS 35-18-32 50 X145 Water level 3 on 5/19/03 268.0 o Boring completed at 21.5 ft. 21.5 J (7 a' 6 vi O Z R O to O 11111111111 cc U 25 W Q 1 into 3 ft LOGGED: C.Allen DRILLING CONTRACTOR: Holt Drilling CHECKED: D.Fndley �TT.� o DRILLER: M.Sharp DATE: 5/27/03 �ll4;4�iDCJaieB m RECORD OF BOREHOLE GB-4 SHEET 1 of 1 PROJECT: HDR/Sunset Interceptor/WA DRILLING METHOD: Hollow Stem Auger DATUM: MSL ELEVATION: 269.32 PROJECT NUMBER: 033-1504.000 DRILLING DATE: 5/19/03 AZIMUTH: WA INCLINATION: -90 LOCATION: Sunset Blvd Renton WA DRILL RIG: Mobile B-59 COORDINATES: not surveyed 0 O SOIL PROFILE SAMPLES PENETRATION RESISTANCE illy W BLOWS/ft■ NOTES w` f = ELEV. w w BLOWS to 20 30 10 WATER LEVELS 0 z DESCRIPTION <p per 6 in N WATER CONTENT(PERCENT) GRAPHIC m O DEPTH TH z 110 b hammer ¢ W, w W, 0 30 irch drop =HALT0.3 T 69. 0.3-2.5 Dark broom,silty fine to coarse SAND,trace brick noted in cuttings. (FILL) SM -------------- — r i 266.8 2.5-21.5 2.5 Loose to compact,broom to yellowish brown " becoming gray to olive gray with depth, slight iron oxide staining throughout, nonstratified to stratified,fine to medum SAND,trace sift,damp. (RECESSIONAL OUTWASH) 11ill $ 1 SS 2-2-3 5 1.5 1 } o E E r L O b V 10 r ■ Mtrr ; Backfilled 1.3 With 3 2 SS 3-3-5 8 1.5 Bentonke a Chips and m Cuttings low` 3 SP 0 0 2 t c' } N 1 I 1$ tlrw 3 SS 6.8-12 20 1.5 r� n 20 F 4 SS 6-7-8 15 1.5 3 247.8 ¢ 21.5 dNo groundwater encountered. 'a Boring completed at 21.5 ft. t7 h Z lic U 25 W 1 Into 3 ft LOGGED: C.Allen " W DRILLING CONTRACTOR: Holt Drilling CHECKED: D.Findley CAAder o DRILLER: M.Sharp DATE: 5/27/03 (VAnsochuft m irar 1 i RECORD OF BOREHOLE GB-5 SHEET 1 of 1 PROJECT: HDR/Sunset Interceptor/WA DRILLING METHOD: Hollow Stem Auger DATUM: MSL ELEVATION: 260.71 PROJECT NUMBER: 033-1504.000 DRILLING DATE 5120/03 AZIMUTH: N/A INCLINATION: -90 j LOCATION: Sunset Blvd Renton WA DRILL RIG: Mobde B-59 COORDINATES: not surveved SOIL PROFILE SAMPLES PENETRATION RESISTANCE = BLOWS/It■ lil� ^ 1? ELEV. ir 10 20 30 40 WATER LEVELS NOTES o v z cc DESCRIPTION y p M per 6 in N V WATER CONTENT(PERCENT) GRAPHIC m = O DEPTH( z 140 It,hamm Q W,I B" i W. p 30 inch AMP c 0.0.0.6 ASPHALT 260.1 E 0.6-0.9 259.8 CONCRETE 0.9-21.5 0.9 Loose to dome,light brown to medium brown becoming light gray with depth, °a nonstratified to faintly strattlad,fine to medium SAND,trace sift,trace roots to 6.5 ft depth,dry to damp. (RECESSIONAL 8 OUTWASH) E uJ 3 4 5 = � fs 1 SS 2-3-4 7 C4 1 5 - Y i i 10 0 E Backfilled E with 2 SS 6.8-11 19 1.5- Bentonite I o SP Chips and e Cuttings w I° t5 $ &i 3 SS 9-12-19 31 1.5 ;1 N N 20 f 4 SS 10.11-14 25 1s 3, 239.2 21.5 pNo groundwater encountered. a' Boring completed at 21.5 ft. vi O Z Ic Ir U 25 cc w �l 1 into 3 it LOGGED: C.Allen DRILLING CONTRACTOR: Holt Drilling CHECKED: D.Findley ac I DRILLER: M.Sharp DATE: 5/27/03 } RECORD OF BOREHOLE GB-6 SHEET 1 of 1 PROJECT: HDR/Sunset Interceptor/WA DRILLING METHOD: Hollow Stem Auger DATUM: MSL ELEVATION: 250.32 PROJECT NUMBER: 033-1504.000 DRILLING DATE: 5/ QW AZIMUTH: WA INCLINATION: -90 LOCATION: Sunset Blvd Renton WA DRILL RIG: Mobile B-59 COORDINATES: not surve ed iSOIL PROFILE SAMPLES PENETRATION RESISTANCE ►- BLOWS/ft■ NOTES w ax Up ELEV. ¢ ¢ 10 4o WATER LEVELS o ¢ DESCRIPTION Lo p 2 per 06 in N WATER CONTENT(PERCENT, GRAPHIC p DEPTH D w w 1rr m (ft) Z 140 b hammer ¢ W, e I w, ° 0.0-0.5 30xicidop T 249.8 0.5.0.9 2V4 M 0.9-21.5 0.9 will Compact,light brown to right gray to olive `m gray,nonstratified to faintly stratified,fine to E medium SAND,trace sift,dry to moist. E (RECESSIONAL OUTWASH) x 1 YIY 1e 1D in c J mm �• 5 � 1 SS 8.9.10 19 i E m Y (O O x �f L V C N N 10 1� ■ 88ckTilled 1-1 with 2 SS 15-1a1a 24 15 Bentonne SP Chips and Cuttings 4W E E c° 5 i o 15 o ■ a t� 3 SS 5.7-9 16 -1-4 1.5 E 0 o x N N v m 20 ■ 1- t] 5.8-9 17 1.5 3i 228.8 ¢ 21.5 ts7 No groundwater encountered. a Boring completed at 21.5 ft. O vi tip 0 cc U 25 W ¢ ICI 1 in to 3 ft LOGGED: C.Allen it 11 DRILLING CONTRACTOR: Holt Drilling CHECKED: D.Findley *A=es m DRILLER: M.Sharp DATE: 5/27/03 11rr RECORD OF BOREHOLE GB-7 SHEET 1 of 1 PROJECT. HDR/Sunset Interceptor/WA DRILLING METHOD: Hollow Stem Auger DATUM: MSL ELEVATION: 222.74 PROJECT NUMBER: 033-1504.000 DRILLING DATE 5/20/03 AZIMUTH: N/A INCLINATION: -90 LOCATION: Sunset Blvd Renton WA DRILL RIG: Mobile B-59 COORDINATES: not surveyed SOIL PROFILE SAMPLES PENETRATION RESISTANCE BLOWS/It■ NOTES 0.v 2 kn =a ELEV. w w BLOWS a to 20 so w WATER LEVELS 0 Z DESCRIPTION Q. M per 6 in N O WATER CONTENT(PERCENT) GRAPHIC J Q m v DEPTH z 140 lb hammer ¢ W.: ew I W. 0 30 kxh drop OA-0.4 222.3 Concrete and 0.4-13.0 0'4 Monument Very loose to loose and son,light brown to brown to olive gray to gray to orangish brown,iron oxide mottling, Interbedded,fine to mad'ium SAND,trace to little sill,trace charred debris,and SILTY CLAY,trace charred debris,damp to moist.(FILL?) I :r Bentonite Chips 5 ■ 1 inch PVC tl riser 1 SS 1-1-1 2 0-8 1.5 1 S y/SP/S o E E 5 e P g 2 SS 1-2-4 6 -1-3 1.5 - E 0 3 .4 0 x 209.7 -------------- — E 13.0-18.0 13.0 N Dense,gray to olive gray to orangiell brown, _ v strong Non oxide staining in horizontal layer at 15.8 fL Irderbedded,fine to coarse Silica Sand--l!-"- °D SAND,trace fine gravel,trace calsts of firm a to coarse sandy SILT,some fine gravel and 15 fine to medium SAND,tittle silt,wet 1 Inch PVC `a (RECESSIONAL OUTWASH) ■ screen SW-S tt 3 SS 10.1324 37 1.5 a t� -------------- � � 204.7 18.0-21 5 18.0 Dense,olive gray to gray,iron oxide stained in zones,nonstratified,silty One to coarse SAND,some fine to coarse subrounded to subangular gravel with well developed ca sockets,seams/zones of fine to medium 20 sand wet. (LODGMENT TILL) SM a ° �, 4 SS � 6-12-27 39 31 201.2 ¢ Boring completed at 21.5 n. 21.5 O a 0 U) z 0 ID 0 0 25 w Q 1 into 3 ft LOGGED: C.Allen .DRILLING CONTRACTOR: Holt Drilling CHECKED: D.Findley Golder o DRILLER: M.Sharp DATE: 5/27/03 (JR&SOCLAWS m tai 40 RECORD OF BOREHOLE GB-8 SHEET 1 of I PROJECT. HDR/Sunset Interceptor/WA DRILLING METHOD: Hollow Stem Auger DATUM: MSL ELEVATION: 204.81 PROJECT NUMBER: 033-1504.000 DRILLING DATE: 5/20103 AZIMUTH: WA INCLINATION: -90 LOCATION: Sunset Blvd Renton WA DRILL RIG: Mobile B-59 COORDINATES: rat surve ed 0 ilr O SOIL PROFILE SAMPLES PENETRATION RESISTANCE x E BLOWS/It■ NOTES L r O ELEV. W 10 20 30 4o WATER LEVELS o v z DESCRIPTION U xa 0 m aw BLOWS D <O per 6 in N O WATER CONTENT(PERCENT) J DEPTH GRAPHIC 4111P m C7 (h) Z 140 6 hammer ¢ W,1 ti i W, 0 30 krh dop %W047 2043 0.5-4.5 0.5 Brown,fine to coarse SAND,some fine to coarse subrounded to subangular gravel, 4t1� dry. (FILL?) SW -----=-------- 200.3 4.5 y■ 5 Very loose,yellowish brown to brown, nonstrat'died,fine to medium SAND,trace sift,trace roots,trace charred debris,dry. (FILL) 1 SS 0.1-1 2 0.7 SP IkW o E E of I -------------- — . -. 196.3 8.5-13.0 8.5 m' Dense,gray,nonstratified,fine to medium a SAND,tittle sift,little fine subrounded to g subangular gravel,damp. GILL?) 10 L ■ Backfilled o SP-SM 2 SS 9-15-21 36 5 with Bentonite Chips Cuttings rn - MiI1P 4 0 x r 191.8 —————————————— — c 13.0-21 5 13.0 N Dense to very dense,olive gray to gray,iron oxide stained in zones,interbedded, laminated SILT,nonstralified silty fine SAND and nonstratified fine to medium SAND, trace all,moist to damp. (ADVANCE 15 OUTWASH) ■ 3 SS &ii-24 35 1} 10 1.5 l 20 rn >A I F to 3 4 SS 16-29-41 >50 15 1 183.3 p 21.5 0 No groundwater encountered. a Boring completed at 21.5 ft. O U) Z Q O m 111r p Q U 25 W 9 1 in to 3 ft LOGGED: C.Allen w DRILLING CONTRACTOR: Holt Drilling CHECKED: D.Findley CC DRILLER: M.Sharp DATE: 5/27/03 OssoeFues_ aw RECORD OF BOREHOLE GB-9 SHEET 1 of i PROJECT: HDR/Sunset Interceptor/WA DRILLING METHOD: Hollow Stem Auger DATUM: MSL ELEVATION: 184.06 PROJECT NUMBER: 033-1504.000 DRILLING DATE- 5/20/03 AZIMUTH: N/A INCLINATION: -90 LOCATION: Sunset Blvd Renton WA DRILL RIG: Mobile B-59 COORDINATES: not surveyed 0 RESISTANCE SOIL PROFILE SAMPLES PENETRATION x O x BLOWS/It■ NOTES w v M = ELEV. w w BLOWS < 10 20 30 40 WATER LEVELS o z DESCRIPTION 0 0.p f a per 6 in N U WATER CONTENT(PERCENT) GRAPHIC m C¢3 D(nTH z 1406hammer Q W, w W. 3o inch drop 0.0-0.5 183.6 Concrete and 0.5-0.9 Ra.f: 10.2 Monument N CONCRETE 0.9 0.9-3'5 Broom,fine to coarse SAND,little sift,little fine to coarse subrounded to subangular gravel,damp. (FILL) SM I 1� —————————————— 190.6 3.5-13.0 3.5 Compaq to very dense,olive gray, nonstratilied,silly fine to coarse SAND, Bentanite some fore to coarse subrounded to 5 subangular gravel,moist to wet Chips (LODGMENT TILL) 1 Inch PVC riser 1 SS 3-9-14 23 1.5 E E SM 0 e o 10 , a 2 SS 4-28.31 >50 0 --- ---------- — 171.1 — :.. S 13.0-21.5 13.0 N Compact,olive brown to olive grey to grey. Interbedded,laminated CLAYEY SILT, nonstrati8ed tine to coarse SAND,trace sift Silica Sand and laminated silty We SAND,trace fine OUTWAmoist to wet. (ADVANCE - 15 1 Inch PVC screen _ 3 SS 611-15 28 a20 W p 4 SS 611-13 24 12 d 3 182.6 0 Boring completed at 21.5 k 21.5 v 'a v to v z m 0 cc 25 w y 1 Into 3 ft LOGGED: C.Allen °sue DRILLING CONTRACTOR: Holt Drilling CHECKED: D.Findley o DRILLER: M.Shafp DATE: 5127/03 =Cs m aw RECORD OF BOREHOLE GB-10 SHEET 1 of 1 PROJECT. HDR/Sunset Interceptor/WA DRILLING METHOD: Hollow Stem Auger DATUM: MSL ELEVATION: 49.50 PROJECT NUMBER: 033-1504.000 DRILLING DATE: 5/21/03 AZIMUTH: WA INCLINATION: -90 LOCATION: Sunset Blvd Renton WA DRILL RIG: Mobile B-59 COORDINATES: not surveyed Nate p SOIL PROFILE SAMPLES PENETRATION RESISTANCE BLOWS/it■ NOTES k? ELEV. ¢ to 20 30 40 WATER LEVELS uj BLOWS 0 v Z DESCRIPTION Q 0- a. per 6 in N U WATER CONTENT(PERCENT) GRAPHIC go O DEPTH Z M (g) 140 b hamrrr Q W. Ei I W. 0 30 kWh drop . 040.4 491 4%41 Concrete and 0.8 Monument yr 0.8-7.0 Very loose,orangish brown,iron oxide mottling,nonstratilied,fine to coarse SAND, little silt,trace gravel,trace charred debris, moist. (FILL) 4W SM No 5 1 inch PVC riser 1 SS 1-1-2 3 1.5 42.5 7.0-13.0 7.0 Compact,orangish brown to fight gray to E gray.interbedded,fine to coarse SAND, trace fine to coarse subangular gravel,trace X Bentonite ltr silt and silty fine SAND and SILTY CLAY Chips with iron oxide stained zones,wet i e (RECESSIONAL OUTWASH) 1tf�1 10 -SM- L;• a CO 2 SS 2.6.5 11 1.5 Q do � 6 2 -------------- — '•• 36.5 13.0-18.5 13.0 H Very stiff,gray to ollve brown,blocky a texture,massive,SILTY CLAY,We floe to coarse subrounded to subangular gravel, o trace fine to coarse sand,damp. Pocket Penetrometer. 3.5 to>4.5 lat. 15 (GLACIOLACUSTRINE DEPOSIT) CL 3 SS 10.11-13 24 1,5 T 1.5 Silica Sand — ------ _ 31.0 t Inch PVC 18.5-21.5 18.5 t� Very dense,grey,nonstratified,fine to screen coarse SAND,some fine to coarse subrounded to subangular gravel,trace sill, wet (OUT WASH) a SW >A I o a d4 SS 11-28-35 >50 3 28.0 ¢� Boring completed at 21.5 n 21.5 'a rn n vi °z IrM 0 o¢ 0 25 W ¢ rw 1 into 3 ft LOGGED: C.Allen DRILLING CONTRACTOR: Holt Drilling CHECKED: D.Findley $ DRILLER: M.Sharp DATE: 5/27/03 Assod es t+ar S RECORD OF BOREHOLE GB-11 SHEET 1 of 1 PROJECT: HDR/Sunset Interceptor/WA DRILLING METHOD: Hollow Stem Auger DATUM: MSL ELEVATION: 129.78 PROJECT NUMBER: 033-1504.000 DRILLING DATE 5/21/03 AZIMUTH: WA INCLINATION: -90 LOCATION: Sunset Blvd Renton WA DRILL RIG: Mobile B-59 COORDINATES: not surveyed O SOIL PROFILE SAMPLES PENETRATION RESISTANCE O = BLOWS/ft■ NOTES w� r7 U) =O ELEV. m a BLOWS a to Zo WATER LEVELS o ¢ DESCRIPTION j ¢p M per 6 in N p WATER CONTENT(PERCENT) GRAPHIC � yy m 0 DEPTH) z 140 b hammer ¢ W., H 1 W. OS- p 0.5 129.3 1 ' 0.5-0.9 :?V: 12659 0.9 0.9-2.5 Brown,fine to coarse SAND,little fine to SM coarse gravel,little sift observed In cuttings. j 127.3 t ——1 Z-5——————————— — 2.5- 2.5 " i Very dense,gray,nonstratified,silty fine to coarse SAND,trace fine gravel and fine to coarse sandy SILT,some fine to coarse subrounded to subangular gravel,dry to damp. (LODGMENT TILL) 5 1 SS 26-504 50/4 0-8 0.8 i E E o SM-ML 'm Q 0 a t 10 L 2 SS 39-70/3 70/3 Q$ Backfilled m 0.8 with a Bentonfte <' Chips and E Cuttings in s �s N Y 115.3 14.5-21.5 14.5 15 Very dense,gray to olive gray,nonst atified, > SILT,trace fine to coarse sand,trace fine to coarse subrounded to subangular gravel, trace fine to medium sand seams with iron 3 SS 15-27-33 >50 oxide staining,dry to damp. 1.5 (GLACIOLACLISTRINE DEPOSIT) ML 20 m >A I p 4 SS 8.23-30 >50 d 3� 108.3 ¢0 21.5 p No groundwater encountered. Boring completed at 21.5 ft. a 17 ai CCO z m CC 0 U 25 W 2 a 1 into 3 ft LOGGED: C.Allen w DRILLING CONTRACTOR: Holt Drilling CHECKED: D.Findley GOMM o 1 DRILLER: M.Sharp DATE: 5/27/03 (RAMOCfates m RECORD OF BOREHOLE GB-12 SHEET 1 of 1 PROJECT: HDR/Sunset Interceptor/WA DRILLING METHOD: Hollow Stem Auger DATUM: MSL ELEVATION: 107.73 PROJECT NUMBER: 033-1504.000 DRILLING DATE: 5/21/03 AZIMUTH: N/A INCLINATION: -90 LOCATION: Sunset Blvd Renton WA DRILL RIG: Mobile B-59 COORDINATES: not surve ed 0 SAMPLES SOIL PROFILE PENETRATION RESISTANCE 611110 BLOWS/It■ NOTES U ELEV. Q 10 20 3o 10 WATER LEVELS W try W x w w BLOWS 0 2 DESCRIPTION j 2 per 6 in N U WATER CONTENT(PERCENT) GRAPHIC DEPTH D 0 m O (n) Z 140 kb h rn it w,1 e1A=–4 W. 0.0-0.3 0.3.0.7 loft Concrete and IN CONCRETE 0.7 Monument 0.7-11.5 Very loose to compact,orangish brown to brownish gray,nonstratifled,fine to coarse SAND,trace to some fine to coarse subrounded to subangular gravel,little sift, r trace charred debris,trace wood,damp. (FILL?) i Bentonite Chips ff� 5 1 inch PVC riser 1 SS 0-" 0 SW_ 1.5 m E E ow rfi a i 10 11/ 2 SS 410-13 23 45 o -------------- — .' 96.2 :: •.: in 11.5-21.5 11:5 Compact to dense,olive brown to brownish o gray,nonstratified to faintly stratified,fine to coarse SAND,trace to little fine to coarse rounded to angular gravel,trace sift,wet. (ALLUVIUM) N Q Silica Sand 15 1 inch PVC screen 3 SS 6-11-12 23 - 1.5 SW ^lN i 20 F d 4 SS 12.20.21 41 1.5 3 86.2 ¢9 Boring completed at 21.5 ft. • 21.5 0 a c7 vi i tlttn o 2 U 25 W Q 0 1 in to 3 i< LOGGED: C.Allen trr i5 DRILLING CONTRACTOR: Holt Drilling CHECKED: D.Findley m DRILLER: M.Sharp DATE: 5/27/03 *A=es wrr i 1 RECORD OF BOREHOLE GB-13 SHEET 1 of 1 PROJECT: HDR/Sunset Interceptor/WA DRILLING METHOD: Hollow Stem Auger DATUM: MSL ELEVATION: 72.20 PROJECT NUMBER: 033-1504.000 DRILLING DATE: 5/21/03 AZIMUTH: WA INCLINATION: -90 LOCATION: Sunset Blvd Renton WA DRILL RIG: Mobile B-59 COORDINATES: rat surve ed 0 SOIL PROFILE SAMPLES PENETRATION RESISTANCE = BLOWS/It■ NOTES ~- rn = ELEV. w w BLOWS a 10 zo 30 4o WATER LEVELS O z DESCRIPTION <O a per 6 in N U WATER CONTENT(PERCENT) GRAPHIC ¢ D 0 tl DEPTH Z 140 D hamper ¢ W, w W, m (ft) 30 inch drop 0 0.0-0.4 P T 71.8 AS 0.4-6.4 0.4 Compact,brown to brownish gray, nonstratified,fine to coarse SAND some rounded to subangular fine to coarse gravel, trace silt,damp. (FILL) l SW 5 � 1 SS 2-5-6 11 Q l 65.8 6.4-21.5 6.4 Compact,gray to fight brown to light gray, nonstratified to laminated,fine to medium SAND,trace silt,fining downward to fine g SAND,trace silt,damp. (ALLUVIUM) E • t 0 5 m o° 10 L Baddiffed with 2 SS 34-6 10 X15 Bentonite Chips and E Cuttings cc m 3 2 Z c N ° SP 3 SS 5-12-13 25 3 20 O tl 4 6-9-12 21 1.5 d 3 50.7 0 21.5 No groundwater encountered. Boring completed at 21.5 ft. a tl vi Z Ir m 0 cc 0-25 W 0 1 in to 3 ft LOGGED: C.Allen w DRILLING CONTRACTOR: Holt Drilling CHECKED: D.Findley Om DRILLER: M.Sharp DATE: 5/27/03 *A�W m .tr RECORD OF BOREHOLE GB-14 SHEET 1 of 1 PROJECT: HDR/Sunset Interceptor/WA DRILLING METHOD: Hollow Stem Auger DATUM: MSL ELEVATION: 55.87 PROJECT NUMBER: 033-1504.000 DRILLING DATE 5422103 AZIMUTH: WA INCLINATION: -90 LOCATION: Sunset Blvd Renton WA DRILL RIG: Moble B-59 COORDINATES: not sum-eyed 0 = SAMPLES alrt IL PROFILE PENETRATION RESISTANCE BLOWS/k■I NOTES uj O ELEV. ¢ r 10 20 ao 4o WATER LEVELS 0 Z DESCRIPTION co agj m Lu BLOWS ¢ v1 J M per b in N v WATER CONTENT(PERCENT) GRAPHIC m t, DEPTH z 140 b ham mm w W.; ew W. so«�cl, arop 0.0-0.5 55.4 asa 0.8 ttt! Compact,olive brown,nonstratified,fine to coarse SAND,little sift,trace fne to coarse gravel.trace asphalt tragments,dry. (FILL) W-S 5 1 SS 4-5.5 10 0- 1.5 — -- 48.9 7.0 72-1.5—— ———--- — 7.0 Compact to dense,brownish gray, Enonstratified,fine to coarse SAND,some E fine to coarse subangular to rounded gravel, m trace silt,dry to damp. (ALLUVIUM) o 3 4 t D 10 Balled a� with o 0-9 Bentonke 2 SS 5.10.10 1.5 Chips and Cuttings � o Z N 'f .SW /5 3 SS B-15-15 30 1.5 1 20 . F O r d 4 SS o 611-12 23 1.5 3 34.4 9 21.5 p No groundwater encountered. a Boring completed at 21.5 ft. O aS 2 cc m C ¢ I 25 1 in to 3 ft LOGGED: C.Allen DRILLING CONTRACTOR: Holt Drilling CHECKED: D.Findley .L DRILLER: M.Sharp DATE: 5/27/03 *A=tes m attr RECORD OF BOREHOLE GB-15 SHEET 1 of 1 Will PROJECT: HDR/Sunset Interceptor/WA DRILLING METHOD: Hollow Stem Auger DATUM: MSL ELEVATION: 40.89 PROJECT NUMBER: 033-1504.000 DRILLING DATE: 5/22103 AZIMUTH: WA INCLINATION: -90 LOCATION: Sunset Blvd Renton WA DRILL RIG: Mobile B-59 COORDINATES: rat surveyed 0 SOIL PROFILE SAMPLES PENETRATION RESISTANCE = BLOWS/It■ NOTES EL ELZ� 2 h = Ems• w W BLOWS TN :r_� 10 20 3 0 4o WATER LEVELS 0` z DESCRIPTION to M per 6 n WATER CONTENT(PERCE GRAPHIC m D(NTH 140 b hammer w, w w, 0 30 Wich bap 0.0-0.5 40.4 Concrete and 0.5-0.7 Monument 0.7 0.7.5.1 INC Gray,fine to coarse SAND and fine to coarse GRAVEL,damp observed in i , cuttings.(FILL) W-G 4: ,.`a Bentonke $ e. 35.8 1 inch PVC 5.1-6.0 5.1 riser Soft,dark brown to gray,iron oxide mottled, CL 1 SS 0 1-2 3 1 Q SILTY CLAY,trace fine sand,trace roots, 34.9 1.5 6.0 6.0-21.5 Very loose to dense,yellowish brown to brownish gray to gray,interbedded,fine to i•�. rnedilum SAND,trace sit and fine to coarse SAND and fine to coarse GRAVEL,trace E sik,trace fne sandy silt laminae and fine to !Sa coarse subrounded GRAVEL,some fine to coarse sand,trace sift,moist to wet. (ALLUVIUM) a !•`ac 10 -sIN _ 2 SS 5-14-18 32 In Ila 1.5 i o in S n C4 S -SP !`e Silica Sand 15 t inch PVC " �i screen t 3 SS 3.7-10 17 s: . to 20 s� p1•� 4 SS 10.19.25 44 "1.5 �¢ Boring completed at 21.5 t. 21.5 v 4 v q 2 2 m O rZ U 25 W Q 1 in to 3 ft LOGGED: C.Allen DRILLING CONTRACTOR: Holt Drilling CHECKED: D.Findley m DRILLER: M.Sharp DATE: 5/27/03 *AS to r.. ' RECORD OF BOREHOLE GB-16 SHEET 1 of 1 PROJECT: HDR/Sunset interceptor/WA DRILLING METHOD: Hollow Stem Auger DATUM: MSL ELEVATION: 35.38 PROJECT NUMBER: 033-1504.000 DRILLING DATE: 5/22/03 AZIMUTH: WA INCLINATION: -90 LOCATION: Sunset Blvd Renton WA DRILL RIG: Mobile B-59 COORDINATES: not surveyed ir•1� = SOIL PROFILE SAMPLES PENETRATION RESISTANCE BLOWS/It■ NOTES W a ELEV. ¢ k 10 zo 30 0o WATER LEVELS m i p. w W BLOWS O ¢ DESCRIPTION j ¢O M per 6 in N U WATER CONTENT(PERCENl7 GRAPHIC J DEPTH $ o (n) z 1,o a nay ¢ W,: re W, p OAS.0.0.1 y:ti}: 0.1 0.1-0.7 ':}:Y;"'. 34.7 Concrete and 0 7 Monument 0.7-21,5 ' Very soft to firm and very loose to boss, gray to brownish gray to brown, interbedded,fine to coarse SAND,trace to little fine to coarse gravel,trace sin and CLAYEY SILT to SILTY CLAY,trace fine sand zones,trace organics as twigs and plant debris and fine to medium SAND, trace silt,wet. (ALLUVIUM/FILL?) Bentonite 5 Chips 1 inch PVC riser 1 SS 0-1-1 2 -0-3 N (d r P1 E E 0 E v 10 t 2 SS 0.0.0 1.5 0 ` L-CL- � 3 0 = 3 SH na na Q 2.0 h tr e Silica Sand 15 1 inch PVC screen 4 SS 1-1-7 8 1.4 1.5 till 20 F O 5 SS 0-0-3 3 1.5 d 1.5 3 13.9 �¢ Boring completed at 21.5 k 21.5 O v to or Yrt o Q 25 cc 1 in to 3 ft LOGGED: C.Allen DRILLING CONTRACTOR: Holt Drilling CHECKED: D.Findley DRILLER: M.Sharp DATE: 5/27/03 Alas rr RECORD OF BOREHOLE GB-17 SHEET 1 of 1 PROJECT: HDR/Sunset Interceptor/WA DRILLING METHOD: Hollow Stem Auger DATUM: MSL ELEVATION: 35.25 PROJECT NUMBER: 033-1504.000 DRILLING DATE: 5/22/03 AZIMUTH: N/A INCLINATION:.-90 LOCATION: Sunset Blvd Renton WA DRILL RIG: Mobile B-59 COORDINATES: not surve ed p SOIL PROFILE SAMPLES PENETRATION RESISTANCE w BLOWS/ft■ NOTES r 2 V ELEV. ¢ to zo so �° WATER LEVELS W t7 x p w w BLOWS a o z¢ DESCRIPTION ? <p 2 per 6 in N V WATER CONTENT(PERCENT) GRAPHIC 0 m ¢J DEPTH z t40�mner ¢ w.l eW ; W. c9 ( ) z �p 0.0-0.4 9 P Concrete and CONCRETE 34.2 Monument 1.1-20.0 1.1 Very loose to very dense and hard,gray, nonstratified,fine to coarse SAND,trace to some fine to coarse subrounded to subangular gravel,trace sit trace clasts of brown clayey sit,below 20 ft becomes l• interbedded with SILTY CLAY,trace organics,damp to wet. (FILL) Bentonte 5 Chips In 1 inch PVC riser 1 SS 2.0.1 1 .1 1.5 p 1 N T fU E E E p 5 m 10 � SW g 2 SS 037 10 15 a' r s � x° h N O Si ica Sand 15 >A 1 1 inch PVC , Note: Sample i3 blow courts elevated due screen _ to coarse gravel stuck in sampler shoe. 3 SS B-21-32 >50 -1.5 j 20 -------------- — - --- 15.3 20.0-21.5 20.0 c Dense and hard,gray,interbedded,fine to coarse SAND,trace to some fine to coarse d subrou nded to subengular gravel,trace sill, SW-CL 4 SS 8&22 31 3 trace lasts of brown clayey stt and SILTY ¢ CLAY,trace organics,wet. Approximately 1 13.8 o fl.of heave In hole. Slow cants for sample 211 cry a' Swing completed at 21.5 fl. O W Z S 0 O 8 25 W ¢ u� 1 in to 3 ft LOGGED: C.Allen a DRILLING CONTRACTOR: Holt Drilling w 9 CHECKED: D.Findley ¢°m DRILLER: M.Sharp DATE: 5/27/03 *A=tes] r a�w APPENDIX Al +w PREVIOUS BOREHOLE LOGS op r. *v as At �r. w• 40 090203dpf7 "" Golder Associates ow PROJECT Entranco/Houser RECORD OF BOREHOLE S-1 SHEET 1 OF 2 Way/WA DATUM: MSL PROJECT NUMBER: 9331391200 BORING LOCATION: Hwy 169 Ramp W.Embankment BORING DATE: 813/94 � o SOIL PROFLE SAMPLES PENETRATION RES M 2 4 ELE1C BLOWS/FL �GR�APHIICC R = cc BLOWS/8 g1 N 0 �_4 ow _ s DESCRIPTION , p a 140 h Iwrmer WATER CONTBJWERC9JT WATER it 30 inch drop yy LEVEL 0 goo Yery S SIA light!Orr-gray(s'6A.fine surly ML 0.0 (FILL) 57.5 2.5 3-1 SS 7-10.11 21 1811 su 5 4.0 i Sample S-2 ffwWW 525 7.5 S-2 SS 8 8 8 18 18/1 10 —————————— _ 51.0 , Derrs^oLv9W(SY4/1).nodi=Iocoarse SP 90 l i SANQ am*gravel,trace silt(FILL) 1 47.5 125 S-3 SS 7-17-21 38 18/18 15 14.0 Loose to oorrpact,dark gray p q to grayish SM 425 black(2114 sk SAPID.some organics - 17.5 (REMNANTTOPSOK/WEATHEREO HOAIDON) SS 6-6-7 13 18/18 4 :''`•:`' 19.0 Dome to wry dons^olio gray(5Y 4/1). SP nw4u r to coarse SAND.trace ittle graoL trace silt(OUTWASH SAND) 37.5 225 - S-5 SS 18.19.30 49 18x18 36. 24.0 25 ttRI 32.5 Same%S43 mottled _ 27 5 1 S-6 SS 23-22-32 54 i 29.0 30 ' Log oo di,,.W on next paps DRILL RIG: Mobile 844(modTred) LOGGED:J.Coleman DRILLING CONTRACTOR:.Borelsc Inm CHECKED: J.Johmm DRILLER: R.cybson DATE: 8128/91 @!As] ow PROJECT Entranco/Houser RECORD OF BOREHOLE S-1 SHEET ?OF? Way/WA DATUM: IMSL PROJECT NUMBER: 9331391200 BORING LOCATION: Hwy 169 Ramp W.Embankment BORING DATE: 8/3/94 0 SOIL PROFILE SAMPLES PENETRATION RESISTANCE BLOWS/FE PIEZ0METER LL M = ELEV. 0 GRAPHIC rs BLOWS/6 IN DESCRIPTION m m a 140 fo harrnw N WATER CONyTyENTPERCENT WATER Ir $3 S DEPTH 1 3o inch drop ¢ WPr V�--1 WI LEVEL 30 Owns b very dense.arm pray(SY 4/1). SP medium to cows*SAND.trace iAtls gravel. trace aik(OUTWASH SAND) 27.5 325 S•7 SS 38.502 50/2 2/12 28.5 End of hole st 33.5 bet below ground surface 33.5 35 1 40 �1 1 45 1 i' 50 to 55 11 i 80 DRILL RIG: Mobile B-24(modrod) LOGGED:J.Cokrtwn DRILUNG CONTRACTOR: Bane kic. CHECKED: J.Johnson a�s��e! �7usnr r DRILLER: R Gib.. DATE- 8@8/91 PROJECT Entranoo/Houser RECORD OF BOREHOLE S-2 SHEET 1 OF? Way/WA DATUM: MSL PROJECT NUMBER: 9331391.200 BORING LOCATION: Hwy 169 Ramp W.Embankment BORING DATE: 8/3/94 PENETRX[ION RES SOiLPROFLE SAMPLES BLOWSIFL PIE m�l1EC R 0 2P P 4P 1 LL 4 ELEV. w BLOWS 181N DESCRIPTION ai m w N i WATER CONTENT,PERCENT WATER DEPTH i '3400 arch araP WP' ;yyl LEVEL 0 0.0 Coorpid M� SA tr a g:r"( FALL WN(sv Ut).:itY sM `t�it` 71.5 2s S-1 SS 7-17-18 w 1811 70 0 4.0 yrrr 5 s: ? S-2 SS 8-15.11 28 1811 85.0 9.0 4( 10 —————————— Hard,arrve pray(SY411).sandy SLT,some ML 81.5 erganiw(REMNANT TOPSOIL HORIaD" 12.5 80.0 S3 SS 17-31-27 58 8118 at -- -__----- _ c Coapact,duslw yelwn(5Y 64L sly me&- SM '; 14.0 15 to coarse SAND.some gravel(OUTWASH =: SAND) :. f 58.5 17.5 S4 SS 7-11-9 20 1811 t 7 19.0 2D Dome to very dense,o9we pray(5Y 411). nwWm to coarse SAND,trace gravel.trans sit (OUTWASH SAND) _ 51.5 225 S-5 SS 12-14.2D 34 18118 24.0 25 ." 48.5 4W i 27.5 S-e SS 15-25.29 54 18118 29.0 ttiv 30 Lop oord"oed on rmd Page DRILL RIG: Mobile 8-24(nadiied) LOGGED:J.Coleman DRILLING CONTRACTOR: 8ordw Mic CHECKED: J.Johnson c 1 DRILLER: R.Gbson DATE: Or-SW iYrl' PROJECT Entranco/Houser RECORD OF BOREHOLE S-2 SHEET ?OF? Way/WA DATUM: MSL PROJECT NUMBER: 9331391.200 BORING LOCATION: Hwy 169 Ramp W.Embankment BORING DATE: 8/3194 PENETRATION RESISTANCE SOIL PROFILE SAMPLES BLOWS+-r■ PGRAP GRAPHIC C Lu 0 2 4 ELEV. iE g DESCRIPTION H �� IS frurnssr N WATERCONTENLPERCENT WATER fir �i DEPTH i � 30 kch dmp cc wo- o s 30 .... Der»e to wry donne,alive gray(5Y 411). SP =i medium to coarse SANQ trace gravel,vacs sit (OUIWASH SAND)— ——— —— Compact to very dense.kgtd okve gray(5Y SM = .. 41.5 32'AID 512)Io okvs gray(5Y 314,say lime to medium 32.5 + SAND(OLITWASH SILTY SAND) S-7 SS 14-11-17 26 16/1 ■ I 40A 3dA as I � 37A =::yc S-8 SS 17-2545 70 16/1 35.0 39.0 40 .� . t 3A 42.5 S4 SS 1627-36 63 16/1 30A 44A End of tole sd 44.0 feat below growl surface 45 50 55 1 60 DRILL RIG: Mobile B-24(modiied) LOGGED:J.Cckman DRILLING CONTRACTOR: Borelec ins. CHECKED: J.Johnson DRIL.LFR: R.Girecn DATE: 8/26194 M 10 1 �. SHEET 1 OF? PROJECT Entranco/Houser RECORD OF BOREHOLE S-3 Way/WA DATUM: MSL PROJECT NUMBER: 933 1391.200 BORING LOCATION: Sunset Blvd.Median BORING DATE: 8/4/94 0 SOILPROFILE SAMPLES PENETRATION RESISTANCE RLOWSIFi■ ]PIEZOM R = ELEV. 0 GRAPHIC iE $ DESCRIPTION 8 DEPTH n 140 S/hammwer N WATER CONTENTPERCENT WATER 2 it 30�drop cc WPr —�yyl LEVEL 0 Asphaltic concrete over crushed rack 2 Very loose.lgtd OWS 9BY(Y So.medium SP to coarse SAND.some gravel,trace to little sit(FILL) 75.5 S-1 SS 1-1-2 3 18/1 ■ 74.0 4.0 5 Compact.ipM ciw9rsy(SY 5/J)to modsrab SW Q`p eras down(SY 414),fins GRAVEL and O: tlr medium b coarse SAND.trace at(FILL) � 70.5 57.5 S,2 SS S-7-11 18 1811 ■ C1° 69.0 10, Q:c:, 9.0 10 9Q: r O� V: 65.5 I�Q 12S Q _ 3-3 SS 10.11-11 22 18nS _d- 14.0 15 Q� ` a:o• tltls Compadk moderale olive brawn(SY 4/4).silly SM fine SAND grading to very sW mottled 6gtd olive gray(SY 50.fins sandy SILT 60.5 (OUTWASH SANDY SILT) 17.5 S-4 SS 5-9.10 19 18118 19.0 4 55.5 ML 225 S 5 SS 6-7-9 16 18/18 ■ 54.0 24.0 25 50.5 27.5 S8 SS 67-11 18 ■ 29.0 41tw 30 Log oontkwed on next page DRILL RIG: Mobis 8-24(modified) LOGGED: J-Coleman DRILLING CONTRACTOR: Gorstec Inc. CHECKED: J.Johnson 4 DRILLER. R.Gibson DATE: 826194 =rates No SHEET 2 OF 2 PROJECT- Entranco/Houser RECORD OF BOREHOLE S-3 Way/WA DATUM: MSL PROJECT NUMBER: 933 1391200 BORING LOCATION: Sunset Blvd.Median BORING DATE: 8/4/94 SOILPROFILE SAMPLES PENETRATION RESWANCE 0 SLOWSIFL PGEZOMETERI Q ELEV. BLOWS/61N 2p 40 4p LL x Cc cc DESCRIPTION S DEPTH 2 140 b.hammer N < WATER CONTENLPERCETNT �R o S o z 30 inch drop cc W0. W1 30 Conpad,nwderde orne brown(5Y 4/4),sWy ML fMa SAND grading b vary still.notded Hght a"gray(Sy 52),Rine sandy SILT (OUTWASH SANDY SILT) ._ 45.5 325 S•7 SS 7-10.13 23 16/1 0 44.0 34.0 35 --------- - — `- :. Conpad to demm rom olive gay(5Y 52), sM •�": 3S ATD silly fins SAND(OUTWASH SAND) =' 40.5 37.5 S-9 ss 7-10-13 23 16/1 39.0 34.0 40 i ••"' 42.5 Y~ SJ9 s5 11.16.17 33 1611 End of hole at 44.0 test below proud solace 44.0 45 50 60 DRILL RKi: Mobile 8.24(modified) LOGGED J.Coleman DRILLING CONTRACTOR: Boretec Inc. CHECKED: J.Johnson DRILLER: R.Gbsori DATE: NVM% ®� 0 i PROJECT EntrancoMouser RECORD OF BOREHOLE H-2 SHEET I OF 2 Way/WA DATUM: MSL PROJECT NUMBER: 9331391.200 BORING LOCATION: Sunset Blvd.&Hwy 169 Exit Ramp;1-405,WA BORING DATE: 1217/93 lllr o SOIL PROFILE SAMPLES PENETRATION RESISTANCE r_ BLOWSIFt PGGRAPIIC R U. 4 ELE� ¢ BLOWS/BIN t- 0 0 30 40 50 o S DESCRIPTION q J 7i N WATER CONTENLPERCENT WIDER @1 ¢ DEPTH j 140 6 hammer w LEVEL z t`— 30 kWh drop Ir WPB ,WI Melt 0 Moraw re Owns to very dense,ollm pray(5Y 411)to ' medYnm ow(N5)and light orwr brown(5Y eq. ' mottled lira to cosrss SANq some daMak com We Tea arbrowmw pravpt bace arparia.vacs - 1 Yon staining.roast(FILLS 1 25 ( SP 1 SS 2517-23 40 1211 `.• 4.0 5 SM :^'? _ 2 SS 29-12-18 30 13ME 40 17asr �r�° iti5 1 No d 66 g.0 I SM = 13.3% 3 SS 25JOd9 89 4Ii8 C 10 {" 10.5 5 14.0 ci SM 4 SS 222930 Sz9 tone 15 15.5 �i 19.0 NA • 6 SS 13.18.11 27 one 1 20 20.5 Hard.moderate yellowish brownglOYR 5%). Imnkm led.lira sandy SILT.Vacs c%wks,trace gravel,damplmoist(OUTWASH SANDY SILT) 24.0 27.4% 25 ML 6 SS 8-17-20 37 12/1 25.5 _ 2p.0 SM 7 SS 204048 88 telly ll� 1 Log coMYared on nerd paps 30. DRILL RIG: Moble B-81 LOGGED:M.Fairhurst DRILL NG CONTRACT01i: Hok Drilling CHECKED:J.Johnson ®� 4tW DRILLER: MilsCyew DATE:BKAW PROJECT Entranco/Houser RECORD OF BOREHOLE H-2 SHEET 2 OF 2 wr Way/WA DATUM: MSL BORING LOCATION: Sunset Blvd.&Hwy 169 Exit PROJECT NUMBER: 9331391200 Ramp;1-405,WA BORING DATE: 1217/93 ° SOhL PROFILE SAES PENETRATION RESISTANCE BLOWS1Ft 111 PEZDMETER 0 10 20 30 40 £0 GRAPH►' DESCRIPTION oo _ $2 ELEV DEPTH 140 BLOWS 16 hwnrfm N WIRER CONTEN7ERCENT MWERIN ss WO W WI LEVEL o j –+ z 30 inch drop Q 53A Had.modes"yellowish brown(10YR 5%). 30.0 j lmwkwed,fine wdy SILT,bans orgarros,_aaos Onmel.-darrrp/moist(OUTWASH SANDY SILT) 1 4A 3 94A =� 35 —————————— LM SS 251035 75 1811 Ha wn d,rnodwde yellowish bro (1(1YR 514). 485 35.5 stratlisd SST ad fins SAND 4d g test,dace agm s(OUTW ASH SANDY SILT) 45.0 1 39.0 a 40 CL fa SS 2W5-5015 85 18118 40.5 12 s.raaA 43.5 during •„ 44'0 S o SM 10 SS 22-44-5015 94 9r19 45.5 — — Very dares.greenish black(5G 211).non- let stra1Rad;:aft tine SANQ haw organics (OUTWASH SILTY SAND) c SM =:: 11 SS 28'50/4.6 50 1868 p i% _: PVC saawk :;; 54.0 sm r. 0 12 SS 45-50W � 12x18 End of hole at 55.0%st 55.0 I BD DRILL RIG: Mobile B-61 LOGGED: M.Fairhurst DRILLM CONTRACTOR: Hob Drilling CHECKED: J.Johnson DRILLER: Mike Cyirsr DATE:60044 ®� DATUM: MSL PROJECT 00 BORING LOCAMON: West shoulder;Sunset Blvd. - Renton,WA BO r n � � % % � / elm oao�o ® NNo AIM ivAird / FRE � . PROJECT Entmnoo/Houser RECORD OF BOREHOLE H-3 SHEET 2 OF 2 Way/WA PROJECT NUMBER: 9331391200 BORING LOCATION: West shoulder;Sunset Blvd. DATUM: MSL Renton.WA BORING DATE: 1222193 SOIL PROFIE SAMPLES PENETRATION RESISV NM Q� BLOW&Fi 0 IPEZOMEIER Q DESCRIPTION x E BLOWS is 1% N 0 f0 20 30 �0 S0 �" � '�a�ENtPERCerT wAre z 30"drop NIP VA LEVEL 18.0 H"moftd.%M b"m oM(SY 6f2 b 3 1 4M.CLMEY SLX"m Ona ww B 32.5 ML 7 SS 14-2432 as 181 28.376 42.0 H 34A r 37.5 12r1T/90 UL B SS 153731 58 1811 f 140 ______---- — 3" /��Ty���.� a��n rnadMatrr SAND. ATO som*a •.'.y rM 42.5 :t f SN :.i;:' 9 SS 11-29-25 „. 48 18119 25.8%O ` IS a 14.0 'ow 47.5 SP =:f.• 10 SS 11,26.96 42 18H `r roc> 49.0 ! so BMW 9rh p4Y(SQY 8/1�SILK tfaCa ilnrr ML 11 SS 2643.504 4 1811 ' End of hob at 54.0 bd 54.0 s5 60 ri DOMINO: Mobls 641 LOGGED:J.CoWrren DAXLWO CORMACTOR: Ho OftV CHECKED: L JoMwn ORIU.ER: Jon DATE 1/1U8t @IA=bes 1 PROJECT EntTanCOMouser RECORD OF BOREHOLE H-4 SHEET OF 2 — WayAVA DATUM: MSL PROJECT NUMBER- 9331391200 BORING LOCATION: Median;Sunset Blvd;Renton,WA BORING DATE: 124M i I SOEPROFILE SAMPLES PENETtWION RESISVINCB UvmFT 0 PIEDDMETE:GRAPM LL 9 ELEK BLOWS/61N. 0 1.0 T 30 40 50 o DESCRIPTION q N i WATER CONTENLPEACENT WATER > 140 b.hammer ,t�, S a g DEPTH i 30 b.hdrop w WP W WI LEVEL 0 Dann.nXxIon"ysA Msh town(10YR 5/4L F.s no14wtllisd.Wo to aoarn SAND.We olky ebK 8lds 8ns b=a"8rawi.4tb 0rpan" moid(FILL) 2.5 .SP 1 SS 6.11-30 41 0118 4.0 SP- 2� b am A(• 2 SS 21-17-18 35 1211 ni« 64.5 —————————— ,cam Wry atlll b hard nwdsrate ys�owbh town — �a 410YR 5/4),wnky atr&%d.SILTY CLAY b a.rasr CLAYEY SILX sity 11rw sand brass Imm 13.6 b 1 Chbo 15A 1ss1.W Iron atakft O ACUSTRINE 8 5 1 CLAY) CL 3 SS 16.21.40 61 18!18 24.2% 10 80.0 10.0 i I 13.5 4 SS 8.16.23 30 18/18 15 � 1bA I 120 50-0 ML b SS 6 a18 27 10110 20.0 !levy dens*.dads yslbw town pm m4 lo IOM 011-{pry(SY 512),I-SAND,soma slL wealdy stratMbd to nm4waffiW(OUTWASH) 46.5 23s SM '~ 6 SS 81630 48 17/18 25 4 25A ::cry e.emr 8.r 41.5 1 1 tl 2&5 sww erns c SP '; 7 SS 27-37-5015 87 10118 Log cor*mald on nod Pape 30.0 •k- DRILL Rib: Mobie 8.61 LOGGED:M.Fakhm:t DRTLLUM CONTRACTOR: Holt DrI �B CHECKED: L Joh um OAf1 I ER Mloe Cytlst DATE:1/111114 pROJECM Wuser RECORD OF BOREHOLE H-4 SHEET ?oF? � DATUM: MSL PROJECT NUMBER: 9331391.200 BORING LOCATION: Median;Sunset Blvd;Renton,WA BORING DATE: 1218193 SOILPROFIE SAMPLES P BLOWSiFT IN PE2OMETER 0 10 20 30 10 50 GRAP140 LL x N WQER CONTENxPEACENT WER DESCREi10N D�TM 140 b hamrtw t3 W VA 53,t d� 30 hieh drop a LEVEL 4MO VW dwim dwk ys bw' " JIUM 4010 �>;r 98ht ant pay(6Y 6r-0 b w SAM soar s94 � 30.78 ` :! wacky aw1ab010 n"names puTvp-" ; 12rA01a3 ;� 6 '•: 1 � 33,6 •r: 511 SS 1830 42 n lam +M1 360 - pm age 39.6 SM 9 55 234142 03 1811 j 40 BaMmdhoN40.0' 4" { 46 r i 69 I bs :. eo DWLLWG: MabN s•81 LOGGED: M.Fahhuat DRUM COffrRACTOR- Hoe DA" CHECKED. J.Johnson GALLER: M/s Cnisr DATE:U11164 , ► 41W ws .r Ow APPENDIX B wo .r LAB TEST RESULTS �w. go .. em `r Ow �rrr w �+rr up qw o9ozo3dpn Im Golder Associates ASTM GRAIN SIZE ANALYSIS ASTM D 421,D 2217,D 1140,C 117,D 422,C 136 PROJECT TITLE HDR/Renton Sunset Interce tor/WA SAMPLE ID GB-2 1 PROJECT NO. 033-1504.000 SAMPLE TYPE GRAB REMARKS SAMPLE DEPTH " Hygroscopic Moisture For Sieve Sample WATER CONTENT(Delivered Moisture) Wet Soil&Tare(gm) I Wt Wet Soil&Tare(gm) (wl) 1040.60 Dry Soil&Tare(gm) Wt Dry Soil&Tare(gm) (w2) 994.90 Tare Weight(gm) Weight of Tare(gm) (w3) 430.00 Moisture Content(%) Weight of Water(gm) (w4--wl-w2) 45.70 Total Weight Of Sample Used For Sieve Corrected For Hygrosco is Moisture ` Weight of Dry Soil(gm) (w5=w2-w3) 564.90 Weight Of Sample(gm) 994.90 Moisture Content(%) (w4/w5)•100 8.09 Tare Weight (gm) 430.00 (W6) Total Dry Weight(gm) 564.90 • SIEVE ANALYSIS Cumulative Tare Weight Wt Ret (Wt-Tare) (%Retained) %PASS SIEVE 430.00 + ! Tare ((WtMuws)•too) (100-%rei) 12.0" 430.00 0.00 0.00 100.00 12.0" cobbles 3.0" 430.00 0.00 0.00 100.00 3.0" coarse gravel 2.5" 430.00 0.00 0.00 100.00 2.5" coarse gravel 40 2.0" 430.00 0.00 0.00 100.00 2.0" coarse gravel 1.5" 430.00 0.00 0.00 100.00 1.5" coarse gravel 1.0" 430.00 0.00 0.00 100.00 1.0" coarse gravel wr 0.75" 430.00 0.00 0.00 100.00 0.75" fine gravel 0.50" 0.50" fine gravel 0.375" 443.40 13.40 2.37 97.63 0.375" fine gravel #4 457.30 27.30 4.83 95.17 #4 coarse sand �r #10 475.10 45.10 7.98 92.02 #10 medium sand #20 496.90 66.90 11.84 88.16 #20 medium sand #40 561.40 131.40 23.26 76.74 #40 fine sand arr #60 713.80 1 283.80 50.24 49.76 #60 fine sand #100 830.40 400.40 70.88 29.12 #100 fine sand #200 909.20 1 479.20 84.83 15.17 #200 fines so PAN 17512.80 17082.80 PAN %COBBLES 0.00 ' %C GRAVEL 0.00 Descriptive Terms >10%mostly coarse(c) LL - %F GRAVEL 4.83 trace 0 to 5% > 10%mostly medium(m) PI, w► %C SAND 3.15 little 5 to 12% <10%fine(c-m) PI M SAND 15.28 some 12 to 30% < 10%coarse(m-f) Gs - %F SAND 61.57 and 30 to 50% < 10%coarse and fine(m) %FINES 15.17 < 10%coarse and medium(f) D10(mm) 0.055 %TOTAL 100.00 > 10%equal amounts each(c-f) D30(mm) 0.16 ttir DESCRIPTION C-F SAND D60(mm) 0.3 Cu 5.5 some silt,trace f gravel CC 1.6 qtr USCS SM--j TECH TCM DATE 6/5/03 CHECK REVIEW w Golder Associates Inc. PARTICLE SIZE DISTRIBUTION ASTM D 421 AND D 422 US STANDARD SIEVE OPENING SIZES 100 u- -.s- .375- r o 20 o Kioo 00 90 80 70 % P 60 A yyy S 7 S 50 I I N G 40 30 i 20 j 10 0 f 111111 1 11111111 1000 100 10 1 0.1 0.01 0.001 Grain size in millimeters 1 P��Gravel Fine Cor Med Fine SILT OR CLAY Boulders Cobbles SAND FINES T SAMPLE ID GB-2 1 LL - SAMPLE TYPE GRAB PL - SAMPLE DEPTH 0 PI - DESCRIPTION C-F SAND M some silt,trace f gravel I USCS SM Cu=D60/D 10= 0.3/0.055 < 6 Cc=D30^2/(D60*D10)= 0.16^2/(0.3*0.055 > i HDR/Renton Sunset Interceptor/WA TECH TCM 033-1504.000 DATE 6/5/03 CHECK REVIEW Golder Associates Inc. �i ASTM GRAIN SIZE ANALYSIS ASTM D 421,D 2217,D 1140,C 117,D 422, C 136 PROJECT TITLE HDR/Renton Sunset interceptor/WA SAMPLE ID GB-2 r 3 PROJECT NO. 033-1504.000 SAMPLE TYPE GRAB REMARKS SAMPLE DEPTH rrr Hygroscopic Moisture For Sieve Sample WATER CONTENT(Delivered Moisture) Wet Soil&Tare(gm) Wt Wet Soil&Tare(gm) (wl) 993.50 Dry Soil&Tare(gm) wo Wt Dry Soil&Tare(gm) (w2) 960.90 Tare Weight(gm) Weight of Tare(gm) (w3) 426.30 Moisture Content(%) ' Weight of Water(gm) (w4=wl-w2) 32.60 Total Weight Of Sample Used For Sieve Corrected For Hygrosco is Moisture ' Weight of Dry Soil(gm) (w5=w2-w3)1 534.60 Weight Of Sample(gm) 960.90 Moisture Content(%) (w4/w5)*100 6.10 Tare Weight (gm) 426.30 (W6) Total Dry Weight(gm) 534.60 SIEVE ANALYSIS Cumulative Tare Weight Wt Ret (Wt-Tare) (%Retained) %PASS SIEVE 426.30 +Tare ((wtreuw6)•too} (100%ret) aw 12.0" 426.30 0.00 0.00 100.00 12.0" cobbles 3.0" 426.30 .0.00 0.00 100.00 3.0" coarse gravel 2.5" 426.30 0.00 0.00 100.00 2.5" coarse gravel trr 2.0" 426.30 0.00 0.00 100.00 2.0" coarse gravel 1.5" 426.30 0.00 0.00 100.00 1.5" coarse gravel 1.0" 426.30 0.00 0.00 100.00 1.0" coarse gravel +rr 0.75" 426.30 0.00 0.00 100.00 0.75" fine gravel 0.50" 0.50" fine gravel 0.375" 431.80 5.50 1.03 98.97 0.375" fine gravel #4 437.00 10.70 2.00 98.00 #4 coarse sand 40 #10 45350 27.20 5.09 94.91 #10 medium sand #20 500.20 73.90 13.82 86.18 #20 medium sand #40 611.60 185.30 34.66 65.34 #40 fine sand ' #60 733.00 306.70 1 57.37 42.63 #60 fine sand #100 806.90 380.60 71.19 28.81 #100 fine sand #200 850.60 424.30 79.37 20.63 #200 fines mr PAN 17512.80 17086.50 PAN %COBBLES 0.00 %C GRAVEL 0.00 Descriptive Terms >101/6 mostly coarse(c) LL - %F GRAVEL 2.00 trace 0 to 5% >10%mostly medium(m) PL rr %C SAND 3.09 little 5 to 12% <10%fine(c-m) PI _ %M SAND 29.57 some 12 to 30% < 10%coarse(m-f) Gs - %F SAND 44.71 and 30 to 50% < 10%coarse and fine(m) %FINES 20.63 < 10%coarse and medium(f) D10(mm) 0.03 %TOTAL 100.00 > 10%equal amounts each(c-f) D30(mm) 0.16 + DESCRIPTION C-F SAND D60(mm) 0.28 Cu 9.3 some silt,trace fgravel ccl 3.0 40 USCS SW TECH TCM DATE 6/5/03 CHECK REVIEW wr ;,,w Golder Associates Inc. PARTICLE SIZE DISTRIBUTION ASTM D 421 AND D 422 US STANDARD SIEVE OPENING SIZES 100 12 --1s .375' f4 k10 f2O 140 PW slop 90 80 { % 70 P 60 - A S S 50 I 1 N G 40 I 30 20 10 0 1000 100 10 1 0.1 0.01 0.001 Grain size in millimeters f P���vei Fine Cor Med Fine SILT OR CLAY Boulders Cobbles SAND FINES i SAMPLE ID GB-2 3 LL - SAMPLE TYPE GRAB PL _ SAMPLE DEPTH 0 PI _ DESCRIPTION C-F SAND some silt,trace f gravel USCS SW Cu=D60/D10= 0.28/0.03 > 6 Cc=D30^2/(D60*D10)= 0.16^2/(0.28*0.03 > 3 HDR/Renton Sunset Interceptor/WA TECH TCM 033-1504.000 DATE 6/5/03 CHECK REVIEW Golder Associates Inc. wr .rr ASTM GRAIN SIZE ANALYSIS ASTM D 421, D 2217, D 1140, C 117, D 422,C 136 PROJECT TITLE HDR/Renton Sunset Interce tor/WA SAMPLE ID GB4 3 PROJECT NO. 033-1504.000 SAMPLE TYPE GRAB air MARKS SAMPLE DEPTH Hygroscopic Moisture For Sieve Sample WATER CONTENT(Delivered Moisture) Wet Soil&Tare(gm) Wt Wet Soil&Tare(gm) (wl) 913.20 Dry Soil&Tare(gm) "r Wt Dry Soil&Tare(gm) (w2) 851.00 Tare Weight(gm) Weight of Tare(gm) (w3) 306.50 Moisture Content(%) Weight of Water(gm) (w4--wl-w2) 62.20 Total Weight Of Sample Used For Sieve Corrected For Hygrosco is Moisture wr Weight of Dry Soil(gm) (w5=w2-w3) 544.50 Weight Of Sample(gm) 851.00 Moisture Content(%) (w4/w5)'100 11.42 Tare Weight (gm) 306.50 (W6) Total Dry Weight( ) 544.50 +r SIEVE ANALYSIS Cumulative Tare Weight Wt Ret (Wt-Tare) (%Retained) %PASS SIEVE 306.50 +Tare ((wt rct/wt7*100) 100-%ret) �r 12.0" 306.50 0.00 0.00 100.00 12.0" cobbles 3.0" 306.50 0.00 0.00 100.00 3.0" coarse gravel 2.5" 306.50 0.00 0.00 100.00 2.5" coarse gravel 410 2.0" 306.50 0.00 0.00 100.00 2.0" coarse gravel 1.5" 306.50 0.00 0.00 100.00 1.5" coarse gravel 1.0" 306.50 0.00 0.00 100.00 1.0" coarse gravel rrr 0.75" 306.50 0.00 0.00 100.00 0.75" fine gravel 0.50" 0.50" fine gravel 0.375" 306.50 0.00 0.00 100.00 0.375" fine gravel taw #4 306.50 0.00 0.00 100.00 #4 coarse sand #10 306.90 0.40 0.07 99.93 #10 medium sand #20 308.30 1.80 0.33 99.67 #20 medium sand #40 335.70 29.20 5.36 94.64 #40 fine sand #60 515.40 208.90 38.37 61763 #60 fine sand #100 697.20 390.70 71.75 28.25 #100 fine sand #200 789.40 482.90 88.69 11.31 #L00 fines to PAN 17512.80 17206.30 PAN %COBBLES 0.00 %C GRAVEL 0.00 Descriptive Terms > 10%mostly coarse(c) LL - %F GRAVEL 0.00 trace 0 to 5% > 10%mostly medium(m) PL - %C SAND 0.07 little 5 to 12% <10%fine(c-m) PI - %M SAND 5.29 some 12 to 30% < 10%coarse(m-f) Gs - %F SAND 83.32 and 30 to 50% < 10%coarse and fine(m) %FINES 11.31 < 10%coarse and medium(f) D10(mm) 0.07 %TOTAL 100.00 > 10%equal amounts each(c-f) D30(mm) 0.17 D60(mm) 0.25 DESCRIPTION C-F SAND Cu 3.6 little silt CC 1.7 +rr USCS SP TECH TCM DATE 6/5/03 CHECK o► REVIEW vrr Golder Associates Inc. PARTICLE SIZE DISTRIBUTION ASTM D 421 AND D 422 US STANDARD SIEVE OPENING SIZES 100 1r -.�s- r 14 U0 f2O two Nioo « 90 80 i 70 i % HIM P 60 A S S 50 N + l G 40 I r 30 20 10 0 1000 100 10 1 0.1 0.01 0.001 Grain size In millimeters s Coarse Fine Cor Mod Fine SILT OR CLAY j Boulders Cobbles Gravel SAND FINES SAMPLE[D GBH 3 LL-- - SAMPLE TYPE GRAB PL - SAMPLE DEPTH 0 PI - DESCRIPTION C-F SAND f1 little silt I USCS SP Cu=D60/D 10= 0.25/0.07 < 6 Cc=D30^2/(1360#1310)= 0.17^2/(0.25"0.07 > I HDR/Renton Sunset Interceptor/WA TECH TCM 033-1504.000 DATE 6/5/03 CHECK i REVIEW Golder Associates Inc. , ; f i ASTM GRAIN SIZE ANALYSIS ASTM D 421,D 2217, D 1140,C 117,D 422,C 136 PROJECT TITLE HDR/Renton Sunset Interceptor/WA SAMPLE ID GB-6 3 PROJECT NO. 033-1504.000 SAMPLE TYPE GRAB ,ern REMARKS SAMPLE DEPTH Hygroscopic Moisture For Sieve Sample WATER CONTENT(Delivered Moisture) Wet Soil&Tare(gm) Wt Wet Soil&Tare(gm) (wl) 891.80 Dry Soil&Tare(gm) 4w Wt Dry Soil&Tare(gm) w2 ( ) 855.40 Tare Weight(gm) Weight of Tare(gm) • (w3) 312.70 Moisture Content M Weight of Water(gm) (w4--wl-w2) 36.40 Total Weight Of Sample Used For Sieve Corrected For Hygrosco is Moisture 40 Weight of Dry Soil(gm) (w5=v2-w3) 542.70 Weight Of Sample(gm) 855.40 Moisture Content(%) (w4/w5)#100 6.71 Tare Weight (gm) 312.70 i (W6) Total Dry Wei ht( ) 542.70 rrr SIEVE ANALYSIS Cumulative Tare Weight Wt Ret (Wt-Tare) (%Retained) %PASS SIEVE 312.70 +Tare j(wiroNw60)•1oo} 100-0/oret i 12.0" 312.10 0.00 0.00 100.00 12.0" cobbles t 3.0" 312.70 0.00 0.00 100.00 3.0" coarse gravel 2.5" 312.70 0.00 0.00 100.00 2.5" coarse gravel Q* 2.0" 312.70 0.00 0.00 100.00 2.0" coarse gravel 1.5" 312.70 0.00 0.00 100.00 1.5" coarse gravel 1.0" 312.70 0.00 0.00 100.00 1.0"• ' coarse gravel ww 0.75" 312.70 0.00 0.00 100.00 0.75" fine gravel 0.50" 0.50" fine gravel 0.375" 312.70 0.00 0.00 100.00 0.375" fine gravel #4 312.70 0.00 0.00 100.00 #4 coarse sand #10 312.90 0.20 0.04 99.96 #10 medium sand #20 313.20 0.50 0.09 99.91 #20 medium sand #40 327.10 14.40 2.65 97.35 #40 fine sand #60 339.60 26.90 4.96 95.04 #60 fine sand #100 758.50 445.80 82.14 17.86 #100 fine sand #200 L 822.90 510.20 94.01 5.99 #200 fines PAN 17512.80 17200.10 PAN %COBBLES 0.00 %C GRAVEL 0.00 Descriptive Terms >101/9 mostly coarse(c) LL %F GRAVEL 0.00 trace 0 to 5% >10%mostly medium(m) PI, %C SAND 0.04 little 5 to 12% <10%fine(c-m) PI %M SAND 2.62 some 12 to 30% <10%coarse(m-f) Gs - Idr %F SAND 91.36 and 30 to 50% <100/.coarse and fine(m) %FINES 5.99 <10%coarse and medium(f) D10(mm) 0.1 %TOTAL 100.00 >10%equal amounts each(c-f) D30(mm) 0.18 DESCRIPTION C-F SAND D60(mm) 0.2 Cu 2.0 little silt CC 1.6 +m USCS SP TECH TCM DATE 6/5/03 CHECK ' REVIEW *r Golder Associates Inc. i PARTICLE SIZE DISTRIBUTION ASTM D 421 AND D 422 US STANDARD SIEVE OPENING SIZES 100 12- -.�s- 175- xe #10 Vo V00 00 90 80 70 % P 60 A S S s0 I N G 40 i. 30 f 20 1 10 0 HII 1000 100 10 1 0.1 0.01 0.001 Grain she in millimeters Coarse Fine Cor Mod Fine SILT OR CLAY J Boulders Cobbles Gravel SAND FINES SAMPLE ID G13-6 3 LL - SAMPLE TYPE GRAB PL - SAMPLE DEPTH 0 PI - DESCRIPTION C-F SAND tittle silt USCS SP _j Cu=D60/D10= 0.2/0.1 < 6 Cc=D30^2/(D60sD 10)= 0.18^2/(0.2"0.1) > 1 HDR/Renton Sunset Interceptor/WA TECH TCM 033-1504.000 DATE 6/5/03 CHECK REVIEW Golder Associates Inc. + ► i ASTM GRAIN SIZE ANALYSIS ASTM D 421,D 2217, D 1140,C 117,D 422,C 136 PROJECT TITLE HDR/Renton Sunset Interceptor/WA SAMPLE ID GB-9 3 PROJECT NO. 033-1504.000 SAMPLE TYPE GRAB REMARKS SAMPLE DEPTH Hygroscopic Moisture For Sieve Sample WATER CONTENT(Delivered Moisture) Wet Soil&Tare(gm) Wt Wet Soil&Tare(gm) (wl) 953.80 Dry Soil&Tare(gm) ow Wt Dry Soil&Tare(gm) (w2) 847.50 Tare Weight(gm) Weight of Tare(grn) (w3) 326.30 Moisture Content(%) Weight of Water(gm) (w4=wl-w2) 106.30 Total Weight Of Sample Used For Sieve Corrected For Hygrosco is Moisture aw` Weight of Dry Soil(gm) (w5=w2-w3) 521.20 Weight Of Sample(gm) 847.50 Moisture Content(%) (w4/w5)•100 20.40 Tare Weight (gm) 326.30 (W6) Total Dry Weight 521.20 rrr SIEVE ANALYSIS Cumulative Tare Weight Wt Ret (Wt-Tare) (%Retained) %PASS SIEVE 326.30 +Tare ((wtavw0•1o0} 100-0/oret) 12.0" 326.30 0.00 0.00 100.00 12.0" cobbles 3.0" 326.30 0.00 0.00 100.00 3.0" coarse gravel 2.5" 326.30 0.00 0.00 100.00 2.5" coarse gravel 2.0" 326.30 0.00 0.00 100.00 2.0" coarse gravel 1.5" 326.30 0.00 0.00 100.00 1.5" coarse gravel 1.0" 32630 0.00. 0.00 100.00 1.0" coarse gravel +r { 0.75" 326.30 0.00 0.00 100.00 0.75" fine gravel 0.50" 0.50" fine grave} 0.375" 326.30 0.00 0.00 100.00 0.375" fine gravel vr' #4 330.90 4.60 0.88 99.12 #4 coarse sand #10 343.60 17.30 3.32 96.68 #10 medium sand #20 366.90 40.60 7.79 92.21 #20 medium sand #40 437.10 110.80 21.26 78.74 #40 fine sand #60 608.10 281.80 54.07 45.93 #60 fine sand #100 706.10 379.80 72.87 27.13 #100 fine sand #200 752.40 426.10 81.75 18.25 #200 fines +w PAN 17512.80 17186.50 PAN %COBBLES 0.00 q %C GRAVEL 0.00 Descriptive Tema > p 101/6 mostly coarse(c) LL - a %F GRAVEL 0.88 trace 0 to 5% >10%mostly medium(m) PL %C SAND 2.44 little 5 to 12% <100/9 fine(c-m) PI %M SAND 17.94 some 12 to 30% <10%coarse(m-f) Gs - %F SAND 60.50 and 30 to 50% <10%coarse and fine(m) %FINES 18.25 <10%coarse and medium(f) D10(mm) 0.04 TOTAL 100.00 > 10%equal amounts each(c-f) D30(mm) 0.18 .w DESCRIPTION C-F SAND D60(mm) 0.3 CU 7.5 some silt,trace f gravel Cci 2.7 �r USCS SW TECH TCM DATE 6/5/03 CHECK ' REVIEW +ro Golder Associates Inc. PARTICLE SIZE DISTRIBUTION ASTM D 421 AND D 422 US STANDARD SIEVE OPENING SIZES 100 tz• •.Z5• -325" w o o 0!40 �4o W 100 s 90 80 1 I 70 P 60 A S S 50 I N G 40 30 20 t 10 0 ' 1000 100 10 1 0.1 0.01 0.001 Grain size in millimeters Coarse Fine Cor Med Fine SILT OR CLAY Boulders Cobbles Gravel SAND FINES 3 SAMPLE ID GB-9 3 LL - SAMPLE TYPE GRAB PL - SAMPLE DEPTH 0 PI - DESCRIPTION C-F SAND some silt,trace f gravel USCS SW Cu=D60/D10= 0.3/0.04 > 6 r Cc=D30^21(D60'D10)= 0.18^2/(0.3;0.04) > I HDR/Renton Sunset Interceptor/WA TECH TCM 033-1504.000 DATE 6/5/03 CHECK REVIEW Golder Associates Inc. �i ASTM GRAIN SIZE ANALYSIS ASTM D 421,D 2217,D 1140, C 117,D 422,C 136 aw PROJECT TITLE HDR/Renton Sunset Interce tor/WA SAMPLE ID GB-13 2 PROJECT NO. 033-1504.000 SAMPLE TYPE GRAB owl REMARKS SAMPLE DEPTH Hygroscopic Moisture For Sieve Sample WATER CONTENT(Delivered Moisture) Wet Soil&Tare(gm) i Wt Wet Soil&Tare(gm) (WI) 879.80 Dry Soil&Tare(gm) ! Wt Dry Soil&Tare(gm) (w2) 857.00 Tare Weight(gm) i Weight of Tare(gm) (w3) 310.00 Moisture Content(%) i Weight of Water(gm) (w4--wl-w2) 22.80 Total Weight Of Sample Used For Sieve Corrected For Hygrosco is Moisture 4W Weight of Dry Soil(gm) (w5=w2-w3) 547.00 Weight Of Sample(gm) 857.00 Moisture Content(%) (w4/w5)'100 4.17 Tare Weight (gm) 310.00 (W6) Total Dry Weight( ) 547.00 +r' SIEVE ANALYSIS Cumulative Tare Weight Wt Ret (Wt-Tare) (%Retained) %PASS SIEVE ' 310.00 +Tare ((wtmt/w6)"100) 100-0/oret) 12.0" 310.00 0.00 0.00 100.00 12.0" cobbles 3.0" 310.00 0.00 0.00 100.00 3.0" coarse gravel 2.5" 310.00 0.00 0.00 100.00 2.5" coarse gravel 2.0" 310.00 0.00 0.00 100.00 2.0" coarse gravel 1.5" 310.00 0.00 0.00 100.00 1.5" coarse gravel 1.0" 310.00 0.00 0.00 100.00 1.0" coarse gravel rr' 0.75" 310.00 0.00 0.00 100.00 0.75" fine gravel 0.50" 0.50" fine gravel 0.375" 310.00 0.00 0.00 100.00 0.375" fine gravel #4 310.00 0.00 0.00 100.00 #4 coarse sand #10 310.20 0.20 0.04 99.96 #10 medium sand #20 313.60 3.60 0.66 99.34 #20 medium sand #40 441.50 131.50 24.04 75.96 #40 fine sand awl #60 688.60 378.60 69.21 30.79 #60 fine sand { #100 802.50 492.50 90.04 9.96 #100 fine sand #200 839.90 529.90 96.87 3.13 #200 fines PAN 17512.80 17202.80 PAN %COBBLES 0.00 %C GRAVEL 0.00 Descriptive Terms >10%mostly coarse(c) LL NO %F GRAVEL 0.00 trace 0 to 5% >10%mostly medium(m) PL - %C SAND 0.04 little 5 to 12% <10%fine(c-m) PI %M SAND 24.00 some 12 to 30% <10%coarse(m-f) Gs _ %F SAND 72.83 and 30 to 50% <10%coarse and fine(m) %FINES 3.13 <10%coarse and medium(f) D10(mm) 0.17 %TOTAL 100.00 > 10%equal amounts each(c-f) D30(mm) 0.25 W. D60(mm) 0.35 DESCRIPTION C-F SAND Cu 2.1 trace silt ccl 1.1 USCS SP TECH TCM DATE 6/5/03 CHECK ow REVIEW 4w •• Golder Associates Inc. 1 PARTICLE SIZE DISTRIBUTION ASTM D 421 AND D 422 US STANDARD SIEVE OPENING SIZES 100 it r 17.Zs s s 14 10 f2O "0 xco xioo 00 90 80 70 P 60 A S - S 50 i I N G 40 30 20 10 0 1000 100 10 1 0.1 0.01 0.001 Grain size in millimeters Fine Cor Med Fine SILT OR CLAY Boulders Cobb [-.E2arse les Gravel SAND FINES SAMPLE ID GB-13 2 LL - SAMPLE TYPE GRAB PL _ SAMPLE DEPTH 0 PI _ DESCRIPTION C-F SAND trace silt USCS SP Cu=D60/D10= 0.35/0.17 < 6 Cc=D30^2/(D60•D10)= 0.25^2/(035'0.17 > I HDR/Renton Sunset Interceptor/WA TECH TCM 033-1504.000 DATE 615103 CHECK REVIEW Golder Associates Inc. +r ASTM GRAIN SIZE ANALYSIS ASTM D 421, D 2217,D 1140,C 117,D 422, C 136 �r PROJECT TITLE HDR/Renton Sunset Interce tor/WA SAMPLE ID GB-15 3 PROJECT NO. 033-1504.000 SAMPLE TYPE GRAB REMARKS SAMPLE DEPTH Hygroscopic Moisture For Sieve Sample WATER CONTENT(Delivered Moisture) Wet Soil&Tare(gm) Wt Wet Soil&Tare(gm) (wl) 696.50 Dry Soil&Tare(gm) 4w Wt Dry Soil&Tare(gm) w2 ( ) 663.30 Tare Weight(gm) Weight of Tare(gm) (w3) 324.10 Moisture Content(%) Weight of Water(gm) (w4=vl-w2) 33.20 Total Weight Of Sample Used For Sieve Corrected For Hygroscopic Moisture so Weight of Dry Soil(gm) (w5=w2-w3)1 339.20 Weight Of Sample(gm) 663.30 Moisture Content(%) (w4/w5)•100 9.79 Tare Weight (gm) 324.10 (W6) Total Dry Weight(gm) 339.20 av SIEVE ANALYSIS Cumulative Tare Weight Wt Ret (Wt-Tare) (%Retained) %PASS SIEVE 324.10 +Tare 1(wt Ru , ° �, � tool (100-/°ret) 12.0" 324.10 0.00 0.00 100.00 12.0" cobbles 3.0" 324.10 0.00 0.00 100.00 3.0" coarse gravel 2.5" 324.10 0.00 0.00 100.00 2.5" coarse gravel 40 2.0" 324.10 0.00 0.00 100.00 2.0" coarse gravel 1.5" 324.10 0.00 0.00 100.00 1.5" coarse gravel 1.0" 324.10 0.00 0.00 100.00 1.0" coarse gravel rrr 0.75" 384.10 60.00 17.69 82.31 0.75" fine gravel 0.50" 0.50" fine gravel 0.375" 472.90 148.80 43.87 56.13 0.375" fine gravel #4 536.40 212.30 62.59 37.41 #4 coarse sand #10 588.30 264.20 77.89 22.11 #10 medium sand #20 618.10 294.00 86.67 13.33 #20 medium sand dw #40 632.60 308.50 90.95 9.05 #40 fine sand #60 643.70 319.60 94.22 5.78 #60 fine sand #100 651.90 327.80 96.64 3.36 #100 fine sand #200 656.90 332.80 98.11 1.89 #200 fines PAN 17512.80 17188.70 PAN %COBBLES 0.00 %C GRAVEL 17.69 Descriptive Terms >10%mostly coarse(c) LL - ow %F GRAVEL 44.90 trace 0 to 5% >10%mostly medium(m) PL _ %C SAND 15.30 little 5 to 12% <10%fine(c-m) PI _ %M SAND 13.06 some 12 to 30% < 10%coarse(m-f) Gs _ F SAND 7.16 and 30 to 50% <10%coarse and fine(m) ar %FINES 1.89 ° <10%coarse and medium(f) D10(mm) 0.5 %TOTAL 100.00 > 10%equal amounts each(c-f) D30(mm) 3 D60(mm) 11 DESCRIPTION C-F GRAVEL and C-F SAND Cu 22.0 trace silt Cci 1.6 �r USCS GW TECH TCM DATE 6/5/03 CHECK REVIEW +rr 1w Golder Associates Inc. PARTICLE SIZE DISTRIBUTION ASTM D 421 AND D 422 US STANDARD SIEVE OPENING SIZES 100 u• �• •.15• .n5- xa xio f2O xao xso xtoo #;00 90 80 70 P 60 A S S 50 I N G 40 30 20 k, t 10 0 1 1000 100 10 1 0.1 0.01 0.001 Grain size in millimeters i Coarse Fine Cor Med Fine SILT OR CLAY Boulders Cobbles Gravel SAND FINES T SAMPLE ID GB-15 3 LL - SAMPLE TYPE GRAB PL _ T SAMPLE DEPTH 0 PI _ DESCRIPTION C-F GRAVEL and C-F SAND trace silt USCS GW Cu=D60/D I 0= 11/0.5 > 4 Cc=D30^2/(D60*D 10)= 3^2/(11*0.5) > I HDR/Renton Sunset Interceptor/WA TECH TCM 033-1504.000 DATE 6/5/03 CHECK REVIEW Golder Associates Inc. 1 ASTM GRAIN SIZE ANALYSIS Ow ASTM D 421,D 2217, D 1140,C 117, D 422, C 136 PROJECT TITLE HDR/Renton Sunset Interceptor/WA SAMPLE ID GB-16 4 PROJECT NO. 033-1504.000 SAMPLE TYPE GRAB ow REMARKS SAMPLE DEPTH Hygroscopic Moisture For Sieve Sample WATER CONTENT(Delivered Moisture) Wet Soil&Tare(gm) �) Wt Wet Soil&Tare(gm) (WI) 904.60 Dry Soil&Tare(gm) Wt Dry Soil&Tare(gm) (w2) 769.90 Tare Weight(gm) Weight of Tare(gm) (w3) 309.70 Moisture Content(%) Weight of Water(gm) (w4=wl-w2) 134.70 Total Weight Of S �r� Weight of g ample Used For Sieve Corrected For Hygroscopic Moisture g Dry Soil(gm) (w5=w2-w3) 460.20 Weight Of Sample(gm) 769.90 Moisture Content(%) (w4/w5)•100 29.27 Tare Weight (gm) 309.70 (W6) Total Dry Weight(gm) 460.20 ter' SIEVE ANALYSIS Cumulative I Tare Weight Wt Ret (Wt-Tare) (%Retained) %PASS SIEVE 309.70 +Tare i(WCKuw6)•loo} (100-0/aret) 12.0" 309.70 0.00 0.00 100.00 12.0" cobbles 3.0" 309.70 0.00 0.00 100.00 3.0" coarse gravel 2.5" 309.70 0.00 0.00 100.00 2.5" coarse gravel 2.0" 309.70 0.00 0.00 100.00 2.0" coarse gravel 1.5" 309.70 0.00 0.00 100.00 1.5" coarse gravel 1.0" 309.70 0.00 0.00 100.00 1.0" coarse gravel +rr' 0.75" 309.70 0.00 0.00 100.00 0.75" fine gravel 0.50" 0.50" fine gravel 0.375" 311.70 2.00 0.43 99.57 0.375" fine gravel #4 312.30 2.60 0.56 99.44 #4 coarse sand #10 315.00 5.30 1.15 98.85 #10 medium sand #20 356.60 46.90 10.19 89.81 #20 medium sand #40 420.70 111.00 24.12 75.88 #40 fine sand r #60 474.50 164.80 35.81 64.19 #60 fine sand #100 557.30 247.60 53.80 46.20 #100 fine sand #200 636.20 326.50 70.95 29.05 #200 fines �r PAN 17512.80 17203.10 PAN a %COBBLES 0.00 %C GRAVEL 0.00 Descriptive Terms >10%mostly coarse(c) LL %F GRAVEL 0.56 trace 0 to 5% >10%mostly medium(m) PL _ %C SAND 0.59 little 5 to 12% <10%fine(c-m) PI _ %M SAND 22.97 some 12 to 30% < 10%coarse(m-f) Gs _ %F SAND 46.83 and 30 to 50% < 10%coarse and fine(m) � %FINES 29.05 < 10%coarse and medium(f) D10(mm) 0.035 %TOTAL 100.00 > 10%equal amounts each(c-f) D30(mm) 0.08 DESCRIPTION C-F SAND. D60(mm) 0.22.3 Cu 6 some silt,trace f gravel CC 6.8 err USCS SM TECH TCM DATE 6/5/03 CHECK wr REVIEW rrr Golder Associates Inc. PARTICLE SIZE DISTRIBUTION ASTM D 421 AND D 422 US STANDARD SIEVE OPENING SIZES 100 12• '.75• .375' f4 M 0 20 1110 M60 M100 M 90 80 70 P 6 . A S S 50 I N G 40 30 20 10 0 1000 100 10 1 0.1 0.01 0.001 Grain size in millimeters i Coarse Fine Cor Med Fine SILT OR CLAY Boulders Cobbles Gravel SAND FINES SAMPLE iD GB-16 4 LL - SAMPLE TYPE GRAB PL - SAMPLE DEPTH 0 PI - DESCRIPTION C-F SAND some silt,trace f gravel USCS SM Cu=D60/D10= 0.22/0.035 > 6 Cc=D30^2/(D60'D10)= 0.08^2/(0.22s0.03 < 1 HDR/Renton Sunset Interceptor/WA TECH TCM 033-1504.000 DATE 6/5/03 CHECK REVIEW Golder Associates Inc. .r +rr wr r r APPENDIX C ..- rr GROUND PENETRATING RADAR as g err to 090203dp17 ""' Golder Associates Im = Golder Associates Inc. 18300 NE Union Hill Road,Suite 200 4W Redmond,WA USA 98052-3333 Telephone(425)883-0777 AmockA js Fax(425)882-5498 ay.��Cww�.�7 www.goldeccom rrr June, 2003 Our Ref.: 033-1504.000 HDR EnTmeering,Inc. 500-108 Avenue,NE,#1200 Bellevue,WA 98004 w. Attention: Mr.Rum Vigilia,P.E. RE: RESULTS OF THE GROUND PENETRATING RADAR SURVEY FOR THE SUNSET INTERCEPTOR ALIGNMENT STUDY Dear Rudy: On May 27, 2003, Golder Associates Inc. conducted a ground penetrating radar (GPR) study along the Sunset Interceptor Alignment. The GPR scans were collected to obtain subsurface data between boreholes drilled along the alignment. The following report discusses the instrumentation and methodology,field procedures,results and presents the conclusions of the geophysical investigation. INSTRUMENTATION AND METHODOLOGY A Geophysical Survey Systems Inc. (GSSI) System SIR 2000 ground penetrating radar system with 200 and 40 MHz antennas were used for the investigation. ,to GPR uses electromagnetic energy to image subsurface stratigraphy and buried objects. An antenna is moved across the ground and continuously transmits electromagnetic pulses into the subsurface. The .r pulses are reflected at soil boundaries or from buried discrete objects such as pipelines, utilities etc. The reflected pulses are received by the antenna,processed and digitally stored on the control console and displayed on a color LCD. .The digital data is processed and hard-copy prints are produced during the interpretation and analysis phase. The hard copy record is a cross-section view of the r"' subsurface stratigraphy along the survey transect. The depth of information is a function of the sediment type, and typically ranges from 5 to 50 feet below the ground surface. The best subsurface penetration is obtained in sand, gravel or frozen soil. Silt and clay size materials are electrically conductive and essentially short-circuit the signal resulting in poor subsurface penetration. Depths on the radargrams are determined by calibration to an object of nw known depth or by assigning a typical velocity for the type of subsurface materials present. Horizontal control on the radargram is provided by marking the record at even station intervals, using a survey tape,GPS,or some means of measurement along the survey transects,at the time of collection. 11 Ms awl as +rr rr .r rrr OFFICES ACROSS AFRICA, ASIA,AUSTRALIA.EUROPE, NORTH AMERICA AND SOUTH AMERICA HDR Engineering,Inc. June 25,2003 Mr.Rudy Vigilia,P.E. -2- 033-1504.000 Mi FIELD PROCEDURES Prior to beginning the survey the site was inspected to identify the borehole locations, utility marks, 16 and traffic patterns. A route was chosen that avoided scanning over underground utilities and passed as close as possible to the borehole locations. Scans were collected along two passes of the route using the 200 and 40 MHz frequency antennas. Event marks were added to the GPR records at 50 foot intervals and at the borehole locations. RESULTS The 200 MHz provided the best quality data, relative to the 40M&antenna,and was for analysis of the subsurface geology. The borehole information was added to the profiles to identify the geologic layers identified on the GPR hard copy records(Figures 1 through 4). a The route selected for the GPR did not pass over boreholes 2, 3, 4, 7, and 13 as they were in the opposing traffic lane or offset from the roadway. The locations of these boreholes on the GPR rr records are therefore approximate since they are offset from the transect. The interpreted GPR data indicates that the top of the till layer is very irregular and at variable depths below ground surface(Figures 1 through 4). In addition,the surface of the till unit does not appear as a continuous reflector along the entire GPR transect. In some areas the till unit appears to pinch out - while in other areas it appears to be at a depth that exceeds the penetration capability of the GPR system. There are also several areas where the GPR signal is blocked by the surface material and the top of the till unit can not be detected. In one area, between GB-4 and GB-7, a relatively high- ' amplitude reflector may be the top of the till surface. .r A fill layer appears throughout most of the site in the upper three to eight feet. Based on the borehole information the other soil types along the transect are advanced and recessional outwash, alluvium and glaciolacustrine deposits. Some of these units are identified on the GPR data. j Sincerely, GOLDER ASSOCIATES INC. -3 e �A David HrutSord Richard Sylwester Staff Geophysicist Associate-Geophysicist Attachments: Figures 1 through 4 ar DEH/RS/ngs go 062MDM 1 Golder Associates 0 rr imp 4W +rr The Ground Penetrating Radar images do not reproduce well and are not included in this report. The contractor OW may view the original images by making an appointment with the City's project manager John Hobson (425-430- 7279) to view them at Renton City Hall. w irr r rr 4r to STANDARD PLANS ft Standard Detail Table of Contents Detail Dwg Name SP Page Sanitary Manhole Typical Detail BR28 B071 Manhole Frame and Cover BR29 B074 Typical Utility Cover Adjustment for BR36 B001 �. Pavement or Overlay Miscellaneous Manhole Details B24 B034 Standard Side Sewer Installation BR39 B078 Air Test Table for Sewer Mains BR07 B083 Channelization Markers Detail HRO1 11001 r Channelization Markers Detail HR02 H002 Raised Pavement Markers and HR08 H007 Precast Block Traffic Curbs Pavement Marking Details HR03 H008 .r. Thermoplastic Crosswalk HR13 H012 Traffic Curb Island Detail HR09A H014-1 .rr Monument Case&Cover HR04 H031 Traffic Signal Loop Locations (NE Sunset Blvd&Edmonds Ave NE) r Traffic Signal Loop Locations (NE Sunset Blvd&Harrington Ave NE) nr r. err .. MANHOLE FRAME AND COVER gX24SEE DRAWING BR29 (SP PAGE B074) 12" M " ADJUSTMENT (4" MIN.) CONE D' RUBBER GASKETED JOINTS IN ACCORDANCE WITH ASTM C-443 STEPS — 3/4" DEFORMED BAR STEPS SHALL BE INCLUDED CONCRETE RISER BY PIPE INC., 7' MIN. OR APPROVED EQUAL. arr ter � 12" (TYP) MAX. PIPE SIZE — `E' q— LADDER—STD. ALUMINUM OR GALVANIZED STEEL MORTAR FILLET CONCRETE SHELF rrr e 1 PRECAST BASE SECTION a Q OR CAST IN SHELF. � a 'B' p e D e o D D Irr 6" MIN. (TYP) SANITARY MANHOLE TYPICAL DETAIL NOT TO SCALE A' `13' 'C' 'D' E' 48 MH 48" 6" MIN, 5"MIN 24" MIN. 54" MH 54" 8" MIN. 5.5" MIN. 24" MIN. 60" MH 60" 8" MIN. 6" MIN. 42" MIN. +rrll NOTES: 1. STEPS TO BE 3/4" 0 DEFORMED BAR GALVANIZED SAFETY STEPS OR EQUAL, 2. STEPS ARE TO BE IN PLACE BEFORE MANHOLE SECTIONS ARE INSTALLED. r 3. CASTING TO BE PER DRAWING BR29. 4. MANHOLE SECTIONS TO BE OF REINFORCED PRECAST CONCRETE. 5. ALL JOINTS SHALL BE GROUTED. 6. SANITARY SEWER MANHOLES SHALL HAVE ALL INTERIOR SURFACES, INCLUDING CHANNELING, COATED (SEALED) WITH A HIGH SOLIDS URETHANE COATING; WASSER MC—AROSHIELD OR APPROVED EQUAL; COLOR OF COATING SHALL BE WHITE. 7. RUBBER GASKETED JOINTS SHALL BE IN CONFORMANCE WITH ASTM C-443. 8. CHANNEL HEIGHT SHALL BE A MINIMUM OF 3/4 THE INSIDE DIAMETER OF THE LARGEST PIPE. 9 CONNECTIONS TO MANHOLE SHALL BE MADE USING GPK ADAPTOR, KOR—N—SEAL BOOTS OR SANITARY MANHOLE APPROVED EQUAL. TYPICAL DETAIL 10, MANHOLES EQUAL TO AND GREATER THAN 20 FEET DEEP SHALL HAVE A "SURETRACK" CLIMBING AND FALL PROTECTION SYSTEM INSTALLED. tilt 0 ADOPTED CITY OF RENTON STANDARD PLANS �; O' LST DATE: 04/03 104/10/031 Revised notes. DMC up bO/17/961 Added notes. AG DATE I REVISION I BY APPR' DWG. NAME: BR28 SP PAGE: 1307 D A1. ON rr 1rr rn � ° Qo � SPECIFY LETTERING err n o II i�tl L 0 11111 3. 1x11 234' --� 334' Ilrr lw so MANHOLE ,p FRAME AND COVER NOTES: 1. ALL COVERS SHALL BE LOCKING LID PER INLAND FOUNDRY CO. INC. No. 817 (LOCKING) OR EQUAL. **' O'l ADOPTED 2. USE FRAME AND COVER FOR STORM (SPECIFY "DRAIN" ON COVER), CITY OF RENTON SANITARY (SPECIFY "SEWER"), OR WATER (SPECIFY "WATER"). STANDARD PLANS LST DATE: 4/2003 04/10/03 Revised notes and Detoil. JDH OMC 70 Added notes. DCV Ac r DATE ATE REVISION IBY JAPPR'DI DWG. NAME- BR29 SP PAGE' 8074 „I, SEAL WITH AR 4000 AND DRY SAND AFTER PATCHING wr PATCHED AREA ` A A COVER ow ar PLAN N TS 1'-0” OUTSIDE DIA. 1'-0" 2" A.C. CLASS "G" ,rr y+tr �r 4" CONCRETE SECTION A- A NOTES: REMOVE PAVEMENT AND BASE MATERIALS FOR A DISTANCE WHICH IS EQUAL TO THE DIAMETER OF THE FRAME PLUS TWO FEET. ADJUST CASTING FRAME TO PAVEMENT SURFACE USING CONCRETE BLOCKS. REPLACE ALL BUT TOP 2" OF EXCAVATED MATERIAL WITH CLASS 3000 CONCRETE (3/4). FINISH PAVEMENT SURFACE TYPICAL UTILITY COVER WITH 2" OF A.C. CLASS "G". ow SEE CITY OF RENTON SUPPLEMENTAL ADJUSTMENT FOR SPECIFICATIONS SECTION 7-05.3(1). PAVEMENT OR OVERLAY Y o ADOPTED �Ir p CITY OF RENTON STANDARD PLANS \ LST DATE: 04/2003 a/t0/03 Revised notes and Detoil. JDH DMC 10/17/96 1 Added notes. jDCVj AG v�r DATE REVISION BY APPR'D DWG. NAME: BR36 SP PAGE: 8001 rrr T �- y F y N C1 CD via En - c " NJ z0 V +MS - c T .- v L > L =:) W- F- + ot xuv - + Gzc 0W v, u v > - vo OQ m A oTD Q� E uo Wes. ice � C7 E n Z W a�. � o a, ••- r- a Q v u i o L vi (r a p) QD 15 oa M Ord O DAD J °' co- + 44))� E _wo- D Q WJ — v C) —7 L o XVW ,6 „6 GO 0 4)1-- O C 0 L .-2 L O n C >< nEwui W v cc Q � L N L — w o '�"` N CL D+ v- Aw E 3 Q ¢ a f,u C L C C L m 4) O 4i o O O a) - + � E •- + Q 'o O n v V,+- c L V N L (I a.- O LJ •� O W V J in 4- E O O• 4) Q O L L V p 4) nL 0) O N o ° c T 4) L N+- + C D c N o i `^ L L C +- N O N 000.4 to 4- -- L + •-2 O— + L U O i v N+N O > pt 4w -- L 0!2 - - O L N L 4) 4)3 00 �- E + O L CL a t/) L•- t N L L V O 1 v) °oo— -cc col 4c) - Uj m L +a v NIW Lli c v `f v ao ► u Q ~ :E )r c I N W 4w 0 NIW N1W [2 ) z/19 0 z/16 N kn z CD 0 z t.-► u LU Q � J I..d co O O a L ' = N J Z �7 Q U + v c > 4. 4, o V u U O N Z E F V L O > v+• 'o > o + E u .n o 00 + o l D L O+Z + O U Ylr o + +7 _ O+Z m L n o m Cn m )n= o D, . J m w & . ++ 8 v NL —� v3 m w 3 O n Q u 8 ~ Al�� I 7 ——XA- 0- .r ac's � � o ICE — � 4D 7/ co CC) o 1. a Y N N � c Q v 4) c u u o a U') c c L } va N O N O f — 4 4) V V V Q 44D �N F-Z UQ U Z m W ►-Q O W = Q- JA t7 J Z (J > >w Q }� a 40 Y~ O w Q F-- F'-W U C4 W 1-- Zc-aJW ►=--N d Z N W QNm2,-- NZ Q- -- \ F N 0- O ZO e h (y 00MLj Li M: A 3 d '21 n�Lo tr �J Cl Y Q Z i-- In O H 4 �t�- QZM�t, Q� F- W O..o ao X W Qp N" U LAJ }=X oW U Wp E-�W U-J O a~ J >z v30 m z Q oOf Q w WQofof i Wz~ Ll o 3 ♦ ,� v�WL) 0 =aN � Q vwi F-3 7:W OW H Q A-- W O W Uf V) Z 1(``' °=N��- >-wDt z f 4 yl ci (n I NZl73 W qDt �W z pZ%DA WWLJ OU LO I v«.gs[Z >NA Ap Of z Li II XQ Ar- pC3tn Q� Z) ( ' Oo-Lx a �. cv0_3aw aq3 zW > w �` a of z -¢ Q a W �I ti U°u �Z z a a p } J i 3WZ } Of m } . MN►- a� a I =W W U U J J < W 1-q Z A w Q O w a I O N L) l�tW `'i' Z W Cl° I Z 7 2 0l >W Z°= �a Oy�v NI Q o0 ��3 >a �j it W v�J o � tit J W !2 Ln a Z w _w Li 4VP o Z y 3NI� 1123d02d w �JI o Fes-- Q > c.) + I \ N a 3 I w Z J 2 O W W \ Q Q D_ 3 -� I N X W V J Q a0 aa- m': W d => W p n Z to W W ( F W O 3 J I W Z JZO! W Q�w 2 A A O.-_. N W hJ- J Q W Of �w \ 1 3 VV N wr 3 I ° as ° J "° _j F- O N q U WZ QUJ Q? Li Q. 000% W q .D t-O z 3 J I `° 3 Q O J J m° N W a W 3 z ° W ,D w e u J N ~ elllr Z W N z Z Z o Q Q w 3= ID 'CA Z v 0 > =O F \ fb \= H O Z O O N a Y W Y Z F W W o W3 cl a Q \ N > o 3J W Off W Q W W 1!1 F = 1 xWZ W O � =Lx U w �ouo Z NO ° J W =v m U O W Z Z rM z cl Z .o i11Y I n co awr 0 w M a w oomt7 d � pntn nrn o0 ornaoNtnNpn Q n � ° c� Ntdvc�vNc0fNCni ^ tNtnno Nnd d d N N N M n n M n fn dw W 0d NN N N D ON Th d On d a om p+clo z d n D N N N N N N n to N N N M M n M n n Q �r- :2� zo z O Do d n n 14r).d N tD M O O a0 a0 n N tD to to N 00 0 F \ O to o N d to to f` f` tD to O N n tD M N n d to to ..a Z N i d N N N N N N N N N d N N N n n n n n n a A W 4. ,.. W W a o ° MOrcfi a Neon cooa°0orn °nnntn° ocovnv tNn °i � -� N N N N N N N n N lV n n n n M M n A} < w W _ E-" Q-. Q EEU-- h 1� L. O Ot 00 tD to n t0 n rn d t* N t M O to n t0 N o N N o tD N O O a 0 Ot M N ID r\ W p Of Ot p O d t0 N d to t0 CD p n N N N N N N N N Z n "' N N n n n n n n n O (� �' CD AIX :2 W H O t71 p tD n to n 0 to O n W H O p n p n O N a0 d Ot W W w to tT /� d to f` a0 O1 Ot 0 0 N tD W to Qf N tT N d to tD n W) N 4 N N N N N N N n n N N N n n n n n n n ^if � a W Q w Q UU-?. Z O O t m � O O Ot n N t0 N fA n OtonaONmOOO � Ono tototD � f\ coco Z N N N N N n n n Z N N n n M n n n n n`° o � ton � na0 � � 000_ ntD 0mnnNtOtOn0 "0 N N �y n n n n M to 'D p O N tD f` 41 co m M n n n n M n n n 0 0 Ot o n tD N tD O1 N n O O n n n 0 to 01 N d Od pNf nnnnf"n Od toNn co nntod d af 00 Ot a0 n to r` O1 O d to N O1 n to t„N� N N N n M tpo N d tD In 0 0 0 a n d Q N n n n n N n d d d d d n to n N n n d n d d d OON d td\ _ tN n NN NN aN n in N to to n n 000 OOrnp app0 m N n d d d d d d Aw F l� 4 2 0 0 0 0 0 0 0 0 0 0 = 0 0 0 0 0 0 0 0 0 0 N 0Otoo00w) 0to f- toOtoO0o toOto U N N n n d d U N N n n d d Z Z W W ( _t J 3dld 8313WV10 "NI Zl 3dld N313WVI0 'NI SL Z O N +Mffl oonNtDOntnnrn ootoaocotoNn tow r\ n co 00 M m to D> OI N O n M n tr OOnnn ^ d r, mF, N 00x0 OT00 d a0 � �_ f` t` tlD tD Ot tT Ot tT N co L n p N N N N n n n N Q N N N N U W _ 0= J oaoaod rnntOm Nd ocDOnd_ Naonr` � v 0ZUjm � 0 o n p o Of O T O p 0 O d N N N d N N N N N N N N O Q 4111111 OOf d tD to CIO Nd to ro � tTOt OD d d d a�0 oN 000 on N N N pONnn N tV N N N N N N 0 Z M Q Go 't rlloirlio cj C) to Q 0d v tA0 u OA00000O n Q : n N N N N N O 0 0M N N O Z 0 0 m� N Q /w- O Ot d O1 to Ot N ton Ot O_ w H O At d M r\ to to tT N to W W_J tl X F- NrnntDO1 � NNNNNN W Np � NNNNNlc4 NNN aODOQW Q •- •- W Q � W �H-� 00 tT d C) co MB 0 OW~ Z N n U] p 2 N O (V � 11 F- Z N n m N N N N N N ~ loOOto0toOtT ndto QOM d Otd aOnn Ond UjI, to to O M tD O O N to to tp N d to N tp tD to IV W Q W N N N N N N N N N N N N U) W O LLJ Q V) O o to O to p d to O O to O N f\ d o O1 O O d n d m N N N N N o d m p N N N N N N N 2 0 0 0 tiJ W-W '0 0 of �-af(nW 0 o to o U'! tD O N N N 0 0 to O to O - n d to cD w N to N to O N Ol N N N to N t\ n T d n f� f` n C4 N N N N N N N N N N W J D Z O O n o O d ^ n n n O O to 0 to O to n n M n U 0 w N N N N N N tD N f-- to tD a0 co 0 O J W N NN NN NNN (Ij cr J.__I()0 tl (n Q Q t-1-- IAW to = 0 0 0 0 0 0 0 0 0 0 = 0 0 0 0 0 0 0000 0 O to O to O to O N t- to O to O to O N O to U N N M M v 0 Q N N r') n d d 2 Z W W J J 3dld 2i313rvV10 'NI 8 36d 21313YVV10 'N-1O t am wr .r CENTER LINES wry • ® • • • • • • • • • ® • • • • • • • •---L4„ • 3 � • • • • • • • • •�• • • • • • •7 4 YELLOW TYPE 'I' +M' 30' LINE MARKERS DOUBLE YELLOW CENTER LINE 4" YELLOW TYPE 'lid' LINE MARKERS (REEL.) aw • • • • • • • 9' 15' 3' 4" YELLOW TYPE LINE MARKERS SINGLE SKIP YELLOW CENTER LINE 4" YELLOW TYPE 'lid' LINE MARKERS (REFL.) rr TWO-WAY LEFT TURN LANE �7• • ® • • • • • • • • • • • • • • • Im 4„ �. 9' 15 -{I 3' ur 12' 4" YELLOW TYPE 'lid' LINE MARKERS (REEL.) 4" YELLOW TYPE 'I' LINE MARKERS +tr ® • • • • • • • ® • • • • • • • • • • • • • • • • • • ® • • • +r wr NUMBER OF 2- WAY LEFT TURN ARROWS err SPEED LIMIT 25 MPH ----- 200' O.C. SPEED LIMIT 30-35 MPH -- 250' O.C. SPEED LIMIT 40-45 MPH -- 300' O.C. air► wr CHANNELIZATION MARKERS DETAIL ADOPTED ♦ . CITY OF RENTON STANDARD PLANS �� �• �� IST DATE: 10/30/96 DATE I REVISION JBY APPR'D DWG. NAME. HR-01 SP PAGE HOO1 .r APPROACH LINE w 3 ` 4" WHITE TYPE 'I' 24' LINE MARKERS 4" WHITE TYPE 'Ile' .. LINE MARKERS (REEL.) w. NUMBER AND LOCATIONS OF ARROWS �w APPROACH LINE LENGTH ARROW LOCATIONS VrOR +w 20'-50' 1 ARROW (20' BACK FROM CROSSWALK OR STOP BAR) 50'-125' 2 ARROWS(2O' BACK & END OF APPROACH LINE) 125'-300' 3 ARROWS(2O' BACK, MIDWAY & END OF LINE) ARROWS „w„ OVER 300' AT 100' INTERVALS to SKIP APPROACH LINE t 3' ` 4" WHITE TYPE 'I' LINE MARKERS AD 4" WHITE TYPE 'Ile' LINE MARKERS (REEL.) +wr LANE LINE 4" 9' 15' 3' 4" WHITE TYPE 'I' LINE MARKERS ..r 4" WHITE TYPE 'Ile' LINE MARKERS (REEL.) wr w CHANNELIZATION MAKERS DETAIL ti�Y o ADOPTED A.,� CITY OF RENTON No STANDARD PLANS LST DATE: 10/30/96 rrr DATE REVISION BY APPR'D DWG. NAME: HR-02 SP PAGE: HOO2 C> C) co x CIO w •� oc � v •„ � � U � Wp � � a e� ti H z Wc� N err aCi V a GG p• C) Y OO aA ° c AF o cn co aw Li = > w IL) 'b Y z } cc •� �f l 'fl w o c� N� a . 4 3 +rr Yy/�•�---S� Yy/fs 0 .w +r 'v rr - +1 b qw N - O c c pC N @ O cc:ID } N N W -+ C cv Y Q� N 0 O 000 C cc cc w w 3 i• Z a—Lj 0 o I I ci v Q r a� m 3 Z l.. } = p W w W Li v W J � v u v 4) m : N N N N N �1 I� � rr � Q +t I n Q Lo o M Z U N qw r wn a c c w Go r A Z C a A W O H v Q Oo � a 72 ow W A < Q cis z A v W ° Z J °0 v tv W O I I ■rr J OQ 3 I Q_ W I W p NL-(<-)Q Li cop o, Z oU +rr W I Q :2 = W v' p W o Z Z ,wr ° p D of Q co W > O J 3 � v go N v o o Z tr°) O V) 0" Z J o � fAw 0 Z L 0 1 r aw aw N .-1 0 x x ti "' o A Z �. U W 0U Q a A. w a 0 Oo Za a O Q u cn w � • M Wtr 0- O t,., a ° F- a V ' O -1-- - ' N w r J ¢ 0 Z � CO {r W Z ZI !! < r. 1 OD Z g F O `. f _ J C)0W S Lil Q►- w W U IMP �— — — Z Q (rL- cn F-LJ 0 1 o WIZ M W WIW L,J WY U - UOf Z ►— zZ — — Q" CU NNO g W—g �_ < zaa� U Q g CD Z cn��\CIL Q V)i/1 W U tAJ> (. F- �/ aw O � Wa w w w WY W Ww= O �� Q U~ - w sw .� O F-- --� L.+J O W W ►-'~ w W 3: ZZ rZ T i Z �J Q j�WUZ L v� Q Orr Q w w Y �- O to W —+ -- — � Q � WZ � M Uw ~� �aoW OO WOQZQF- D Z tttr U U O W sw .�w err ws +w TOP VIEW trr ■rr Ar yw — - CLASS "B" ASPHALT T4 CRUSHED SURFACING 5/8" (-) ASPHALT- T *10 rr tw SIDE VIEW rrw to TRAFFIC CURB ISLAND DETAIL titY p ADOPTED ow CITY OF RENTON STANDARD PLANS LST DATE 10/30/96 aw DATE REVISION��BYAPPRWD DWG. NAME: HRO9A SP PAGE: HO1 4-1 0 •r tit w C7 a00 a rr U WOZ � w z � r. cc a A w Oo < a " n a < H o 0 � w z J ' � Q N v W > E _... •a '.. a.. 3 N U SQ cr - J 'Q cr la. CD!-Q Z O v Z= i O C V ~ C v O W en > 2 F-� G W •A .� f O U c7 a O ^ 1 cc I L, W 1� V O V V Co o Lo U N W Z h- C O S O U N ¢ 0 0 \� - t h'�l� a' • V Z LnOJJ Q N O d zz 3 oC Q O S U- Q v) Q I l ••.j W 2(J W W tN J _ > OC u>W Q tj /� /i`\� �\ •.�'•.�.-� [� Z Q It Z W W W F—C v o�vuZ`�o / N 2< W O \\ / 2 N Z W M Ln cDQ CCIiN C S 2 O 1--•W�—W W Y•W C N> G 0 0 0 i•-C O UI�Z C'Vt/I Cl Z U Cl w 2 �•-• N r7 Q i " OD 0 0 co pa z � 81 G4 0 to No ow rl J � J 1 � � 1 e v ow to ww ` 1 1 1 � � 1 ' 1 1 r. \ 1 �r \ O N U 8 z d � Cf) aw aw No to z � 1 , L�J d _1 LJJ \ a — _ L�j 1 L_J L_J L_J A IN 3114 N010NIMH , lim / r / low