Loading...
HomeMy WebLinkAboutContract Award Date: June 4, 2007 CAG-07-072 Awarded to: Rodarte Construction, Inc. P.O. Box 1875 Auburn, Washington 98071-1875 (253) 939-0532 L L �Y ti Q Bidding Requirements,City of Renton Ci Forms, Contract Forms, Conditions of + the Contract,Plans and Specifications L some N �O City of Renton Construction of: Central Plateau Interceptor Section 2 PROJECT NO. WWP-27-3235 City of Renton 1055 South Grady Way Renton, WA 98057 General Bid Information: (425)430-7200 Wastewater Contact: John Hobson (425)430-7279 Printed on Recycled Paper at CITY OF RENTON im RENTON, WASHINGTON CONTRACT DOCUMENTS for the Central Plateau Interceptor Section 2 PROJECT NO. WWP-27-3235 ••� APRIL 2007 BIDDING REQUIREMENTS CONTRACT FORMS " CONDITIONS OF THE CONTRACT SPECIFICATIONS PLANS I K. S< -34 87 `� yew � • �`�� f stn � 1625 u'y EXPIRES 1 1 -01-0$ ar wr Printed on Recycled Paper r No" ADDENDUM NO. 1 Central Plateau Interceptor Section 2 Iwo Project # - WWP-27-3235 FOR THE CITY OF RENTON Bid Opening: May 22, 2007 This Addendum forms a part of the bid Documents and modifies the original Bid Documents dated April 2007, 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: TLg &&,I, x Title: 1�: i7_ This Addendum consists of four pages, including this page. ITEM CONTRACT PAGES ("Contracts Other Than Federal-Aid FHWA") (Revised): Delete all 4 pages of the Contract("Contracts Other Than Federal-Aid FHWA") and Replace with the attached, revised Contract documents. (The last paragraph of section S is new and is the only change). L CITY OF RENTON INSURANCE INFORMATION FORM(Addition): L Add attached Insurance Information Form and Requirements to Contract Documents. (This item was inadvertently left out of the original document). KING COUNTY RIGHT-OF-WAY PERMIT (Addition): rr Add the attached King County Right-Of-Way Permit to the"Agency Permits" section of the Specifications. 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 signing in the space prodded above and attaching it to his or her proposal. S'nccryily, John Hobson Project Manager W:1WWP-27-3235 Central Plateau Int Phase MSPECS1Addendum no.1-CentPlatlnt2.doc Rodarte Construction, Inc. City of Renton Contact List Responsible Officer: wr JR Rodarte, Vice President 27607 SE 392nd Street r Enumclaw, WA 98022 Home (360) 802-2153 Cell (253)632-2724 Job Foreman: Jerry Rodarte, Sr., General Superintendent 41926 212th Ave. SE Enomclaw, WA 98022 Home (360) 802-6559 rfr Cell (253) 335-7191 Bonding Agent: St. Paul Travelers, Ken Frick 3720 Olympic Blvd. W. University Place, WA 98466 Office (253)267-0890 rr err to N. +r dw ow rr rr .r DARTE CONSTRUCTION INC. P.O. Box 1875, Auburn WA 98071-1875 SAMPLE SIGNATURE PAGE Frank Rodarte, President D. Ro Vice Pres�en ecretary/Treasurer or JR Rodarte, Vice President Bradley Deakins, Controller rr 4w r rr am r my r (253) 939-0532• FAX(253)939-0557• RODARI*225D9 r err MINUTES OF THE ANNUAL MEETING OF THE BOARD OF DIRECTORS OF RODARTE CONSTRUCTION,INC. A Washington Corporation +r. The annual meeting of the Board of Directors of RODARTE CONSTRUCTION,INC.,was aw called to order on the 9th day of February, 2002, at 11:15 a.m. and was held at Rodarte Construction, Inc., 17 East Valley Highway, Auburn, Washington 98002. Present were all of the directors, Frank Rodarte, Sr. and Shirley Rodarte. Also present by invitation was Frank Rodarte,Jr. irr The meeting was called to order by Chairman Frank Rodarte, Sr. The first item brought before the Board of Directors was the election of officers for the coming fiscal year. Upon motion duly made, seconded, and unanimously passed, the following resolutions were adopted: RESOLVED,that Frank Rodarte, Sr.be,and he hereby is, elected to occupy the office of president; and be it RESOLVED, that Shirley Rodarte be, and she hereby is elected to occupy the office of vice president; and be it rrr RESOLVED FURTHER,that Frank Rodarte,Jr.be and he hereby is elected to occupy the office of vice president; and be it RESOLVED FURTHER that Shirley Rodarte be, and she hereby is, elected to occupy the offices of secretary and treasurer. The next item of business was a review of the corporate affairs and actions of the corporate officers since the last meeting of the Board of Directors. After discussion and upon motion duly made, seconded, and unanimously passed, it was RESOLVED,that the prior actions and conduct of the officers of the wr �r corporation are deemed to be in the best interest of the corporation; that the decisions having been made are within the authority granted to the officers; that the decisions having been made appear to be sound business judgments and are hereby ratified and approved by this Board. The chairman then reviewed and discussed other business activities since the last meeting. The chairman noted that there was a major purchase made on October 15, 2001of a Hamm Roller for $34,888.00. The chairman noted that in May, 2001 the company moved its office to the new location at "r 17 East Valley Highway in Auburn, Washington. The property is owned by Frank and Shirley Rodarte and is leased to Rodarte Construction,Inc. The new location provides arecently remodeled, 1W larger office and a larger shop building along with six acres of space which provides a much greater space for company operations. It was noted that the new real estate was originally in unincorporated Pierce County. The previous owner operated a construction company for many years in this location before selling the No property to the Rodartes. In 2000, after Frank and Shirley Rodarte purchased it,the City of Auburn 10 annexed this part of Pierce County. Pierce County had previously authorized site use for a construction yard, shop and office. However, the City of Auburn has raised questions as to the validity of"grandfathering"the property as a construction yard. Ownership feels continuing use for this purpose is valid. No further action has been proposed by the City of Auburn at this time. The chairman then reviewed and discussed the business opportunities for the corporation for the coming year. 1" The chairman noted that Lydia Hodgkinson, Office Manager has left the company as of November, 2001 to pursue other interests. Brad Deakins was rehired as corporate Controller after an eighteenth month leave. After discussion and upon a motion duly made, seconded and �rrr IW x e CERTIFIED COPY unanimously passed, it was RESOLVED that Brad Deakins as Controller, be authorized to sign contracts,contract bids,bid bonds,and checks on all demand deposit accounts on behalf of the company; and be it RESOLVED FURTHER,that Brad Deakins be authroized to transfer funds between all accounts with financial institutions, and to make advances on lines of credit for the company. The next item for consideration was electing Frank C. Rodarte, Jr. as an officer of the corporation. Upon a motion duly made, seconded and unanimously passed, it was RESOLVED that Frank C.Rodarte,Jr.be elected to the office of vice Aw president of the corporation and that he continue to serve as General Manager; and be it RESOLVED FURTHER, that he be authorized to sign contracts, contract bids, bid bonds, checks, and any other documents that need to be executed for the corporation. The chairman called for further business, and there being none,the meeting was adjourned. raw Shirley odarte, ecre ry ATTEST: Frank Rodarte, Sr., President It is hereby Certified and Witnessed that this is a true and accurate copy of the Corporate Minutes and Resolutions of Rodarte Construction, Inc. +r Signed this day of , 2005. �r Notary Public in and for the State of Washington r.r Residing at My commission expires rr1 DEPARTMENT OF.LABOR AND INDUSTRIES +Ir REGISTERED AS PROVIDED BY LAW AS CONST CONT GENERAL REGI"ST. # -EXP. DATE CC01 RODARI*225D9 OG/01/2008 EFFECTIVE DATE 03%29/1978 RODARTE CONSTRUCTION INC PO BOX 1875 AUBURN WA 98071-1875 ow F625-052-000(8/97) Detach And Display Certificate 10 to irw 111111 w�11 +i111 No of CITY OF RENTON WWP-27-3235 CENTRAL PLATEAU INTERCEPTOR SECTION 2 .r CONTRACT DOCUMENT TABLE OF CONTENTS Summary of Fair Practices Policy Summary of Americans with Disability Act Policy Scope of Work Vicinity Map �r Instructions to Bidders Call for Bids *Bid Bond Form *Proposal &Combined Affidavit&Certificate Form: �r 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 Prevailing Minimum Hourly Wage Rates (New job classifications) Statement of Intent to Pay Prevailing Wages Affidavit of Prevailing Wages Paid +W Certificate of Payment of Prevailing Wages WSDOT Amendments Local Agency(APWA) General Special Provisions go Special Provisions Geotechnical Report Standard Plans Agency Permits Documents marked as follows must be submitted at the time noted and must be executed by the �r 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 awr Planning/Building/Public Works Department 1055 South Grady Way Renton, Washington 98057 rr it F:\0015\00014\DESIGN\Specs\Final Specificatims\2 BIDSPEC-CentralPlateau2.DOCVDH\tb �rrr CITY OF RENTON SUMMARY OF FAIR PRACTICES POLICY ADOPTED BY RESOLUTION NO. 3 2 2 9 �r It is the policy of the City of Renton to promote and provide equal treatment and service to all citizens and to ensure equal employment opportunity to all persons without regard to race, color, national origin, ethnic background, gender, marital status, religion, age or disability, when the City of Renton can reasonably accommodate the disability, of employees and applicants for employment and fair, non- discriminatory treatment to all citizens. All departments of the City of Renton shall adhere to the following guidelines: (1) EMPLOYMENT PRACTICES -The City of Renton will ensure all employment related activities included recruitment, selection, promotion, demotion, training, retention and to 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 101 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 "W 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 ,.r of the City, including bid calls, and shall be prominently displayed in appropriate city facilities. CONCURRED M by the City Council of the City of RENTON,Washington,this 7 thlay of October, 1996. so CITY OF RENTON: RENTON CITY COUNCIL: Mayor Council President Attest: l +rr City C1er tw wM rr +rr CITY OF RENTON SUMMARY OFAMERICANS WITH DISABILITIES ACT POLICY ADOPTED BYRESOLUTIONNO. 3007 The policy of the City of Renton is to promote and afford equal treatment and service to all.citizens and to assure employment opportunity to persons with disabilities, when the City of Renton can reasonably accommodate the disability. This policy shall be based on the principles of equal employment opportunity, the Americans With Disabilities Act and other applicable guidelines as set forth in federal, state and local laws. All departments of the City of Renton shall adhere to the following guidelines: (1) EMPLOYMENT PRACTICES - All activities relating to employment such as recruitment, selection, promotion, termination and training shall be conducted in a non- discriminatory manner. Personnel decisions will be based on individual performance, staffing requirements, and in accordance with the Americans-With Disabilities Act and other applicable laws and regulations. (2) COOPERATION.WITH HUMAN RIGHTS ORGANIZATIONS - The City of "• Renton will cooperate fully with all organizations and commissions organized to promote fair practices and equal opportunity for persons with disabilities in employment and receipt.of City services, activities and programs. ar (3) AMERICANS WITH DISABILITIES ACT-POLICY-The.City of Renton Americans With Disabilities Act Policy will.be maintained to facilitate equitable representation within the City work force and to assure equal employment opportunity and equal access to City services, activities and programs to all people with disabilities. It shall be the responsibility and the duty of all City officials and employees to cant' out the policies and guidelines as set forth in this policy (4) CONTRACTORS' OBLIGATION = Contractors, subcontractors, consultants and +� suppliers conducting business with-the City of Renton shall abide by the requirements of the Americans With Disabilities Act and promote access to services, activities.and programs for people with disabilities. Copies of this policy shall be distributed to all City employees, shall appear in all operational documentation of the City, including bid calls, and shall be prominently displayed in appropriate City facilities. CONCURRED IN by the City Council of the City of Renton, Washington, this 4th day of October 1993. CITY OF RENTON RENTON CITY COUNCIL: r` /-� ? Mayor Council President Attest: City Clerk ,rr CITY OF RENTON WWP-27-3235 CENTRAL PLATEAU INTERCEPTOR SECTION 2 SCOPE OF WORK The work involved under the terms of this contract document shall be full and complete installation of the facilities, as shown on the plans and as described in the construction specifications, to include but not be limited to: Installation of approximately 86 linear feet of 18" diameter PVC sanitary sewer pipe, 3,126 linear feet of M 15" diameter PVC sewer pipe, 667 linear feet of 12" diameter PVC sewer pipe, 270 linear feet of 8" diameter PVC sanitary sewer pipe, 2,300 linear feet of 6" diameter PVC sanitary side sewer pipe, 425 linear feet of 12" HDPE pipe installed in an auger bored steel casing, 240 linear feet of 12" HDPE pipe installed above grade, and 445 linear feet of 12"HDPE pipe installed by horizontal directional drilling, 23 manholes, 5 sewer cleanouts and associated asphalt street restoration and surface restoration. Excavations for the sanitary sewer will range between 5 feet deep and 21 feet deep. As a condition of the award of the contract for this project, the contractor agrees to construct the east side of the project first. The east side elements of the project are specifically shown on sheets 2— 11 of the plans. 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 fifty (150)working days will be allowed for the completion of this project. rr wr ar rr 40 F:\0015\00014\DESIGN\Specs\Final Speci fi cation s\2 BIDSPEC-CentralPlateau2.D000DH\tb ow > > SE 138TH PL Q _ Q SE 139TH PL U' ~ �_ > FSE 139TH PL cn Lo co Q r Lo SE 140TH w > 7 V Q CO PL o err, = SE 141ST N Ln CD PL ---SE 142ND ST � SE �42N0 P�- SE 142ND PL SE 143RD ST SE 143RD PL me ui V � SE 144TH ST co ,,, °� GO 0 E 144TH > J 13 �O2 PL Q z ♦=- 145 TH `rF` ~ 00 O co wrl ff5T SE 146T SE 148TH vrr ST PROJECT F �s SITE SE ✓ONES R 14g TH *0 2 O ST w v F- r `n 162ND NTS $ - "URCINCTON NCRTHE P.S.H. N0.5 RN � R.R. ro. CENTRAL PLATEAU INTERCEPTOR-SECTION 2 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 2:30 o'clock p.m., on the 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 to the attention of the Project Engineer in ar writing. If necessary, written addenda to clarify questions that arise will then be issued. All interpretations or explanations of the contract documents shall be in the form of an addendum and no oral statements by Owner, Engineer, or other representative of 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 field measurement of actual quantities and at the unit price bid. The City reserves the right to add or to eliminate portions of that work as deemed necessary. 4. Plans may be examined and copies obtained at the Public Works Department Office. Bidders shall satisfy themselves as to the local conditions by inspection of the site. sw 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. ON 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 to 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 they enter into a contract and furnish a satisfactory performance bond covering the full amount of the work within ten days after receipt of notice of intention to award contract. Should they 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. +w 10. The bidder shall, upon request, furnish information to the City as to his financial and practical ability to satisfactorily perform the work. am 11. Payment for this work will be made in Cash Warrants. 12. The contractor shall obtain such construction insurance (e.g. fire and extended coverage, worker's compensation, ..s public liability, and property damage as indicated on forms enclosed herein and/or as identified within Specification Section 1-07.18. F:\0015\00014\DESIGN\Specs\Fina]Specifications\2 BIDSPEC-CentralPlateau2.DOC\JDH\tb per +w 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, Contractor is required to supply information to the City of Renton on all chemical hazards that Contractor is bringing into the work place and thereby creating exposure to the City of Renton employees. 15. Payment retainage shall be done in accordance with Section 1-09.9(1) "Retainage" and Section 1-09.9(2) "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 schedules set forth in the bid forms. 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 arr needs of the City. The intent is to award to only one BIDDER. 17. Trench Excavation Safety Systems " As required by RCW 39.04.180, on public works projects in which trench excavation will exceed a depth of four feet, any contract therefor shall require adequate safety systems for the trench excavation that meet the requirements of the Washington Industrial Safety and Health Act, Chapter 49.17 RCW. These requirements shall be included in the Bid Schedule as a separate item. The costs of trench safety systems shall not be considered as incidental to any other contract item and any attempt to include the trench safety systems as an incidental cost is prohibited. me 18. Payment of Prevailing Wages In accordance with Revised Code of Washington Chapters 39.12 and 49.28 as amended or supplemented herein, there 40 shall be paid to all laborers, workmen or mechanics employed on this contract the prevailing rate of wage for an hour's work in the same trade or occupation in the area of work regardless of any contractual relationship which may exist, or be alleged to exist,between the CONTRACTOR and any laborers,workmen, mechanics or subconsultants. irr The most recent issue of the prevailing wage rates is included within these specifications under section titled "Prevailing Minimum Hourly Wage Rates". The CONTRACTOR is responsible for obtaining updated issues of the prevailing wage rate forms as they become available during the duration of the contract. The wage rates shall be included as part of any subcontracts the CONTRACTOR may enter into for work on this project. 19. Employment of Resident Employees The CONTRACTOR and subcontractors shall employ Washington State residents in accordance with the requirements of RCW 39.16. �r► 20. Pollution Control Requirements Work under this contract shall meet all local, state and federal requirements for the prevention of environmental pollution and the preservation of public natural resources. The CONTRACTOR shall conduct the work in accordance with all applicable pollution control laws. The CONTRACTOR shall 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. +�r F:\0015\00014\DESIGN\Specs\Final Specifications\2 BIDSPEC-CentralPlateau2.DOCUDH\tb rrr .wr 21. Standard Specifications All work under this contract shall be performed in accordance with the following standard specifications except as may be exempted or modified by the City of Renton Transportation 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 "2006 Standard Specifications for Road, Bridge and Municipal Construction" 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 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 standards shall be deleted and the measurement •„ and payment provisions of Section 1-09.14,Measurement and Payment(added herein) shall govern. 22. A soils investigation has been performed for this project and is included in this specification book. 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 wr and shall restore the site to the satisfaction of the City. 23. Bidder's Responsibility +Pr 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. w• • 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? w' • Is the amount of the bid guaranty at least 5 percent of the total amount of bid including sales tax? • Has the proposal been properly signed? wr • Have you bid on ALL ITEMS? • Have you reviewed the Prevailing Wage requirements? • Have you certified receipt of addenda, if any? wr wr F:\0015\00014\DESIGN\Specs\Final Specifications\2 BIDS P EC-Cen tralPlateaul DOC\JDH\tb r.r SID BOND FORM Hdrewith find deposit In the form of a coMW check„ cashier's check, o*.sh, or bid bond in the amount of 5$ of Yo t a 1 Bid which amount Is not low than five percent of the total W. Sign here Know All Men by These Present: That we, Rodarte Construction, Inc. *as Principal, and_ Pravelers Casualty and Surety as Surety, are herd and firmly bound unto the City of enter, as Obligee, M the panel sum of 5% of Total Bid Amount OW Dollars, far the MmOnt of which the PrindPal and the Surly bind thems8hres, their heirs, exeartore, adminiMnOors,successors and assigns,jointly and severalty, by#rase presents. The condemn of this obligation Is such that N the t?bi*e shell make any a and to the Principal for CENTRAL.PLAIUM I WgUOR SECTION 2 according to the terms of the proposal or bid nude by the Principal therefor, and the POWpal shag duly make and enter Into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shell give bond for the faithful performance hwvd, with Surety or Surma approved by the Obligsa;or if the PrMclpal shall, in case of failure to do so, pay and forfeit to the Obligee the penal amount of the deposit specttled in the call for bids,then this obligation shalt be null and void; otherwise it shall be and remain in full fum and ~and the Surety shall forthwith pay and forW to the Oblige, as penalty mW liquidated damages. the amount of thle bond; SIGNED,SEALED AND DATED THIS 22nd DAY OF_,_• M_.�......_..__ .2007 , Principal "Lq SuE3ty Kenneth J. Frick Attorney-in-Fact +ir ReceWed rewm of deposit in the sum of F'.=13M14MMftM ,r Spa WftRQ atMPEC-CmrtXWbk1MMa==M WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER TRAVELERS POWER OF ATTORNEY Farmington Casualty Company St.Paul Guardian Insurance Company P Y Fidelity and Guaranty Insurance Company St.Paul Mercury Insurance Company + Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company Seaboard Surety Company Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company Attorney-In Fact No. Y 214753 Certificate No. 001510078 KNOW ALL MEN BY THESE PRESENTS:That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York,that St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company and St.Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota,that Farmington Casualty Company,Travelers Casualty and Surety Company,and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut,that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland,that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa,and that Fidelity and Guaranty Insurance Underwriters,Inc.is a corporation duly organized under the laws of the State of Wisconsin(herein collectively called the"Companies"),and that the Companies do hereby make,constitute and appoint Donna S. Martinez, Kenneth J. Frick, and Kelly A. Marble of the City of Yakima State of Washington ,their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above,to sign,execute,seal and acknowledge any and all bonds,recognizances,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed,this 12th day of March 2007 Farmington Casualty Company St.Paul Guardian Insurance Company P Y Fidelity and Guaranty Insurance Company ! St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company Seaboard Surety Company Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company CI.SU.1� $l1RETy °'E\RE46 xyy 1•N�M 1 ..NSM U9q�•.. Jp�TYA°S t1A�Bfl4 'tY'Y"'.O p 1982 O � '•"`^'•MV�t[y i � rL n� �t ... F� :W:°OFPORq rF�,�: .„; °P NaRrwRD, < tttnrFORD, rl < " �'•, 'n; •�; o; W 1896 SE A,L io, w CONN. ° F CONK. ? N dy'+E, R�', .f �� 9nc, 't _d!- `'�,s c° �`.• ,f i� SBAL•: ANAL State of Connecticut By City of Hartford ss. Georg Thompson, enior ice President 12th March 2007 On this the day of before me personally appeared George W. Thompson, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters, Inc.,Seaboard Surety Company,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company, and that he,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. C In Witness Whereof,I hereunto set my hand and official seal.My Commission expires the 30th day of June,2011. * Marie C.Tetreault,Notary Public 58440-8-06 Printed in U.S.A. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company,Firwlity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,which resolutions are now in full force and effect,reading as follows: RESOLVED, that the Chairman,the President,any Vice Chairman, any Executive Vice President,any Senior Vice President, any Vice President, any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the ' Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED,that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undertaking I shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary:or(b)duly executed(under seal,if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority: and it is FURTHER RESOLVED,that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President,any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. L , I,Kori M.Johanson,the undersigned,Assistant Secretary,of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company SC Paul Guardian Insurance Company, St. Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which is in full force and effect and has not been revoked. r IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this Z Z day of 20 497. Kori M.JohansdUAssistant Secretary ph {4 d I t G I.SIi,� JWtE7y FIftE awar �N INg ••�INSU�4, pTY ANQ Y.�"YI•._ � J\ y �\:.......0 P Fq• yJ\ s ,017Aa„�,BfIY \p .�VJ O,{,��j f0 'Pa .CPN FORA�'➢7y iP`J ��� C; 4P < �ORPORAlF �,119..82� a 1977 1927 < �; =f: :O: w HARTFORD H4RYfOR0.�<' ��ss �y`NEC*�aa 1951 N'O `»�o �aSEAL;�o SEA L,aD E y� � �� � OF N£N �'"��„n�wa'� `S„AN�,r \,�•..*? 61 'aa t i v9` AtY!AHD To verify the authenticity of this Power of Attorney,call 1-800-421-3880 or contact us at www.stpaultravelersbond.com.Please refer to the Attorney-In-Fact number, the above-named individuals and the details of the bond to which the power is attached. F: r WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER wr CITY OF RENTON WWP-27-3235 Central Plateau Interceptor Section 2 TO THE CITY OF RENTON RENTON, WASHINGTON Ladies and/or Gentlemen: The undersigned hereby certify that the bidder has examined the site of the proposed work and have read and thoroughly understand the plans, specifications and contract governing the work embraced in this improvement, and the method by which payment will be made for said work, and hereby propose to undertake and complete the work embraced in this improvement, or as much thereof as can be completed with the money available, in accordance with the said plans, specifications and contract and the following schedule of rates and prices: (Note: Unit prices for all items, all extensions, and total amount of bid should be shown. Show unit prices both in writing and in figures.) ar The undersigned certifies and agrees to the following provisions: �r. 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 rw 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 ovdr 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. air AND MINIMUM WAGE AFFIDAVIT FORM `o 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 Im No go 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. rr FOR: PROPOSAL, NON COLLUSION AFFIDAVIT, ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER AND MINIMUM WAGE AFFIDAVIT go &bar t_ (oni r u L:b'cn -too, Name of Bidder's Firm Printed Name Aw Signature ww Address:PAO. 1'o z (_9_ u.�(n, W a,? +r Names of Members of Partnership: �r OR Name of President of Corporation CClaf1� Name of Secretary of Corporation c)►I fl�. 11). Xon aM .. Corporation Organized under the laws of With Main Office in State of Washington at A uk�y_C n Subscribed and sworn to before me on this ZZey� day of Mau ,20QJ .r Notary Public in and for the State of Washington ANN R��,�� Notary(Print)fon An,n'FoAo4,R vrr WON'••00,9��i o: My appointment expires: OVO 2 ZOI I WTARY M_ w N FU&4 CITY OF RENTON �w PUBLIC WORKS DEPARTMENT SCHEDULE OF PRICES r CENTRAL PLATEAU INTERCEPTOR SECTION II (Note: Unit prices for all items, extensions, and total amount of bids must be shown. Show unit prices in both words and figures and where conflicts occur the written or typed words shall prevail.) ■rr ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITY Unit Prices to be Written in Words Dollars Cts. Dollars Cts. Mobilization rrr 001. 1 � 1 I Z U _ ,� U�e /24 �� Lump Sum Otis hu-t�rt•k 4wcti :l F45k^ fi-'ya'a gcjlwS CPO figures per Lump Sum (words) rrr 002. 1 Trench Excavation Safety System Lump Sum .> .�.,+,:5 �so ,— figures per Lump Sum (words) Contractor Supplied Surveying « ,, 003. 1 Lump Sum Ft p-rwt-w 0 A-2-3 figures i per Lump Sum (words) 40 Traffic Control 004. 1 ln0; 006 CC>,000 Lump Sum figures wr per Sum (words) 005. 1 Temporary Erosion/Sedimentation Control Facilities I e ",X> I ,000 - Lump�Sum ,. � figures � tom,+rCti:-u "i'4b:.+•:�n a'b.�.c..a�t_.s _ g per Lump Sum (words) r, Landscape Restoration 006 1 �� ,CX)O (S '00 O Lump Sum F,Frt�c� ��r _ figures per Lump Sum (words) irr Re-establish Existing Monuments 007. 2 Sir (qJ© r Each Fi wz- rz-,%. Q� figures per Each (words) // Television Inspection So 008. 5259 50 -7,83 Linear Foot Ova �a_"� � --- figures per Linear Foot(words) 4W 18-Inch Diameter PVC Sewer Pipe 009. 86 IoC> 19, 600 Linear Foot C'4" ✓� , ` � ��. figures aw per Linear Foot(words) 010. 3126 15-Inch Diameter PVC Sewer Pipe X 00 Ole .rr 10 Z'F I-�K c? Linear Foot f%I,fvtkt QdIt ') � tip® figures per Linear Foot (words) o.. F.\0015\00014\DESIGN\SpecsTinal Specifications\3 BID ITEMS-CentralPlateau3.doc Page I ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT r NO. QUANTITY (Unit Prices to be Written in Words) Dollars Cts. Dollars Cts. 12-Inch Diameter PVC Sewer Pipe ^a 011. 667 C,C t-(O p 2y"n Linear Foot i C�4 a., 0/100 figures F per Linear hot(words) 12-Inch Diameter HDPE Sewer Pipe, Auger Bore (24-Inch o , 012. 1 Steel Casing) '3009 3"—°c-°"" Lump Sum 1 / e fi ures per Lump Sum (words) 013. 1 12-Inch Diameter HDPE Sewer Pipe, Overland Construction r I 16 pvu %6 oc�o ++� Lump Sum 5'x it�A �ovt0ij do 11a .,5 yL-0-o figures per Lump Sum (words) 12-Inch Diameter HDPE Sewer Pipe, Directional Drill �e 014. 1 (�` i 0 IOV�U /d�vac� Lump Sum 04 �,,,,��aea AuvAtI41 doil�r 0 igures per Lump Sum (words) rrr 015. 270 8-Inch Diameter PVC Sewer Pipe e47 `/(? rrr Linear Foot ik, 6 ly figures — per Linear oot(words) aw 016. 2300 6-Inch Diameter PVC Side Sewer Pipe ys l6 d« a0 r r o - Linear Foot I`o�t ✓e e �►� /100 figures per Lineak Foot(words) 017. 2 12-Inch Diameter HDPE Prefabricated Fittings _ Saj A S©Jb ' Each 'F%�� �����, �,�� �po�..._ figures per Each (words) Top Slope Anchor with Pipe Cables «- . Lump Sum On.s 'R't-w vS raNR+ �S✓eF ° figures per Lump Sum (words) Type 2 Pipe Anchors 019. 2 SXX-> Each ,flea k4&dYVo#20 c,o _���� ra� figures per Each (words) 60-Inch Diameter Sanitary Sewer Manhole with Two 8-Inch >� 020. 1 Drop Connections 13, r Each --y— r figures 1 +i2.r�-try.., i tr►c.,,sw-.ten «�v�a.23 / per Each (words) 021. 12 60-Inch Diameter Sanitary Sewer Manhole, Extra Depth M- SQC� Vertical Foot T-71dg ►}�+.M.s tK--t_,-azs �,� figures per Vertical Foot (words) F'.\0015\00014\DESIWSpecsTinal Specifications\3 BID ITEMS-CentralPlat=2doc Page 2 Wi ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITY (Unit Prices to be Written in Words) Dollars Cts. Dollars Cts. 022. 1 54-Inch Diameter Sanitary Sewer Shallow Manhole ta SDO __ S., _ ewr Eachu� rs Ri✓� rfvJUn.LG� �es��p?S you figures per Each (words) 48-Inch Diameter Sanitary Sewer Manhole ., do 023. 19 O© -- Each A,,2 740"5"p Scar It.,.vnk_c' 0o=-+-.V.5 /oo— figures per Each (words) aw 024. 2 48-Inch Diameter Cut-In Sanitary Sewer Manhole _ �° Each 'Ft rc pr«_"„u- a�P�r figures per Each (words) 48-Inch Diameter Sanitary Sewer Manhole, Extra Depth aw 025. 73 S-tA:> 3 G, 5-0O Vertical Foot t ivE figures per Vertical Foot(words) to 026. 5 Sewer Cleanouts Each F,oa t*,i a,co cue--6.4* , r/!oa" figures per Each (words) 027. 2 Connect New Sanitary Sewer to Existing Facility .« +� Each T1 figs ures +��t+QB' T4wvS�svis Da�—�ASS Clcu per Each (words) Removal and Replacement of Unsuitable Foundation Material 028. 120 Ton �v„�y tl/Ic�r— figures per Ton (words) 029. 4900 Bank Run Gravel for Trench Backfill Sewer 10 a 0 cc� f� Ton -Teti A8 t f ik/ ed figures per Ton (words) 030. 1800 Crushed Surfacing Top Course arrr Ton T...�c�.� �� /«, figures per Ton (words) oar Asphalt Concrete Patch Including CSTC e�. 031. 3600 c `�j,�' �ZG Square Yard Cie d� I� iOo figures per Square Yard (words) 032. 1000 Asphalt Grinding for Overlay Square Yard 604 4iT „,,�g�� c/,G1, figures per Square Yard (words) 1 '/2" Deep Asphalt Overlay Class 'B' 033. 25000 S 6 167_ 5 Square Yard �Mc ® c a figures per Square Yard words R\OOI 5\00014\DESIGN\Specs\Final Specifications\3 BID ITEMS-CentralPlateau2.doe Page 3 ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT 11r NO. QUANTITY (Unit Prices to be Written in Words) Dollars Cts. Dollars Cts. Replace Pavement Markings _ 034. 1 (, S� 7,y Lump Sum Saves ���� HvaCV-z-p Vc,.- ,�.LS 4T- figures per Lump Sum (words) 035. 75 Remove and Replace Concrete Curb &Gutter Linear Footti Do. was figures per Linear Foot(words) Remove and Replace Concrete Sidewalk ; 036. 125 / ' Square Yard F ts p!(ao— figures per Sq are Yard (words) r 037. 3 EA Septic Tank Decommissioning o4 Each Fzya< .�pr >rrr•� w,.w� � e � c �u:, figures per Each (words) twr Tree Removal c>c Ufa 038. 2 EA 3r Each -T+aa� rl +, r "� cy P/v�r figures per Each (words) *. 71-3,31F Subtotal 8.9%Sales Tax Total w b �59O q t. aw .m Aw im ON are W q F.\0015\00014\DESIGN\Specs\Final Specifications\3 BID ITEM Page i age aw irr - BOND TO THE Cam'OF RENTON #104885271 KNOW ALL MEN BY THESE PMENT'S: That we,the lnadersignred Rodarte Construction, Inc . +rr Travelers Casualty and Surety r as prmCnpal, curd C eMPAR.Y_x m r; C a Corporation orga- and wasting =.der the laws of the State of C T 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 jowtly and severally held and firmly bound,to the City of Renton m the penal stmt of $1,8 6 5 ,8 9 0.9 7for the payment of which sum an demand we bind ourselves and our successors, heirs, administraton 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 Renton .Washingtor4 this _ AZ o2__ day of June ,2007. Nevertheless,the conditions of the above obligation are such that: ww WMREA.S, under and pursuant to Public Works Construction Contract WWP-27 3235 providing for comgtruct m Central Plsateau Is"M.Ptor Seftn 2 the principal is required to fuxnish a bond for the faithful pmformance of the contract,and WI3[MLkS,the principal has aeceptod, or is about to accept;the contract,and undertake to perform the work .r therein provided form the manner and within the tram set forth; NOW, THEREFORE, if the principal shall faithfully perform all of the provisions of said contract in the manner and w►ithm the time therein set forth, or Within such extensions of time as may be granted under said contzwt, and shall pay all laborers, Mechmcs, submonbwtors and materialmen, and all persons who shall supply said principal or subcontractors with provisions and supplies for the carrying an 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 aray carelessness or negligence on the part of said principal, or any subcontractor in the pexfotxtaance of said work, and shall indemnify and bold the City of Renton harmless from any damage or cgmnse by reasm of failure of performsaco 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 accephtnee fhereof by the City of Renton,then and in that event:this obligation shall be void;but otherwise it shall be and remain in full force and effect- Rodarte Conqtruntion ., Tnr Travelers Casualty and Surety Company Principal Surety f America as, 3rguaittre Signature Kenneth d. Frick 'n ILL �f %i 6A -- Attorney-in-Fact Title Title ow Apppvcd by retry Ww=2/14/92 ow F�001%0014ZM*7,ASpec9NFinaj sp=fica6wsl2 B"pEC C+enttaWjuftu2j30C Mtb rrr WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER W TRAVELERS POWER OF ATTORNEY Farmington Casualty Company St.Paul Guardian Insurance Company Fidelity and Guaranty Insurance Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company I Seaboard Surety Company Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company I Q Q Attorney-In Fact No. 218701 Certificate No. O O 16 6 8 8 9 8 KNOW ALL MEN BY THESE PRESENTS:That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York,that St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company and St.Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota,that Farmington Casualty Company,Travelers Casualty and Surety Company,and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut,that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland,that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa,and that Fidelity and Guaranty Insurance Underwriters,Inc.is a corporation duly organized under the laws of the State of Wisconsin(herein collectively called the"Companies"),and that the Companies do hereby make,constitute and appoint Donna S.Martinez,Kenneth J.Frick,and Alex B.Hodge of the City of Yakima State of Washington their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above,to sign,execute,seal and acknowledge any and all bonds,recognizances,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed,this 24th day of May 2007 Farmington Casualty Company St.Paul Guardian Insurance Company P Y Fidelity and Guaranty Insurance Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company Seaboard Surety Company Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company rsv O:sO�O y'a`,EGy,t y 9p ott q 1�Zr��a f<a O Cf,97�7 -RR'��•1^��^9yy'�,r,u5„r..V 1 I T ED s l J a 1 O9F�+N�72 EF W T7 Y�Ry.K F,;<�y n,w Fx,.I,^R_„E 6 t.�+•>z`�' ���Q�`O•C•L.OSP:RN E.P.-.O A�R N„LS..�FG;FL�i�;o-n, ljj��a'W`v¢s,.J,'.�.GP.S+�:+,NR.8._P..O..1.SR_.L.”.qr i',r�',�..'�r o`”:'s f.„.„n uN a W;v�'s9 J N Pa�C1torV FN4ON/Ry.0 O s.G P'PT o n OF F�18�9,6-4Y _J ANt State of Connecticut By. City of Hartford ss. Georg Thompson, enior ice President On this the 24th day of May 2007 before me personally appeared George W. Thompson, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters, Inc.,Seaboard Surety Company,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company, and that he,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. fow�In Witness Whereof,I hereunto set my hand and official seal. W�/" V My Commission expires the 30th day of June,201 I. * Marie C.Tetreault,Notary Public 58440-8-06 Printed in U.S.A. I WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company,Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,which resolutions are now in full force and effect,reading as follows: RESOLVED,that the Chairman,the President, any Vice Chairman,any Executive Vice President, any Senior Vice President,any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is r FURTHER RESOLVED,that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary;or(b)duly executed(under seal,if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is Aj FURTHER RESOLVED,that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President,any Vice President, r any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any 9 certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds Mid undertakings and other writings obligatory in the nature thereof,and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. 1,Kori M.Johanson,the undersigned,Assistant Secretary,of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters. Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which is in full force and effect and has not been revoked. r IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this day of J Une 20 07 Kori M.Johans Assistant Secretary t I.SU TY Stet(;TY F\0.E 6 k TN INS .!��q ti p TY ANp 1p43aAFlY �Y"(J 1 9 8 2� O �'�FCRAtED �Nlll YG z� �i A>t-•m W:pORPORATf'.;t^i m J({,,y,�^ t � IFD u � 1.92'f < ! I E _.— ;°; m HARTFORD• � ^^��,� 1896 ��` + Sa 1951 m�O �'SE ALio3 1�7O CONH. n \\CONN. �n z� 9�, # h,L� f 7�':• .,t, - 6., O.°! SSAL,,•'D od !° ... x�;•. To verify the authenticity of this Power of Attorney,call 1-800-421-3880 or contact us at www.stpaultravelersbond.com.Please refer to the Attorney-In-Fact number, the above-maned individuals and the details of the bond to which the power is attached. r r r r r i r WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER .r �y CITY OF RENTON S O G " ` FAIR PRACTICES POLICY +rw AFFIDAVIT OF COMPLIANCE ow aA a-At - (Z(1E*f 1161 hereby confirms and declares that (Name of contractor/subcontractor/consultant/supplier) +w 1. It is the policy of 10" st-n=fi'pni t4 C to offer equal (Name of contractor/subcontractor/consultant/supplier) w opportunity to all qualified employees and applicants for employment without regard to the race,creed,color, sex,national origin, age, disability or veteran status. I'. (�+� (W �"W, (oc- complies with all applicable (Name of contractor/subcontractor/consultant/supplier) err federal, state and local laws governing non-discrimination in employment. II. When applicable, '7-,p&x-c kt_ (znr ,'FCuoicy% _,EA(_ will seek out and (Name of contractor/subcontractor/consultant/supplier) negotiate with minority and women contractors for the award of subcontracts. 1. _7K Print Agent/Representative's Name w. Print Agent/Representative's Title .w► Agent/Representative's Signa 0(n/cal/zoo- 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 �rw +ir to ow CONTRACTS OTHER THAN FEDERAL-AID FHWA nA THIS AGREEMENT, made and entered into this 0�a day of� 200 7 . by .. and between THE CITY OF RENTON, Washington, a municipal co oration of the State of Washington, hereinafter referred to as "CITY" and Rodarte Construction, Inc., hereinafter referred to as "CONTRACTOR." WITNESSETH: 1) The Contractor shall within the time stipulated, (to-wit: within one hundred fifty (150) 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 .r 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 or connection with the City's Project (identified as No.WWP-27-3235 for improvement by construction and installation of: Central Plateau Interceptor Section 2 Work as described in"Scope of Work"attached hereto. All the foregoing shall be timely performed, furnished, constructed, installed and completed +� in strict conformity with the plans and specifications, including any and all addenda issued by the City and all other documents hereinafter enumerated, and in full compliance with all applicable codes, ordinances and regulations of the City of Renton and any other ■r governmental authority having jurisdiction thereover. It is further agreed and stipulated that all of said labor, materials, appliances, machines, tools, equipment and services shall be furnished and the construction installation performed and completed to the satisfaction and the approval of the City's Public Works Director as being in such conformity with the plans, specifications and all requirements of or arising under the Contract. The Contractor agrees to use recycled materials whenever practicable. 2) The aforesaid Contract, entered into by the acceptance of the Contractor's bid and signing of this agreement, consists of the following documents, all of which are component parts of said Contract and as fully a part thereof as if herein set out in full, and if not attached, as if *a hereto attached. a) This Agreement +� b) Instruction to Bidders c) Bid Proposal d) Specifications .r e) Maps and Plans f) Bid g) Advertisement for Bids h) Special Provisions, if any i) Technical Specifications, if any 3) If the Contractor refuses or fails to prosecute the work or any part thereof, with such diligence as will insure its completion within the time specified in this Contract, or any extension in writing thereof, or fails to complete said work with such time, or if the Contractor shall be adjudged a bankrupt, or if he should make a general assignment for the +r No ir. 1W 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 are terminate the Contract, and unless within ten(10) days after the serving of such notice, such violation or non-compliance of any provision of the Contract shall cease and satisfactory arrangement for the correction thereof be made, this Contract, shall, upon the expiration of said ten (10) day period, cease and terminate in every respect. In the event of any such termination, the City shall immediately serve written notice thereof upon the surety and the Contractor and the surety shall have the right to take over and perform the Contract, provided, however, that if the surety within fifteen (15) days after the serving upon it of wr such notice of termination does not perform the Contract or does not commence performance thereof within thirty (30) days from the date of serving such notice, the City itself may take over the work under the Contract and prosecute the same to completion by Contract or by any other method it may deem advisable, for the account and at the expense of the Contractor, and his surety shall be liable to the City for any excess cost or other damages occasioned the City thereby. In such event, the City, if it so elects, may, without +■► liability for so doing, take possession of and utilize in completing said Contract such materials, machinery, appliances, equipment, plants and other properties belonging to the Contractor as may be on site of the project and useful therein. 4) The foregoing provisions are in addition to and not in limitation of any other rights or remedies available to the City. 5) Contractor agrees and covenants to hold and save the City, its officers, agents, representatives and employees harmless and to promptly indemnify same from and against any and all claims, actions, damages, liability of every type and nature including all costs and legal expenses incurred by reason of any work arising under or in connection with the Contract to be performed hereunder, including loss of life,personal injury and/or damage to property arising from or out of any occurrence, omission or activity upon, on or about the premises worked upon or in any way relating to this Contract. This hold harmless and indemnification provision shall likewise apply for or on account of any patented or unpatented invention, process, article or appliance manufactured for use in the performance of the Contract, including its use by the City, unless otherwise specifically provided for in this Contract. The Contractor agrees to name the City as an additional insured on a noncontributory primary basis. In the event the City shall, without fault on its part, be made a party to any litigation commenced by or against Contractor, then Contractor shall proceed and hold the City harmless and he shall pay all costs, expenses and reasonable attorney's fees incurred or paid by the City in connection with such litigation. Futhermore, Contractor agrees to pay all costs, expenses and reasonable attorney's fees that may be incurred or paid by City in the enforcement of any of the covenants,provisions and agreements hereunder. Nothing herein shall require the Contractor to indemnify the City against and hold harmless the City, from claims, demands or suits based solely upon the conduct of the City, its officers or employees and provided further that if claims or suits are caused by or result from the concurrent negligence of(a)the Contractor's agents or employees and(b) the City, its agents, officers and employees, and involves those actions covered by RCW 4.24.115, rrr this indemnity provision with respect to claims or suits based upon such concurrent negligence shall be valid and enforceable only to the extent of the Contractor's negligence or the negligence of the Contractor's agents or employees. rr W Ow It is further, specifically and expressly understood that the indemnification provided herein constitutes the contractor's waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated r between the parties. The provisions of this section shall survive the expiration or termination of this contract. 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 �w 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 fifty (150) working days from the date of commencement. For each and every working day of delay after the established day of completion, it is hereby ,w. stipulated and agreed that the damages to the City occasioned by said delay will be the sum of per Section 1-08.9 of Standard Specifications as liquidated damages (and not as a penalty) for each such day,which shall be paid by the Contractor to the City. to 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. rr The Contractor shall be under the duty to remedy any defects in the work and pay for any damage to other work resulting therefrom which shall appear within the period of one (1) year from the date of final acceptance of the work, unless a longer period is specified. The City will give notice of observed defects as heretofore specified with reasonable promptness after discovery thereof, and Contractor shall be obligated to take immediate steps to correct and remedy any such defect, fault or breach at the sole cost and expense of Contractor. The Contractor agrees the above one year limitation shall not exclude or diminish the City's rights under any law to obtain damages and recover costs resulting from defective and +rr unauthorized work discovered after one year but prior to the expiration of the legal time period set forth in RCW 4.16.040 limiting actions upon a contract in writing, or liability expressed or implied arising out of a written agreement. 9) The Contractor and each subcontractor, if any, shall submit to the City such schedules of quantities and costs, progress schedules, payrolls, reports, estimates, records and miscellaneous data pertaining to the Contract as may be requested by the City from time to ww time. 10) The Contractor shall furnish a surety bond or bonds as security for the faithful performance of the Contract, including the payment of all persons and firms performing labor on the construction project under this Contract or furnishing materials in connection with this Contract; said bond to be in the full amount of the Contract price as specified in Paragraph wr 12. The surety or sureties on such bond or bonds must be duly licensed as a surety in the State of Washington. wr ww JP . 4W 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 r�. 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. .w 12) The total amount of this contract is the sum of $1,713,398.50 numbers One Million Seven Hundred Thirteen Thousand Three Hundred Ninety Eight and 97/100 ow written words 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 as caused these resents to be signed Y p geed by its Mayor and attested by its City Clerk and the Contractor has hereunto set his hand and seal the day and year first above-written. CONTRACTOR resi en artne wne Mayor Kathy Keolker ATTEST et ary Bonnie I. Walton, City Clerk dbaoda�' +r. Firm Name check one "W ❑ Individual ❑ Partnership 0 Corporation Incorporated in W0-d1i,llq+0 Attention: If business is a CORPORATION, name of the corporation should be listed in full and both President and Secretary must sign the contract, OR if one signature is permitted by corporation by-laws, a copy of the by-laws shall be furnished to the City and made a part of the contract document. rr 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. 4r If business is an INDIVIDUAL PROPRIETORSHIP, the name of the owner should appear followed by d/b/a and name of the company. rr w.. kx Uate/Time MHY-31-2007(THU) 14:30 2539390557 P. 010 RODRRTE CONSTRUCTION Fax:2539390557 May 31 2007 1453 P. 10 Y City of Renton U" � Human Resources & Risk Management Department Insurance Information Form FOR:CENTRAL PLATEAU INTERCEPTOR SECTION 2 PROJECT NUMBER:=-27-3235 STAFF CONTACT: John Hobson Certificate of Insurance indicates the coverages/limits specified in ® Yes ❑ No contract? Are the following coverages and/or conditions in effect? ® Yes ❑ No ow The Commercial General Liability policy form is an ISO 1993 Yes ❑ No Occurrence Form or Equivalent? CG0001 1204 (If no,attach a copy of the policy with required coverages clearly identified) CG 0043 Amendatory Endorsement provided?* ❑ Yes No General Aggregate provided on a"pec project basis(CG2503)?* ® Yes ❑ No Additional Insured wording provided?* Form CG8407 120 11Z Yes ❑ No Form CG8407 1203 Coverage on a primmy basis and non-contributing basis?* ® Yes ❑ No Form CG8407 1203 Waiver of Subrogation Clause applies?* V1 Yes ❑ No Form CG8407 1203 Severability of Interest Clause(Cross Liability)applies? Yes ❑ No +W CG0001 1204 Notice o£Cancel ation/Non-Renewal amended to 45 days?* Yes ❑ No *To be shown on certificate of insurance* rr AM BEST'S RATING FOR CARRIER GL A Auto A Umb A Professional This Questionnaire is issued as a matter of information. This questionnaire is not an insurance policy and does ow 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_ Terril, Lewis & Wilke INs. , Inc. Kenneth J. Frick Agency/Broker C mpleted By(T),pe r P ' t Name) P 0 Box 1789 Yakima, WA 98907 Address Completed By(Si tore) rt Kenneth J. Frick 509-24B-3515 Name of person to contact Telephone Number NOTE THIS QUESTIONNA.ZRE MUST. BE COMPLETED FOR EACH LINE OF COVERAGE AND ATTACF.ZE'D TO CERTIFICATE OF INSURANCE r ,r MW WL ENDORSEMENT In consideration of the premium charged, it is hereby agreed and understood that Policy Number 0053350003 issued by try' )A)KL Insurance Company, is amended to include the following terms and conditions as respects Contract Number WWP-27-3235 issued by the City of Renton (OWNER). rrr 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 aw 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, except that nothing herein shall operate to increase the company's liability beyond the amount or amounts for which the company would have been liable had only one insured been named. 4. CANCELLATION NOTICE. The insurance afforded by this policy shall not be suspended, voided, canceled, reduced in coverage or in limits except after FORTY-FIVE (45) days' prior written notice by certified mail return receipt requested has been given to the OWNER. Such notice shall be addressed to(a)the OWNER and (b)the CONSULTANT. v�rr 5. CLAIM REPORTING. The OWNER has no obligation to report occurrences unless a claim has been filed with the OWNER. aw 6. AGGREGATE LIMIT. The General Aggregate Limit under Limits of Insurance applies separately to the above named contract for the above named OWNER. /©�D�ZOO�F ��oc��t. Vic►- 1�fL�viC�0.11�' Date Authorized Representative Signature vrr H:forms/envrmtal/envirpol/M ■r ACORa CERTIFICATE OF LIABILITY INSURANCE 06/01/007 P DUCER (809)248-3515 FAX (509)248-3673 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Terri 1 , Lewis and Wilke Insurance Inc ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE P C Box 1789 HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR S 4th Street t2 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. ftkima, WA 98907 INSURERS AFFORDING COVERAGE NAIC# INSURED Rodarte Construction, Inc. INSURER A: Ohio Casualty Group P 0 Box 1875 INSURER B: aft, Auburn, WA 98071-1871 INSURER C: INSURER D: INSURER E: C_.!VERA ES 77HE 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 AAAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH OLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. I DD' TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS DATE(MM/DDNY) DATE(MMIDDNY)GENERAL LIABILITY BKW53356003 06/20/2006 06/20/2007 EACH OCCURRENCE $ 1,000,00( 7X MA COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED $ 300,00( Ift CLAIMS MADE OCCUR MED EXP(Any one person) $ 5,00( A PERSONAL&ADV INJURY $ _ 1,000,00( GENERAL AGGREGATE $ 2,000,00( GENT AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ 2,000,00( POLICY X JECT X LOC AUTOMOBILE LIABILITY BAW53356003 0612012006 06/20/2007 COMBINED SINGLE LIMIT X ANY AUTO (Ea accident) $ _ 1,000,00 ALL OWNED AUTOS BODILY INJURY SCHEDULED AUTOS (Per person) $ A X HIRED AUTOS BODILY INJURY $ X NON-OWNED AUTOS (Per accident) so PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC $ AUTO ONLY: AGG $ EXCESS/UMBRELLA LIABILITY US053356003 06/20/2006 06/20/2007 EACH OCCURRENCE $ 4,000,000 X OCCUR CLAIMS MADE AGGREGATE $ 4,000,000 A — $ DEDUCTIBLE RETENTION $ $ WORKERS COMPENSATION AND STOP GAP / BKW53356003 06/20/2006 06/20/2007 WC sTATU- X oTH- EMPLOYERS'LIABILITY A ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? E.L.DISEASE-EA EMPLOYEE $ If yes,describe under _ to SPECIAL PROVISIONS below E.L.DISEASE-POLICY LIMIT $ OTHER D WRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS roject No. Central Plateau Interceptor Section 2 #WWP-27-3235 ='y of Auburn is named as an additional insured per form CG 8407 1203 nket primary non-contributory additional insured and waiver of subrogation applies er policy form CG84071203 attached `10 day written cancellation notice for non-payment of premium ( -qTIFICA E HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE City of Renton EXPIRATION DATE THEREOF,THE ISSUING INSURER WILL X00&)6 MAIL Planning/Building/Public Works 45 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, ATTN: John Hobson (K 6MXX*4KbXK*)MX1 XX)W)6XL"M)OMl XKYJiXEXXi6XXX 1055 South Grady Way dIK"XUXJs;KK*XX"WKKXMdl)fXNXOWXK4txjwylxxxxXXXXXXx Renton, WA 98055 AUTHORIZED REPRESENTATIVE No Kenneth Frick DONNA ACORD 25(2001/08) FAX: (253)931-3053 ©ACORD CORPORATION 1988 rs 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. t: l f7 ACORD 25(2001/08) COMMERCIAL GENERAL LIABILITY CG 84 07 12 03 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. GENERAL LIABILITY MASTER PAK@ NO MEDICAL PAYMENTS EXTENSION ` This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART 4M INDEX SUBJECT PAGE BLANKET ADDITIONAL INSURED (OWNERS,.LESSEES, CONTRACTORS OR LESSORS) 2 4n FIRE, LIGHTNING, EXPLOSION AND SPRINKLER LEAKAGE DAMAGE TO PREMISES YOU RENT 3 NON-;OWNED WATERCRAFT 4 SUPPLEMENTARY PAYMENTS (BAIL BONDS) 4 PERSONAL AND ADVERTISING INJURY- ELECTRONIC PUBLICATION EXTENSION 5 AGGREGATE LIMITS (PER LOCATION) 5 AGGREGATE LIMITS (PER PROJECT) 5 ++� VOLUNTARY PROPERTY DAMAGE COVERAGE 6 OFF PREMISES CARE, CUSTODY OR CONTROL COVERAGE 6 rrr NEWLY FORMED OR ACQUIRED ORGANIZATIONS 7 DUTIES IN THE EVENT OF OCCURRENCE, OFFENSE,CLAIM OR SUIT 7 BODILY INJURY (MENTAL ANGUISH) 8 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS 8 wrr Includes copyrighted material of Insurance Services Office, Inc., with its permission. im CG 84 07 12 03 © ISO Properties, Inc., 2003 Page 1 of 8 rr, , 1% 1 BLANKET ADDITIONAL INSURED (Owners, Lessees, Contractors or Lessors) (Includes a Primary/Non-Contributory provision) Who Is An Insured - Section 11 is amended to include as an insured any person or organization whom you are required to name as an additional insured on this policy in a written contract or&1ritten agreement. The written contract or written agreement must be currently in effect or becoming effective during the term of this policy and executed prior to the "bodily injury," "property damage", or "personal and advertising injury." The insurance provided the additional insured is limited as follows: A. The person or organization is only an additional insured with respect to liability: 1. Arising out of real property, as described in a written contract or written agreement, that you own, rent, lease, or occupy; or 2. Caused in whole or in part by your ongoing operations performed for that insured. The insurance provided the additional insured in 1.A.2. above does not apply to: a. Coverage A - Bodily Injury and Property Damage Liability, Coverage B - Personal and Ad- vertising Injury Liability or defense coverage under the Supplementary Payments arising out of an architect's, engineer's or surveyor's rendering of or failure to render any professional services including: —" (1) The preparing, approving, or failing to prepare or approve maps, shop drawings, opin- ions, reports, surveys,field orders,change orders or drawings and specifications; and (2) Supervisory, inspection, architectural or engineering activities. O b. "Bodily injury" or "property damage" occurring after: (1) All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) were performed by or on behalf of the additional insured(s) at the site where the covered operations have been completed; or r�r (2) That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontrac- tor engaged in performing operations for a principal as part of the same project. B. The limits of insurance applicable to the additional insured are those specified in a written contract or written agreement or the limits of insurance as stated in the Declarations of this policy and defined in Section III - Limits Of Insurance of this policy,whichever are less.These limits are inclusive of and not in addition to the limits of insurance available under this policy. C. The insurance provided the additional insured does not apply to the liability resulting from the sole negligence of the additional insured. �r r Includes copyrighted material of Insurance Services Office, Inc., with its permission. CG 84 07 12 03 © ISO Properties, Inc., 2003 Page 2 of 8 D. As respects the coverage provided to the additional insured under this endorsement, Section IV - Conditions is amended as follows: rr 1. The following is added to Condition 2. Duties In The Event Of Occurrence,Offense, Claim,or Suit: An additional insured under this endorsement will as soon as practicable: a. Give written notice of an "occurrence" or an offense, that may result in a claim or "suit" under this insurance to us; b. Tender the defense and indemnity of any claim or "suit" to all insurers whom also have insurance available to the additional insured; and c. Agree to make available any other insurance which the additional insured has for a loss we cover under this Coverage Part, 2. The following is added to Condition 3. Legal Action Against Us: We have no duty to defend or indemnify an additional insured under this endorsement until we receive written notice of a claim or "suit" from the additional insured. 3. The following is added to Paragraph a., Primary insurance of Condition 4. Other Insurance: ri If the additional insured's policy has an Other Insurance provision making its policy excess, and a Named Insured has agreed in a written contract or written agreement to provide the additional insured coverage on a primary and noncontributory basis, this policy shall be primary and we will not seek contribution from the additional insured's policy for damages we cover. 4. The following is added to Paragraph b., Excess Insurance of Condition 4. Other Insurance: Except as provided in Paragraph 4.a. Primary Insurance as amended above, any coverage provided hereunder shall be excess over any other valid and collectible insurance available to the additional insured whether primary, excess, contingent or on any other basic. In the event an additional insured has other coverage available for an "occurrence" by virtue of also being an additional insured on other policies,this insurance is excess over those other policies. m' 2. FIRE, LIGHTNING, EXPLOSION AND SPRINKLER LEAKAGE DAMAGE TO PREMISES YOU RENT If Damage To Premises Rented To You under Coverage A is not otherwise excluded from this policy, the following applies: A. The last paragraph of 2. Exclusions of Section I-Coverage A is replaced by the following: If Damage To Premises Rented To You is not otherwise excluded, Exclusions c. through n. do not apply to damage by fire, lightning, "explosion" or sprinkler leakage to premises while rented to you or temporarily occupied by you with permission of the owner. A separate limit of insurance ` applies to this coverage as described in-Section 111 Limits of Insurance. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CG 84 07 12 03 © ISO Properties, Inc., 2003 Page 3 of 8 B. Paragraph 6. of Section III -Limits Of Insurance is replaced by the following: 6. Subject to 5. above, the Damage To Premises Rented To You Limit shown in the Summary of �r Limits and Charges section of this policy is the most we will pay under Coverage A for damages because of"property damage" to premises rented to you or temporarily occupied by you with the permission of the owner arising out of any one fire, lightning, "explosion" or to sprinkler leakage incident. C. Paragraph b(1)(b) of Condition 4. Other Insurance (Section IV - Conditions) is replaced by the following: (1) That is Fire, Lightning, Explosion or Sprinkler Leakage insurance for premises rented to you or temporarily occupied by you with the permission of the owner; D. Paragraph 9.a. of the definition of "insured contract" in Section V- Definitions is replaced by the following: 9. "Insured contract" means: a. A contract for the lease of premises. However, that portion of the contract for a lease of premises that indemnifies any person or organization for damages by fire, lightning, "explosion" or sprinkler leakage to premises while rented to you or temporarily occupied by you with the permission of the owner is not an "insured contract"; E. The following definition is added to Section V- Definitions: "Explosion" means a sudden release of expanding pressure accompanied by a noise, a bursting forth of material and evidence of the scattering of debris to locations further than would have resulted by gravity alone. "Explosion" does not include any of the following: 1. Artificially generated electrical current including electrical arcing that disturbs electrical devices, appliances or wires; 2. Rupture or bursting of water pipes; Aw 3. Explosion of steam boilers, steam pipes, steam engines or steam turbines owned or leased by you,or operated under your control; or 4. Rupture or bursting caused by centrifugal force. .r. 3. NON-OWNED WATERCRAFT Subparagraph g.(2) of Paragraph 2., Exclusion of Section 1-Coverage A is replaced by the following: (2) A watercraft you do not own that is: (a) Less than 51 feet long; and (b) Not being used to carry persons or property for a charge; 4. SUPPLEMENTARY PAYMENTS arr In the Supplementary Payments-Coverages A and B provision: urr The limit for the cost of bail bonds in Paragraph 1.b. is changed from$250 to$1000. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CG 84 07 12 03 © ISO Properties, Inc., 2003 Page 4 of 8 5. PERSONAL AND ADVERTISING INJURY- ELECTRONIC PUBLICATION EXTENSION Paragraphs 14.6., d. and e. of Section V-Definitions are replaced by the following: b. Malicious prosecution or abuse of process; d. Oral, written, televised, videotaped or electronic publication of material that slanders or libels a person or organization or disparages a person's or organization's goods, products or services; yr e. Oral, written, televised, videotaped or electronic publication of material that violates a person's right of privacy; The following is added to Paragraph 14. "Personal and Advertising Injury" of Section V- Definitions: h. Discrimination or humiliation that results in injury to the feelings or reputation of a natural person, but only is such discrimination or humiliation is: (1) Not done intentionally by or at the direction of: (a) An insured; or (b) Any "executive officer" director,stockholder, partner or member of the insured; and r (2) Not directly or indirectly related to the employment, prospective employment or termination of employment of any person or persons by any insured. Subparagraphs b, and c. of 2., Exclusions of Section I - Coverage B - Personal And Advertising Injury Liability are replaced by the following: b. Material Published With Knowledge Of Falsity rr� "Personal and advertising injury" arising out of oral, written, televised, videotaped or electronic publication of material, if done by or at the direction of the insured with knowledge of its falsity; c. Material Published Prior To Policy Period rr "Personal and advertising injury" arising out of oral, written, televised, videotaped or electronic publication of material whose first publication took place before the beginning of the policy pe- riod; 6. AGGREGATE LIMITS OF INSURANCE(PER LOCATION) The General Aggregate Limit under Section III Limits Of Insurance applies separately to each of your "locations" owned by or rented to you or temporarily occupied by you with the permission of the owner. "Location" means premises involving the same or connecting lots, or premises whose connection is trr interrupted only by a street, roadway,waterway or right-of-way of a railroad. 7. AGGREGATE LIMITS OF INSURANCE(PER PROJECT) The General Aggregate Limit under Section III Limits Of Insurance applies separately to each of your projects away from premises owned by or rented to you. err Includes copyrighted material of Insurance Services Office, Inc., with its permission. CG 84 07 12 03 © ISO Properties, Inc., 2003 Page 5 of 8 3. VOLUNTARY PROPERTY DAMAGE COVERAGE At your request,we will pay for "loss" to property of others caused by your business operations. The most we will pay for this coverage is $500 each "occurrence." The "loss" must occur during he policy The "occurrence" must take place in the coverage territory. g P Y period. irs "Loss" means unintended damage or destruction. "Loss" does not mean disappearance, abstraction or theft. This coverage does not apply to: 1. Damage arising out of the use of any "auto"; 2. Property you own, occupy, rent or lease from others; or 3. Property on your premises for sale, service, repair or storage. None of the other policy exclusions apply to this coverage. If the policy to which this endorsement is attached is written with a property damage liability deductible, the deductible shall apply to Voluntary Property Damage. The limit of coverage stated above shall not be reduced by the amount of this deductible. 9. OFF PREMISES CARE, CUSTODY OR CONTROL COVERAGE A. We will pay those sums that you. become legally obligated to pay as damages because of "property damage" to personal property of others while in your or your "employees" care, custody or control or real property of others over which you or your "employees" are exercising physical control if the "property damage" arises out of your business operations. This Coverage is subject to sections B., C., D. and E. below. B. Exclusions This insurance shall not apply to: 1. "Property damage" of property at premises owned, rented, leased,operated or used by you; 2. "Property damage" of property while in transit; 3. The cost of repairing or replacing: (a) Any of your work defectively or incorrectly done by you or by others on your behalf; or (b) Any product manufactured, sold or supplied by you, unless the "property damage" is caused directly by you,after delivery of the product or completion of the work and resulting from a subsequent undertaking; or 4. "Property damage of property caused by or arising out of the "Products-completed operations hazard". C. Limits of Insurance - The most we will pay for "property damage" under this Section 9. is $5,000 for each "occurrence". The most we will pay for the sum of all damages covered under this Section 9. because of"property damage" is an annual aggregate limit of$25,000. The Limits of Insurance provided under this Section 9. are inclusive of and not in addition to any other limits provided in the policy or endorsements attached to it. D. Deductible - We will not pay for "property damage" in any one "occurrence" until the amount of "property damage" exceeds $250. If the policy to which this endorsement is attached contains a "property damage" deductible,that deductible shall apply if it is greater than$250. E. In the event of "property damage" covered by this endorsement, you shall, if requested by us, replace the property or furnish the labor and materials necessary for repairs thereto at your actual cost, excluding profit or overhead charges. rir Includes copyrighted material of Insurance Services Office, Inc., with its permission. CG 84 07 12 03 © ISO Properties, Inc., 2003 Page 6 of 8 10. NEWLY FORMED OR ACQUIRED ORGANIZATIONS A. Paragraph 4. of Section II-Who Is An Insured, is deleted and replaced by the following: 4. any business entity acquired by you or incorporated or organized by you under the laws of any individual state of the United States of America over which you maintain majority ownership interest exceeding fifty percent. Such acquired or newly formed organization will qualify as a Named Insured if there is no similar insurance available to that entity. However: a. Coverage under this provision applies only until the expiration of the policy period in which the entity was acquired or incorporated or organized by you. b. Coverage A does not apply to "bodily injury" or "property damage" that occurred before the entity was acquired or incorporated or organized by you. c. Coverage B does not apply to "personal and advertising injury" arising out of an offense .� committed before the entity was acquired or incorporated or organized by you. d. Records and descriptions of operations must be maintained by the first Named Insured. �r B. This Section 10. does not apply to newly formed or acquired organizations if coverage is excluded either by provisions of the Coverage Part or by other endorsements attached to it. 11. DUTIES IN THE EVENT OF OCCURRENCE,OFFENSE, CLAIM OR SUIT A. The requirement in Section IV- Conditions Paragraph 2.a. that you must see to it that we are notified of �r an "occurrence" applies only when the "occurrence" is known to: 1. You, if you are an individual; +w 2. A partner, if you are a partnership; 3. A member or manager, if you are a limited liability company; 4. An executive officer or designee, if you are a corporation; 5. A trustee, if you are a trust; or 6. A designee, if you are any other type of organization. B. The requirements in Section IV - Conditions Paragraph 2.b. that you must see to it that we receive written notice of a claim or "suit" will not be considered breached'unless the breach occurs after such claim or "suit" is known to. rr 1. You, if you are an individual; 2. A partner, if you are a partnership; 3. A member or manager if you are a limited liability company; 4. An executive officer or designee, if you are a corporation. 5. A trustee, if you are a trust; or 6. A designee, if you are any other type of organization. Knowledge of an "occurrence," claim or "suit" by the agent, servant or "employee" of any insured shall not in itself constitute knowledge of the insured unless an officer or designee shall have received notice from its agent,servant or "employee". Includes copyrighted material of Insurance Services Office, Inc., with its permission. CG 84 07 12 03 © ISO Properties, Inc., 2003 Page 7 of 8 12. BODILY INJURY Paragraph 3. of the definition of "bodily injury" in the Section V: Definitions is replaced by the following: rr 3. "Bodily injury" means bodily injury, sickness or disease sustained by a person, including mental anguish or death resulting from any of these at any time. 13. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS We have the right to recover our payments from anyone liable for an injury covered by this policy. We will — not enforce our right against any person or organization for whom you perform work under a written contract that requires you to obtain this agreement from us. =!= This agreement shall not operate directly or indirectly to benefit anyone not named in the agreement. All other terms and conditions of your policy remain unchanged. =1rc �r rr ft 4. ta Includes copyrighted material of Insurance Services Office, Inc., with its permission. CG 84 07 12 03 © ISO Properties, Inc., 2003 Page 8 of 8 t L L L t PREVAILING MINIMUM � HOURLY WAGE RATES L L L L L 4 L L L L State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section-Telephone(360)902-5335 PO Box 44540,Olympia,WA 98504-4540 AV Washington State Prevailing Wage Rates For Public Works Contracts The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects,workers'wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements is providod.on the.Benefit Code Key. .rr . KING COUNTY Effective 03-03-07 yw (See Benefit Code Key) Over PREVAILING Time Holiday Note aw Classification WAGE Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $34.36 1M 5D BOILERMAKERS JOURNEY LEVEL $33.32 1 BRICK AND MARBLE MASONS JOURNEY LEVEL $42.47 1M 5A CABINET MAKERS(IN SHOP) y� JOURNEY LEVEL $16.67 1 CARPENTERS ACOUSTICAL WORKER $41.43 1 M 5D BRIDGE,DOCK AND WARF CARPENTERS $41.33 1 M 5D CARPENTER $41.33 1M 5D CREOSOTED MATERIAL $41.37 1M 5D DRYWALL APPLICATOR $41.31 1M 5D FLOOR FINISHER $41.40 1M 5D air FLOOR-LAYER $41.40 1 M 5D FLOOR SANDER $41.40 1M 5D MILLWRIGHT AND MACHINE ERECTORS $42.27 1M 5D PILEDRIVERS,DRIVING,PULLING,PLACING COLLARS AND WELDING $41.47 1 M 5D rr SAWFILER $41.40 1M 5D SHINGLER $41.40 1M 5D STATIONARY POWER SAW OPERATOR $41.40 1M 5D STATIONARY WOODWORKING TOOLS $41.40 IM 5D CEMENT MASONS JOURNEY LEVEL $42.26 1M 5D DIVERS&TENDERS DIVER $85.75 1M 5D 8A DIVER TENDER $44.22 1M 5D aw DREDGE WORKERS ASSISTANT ENGINEER $42.02 IT 5D 8L ASSISTANT MATE(DECKHAND) $41.51 IT 5D 8L BOATMEN $42.02 IT 5D 8L rrr ENGINEER WELDER $42.07 IT 5D 8L LEVERMAN,HYDRAULIC $43.64 IT 5D 8L MAINTENANCE $41.51 IT 5D 8L MATES $42.02 IT 5D 8L r OILER $41.64 1T 5D 8L DRYWALL TAPERS JOURNEY LEVEL $41.14 1E 5P ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL $18,69 1 Page 1 +rr �w rr KING COUNTY Effective 03-03-07 (See Benefit Code Key) 16 Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ELECTRICIANS-INSIDE CABLE SPLICER $52.30 1D 5A CABLE SPLICER(TUNNEL) $56.21 1D 5A CERTIFIED WELDER $50.53 1D 5A CERTIFIED WELDER(TUNNEL) $54.26 ID 5A CONSTRUCTION STOCK PERSON $27.32 1D 5A JOURNEY LEVEL .$48.75 1D 5A JOURNEY LEVEL(TUNNEL) $52.30 1D 5A ELECTRICIANS-MOTOR SHOP CRAFTSMAN $15.37 2A 6C JOURNEY LEVEL $14.69 2A . 6C ELECTRICIANS-POWERLINE CONSTRUCTION CABLE SPLICER $55.40 4A 5A CERTIFIED LINE WELDER $49.64 4A 5A GROUNDPERSON $35.92 4A 5A HEAD GROUNDPERSON $37.88 4A 5A HEAVY LINE EQUIPMENT OPERATOR $49.64 4A 5A JACKHAMMER OPERATOR $37.88 4A 5A JOURNEY LEVEL LINEPERSON $49.64 4A 5A LINE EQUIPMENT OPERATOR $42.26 4A 5A POLE SPRAYER $49.64 4A 5A POWDERPERSON $37.88 4A 5A ELECTRONIC TECHNICIANS ELECTRONIC TECHNICIANS JOURNEY LEVEL $31.00 1 ELEVATOR CONSTRUCTORS MECHANIC $57.88 4A 6Q MECHANIC IN CHARGE $63.45 4A 6Q FABRICATED PRECAST CONCRETE PRODUCTS ALL CLASSIFICATIONS $12.70 2K 5B FENCE ERECTORS FENCE ERECTOR $18.71 1 FENCE LABORER $12.77 1 FLAGGERS JOURNEY LEVEL $29.68 1M 5D GLAZIERS JOURNEY LEVEL $42.41 1H 5G HEAT&FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $45.13 is 51 HEATING EQUIPMENT MECHANICS MECHANIC $33.65 1, HOD CARRIERS&MASON TENDERS JOURNEY LEVEL $34.84 1M 5D INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC. $15.65 1 INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL $9.10 1 INLAND BOATMEN CAPTAIN $38.04 1 K 5B COOK $31.90 1 K 56 DECKHAND $31.59 1K 513 ENGINEER/DECKHAND $34.37 . 1K 513 MATE,LAUNCH OPERATOR $36.02 1K 5B Page 2 46 KING COUNTY Effective 03-03-07 (See Benefit Code Key) Over PREVAILING Time Holiday Note . Classification WAGE Code Code Code INSPECTION/CLEANING/SEALING OF SEWER&WATER •r SYSTEMS BY REMOTE CONTROL CLEANER OPERATOR,FOAMER OPERATOR $9.73 1 GROUT TRUCK OPERATOR $11.48 1 HEAD OPERATOR $12.78 1 arr TECHNICIAN $7.93 1 TV TRUCK.OPERATOR $10.53 1 INSULATION APPLICATORS JOURNEY LEVEL $41.27 1M 5D IRONWORKERS JOURNEY LEVEL $46.25 10 5A LABORERS ASPHALT RAKER $34.84 1M 5D BALLAST REGULATOR MACHINE $34.36 1M 5D ar BATCH WEIGHMAN $29.68 1M 5D BRUSH CUTTER $34.36 1M 5D BRUSH HOG FEEDER $34.36 1M 5D BURNERS $34.36 1M 5D W CARPENTER TENDER $34.36 1M 5D CASSION WORKER $35.20 1M 5D CEMENTDUMPER/PAVVING $34.84 1M 5D CEMENT FINISHER TENDER $34.36 1M 5D CHANGE-HOUSE MAN OR DRY SHACKMAN $34.36 IM 5D CHIPPING GUN(OVER 30 LBS) $34.84 1 M 5D CHIPPING GUN(UNDER 30 LBS) $34.36 1M 5D CHOKER SETTER $34.36 1M 5D rrr CHUCK TENDER $34.36 IM 5D CLEAN-UP LABORER $34.36 1M 5D CONCRETE DUMPER/CHUTE OPERATOR $34.84 1M 5D CONCRETE FORM STRIPPER $34.36 1M 5D gar CONCRETE SAW OPERATOR $34.84 IM 5D CRUSHER FEEDER $29.68 1M 5D CURING LABORER $34.36 1M 5D DEMOLITION,WRECKING&MOVING(INCLUDING CHARRED $34.36 1M 5D rar DITCH DIGGER $34.36 1M 5D DIVER $35.20 1M 5D DRILL OPERATOR(HYDRAULIC,DIAMOND) $34.84 1M 5D DRILL OPERATOR,AIRTRAC $35.20 1M 5D ar DUMPMAN $34.36 1 M 5D EPDXY TECHNICIAN $34.36 1M 5D EROSION CONTROL WORKER $34.36 1M 5D FALLER/BUCKER,CHAIN SAW $34.84 1 M 5D err FINAL DETAIL CLEANUP(i.e.,dusting;vacuuming,window cleaning;NOT $27.36 1 M 5D construction debris cleanup) FINE GRADERS $34.36 1M 5D FIRE WATCH $29.68 1M 5D FORM SETTER $34.36 1 M 5D GABION BASKET BUILDER $34.36 1M 5D GENERAL LABORER $34.36 IM 5D GRADE CHECKER&TRANSIT PERSON $34.84 1M 5D GRINDERS $34.36. 1M 5D GROUT MACHINE TENDER $34.36 1M 5D Page 3 r aw ow tier KING COUNTY Effective 03-03-07 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification. WAGE Code Code Code GUARDRAIL ERECTOR $34.36 1M 5D HAZARDOUS WASTE WORKER LEVEL A $35.20 1M 5D HAZARDOUS WASTE WORKER LEVEL B $34.84 1M 5D HAZARDOUS WASTE WORKER LEVEL C $34.36 1M 5D HIGH SCALER $35.20 1 M 5D HOD CARRIER/MORTARMAN $34.84 1M 5D JACKHAMMER $34'.84 1M- 5D LASER BEAM OPERATOR $34.84 1 M 5D MANHOLE BUILDER-MUDMAN $34.84 1M 5D MATERIAL YARDMAN $34.36 1M 5D MINER $35.20 1M 5D NOZZLEMAN,CONCRETE PUMP,GREEN CUTTER WHEN USING HIGH $34.84 1M 5D PRESSURE AIR&WATER ON CONCRETE&ROCK,SANDBLAST, GUNITE,SHOTCRETE,WATER BLASTER PAVEMENT BREAKER $34.84 1M 5D PILOT CAR $29.68 1M 5D PIPE POT TENDER $34.84 1 M 5D PIPE RELINER(NOT INSERT TYPE) $34.84 1 M 5D PIPELAYER&CAULKER $34.84 1M 5D PIPELAYER&CAULKER(LEAD) $35.20 1M 5D PIPEWRAPPER $34.84 1M 5D POTTENDER $34.36 1M 5D POWDERMAN $35.20 IM 15D POWDERMAN HELPER $34.36 1 M 5D POWERJACKS $34.84 1M 5D RAILROAD SPIKE PULLER(POWER) $34.84 1M 5D RE-TIMBERMAN $35.20 1M 5D RIPRAP MAN $34.36 IM 5D RODDER $34.84 1M 5D SCAFFOLD ERECTOR $34.36 1M 5D SCALE PERSON $34.36 1 M 5D SIGNALMAN $34.36 1M 5D SLOPER(OVER 20") $34.84 1M 5D SLOPER SPRAYMAN $34.36 1M 5D SPREADER(CLARY POWER OR SIMILAR TYPES) $34.84 1 M 5D SPREADER(CONCRETE) $34.84 1M 5D STAKE HOPPER $34.36 1M 5D STOCKPILER $34.36 1M 5D TAMPER&SIMILAR ELECTRIC,AIR&GAS $34.84 1 M 5D TAMPER(MULTIPLE&SELF PROPELLED) $34.84 IM 5D TOOLROOM MAN(AT.JOB SITE) $34.36 1M 5D TOPPER-TAILER $34.36 1M 5D TRACK LABORER $34.36 1 M 5D TRACK LINER(POWER) $34.84- 1M 5D TRUCK SPOTTER $34.36 1M 5D TUGGER OPERATOR $34.84 IM 5D VIBRATING SCREED(AIR,GAS,OR ELECTRIC) $34.36 IM 5D VIBRATOR $34.84 tM 5D VINYL SEAMER $34.36 1M 5D WELDER $34.36 1M 5D 1r1 WELL-POINT LABORER $34.84 1M 5D Page 4 Mw KING COUNTY go Effective 03-03-07 (See Benefit Code Key) •r Over PREVAILING Time Holiday Note Classification WAGE Code Code Code LABORERS-UNDERGROUND SEWER&WATER GENERAL LABORER $34.36 1M 5D PIPE LAYER $34.84 1M 5D LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $11.07 1 aw LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $10.63 1 LANDSCAPING OR PLANTING LABORERS $8,42 1 LATHERS JOURNEY LEVEL $41.31 1M 5D METAL FABRICATION(IN SHOP) t FITTER $15.86 1 LABORER $9.78 1 MACHINE OPERATOR $13.04 1 rr 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 wr UTILITY PERSON $11.56 1 WELDER $11.56 1 PAINTERS JOURNEY LEVEL $33.16 2B 5A PLASTERERS JOURNEY LEVEL $41.23 1R 5A PLAYGROUND&PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $8.42 1 wa PLUMBERS&PIPEFITTERS JOURNEY LEVEL $55.34 1G 5A POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $39.57 1M 5D 8L BACKHOE,EXCAVATOR,SHOVEL (3 YD&UNDER) $42.35 1M 5D 8L w BACKHOE,EXCAVATOR,SHOVEL (OVER 3 YD&UNDER 6 YD) $42.84 1M 5D 8L BACKHOE,EXCAVATOR,SHOVEL(6 YD AND OVER WITH $43.39 1M 5D 8L BACKHOES, (75 HP&UNDER) $41.93 IM 5D 8L BACKHOES, (OVER 75 HP) $42.35 1M 5D 8L Iry BARRIER MACHINE(ZIPPER) $42.35 1 M 5D 8L BATCH PLANT OPERATOR,CONCRETE $42.35 1M 5D 8L BELT LOADERS(ELEVATING TYPE) $41.93 . 1M . -5D. 8L BOBCAT(SKID STEER) $39.57 1M 5D 8L BROOMS $39.57 1M 5D 8L BUMP CUTTER $42.35 IM 5D 8L " CABLEWAYS $42.84 1M 5D 8L CHIPPER $42.35 1M 5D 8L COMPRESSORS $39.57 1M 5D 8L CONCRETE FINISH MACHINE-LASER SCREED $39.57 1M 5D 8L CONCRETE PUMPS $41.93 1M 5D 8L CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $42.35 IM 50 8L +► CONVEYORS $41.93 1M 5D 8L Page 5 rr r► irr KING COUNTY Effective 03-03-07 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code CRANES, THRU.19 TONS,WITH ATTACHMENTS $41.93 1 M 5D 8L CRANES, 20-44 TONS,WITH ATTACHMENTS $42.35 1M 5D 8L CRANES, 45 TONS-99 TONS,UNDER 150 FT OF BOOM(INCLUDING $42.84 IM 5D 8L JIB WITH ATACHMENTS) CRANES,100 TONS-199 TONS,OR 150 FT OF BOOM(INCLUDING JIB $43.39 1M 5D 8L WITH ATTACHMENTS) CRANES;200 TONS TO 300 TONS,OR 250 FT OF BOOM(INCLUDING JIB $43.96 1M 5D 8L WITH ATTACHMENTS) CRANES,A-FRAME, 10 TON AND UNDER $39.57 IM 5D 8L CRANES,A-FRAME,OVER 10 TON $41.93 IM 5D 8L CRANES,OVER 300 TONS,OR 300'OF BOOM INCLUDING JIB WITH $44.52 1M 5D 8L ATTACHMENTS CRANES,OVERHEAD,BRIDGE TYPE(20-44 TONS) $42.35 1 M 5D 8L CRANES,OVERHEAD,BRIDGE TYPE(45-99 TONS) $42.84 IM 5D 8L CRANES,OVERHEAD,BRIDGE TYPE(100 TONS&OVER) $43.39 1 M 5D 8L CRANES,TOWER CRANE UP TO 175'IN HEIGHT,BASE TO BOOM $43.39 1M 5D 8L CRANES,TOWER CRANE OVER 175'IN HEIGHT,BASE TO BOOM $43.96 1 M 5D 8L 06 CRUSHERS $42.35 1M 5D 8L DECK ENGINEER/DECK WINCHES(POWER) $42.35 1M 5D 8L DERRICK,BUILDING $42.84 1 M 5D 8L DOZERS,D-9&UNDER $41.93 1M 5D 8L DRILL OILERS-AUGER TYPE,TRUCK OR CRANE MOUNT $41.93 IM 5D 8L DRILLING MACHINE $42.35 1M 5D 8L ELEVATOR AND MANLIFT,PERMANENT AND SHAFT-TYPE $39.57 1 M 5D 8L EQUIPMENT SERVICE ENGINEER(OILER) $41.93 1M 5D 8L FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $42.35 1 M 5D 8L FORK LIFTS,(3000 LBS AND OVER) $41.93 IM 5D 8L FORK LIFTS,(UNDER 3000 LBS) $39.57 1M 5D 8L GRADE ENGINEER $41.93 1M. .5D 8L GRADECHECKER AND STAKEMAN $39.57 1M 5D 8L GUARDRAIL PUNCH $42.35 1M 5D 8L HOISTS,OUTSIDE(ELEVATORS AND MANLIFTS),AIR TUGGERS $41.93 1M 5D 8L HORIZONTAUDIRECTIONAL DRILL LOCATOR $41.93 1M 5D 8L HORIZONTAUDIRECTIONAL DRILL OPERATOR $42.35 1M 5D 8L HYDRALIFTSBOOM TRUCKS(10 TON&UNDER) $39.57 1M 5D 8L HYDRALIFTS/BOOM TRUCKS(OVER 10 TON) $41.93 1M 5D 8L LOADERS,OVERHEAD(6 YD UP TO 8 YD) $42.84 1M 5D 8L LOADERS,OVERHEAD(8 YD&OVER) $43.39 IM 5D 8L LOADERS,OVERHEAD(UNDER 6 YD),PLANT FEED $42.35. IM . 5D 8L LOCOMOTIVES,ALL $42.35 1M 5D 8L MECHANICS,ALL $42.84 1M 5D 8L MIXERS,ASPHALT PLANT $42.35 IM 5D 8L MOTOR PATROL GRADER(FINISHING) $42.35 1M 5D 8L MOTOR PATROL GRADER(NON-FINISHING) $41.93 1M 50, 8L MUCKING MACHINE,MOLE,TUNNEL DRILL AND/OR SHIELD $42.84 IM 5D 8L OIL DISTRIBUTORS,BLOWER DISTRIBUTION AND MULCH SEEDING $39.57 1M 5D 8L di OPERATOR PAVEMENT BREAKER $39.57. 1M 5D 8L PILEDRIVER(OTHER THAN CRANE MOUNT) $42.35 1M 5D 8L PLANT OILER'(ASPHALT,CRUSHER) $41.93 IM 50 8L POSTHOLE DIGGER,MECHANICAL $39.57 1 M 5D 8L POWER PLANT $39.57 IM 5D 8L PUMPS,WATER $39.57 1M 5D 8L Page 6 KING COUNTY ow Effective 03-03-07 (See Benefit Code Key) sr Over Classificafton PREVAILING Time Holiday Note WAGE Code Code Code QUAD 9,D-10,AND HD-41 $42.84 1M 5D 8L 'rr REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $42.84 1M 5D 8L EQUIP RIGGER AND BELLMAN $39.57 1M '5D 8L ROLLAGON $42.84 1M 5D 8L Aw ROLLER,OTHER THAN PLANT ROAD MIX $39.57 1M 5D 8L . ROLLERS,PLANTMIX OR MULTILIFT MATERIALS $41.93 1M 5D -8L ROTO-MILL,ROTO-GRINDER $42.35 1M 5D 8L SAWS,CONCRETE $41.93 1M 5D 8L ► SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $42.35 1 M 5D 8L OFF-ROAD EQUIPMENT(-UNDER 45 YD) SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,.ARTICULATING $42.84 1 M 5D 8L OFF-ROAD EQUIPMENT(45 YD AND OVER) +ter SCRAPERS,CONCRETE AND CARRY ALL $41.93 1 M 5D 8L SCREED MAN $42.35 1M 5D 8L SHOTCRETE GUNITE $39.57 1M 5D 8L SLIPFORM PAVERS $42.84 1M 5D 8L SPREADER,TOPSIDE OPERATOR-BLAW KNOX $42.35 1M 5D 8L SUBGRADE TRIMMER $42.35 1M 5D 8L TOWER BUCKET ELEVATORS $41.93 1 M 5D 8L TRACTORS,(75 HP&UNDER) $41.93 1M 5D 8L w TRACTORS,(OVER 75 HP) $42.35 1 M 5D 8L TRANSFER MATERIAL SERVICE MACHINE $42.35 1 M 5D 8L TRANSPORTERS,ALL TRACK OR TRUCK TYPE $42.84 1 M 5D 8L TRENCHING MACHINES $41.93 1M 5D 8L r TRUCK CRANE OILER/DRIVER(UNDER 100 TON) $41.93 1M 5D 8L TRUCK CRANE OILER/DRIVER(100 TON&OVER) $42.35 1M 5D 8L TRUCK MOUNT PORTABLE CONVEYER $42.35 1M 5D 8L WHEEL TRACTORS,FARMALL TYPE $39.57 IM 5D 8L go YO YO PAY DOZER $42.35 1 M 5D 8L POWER EQUIPMENT OPERATORS-UNDERGROUND SEWER& (SEE POWER EQUIPMENT OPERATORS) POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $35.62 4A 5A SPRAY PERSON $33.82 4A 5A TREE EQUIPMENT OPERATOR $34.27 4A 5A TREE TRIMMER $31.88 4A 5A TREE TRIMMER GROUNDPERSON $24.03 4A 5A at REFRIGERATION&AIR CONDITIONING MECHANICS MECHANIC $53.01 1G 5A RESIDENTIAL BRICK&MARBLE MASONS JOURNEY LEVEL $27.05 9 RESIDENTIAL CARPENTERS JOURNEY LEVEL $23.47 1 RESIDENTIAL CEMENT MASONS JOURNEY LEVEL $22.64 1 RESIDENTIAL DRYWALL TAPERS a` JOURNEY LEVEL $41.14 1E 5P RESIDENTIAL ELECTRICIANS JOURNEY LEVEL $26.24 1 RESIDENTIAL GLAZIERS JOURNEY LEVEL $27.89. 1H .5G . Page 7 ow err err KING COUNTY ' Effective 03-03-07 (See Benefit Code Key) ! Over PREVAILING Time Holiday Note Classification WAGE Code Code Code RESIDENTIAL INSULATION APPLICATORS JOURNEY LEVEL $17.60 1 RESIDENTIAL LABORERS JOURNEY LEVEL $18.12 1 RESIDENTIAL PAINTERS JOURNEY LEVEL $18.36 1 RESIDENTIAL PLUMBERS&PIPEFITTERS JOURNEY LEVEL $22.95 1 RESIDENTIAL REFRIGERATION&AIR CONDITIONING JOURNEY LEVEL $53.01 1G 5A go RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL(FIELD OR SHOP) $19.48 1 RESIDENTIAL SOFT FLOOR LAYERS JOURNEY LEVEL $33.76 1B 5A RESIDENTIAL SPRINKLER FITTERS(FIRE PROTECTION) JOURNEY LEVEL $29.76 1B 5C RESIDENTIAL TERRAZZO/TILE FINISHERS JOURNEY LEVEL $26.30 1 lire RESIDENTIAL TERRAZZO/TILE SETTERS JOURNEY LEVEL $40.33 1B 5A ROOFERS JOURNEY LEVEL $35.78 1113 5A USING IRRITABLE BITUMINOUS MATERIALS $38.78 1R 5A SHEET METAL WORKERS JOURNEY LEVEL(FIELD OR SHOP) $49.97 1E 6L SIGN MAKERS&INSTALLERS(ELECTRICAL) SIGN INSTALLER $23.36 1 SIGN MAKER $16.84 1 SIGN MAKERS&INSTALLERS(NON-ELECTRICAL) SIGN INSTALLER $17.31 1 SIGN MAKER $15.61 1 SOFT FLOOR LAYERS JOURNEY LEVEL $33.76 1B 5A SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL $12.44 1 5S r SPRINKLER FITTERS(FIRE PROTECTION) JOURNEY LEVEL $53.24 1X 5C STAGE RIGGING MECHANICS(NON STRUCTURAL) JOURNEY LEVEL $13.23 1 SURVEYORS CHAIN PERSON $9.35 1 INSTRUMENT PERSON $11.40 1 PARTY CHIEF $.13.40 1 TELECOMMUNICATION TECHNICIANS TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $22.76 1 TELEPHONE LINE CONSTRUCTION-OUTSIDE CABLE SPLICER $29.89 2B 5A HOLE DIGGER/GROUND PERSON $16.81 2B 5A 46 INSTALLER(REPAIRER) $28.68 2B 5A JOURNEY LEVEL TELEPHONE LINEPERSON $27.82 26 5A SPECIAL APPARATUS INSTALLER 1 $29.89 2B 5A SPECIAL APPARATUS INSTALLER 11 $29.30 2B 5A 16 Page 8 *0 w 1, KING COUNTY Effective 03-03-07 wwwwwwwwwwwww,rwwwwwwwwwwwwww*www,rwwwwwwwwwwwwwwwwwwwwwwwwwwwwww*wwwwwwwwwwwwwww*ww*wwwwwwwwwwwww,rwwwwwwwwwwwwwwww (See Benefit Code Key) Over Classification PREVAILING Time Holiday Note WAGE Code Code Code .TELEPHONE EQUIPMENT OPERATOR(HEAVY) $29.89 2B 5A wr TELEPHONE EQUIPMENT OPERATOR(LIGHT) $27.82 26 5A TELEVISION GROUND PERSON $15.96 2B 5A TELEVISION LINEPERSON/INSTALLER $21.17 2B 5A TELEVISION SYSTEM TECHNICIAN $25.15 2B 5A w TELEVISION TECHNICIAN $22.64 2B 5A TREE TRIMMER $27.82 2B 5A TERRAZZO WORKERS&TILE SETTERS JOURNEY LEVEL $40.33 1B 5A TILE,MARBLE&TERRAZZO FINISHERS FINISHER $34.16 1B 5A TRAFFIC CONTROL.STRIPERS JOURNEY LEVEL $34.90 1K 5A TRUCK DRIVERS aw TRUCK MIX(TO 16 YARDS) $39.0 4 IT 5D 8L ASPHALT MIX(OVER 16 YARDS) $39.62 IT 5D 8L DUMP TRUCK $39.04 IT 5D 8L DUMP TRUCK&TRAILER $39.62 IT 5D 8L ar OTHER TRUCKS $39.62 IT 5D 8L TRANSIT MIXER $23.45 1 WELL DRILLERS&IRRIGATION PUMP INSTALLERS IRRIGATION.PUMP INSTALLER $17.71 1 'w OILER $12.97 1 WELL DRILLER $17.68 1 aw sw or w aw t sYr Page 9 w wr �wr BENEFIT CODE KEY - EFFECTIVE 03-3-07 ob OVERTIME CODES OVERTIME CALCULATIONS ARE BASED ON THE HOURLY RATE ACTUALLY PAID TO THE WORKER. ON PUBLIC WORKS PROJECTS,THE HOURLY RATE MUST BE NOT LESS THAN THE PREVAILING RATE OF WAGE MINUS THE do HOURLY RATE OF THE COST OF FRINGE BENEFITS ACTUALLY PROVIDED FOR THE WORKER. 1. ALL HOURS WORKED IN EXCESS OF EIGHT(8) HOURS PER DAY OR FORTY (40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. go A. ALL HOURS WORKED ON SATURDAYS,SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF so WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. C. THE FIRST TWO (2) HOURS AFTER EIGHT(8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN 'go (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE,OF WAGE, ALL OTHER OVERTIME HOURS WORKED SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. D. THE FIRST TWO (2) HOURS BEFORE OR AFTER A FIVE -EIGHT(8) HOUR WORKWEEK DAY OR A FOUR-TEN (10) do HOUR WORKWEEK DAY AND THE FIRST EIGHT (8) HOURS WORKED THE NEXT DAY AFTER EITHER WORKWEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL ADDITIONAL HOURS WORKED AND ALL WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. 40 E. THE FIRST TWO(2)HOURS AFTER EIGHT(8)REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER HOURS WORKED MONDAY THROUGH SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. F. THE FIRST TWO (2) HOURS AFTER EIGHT(8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. G. THE FIRST TEN (10) HOURS WORKED ON SATURDAYS AND THE FIRST TEN (10) HOURS WORKED ON A FIFTH CALENDAR WEEKDAY IN A FOUR -TEN HOUR SCHEDULE,SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS.WORKED IN EXCESS OF TEN (10)HOURS PER DAY MONDAY THROUGH a* SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. H. ALL HOURS WORKED ON SATURDAYS(EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS OR EQUIPMENT BREAKDOWN)SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. J. THE FIRST TWO (2) HOURS AFTER EIGHT(8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED OVER TEN (10) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. K. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. L. ALL HOURS WORKED IN EXCESS OF TEN(10)HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS to WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. M. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO.INCLEMENT WEATHER CONDITIONS)SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED 1 ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. N. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE 40 THE HOURLY RATE OF WAGE. 0. THE FIRST TEN(10)HOURS WORKED ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS, HOLIDAYS AND AFTER TWELVE (12) HOURS, MONDAY THROUGH FRIDAY,AND AFTER TEN(10)HOURS ON SATURDAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. P. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF CIRCUMSTANCES WARRANT) AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. 46 BENEFIT CODE KEN'-EFFECTIVE 03-03-07 irr -2- L Q. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY 'THROUGH FRIDAY AND UP TO -TEN (10) HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. r ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT CHRISTMAS DAY) SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON CHRISTMAS DAY SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. arr R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. S. THE FIRST TWO(2)HOURS AFTER EIGHT(8)REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS.WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS-WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. T. ALL HOURS WORKED ON SATURDAYS, EXCEPT MAKE-UP DAYS, SHALL BE PAID AT ONE AND ONE-HALF TIMES w THE HOURLY RATE OF WAGE. ALL HOURS WORKED AFTER 6:OOPM SATURDAY TO 6:OOAM MONDAY AND ON HOLIDAYS-SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. U. ALL HOURS WORKED ON SATURDAYS SHALL BE-PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF it WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS(EXCEPT LABOR DAY)SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLYRATE OF WAGE. V. ALL HOURS WORKED ON SATURDAYS,SUNDAYS AND HOLIDAYS(EXCEPT THANKSGIVING DAY AND CHRISTMAS DAY) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON THANKSGIVING DAY AND CHRISTMAS DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. W. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS(EXCEPT MAKE-UP DAYS DUE TO CONDITIONS BEYOND THE "w" CONTROL OF THE EMPLOYER))SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. X. THE FIRST FOUR (4) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST 4w TWELVE(12)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.. ALL HOURS WORKED OVER TWELVE (12) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. WHEN HOLIDAY FALLS ON SATURDAY OR SUNDAY, THE DAY BEFORE SATURDAY, FRIDAY, AND THE DAY AFTER SUNDAY, MONDAY, SHALL BE CONSIDERED THE irrr HOLIDAY AND ALL WORK PERFORMED SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. 2. ALL HOURS WORKED IN EXCESS OF EIGHT(8) HOURS PER DAY OR FORTY(40)HOURS.PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. 4w A. THE FIRST SIX (6) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF SIX(6)HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. or B. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. r D. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS.SHALL BE.PAID AT ONE AND ONE-HALF TIMES.THE HOURLY RATE OF WAGE. THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT STRAIGHT TIME IN ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS ON HOLIDAYS SHALL BE ow PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. E. ALL HOURS WORKED ON SATURDAYS OR HOLIDAYS (EXCEPT LABOR DAY)SHALL BE PAID AT ONE AND ONE- HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS OR ON.LA13OR DAY SHALL BE f PAID AT TWO TIMES THE HOURLY RATE OF WAGE. F. THE FIRST EIGHT(8)HOURS WORKED ON HOLIDAYS SHALL BE PAID AT THE STRAIGHT HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. » G. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE INCLUDING HOLIDAY PAY. �r H. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE- "w ■rir BENEFIT CODE KEY-EFFECTIVE 03-03-07 IN -3- 2. I. ALL HOURS WORKED ON SATURDAYS AND HOLIDAYS (EXCEPT LABOR DAY)SHALL BE PAID AT ONE AND ONE- HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. J. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE, INCLUDING THE HOLIDAY PAY. ALL HOURS WORKED ON UNPAID HOLIDAYS SHALL BE PAID AT TWO TIMES T1IE HOURLY RATE OF WAGE. K. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY. M. ALL HOURS WORKED ON SATURDAYS,SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. 0. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. P. THE FIRST EIGHT(8)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT 8) HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. 4A. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SATURDAYS,SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. HOLIDAY CODES 5. A. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(7). B. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY,THE DAY BEFORE CHRISTMAS,AND CHRISTMAS DAY(8). C. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). D. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AND SATURDAY AFTER THANKSGIVING DAY,AND-CHRISTMAS DAY(8). E. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, PRESIDENTIAL ELECTION DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). F. HOLIDAYS: NEW.YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS'DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(11). G. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY(7). H. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY,AND CHRISTMAS(6). I. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY(6). rr J. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS EVE DAY,AND CHRISTMAS DAY(7). N. HOLIDAYS: NEW YEAR'S DAY,PRESIDENTS'DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,VETERANS' 40 DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(9). P. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY AND SATURDAY AFTER THANKSGIVING DAY,THE DAY BEFORE CHRISTMAS,AND CHRISTMAS DAY(9). 10 Q. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY(6). R. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY,INDEPENDENCE DAY, LABOR DAY,THANKSGIVING DAY, DAY to AFTER THANKSGIVING DAY,ONE-HALF DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY.(7 I/2). to BENEFIT CODE, KEY-EFFECTIVE 03-03-07 "r -4- 5. S. PAID HOLIDAYS: NEW YEAR'S DAY,PRESIDENTS' DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY, rr THANKSGIVING DAY,AND CHRISTMAS DAY(7). T. PAID HOLIDAYS: .NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS DAY,AND THE DAY BEFORE OR AFTER CHRISTMAS(10). �r V. PAID HOLIDAYS: SIX(6)PAID HOLIDAYS. W. PAID HOLIDAYS: NINE(9)PAID HOLIDAYS. fmw X. HOLIDAYS: AFTER 520 HOURS NEW YEAR'S DAY, THANKSGIVING DAY AND CHRISTMAS DAY. AFTER 2080 HOURS - NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,CHRISTMAS DAY AND A FLOATING HOLIDAY(8). +err Y. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL.DAY, INDEPENDENCE DAY, LABOR DAY, PRESIDENTIAL ELECTION DAY,THANKSGIVING DAY,THE FRIDAY FOLLOWING THANKSGIVING DAY,AND CHRISTMAS DAY(8). +ter Z. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). 6. A. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). law B. PAID HOLIDAYS:NEW YEAR'S EVE DAY,NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY,LABOR DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS EVE'S DAY,AND CHRISTMAS DAY(9). w C. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,THE DAY AFTER THANKSGIVING DAY,THE LAST WORK DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY(9). as D. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS DAY,THE DAY BEFORE OR THE DAY AFTER CHRISTMAS DAY(9). F. PAID HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY,LABOR DAY,VETERANS'DAY,THANKSGIVING DAY,THE DAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY(11). 1. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING wr DAY,FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(7). L. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY.(8) Q. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,VETERANS DAY, THANKSGIVING DAY,THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY(8). UNPAID HOLIDAY: rr PRESIDENTS'DAY. T. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,THE LAST WORKING DAY BEFORE w CHRISTMAS DAY,AND CHRISTMAS DAY(9). U. HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE.DAY BEFORE CHRISTMAS DAY,CHRISTMAS DAY(9). V. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,DAY AFTER THANKSGIVING DAY,CHRISTMAS EVE DAY,CHRISTMAS DAY, AND ONE DAY OF THE EMPLOYEE'S CHOICE(9). wr W. PAID HOLIDAYS: NEW YEAR'S DAY,DAY BEFORE NEW YEAR'S DAY,PRESIDENTS DAY,MEMORIAL DAY, INDEPENDENCE DAY,LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY,DAY BEFORE OR AFTER CHRISTMAS DAY(10). aw X. PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY,CHRISTMAS DAY,DAY BEFORE OR AFTER CHRISTMAS DAY,EMPLOYEE'S BIRTHDAY(11). ow it BENEFIT CODE KEY-EFFECTIVE 03-03-07 -5- NOTE CODES 8. A. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS,THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE: OVER 50'TO 100'-$1.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100'TO 175'-$2.25 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 175'TO 250'-$5.50 PER FOOT FOR EACH FOOT OVER 175 FEET OVER 250'-DIVERS MAY NAME THEIR OWN PRICE,PROVIDED IT IS NO LESS THAN THE SCALE LISTED FOR 250 FEET 40 C. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS,THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE: OVER 50'TO 100'-$1.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100'TO 150'-$1.50 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 150'TO 200'-$2.00 PER FOOT FOR EACH FOOT OVER 150 FEET OVER 200'-DIVERS MAY NAME THEIR OWN PRICE D. WORKERS WORKING WITH SUPPLIED AIR ON HAZMAT PROJECTS RECEIVE AN ADDITIONAL$1.00 PER HOUR, L. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A: $0.75, LEVEL B:$0.50,AND LEVEL C:$0.25. M. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS: LEVELS A&B: $1.00, LEVELS C&D:$0.50. N. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A: $1.00, LEVEL B:$0.75,LEVEL C:$0.50,AND LEVEL D:$0.25. 9. A. SHIFT DIFFERENTIAL: SWING FROM 4:30 PM TO 1 AM IS WAGE PLUS 17.3% GRAVEYARD FROM 12:30 AM TO 9:00 AM IS WAGE PLUS 31.4% B. SHIFT DIFFERENTIAL: SWING FROM 4:30 PM TO 12:30 AM IS WAGE PLUS 10%FOR 7%:HOURS WORKED GRAVEYARD FROM 12:30 AM TO 9:00 AM IS WAGE PLUS 15%7 HOURS WORKED C. AIM ""' Departure"`of l„'`'°r and Industries Prevailing Wage STATEMENT OF INTENT TO ��Q,gT"''`o�, (3G0)`'02-'"' PAY PREVAILING WAGES www.Ini.t va.gov//TradesLiccnsing/PrevaiIingWage �f Public Works Contract $25.00 Filing Fee Required • This form must be typed or printed in ink. Project Name Contract# • Large,bold numbers match instructions on back of form. ow • Please allow a minimum of 10 working days for processing. Contract Awarding Agency(public agency-not federal or private) • Once a roved your form will be sted online at the above website. ......,Contractor,,._�- _.. .,.. Address � - .. .,. company or agency name,address,city,state&ZIP+4 City State ZIP+4 Awarding Agency Project Contact Person Phone# aw County where work was performed City where work was performed aw Bid due date (mm/dd/yy) Date contract awarded (mm/dd/yy) Will all work be subcontracted? Do you intend to use subcontractors? +ter ❑ Yes ❑ No ❑ Yes ❑ No Prime contractor(has contract with the public agency) Contractor Registration# Expected job start date(mm/dd/yy) Do you intend to use apprentices? ❑ Yes ❑ No vrr Craft/trade/occupation(Do NOT list apprentices) Estimated no. Rate of Rate of hourly fringe Indicate number of.owners expected to perform work. of workers hourly pay benefits err VW low Company name Indicate total dollar amount of your contract $ •r" or time and materials if applicable. Address I hereby certify that the above infor'riration is correct and that all workers I employ on this Public Works Project will be paid no less City State ZIP+4 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 Industrial Insurance Account Number Email address Phone number f For L&I Use Only Check Number: ❑ $25 or $ For L&I Use Only Issued By: APPROVED: Department of Labor and Industries ow By Industrial Statistician F700-029-000 statement of intent to pay prevailing wages 12-04 After APPROVAL,send white copy to Awarding Agency. Canary copy—L&I Department of Labor and Industries eT�re AFFIDAVIT OF WAGES PAID Prevailing Wage (360)902-5335 _ Public Works Contract http://www.ini.wa.gov/TradesLicensing/PrevailingWage �� .eoao $25.00 Filing Fee Required • This form must be typed or printed in ink. Project Name Contract# • Fill in all blanks or form will be returned for correction(see back). Contract Awarding Agency(public agency-not federal or private) • Please allow a minimum of 10 working days for processing. r • Once a roved,Zour form will be posted online at the website above. Address Contractor,company or agency name,address,city,state&ZIP+4 City State ZIP+4 Awarding Agency Project Contact Person Phone# County where work was performed City where work was performed 110 Bid due date (mm/dd/yy) Date contract awarded (mm/dd/yy) Date work completed (mm/dd/yy) Date Intent filed (mm/dd/yy) 66 Was all work subcontracted? Did you intend to use subcontractors? Prime contractor(has contract with the public agency) Contractor Registration No. ❑ Yes ❑ No ❑ Yes ❑ No 40 Job start date(mm/dd/yy) Craft/trade/occupation and apprentices.(For apprentices,give name,registration#, Number Total#of hours Rate of Rate of Hourly trade,dates of work on project,stage of progression,wage and fringe.) of Workers worked—ea.trade Hourly Pay Fringe Benefits 0 Indicate number of owners that performed work. Company name Indicate total dollar amount of your contract.T$ Address I hereby certify that the above information is correct and that all workers I employed on this Public Works Project were paid no less City State ZIP+4 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 Industrial Insurance Account Number Email address Phone number Ma Check Number: ❑ $25 or $ 40 r � . r rt :"w Issued By: APPROVED: Department of Labor and Industries 0 By Industrial Statistician go F700-007-000 affidavit of wages 10-06 After APPROVAL,send white copy to Awarding Agency. Canary copy—L&I +r +r CERTIFICATION OF PAYMENT OF PREVAILING WAGES Date: Project: Central Plateau Interceptor Section 2 Contract No.: WWP-27-3235 This is to certify that the prevailing wages have been paid to our employees and our subcontractors' 'w employees for the period from through in wr 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. wrr Company Name .r. By: w. Title: w so err aw w. *W 1W ow .. low aw � WSDOT AMENDMENTS L L l L L L L L L L L a. INTRODUCTION The following Amendments and Special Provisions shall be used in conjunction with the 2006 "" Standard Specifications for Road, Bridge, and Municipal Construction. AMENDMENTS TO THE STANDARD SPECIFICATIONS iww The following Amendments to the Standard Specifications are made a part of this contract and supersede any conflicting provisions of the Standard Specifications. For informational purposes, the .�. date following each Amendment title indicates the implementation date of the Amendment or the latest date of revision. „r„ Each Amendment contains all current revisions to the applicable section of the Standard Specifications and may include references which do not apply to this particular project. aw INTRODUCTION The following Amendments and Special Provisions shall be used in conjunction with the 2006 .r Standard Specifications for Road,Bridge, and Municipal Construction. AMENDMENTS TO THE STANDARD SPECIFICATIONS The following Amendments to the Standard Specifications are made a part of this contract and supersede any conflicting provisions of the Standard Specifications. For informational purposes, the �•► date following each Amendment title indicates the implementation date of the Amendment or the latest date of revision. Each Amendment contains all current revisions to the applicable section of the Standard Specifications and may include references which do not apply to this particular project. ow SECTION 1-04,SCOPE OF THE WORK April 3, 2006 1-04.6 Variation in Estimated Quantities The third paragraph beginning with"If the adjusted final quantity of any items", is revised to read: If the adjusted final quantity of any item does not vary from the quantity shown in the proposal by more than 25%, then the Contractor and the Contracting Agency agree that all work under that item will be performed at the original contract unit price. +� SECTION 1-06,CONTROL OF MATERIAL April 3,2006 .r 1-06.1 Approval of Materials Prior To Use The second sentence in the first paragraph is revised to read: The Contractor shall use the Qualified Product List (QPL), the Aggregate Source Approval (ASA)Database, or the Request for Approval of Material(RAM) form. wr Number 1 under the second paragraph is revised to read: .err VAW WSDOT Amendments 1 1. Shall be new, unless the Special Provisions or Standard Specifications permit otherwise; 1-06.1(1) Qualified Products List(QPL) This section is supplemented with the following: The current QPL can be accessed on-line at www.wsdot.wa.gov/biz/mats/QPL/QPL.c following new sub-section is inserted to follow 1-06.1(2). I-06.1(3) Aggregate Source Approval(ASA)Database The ASA is a database containing the results of WSDOT preliminary testing of aggregate sources. This database is used by the Contracting Agency to indicate the approval status of these aggregate sources for applications that require preliminary testing as defined in the contract. The ASA `Aggregate Source Approval Report' identifies the currently approved applications for each aggregate source listed. The acceptance and use of these aggregates is contingent upon additional job sampling and/or documentation. Aggregates approved for applications on the ASA `Aggregate Source Approval Report' not conforming to the specifications, not fulfilling the acceptance requirements, or improperly handled or installed, shall be replaced at the Contractor's expense. For questions regarding the approval status of an aggregate source, contact the WSDOT Regional Materials Engineer for the Region the source is located in. The Contracting Agency reserves the right to make revisions to the ASA database at anytime. If there is a conflict between the ASA database and the contract, then the contract shall take precedence over the ASA database in accordance with Section 1-04.2. The ASA database can be accessed on-line at www.wsdot.wa.gov/biz/mats/ASA 1-06.2(2)D Quality Level Analysis Item 9 under the first paragraph is revised to read: 9. Determine the Composite Pay Factor(CPF) for each lot. CPF= fl(PF 1)+f2(PF2)+••.+ fi(PFi) 1= Itoj where: fi=price adjustment factor listed in these Specifications for the applicable material j = number of constituents being evaluated SECTION 1-07,LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC August 7, 2006 1-07.9(1) General The fifth paragraph is revised to read: If employing labor in a class not listed in the contract provisions on state funded projects only, the Contractor shall request a determination of the correct wage and benefits rate for that class WSDOT Amendments 2 aw and locality from the Industrial Statistician, Washington State Department of Labor and Industries(State L&I), and provide a copy of those determinations to the Engineer. a` The fifth paragraph is supplemented with the following new paragraph: If employing labor in a class not listed in the contract provisions on federally funded projects,the Contractor shall request a determination of the correct wage and benefits for that class and locality from the U. S. Secretary of Labor through the project engineer's office. Generally, the contractor initiates the request by preparing standard form 1444 and submitting it to the project engineers'office for further action. 1-07.10 Worker's Benefits aw The fourth paragraph is revised to read: The Public Works Contract Division of the Washington State Department of Labor and Industries will provide the Contractor with applicable industrial insurance and medical aid classification and premium rates. After receipt of Revenue Release from the Washington State Department of Revenue, the contracting agency will verify through the Department of Labor and Industries that the Contractor is current with respect to the payments of industrial insurance and medical aid premiums. 1-07.15 Temporary Water Pollution/Erosion Control The first paragraph is revised to read: In an effort to prevent, control, and stop water pollution and erosion within the project, thereby ■• protecting the work, nearby land, streams, and other bodies of water, the Contractor shall perform all work in strict accordance with all Federal, State, and local laws and regulations governing waters of the State, as well as permits acquired for the project. .r. SECTION 1-08,PROSECUTION AND PROGRESS December 4,2006 r 1-08.1 Subcontracting The eighth paragraph (beginning with - On all projects funded with both Contracting Agency funds ow and Federal assistance ...) is supplemented with the following: The Contractor has the option of submitting actual MBE/WBE or DBE payment data, on Federally assisted, Federally assisted and Contracting agency funded, and Contracting Agency ow funded only contracts to the contracting agency on a monthly basis using the Contract Monitoring and Tracking System (CMATS) through the BizWeb application located at http://www.omwbe.wa.g_ovibizwebatwashington. Use of CMATS will become a requirement for %W all contractors effective January 7, 2008. 1-08.3 Progress Schedule wr Section 1-08.3 and all subsections are deleted in their entirety and replaced with the following: 1-08.3 Progress Schedule 1-08.3(1) General Requirements The Contractor shall submit Type A or Type B Progress Schedules and Schedule Updates to the Engineer for approval. Schedules shall show work that complies with all time and order a„ of work requirements in the contract. Scheduling terms and practices shall conform to the standards established in Construction Planning and Scheduling, Second Edition, published wr No WSDOT Amendments 3 by the Associated General Contractors of America. Except for Weekly Look-Ahead Schedules, all schedules shall meet these General Requirements, and provide the following information: 1. Include all activities necessary to physically complete the project. 2. Show the planned order of work activities in a logical sequence. 3. Show durations of work activities in working days as defined in Section 1-08.5. 4. Show activities in durations that are reasonable for the intended work. 5. Define activity durations in sufficient detail to evaluate the progress of individual activities on a daily basis. 6. Show the physical completion of all work within the authorized contract time. The Contracting Agency allocates its resources to a contract based on the total time allowed in the contract. The Contracting Agency may accept a Progress Schedule indicating an early physical completion date but cannot guarantee the Contracting Agency's resources will be available to meet an accelerated schedule. No additional compensation will be allowed if the Contractor is not able to meet their accelerated schedule due to the unavailability of Contracting Agency's resources or for other reasons beyond the Contracting Agency's control. If the Engineer determines that the Progress Schedule or any necessary Schedule Update does not provide the required information, then the schedule will be returned to the Contractor for correction and resubmittal. w The Engineer's approval of any schedule shall not transfer any of the Contractor's responsibilities to the Contracting Agency. The Contractor alone shall remain responsible for adjusting forces, equipment, and work schedules to ensure completion of the work +, within the time(s) specified in the contract. 1-08.3(2) Progress Schedule Types Type A Progress Schedules are required on all projects that do not contain the bid item for Type B Progress Schedule. Type B Progress Schedules are required on all projects that contain the bid item for Type B Progress Schedule. Weekly Look-Ahead Schedules and Schedule Updates are required on all projects. 1-08.3(2)A Type A Progress Schedule The Contractor shall submit five copies of a Type A Progress Schedule no later than 10 days after the date the contract is executed, or some other mutually agreed upon submittal time. The schedule may be a critical path method(CPM) schedule,bar.chart, or other standard schedule format. Regardless of which format used, the schedule shall identify the critical path. The Engineer will evaluate the Type A Progress Schedule and approve or return the schedule for corrections within 15 calendar days of receiving the submittal. 1-08.3(2)B Type B Progress Schedule The Contractor shall submit a preliminary Type B Progress Schedule no later than five calendar days after the date the contract is executed. The preliminary Type B Progress WSDOT Amendments 4 ' Schedule shall comply with all of these requirements and the requirements of Section 1-08.3(1), except that it may be limited to only those activities occurring within the first 60 working days of the project. The Contractor shall submit five copies of a Type B Progress Schedule no later than 30 calendar days after the date the contract is executed. The schedule shall be a critical path method (CPM) schedule developed by the Precedence Diagramming Method (PDM). Restraints may be utilized, but may not serve to change the logic of the network or the critical path. The schedule shall display at least the following �.. information: Contract Number and Title Construction Start Date Critical Path Activity Description Milestone Description Activity Duration Predecessor Activities Successor Activities "W Early Start(ES)and Early Finish(EF) for each activity Late Start(LS)and Late Finish(LF) for each activity Total Float(TF)and Free Float(FF) for each activity Physical Completion Date Data Date ... The Engineer will evaluate the Type B Progress Schedule and approve or return the schedule for corrections within 15 calendar days of receiving the submittal. 1-08.3(2)C Vacant 1-08.3(2)D Weekly Look-Ahead Schedule Each week that work will be performed, the Contractor shall submit a Weekly Look- Ahead Schedule showing the Contractor's and all subcontractors' proposed work activities for the next two weeks. The Weekly Look-Ahead Schedule shall include the description, duration and sequence of work, along with the planned hours of work. This schedule may be a network schedule,bar chart, or other standard schedule format. The Weekly Look-Ahead Schedule shall be submitted to the Engineer by the midpoint of the week preceding the scheduled work or some other mutually agreed upon submittal time. 1-08.3(3) Schedule Updates .W The Engineer may request a Schedule Update when any of the following events occur: 1. The project has experienced a change that affects the critical path. rr 2. The sequence of work is changed from that in the approved schedule. No 3. The project is significantly delayed. 4. Upon receiving an extension of contract time. aw w or WSDOT Amendments 5 The Contractor shall submit five copies of a Type A or Type B Schedule Update within 15 calendar days of receiving a written request, or when an update is required by any other provision of the contract. A"significant" delay in time is defined as 10 working days or 10 percent of the original contract time, whichever is greater. In addition to the other requirements of this Section, Schedule Updates shall reflect the following information: 1. The actual duration and sequence of as-constructed work activities, including changed work. ► 2. Approved time extensions. 3. Any construction delays or other conditions that affect the progress of the work. 4. Any modifications to the as-planned sequence or duration of remaining activities. 5. The physical completion of all remaining work in the remaining contract time. Unresolved requests for time extensions shall be reflected in the Schedule Update by assuming no time extension will be granted, and by showing the effects to follow-on activities necessary to physically complete the project within the currently authorized time for completion. 1-08.3(4) Measurement No specific unit of measurement shall apply to the lump sum item for Type B Progress Schedule. 1-08.3(5) Payment w� Payment will be made in accordance with Section 1-04.1, for the following bid item when it is included in the proposal: "Type B Progress Schedule", lump sum. The Lump Sum price shall be full pay for all costs for furnishing the Type B Progress Schedule and preliminary Type B Progress Schedule. Payment of 80 percent of the lump sum price will be made upon approval of the Progress Schedule. Payment will be increased to 100 percent of the lump sum price upon completion of 80 percent of the original total contract award amount. All costs for providing Type A Progress Schedules and Weekly Look-Ahead Schedules are considered incidental to other items of work in the contract. No payment will be made for Schedule Updates that are required due to the Contractors operations. Schedule Updates required by events that are attributed to the actions of the Contracting Agency will be paid for in accordance with Section 1-09.4. 1-08.4 Prosecution of Work to The first sentence is revised to read: 40 WSDOT Amendments 6 46 fm The Contractor shall begin work within 21 calendar days from the date of execution of the contract by the Contracting Agency,unless otherwise approved in writing. 1-08.5 Time for Completion This section is revised to read: The Contractor shall complete all physical contract work within the number of"working days" stated in the Contract Provisions or as extended by the Engineer in accordance with Section I- 08.8. Every day will be counted as a "working day" unless it is a nonworking day or an Engineer determined unworkable day. A nonworking day is defined as a Saturday, a Sunday, a whole or half day on which the contract specifically prohibits work on the critical path of the aw Contractor's approved progress schedule, or one of these holidays: January 1, the third Monday of January, the third Monday of February, Memorial Day, July 4, Labor Day, November 11, Thanksgiving Day, the day after Thanksgiving, and Christmas Day. When any of these holidays No fall on a Sunday, the following Monday shall be counted a nonworking day. When the holiday falls on a Saturday, the preceding Friday shall be counted a nonworking day. The days between December 25 and January 1 will be classified as nonworking days. "` An unworkable day is defined as a half or whole day the Engineer declares to be unworkable because of weather or conditions caused by the weather that prevents satisfactory and timely performance of the work shown on the critical path of the Contractor's approved progress M' schedule. Other conditions beyond the control of the Contractor may qualify for an extension of time in accordance with Section 1-08.8. Contract time shall begin on the first working day following the 21 st calendar day after the date the Contracting Agency executes the contract. If the Contractor starts work on the project at an earlier date, then contract time shall begin on the first working day when onsite work begins. The contract provisions may specify another starting date for contract time, in which case, time will begin on the starting date specified. Each working day shall be charged to the contract as it occurs, until the contract work is physically complete. If substantial completion has been granted and all the authorized working days have been used, charging of working days will cease. Each week the Engineer will provide the Contractor a statement that shows the number of working days: (1) charged to the contract "`� the week before; (2) specified for the physical completion of the contract; and (3) remaining for the physical completion of the contract. The statement will also show the nonworking days and any half or whole day the Engineer declares as unworkable. Within 10 calendar days after the aw date of each statement, the Contractor shall file a written protest of any alleged discrepancies in it. To be considered by the Engineer, the protest shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of time disputed. By not filing such detailed protest in that period,the Contractor shall be deemed as having accepted the statement as correct. The Engineer will give the Contractor written notice of the physical completion date for all work or the contract requires. That date shall constitute the physical completion date of the contract, but shall not imply the Secretary's acceptance of the work or the contract. 4W The Engineer will give the Contractor written notice of the completion date of the contract after all the Contractor's obligations under the contract have been performed by the Contractor. The following events must occur before the Completion Date can be established: ow 1. The physical work on the project must be complete; and .rr WSDOT Amendments 7 2. The Contractor must furnish all documentation required by the contract and required by law, to allow the Contracting Agency to process final acceptance of the contract. The following documents must be received by the Project Engineer prior to establishing a completion date: a. Certified Payrolls(Federal-aid Projects) b. Material Acceptance Certification Documents C. Annual Report of Amounts Paid as MBE/WBE Participants or Quarterly Report of Amounts Credited as DBE Participation, as required by the Contract Provisions. d. FHWA 47(Federal-aid Projects) e. Final Contract Voucher Certification rr 1-08.8 Extensions of Time Section 1-08.8 is revised to read: The Contractor shall submit any requests for time extensions to the Engineer in writing no later than 10 working days after the delay occurs. The requests for time extension shall be limited to go the affect on the critical path of the Contractor's approved schedule attributable to the change or event giving rise to the request. To be considered by the Engineer, the request shall be in sufficient detail (as determined by the Engineer) to enable the Engineer to ascertain the basis and amount of the time requested. The request shall include an updated schedule that supports the request and demonstrates that the change or event: (1)had a specific impact on the critical path, and except in cases of concurrent delay, was the sole cause of such impact, and (2) could not have been avoided by resequencing of the work or by using other reasonable alternatives. If a request combined with previous extension requests, equals 20 percent or more of the original contract time then the Contractor's No letter of request must bear consent of Surety. In evaluating any request, the Engineer will consider how well the Contractor used the time from contract execution up to the point of the delay and the effect the delay has on any completion times included in the special provisions. „o The Engineer will evaluate and respond within 15 calendar days of receiving the request. The authorized time for physical completion will be extended for a period equal to the time the Engineer determines the work was delayed because of 1. Adverse weather causing the time requested to be unworkable, provided that the Engineer had not already declared the time to be unworkable and the Contractor has filed a written protest according to Section 1-08.5. 2. Any action,neglect, or default of the Contracting Agency, its officers, or employees, or of any other contractor employed by the Contracting Agency. 3. Fire or other casualty for which the Contractor is not responsible. so 4. Strikes. to 5. Any other conditions for which these Specifications permit time extensions such as: a. In Section 1-04.4 if a change increases the time to do any of the work No including unchanged work. go WSDOT Amendments 8 to b. In Section 1-04.5 if increased time is part of a protest that is found to be a valid protest. trr c. In Section 1-04.7 if a changed condition is determined to exist that caused a delay in completing the contract. d. In Section 1-05.3 if the Contracting Agency does not approve properly prepared and acceptable drawings within 30 calendar days. +rr e. In Section 1-07.13 if the performance of the work is delayed as a result of damage by others. f. In Section 1-07.17 if the removal or the relocation of any utility by forces other than the Contractor caused a delay. w g. In Section 1-07.24 if a delay results from all the right of way necessary for the construction not being purchased and the special provisions does not aw make specific provisions regarding unpurchased right of way. h. In Section 1-08.6 if the performance of the work is suspended, delayed, or interrupted for an unreasonable period of time that proves to be the "" responsibility of the Contracting Agency. i. In Section 1-09.11 if a dispute or claim also involves a delay in completing the contract and the dispute or claim proves to be valid. j. In Section 1-09.6 for work performed on a force account basis. 6. If the actual quantity of work performed for a bid item was more than the original plan quantity and increased the duration of a critical activity. Extensions of time will be limited to only that quantity exceeding the original plan quantity. 7. Exceptional causes not specifically identified in items 1 through 6, provided the request letter proves the Contractor had no control over the cause of the delay and «r. could have done nothing to avoid or shorten it. Working days added to the contract by time extensions, when time has overran, shall only apply "' to days on which liquidated damages or direct engineering have been charged, such as the following: If substantial completion has been granted prior to all of the authorized working days being used,then the number of days in the time extension will eliminate an equal number of days on which direct engineering charges have accrued. If the substantial completion date is Ow established after all of the authorized working days have been used, then the number of days in the time extension will eliminate an equal number of days on which liquidated damages or direct engineering charges have accrued. wr The Engineer will not allow a time extension for any cause listed above if it resulted from the Contractor's default, collusion, action or inaction, or failure to comply with the contract. The Contracting Agency considers the time specified in the special provisions as sufficient to do Ow all the work. For this reason, the Contracting Agency will not grant a time extension for: %W +err WSDOT Amendments 9 • Failure to obtain all materials and workers unless the failure was the result of exceptional causes as provided above in subsection 7; • Changes, protests, increased quantities, or changed conditions (Section 1-04) that do not delay the completion of the contract or prove to be an invalid or inappropriate time extension request; • Delays caused by nonapproval of drawings or plans as provided in Section 1-05.3; • Rejection of faulty or inappropriate equipment as provided in Section 1-05.9; • Correction of thickness deficiency as provided in Section 5-05.5(1)B. The Engineer will determine whether the time extension should be granted, the reasons for the extension, and the duration of the extension, if any. Such determination will be final as provided in Section 1-05.1. SECTION 1-09,MEASUREMENT AND PAYMENT December 4,2006 of 1-09.6 Force Account The last paragraph under "3. For Equipment"is revised to read: Copies of the AGC/WSDOT Equipment Rental Agreement will be maintained on the Contracting Agency's web site at www.wsdot.wa.gov. 1-09.9(1) Retainage The fourth paragraph is revised to read: Release of the retainage will be made 60 days following the Completion Date (pursuant to RCW 39.12, and RCW 60.28)provided the following conditions are met: • 1. On contracts totaling more than $20,000, a release has been obtained from the Washington State Department of Revenue. 2. Affidavits of Wages Paid for the Contractor and all Subcontractors are on file with the Contracting Agency(RCW 39.12.040). 3. A certificate of Payment of Contributions Penalties and Interest on Public Works Contract is received from the Washington State Employment Security Department. 4. Washington State Department of Labor and Industries (per section 1-07.10) shows the Contractor is current with payments of industrial insurance and medical aid premiums. 5. All claims, as provided by law, filed against the retainage have been resolved. In the event claims are filed and provided the conditions of 1, 2, 3 and 4 are met, the Contractor will be paid such retained percentage less an amount sufficient to pay any such claims together with a sum determined by the Contracting Agency sufficient to pay the cost of foreclosing on claims and to cover attorney's fees. WSDOT Amendments 10 No SECTION 2-03,ROADWAY EXCAVATION AND EMBANKMENT August 7,2006 go 2-03.3(2) Rock Cuts This section is revised to read: 4W 1. Preserving Rock Below Subgrade. The Contractor shall take care not to break down, loosen, or damage the rock under the subgrade line, except as provided by Section 2- 03.3(3). Normally cuts will be made from the top, lift by lift, to protect the rock bench that +• will remain. The Contractor shall be responsible for methods used and for any damage caused to the roadbed,regardless of any previous approvals by the Engineer. 4, 2. Scaling and Dressing. To leave rock cuts in a safe, stable condition, the Contractor shall scale and dress them, removing all loose fragments and rocks not firmly fastened to the rock slope. The Contractor shall also remove any overhanging rock the Engineer sees as a r. hazard to roadway users. If the Engineer requires it, the Contractor shall remove loose fragments and rocks lying outside the slope stakes. Payment for such extra work shall be by force account as provided "`�` in Section 1-09.6. The Contracting Agency will pay for loading and hauling these materials at the unit contract prices that apply or as provided in Section 1-04.4. low 3. Drilling and Blasting. Not less than two weeks prior to commencing drilling and blasting operations or at any time the Contractor proposes to change the drilling and blasting methods, the Contractor shall submit a blasting plan to the Engineer for review. The blasting plan shall contain the full details of the drilling and blasting patterns and controls the Contractor proposes to use for both the controlled and production blasting. The blasting plan submittal is required for all blasting operations and shall contain the following minimum information: a) Station limits of proposed shot. b) Plan and section views of proposed drill pattern including free face, burden, blast hole spacing,blast hole diameter,blast hole angles,lift height, and subdrill depth. aw c) Loading diagram showing type and amount of explosives, primers, initiators, and location and depth of stemming. vim d) Initiation sequence of blast holes including delay times and delay system. e) Manufacturer's data sheets for all explosives, primers, and initiators to be employed. Review of the blasting plan by the Engineer shall not relieve the Contractor of the ++ responsibility for the accuracy and adequacy of the plan when implemented in the field. When blasting to establish slopes '/2 to 1 or steeper, and more than 10 feet high, the wr Contractor shall use controlled blasting. The Engineer may require the Contractor to use controlled blasting to form the faces of other slopes, even if the slopes could be formed by nonblasting methods. w. Ow WSDOT Amendments 11 Controlled blasting refers to the controlled use of explosives and blasting accessories in carefully spaced and aligned drill holes to provide a free surface or shear plane in the rock along the specified backslope. Controlled blasting techniques covered by this specification include presplitting and cushion blasting. In addition to the blasting plan submittal, when using controlled blasting the Contractor shall: a) Prior to commencing full-scale blasting operations, the Contractor shall demonstrate the adequacy of the proposed blast plan by drilling, blasting, and excavating short test sections, up to 100 feet in length, to determine which combination of method, hole spacing, and charge works best. When field conditions warrant, the Contractor may be ordered to use test section lengths less ' than 100 feet. Unless otherwise approved by the Engineer, the Contractor shall begin the tests with the controlled blast holes spaced 30-inches apart, then adjust if needed, until the Engineer approves the spacing to be used for full-scale blasting operations. ■r b) The Contractor shall completely remove all overburden soil and loose or decomposed rock along the top of the excavation for a distance of at least 30 feet beyond the end of the production hole drilling limits, or to the end of the cut, before drilling the presplitting holes. c) The controlled blast holes shall be not less than 21/2 inches nor more than 3 inches in diameter. ib d) The Contractor shall control drilling operations by the use of the proper equipment and technique to ensure that no hole shall deviate from the plane of the planned slope by more than 9 inches either parallel or normal to the slope. Drill holes exceeding these limits shall not be paid for unless satisfactory slopes are being obtained. e) Controlled blast holes shall extend a minimum of 30 feet beyond the limits of the production holes to be detonated, or to the end of the cut as applicable. f) The length of controlled blast holes for any individual lift shall not exceed 20 feet unless the Contractor can demonstrate to the Engineer the ability to stay within the above tolerances and produce a uniform slope. If greater than 5 percent of the presplit holes are misaligned in any one lift, the Contractor shall reduce the height of the lifts until the 9-inch alignment tolerance is met. Upon satisfactory demonstration, the length of holes may be increased to a maximum of 60 feet with written approval of the Engineer. g) When the cut height requires more than one lift, a maximum 2-foot offset between lifts will be permitted to allow for drill equipment clearances.- The Contractor shall begin the control blast hole drilling at a point that will allow for necessary offsets and shall adjust, at the start of lower lifts,to compensate for any so drift that may have occurred in the upper lifts. h) Before placing charges, the Contractor shall determine that the hole is free of obstructions for its entire depth. All necessary precautions shall be exercised so nr WSDOT Amendments 12 that the placing of the charges will not cause caving of material from the walls of the holes. i) The maximum diameter of explosives used in presplit holes shall not be greater than 1/2 the diameter of the presplit hole. ++ j) Only standard explosives manufactured especially for controlled blasting shall be used in controlled blast holes, unless otherwise approved by the Engineer. Bulk ammonium nitrate and fuel oil (ANFO) shall not be allowed to be loaded in the presplit holes. k) If fractional portions of standard explosive cartridges are used, they shall be firmly affixed to the detonating cord in a manner that the cartridges will not slip down the detonating cord nor bridge across the hole. Spacing of fractional cartridges along the length of the detonating cord shall not exceed 30 inches center to center and shall be adjusted to give the desired results. 1) Continuous column cartridge type of explosives used with detonating cord shall be assembled and affixed to the detonating cord in accordance with the explosive M. manufacturer's instructions, a copy of which shall be furnished to the Engineer. m) The bottom charge of a presplit hole may be larger than the line charges but shall r not be large enough to cause overbreak. The top charge of the presplitting hole shall be placed far enough below the collar, and reduced sufficiently, to avoid overbreaking and heaving. n) The upper portion of all presplit holes, from the top most charge to the hole collar, shall be stemmed. Stemming materials shall be sand or other dry angular material, all of which passes a 3/8-inch sieve. o) If presplitting is specified, the detonation of these holes shall be fired first. r p) If cushion blasting is specified, the detonation of these holes shall be fired last on an instantaneous delay after all other blasting has taken place in the excavation. q) Production blast holes shall not be drilled closer than 6 feet to the controlled blast line, unless approved by the Engineer. The bottom of the production holes shall not be lower than the bottom of the controlled blast holes. Production holes shall not exceed 6 inches in diameter, unless approved by the Engineer. Detonation of production holes shall be on a delay sequence toward a free face. .. r) The use of horizontal blast holes for either production or controlled blasting is prohibited. SECTION 2-09,STRUCTURE EXCAVATION January 3,2006 2-09.3(1)E Backfilling Item 1 of the first paragraph under Compaction is revised to read: 1. Backfill supporting roadbed, roadway embankments, or structures, including backfill providing lateral support for noise barrier wall foundations, luminaire poles, traffic signal wr WSDOT Amendments 13 standards, and roadside and overhead sign structure foundations — placed in horizontal layers no more than 6 inches thick with each layer compacted to 95 percent of the maximum density determined by the Compaction Control Test, Section 2-03.3(14)D. SECTION 2-12 CONSTRUCTION GEOTEXTILE August 7,2006 The section title is revised to read: CONSTRUCTION GEOSYNTHETIC 2-12 CONSTRUCTION GEOTEXTILE This heading is revised to read: 2-12 CONSTRUCTION GEOSYNTHETIC 2-12.1 Description The word geotextile is revised to geosynthetic. 2-12.2 Materials In the first and second paragraphs geotextile is revised to geosynthetic. 16 2-12.3 Construction Requirements In the first, second,and third paragraphs geotextile is revised to geosynthetic. l SECTION 3-01,PRODUCTION FROM QUARRY AND PIT SITES August 7, 2006 3-01.4(1) Acquisition and Development The first paragraph is revised to read: If, under the terms of the Contract, the Contractor is required to provide a source of materials, or if the Contractor elects to use materials from sources other than those provided by the Contracting Agency, the Contractor shall, at no expense to the Contracting Agency, make all necessary arrangements for obtaining the material and shall ensure the quantity of suitable material is available. Preliminary samples shall be taken by or in the presence of the Engineer or a designated representative unless the Engineer permits otherwise. Approval of the source does not relieve the Contractor from meeting these specification requirements, nor does it guarantee that the material will meet these requirements without additional or proper processing. The Engineer may require additional preliminary samples at any time. SECTION 5-01,CEMENT CONCRETE PAVEMENT REHABILITATION December 4,2006 ■r 5-01.3(2)B Portland Cement Concrete The third paragraph beginning with"Acceptance testing" is supplemented with the following: The Contractor shall provide cure boxes in accordance with Section 6-02.3(5)H, and protect concrete cylinders in cure boxes from excessive vibration and shock waves during the curing period in accordance with Section 6-02.3(6)D. Payment for cure boxes shall be in accordance with Section 6-02.5. WSDOT Amendments 14 5-01.3(4) Replace Portland Cement Concrete Panel The third paragraph is revised to read: When new concrete pavement is to be placed against existing cement concrete pavement, epoxy coated tie bars and epoxy coated dowel bars shall be drilled and grouted into the existing pavement with either Type I or N epoxy resin as specified in Section 9-26. Tie bars are not required for panel replacement less than a full panel. AM 5-01.3(6) Dowel Bar Retrofit The fourth and fifth sentences in the second paragraph are revised to read: When gang saws are used, slots that are not used shall be cleaned and sealed with either Type I or IV epoxy resin as specified in Section 9-26. The sixth paragraph is revised to read: All slot surfaces shall be cleaned to bare concrete by sand blasting. The cleaning shall remove all slurry, parting compound, and other foreign materials prior to installation of the dowel. Any damage to the concrete shall be repaired by the Contractor at no cost to the Contracting Agency. Traffic shall not be allowed on slots where concrete has been removed. .. 5-01.3(10) Pavement Smoothness This section is revised to read: ,.. Perform the work described in Section 5-05.3(12), and the following: Where the pavement is ground, calculation of the profile index shall exclude dips and depressions in the existing roadway. The profilograph generated reports shall be provided to the Engineer prior to payment. rr 5-01.5 Payment This section is revised to read: In the 15th paragraph for Sealing Transverse and Longitudinal Joints, delete "Cement Concrete "` Pavement Grinding",per square yard. At the top of the 16th paragraph add"Cement Concrete Pavement Grinding", per square yard. The second sentence in the 16th paragraph is revised to read: �• The costs of any additional pavement grinding and profiling required to complete the work as specified is also included in this payment. .. The 18th paragraph for Replace Uncompactable Material is supplemented with the following: All costs associated with the containment, collection and disposal of concrete slurry and grinding residue shall be included in the applicable concrete grinding or cutting items of work. WSDOT Amendments 15 SECTION 5-05,CEMENT CONCRETE PAVEMENT December 4,2006 5-05.3(4)A Acceptance of Portland Cement Concrete Pavement The ninth paragraph beginning with "Acceptance testing for compliance" is supplemented with the following: 1W The Contractor shall provide cure boxes in accordance with Section 6-02.3(5)H, and protect concrete cylinders in cure boxes from excessive vibration and shock waves during the curing period in accordance with Section 6-02.3(6)D. Payment for cure boxes shall be in accordance 16 with Section 6-02.5. 5-05.3(7) Placing,Spreading,and Compacting Concrete The second paragraph is revised to read: The average density of the cores shall be at least 97 percent of the approved mix design density or the actual concrete density when determined by the Contractor using AASHTO T 121 with no cores having a density of less than 96 percent. 5-05.3(10) Tie Bars and Dowel Bars as The second sentence in the seventh paragraph is revised to read: Theepoxy-bonding a shall be either Type I or N ent g yp epoxy resin as specified in Section 9-26. 5-05.3(12) Surface Smoothness The first sentence in the first paragraph is revised to read: The pavement smoothness will be checked with equipment furnished and operated by the Contractor,under supervision of the Engineer, within 48 hours following placement of concrete. SECTION 6-02,CONCRETE STRUCTURES December 4,2006 6-02.3(2) Proportioning Materials The third paragraph is revised to read: The use of fly ash is required for Class 4000D and 4000P concrete, except that ground granulated blast furnace slag may be substituted for fly ash at a 1:1 ratio. The use of fly ash and ground granulated blast furnace slag is optional for all other classes of concrete. 6-02.3(2)A Contractor Mix Design The first paragraph is revised to read: 16 The Contractor shall provide a mix design in writing to the Engineer for all classes of concrete specified in the Plans except for those accepted based on a Certificate of Compliance. No 4 concrete shall be placed until the Engineer has reviewed the mix design.The required average 28 day compressive strength shall be selected per ACI 318, Chapter 5, Section 5.3.2.ACI 211.1 and ACI 318 shall be used to determine proportions.The proposed mix for Class 4000P shall provide ,pit a minimum fly ash or ground granulated blast furnace slag content per cubic yard of 100 pounds, and a minimum cement content per cubic yard of 600 pounds. The proposed mix for Class 4000D shall provide a minimum fly ash or ground granulated blast furnace slag content per cubic yard of 75 pounds, and a minimum cement content per cubic yard of 660 pounds. All other WSDOT Amendments 16 concrete mix designs, except those for lean concrete and commercial concrete, shall have a minimum cementitious material content of 564 pounds per cubic yard of concrete. The following new sentence is inserted after the first sentence in the fourth paragraph. An alternate combined aggregate gradation conforming to Section 9-03.1(5) may also be used. r 6-02.3(4)A Qualification of Concrete Suppliers The first paragraph and the entire second paragraph (1 through 4) are deleted and replaced with the following: Batch Plant Prequalification may be obtained through one of the following methods: 1. Certification by the National Ready Mix Concrete Association (NRMCA). Information concerning NRMCA certification may be obtained from the NRMCA at 900 Spring Street, Silver Springs, MD 20910 or online at www.nrmca.org. The NRMCA certification shall be good for a two year period. When this method of certification is used the following documentation shall be submitted to the project engineer. a. A copy of the current NRMCA Certificate of Conformance, the concrete mix design(s) (WSDOT Form 350-040), along with copies of the truck list, batch plant scale certification, admixture dispensing certification, and volumetric water batching devices (including water meters)verification. ,. 2. Independent evaluation certified by a Professional Engineer using NRMCA checklist. The Professional Engineer shall be licensed under title 18 RCW, state of Washington, qualified in civil engineering. The independent certification using the NRMCA checklist shall be good for a two year period. When this method of certification is used the following documentation shall be submitted to the engineer. a. A copy of the Professional Engineer's stamped and sealed NRMCA Verification of Inspection and Application for Certificate page from the NRMCA checklist, the concrete mix design(s) (WSDOT Form 350-040), along with copies of the truck list, batch plant scale certification, admixture dispensing certification, and volumetric water batching devices (including water meters)verification. 3. Inspection conducted by the Plant Manager, defined as the person directly responsible for the daily plant operation, using the NRMCA Plant Certification checklist. The Plant Manager certification shall be done prior to the start of a project, and every six +a months throughout the life of the project,and meet the following requirements: a. The Agreement to Regularly Check Scales and Volumetric Batching Dispensers page in the NRMCA Plant Certification checklist shall be signed by the Plant Manager and notarized. b. The signed and notarized Agreement to Regularly Check Scales and Volumetric Batching Dispensers page and a copy of the NRMCA Plant Certification checklist cover page showing the plant designation, address and Company operating plant shall all be submitted to the Project Engineer with the concrete mix design (WSDOT Form 350-040), along with copies of the Ir WSDOT Amendments 17 truck list, batch plant scale certification, admixture dispensing certification, and volumetric water hatching devices (including water meters)verification. C. The NRMCA Plant Certification checklists shall be maintained by the Plant Manager and are subject to review at any time by the Contracting Agency. e. Volumetric water batching devices (including water meters) shall be verified every 90 days. 6-02.3(5)C Conformance to Mix Design ri Item 2 under the first paragraph is revised to read: 2. Fly ash and ground granulated blast furnace slag weight plus or minus 5 percent of that 91 specified in the mix design. 6-02.3(5)H Sampling and Testing for Compressive Strength This section including title is revised to read: 6-02.3(5)H Sampling and Testing for Compressive Strength and Initial Curing ' Acceptance testing for compressive strength shall be conducted at the same frequency as the acceptance tests for temperature, consistency, and air content. The Contractor shall provide, and maintain cure boxes for curing concrete cylinders. The Contractor shall also provide, maintain and operate all necessary power sources and connections needed to operate the curing box. Concrete cylinders shall be cured in a cure box in accordance with WSDOT FOP for AASHTO T 23. The cure boxes shall maintain a temperature between 60°F and 80°F for concrete with specified strengths less than 6000 psi and between 68°F and 78°F for concrete with specified strengths of 6000 psi and higher. A minimum/maximum thermometer shall be installed to measure the internal temperature of the cure box. The rr thermometer shall be readable from outside of the box and be capable of recording the high and low temperatures in a 24-hour period. The cure boxes shall create an environment that prevents moisture loss from the concrete specimens. The top shall have a working lock and the interior so shall be rustproof.A moisture-proof seal shall be provided between the lid and the box. The cure box shall be the appropriate size to accommodate the number of concrete acceptance cylinders necessary or the Contractor shall provide additional cure boxes. Once concrete cylinders are placed in the cure box, the cure box shall not be moved until the cylinders have been cured in accordance with these specifications. When concrete is placed at more than one location simultaneously,multiple cure boxes shall be provided. The Contractor shall protect concrete cylinders in cure boxes from excessive vibration and shock waves during the curing period in accordance with Section 6-02.3(6)D. 6-02.3(6)D Protection Against Vibration The last sentence in the second paragraph is revised to read: See the Shaft Special Provision, and Section 6-16 respectively for shaft installation, and soldier pile shaft installation operations. - The first sentence in number 3 under Prescriptive Safe Distance Method is revised to read: (3) Equipment Class H (High Vibration) shall include pile drivers, machine operated impact tools,pavement breakers, and other large pieces of equipment. WSDOT Amendments 18 NMI 6-02.3(11) Curing Concrete The second paragraph is supplemented with the following: aw Runoff water shall be collected and disposed of in accordance with all applicable regulations. In no case shall runoff water be allowed to enter any lakes, streams, or other surface waters. rw 6-02.3(16) Plans for Falsework and Formwork The address for FEDEX delivery following the fourth paragraph is revised to read: w Washington State Department of Transportation Bridge and Structures Engineer 00 7345 Linderson Way SW Tumwater,WA 98501-6504 6-02.3(16)A Nonpreapproved Falsework and Formwork Plans " The address for FEDEX delivery following the first paragraph is revised to read: Washington State Department of Transportation "` Bridge and Structures Engineer 7345 Linderson Way SW Tumwater,WA 98501-6504 4.r 6-02.3(16)B Preapproved Formwork Plans The address for FEDEX delivery following the second paragraph is revised to read: ,m Washington State Department of Transportation Bridge and Structures Engineer ,w, 7345 Linderson Way SW Tumwater,WA 98501-6504 10 6-02.3(24)C Placing and Fastening The 14th paragraph is revised to read: Clearances shall be at least: 4-inches between: Main bars and the top of any concrete masonry exposed to the action of salt or alkaline water. 3-inches between: Main bars and the top of any concrete deposited against earth without intervening forms. 2`/2-inches between: Adjacent bars in a layer. Roadway slab bars and the top of the roadway slab. ye 2-inches between: Adjacent layers. Main bars and the surface of concrete exposed to earth or weather (except in roadway slabs). Reinforcing bars and the faces of forms for exposed aggregate finish. 11/2-inches between: Main bars and the surface of concrete not exposed to earth or weather. Slab bars and the top of the slab (except roadway WSDOT Amendments 19 slabs). Barrier and curb bars and the surface of the concrete. Stirrups and ties and the surface of the concrete exposed to earth or weather. 1-inch between: Slab bars and the bottom of the slab. Stirrups and ties and the surface of the concrete not exposed to earth or weather. 6-02.3(26)A Shop Drawings The address for FEDEX delivery under Item 1 in the first paragraph is revised to read: Washington State Department of Transportation Bridge and Structures Engineer 7345 Linderson Way SW Tumwater, WA 98501-6504 6-02.3(28)A Shop Drawings The first paragraph is revised to read: Before casting the structural elements, the Contractor shall submit: 1. Seven sets of shop drawings for approval by the Department of Transportation Bridge and Structures Engineer, Construction Support, addressed as follows: US Postal Service P. O.Box 47340 Olympia,WA 98504-7340 FedEx 7345 Linderson Way SW Tumwater,WA 98501-6504; and 2. Two sets of shop drawings to the Project Engineer. 6-02.4 Measurement This section is supplemented with the following: No specific unit of measure will apply to the lump sum item for cure box. 6-02.5 Payment This section is supplemented with the following: "Cure Box", lump sum. The lump sum contract price for "Cure Box" shall be full pay for all costs for providing, operating, maintaining, moving and removing the cure boxes and providing, maintaining and operating all necessary power sources and connections needed to operate the curing boxes. SECTION 6-03, STEEL STRUCTURES December 4,2006 6-03.3(7) Shop Plans The first two sentences in the first paragraph are revised to read: WSDOT Amendments 20 ow The Contractor shall submit for approval all shop detail plans for fabricating the steel. These shall be sent to the Department of Transportation Bridge and Structures Engineer, Construction Support, addressed as follows: to US Postal Service P. O. Box 47340 so Olympia,WA 98504-7340 FedEx so 7345 Linderson Way SW Tumwater,WA 98501-6504 tw 6-03.3(21)A Web Plates This section is revised to read: If web plates are spliced, gaps between plate ends shall be set at shop assembly to measure 1/4- Im inch, and shall not exceed 3/8-inch. 6-03.3(33) Bolted Connections The first sentence in the second paragraph is revised to read: All bolted connections are slip critical. wr SECTION 6-05,PILING August 7,2006 6-05.3(11)H Pile Driving From or Near Adjacent Structures The second paragraph is revised to read: w Freshly placed concrete in the vicinity of the pile driving operation shall be protected against vibration in accordance with Section 6-02.3(6)D. so The third paragraph is deleted. 6-05.5 Payment The paragraph following"Furnishing St. Piling",per linear foot is revised to read: The unit contract price per linear foot for"Furnishing (type) Piling (--)" shall be full pay for w furnishing the piling specified, including fabricating and installing the steel reinforcing bar cage, and casting and curing the concrete, as required for concrete piling. Such price shall also be full pay, when measurement includes, for piling length ordered but not driven. SECTION 6-07,PAINTING August 7,2006 6-07.2 Materials The first sentence in the second paragraph is revised to read: Material used for field abrasive blasting shall meet Military Specification MIL-A-22262B(SH) as listed on QPL-22262-28 as maintained by the Department of the Navy. err +rr WSDOT Amendments 21 6-07.3(2)A Bridge Cleaning In the third paragraph under Pressure Flushing, the US Sieve size for Apparent opening size(ASTM D4751) is revised to read: #100 US Sieve SECTION 6-09,MODIFIED CONCRETE OVERLAYS December 4,2006 6-09.3(6)C Placing Deck Repair Concrete This section is revised to read: Deck repair concrete for modified concrete overlays shall be either modified concrete or concrete Class M. Before placing any deck repair concrete, the Contractor shall flush the existing concrete in the repair area with water and make sure that the existing concrete is well saturated. The Contractor shall remove any freestanding water prior to placing the deck repair concrete. The Contractor shall place the deck repair concrete onto the existing concrete while it is wet. All deck repairs with exposed bottom layer steel reinforcing bars, all full depth deck repairs, and all deck repairs of an area greater than ten square feet (measured at the top layer of steel reinforcement) shall be repaired, and wet cured for 42 hours in accordance with Section 6- 09.3(13), prior to placing the concrete overlay. During the curing period, all vehicular and foot traffic shall be prohibited on the repair area. Small deck repairs, defined as those of an area equal to or less than ten square feet (measured at the top layer of steel reinforcement), shall be filled with concrete overlay material during the placement of the concrete overlay. SECTION 6-10,CONCRETE BARRIER December 4,2006 6-10.2 Materials The fourth paragraph is revised to read: Connecting pins, drift pins and steel pins for type 3 anchors shall conform to Section 9-06.5(4) and be galvanized in accordance with AASHTO M 232. All other hardware shall conform to Section 9-06.5(1) and be galvanized in accordance with AASHTO M 232. SECTION 6-11,PRECAST CONCRETE RETAINING WALL STEMS January 3,2006 This section including title is revised to read: SECTION 6-11,REINFORCED CONCRETE WALLS 6-11.1 Description is This work consists of constructing reinforced concrete retaining walls, including those shown in the Standard Plans, L walls,and counterfort walls. WSDOT Amendments 22 .w 6-11.2 Materials Materials shall meet the requirements of the following sections: "" Cement 9-01 Aggregates for Portland Cement Concrete 9-03.1 Gravel Backfill 9-03.12 j•• Premolded Joint Filler 9-04.1(2) Steel Reinforcing Bar 9-07.2 Epoxy-Coated Steel Reinforcing Bar 9-07.3 Concrete Curing Materials and Admixtures 9-23 Fly Ash 9-23.9 Water 9-25 rr Other materials required shall be as specified in the Special Provisions. 6-11.3 Construction Requirements 6-11.3(1) Submittals The Contractor shall submit all excavation shoring plans to the Engineer for approval in accordance with Section 2-09.3(3)D. The Contractor shall submit all falsework and formwork plans to the Engineer for approval in +• accordance with Sections 6-02.3(16) and 6-02.3(17). If the Contractor elects to fabricate and erect precast concrete wall stem panels, the following information shall be submitted to the Engineer for approval in accordance with Sections 6-01.9 and 6-02.3(28)A: 1. Working drawings for fabrication of the wall stem panels, showing dimensions, steel reinforcing bars,joint and joint filler details, surface finish details, lifting devices with the manufacturer's recommended safe working capacity, and material specifications. 2. Working drawings and design calculations for the erection of the wall stem panels showing dimensions, support points, support footing sizes, erection blockouts, member sizes, connections, and material specifications. 3. Design calculations for the precast wall stem panels, the connection between the precast panels and the cast-in-place footing, and all modifications to the cast-in-place footing details as shown in the Plans or Standard Plans. The Contractor shall not begin excavation and construction operations for the retaining walls r. until receiving the Engineer's approval of the above submittals. 6-11.3(2) Excavation and Foundation Preparation Excavation shall conform to Section 2-09.3(3), and to the limits and construction stages shown in the Plans. Foundation soils found to be unsuitable shall be removed and replaced in accordance with Section 2-09.3(1)C. 6-11.3(3) Precast Concrete Wall Stem Panels The Contractor may fabricate precast concrete wall stem panels for construction of Standard Plan Retaining Wall Types 1 through 6 and 1 SW through 6SW. Precast concrete wall stem panels rr may be used for construction of non-Standard Plan retaining walls if allowed by the Plans or r WSDOT Amendments 23 Special Provisions. Precast concrete wall stem panels shall conform to Section 6-02.3(28), and shall be cast with Class 4000 concrete. The precast concrete wall stem panels shall be designed in accordance with the requirements for Load Factor Design in the following codes: 1. For all loads except as otherwise noted - AASHTO Standard Specifications for Highway Bridges, latest edition and current interims. The seismic design shall use the acceleration coefficient and soil profile type as specified in the Plans. 2. For all wind loads - AASHTO Guide Specifications for Structural Design of Sound Barriers, latest edition and current interims. The precast concrete wall stem panels shall be fabricated in accordance with the dimensions and details shown in the Plans,except as modified in the shop drawings as approved by the Engineer. The precast concrete wall stem panels shall be fabricated full height, and shall be fabricated in widths of 8 feet, 16 feet, and 24 feet. The construction tolerances for the precast concrete wall stem panels shall be as follows: No Height ±1/4 inch Width ±1/4 inch Thickness ±1/4 inch -1/8 inch Concrete cover for steel reinforcing bar ±3/8 inch -1/8 inch Width of precast concrete wall stem panel joints ±1/4 inch Offset of precast concrete wall stem panels ±1/4 inch (Deviation from a straight line extending 5 feet on each side of the panel joint) The precast concrete wall stem panels shall be constructed with a mating shear key between adjacent panels. The shear key shall have beveled corners and shall be 1-1/2 inches in thickness. The width of the shear key shall be 3-1/2 inches minimum and 5-1/2 inches maximum. The shear key shall be continuous and shall be of uniform width over the entire height of the wall Iii stem. The Contractor shall provide the specified surface finish as noted, and to the limits shown, in the to Plans to the exterior concrete surfaces. Special surface finishes achieved with form liners shall conform to Sections 6-02.2 and 6-02.3(14) as supplemented in the Special Provisions. Rolled on textured finished shall not be used. Precast concrete wall stem panels shall be cast in a vertical position if the Plans call for a form liner texture on both sides of the wall stem panel. The precast concrete wall stem panel shall be rigidly held in place during placement and curing of the footing concrete. The precast concrete wall stem panels shall be placed a minimum of one inch into the footing to provide a shear key. The base of the precast concrete wall stem panel shall be sloped '/2 inch per foot to facilitate proper concrete placement. WSDOT Amendments 24 to To ensure an even flow of concrete under and against the base of the wall panel, a form shall be placed parallel to the precast concrete wall stem panel, above the footing, to allow a minimum one foot head to develop in the concrete during concrete placement. OW The steel reinforcing bars shall be shifted to clear the erection blockouts in the precast concrete wall stem panel by 1-1/2 inches minimum. All precast concrete wall stem panel joints shall be constructed with joint filler installed on the rear(backfill) side of the wall. The joint filler material shall extend from two feet below the final ground level in front of the wall to the top of the wall. The joint filler shall be a nonorganic flexible material and shall be installed to create a waterproof seal at panel joints. aw The soil bearing pressure beneath the falsework supports for the precast concrete wall stem panels shall not exceed the maximum design soil pressure shown in the Plans for the retaining wall. of 6-11.3(4) Cast-In-Place Concrete Construction Cast-in-place concrete for concrete retaining walls shall be formed, reinforced, cast, cured, and finished in accordance with Section 6-02, and the details shown in the Plans and Standard Plans. Im All cast-in-place concrete shall be Class 4000. The Contractor shall provide the specified surface finish as noted, and to the limits shown, in the aw Plans to the exterior concrete surfaces. Special surface finishes achieved with formliners shall conform to Sections 6-02.2 and 6-02.3(14)as supplemented in the Special Provisions. „„ Cast-in-place concrete for adjacent wall stem sections (between vertical expansion joints) shall be formed and placed separately, with a minimum 12 hour time period between concrete placement operations. Premolded joint filler, 1/2" thick, shall be placed full height of all vertical wall stem expansion joints in accordance with Section 6-01.14. 40 6-11.3(5) Backfill,Weepholes and Gutters Unless the Plans specify otherwise, backfill and weepholes shall be placed in accordance with Standard Plan D-4 and Section 6-02.3(22). Gravel backfill for drain shall be compacted in "" accordance with Section 2-09.3(1)E. Backfill within the zone defined as bridge approach embankment in Section 1-01.3 shall be compacted in accordance with Method C of Section 2- 03.3(14)C. All other backfill shall be compacted in accordance with Method B of Section 2- a. 03.3(14)C,unless otherwise specified. Cement concrete gutter shall be constructed as shown in the Standard Plans. VW 6-11.3(6) Traffic Barrier and Pedestrian Barrier When shown in the Plans, traffic barrier and pedestrian barrier shall be constructed in accordance with Sections 6-02.3(11)A and 6-10.3(2), and the details shown in the Plans and Standard Plans. 6-11.4 Measurement r. Concrete Class 4000 for retaining wall will be measured as specified in Section 6-02.4. Steel reinforcing bar for retaining wall and epoxy-coated steel reinforcing bar for retaining wall will be measured as specified in Section 6-02.4. AW WSDOT Amendments 25 Traffic barrier and pedestrian barrier will be measured as specified in Section 6-10.4 for cast-in- place concrete barrier. 6-11.5 Payment Payment will be made in accordance with Section 1-04.1 for each of the following bid items when they are included in the proposal: lid "Conc. Class 4000 For Retaining Wall",per cubic yard. All costs in connection with furnishing and installing weep holes and premolded joint filler shall be included in the unit contract price per cubic yard for "Cone. Class 4000 for Retaining Wall". "St.Rein£ Bar For Retaining Wall", per pound. "Epoxy-Coated St. Reinf: Bar For Retaining Wall",per pound. "Traffic Barrier",per linear foot. Mi "Pedestrian Barrier",per linear foot. The unit contract price per linear foot for"_Barrier" shall be full pay for constructing the barrier on top of the retaining wall, except that when these bid items are not included in the proposal, all costs in connection with performing the work as specified shall be included in the unit contract price per cubic yard for "Conc. Class 4000 For Retaining Wall", and the unit contract price per pound for"_Bar For Retaining Wall". SECTION 6-12,NOISE BARRIER WALLS January 3,2006 6-12.3(6) Precast Concrete Panel Fabrication and Erection Item 5 following the first paragraph of Section 6-12.3(6) is renumbered to item 6. The below new item 5 is inserted ahead of renumbered item 6: 5. Precast concrete panels shall not be erected until the foundations for the panels have attained a minimum compressive strength of 3,400 psi. SECTION 6-13,STRUCTURAL EARTH WALLS December 4,2006 6-13.3(2) Submittals The fifth paragraph is revised to read: The design calculation and working drawing submittal shall include detailed design calculations and all details, dimensions, quantities, and cross-sections necessary to construct the wall. The ilil calculations shall include a detailed explanation of any symbols, design input, material property values, and computer programs used in the design of the walls. All computer output submitted shall be accompanied by supporting hand calculations detailing the calculation process. If MSEW 3.0, or a later version, is used for the wall design, hand calculations supporting MSEW are not required. 6-13.3(6) Welded Wire Faced Structural Earth Wall Erection This section is supplemented with the following: im 16 WSDOT Amendments 26 Vi Geosynthetic reinforcing, when used, shall be placed in accordance with Sections 2-12.3 and 6- 13.3(5). ++ 6-13.3(7) Backfill Under number 4 in the fifth paragraph, the words "light mechanical tampers" are revised to "a plate compactor". r� 6-13.3(9) SEW Traffic Barrier and SEW Pedestrian Barrier This Section is revised to read: The Contractor, in conjunction with the structural earth wall manufacturer, shall design and detail the SEW traffic barrier and SEW pedestrian barrier in accordance with Section 6-13.3(2) and the above ground geometry details shown in the Plans. The barrier working drawings and supporting calculations shall include, but not be limited to,the following: 1. Complete details of barrier cross section geometry, including the portion below AW ground, and accommodations necessary for bridge approach slabs, PCCP, drainage facilities, underground utilities, and sign support, luminaire pole, traffic signal standard, and other barrier attachments. 2. Details of the steel reinforcement of the barrier, including a bar list and bending diagram in accordance with Section 6-02.3(24), and including additional reinforcement ow required at sign support, luminaire pole, traffic signal standard, and other barrier attachment locations. 3. Details of the interface of, and the interaction between, the barrier and the top layers of structural earth wall reinforcement and facing. w 4. When the Plans specify placement of conduit pipes through the barrier, details of conduit pipe and junction box placement. SEW traffic barrier and SEW pedestrian barrier shall be constructed in accordance with Sections 4W 6-02.3(11)A and 6-10.3(2), and the details in the Plans and in the structural earth wall working drawings as approved by the Engineer. Aw SECTION 6-14,GEOSYNTHETIC RETAINING WALLS December 4,2006 mo 6-14.3(2) Submittals Item 2 is revised to read: *W 2. The Contractor's proposed wall construction method, including proposed forming systems, types of equipment to be used, proposed erection sequence and details of how the backfill will be retained during each stage of construction. w 6-14.3(4) Erection and Backfill The first sentence in the eighth paragraph is revised to read: a' The Contractor shall place and compact the wall backfill in accordance with the wall construction sequence detailed in the Plans and Method C of Section 2-03.3(14)C, except as follows: w WSDOT Amendments 27 r Under number 5 in the eighth paragraph, the words "light mechanical tempers" are revised to "a plate compactor". 6-14.4 Measurement The first three paragraphs are revised to read: Permanent geosynthetic retaining wall and temporary geosynthetic retaining wall will be measured by the square foot of face of completed wall. Corner wrap area and extensions of the geosynthetic wall beyond the area of wall face shown in the Plans or staked by the Engineer are considered incidental to the wall construction and will not be included in the measurement of the square foot of face of completed geosynthetic retaining wall. Gravel borrow for geosynthetic retaining wall backfill will be measured as specified in Section 2-03.4. Shotcrete facing and concrete fascia panel will be measured by the square foot surface area of the completed facing or fascia panel, measured to the neat lines of the facing or panel as shown in the Plans. When a footing is required, the measurement of the fascia panel area will include the footing. rr 6-14.5 Payment The bid item "Borrow for Geosynthetic Wall Incl. Haul" and subsequent paragraph are revised to read: "Gravel Borrow for Geosynthetic Ret.Wall Incl.Haul",per ton or per cubic yard. All costs in connection with furnishing and placing backfill material for temporary or permanent geosynthetic retaining walls as specified shall be included in the unit contract price per ton or per cubic yard for"Gravel Borrow for Geosynthetic Ret.Wall Incl.Haul". SECTION 6-15,SOIL NAIL WALLS August 7, 2006 6-15.3(8) Soil Nail Testing and Acceptance The first sentence in the fourth paragraph is revised to read: The pressure gauge shall be graduated in increments of either 100 psi or two percent of the maximum test load,whichever is less. SECTION 6-16,SOLDIER PILE AND SOLDIER PILE TIEBACK WALLS August 7, 2006 6-16.3(5) Backfilling Shaft The first and second paragraphs are revised to read: The excavated shaft shall be backfilled with either controlled density fill (CDF), or pumpable y lean concrete, as shown in the Plans and subject to the following requirements: 1. Dry shaft excavations shall be backfilled with CDF. 2. Wet shaft excavations shall be backfilled with pumpable lean concrete. WSDOT Amendments 28 "' 3. Pumpable lean concrete shall be a Contractor designed mix providing a minimum 28 day compressive strength of 100 psi. Acceptance of pumpable lean concrete will conform to the acceptance requirements specified in Section 2-09.3(1) for CDF. wr 4. A wet shaft is defined as a shaft where water is entering the excavation and remains present to a depth of six inches or more. r. 5. When the Plans or test hole boring logs identify the presence of a water table at or above the elevation of the bottom of soldier pile shaft, the excavation shall be considered as wet, except as otherwise noted. Such a shaft may be considered a dry shaft provided the Contractor furnishes and installs casing that is sufficiently sealed into competent soils such that water cannot enter the excavation. .. Placement of the shaft backfill shall commence immediately after completing the shaft excavation and receiving the Engineer's approval of the excavation. CDF or pumpable lean concrete shall be placed in one continuous operation to the top of the shaft. Vibration of shaft aw backfill is not required. 6-16.3(6) Installing Timber Lagging and Permanent Ground Anchors The first paragraph is revised to read: The excavation and removal of CDF and pumpable lean concrete for the lagging installation �• shall proceed in advance of the lagging, and shall not begin until the CDF and pumpable lean concrete are of sufficient strength that the material remains in placed during excavation and lagging installation. If the CDF or pumpable lean concrete separates from the soldier pile, or caves or spalls from around the pile, the Contractor shall discontinue excavation and timber lagging installation operations until the CDF and pumpable lean concrete is completely set. The bottom of the excavation in front of the wall shall be level. Excavation shall conform to Section 2-03. SECTION 6-17,PERMANENT GROUND ANCHORS rr August 7,2006 6-17.3(8) Testing and Stressing The first sentence in the third paragraph is revised to read: aw The pressure gauge shall be graduated in increments of either 100 psi or two percent of the maximum test load, whichever is less. SECTION 7-01,DRAINS August 7,2006 7-01.3 Construction Requirements This section is revised to read: A trench of the dimensions shown in the Plans or as specified by the Engineer shall be excavated to the grade and line given by the Engineer. am Section 7-01.3 is supplemented with the following new sub-sections: a0 rr 1W WSDOT Amendments 29 7-01.3(1) Drain Pipe Drain pipe shall be laid in conformity with the line and grades as shown in the Plans. The drain pipe shall be laid with soiltight joints unless otherwise specified. Concrete drain pipe shall be laid with the bell or larger end upstream. PVC drain pipe shall be jointed with a bell and spigot joint using a flexible elastomeric seal as described in Section 9-04.8. The bell shall be laid upstream. PE drain pipe shall be jointed with snap-on, screw-on, bell and spigot, or wraparound coupling bands as recommended by the manufacturer of the tubing. 7-01.3(2) Underdrain Pipe When underdrain pipe is being installed as a means of intercepting ground or surface water, the + ► trench shall be fine-graded in the existing soil 3 inches below the grade of the pipe as shown in the Plans. Gravel backfill shall be used under the pipe. Gravel backfill shall be placed to the depth shown in the Plans or as designated by the Engineer. All backfill shall be placed in 12- inch maximum layers and be thoroughly compacted with three passes of a vibratory compactor for each layer. The Contractor shall use care in placing the gravel backfill material to prevent its contamination. Class 2 perforations shall be used unless otherwise specified. When Class 1 perforations are specified the perforated pipe shall be laid with the perforations down. Upon final acceptance of the wor k, all drain pipes shall be open, clean and free draining. Perforated pipe does not require a watertight joint. PVC underdrain pipe shall be jointed using either the flexible elastomeric seal as described in Section 9-04.8 or solvent cement as described in Section 9-04.9, at the option of the Contractor unless otherwise specified in the Plans. The bell shall be laid upstream. PE drainage tubing underdrain pipe shall be jointed with snap-on, screw-on, bell and spigot, or wraparound coupling bands, as recommended by the manufacturer of the tubing. SECTION 7-02,CULVERTS January 3,2006 7-02.2 Materials The fifth and seventh paragraphs are deleted: SECTION 7-04,STORM SEWERS err January 3,2006 7-04.2 Materials The fourth and sixth paragraphs are deleted: SECTION 8-01,EROSION CONTROL AND WATER POLLUTION CONTROL December 4,2006 8-01.3(1) General The eighth paragraph, beginning with"In western Washington, erodible soil", is deleted and replaced with the following: Erodible soil not being worked, whether at final grade or not, shall be covered within the following time period, using an approved soil covering practice, unless authorized otherwise by the Engineer: In western Washington(west of the Cascade Mountain crest): October 1 through April 30 2 days maximum Wr WSDOT Amendments 30 VW May 1 to September 30 7 days maximum In eastern Washington(east of the Cascade Mountain crest.): 00 October 1 through June 30 5 days maximum July 1 through September 30 10 days maximum ow 8-01.3(1)B Erosion and Sediment Control(ESC)Lead This section is revised to read: aw The Contractor shall identify the ESC Lead at the preconstruction discussions and in the TESC plan. The ESC Lead shall have, for the life of the contract, a current Certificate of Training in Im Construction Site Erosion and Sediment Control from a course approved by the Washington State Department of Ecology. The ESC Lead shall be listed on the Emergency Contact List required under Section 1-05.13(1). The ESC Lead shall implement the Temporary Erosion and Sediment Control (TESC) plan. Implementation shall include,but is not limited to: 1. Installing and maintaining all temporary erosion and sediment control Best Management Practices (BMPs) included in the TESC plan to assure continued performance of their intended function. Damaged or inadequate TESC BMPs shall be ++ corrected immediately. 2. Updating the TESC plan to reflect current field conditions. When a TESC plan is included in the contract plans, the Contractor shall inspect all on-site erosion and sediment control BMPs at least once every calendar week and within 24 hours of runoff events in which stormwater discharges from the site. Inspections of temporarily stabilized, inactive sites may be reduced to once every calendar month. The Erosion and Sediment Control Inspection Form (Form Number 220-030 EF) shall be completed for each inspection and a copy shall be submitted to the Engineer no later than the end of the next working day following the inspection. 8-01.3(2)E Tacking Agent and Soil Binders The third paragraph, (PAM)is revised to read: Soil Binding Using Polyacrylamide (PAM) The PAM shall be applied on bare soil completely dissolved and mixed in water or applied as a dry powder. Dissolved PAM shall be applied at a rate of not more than 2/3 pound per 1,000 gallons of water per acre. A minimum of 200 pounds per acre of cellulose fiber mulch treated .. with a non-toxic dye shall be applied with the dissolved PAM. Dry powder applications may be at a rate of 5 pounds per acre using a hand-held fertilizer spreader or a tractor-mounted spreader. ,,. 8-01.3(2)F Dates for Application of Final Seed,Fertilizer, and Mulch The second paragraph under East of the summit of the Cascade Range, beginning with "The Contractor will be responsible", is deleted. 8-01.3(9)A Silt Fence The fifth paragraph is revised to read: a. WSDOT Amendments 31 Posts shall be either wood or steel. Wood posts shall have minimum dimensions of 1 1/4 inches by 1 1/4 inches by the minimum length shown in the Plans. Steel posts shall have a minimum weight of 0.90 lbs/ft 8-01.4 Measurement This section is supplemented with the following: Coir log will be measured by the linear foot along the ground line of the completed installation. 8-01.5 Payment The following bid item is inserted after"Compost Sock",per linear foot: "Coir Log", per linear foot This section is supplemented with the following: A "Mowing", per acre. SECTION 8-02,ROADSIDE RESTORATION a0 April 3,2006 8-02.3(8) Planting The seventh and eighth paragraphs are deleted and replaced with the following: All burlap, baskets, string, wire and other such materials shall be removed from the hole when planting balled and burlapped plants. The plant material shall be handled in such a manner that the root systems are kept covered and damp at all times. The root systems of all bare root plant material shall be dipped in a slurry of silt and water immediately prior to planting. The root systems of container plant material shall be moist at the time of planting. In their final position, , all plants shall have their top true root (not adventitious root) no more than 1" below the soil surface, no matter where that root was located in the original root ball or container. After planting,the backfill material and root ball shall be thoroughly watered in within 24 hours. 8-02.3(9) Pruning, Staking, Guying,and Wrapping The first paragraph is revised to read: Plants shall be pruned at the time of planting, only to remove minor broken or damaged twigs, branches or roots. Pruning shall be done with a sharp tool and shall be done in such a manner as to retain or to encourage natural growth characteristics of the plants. All other pruning shall be performed only after the plants have been in the ground at least one year. SECTION 8-04,CURBS,GUTTERS,AND SPILLWAYS December 4,2006 8-04.3(2) Extruded Asphalt Concrete Curbs, and Gutters wrt The first paragraph is supplemented with the following: Just prior to placing the curb, a tack coat of asphalt shall be applied to the existing pavement surface at the rate ordered by the Engineer. 8-04.4 Measurement The first paragraph is revised to read: WSDOT Amendments 32 All curbs, gutters, and spillways will be measured by the linear foot along the line and slope of the completed curbs, gutters, or spillways, including bends. Measurement of cement concrete curb and cement concrete curb and gutter, when constructed across driveways or sidewalk ramps, will include the width of the driveway or sidewalk ramp. w• SECTION 8-08,RUMBLE STRIPS April 3,2006 8-08.1 Description The first sentence is revised to read: wr This work consists of constructing centerline and shoulder rumble strips by grinding hot mix asphalt. 8-08.3 Construction Requirements "" The first sentence in the first paragraph is revised to read: The equipment shall have a rotary type cutting head or series of cutting heads capable of 4W grinding one or more recesses in the hot mix asphalt as detailed in the Standard Plans. The third sentence in the third paragraph is revised to read: am All cuttings and other debris shall become the property of the Contractor and be disposed of outside the project limits. 4W SECTION 8-09,RAISED PAVEMENT MARKERS April 3,2006 w 8-09.3(5) Recessed Pavement Marker This section is revised to read: Construct recesses for pavement markers by grinding the pavement in accordance with the dimensions shown in the Standard Plans. This work shall include cleanup and disposal of cuttings and other resultant debris. Prepare the surface in accordance with Section 8-09.3(1). MW Install Type 2 markers in the recess in accordance with the Standard Plans and Section 8-09.3(4). SECTION 8-11, GUARDRAIL ow April 3,2006 8-11.3(4) Removing Guardrail This section including title is revised to read: 8-11.3(4) Removing Guardrail and Guardrail Anchor Removal of the various types of guardrail shall include removal of the rail, cable elements, hardware, and posts, including transition sections, expansion sections and terminal sections . Removal of the various types of guardrail anchors shall include removal of the anchor assembly in its entirety, including concrete bases, rebar, and steel tubes and any other appurtenances in the w. anchor assembly. All holes resulting from the removal of the guardrail posts and anchors shall be backfilled with granular material in layers no more than 6-inches thick and compacted to a density similar to that of the adjacent material. The removed guardrail items shall become the MW property of the Contractor. UW a, WSDOT Amendments 33 SECTION 8-16,CONCRETE SLOPE PROTECTION August 7,2006 8-16.2 Materials The material"Concrete Class 3000"and referenced section"6-02"are revised to read: Commercial Concrete 6-02.3(2)B 8-16.3(3) Poured in Place Cement Concrete In the second paragraph,the words"Class 3000 cement"are revised to read"commercial". SECTION 8-20,ILLUMINATION,TRAFFIC SIGNAL SYSTEMS,AND ELECTRICAL 111► December 4,2006 8-20.3(2) Excavating and Backfilling The third paragraph is revised to read: The excavations shall be backfilled in conformance with the requirements of Section 2-09.3(1)E, go Structure Excavation. 8-20.3(4) Foundations The second paragraph is revised to read: ' The bottom of concrete foundations shall rest on firm ground. If the portion of the foundation beneath the existing ground line is formed or cased instead of being cast against the existing soil is forming the sides of the excavation, then all gaps between the existing soil and the completed foundation shall be backfilled and compacted in accordance with Section 2-09.3(1)E. 40 The thirteenth paragraph is revised to read: Both forms and ground which will be in contact with the concrete shall be thoroughly moistened before placing concrete; however, excess water in the foundation excavation will not be permitted. Foundations shall have set at least 72 hours prior to the removal of the forms. All forms shall be removed, except when the Plans or Special Provisions specifically allow or require the forms or casing to remain. 8-20.3(9) Bonding, Grounding The first, second, and fourth paragraphs are revised to read: di All metallic appurtenances containing electrical conductors(luminaires, light standards, cabinets, metallic conduit, etc.) shall be made mechanically and electrically secure to form continuous to systems, that shall be effectively grounded. Where conduit is installed, the installation shall include an equipment ground conductor, in W addition to the conductors noted in the contract. Bonding jumpers and equipment grounding conductors shall be installed in accordance with Section 9-29.3 and NEC. Where existing conduits are used for the installation of new circuits, an equipment-grounding conductor shall be installed unless an existing equipment ground conductor, which is appropriate for the largest circuit, is already present in the existing raceway. The equipment ground conductor between the isolation switch and the sign lighter fixtures shall be a minimum of a 14 AWG stranded copper conductor. Where parallel circuits are enclosed in a common conduit, the equipment-grounding WSDOT Amendments 34 VW conductor shall be sized by the largest overcurrent device serving any circuit contained within the conduit. "* Supplemental grounding shall be provided at light standards, signal standards, cantilever and sign bridge structures. Steel sign posts which support signs with sign lighting or flashing beacons shall also have supplemental grounding. The supplemental ground conductor shall be connected ■r to the foundation rebar(all rebar crossings shall be wire tied)by means of a grounding connector listed for use in concrete, and lead up directly adjacent to a conduit installed within the foundation. The free end of the conductor shall be terminated to the ground terminal, with an approved clamp, within the pole. If no ground terminal is provided, bond to standard or post. Three feet of slack shall be provided inside the standard. Where a concrete and rebar foundation is not used the supplemental ground shall be a grounding electrode placed in the hole next to the post prior to back fill. For light standards, signal standards, cantilever and sign bridge structures the supplemental grounding conductor shall be a non-insulated 4 AWG stranded copper conductor. For steel sign posts which support signs with sign lighting or flashing beacons the supplemental grounding conductor shall be a non-insulated 6 AWG stranded copper conductor. 8-20.3(14)E Signal Standards The second paragraph is revised to read: Signal standards shall not be erected on concrete foundations until the foundations have attained 2400 psi or 14 days after concrete placement. Signal standards without mast arms may be erected after 72 hours. Type IV and V strain pole standards may be erected but the messenger cable (span wire) shall not be placed until the foundation has attained 2400 psi or 14 days after concrete placement. SECTION 8-21,PERMANENT SIGNING January 3,2006 8-21.3(9)F Bases The second paragraph is revised to read: The excavation and backfill shall be in conformance with the requirements of Section 2- 09.3(1)E. The fifth paragraph is revised to read: The bottom of concrete foundations shall rest on firm ground. If the portion of the foundation *w beneath the existing ground line is formed or cased instead of being cast against the existing soil forming the sides of the excavation, then all gaps between the existing soil and the completed foundation shall be backfilled and compacted in accordance with Section 2-09.3(1)E. sw The fourteenth paragraph is revised to read: 1W Both forms and ground which will be in contact with the concrete shall be thoroughly moistened before placing concrete; however, excess water in the foundation excavation will not be permitted. Forms shall not be removed until the concrete has set at least three days. All forms .w shall be removed, except when the Plans or Special Provisions specifically allow or require the forms or casing to remain. r. ow 14W WSDOT Amendments 35 SECTION 8-22,PAVEMENT MARKING December 4,2006 8-22.3(2) Preparation of Roadway Surfaces The following new sentence is inserted after the first sentence in the second paragraph: The temperature requirement may be superseded by the material manufacturers written installation instructions. The last sentence in the third paragraph is revised to read: These cure periods may be reduced if the manufacturer performs a successful bond test and approves the reduction of the pavement cure period. 8-22.3(3) Marking Application The following is inserted preceding the first paragraph: Flat Lines—Pavement marking lines with a flat surface. Profiled Marking — A profiled pavement marking is a marking that consists of a base line thickness and a profiled thickness which is a portion of the pavement marking line that is applied at a greater thickness than the base line thickness. Profiles shall be applied using the extruded method in the same application as the base line. The profiles may be slightly rounded provided ` the minimum profile thickness is provided for the length of the profile. See the Standard Plans for the construction details. Embossed Plastic Line — Embossed plastic lines consist of a flat line with transverse grooves. An embossed plastic line may also have profiles. See the Standard Plans for the construction details. Inset Line —A line constructed by grinding or saw cutting a groove into the pavement surface and spraying, extruding or gluing pavement marking material into the groove. The groove depth is dependent upon the material used,the pavement surface and location. The second paragraph is revised to read: Centerlines on two lane highways with skip patterns, paint or plastic, shall be applied in the increasing mile post direction so they are in cycle with existing skip pattern lines at the beginning of the project. Skip patterns applied to multi-lane or divided roadways shall be applied in cycle in the direction of travel. Where paint is applied on centerline on two-way roads with bituminous surface treatment or centerline rumble strips, the second paint application shall be applied in the opposite (decreasing mile post) direction as the first application (increasing mile post) direction. This will require minor skip pattern corrections for curves on the second application. The fourth paragraph,beginning with"Lines with skip patterns", is deleted. The fifth paragraph,beginning with"Glass beads", is deleted. The first sentence in the sixth paragraph is revised to read: err WSDOT Amendments 36 Pavement markings shall be applied at the following base line thickness measured above the pavement surface or above the slot bottom for inset markings in thousandths of an inch(mils): In the sixth paragraph,the chart Marking Material Application is revised to read: Marking Material Application 11MA PCC BST OW Paint-first coat spray 10 10 10 Paint-second coat spray 15 15 15 am Type A-flat/transverse& extruded 125 125 125 symbols Type A-flat/long line& symbols spray 90 90 120 "" Type A-with profiles extruded 90 90 120 Type A-embossed extruded 160 160 160 Type A-embossed with profiles extruded 160 160 160 Type B-flat/transverse& heat fused 125 125 125 symbols ... Type C -flat/transverse& adhesive 90 90 NA symbols Type C-1 -inset/long line adhesive 60 60 NA "' Type D-flat/transverse& spray 120 120 120 symbols Type D-flat/transverse& extruded 120 120 120 symbols Type D-flat/long line spray 90 90 120 Type D-flat/long line extruded 90 90 120 Type D-profiled/long line extruded 90 90 120 Type D—inset/long line spray 40 40 40 +rr Type D—inset/long line extruded 230 230 230 �. In the seventh paragraph,the chart for Liquid pavement marking material yield per gallon is revised to read: r Mils thickness Feet of 4"line/gallon Square feet/gallon 10 483 161 15 322 108 "' 30 161 54 40 125 42 w„ 45 107 36 60 81 27 90 54 18 90 with profiles 30 10 120 40 13 ,,w 120 with profiles 26 9 w r N WSDOT Amendments 37 230 21 7 In the eighth paragraph, the final line in the chart for Solid pavement marking material (Type A) yield di is revised to read: 230—flat inset 47 15 The ninth and tenth paragraphs are deleted. The eleventh paragraph is revised to read: All inset plastic lines shall be applied into a groove cut or ground into the pavement. For Type A or D material the groove shall be cut or ground with equipment to produce a smooth square groove 4-inches wide. For Type C-1 material the groove shall be cut with equipment to produce a smooth square groove with a width in accordance with the material manufacturer's recommendation. The groove depth for Type C-1 material shall be 100 mils, plus or minus 10 mils. The groove depth for Type A or D material shall be as shown in the Plans. Section 8-22.3 is supplemented with the following new sub-section. 8-22.3(3)A Glass beads Top dress glass beads shall be applied to all spray and extruded pavement marking material. Glass beads shall be applied by a bead dispenser immediately following the pavement marking material application. Glass bead dispensers shall apply the glass beads in a manner such that the beads appear uniform on the entire pavement marking surface with 50 to 60% embedment. Hand casting of beads will not be allowed. Glass beads shall be applied to 10 or 15 mil thick paint at a minimum application rate of 7 pounds per gallon of paint. For plastic pavement markings, glass beads shall be applied at the rate recommended by the marking material manufacturer. When two or more spray applications are required to meet thickness requirements for Type A and Type D materials, top dressing with glass beads is only allowed on the last application. The cure period between successive applications shall be in accordance with the manufacturer's recommendations. Any loose beads, dirt or other debris shall be swept or blown off the line prior1► to application of each successive application. Successive applications shall be applied squarely on top of the preceding application. IrIM 8-22.3(5) Installation Instructions This section including title is revised to read: 8-22.3(5) Plastic Installation Instructions Installation instructions for plastic markings shall be provided for the Engineer. All materials including glass beads shall be installed according to the manufacturer's recommendations. A manufacturer's technical representative shall be present at the initial installation of plastic material to approve the installation procedure or the material manufacturer shall certify that the Contractor will install the plastic material in accordance with their recommended procedure. 8-22.4 Measurement The following is inserted after the fifth paragraph: WSDOT Amendments 38 4W r"W Diagonal and chevron-shaped lines used to delineate medians, gore areas, and parking stalls are constructed of painted or plastic 4 inch and 8 inch wide lines in the color and pattern shown in the Standard Plans. These lines will be measured as painted or plastic line or wide line by the MW linear foot of line installed. Crosswalk line will be measured by the square foot of marking installed. ,W Traffic arrows, traffic letters, access parking space symbols, HOV symbols, railroad crossing symbols, drainage markings, bicycle lane symbols, aerial surveillance full, and 1/2 markers, yield line symbols, yield ahead symbols, and speed bump symbols will be measured per each. MW Type 1 through 6 traffic arrows will be measured as one unit each, regardless of the number of arrow heads. VW The last paragraph is revised to read: Removal of traffic arrows, traffic letters, access parking space symbol, HOV lane symbol, AW railroad crossing symbol, bicycle lane symbols, drainage markings, aerial surveillance full and 1/2 markers, yield line symbol, yield ahead symbol, and speed bump symbol will be measured per each. Removal of crosswalk lines will be measured by the square foot of lines removed. VW 8-22.5 Payment The following items are deleted: low "Painted HOV Lane Symbol Type " "Plastic HOV Lane Symbol Type " SECTION 9-00,DEFINITIONS AND TESTS January 3,2006 W 9-00.8 Sand Equivalent The second paragraph is revised to read: For acceptance, there must be a clear line of demarcation. If no clear line of demarcation has " formed at the end of a 30 minute sedimentation period, the material will be considered as failing to meet the minimum specified sand equivalent. "` SECTION 9-02,BITUMINOUS MATERIALS January 3,2006 Am 9-02.1(4) Asphalt Binders This section including title is revised to read: ■. 9-02.1(4) Performance Graded Asphalt Binder(PGAB) PGAB meeting the requirements of AASHTO M 320 Table 1 of the grades specified in the contract shall be used in the production of HMA. The Direct Tension Test (AASHTO T 314) of r. M 320 is not a specification requirement. 9-02.1(4)A Performance Graded Asphalt Binder ww This section including title is revised to read: 9-02.1(4)A Quality Control Plan The Asphalt Supplier of PGAB shall have a Quality Control Plan (QCP) in accordance with WSDOT QC 2 "Standard Practice for Asphalt Suppliers That Certify Performance Graded +err WSDOT Amendments 39 Asphalts". The Asphalt Supplier's QCP shall be submitted and approved by the WSDOT State Materials Laboratory. Any change to the QCP will require a new QCP to be submitted. The Asphalt Supplier of PGAB shall certify through the Bill of Lading that PGAB meets the specification requirements of the contract. 9-02.1(6)A Polymerized Cationic Emulsified Asphalt CRS-2P This section is revised to read: The asphalt CRS-2P shall be a polymerized cationic emulsified asphalt. The polymer shall be milled into the asphalt or emulsion during the manufacturing of the emulsion. The asphalt CRS- 2P shall meet the following specifications: AASHTO Test Specifications Method Minimum Maximum Viscosity @122oF, SFS T 59 100 400 Storage Stability 1 day% T 59 --- 1 Demulsibility 35 ml.0.8%Dioctyl T 59 40 --- Sodium Sulfosuccinate Particle Charge T 59 positive --- Sieve Test% T 59 --- 0.30 Distillation Oil distillate by vol. of emulsion% T 59note t 0 3 Residue T 59 note' 65 - Test on the Residue From Distillation Penetration @77F T 49 100 250 Torsional Recovery% 1OCe 2 18 --- or Toughness/Tenacity in-lbs note 3 50/25 --- note IDistillation modified to use 300 grams of emulsion heated to 350OF f 9017 and maintained for 20 minutes. note 2The Torsional Recovery test shall be conducted according to the California Department of Transportation Test Method No. 332. The residue material for this test shall come from California Department of Transportation Test Method No. 331. Y note 3Benson method of toughness and tenacity; Scott tester, inch-pounds at 7717, 20 in. per minute pull.Tension head 7/8 in. diameter. At the option of the supplier the Benson Toughness/Tenacity test can be used in lieu of Torsional Recovery based on type of modifier used. If the Benson Toughness/Tenacity method is used for acceptance the supplier must supply all test data verifying specification conformance. WSDOT Amendments 40 SECTION 9-05,DRAINAGE STRUCTURES, CULVERTS,AND CONDUITS December 4,2006 ow 9-05.1(6) Corrugated Polyethylene Drainage Tubing Drain Pipe This section including title is revised to read: ar 9-05.1(6) Corrugated Polyethylene Drain Pipe(up to 10-inch) Corrugated polyethylene drain pipe shall meet the requirements of AASHTO M 252 type C "W (corrugated both inside and outside) or type S (corrugated outer wall and smooth inner liner). The maximum size pipe shall be 10 inches in diameter. 9-05.1(7) Corrugated Polyethylene Drain Pipe This section including title is revised to read: 9-05.1(7) Corrugated Polyethylene Drain Pipe(12-inch through 60-inch) Corrugated polyethylene drain pipe, 12-inch through 60-inch -diameter maximum, shall meet the minimum requirements of AASHTO M 294 Type S or 12-inch through 24 inch diameter maximum shall meet the minimum requirements of AASHTO M 294 Type C. 9-05.2(7) Perforated Corrugated Polyethylene Drainage Tubing Underdrain Pipe This section including title is revised to read: 9-05.2(7) Perforated Corrugated Polyethylene Underdrain Pipe (Up to 10-inch) Perforated corrugated polyethylene underdrain pipe shall meet the requirements of AASHTO �.,► M252,Type CP or Type SP. Type CP shall be Type C pipe with Class 2 perforations and Type SP shall be Type S pipe with either Class 1 or Class 2 perforations. Additionally, Class 2 perforations shall be uniformly spaced along the length and circumference of the pipe. The maximum size pipe shall be 10-inch diameter. 9-05.2(8) Perforated Corrugated Polyethylene Underdrain Pipe .w This section including title is revised to read: 9-05.2(8) Perforated Corrugated Polyethylene Underdrain Pipe (12-inch through 60-inch) Perforated corrugated polyethylene underdrain pipe, 12-inch through 60-inch diameter maximum, shall meet the requirements of AASHTO M 294 Type CP or Type SP. Type CP shall be Type C pipe with Class 2 perforations and Type SP shall be Type S pipe with either Class 1 or Class 2 perforations. Additionally, Class 2 perforations shall be uniformly spaced along the length and circumference of the pipe. 9-05.4(3) Protective Treatment In Treatment 1 and 2,the reference to 9-05.4(6) is revised to read 9-05.4(5). 9-05.15 Metal Castings aw This section is revised to read: For all metal castings the producing foundry shall provide certification stating the country of a„ origin, the material meets the required ASTM or AASHTO specification noted in the subsections below. The producing foundry shall detail all test results from physical testing to determine compliance to the specifications. The test reports shall include physical properties of the im material from each heat and shall include tensile, yield, and elongation as specified in the 4W VW WSDOT Amendments 41 appropriate ASTM or AASHTO specification. For AASHTO M 306, Section 8, Certification is deleted and replaced with the above certification and testing requirements. Metal castings for drainage structures shall not be dipped, painted, welded, plugged, or repaired. ft Porosity in metal castings for drainage structures shall be considered a workmanship defect subject to rejection by the Engineer. Metal castings made from gray iron or ductile iron shall conform to the requirements of AASHTO M 306, and metal castings made from cast steel shall so conform to the requirements of Section 9-06.8. All metal castings shall meet the proof load testing requirements of AASHTO M 306. 9-05.15(1) Manhole Ring and Cover This section is revised to read: Castings for manhole rings shall be gray iron or ductile iron and covers shall be ductile iron. All covers shall be interchangeable within the dimensions shown in the Standard Plans. All mating surfaces shall be machine finished to ensure a nonrocking fit. The inside vertical recessed face of the ring and the vertical outside edge of the cover shall be No machined or manufactured to the following tolerances: Ring +3/32 inch to-3/32 inch Cover +3/32 inch to-3/32 inch All manhole rings and covers shall be identified by the name or symbol of the producing foundry and country of casting origin. This identification shall be in a plainly visible location when the ring and cover are installed. Ductile iron shall be identified by the following, "DUC" or "DI." The producing foundry and material identification shall be adjacent to each other and shall be minimum 1/2 inch to maximum i inch high letters,recessed to be flush with the adjacent surfaces. No 9-05.15(2) Metal Frame, Grate and Solid Metal Cover for Catch Basins or Inlets The first and second paragraphs are revised to read: Castings for metal frames for catch basins and inlets shall be cast steel, gray iron, or ductile iron, and as shown in the Standard Plans. Castings for grates and solid metal covers for catch basins and inlets shall be cast steel or ductile iron and as shown in the Standard Plans. Additionally, leveling pads are allowed on grates and solid metal covers with a height not to exceed 1/8 inch. The producing foundry's name and material designation shall be embossed on the top of the grate. The material shall be identified by the following: "CS" for cast steel or"DUC" or"DI" for ductile iron and shall be located near the producing foundry's name. 9-05.15(3) Cast Metal Inlets The first sentence is revised to read: ► The castings for cast metal inlets shall be cast steel or ductile iron, and as shown in the Standard Plans. 9-05.19 Corrugated Polyethylene Culvert Pipe The first paragraph is revised to read: t WSDOT Amendments 42 Irr Corrugated polyethylene culvert pipe shall meet the requirements of AASHTO M 294 Type S or D for pipe 12-inch to 60-inch diameter with silt-tight joints. SECTION 9-06,STRUCTURAL STEEL AND RELATED MATERIALS December 4,2006 9-06.5(4) Anchor Bolts The first and second paragraphs are revised to read: y. Anchor bolts shall meet the requirements of ASTM F 1554 and, unless otherwise specified, shall be Grade 105 and shall conform to Supplemental Requirements S2, S3, and S4. Nuts for ASTM F 1554 Grade 105 black anchor bolts shall conform to AASHTO M 291, Grade D or DH. Nuts for ASTM F 1554 Grade 105 galvanized bolts shall conform to AASHTO M 291, Grade DH and shall conform to the lubrication requirements in Section 9-06.5(3). Nuts for ASTM F 1554 Grade 36 or 55 black or galvanized anchor bolts shall conform to AASHTO M .. 291,Grade A. Washers shall conform to ASTM F 436. 9-06.9 Gray Iron Castings The AASHTO requirement is revised to read"AASHTO M 306". SECTION 9-07,REINFORCING STEEL December 4,2006 9-07.2 Deformed Steel Bars .., The first sentence in the first paragraph is revised to read: Deformed steel bars for concrete reinforcement shall conform to either AASHTO M 31 Grade 60, or ASTM A 706, except as otherwise noted. Steel reinforcing bar for the cast-in-place components of bridge structures (excluding sidewalks and barriers but including shafts and concrete piles), and for precast substructure components of bridge structures, shall conform to r ASTM A 706 only. SECTION 9-09,TIMBER AND LUMBER August 7,2006 car 9-09.2(3) Inspection This section is revised to read: Timber and lumber requiring a grade stamp shall be marked with a certified lumber grade stamp provided by one of the following agencies: West Coast Lumber Inspection Bureau(WCLIB) Western Wood Products Association(WWPA) .. Pacific Lumber Inspection Bureau(PLIB) Any lumber grading bureau certified by the American Lumber Standards Committee Timber and Lumber requiring a grading certificate shall have a certificate that was issued by either the grading bureau whose stamp is shown on the material, or by the lumber mill, which must be under the supervision of one of the grading bureaus listed above. The certificate shall w include the following: WSDOT Amendments 43 Name of the mill performing the grading The grading rules being used Name of the person doing the grading with current certification Signature of a responsible mill official Date the lumber was graded at the mill Grade, dimensions, and quantity of the timber or lumber =' For Structures: All material delivered to the project shall bear a grade stamp and have a grading certificate. The grade stamp and grading certificate shall not constitute final acceptance of the material. The Engineer may reject any or all of the timber or lumber that does not comply with the specifications or has been damaged during shipping or upon delivery. For Guardrail Posts and Blocks, Sign Posts,Mileposts, Sawed Fence Posts, and Mailbox Posts: Material delivered to the project shall either bear a grade stamp on each piece or have a grading certificate. The grade stamp or grading certificate shall not constitute final acceptance of the material. The Engineer may reject any or all of the timber or lumber that does not comply with the specifications or has been damaged during shipping or upon delivery. 9-09.3(1) General Requirements The last sentence in the first paragraph is revised to read: Unless otherwise specified in the contract, all timber and lumber shall be treated in accordance with Sections U1 and T 1 of the latest edition of the AWPA standards. SECTION 9-10,PILING 6 December 4,2006 9-10.2(2) Reinforcement This section is revised to read: Reinforcement shall meet the requirements of Section 9-07. SECTION 9-12,MASONRY UNITS August 7,2006 9-12.7 Precast Concrete Drywells The third sentence is revised to read: Each seepage port shall provide a minimum of 1 square inch and a maximum of 7 square inches for round openings and 15 square inches for rectangular openings. SECTION 9-13,RIPRAP,QUARRY SPALLS, SLOPE PROTECTION,AND ROCK WALLS August 7,2006 9-13.5(2) Poured Portland Cement Concrete Slope Protection The first paragraph is revised to read: Cement concrete for poured concrete slope protection shall be commercial concrete in conformance with Section 6-02.3(2)B. WSDOT Amendments 44 No SECTION 9-14,EROSION CONTROL AND ROADSIDE PLANTING August 7,2006 ow 9-14.2 Seed This section is revised to read: a. Grasses, legumes, or cover crop seed of the type specified shall conform to the standards for "Certified" grade seed or better as outlined by the State of Washington Department of Agriculture "Rules for Seed Certification," latest edition. Seed shall be furnished in standard t.,. containers on which shall be shown the following information: (1) Common and botanical names of seed, ,r, (2) Lot number, (3) Net weight, (4) Pure live seed All seed installers and vendors must have a business license issued by the Washington State Department of Licensing with a "seed dealer" endorsement. Upon request, the contractor shall furnish the Engineer with copies of the applicable licenses and endorsements. Upon request, the Contractor shall furnish to the Engineer duplicate copies of a statement signed by the vendor certifying that each lot of seed has been tested by a recognized seed testing �+ laboratory within six months before the date of delivery on the project. Seed which has become wet,moldy,or otherwise damaged in transit or storage will not be accepted. ... 9-14.4(1) Straw This section is revised to read: All straw material shall be in an air dried condition free of noxious weeds and other materials detrimental to plant life. Straw mulch so provided shall be suitable for spreading with mulch blower equipment. rrr 9-14.4(3) Bark or Wood Chips This section is supplemented with the following: Sawdust shall not be used as mulch. 9-14.4(4) Sawdust This section including title is revised to read: 9-14.4(4) Vacant 9-14.4(8) Compost This section is revised to read: +rr Compost products shall be the result of the biological degradation and transformation of plant- derived materials under controlled conditions designed to promote aerobic decomposition. aw Compost shall be stable with regard to oxygen consumption and carbon dioxide generation. Compost shall be mature with regard to its suitability for serving as a soil amendment or an erosion control BMP as defined below. The compost shall have a moisture content that has no wr visible free water or dust produced when handling the material. low w WSDOT Amendments 45 Compost production and quality shall comply with Chapter 173-350 WAC. Compost products shall meet the following physical criteria: 1. Compost material shall be tested in accordance with Testing Methods for the Examination of Compost and Composting (TMECC) Test Method 02.02-B, "Sample Sieving for Aggregate Size Classification". Fine Compost shall meet the following: Min. Max. Percent passing 2" 100% Percent passing 1" 99% 100% Percent passing 1/2" 90% 100% Percent passing %" 75% 100% Maximum particle length of 6 inches Coarse Compost shall meet the following: Min. Max. Percent passing 3" 100% Percent passing 1" 90% 100% Percent passing 3/" 70% 100% Percent passing '/" 40% 60% ' Maximum particle length of 6 inches 2. The pH shall be between 6.0 and 8.5 when tested in accordance with TMECC 04.11-A, io "1:5 Slurry pH". 3. Manufactured inert material (plastic, concrete, ceramics, metal, etc.) shall be less than 1.0 percent by weight as determined by TMECC 03.08-A. 4. Minimum organic matter shall be 40 percent dry weight basis as determined by TMECC 05.07A, "Loss-On-Ignition Organic Matter Method". 5. Soluble salt contents shall be less than 4.Ommhos/cm tested in accordance with TMECC 04.10-A, "1:5 Slurry Method, Mass Basis". 6. Maturity shall be greater than 80%in accordance with TMECC 05.05-A, "Germination and Root Vigor". 7. Stability shall be 7 or below in accordance with TMECC 05.08-B, Carbon Dioxide Evolution Rate" 8. The compost product must originate a minimum of 65 percent by volume from recycled plant waste as defined in WAC 173-350 as "Type 1 Feedstocks."A maximum to of 35 percent by volume of other approved organic waste and/or biosolids may be substituted for recycled plant waste. The supplier shall provide written verification of feedstock sources 9. The Engineer may also evaluate compost for maturity using the Solvita Compost Maturity Test. Fine Compost shall score a number 6 or above on the Solvita Compost WSDOT Amendments 46 �w Maturity Test. Coarse Compost shall score a 5 or above on the Solvita Compost Maturity Test. The compost supplier will test all compost products within 90 calendar days prior to application. Samples will be taken using the Seal of Testing Assurance (STA) sample collection protocol. (The sample collection protocol can be obtained from the U.S. Composting Council, 4250 Veterans Memorial Highway, Suite 275,Holbrook,NY 11741 Phone: 631-737-4931, www.compostingcouncil.org). The sample shall be sent to an independent •�• STA Program approved lab. The compost supplier will pay for the test. A copy of the approved independent STA Program laboratory test report shall be submitted to the Contracting Agency prior to initial application of the compost. Seven days prior to application, the Contractor shall submit a sample of each type compost to be used on the project to the Engineer. Compost not conforming to the above requirements or taken from a source other than those tested and accepted shall be immediately removed from the project and replaced at no cost to the Contracting Agency. The Contractor shall either select a compost supplier from the Qualified Products List, or submit the following information to the Engineer for approval: 1. A Request for Approval of Material Source. 2. A copy of the Solid Waste Handling Permit issued to the supplier by the Jurisdictional Health Department as per WAC 173-350 (Minimum Functional Standards for Solid +� Waste Handling). 3. The supplier shall verify in writing, and provide lab analyses that the material complies ■„ with the processes, testing, and standards specified in WAC 173-350 and these specifications. An independent STA Program certified laboratory shall perform the analysis. aw 4. A list of the feedstock by percentage present in the final compost product. 5. A copy of the producer's Seal of Testing Assurance certification as issued by the U.S. W" Composting Council. Acceptance will be based upon a satisfactory Test Report from an independent STA program aw certified laboratory and the sample(s) submitted to the Engineer. 9-14.5(5) Wattles O. This section is revised to read: Wattles shall consist of cylinders of biodegradable plant material such as straw, coir, compost, or Ow wood shavings encased within biodegradable or photodegradable netting. Wattles shall be at least 5 inches in diameter, unless otherwise specified. Encasing material shall be clean, evenly woven, and free of encrusted concrete or other contaminating materials such as preservatives. Encasing material shall be free from cuts, tears, or weak places and shall have a lifespan greater than 6 months. a. Compost filler shall meet the material requirements as specified in Section 9-14.4(8), and shall be Coarse Compost. w Or WSDOT Amendments 47 9-14.5(6) Compost Sock This section is revised to read: Biodegradable fabric for compost sock and compost wattle shall be clean, evenly woven, and free of encrusted concrete or other contaminating materials and shall be free from cuts, tears, broken or missing yams and thin, open, or weak places. Fabric for compost sock shall consist of extra heavy weight biodegradable fiber which has not been treated with any type of preservative. Compost for compost socks shall meet the material requirements as specified in Section 9- 14.4(8), and shall be Coarse Compost Wood stakes for compost sock and wattles shall be made from Douglas-fir, hemlock, or pine species. Wood stakes shall be 2 inch by 2 inch nominal dimension and 36 inches in length,unless to otherwise indicated in the Plans. Section 9-14.5 is supplemented with the following new section. 9-14.5(7) Coir Log Coir log: Logs shall be made of 100% durable coconut (coir) fiber uniformly compacted within an outer netting. Log segments shall have a maximum length of 20 feet, with a minimum diameter as shown in the Plans. Logs shall have a density of 7 lbs/cf or greater. Coir logs shall be manufactured with a woven wrapping netting made of bristle coir twine with minimum strength of 80 lbs tensile strength. The netting shall have nominal 2 inch by 2 inch openings. Stakes shall conform to the requirements of Section 9-09. Cedar wood stakes shall have a notch to secure the rope ties.Rope ties shall be one-quarter inch diameter commercially available hemp rope. go 9-14.6(1) Description This section is revised to read: Bareroot plants are grown in the ground and harvested without soil or growing medium around their roots. Container plants are grown in pots or flats that prevent root growth beyond the sides and bottom to of the container. Balled and burlapped plants are grown in the ground and harvested with soil around a core of undisturbed roots. This rootball is wrapped in burlap and tied or placed in a wire basket or other supportive structure. 41 Cuttings are live plant material without a previously developed root system. Source plants for cuttings shall be dormant when cuttings are taken. All cuts shall be made with a sharp instrument. Written permission shall be obtained from property owners and provided to the to Engineer before cuttings are collected. The Contractor shall collect cuttings in accordance with applicable sensitive area ordinances. For cuttings, the requirement to be nursery grown or held in nursery conditions does not apply. Cuttings include the following forms: wwr A. Live branch cuttings shall have flexible top growth with terminal buds and may have side branches. The rooting end shall be cut at an approximate 45 degree angle. WSDOT Amendments 48 B. Live stake cuttings shall have a straight top cut immediately above a bud. The lower, rooting end shall be cut at an approximate 45degree angle. Live stakes are cut from one to two year old wood. Live stake cuttings shall be cut and installed with the bark intact with no branches or stems attached, and be Yz to 1 1/z inch in diameter. C. Live pole cuttings shall have a minimum 2inch diameter and no more than three .. branches which shall be pruned back to the first bud from the main stem. D. Rhizomes shall be a prostrate or subterranean stem, usually rooting at the nodes and becoming erect at the apex. Rhizomes shall have a minimum of two growth points. E. Tubers shall be a thickened and short subterranean branch having numerous buds or aw eyes. 9-14.6(2) Quality This section is revised to read: .. All plant material furnished shall meet the grades established by the latest edition of the American Standard for Nursery Stock, (ASNS) ANSI Z60.1 shall conform to the size and Ow acceptable conditions as listed in the contract, and shall be free of all foreign plant material. All plant material shall comply with State and Federal laws with respect to inspection for plant +M diseases and insect infestation. All plant material shall be purchased from a nursery licensed to sell plants in Washington State. Live woody or herbaceous plant material, except cuttings, rhizomes, and tubers, shall be vigorous, well formed, with well developed fibrous root systems, free from dead branches, and from damage caused by an absence or an excess of heat or moisture, insects, disease, mechanical or other causes detrimental to good plant development. Evergreen plants shall be well foliated and of good color. Deciduous trees that have solitary leaders shall have only the lateral branches thinned by pruning.All conifer trees shall have only one leader(growing apex) and one terminal bud, and shall not be sheared or shaped. Trees having a damaged or missing leader, multiple leaders, or Y-crotches shall be rejected. Root balls of plant materials shall be solidly held together by a fibrous root system and shall be composed only of the soil in which the plant has been actually growing. Balled and burlapped rootballs shall be securely wrapped with jute burlap or other packing material not injurious to the plant life. Root balls shall be free of weed or foreign plant growth. Plant materials shall be nursery grown stock. Plant material, with the exception of cuttings, .. gathered from native stands shall be held under nursery conditions for a minimum of one full growing season, shall be free of all foreign plant material, and meet all of the requirements of these Specifications,the Plans,and the Special Provisions. Container grown plants must be plants transplanted into a container and grown in that container sufficiently long for new fibrous roots to have developed so that the root mass will retain its shape and hold together when removed from the container, without having roots that circle the pot. Plant material which is root bound, as determined by the Engineer, shall be rejected. Container plants shall be free of weed or foreign plant growth. +r WSDOT Amendments 49 Container sizes for plant material of a larger grade than provided for in the container grown specifications of the ASNS shall be determined by the volume of the root ball specified in the ASNS for the same size plant material. All bare root plant materials shall have a heavy fibrous root system and must be dormant at the time of planting. Average height to spread proportions and branching shall be in accordance with the applicable sections, illustrations,and accompanying notes of the ASNS. Plants specified or identified as "Street Tree Grade" shall be trees with straight trunks, full and symmetrical branching, central leader, and be developed, grown, and propagated with a full branching crown.A"Street Tree Grade" designation requires the highest grade of nursery shade a or ornamental tree production which shall be supplied. Trees with improperly pruned, broken, or damaged branches, trunk, or root structure shall be rejected. In all cases, whether supplied balled and burlapped or in a container, the root crown (top of root structure) of the tree shall be at the top of the finish soil level. Trees supplied and delivered in a nursery fabric bag will not be accepted. Plants, which have been determined by the Engineer to have suffered damage as the result of girdling of the roots, stem, or a major branch; have deformities of the stem or major branches; have a lack of symmetry; have dead or defoliated tops or branches; or have any defect injury, or condition which renders the plant unsuitable for its intended use, shall be rejected. Plants that are grafted shall have roots of the same genus as the specified plant. 9-14.6(3) Handling and Shipping The last sentence in the sixth paragraph is deleted. err 9-14.6(6) Substitution of Plants The second paragraph is revised to read: Container or balled and burlapped plant material may be substituted for bare root plant material. Container grown plant material may be substituted for balled and burlapped plant materials. When substitution is allowed, use current ASNS standards to determine the correct rootball volume (container or balled and burlapped) of the substituted material that corresponds to that of the specified material. These substitutions shall be approved by the Engineer and be at no cost to the Contracting Agency. 9-14.6(7) Temporary Storage The third paragraph is revised to read: Cuttings shall continually be shaded and protected from wind. Cuttings must be protected from drying at all times and shall be heeled into moist soil or other insulating material or placed in water if not installed within 8 hours of cutting.Cuttings to be stored for later installation shall be bundled, laid horizontally, and completely buried under 6 inches of water, moist soil or placed in cold storage at a temperature of 34 F and 90%humidity. Cuttings that are not planted within 24 hours of cutting shall be soaked in water for 24 hours prior to planting. Cuttings taken when the temperature is higher than 50T shall not be stored for later use. Cuttings that already have developed roots shall not be used. WSDOT Amendments 50 1 The fourth paragraph is deleted. SECTION 9-15,IRRIGATION SYSTEM August 7,2006 9-15.1 Pipe,Tubing,and Fittings +.• The second paragraph is revised to read: Copper pipe or tubing shall be annealed, seamless, and conform to the requirements of ASTM B 88, and shall be a minimum of Type L rating. SECTION 9-16,FENCE AND GUARDRAIL April 3,2006 9-16.1(1)A Post Material for Chain Link Fence The two references in the second paragraph to"Standard Plan L 2"are revised to"ASTM F1043". Under Roll Form Material, the reference in the third paragraph to "Standard Plan L 2" is revised to "ASTM F1043". SECTION 9-22,MONUMENT CASES August 7, 2006 9-22.1 Monument Cases, Covers, and Risers The AASHTO requirement is revised to read"AASHTO M 306". SECTION 9-28,SIGNING MATERIALS AND FABRICATION August 7,2006 9-28.14(1) Timber Sign Posts The last sentence is revised to read: "' Preservative and retention shall be as shown in Section 9-16.2 for sawn posts. SECTION 9-29,ILLUMINATION, SIGNAL,ELECTRICAL -- December 4,2006 9-29.2 Junction Boxes .. Section 9-29.2 including title is revised to read: 9-29.2 Junction Boxes,Cable Vaults and Pull Boxes MEN 9-29.2(1) Standard Junction Box This section including title is revised to read: ,w 9-29.2(1)Standard Duty and Heavy Duty Junction Boxes For the purposes of this specification concrete is defined as Portland Cement Concrete and non-concrete is all others. "` Standard Duty Junction Boxes are defined as Type 1, 2, 7 and 8, and Heavy Duty Junction Boxes are defined as Type 4, 5, and 6. aw AW WSDOT Amendments 51 The contractor shall provide shop drawings if their manufacturing process or standard production model includes any deviation from the Standard Plan. For each type of junction box, or whenever there is a design change to the junction box, a proof test, as defined in this specification, shall be performed once in the presence of the Engineer. This section is supplemented with the following new subsections: 9-29.2(I)A Standard Duty Junction Boxes All Standard Duty Junction Boxes shall have a minimum load rating of 22,500 pounds and be tested in accordance with 9-29.2(1)C. A complete Type 7 or Type 8 Junction Box includes the spread footing shown in the Standard Plans. Concrete Junction Boxes 1i The Standard Duty Concrete Junction Box steel frame, lid support, and lid shall be painted with a black paint containing rust inhibiters or painted with a shop applied, inorganic zinc primer in accordance with Section 6-07.3, or hot dip galvanized in accordance with ASTM A 111. Concrete used in Standard Duty Junction Boxes shall have a minimum compressive strength to of 6000 psi when reinforced with a welded wire hoop, or 4000 psi when reinforced with welded wire fabric or fiber reinforcement. The frame shall be anchored to the box by welding the wire fabric to the frame or by welding headed studs 3/8 inch x 3 inches long, as specified in section 9-06.15,to the frame. The wire fabric shall be attached to the studs and frame with standard tie practices. The box shall contain ten studs located near the centerline of the frame and box wall. The studs shall be placed one anchor in each corner, one at the middle of each width and two equally spaced on each length of the box. ' Material for Type 1, 2, 7 and 8 Concrete Junction Boxes shall conform to the following: Concrete Section 6-02 Reinforcing Steel Section 9-07 Fiber Reinforcing ASTM C 1116,Type III Lid ASTM A786 diamond plate steel Frame ASTM A786 diamond plate steel or ASTM A36 flat steel Lid Support&Handle ASTM A36 steel Anchors(studs) Section 9-06.15 Non-concrete Junction Boxes Material for the non-concrete junction boxes shall be of a quality that will provide for a similar life expectancy as Portland Cement Concrete in a direct burial application. Type 1,2, 7,and 8 non-concrete junction boxes shall have a Design Load of 22,500 lbs. and shall be tested in accordance with 9-29.2(1)C. Non-concrete junction boxes shall be gray in color and have an open bottom design with approximately the same inside dimensions, and present a load to the bearing surface that is less than or equal to the loading presented by the concrete junction boxes shown in the Standard Plans. Non-concrete junction box lids shall include a pull slot and shall be secured with two '/2 inch stainless steel hex-head bolts go factory coated with anti-seize compound and recessed into the cover. The tapped holes for the securing bolts shall extend completely through the box to prevent accumulation of debris. Bolts shall conform to ASTM F 593, stainless steel. WSDOT Amendments 52 1W vw 9-29.2(I)B Heavy Duty Junction Boxes Heavy Duty Junction Boxes shall be concrete and have a minimum vertical load rating of 46,000 pounds without permanent deformation and 60,000 pounds without failure when tested in aw accordance with 9-29.2(1)C . The Heavy Duty Junction Box steel frame, lid support and lid shall be painted with a shop applied, inorganic zinc primer in accordance with Section 6-07.3 The concrete used in Heavy Duty Junction Boxes shall have a minimum compressive strength of .., 4000 PSI. Material for Type 4, 5, and 6 Concrete Junction Boxes shall conform to the following: Concrete Section 6-02 Reinforcing Steel Section 9-07 Lid ASTM A786 diamond plate steel,rolled from plate complying with ASTM A572, grade 50 or ASTM A588 with min. CVN toughness of 20 ft-lb at 40 degrees F Frame and stiffener plates ASTM A572 grade 50 or ASTM A588,both with min. CVN toughness of 20 ft-lb at 40 degrees F Handle ASTM A36 steel Anchors(studs) Section 9-06.15 Bolts,Nuts,Washers ASTM F 593 or A 193, type 304 or 316 ... The lid stiffener plates shall bear on the frame, and be milled so that there is full even contact, around the perimeter, between the bearing seat and lid stiffener plates, after fabrication of the frame and lid. The bearing seat and lid perimeter bar shall be free from burrs, dirt and other foreign debris that would prevent solid seating. Bolts and nuts shall be liberally coated with anti- seize compound. Bolts shall be installed snug tight. The bearing seat and lid perimeter bar shall be machined to allow a minimum of 75%of the bearing areas to be seated with a tolerance of 0.0 to 0.005 inches measured with a feeler gage. The bearing area percentage will be measured for each side of the lid as it bears on the frame. 9-29.2(1)C Testing Requirements Junction boxes shall be tested by an independent materials testing facility, and a test report issued documenting the results of the tests performed. For concrete junction boxes the independent testing lab shall meet the requirements of AASHTO R 18 for Qualified Tester and Verified Test Equipment. The test shall be conducted in the presence of and signed off by the Engineer or a designated representative. The Contractor shall �•• give the Engineer 30 days notice prior to testing. One copy of the test report shall be furnished to the Contracting Agency certifying that the box and cover meet or exceed the loading requirements for a concrete junction box, and shall include the following information: 1. Product identification. 2. Date of testing. 3. Description of testing apparatus and procedure. 4. All load deflection and failure data. 5. Weight of box and cover tested. +rr 6. Upon completion of the required test(s) the box shall be loaded to failure. 7. A brief description of type and location of failure. .w tiw WSDOT Amendments 53 For non-concrete junction boxes the testing facility shall be a Nationally Recognized Testing Laboratory (witnessing is not required). One copy of the test report shall be furnished to the Contracting Agency certifying that the box and cover meet or exceed the loading requirements for a non-concrete junction box, and shall include the following information: 1. Product identification. 2. Date of testing. 3. Description of testing apparatus and procedure. 4. All load deflection data. 5. Weight of box and cover tested. Testing for Standard Duty Concrete Junction Boxes Standard Duty Concrete Junction Boxes shall be load tested to 22,500 pounds. The test load shall be applied uniformly through a 10-inch x 10inch x finch steel plate centered on the lid. The test load shall be applied and released ten times, and the deflection at the test load and released state shall be recorded for each interval. At each interval the junction box shall be inspected for lid deformation, failure of the lid/frame welds, vertical and horizontal displacement of the lid/frame, cracks, and concrete spalling. No Concrete junction boxes will be considered to have withstood the test if none of the following conditions are exhibited: 1. Permanent deformation of the lid or any impairment to the function of the lid. 2. Vertical or horizontal displacement of the lid frame. 3. Cracks wider than 0.012 inches that extend 12 inches or more. 4. Fracture or cracks passing through the entire thickness of the concrete. 5. Spalling of the concrete. Testing for the Standard Duty non-concrete Junction Boxes Non-concrete Junction Boxes shall be tested to a minimum of 22,500 lbs as defined in the ANSI/SCTE 77-2002 Tier 15 test method. In addition the contractor shall provide a Manufacture Certificate of Compliance for each non-concrete junction box installed. Testing for Heavy Duty Junction Boxes Heavy Duty Junction Boxes shall be load tested to 46,000 pounds. The test load shall be applied vertically through a 10-inch x 20-inch x 1-inch steel plate centered on the lid with an orientation both on the long axis and the short axis of the junction box. The test load shall be applied and released ten times on each axis. The deflection at the test load and released state shall be recorded for each interval. At each interval the test box shall be inspected for lid deformation, failure of the lid or frame welds, vertical and horizontal displacement of the lid frame, cracks, and concrete spalling. After the twentieth loading interval the test shall be terminated with a 60,000 pound load being applied vertically through the steel plate centered on the lid and with the long edge of steel plate orientated parallel to the long axis of the box. rrr► Heavy Duty Junction Boxes will be considered to have withstood the 46,000 pounds test if none of the following conditions are exhibited: as 1. Permanent deformation of the lid or any impairment to the function of the lid. 2. Vertical or horizontal displacement of the lid frame. of 3. Cracks wider than 0.012-inches that extend 12-inches or more. wr WSDOT Amendments 54 W VO 4. Fracture or cracks passing through the entire thickness of the concrete. 5. Spalling of the concrete. a' Heavy Duty Junction Boxes will be considered to have withstood the 60,000 pounds test if all of the following conditions are exhibited: .W 1. The lid is operational. 2. The lid is securely fastened. 3. The welds have not failed. 4. Permanent dishing or deformation of the lid is 1/4 inch or less. 5. No buckling or collapse of the box. 9-29.2(2) Vacant This section including title is revised to read: 9-29.2(2) Standard Duty and Heavy Duty Cable Vaults and Pull Boxes Standard Duty and Heavy Duty Cable Vaults and Pull Boxes shall be constructed as a concrete box and as a concrete lid. The lid for the Heavy Duty and Standard Duty Cable Vaults and Pull Boxes shall be interchangeable and both shall fit the same box as shown in the Standard Plans. The Contractor shall provide shop drawings if their manufacturing process or standard production model includes any deviation from the Standard Plan. For each type of box or •w whenever there is a design change to the Cable Vault or Pull box, a proof test, as defined in this specification, shall be performed once in the presence of the Engineer. This section is supplemented with the following new sections: 9-29.2(2)A Standard Duty Cable Vaults and Pull Boxes Standard Duty Cable Vaults and Pull boxes shall be concrete and have a minimum load rating of 22,500 pounds and be tested in accordance with 9-29.2(1)C for concrete Standard Duty Junction Boxes. Concrete for standard duty cable vaults and pull boxes shall have a minimum compressive strength of 4000 psi. The frame shall be anchored to the vault/box by welding the wire fabric to the frame or by welding headed studs 3/8 inch x 3 inches long, as specified in Section 9-06.15, to the frame. The wire fabric shall be attached to the studs and frame with standard tie practices. The vault/box shall contain ten studs located near the centerline of the frame and wall. Studs shall be placed one anchor in each corner, one at the middle of each width and two equally +� spaced on each length of the vault/box. The steel frame, lid support, and lid shall be painted with a black paint containing rust inhibiters or painted with a shop applied, inorganic zinc primer in accordance with Section 6-07.3 or hot dip galvanized in accordance with ASTM A 111. aw Material for Standard Duty Cable Vaults and Pull Boxes shall conform to the following: ,r„ Concrete Section 6-02 Reinforcing Steel Section 9-07 Lid ASTM A786 diamond plate steel ,Ow Frame ASTM A786 diamond plate steel or ASTM A36 flat steel Lid Support& Handle ASTM A36 steel Anchors(studs) Section 9-06.15 " Bolts, Nuts,Washers ASTM F593 or A 193,type 304 or 316 aw VW WSDOT Amendments 55 9-29.2(2)B Heavy Duty Cable Vaults and Pull Boxes Heavy Duty Cable Vaults and Pull Boxes shall be constructed of concrete having a minimum compressive strength of 4000 psi, and have a minimum vertical load rating of 46,000 pounds without permanent deformation and 60,000 pounds without failure when tested in accordance with Section 9-29.2(1)C for Heavy Duty Junction Boxes. Material for Heavy Duty Cable Vaults and Pull boxes shall conform to the following: Concrete Section 6-02 Reinforcing Steel Section 9-07 Cover Section 9-05.15(1) Ring Section 9-05.15(1) Anchors(studs) Section 9-06.15 Bolts,Nuts,Washers ASTM F593 or Al 93,type 304 or 316 9-29.2(4) Cover Markings The first sentence of the first paragraph is revised to read: Junction boxes, cable vaults, and pull boxes with metallic lids shall be marked with the appropriate legend in accordance with the bead weld details in the Standard Plans. Non- metallic lids shall be embossed with the appropriate legend and a non-skid surface. Legends for metallic lids and non-metallic lids shall be 1-inch nominal height. The first sentence of the second paragraph is revised to read: Junction boxes, cable vaults and pull boxes shall be marked or embossed for use in accordance with the plans and following schedule: 9-29.6(2) Slip Base Hardware The last sentence in the first paragraph is revised to read: Plate washers shall conform to ASTM A 36, and also shall conform to the flatness tolerances specified in AASHTO M 293 for circular washers. 9-29.6(5) Foundation Hardware The second and third paragraphs are revised to read: Anchor bolts,and associated nuts and washers, for Type CCTV, I1, I11, IV, and V signal standards and luminaire poles shall conform to Section 9-06.5(4). Anchor rods conforming to ASTM A 449 may be substituted, provided that the galvanized ASTM A 449 anchor rods having an ultimate tensile strength above 145 ksi shall be tested for embrittlement in accordance with either ASTM A 143 (if the rod length is equal to or greater than five times the bolt diameter) or ASTM F 606 Section 7 (if the rod length is less than five times the nominal bolt diameter). All foundation hardware shall be 100% hot-dipped galvanized in accordance with AASHTO M 111 and AASHTO M 232. WSDOT Amendments 56 vo SECTION 9-30,WATER DISTRIBUTION MATERIALS August 7,2006 aw 9-30.6(3)A Copper Tubing This section is revised to read: rr Copper pipe or tubing shall be annealed, seamless, and conform to the requirements of ASTM B 88,Type K rating. tow SECTION 9-33,CONSTRUCTION GEOTEXTILE August 7, 2006 Section 9-33 including title is revised in its entirety to read: SECTION 9-33,CONSTRUCTION GEOSYNTHETIC 9-33.1 Geosynthetic Material Requirements The term geosynthetic shall be considered to be inclusive of geotextiles, geogrids, and prefabricated drainage mats. aw Geotextiles, including geotextiles attached to prefabricated drainage core to form a prefabricated drainage mat, shall consist only of long chain polymeric fibers or yarns formed into a stable +�. network such that the fibers or yarns retain their position relative to each other during handling, placement, and design service life. At least 95 percent by weight of the material shall be polyolefins or polyesters. The material shall be free from defects or tears. The geotextile shall also be free of any treatment or coating which might adversely alter its hydraulic or physical properties after installation. Geogrids shall consist of a regular network of integrally connected polymer tensile elements with an aperture geometry sufficient to permit mechanical interlock with the surrounding backfill. The long chain polymers in the geogrid tensile elements, not including coatings, shall consist of at least 95 percent by mass of the material of polyolefins or polyesters. The material shall be free of defects, cuts, and tears. Prefabricated drainage core shall consist of a three dimensional polymeric material with a structure that permits flow along the core laterally, and which provides support to the geotextiles attached to it. +■+ The geosynthetic shall conform to the properties as indicated in Tables 1 through 8 in Section 9- 33.2, and additional tables as required in the Standard Plans and Special Provisions for each use specified in the Plans. Specifically, the geosynthetic uses included in this section and their associated tables of properties are as follows: Geotextile Geosynthetic Application Applicable Property Tables Underground Drainage, Low and Moderate Survivability, Tables 1 and 2 ( la.ecP.c A R and r + Separation Table 3 Soil Stabilization Table 3 Permanent Erosion Control, Moderate and High Survivability Tables 4 and 5 A. Rand C �r frw WSDOT Amendments 57 Ditch Lining Table 4 Temporary Silt Fence Table 6 Permanent Geosynthetic Retaining Wall Table 7 and Std. Plans Temporary Geosynthetic Retaining Wall Tables 7 and 10 Prefabricated Drainage Mat Table 8 Table 10 will be included in the Special Provisions. Geogrid and geotextile reinforcement in geosynthetic retaining walls shall conform to the properties specified in the Standard Plans for permanent walls,and Table 10 for temporary walls. For geosynthetic retaining walls that use geogrid reinforcement, the geotextile material placed at the wall face to retain the backfill material as shown in the Plans shall conform to the properties for Construction Geotextile for Underground Drainage, Moderate Survivability, Class A. Thread used for sewing geotextiles shall consist of high strength polypropylene, polyester, or polyamide. Nylon threads will not be allowed. The thread used to sew permanent erosion control geotextiles, and to sew geotextile seams in exposed faces of temporary or permanent geosynthetic retaining walls, shall also be resistant to ultraviolet radiation. The thread shall be of wn► contrasting color to that of the geotextile itself. 9-33.2 Geosynthetic Properties 9-33.2(1) Geotextile Properties Table 1: Geotextile for underground drainage strength properties for survivability. ASTM Geotextile Pro a Requirements' Test Low Moderate Method Z Survivability ivability Geotextile Property Woven Nonwoven Woven Nonwoven Grab Tensile D 4632 180 lb 115 lb min. 250 lb 160 lb min. Strength,in min. min. machine and x-machine direction Grab Failure D 4632 <50% > 50% <50% > 50% Strain, in machine and x-machine direction Seam D 46323 160 lb 100 lb min. 220 lb 140 lb min. Breaking min. min. Strength Puncture D 6241 370 lb 220 lb min. 495 lb 310 lb min. Resistance min. min. Tear Strength, D 4533 67 lb 40 lb min. 80 lb 50 lb min. in machine min. min. and x- machine direction WSDOT Amendments 58 40 Ultraviolet D 4355 50%strength retained min., (UV) after 500 hours in a xenon arc device Radiation "w Stability Table 2: Geotextile for underground drainage filtration properties. y. Geotextile ASTM Geotextile Property Re uirements' Property Test Class A Class B Class C " Method AOS D 4751 U.S.No. 40 U.S.No. 60 U.S.No. 80 max. max. max. *� Water Permittivity D 4491 0.5 sec-1 min. 10.4 sec-1 min. 1 0.3 sec' min. Table 3: Geotextile for separation or soil stabilization. Geotextile ASTM Geotextile Pro a Requirements' Property Test Separation Soil Stabilization aw Method' Woven I Nonwoven Woven I Nonwoven AOS D 4751 U.S.No. 30 max. U.S.No. 40 max. Water D 4491 0.02 sec-1 min. 0.10 sec-1 min. Permittivity Grab Tensile D 4632 250 lb 160 lb min. 315 lb 200 lb min. Strength, min. min. in machine and x-machine direction Grab Failure D 4632 <50% > 50% <50% >50% %w Strain, in machine and x-machine direction Seam Breaking D 46323 220 lb 140 lb min. 270 lb 180 lb min. .Strength min. min. Puncture D 6241 495 lb 310 lb min. 620 lb 430 lb min. Resistance min. min. Tear Strength, D 4533 80 lb min. 50 lb min. 112 lb 79 lb min. �. in machine and min. x-machine direction Ultraviolet D 4355 50% strength retained min., (UV) after 500 hours in xenon arc device Radiation 1w Stability Table 4: Geotextile for permanent erosion control and ditch lining. No Geotextile ASTM Geotextile Property Requirements' Property Test Permanent Erosion Control Ditch Lining No Method Z Moderate High Survivability Survivability wr err WSDOT Amendments 59 Woven Non- Woven Non- Woven Non- woven I woven I woven AOS D 4751 See Table 5 See Table 5 U.S. No. 30 max. r Water D 4491 See Table 5 See Table 5 0.02 sec' min. Permittivity Grab D 4632 250 lb 160 lb 315 lb 200 lb 250 lb 160 lb Tensile min. min. min. min. min. min. Strength, in machine and x-machine direction Grab D 4632 15%- >50% 15%- > 50% <50% > 50% Failure 50% 50% Strain, in machine and x-machine direction Seam D 4632 220 lb 140 lb 270 lb 180 lb 220 lb 140 lb Breaking min. min, min. min. min. min. Strength Puncture D 6241 495 lb 310 lb 620 lb 430 lb 495 lb 310 lb Resistance min. min. min. min. min. min. Tear D 4533 80 lb 50 lb 112 lb 79 lb 80 lb 50 lb Strength, min. min. min. min. min. min. in machine and x-machine direction Ultraviolet D 4355 701/6 strength retained min., (W) after 500 hours in xenon arc device Radiation Stabilit Table 5: Filtration properties for geotextile for permanent erosion control. ASTM Geotextile Property Requirements' Geotextile Test Property Method2 Class A Class B Class C AOS D 4751 U.S.No. 40 U.S.No. 60 U.S.No. 70 max. max. max. Water D 4491 0.7 sec-1 min. 0.4 sec' min. 0.2 sec-' min. Permittivity Table 6: Geotextile for temporary silt fence. Geotextile Property ASTM Geotextile Pro ert y Requirements' Test Unsupported Supported Between Method 2 Between Posts Posts with Wire or WSDOT Amendments 60 Polymeric Mesh AOS D 4751 U.S.No. 30 max. for slit wovens, U.S. No. 50 for all other geotextile types, U.S. No. 100 min. Water Permittivity D 4491 0.02 sec' min. rrr Grab Tensile Strength, D 4632 180 lb min. in 100 lb min. in machine and machine direction, x-machine direction 100 lb min. in x-machine direction Grab Failure Strain, D 4632 30%max. at 180 lb in machine and or more x-machine direction Ultraviolet(UV) D 4355 70%strength retained min., "" Radiation Stability after 500 hours in xenon arc device 9-33.2(2) Geosynthetic Properties For Retaining Walls and Reinforced Slopes W Table 7: Minimum properties required for geotextile reinforcement used in geosynthetic reinforced slopes and retaining walls. VW Geotextile Property ASTM Geotextile Property Requirements' Test Woven Nonwoven Method AOS D 4751 U.S.No. 20 max. Water Permittivity D 4491 0.02 sec' min. Grab Tensile Strength, D 4632 200 lb min. 120 lb min. in machine and x-machine direction err Grab Failure Strain, D 4632 <50% > 50% in machine and x-machine direction Seam Breaking D 46323'4 160 lb min. 100 lb min. Strength Puncture Resistance D 6241 370 lb min. 220 lb min. Tear Strength, D 4533 63 lb min. 50 lb min. in machine and x-machine direction Ultraviolet(UV) D 4355 70%(for polypropylene and polyethylene) Radiation Stability and 50%(for polyester) Strength Retained min., after 500 hours in a xenon arc device 9-33.2(3) Prefabricated Drainage Mat Prefabricated drainage mat shall have a single or double dimpled polymeric core with a geotextile attached and shall meet the following requirements: .w Table 8: Minimum properties required for prefabricated drainage mats. +wr WSDOT Amendments 61 Geotextile Property ASTM Geotextile Property Requirements' Test Method AOS D 4751 U.S.No. 60 max. Water Permittivity D 4491 0.4 sec-' min. Grab Tensile Strength, D 4632 Nonwoven— 100 lb min. in machine and x-machine direction Width D 5199 12 In. min. Thickness 0.4 In. min. Compressive Strength at D 1621 100 psi min. Yield In Plan Flow Rate D 4716 Gradient=0.1, Pressure=5.5 psi 5.0 gal./min./ft. Gradient= 1.0, Pressure= 14.5 psi 15.0 al/min./ft. 'All geotextile properties in Tables 1 through 8 are minimum average roll values (i.e., do the test results for any sampled roll in a lot shall meet or exceed the values shown in the table). 2The test procedures used are essentially in conformance with the most recently approved ASTM geotextile test procedures, except for geotextile sampling and specimen conditioning, which are in accordance with WSDOT Test Methods T 914, Practice for Sampling of Geotextiles for Testing, and T 915, Practice for Conditioning of Geotextiles for Testing, respectively. Copies of these test methods are available at the State Materials Laboratory P.O. Box 47365, Olympia,WA 98504-7365. WWith seam located in the center of 8-inch long specimen oriented parallel to grip faces. 4Applies only to seams perpendicular to the wall face. 9-33.3 Aggregate Cushion of Permanent Erosion Control Geotextile ll Aggregate cushion for permanent erosion control geotextile, Class A shall meet the requirements of Section 9-03.9(2). Aggregate cushion for permanent erosion control geotextile, Class B or C shall meet the requirements of Section 9-03.9(3)and 9-03.9(2). 9-33.4 Geosynthetic Material Approval and Acceptance 9-33.4(1) Geosynthetic Material Approval , If the geosynthetic source material has not been previously evaluated, or is not listed in the current WSDOT Qualified Products List (QPL), a sample of each proposed geosynthetic shall be submitted to the State Materials Laboratory in Tumwater for evaluation. Geosynthetic material approval will be based on conformance to the applicable properties from the Tables in Section 9-33.2 or in the Standard Plans or Special Provisions. After the sample and required information for each geosynthetic type have arrived at the State Materials Laboratory in Tumwater, a maximum of 14 calendar days will be required for this testing. Source approval shall not be the basis of acceptance of specific lots of material WSDOT Amendments 62 N delivered to the Contractor unless the roll numbers of the lot sampled can be clearly identified as the rolls tested and approved in the geosynthetic approval process. aw For geogrid and geotextile products proposed for use in permanent geosynthetic retaining walls or reinforced slopes that are not listed in the current QPL, the Contractor shall submit test information and the calculations used in the determination of Tai performed in accordance with WSDOT Standard Practice T 925, Standard Practice for Determination of Long-Term Strength for Geosynthetic Reinforcement, to the State Materials Laboratory in Tumwater for evaluation. The Contracting Agency will require up to 30 calendar days after receipt of the information to complete the evaluation. The Contractor shall submit to the Engineer the following information regarding each geosynthetic material proposed for use: Manufacturer's name and current address, Full product name, Geosynthetic structure, including fiber/yarn type, Geosynthetic polymer type(s) (for temporary and permanent geosynthetic retaining walls), Proposed geosynthetic use(s), and Certified test results for minimum average roll values. %W 9-33.4(2) Vacant 9-33.4(3) Acceptance Samples .. When the quantities of geosynthetic materials proposed for use in the following geosynthetic applications are greater than the following amounts, acceptance shall be by satisfactory test report: Application Geosynthetic Quantity Underground Drainage 600 s . yd. Temporary or Permanent Geosynthetic All quantities Retaining Walls .► The samples for acceptance testing shall include the information about each geosynthetic roll to be used as stated in 9-33.4(4). ,,■, Samples will be randomly taken by the Engineer at the job site to confirm that the geosynthetic meets the property values specified. Approval will be based on testing of samples from each lot. A"lot" shall be defined for the purposes of this specification as all geosynthetic rolls within the consignment (i.e., all rolls sent the project site) that were produced by the same manufacturer during a continuous period of production at the same manufacturing plant and have the same product name. �r After the samples have arrived at the State Materials Laboratory in Tumwater, a maximum of 14 calendar days will be required for this testing. If the results of the testing show that a geosynthetic lot, as defined, does not meet the properties required for the specified use as indicated in Tables 1 through 8 in Section 9- 33.2, and additional tables as specified in the Special Provisions, the roll or rolls which were sampled will be rejected. Geogrids and geotextiles for temporary geosynthetic retaining walls shall meet the requirements of Table 7, and Table 10 in the Special WSDOT Amendments 63 Provisions. Geogrids and geotextiles for permanent geosynthetic retaining wall shall meet the requirements of Table 7, and Table 9 in the Special Provisions, and both geotextile and geogrid acceptance testing shall meet the required ultimate tensile strength Tait as provided in the current QPL for the selected product(s). If the selected product(s) are not listed in the current QPL, the result of the testing for Tuft shall be greater than or equal to TUit as determined from the product data submitted and approved by the State Materials Laboratory ON during source material approval. Two additional rolls for each roll tested which failed from the lot previously tested will then be selected at random by the Engineer for sampling and retesting. If the retesting shows that any of the additional rolls tested do not meet the required properties, the entire lot will be rejected. If the test results from all the rolls retested meet the required properties, the entire lot minus the roll(s) that failed will be accepted. All geosynthetic that has defects, deterioration, or damage, as determined by the Engineer, will also be rejected. All rejected geosynthetic shall be replaced at no additional expense to the Contracting Agency. 9-33.4(4) Acceptance by Certificate of Compliance When the quantities of geosynthetic proposed for use in each geosynthetic application are less than or equal to the following amounts, acceptance shall be by Manufacturer's Certificate of Compliance: Application Geosynthetic Quantity Underground Drainage 600 sq. yd. Soil Stabilization and Separation All quantities Permanent Erosion Control All quantities Temporary Silt Fence All quantities Prefabricated Drainage Mat All quantities The Manufacturer's Certificate of Compliance shall include the following information about each geosynthetic roll to be used: Manufacturer's name and current address, Full product name, Geosynthetic structure, including fiber/yarn type, Geosynthetic Polymer type (for all temporary and permanent geosynthetic retaining walls only), Geosynthetic roll number(s), Geosynthetic lot number(s), Proposed geosynthetic use(s), and Certified test results. 9-33.4(5) Approval of Seams If the geotextile seams are to be sewn in the field, the Contractor shall provide a section of so sewn seam that can be sampled by the Engineer before the geotextile is installed. The seam sewn for sampling shall be sewn using the same equipment and procedures as so will be used to sew the production seams. If production seams will be sewn in both the machine and cross-machine directions, the Contractor must provide sewn seams for sampling which are oriented in both the machine and cross-machine directions. The seams sewn for sampling must be at least 2 yards in length in each geotextile direction. If the WSDOT Amendments 64 +r seams are sewn in the factory, the Engineer will obtain samples of the factory seam at random from any of the rolls to be used. The seam assembly description shall be submitted by the Contractor to the Engineer and will be included with the seam sample obtained for testing. This description shall include the seam type, stitch type, sewing thread type(s), and stitch density. SECTION 9-34,PAVEMENT MARKING MATERIAL April 3,2006 • 9-34.2 Paint This section is revised to read: White and yellow paint shall comply with the specifications for high volatile organic compound (VOC) solvent based paint, low VOC solvent based paint or low VOC waterborne paint. Blue paint for "Access Parking Space Symbol with Background" shall be chosen from a WSDOT lop QPL listed Manufacturer. The blue color shall match Fed Standard 595, color 15090 and the tolerance of variation shall match that shown in the FHWA "Highway Blue Color Tolerance Chart." 9-34.3 Plastic This section is revised to read: White and yellow plastic pavement marking materials shall comply with the specifications for: Type A—Liquid hot applied thermoplastic r. Type B—Pre-formed fused thermoplastic Type C—Cold applied pre-formed tape Type D—Liquid cold applied methyl methacrylate Blue plastic pavement marking material for "Access Parking Space Symbol with Background" shall be chosen from a WSDOT QPL listed Manufacturer. The blue color shall match Fed Standard 595, color 15090 and the tolerance of variation shall match that shown in the FHWA "Highway Blue Color Tolerance Chart." 9-34.4 Glass Beads In the first sentence the reference to AASHTO M 247-81, Type 1 is revised to AASHTO M 247,Type 1. SECTION 9-35,TEMPORARY TRAFFIC CONTROL MATERIALS April 3,2006 9-35.2 Construction Signs The first paragraph is supplemented with the following: No Post mounted Class A construction signs shall conform to the requirements of this section and additionally shall conform to the requirements stated in section 9-28. to The second paragraph is revised to read: Aluminum sheeting shall be used to fabricate all construction signs. The signs shall have a +rn minimum thickness of 0.080-inches and a maximum thickness of 0.125-inches. am 40 WSDOT Amendments 65 The first sentence in the fourth paragraph is revised to read: The use of plywood, composite, fiberglass reinforced plastic, new fabric rollup signs, and any other previously approved sign materials except aluminum is prohibited. Any sign which otherwise meets the requirements of this section and was purchased prior to July 1, 2004,may be utilized until December 31, 2007. If a fabric sign is used, it shall have been fabricated with Type VI reflective sheeting. .rN so 0 16 t Yr err IN go WSDOT Amendments 66 so c c c c c LOCAL AGENCY (APWA) � GENERAL SPECIAL E PROVISIONS L L L L L L L L L 1-01.3 Definitions (October 1, 2005 APWA GSP) I. This Section is supplemented with the following: w. All references in the Standard Specifications to the terms "State", "Department of Transportation", "Washington State Transportation Commission", "Commission", "Secretary of Transportation", "Secretary", "Headquarters",and "State Treasurer"shall be revised to read"Contracting Agency". All references to"State Materials Laboratory"shall be revised to read"Contracting Agency designated location". The venue of all causes of action arising from the advertisement, award, execution,and performance of the contract shall be in the Superior Court of the County where the Contracting Agency's headquarters are located. MW Additive A supplemental unit of work or group of bid items, identified separately in the proposal, which may, at the discretion of the Contracting Agency,be awarded in addition to the base bid. Alternate One of two or more units of work or groups of bid items, identified separately in the proposal, from which the Contracting Agency may make a choice between different methods or material of construction for performing the same work. Contract Documents See definition for"Contract". Contract Time The period of time established by the terms and conditions of the contract within which the work must be physically completed. or Dates Bid Opening Date +• The date on which the Contracting Agency publicly opens and reads the bids. Award Date The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive bidder for the work. Contract Execution Date The date the Contracting Agency officially binds the agency to the contract. .r. Notice to Proceed Date The date stated in the Notice to Proceed on which the contract time begins. Substantial Completion Date The day the Engineer determines the Contracting Agency has full and unrestricted use and benefit of the facilities,both from the operational and safety standpoint,and only minor incidental work,replacement of r temporary substitute facilities, or correction or repair remains for the physical completion of the total contract. Local Agency(APWA)GSP rrr Contract Completion Date IN The date by which the work is contractually required to be physically completed.The Contract Completion Date will be stated in the Notice to Proceed. Revisions of this date will be authorized in writing by the Engineer whenever there is an extension to the contract time. Physical Completion Date The day all of the work is physically completed on the project. All documentation required by the contract and required by law does not necessarily need to be furnished by the Contractor by this date. Completion Date The day all the work specified in the contract is completed and all the obligations of the Contractor under the contract are fulfilled by the Contractor. All documentation required by the contract and required by law must be furnished by the Contractor before establishment of this date. Final Acceptance Date The date on which the Contracting Agency accepts the work as complete. Notice of Award The written notice from the Contracting Agency to the successful bidder signifying the Contracting Agency's acceptance of the bid. Notice to Proceed rte The written notice from the Contracting Agency or Engineer to the Contractor authorizing and directing the Contractor to proceed with the work and establishing the date on which the contract time begins. ib Traffic Both vehicular and non-vehicular traffic, such as pedestrians,bicyclists,wheelchairs, and equestrian traffic. 1-02 BID PROCEDURES AND CONDITIONS 1-02.1 Prequalification of Bidders Delete this Section and replace it with the following: 1-02.1 Qualifications of Bidder (October 1, 2005 APWA GSP) Bidders shall be qualified by experience, financing, equipment,and organization to do the work called for in the Contract Documents.The Contracting Agency reserves the right to take whatever action it deems necessary to ascertain the ability of the bidder to perform the work satisfactorily. 1-02.2 Plans and Specifications (October 1, 2005 APWA GSP) Delete this section and replace it with the following: Information as to where Bid Documents can be obtained or reviewed will be found in the Call for Bids (Advertisement for Bids) for the work. Local Agency(APWA)GSP 2 MW After award of the contract,plans and specifications will be issued to the Contractor at no cost as detailed below: To Prime Contractor No. of Sets Basis of Distribution Reduced plans(11" x 17") 4 Furnished automatically and Contract Provisions upon award. Large plans (22" x 34") 4 Furnished only upon and Contract Provisions request. ,r. Additional plans and Contract Provisions may be purchased by the Contractor by payment of the cost stated in the Call for Bids. 1-02.5 Proposal Forms (October 1, 2005 AP WA GSP) Delete this section and replace it with the following: At the request of a bidder,the Contracting Agency will provide a proposal form for any project on which ^� the bidder is eligible to bid. The proposal form will identify the project and its location and describe the work. It will also list w. estimated quantities,units of measurement,the items of work, and the materials to be furnished at the unit bid prices. The bidder shall complete spaces on the proposal form that call for,but are not limited to,unit prices; extensions; summations; the total bid amount; signatures; date; and,where applicable,retail sales taxes and acknowledgment of addenda; the bidder's name, address,telephone number,and signature;the bidder's D/M/WBE commitment,if applicable; a State of Washington Contractor's Registration Number; and a Business License Number, if applicable. Bids shall be completed by typing or shall be printed in ink .r by hand,preferably in black ink. The required certifications are included as part of the proposal form. The Contracting Agency reserves the right to arrange the proposal forms with alternates and additives,if such be to the advantage of the Contracting Agency. The bidder shall bid on all alternates and additives set forth in the proposal forms unless otherwise specified. Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by the signer of the bid.The bidder shall make no stipulation on the Bid Form,nor qualify the bid in any manner. A bid by a corporation shall be executed in the corporate name,by the president or a vice president(or other corporate officer accompanied by evidence of authority to sign). A bid by a partnership shall be executed in the partnership name, and signed by a partner. A copy of the partnership agreement shall be submitted with the Bid Form if any D/M/WBE requirements are to be satisfied through such an agreement. A bid by a joint venture shall be executed in the joint venture name and signed by a member of the joint venture. A copy of the joint venture agreement shall be submitted with the Bid Form if any D/W/MBE requirements are to be satisfied through such an agreement. Local Agency(APWA)GSP 3 1-02.6 Preparation of Proposal (January 23, 2006 APWA GSP) Supplement the second paragraph with the following: 4 If a minimum bid amount has been established for any item the unit price must equal or exceed the minimum amount stated. 1-02.7 Bid Deposit October 1, 2005 APWA GSP Supplement this section with the following: Bid bonds shall contain the following: 1. Contracting Agency-assigned number for the project; 2. Name of the project; 3. The Contracting Agency named as obligee; 4. The amount of the bid bond stated either as a dollar figure or as a percentage which represents five percent of the maximum bid amount that could be awarded; 5. Signature of the bidder's officer empowered to sign official statements.The signature of the person authorized to submit the bid should agree with the signature on the bond,and the title of the person must accompany the said signature; 6. The signature of the surety's officer empowered to sign the bond and the power of attorney. If so stated in the Contract Provisions,bidder must use the bond form included in the Contract Provisions. 1-02.9 Delivery of Proposal (October 1, 2005 APWA GSP) ' Revise the first paragraph to read: > Each proposal shall be submitted in a sealed envelope with the Project Name and Project Number as stated in the Advertisement for Bids clearly marked on the outside of the envelope or as otherwise stated in the Bid Documents,to ensure proper handling and delivery. 1-02.13 Irregular Proposals (October 1, 2005 APWA GSP) Revise item 1 to read: 1. A proposal will be considered irregular and will be rejected if: a. The bidder is not prequalified when so required; b. The authorized proposal form furnished by the Contracting Agency is not used or is altered; c. The completed proposal form contains any unauthorized additions,-deletions, alternate bids,or conditions; Local Agency(APWA)GSP 4 it r d. The bidder adds provisions reserving the right to reject or accept the award, or enter into the contract; e. A price per unit cannot be determined from the bid proposal; f. The proposal form is not properly executed; g. The bidder fails to submit or properly complete a subcontractor list, if applicable, as required in Section 102.6. h. The bidder fails to submit or properly complete a Disadvantaged, Minority or Women's Business Enterprise Certification, if applicable,as required in Section 1-02.6; or i. The bid proposal does not constitute a definite and unqualified offer to meet the material terms of ,,W the bid invitation. 1-02.14 Disqualification of Bidders go (October 1, 2005 APWA GSP) Revise this section to read: A bidder may be deemed not responsible and the proposal rejected if: 1. More than one proposal is submitted for the same project from a bidder under the same or different names; .. 2. Evidence of collusion exists with any other bidder or potential bidder. Participants in collusion will be restricted from submitting further bids; 3. The bidder,in the opinion of the Contracting Agency, is not qualified for the work or to the full extent �` of the bid,or to the extent that the bid exceeds the authorized prequalification amount as may have been determined by a prequalification of the bidder; 4. An unsatisfactory performance record exists based on past or current Contracting Agency work or for "�` work done for others as judged from the standpoint of conduct of the work; workmanship; progress; affirmative action; equal employment opportunity practices; or Disadvantaged Business Enterprise Minority Business Enterprise or Women's Business Enterprise utilization; ' 5. There is uncompleted work(Contracting Agency or otherwise)which might hinder or prevent the prompt completion of the work bid upon; 6. The bidder failed to settle bills for labor or materials on past or current contracts; 7. The bidder has failed to complete a written public contract or has been convicted of a crime arising from a previous public contract; 8. The bidder is unable, financially or otherwise,to perform the work; 9. A bidder is not authorized to do business in the State of Washington(not registered in accordance with RCW 18.27); 10. There are any other reasons deemed proper by the Contracting Agency. 1-02.15 Pre Award Information (October 1, 2005 APWA GSP) Revise this section to read: aw Before awarding any contract,the Contracting Agency may require one or more of these items or actions of the apparent lowest responsible bidder: 1. A complete statement of the origin, composition,and manufacture of any or all materials to be used, Local Agency(APWA)GSP 5 s 2. Samples of these materials for quality and fitness tests, 3. A progress schedule (in a form the Contracting Agency requires) showing the order of and time required for the various phases of the work, 4. A breakdown of costs assigned to any bid item, 5. Attendance at a conference with the Engineer or representatives of the Engineer, 6. Obtain and furnish a copy of a business license to do business in the city or county where the work is located. 7 A copy of State of Washington Contractor's Registration,or Any other information or action taken that is deemed necessary to ensure that the bidder is the lowest responsible bidder. 1-03.1 Consideration of Bids (January 23, 2006 APWA GSP) Revise the first paragraph to read: After opening and reading proposals, the Contracting Agency will check them for correctness of extensions of the prices per unit and the total price. If a discrepancy exists between the price per unit and the extended amount of any bid item, the price per unit will control. If a minimum bid amount has been established for any item and the bidder's unit or lump sum price is less than the minimum specified amount the Contracting Agency will unilaterally revise the unit or lump sum price, to the minimum specified amount and recalculate the extension. The total of extensions, corrected where necessary, including sales taxes where applicable and such additives and/or alternates as selected by the Contracting do Agency, will be used by the Contracting Agency for award purposes and to fix the Awarded Contract Price amount and the amount of the contract bond. 1-03.3 Execution of Contract (October 1, 2005 APWA GSP) Revise this section to read: Copies of the Contract Provisions including the unsigned Form of Contract will be available for signature by the successful bidder on the first business day following award.The number of copies to be executed by the Contractor will be determined by the Contracting Agency. Within 10 calendar days after the award date,the successful bidder shall return the signed Contracting to Agency-prepared contract, an insurance certification as required by Section 1-07.18,and a satisfactory bond as required by law and Section 1-03.4.Before execution of the contract by the Contracting Agency, the successful bidder shall provide any pre-award information the Contracting Agency may require under Section 1-02.15. Until the Contracting Agency executes a contract,no proposal shall bind the Contracting Agency nor shall any work begin within the project limits or within Contracting Agency-furnished sites.The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the Contracting Agency. Local Agency(APWA)GSP 6 No If the bidder experiences circumstances beyond their control that prevents return of the contract "' documents within the calendar days after the award date stated above,the Contracting Agency may grant up to a maximum of 10 additional calendar days for return of the documents,provided the Contracting Agency deems the circumstances warrant it. MW 1-03.4 Contract Bond (October 1, 2005 APWA GSP) Revise the first paragraph to read: a„ The successful bidder shall provide an executed contract bond for the full contract amount. This contract bond shall: 1. Be on a Contracting Agency-furnished form; «. 2. Be signed by an approved surety(or sureties)that: a. Is registered with the Washington State Insurance Commissioner, and b. Appears on the current Authorized Insurance List in the State of Washington published by the r. Office of the Insurance Commissioner, 3. Be conditioned upon the faithful performance of the contract by the Contractor within the prescribed time; 4M 4. Guarantee that the surety shall indemnify, defend, and protect the Contracting Agency against any claim of direct or indirect loss resulting from the failure: a. Of the Contractor(or any of the employees, subcontractors, or lower tier subcontractors of the m. Contractor)to faithfully perform the contract, or b. Of the Contractor(or the subcontractors or lower tier subcontractors of the Contractor)to pay all laborers,mechanics, subcontractors, lower tier subcontractors,materialperson, or any other "' person who provides supplies or provisions for carrying out the work; 5. Be accompanied by a power of attorney for the Surety's officer empowered to sign the bond; and 6. Be signed by an officer of the Contractor empowered to sign official statements(sole proprietor or to partner). If the Contractor is a corporation the bond must be signed by the president or vice-president unless accompanied by written proof of the authority of the individual signing the bond to bind the corporation(i.e., corporate resolution,power of attorney or a letter to such effect by the president or M' vice-president). 1-04.2 Coordination of Contract Documents,Plans,Special Provisions,Specifications, and Addenda MW (October 1, 2005 APWA GSP) Revise the second paragraph to read: Any inconsistency in the parts of the Contract shall be resolved by following this order of precedence (e.g., 1 presiding over 2,2 over 3, 3 over 4,and so forth): 1. Addenda, 2. Proposal Form, .� 3. Special Provisions, 4. Contract Plans, 5. Amendments to the WSDOT Standard Specifications, r. Local Agency(APWA)GSP 7 6. Local Agency(APWA)General Special Provisions, l 7. WSDOT Standard Specifications for Road,Bridge and Municipal Construction, 8. Contracting Agency's Standard Plans(if any) 9. WSDOT Standard Plans for Road,Bridge and Municipal Construction(latest revision) 1-04.6 Increased or decreased quantities (October 1, 2005 APWA GSP; may not be used on FHWA funded projects) Supplement this Section with the following: The quantities for Foundation Gravel have been entered into the Proposal only to provide a common proposal for bidders. Actual quantities will be determined in the field as the work progresses,and will be paid at the original bid price,regardless of final quantity. These bid items shall not be subject to the provisions of 1-04.6 of the Standard Specifications. 1-04.6 Increased or Decreased Quantities (October 1, 2005 APWA GSP, Option B; may not be used on FHWA funded projects) Delete the first paragraph,and replace it with the following: Payment to the Contractor will be made only for the actual quantities of work performed and accepted in conformance with the contract. When the accepted quantity of work performed under a unit item varies from the original proposal quantity, payment will be at the unit contract price for all work unless the total accepted quantity of any contract item, adjusted to exclude added or deleted amounts included in change orders accepted by both parties, increases or decreases by more than 25 percent from the original proposal quantity, and if the total extended bid price for that item at time of award is equal to or greater than 10 percent of the total contract price at time of award. In that case, payment for contract work may be 1 adjusted as described herein: 1-05.4 Conformity With and Deviations from Plans and Stakes Add the following two new sub-sections: 1-05.4(1) Roadway and Utility Surveys (October 1, 2005 APWA GSP) The Engineer shall furnish to the Contractor one time only all principal lines, grades, and measurements the Engineer deems necessary for completion of the work. These shall generally consist of one initial set of- 1. Slope stakes for establishing grading; 2. Curb grade stakes; 3. Centerline finish grade stakes for pavement sections wider than 25 feet; and 4. Offset points to establish line and grade for underground utilities such as water, sewers,and storm drains. On alley construction projects with minor grade changes,the Engineer shall provide only offset hubs on so one side of the alley to establish the alignment and grade. 1-05.4(2) Bridge and Structure Surveys (October 1, 2005 APWA GSP) Local Agency(APWA)GSP 8 iM1► am For all structural work such as bridges and retaining walls,the Contractor shall retain as a part of �. Contractor's organization an experienced team of surveyors. The Contractor shall provide all surveys required to complete the structure, except the following primary "' survey control which will be provided by the Engineer: 1. Centerline or offsets to centerline of the structure. 2. Stations of abutments and pier centerlines. 3. A sufficient number of bench marks for levels to enable the Contractor to set grades at reasonably short distances. .r 4. Monuments and control points as shown in the Plans. The Contractor shall establish all secondary survey controls,both horizontal and vertical, as necessary to assure proper placement of all project elements based on the primary control points provided by the Engineer. Survey work shall be within the following tolerances: Stationing +.01 foot Alignment +.01 foot(between successive points) Superstructure Elevations +.01 foot(from plan elevations) Substructure Elevations +.05 foot(from plan elevations) During the progress of the work,the Contractor shall make available to the Engineer all field books including survey information, footing elevations,cross sections and quantities. The Contractor shall be fully responsible for the close coordination of field locations and measurements with appropriate dimensions of structural members being fabricated. .. 1-05.7 Removal of Defective and Unauthorized Work (October 1, 2005 APWA GSP) r Supplement this section with the following: If the Contractor fails to remedy defective or unauthorized work within the time specified in a written notice from the Engineer, or fails to perform any part of the work required by the Contract Documents, the Engineer may correct and remedy such work as may be identified in the written notice,with Contracting Agency forces or by such other means as the Contracting Agency may deem necessary. r. If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation,the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced,or have work the Contractor refuses to perform completed by using Contracting Agency or other forces. An emergency situation is any situation when,in the opinion of the Engineer,a delay in its remedy could be potentially unsafe, or might cause serious risk of loss or damage to the public,Property Owner and Property Owner's property. r Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying defective or unauthorized work,or work the Contractor failed or refused to perform, shall be paid by the aw Contractor. Payment will be deducted by the Engineer from monies due,or to become due, the Contractor. Such direct and indirect costs shall include in particular,but without limitation,compensation Local Agency(APWA)GSP 9 rr for additional professional services required,and costs for repair and replacement of work of others destroyed or damaged by correction,removal, or replacement of the Contractor's unauthorized work. No adjustment in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the Contracting Agency's rights provided by this Section. The rights exercised under the provisions of this section shall not diminish the Contracting Agency's right to pursue any other avenue for additional remedy or damages with respect to the Contractor's failure to ' perform the work as required. 1-05.11 Final Inspection Delete this section and replace it with the following: 1-05.11 Final Inspections and Operational Testing (October 1, 2005 APWA GSP) 1-05.11(1) Substantial Completion Date When the Contractor considers the work to be substantially complete, the Contractor shall so notify the Engineer and request the Engineer establish the Substantial Completion Date.The Contractor's request shall list the specific items of work that remain to be completed in order to reach physical completion. The Engineer will schedule an inspection of the work with the Contractor to determine the status of completion.The Engineer may also establish the Substantial Completion Date unilaterally. If, after this inspection,the Engineer concurs with the Contractor that the work is substantially complete and ready for its intended use,the Engineer,by written notice to the Contractor, will set the Substantial Completion Date.If, after this inspection the Engineer does not consider the work substantially complete and ready for its intended use,the Engineer will,by written notice, so notify the Contractor giving the reasons therefor. Upon receipt of written notice concurring in or denying substantial completion,whichever is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption,the work necessary to reach Substantial and Physical Completion.The Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work. The above process shall be repeated until the Engineer establishes the Substantial Completion Date and the Contractor considers the work physically complete and ready for final inspection. 1-05.11(2) Final Inspection and Physical Completion Date When the Contractor considers the work physically complete and ready for final inspection,the Contractor by written notice, shall request the Engineer to schedule a final inspection.The Engineer will set a date for final inspection.The Engineer and the Contractor will then make a final inspection and the Engineer will notify the Contractor in writing of all particulars in which the final inspection reveals the rW► work incomplete or unacceptable.The Contractor shall immediately take such corrective measures as are necessary to remedy the listed deficiencies. Corrective work shall be pursued vigorously, diligently, and Local Agency(APWA)GSP 10 without interruption until physical completion of the listed deficiencies.This process will continue until the Engineer is satisfied the listed deficiencies have been corrected. If action to correct the listed deficiencies is not initiated within 7 days after receipt of the written notice ""' listing the deficiencies,the Engineer may, upon written notice to the Contractor, take whatever steps are necessary to correct those deficiencies pursuant to Section 1-05.7. The Contractor will not be allowed an extension of contract time because of a delay in the performance of «w the work attributable to the exercise of the Engineer's right hereunder. Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting Agency, low in writing,of the date upon which the work was considered physically complete.That date shall constitute the Physical Completion Date of the contract, but shall not imply acceptance of the work or that all the obligations of the Contractor under the contract have been fulfilled. 1-05.11(3) Operational Testing It is the intent of the Contracting Agency to have at the Physical Completion Date a complete and Wr operable system. Therefore when the work involves the installation of machinery or other mechanical equipment; street lighting,electrical distribution or signal systems; irrigation systems; buildings; or other similar work it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the physical completion date. Whenever items of work are listed in the Contract Provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion A' Date. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment which prove faulty, or that are not in first class operating condition.Equipment, electrical controls,meters, or other devices and equipment to be tested during this period shall be tested +�. under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed.The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. �r The costs for power,gas, labor,material, supplies,and everything else needed to successfully complete operational testing, shall be included in the unit contract prices related to the system being tested,unless specifically set forth otherwise in the proposal. Operational and test periods,when required by the Engineer, shall not affect a manufacturer's guaranties .. or warranties furnished under the terms of the contract. 1-05.13 Superintendents,Labor and Equipment of Contractor (October 1, 2005 AP WA GSP) Revise the seventh paragraph to read: Whenever the Contracting Agency evaluates the Contractor's qualifications pursuant to Section 1-02.1, the Contracting Agency will take these performance reports into account. AW 40 4M Local Agency(APWA)GSP 1 No Irl Add the following new section: go 1-05.16 Water and Power (October 1, 2005 APWA GSP) The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the contract includes power and water as a pay item. Add the following new section: 1-05.17 Oral Agreements W (October 1, 2005 AWPA GSP) No oral agreement or conversation with any officer, agent,or employee of the Contracting Agency, eithert before or after execution of the contract, shall affect or modify any of the terms or obligations contained in any of the documents comprising the contract. Such oral agreement or conversation shall be considered as unofficial information and in no way binding upon the Contracting Agency, unless subsequently put in writing and signed by the Contracting Agency. 1-07.1 Laws to be Observed (October 1, 2005 APWA GSP) Supplement this section with the following: +l In cases of conflict between different safety regulations,the more stringent regulation shall apply. The Washington State Department of Labor and Industries shall be the sole and paramount administrative agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA). The Contractor shall maintain at the project site office,or other well known place at the project site, all articles necessary for providing first aid to the injured. The Contractor shall establish,publish,and make known to all employees,procedures for ensuring immediate removal to a hospital,or doctor's care, persons,including employees,who may have been injured on the project site. Employees should not be permitted to work on the project site before the Contractor has established and made known procedures for removal of injured persons to a hospital or a doctor's care. The Contractor shall have sole responsibility for the safety,efficiency,and adequacy of the Contractor's plant, appliances,and methods,and for any damage or injury resulting from their failure,or improper maintenance,use,or operation. The Contractor shall be solely and completely responsible for the conditions of the project site, including safety for all persons and property in the performance of the work. This requirement shall apply continuously, and not be limited to normal working hours. The required or implied duty of the Engineer to conduct construction review of the Contractor's performance does not, M and shall not,be intended to include review and adequacy of the Contractor's safety measures in,on,or near the project site. 61 Local Agency(APWA)GSP 12 �1 60 w 1-07.2 State Sales Tax Delete this section,including its sub-sections, in its entirety and replace it with the following: 00 1-07.2 State Sales Tax (October 1, 2005 APWA GSP) +w 1-07.2(1) General The Washington State Department of Revenue has issued special rules on the State sales tax. Sections 1- wwr 07.2(1)through 1-07.2(4)are meant to clarify those rules. The Contractor should contact the Washington State Department of Revenue for answers to questions in this area. The Contracting Agency will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability. The Contractor shall include all Contractor-paid taxes in the unit bid prices or other contract amounts. In some cases,however, state retail sales tax will not be included. Section 1-07.2(3)describes this w exception. The Contracting Agency will pay the retained percentage only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all contract-related taxes have been paid(RCW 60.28.050). The Contracting Agency may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue,whether the amount owed relates to this contract or not. Any amount so deducted will be paid into the proper State fund. 1-07.2(2) State Sales Tax—Rule 171 aw WAC 458-20-171, and its related rules, apply to building,repairing, or improving streets,roads,etc., which are owned by a municipal corporation,or political subdivision of the state,or by the United States, and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer ,w systems within and included as a part of the street or road drainage system and power lines when such are part of the roadway lighting system. For work performed in such cases,the Contractor shall include Washington State Retail Sales Taxes in the various unit bid item prices,or other contract amounts, imp including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the work. ow 1-07.2(3) State Sales Tax—Rule 170 WAC 458-20-170,and its related rules,apply to the constructing and repairing of new or existing buildings, or other structures,upon real property. This includes,but is not limited to,the construction of 9M streets, roads,highways, etc., owned by the state of Washington; water mains and their appurtenances; sanitary sewers and sewage disposal systems unless such sewers and disposal systems are within,and a part of, a street or road drainage system; telephone, telegraph, electrical power distribution lines,or other go conduits or lines in or above streets or roads,unless such power lines become a part of a street or road lighting system; and installing or attaching of any article of tangible personal property in or to real property, whether or not such personal property becomes a part of the realty by virtue of installation. IM, For work performed in such cases,the Contractor shall collect from the Contracting Agency,retail sales tax on the full contract price. The Contracting Agency will automatically add this sales tax to each No r Local Agency(APWA)GSP 13 aw payment to the Contractor. For this reason,the Contractor shall not include the retail sales tax in the unit bid item prices,or in any other contract amount subject to Rule 170,with the following exception. Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools,machinery,equipment,or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit bid item prices or in any other contract amount. 1-07.2(4) Services The Contractor shall not collect retail sales tax from the Contracting Agency on any contract wholly for professional or other services(as defined in Washington State Department of Revenue Rules 138 and 244). 1-07.18(5)D Coverage for Working On,Over,or Near Navigable Waters (May 10, 2006 APWA GSP) This contract involves work on or adjacent to navigable water, as defined by the U.S. Department of Labor. The Contractor therefore shall provide proof of insurance coverage in compliance with the statutory requirements of the U.S.Longshore and Harbor Workers' Compensation Act(administered by the U.S. Department of Labor). If the Contractor is working from barges or any other watercraft, owned or non-owned,the Contractor must maintain Protection and Indemnity(P&I)insurance providing coverage for actions of the crew to third parties to the same limits stated under Section 1-07.18(5)A for Commercial General Liability Insurance. The Contractor must also provide proof of insurance coverage in compliance with the statutory requirements of the Merchant Marine Act of 1920(the "Jones Act"). 1-07.18 Public Liability and Property Damage Insurance Delete this section in its entirety,and replace it with the following: 1-07.18 Insurance (May 10, 2006 APWA GSP) 1-07.18(1) General Requirements A. The Contractor shall obtain the insurance described in this section from insurers approved by the State Insurance Commissioner pursuant to RCW Title 48. The insurance must be provided by an insurer with a rating of A-: VII or higher in the A.M.Best's Key Rating Guide,which is licensed to do business in the state of Washington(or issued as a surplus line by a Washington Surplus lines broker). The Contracting Agency reserves the right to approve or reject the insurance provided,based on the insurer(including financial condition),terms and coverage,the Certificate of Insurance, and/or endorsements. B. The Contractor shall keep this insurance in force during the term of the contract and for thirty(30)days after the Physical Completion date,unless otherwise indicated(see C.below). rr C. If any insurance policy is written on a claims made form, its retroactive date,and that of all subsequent renewals, shall be no later than the effective date of this Contract. The policy shall state that coverage is go Local Agency(APWA)GSP 14 to claims made, and state the retroactive date. Claims-made form coverage shall be maintained by the aw Contractor for a minimum of 36 months following the Final Completion or earlier termination of this contract, and the Contractor shall annually provide the Contracting Agency with proof of renewal. If renewal of the claims made form of coverage becomes unavailable, or economically prohibitive,the ow Contractor shall purchase an extended reporting period("tail")or execute another form of guarantee acceptable to the Contracting Agency to assure financial responsibility for liability for services performed. am D. The insurance polices shall contain a"cross liability"provision. w. E. The Contractor's and all subcontractors' insurance coverage shall be primary and non-contributory insurance as respects the Contracting Agency's insurance, self-insurance, or insurance pool coverage. aw F. All insurance policies and Certificates of Insurance shall include a requirement providing for a minimum of 30 days prior written notice to the Contracting Agency of any cancellation in any insurance policy. G. Upon request, the Contractor shall forward to the Contracting Agency a full and certified copy of the insurance policy(s). H. The Contractor shall not begin work under the contract until the required insurance has been obtained and approved by the Contracting Agency. I. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material ++� breach of contract,upon which the Contracting Agency may, after giving five business days notice to the Contractor to correct the breach,immediately terminate the contract or,at its discretion,procure or renew such insurance and pay any and all premiums in connection therewith,with any sums so expended to be repaid to the Contracting Agency on demand, or at the sole discretion of the Contracting Agency,offset against funds due the Contractor from the Contracting Agency. J. All costs for insurance shall be incidental to and included in the unit or lump sum prices of the contract and no additional payment will be made. 1-07.18(2) Additional Insured All insurance policies,with the exception of Professional Liability and Workers Compensation, shall name the following listed entities as additional insured(s): ■ the Contracting Agency and its officers, elected officials,employees,agents, and volunteers The above-listed entities shall be additional insured(s)for the full available limits of liability maintained by the Contractor, whether primary, excess, contingent or otherwise, irrespective of whether such limits Ow maintained by the Contractor are greater than those required by this Contract,and irrespective of whether the Certificate of Insurance provided by the Contractor pursuant to 1-07.18(3)describes limits lower than those maintained by the Contractor. IM 1-07.18(3) Subcontractors Contractor shall ensure that each subcontractor of every tier obtains and maintains at a minimum the aw insurance coverages listed in 1-07.18(5)A and 1-07.18(5)B. Upon request of the Contracting Agency,the Contractor shall provide evidence of such insurance. .w go Local Agency(APWA)GSP 15 f4W 1-07.18(4) Evidence of Insurance The Contractor shall deliver to the Contracting Agency a Certificate(s)of Insurance and endorsements for each policy of insurance meeting the requirements set forth herein when the Contractor delivers the signed Contract for the work. The certificate and endorsements must conform to the following requirements: 1. An ACORD certificate or a form determined by the Contracting Agency to be equivalent. 2. Copies of all endorsements naming Contracting Agency and all other entities listed in 1-07.18(2)as Additional Insured(s), showing the policy number. The Contractor may submit a copy of any blanket additional insured clause from its policies instead of a separate endorsement. A statement of additional insured status on an ACORD Certificate of Insurance shall not satisfy this requirement. �rw 3. Any other amendatory endorsements to show the coverage required herein. 1-07.18(5) Coverages and Limits The insurance shall provide the minimum coverages and limits set forth below. Providing coverage in these stated minimum limits shall not be construed to relieve the Contractor from liability in excess of such limits. All deductibles and self-insured retentions must be disclosed and are subject to approval by the Contracting Agency. The cost of any claim payments falling within the deductible shall be the responsibility of the Contractor. 1-07.18(5)A Commercial General Liability rW A policy of Commercial General Liability Insurance,including: Per project aggregate Premises/Operations Liability Products/Completed Operations—for a period of one year following final acceptance of the work. Personal/Advertising Injury 4' Contractual Liability Independent Contractors Liability Stop Gap/Employers' Liability 40 Explosion, Collapse,or Underground Property Damage(XCU) Blasting(only required when the Contractor's work under this Contract includes exposures to which this specified coverage responds) Such policy must provide the following minimum limits: $1,000,000 Each Occurrence $2,000,000 General Aggregate $1,000,000 Products&Completed Operations Aggregate $1,000,000 Personal &Advertising Injury, each offence Stop Gap/Employers' Liability irr $1,000,000 Each Accident $1,000,000 Disease-Policy Limit $1,000,000 Disease-Each Employee ON 1-07.18(5)B Automobile Liability as Local Agency(APWA)GSP 16 06 aw Automobile Liability for owned,non-owned,hired,and leased vehicles, with an MCS 90 endorsement and a CA 9948 endorsement attached if"pollutants"are to be transported. Such policy(ies)must provide the following minimum limit: $1,000,000 combined single limit 1-07.18(5)C Workers' Compensation 0 The Contractor shall comply with Workers' Compensation coverage as required by the Industrial Insurance laws of the state of Washington. ,o 1-07.23 Public Convenience and Safety 1-07.23(1) Construction Under Traffic (October 1, 2005 APWA GSP) Revise the second paragraph to read: To disrupt public traffic as little as possible,the Contractor shall permit traffic to pass through the work with the least possible inconvenience or delay. The Contractor shall maintain existing roads, streets, sidewalks, driveways and paths within the project limits,keeping them open, and in good,clean, safe aw condition at all times. Deficiencies caused by the Contractor's operations shall be repaired at the Contractor's expense. Deficiencies not caused by the Contractor's operations shall be repaired by the Contractor when directed by the Engineer,at the Contracting Agency's expense. The Contractor shall Im also maintain roads, streets, sidewalks,driveways, and paths adjacent to the project limits when affected by the Contractor's operations. Snow and ice control will be performed by the Contracting Agency on all projects. Cleanup of snow and ice control debris will be at the Contracting Agency's expense. The „r Contractor shall perform the following: 1. Remove or repair any condition resulting from the work that might impede traffic or create a hazard. aw 2. Keep existing traffic signal and highway lighting systems in operation as the work proceeds. (The Contracting Agency will continue the route maintenance on such system.) 3. Maintain the striping on the roadway at the Contracting Agency's expense. The Contractor shall .. be responsible for scheduling when to renew striping, subject to the approval of the Engineer. When the scope of the project does not require work on the roadway,the Contracting Agency will be responsible for maintaining the striping. 00 4. Maintain existing permanent signing. Repair of signs will be at the Contracting Agency's expense, except those damaged due to the Contractor's operations. 5. Keep drainage structures clean to allow for free flow of water. Cleaning of existing drainage „w structures will be at the Contracting Agency's expense when approved by the Engineer, except when flow is impaired due to the Contractor's operations. 1-07.23(2) Construction and Maintenance of Detours (October 1, 2005 APWA GSP) Revise the first paragraph to read: Local Agency(APWA)GSP 17 VW Unless otherwise approved, the Contractor shall maintain two-way traffic during construction. The Contractor shall build,maintain in a safe condition, keep open to traffic,and remove when no longer needed: 1. Detours and detour bridges that will accommodate traffic diverted from the roadway,bridge, sidewalk, driveway, or path during construction, 2. Detour crossings of intersecting highway, and 3. Temporary approaches. go 1-07.24 Rights of Way (October], 2005 APWA GSP) Delete this section in its entirety, and replace it with the following: Street right of way lines, limits of easements,and limits of construction permits are indicated in the Plans. The Contractor's construction activities shall be confined within these limits,unless arrangements for use of private property are made. Generally,the Contracting Agency will have obtained,prior to bid opening,all rights of way and easements,both permanent and temporary,necessary for carrying out the work. Exceptions to this are noted in the Bid Documents or will be brought to the Contractor's attention by a duly issued Addendum. 1 Whenever any of the work is accomplished on or through property other than public right of way,the Contractor shall meet and fulfill all covenants and stipulations of any easement agreement obtained by the Contracting Agency from the owner of the private property. Copies of the easement agreements may be included in the Contract Provisions or made available to the Contractor as soon as practical after they have been obtained by the Engineer. Whenever easements or rights of entry have not been acquired prior to advertising,these areas are so noted in the Plans. The Contractor shall not proceed with any portion of the work in areas where right of way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry has been received. If the Contractor is delayed due to acts of omission on the part of the Contracting Agency in obtaining easements,rights of entry or right of way,the Contractor will be entitled to an extension of time. The Contractor agrees that such delay shall not be a breach of contract. Each property owner shall be given 48 hours notice prior to entry by the Contractor. This includes entry onto easements and private property where private improvements must be adjusted. The Contractor shall be responsible for providing,without expense or liability to the Contracting Agency, any additional land and access thereto that the Contractor may desire for temporary construction facilities, storage of materials, or other Contractor needs. However,before using any private property,whether adjoining the work or not,the Contractor shall file with the Engineer a written permission of the private g property owner, and, upon vacating the premises,a written release from the property owner of each property disturbed or otherwise interfered with by reasons of construction pursued under this contract. The statement shall be signed by the private property owner,or proper authority acting for the owner of the private property affected, stating that permission has been granted to use the property and all necessary permits have been obtained or,in the case of a release,that the restoration of the property has been satisfactorily accomplished. The statement shall include the parcel number, address, and date of > Local Agency(APWA)GSP 18 rim signature. Written releases must be filed with the Engineer before the Completion Date will be established. 1-08 PROSECUTION AND PROGRESS iIN Add the following new section: 1-08.0 Preliminary Matters (October 1, 2005 APWA GSP) I'm 1-08.0(1) Preconstruction Conference (October 1, 2005 APWA GSP) GAIN Prior to the Contractor beginning the work, a preconstruction conference will be held between the Contractor,the Engineer and such other interested parties as may be invited. The purpose of the preconstruction conference will be: vim 1. To review the initial progress schedule; 2. To establish a working understanding among the various parties associated or affected by the work; 3. To establish and review procedures for progress payment,notifications, approvals,submittals,etc.; I'M 4. To establish normal working hours for the work; 5. To review safety standards and traffic control; and 6. To discuss such other related items as may be pertinent to the work. iim The Contractor shall prepare and submit at the preconstruction meeting the following: 1. A breakdown of all lump sum items; I'm 2. A preliminary schedule of working drawing submittals; and 3. A list of material sources for approval if applicable. vim 1-08 PROSECUTION AND PROGRESS Add the following new section: 1-08.0 Preliminary Matters (October 1, 2005 APWA GSP) roe. 1-08.0(2) Hours of Work (October 1, 2005 APWA GSP) S,. Except in the case of emergency or unless otherwise approved by the Contracting Agency,the normal straight time working hours for the contract shall be any consecutive 8-hour period between 7:00 a.m. and air 6:00 p.m. of a working day with a maximum 1-hour lunch break and a 5-day work week. The normal straight time 8-hour working period for the contract shall be established at the preconstruction conference or prior to the Contractor commencing the work. VAIN If a Contractor desires to perform work on holidays, Saturdays, Sundays, or before 7:00 a.m. or after 6:00 p.m. on any day, the Contractor shall apply in writing to the Engineer for permission to work such times. "is Permission to work longer than an 8-hour period between 7:00 a.m. and 6:00 p.m. is not required. Such rrir Local Agency(APWA)GSP 19 air requests shall be submitted to the Engineer no later than noon on the working day prior to the day for which the Contractor is requesting permission to work. Permission to work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and between the hours of 10:00 p.m. and 9:00 a.m. on weekends or holidays may also be subject to noise control requirements. Approval to continue work during these hours may be revoked at any time the Contractor exceeds the Contracting Agency's noise control regulations or complaints are received from the public or adjoining property owners regarding the noise from the Contractor's operations. The Contractor shall have no claim for damages or delays should such permission be revoked for these reasons. Permission to work Saturdays, Sundays, holidays or other than the agreed upon normal straight time working hours Monday through Friday may be given subject to certain other conditions set forth by the Contracting Agency or Engineer. These conditions may include but are not limited to: requiring the Engineer or such assistants as the Engineer may deem necessary to be present during the work;requiring the Contractor to reimburse the Contracting Agency for the costs in excess of straight-time costs for Contracting Agency employees who worked during such times,on non Federal aid projects; considering the work performed on Saturdays and holidays as working days with regards to the contract time;and considering multiple work shifts as multiple working days with respect to contract time even though the multiple shifts occur in a single 24-hour period. Assistants may include,but are not limited to, survey crews;personnel from the Contracting Agency's material testing lab; inspectors; and other Contracting Agency employees when in the opinion of the Engineer, such work necessitates their presence. 1-08 PROSECUTION AND PROGRESS Add the following new section: 1-08.0 Preliminary Matters am (October 1, 2005 APWA GSP) 1-08.0(3) Reimbursement for Overtime Work of Contracting Agency Employees (October 1, 2005 APWA GSP;may not be used on FHWA funded projects) Where the Contractor elects to work on a Saturday, Sunday, or holiday, or longer than an 8-hour work shift on a regular working day,as defined in the Standard Specifications, such work shall be considered as overtime work. On all such overtime work an inspector will be present, and a survey crew may be required at the discretion of the Engineer. In such case, the Contracting Agency may deduct from amounts due or to become due to the Contractor for the costs in excess of the straight-time costs for employees of the Contracting Agency required to work overtime hours. The Contractor by these specifications does hereby authorize the Engineer to deduct such costs from the amount due or to become due to the Contractor. 1-08.1 Subcontracting ` (October], 2005 APWA GSP; may not be used on.FHTL'A-fi»tded projects) Revise the seventh paragraph to read: Local Agency(APWA)GSP 20 ,No On all projects funded with Contracting Agency funds only, the Contractor shall certify to the actual "� amounts paid Disadvantaged,Minority, or Women's Business Enterprise firms that were used as subcontractors, lower tier subcontractors,manufacturers, regular dealers, or service providers on the contract. This certification shall be submitted to the Engineer, on the form provided by the Engineer, on "" or 20 calendar days.after physical completion of the contract whichever comes first 1-08.4 Notice to Proceed and Prosecution of the Work low (October 1, 2005 APWA GSP) Revise this section to read: am Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of insurance have been approved and filed by the Contracting Agency. The Contractor shall not Igo comm_ ence with the work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the project site within ten days of the Notice to Proceed Date, unless otherwise approved in writing. The Contractor shall diligently pursue the work to the physical am completion date within the time specified in the contract. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s)specified in the contract. Im 1-08.5 Time for Completion (October 1, 2005 APWA GSP) 41111 Revise the fourth and fifth paragraphs to read: Contract time shall begin on the first working day following the Notice to Proceed Date. The contract am provisions may specify another starting date for contract time, in which case,time will begin on the starting date specified. ar Each working day shall be charged to the contract as it occurs,beginning on the day after the Notice to Proceed Date,unless otherwise provided in the Contract Provisions until the contract work is physically complete. If substantial completion has been granted and all the authorized working days have been used, am charging of working days will cease. Each week the Engineer will provide the Contractor a statement that shows the number of working days: (1)charged to the contract the week before; (2)specified for the physical completion of the contract; and(3)remaining for the physical completion of the contract. The statement will also show the nonworking days and any partial or whole day the Engineer declares as to unworkable. Within 10 calendar days after the date of each statement,the Contractor shall file a written protest of any alleged discrepancies in it. To be considered by the Engineer,the protest shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of time disputed. By not filing "' such detailed protest in that period,the Contractor shall be deemed as having accepted the statement as correct. If the Contractor elects to work 10 hours a day and 4 days a week(a 4-10 schedule)and the fifth day of the week in which a 4-10 shift is worked would ordinarily be charged as a working day then the .r fifth day of that week will be charged as a working day whether or not the Contractor works on that da. Revise the seventh paragraph to read: am am up Local Agency(APWA)GSP 21 aw The Engineer will give the Contractor written notice of the completion date of the contract after all the Contractor's obligations under the contract have been performed by the Contractor. The following events must occur before the Completion Date can be established: 1. The physical work on the project must be complete; and do 2. The Contractor must furnish all documentation required by the contract and required by law,to allow the Contracting Agency to process final acceptance of the contract. The following documents must be received by the Project Engineer prior to establishing a completion date: a. Certified Payrolls(Federal-aid Projects) b. Material Acceptance Certification Documents c. Annual Report of Amounts Paid as MBE/WBE Participants or Quarterly Report of Amounts Credited as DBE Participation, as required by the Contract Provisions. d. FHWA 47 (Federal-aid Projects) to e. Final Contract Voucher Certification f. Property owner releases per Section 1-07.24 so 1-08.7 Maintenance During Suspension (October 1, 2005 APWA GSP) Revise the second paragraph to read: At no expense to the Contracting Agency,the Contractor shall provide through the construction area a safe, smooth, and unobstructed roadway ,sidewalk, driveway, and path for public use during suspension (as required in Section 1-07.23 or the Special Provisions).This may include a temporary road or detour. 1-09.6 Force Account (October 1, 2005 APWA GSP;may be used on FHWA funded projects) Supplement this Section with the following: to Owner has estimated and included in the Proposal,dollar amounts for all items to be paid per force account,only to provide a common proposal for Bidders. All such dollar amounts are to become a part of Contractor's total bid. However, Owner does not warrant expressly or by implication,that the actual amount of work will correspond with those estimates. Payment will be made on the basis of the amount of work actually authorized by Engineer. 1-09.9 Payments (October 1, 2005 APWA GSP) Delete the third paragraph and replace it with the following: Progress payments for completed work and material on hand will be based upon progress estimates to prepared by the Engineer. A progress estimate cutoff date will be established at the preconstruction meeting. The initial progress estimate will be made not later than 30 days after the Contractor commences the work, and successive progress estimates will be made every month thereafter until the Completion Date. Progress estimates made during progress of the work are tentative,and made only for the purpose of WA Local Agency(APWA)GSP 22 4 'w ow determining progress payment. The progress estimates are subject to change at any time prior to the calculation of the Final Payment. The value of the progress estimate will be the sum of the following: 1. Unit Price Items in the Bid Form—the approximate quantity of acceptable units of work completed multiplied by the unit price. Ilm 2. Lump Sum Items in the Bid Form—the estimated percentage complete multiplied by the Bid Forms amount for each Lump Sum Item,or per the schedule of values for that item. 3. Materials on Hand— 100 percent of invoiced cost of material delivered to Job site or other storage 410 area approved by the Engineer. 4. Change Orders—entitlement for approved extra cost or completed extra work as determined by the Engineer. "w Progress payments will be made in accordance with the progress estimate less: 1. Retainage per Section 1-09.9(1); *W 2. The amount of Progress Payments previously made; and 3. Funds withheld by the Contracting Agency for disbursement in accordance with the Contract Documents. wr Progress payments for work performed shall not be evidence of acceptable performance or an admission by the Contracting Agency that any work has been satisfactorily completed. Payments will be made by warrants, issued by the Contracting Agency's fiscal officer,against the appropriate fund source for the project. Payments received on account of work performed by a subcontractor are subject to the provisions of RCW 39.04.250. �r 1-09.13(3) Claims$250,000 or Less (October 1, 2005 APWA GSP; may be used on FHWA funded projects) +rr Delete this Section and replace it with the following: VMr The Contractor and the Contracting Agency mutually agree that those claims that total$250,000 or less, submitted in accordance with Section 1-09.11 and not resolved by nonbinding ADR processes, shall be resolved through litigation unless the parties mutually agree in writing to resolve the claim through +rr binding arbitration. 1-09.13(3)A Administration of Arbitration nr (October 1, 2005 APWA GSP) Revise the third paragraph to read: too The Contracting Agency and the Contractor mutually agree to be bound by the decision of the arbitrator, and judgment upon the award rendered by the arbitrator may be entered in the Superior Court of the county in which the Contracting Agency's headquarters are located. The decision of the arbitrator and "' the specific basis for the decision shall be in writing. The arbitrator shall use the contract as a basis for decisions. +rr Local Agency(APWA)GSP 23 rr 1-10 TEMPORARY Traffic Control 1-10.1 General (October 1, 2005 APWA GSP) Revise the first paragraph to read: The Contractor shall provide flaggers, signs, and other traffic control devices not otherwise specified as being furnished by the Contracting Agency. The Contractor shall erect and maintain all construction signs,warning signs, detour signs,and other traffic control devices necessary to warn and protect the public at all times from injury or damage as a result of the Contractor's operations which may occur on highways,roads, streets, sidewalks, or paths. No work shall be done on or adjacent to any traveled way until all necessary signs and traffic control devices are in place. to No urn Local Agency(APWA)GSP 24 vtlll` L t SPECIAL PROVISIONS L L L L E L L L t C t 1 1 1 1 d B a i a s i s i i 1 wo ON TABLE OF CONTENTS of 1-01 DEFINITIONS AND TERMS.........................................................................................1 1-01.1 General.................................................................................................................1 to 1-01.3 Definitions.............................................................................................................1 1-02 BID PROCEDURES AND CONDITIONS.....................................................................3 ;W 1-02.6 Preparation of Proposal......................................................................................3 1-02.6(1) Proprietary Information................................................................................3 1-02.12 Public Opening of Proposals.............................................................................3 rr 1-03 AWARD AND EXECUTION OF CONTRACT.............................................................4 1-03.1 Consideration of Bids..........................................................................................4 1-03.2 Award of Contract...............................................................................................4 'r 1-03.3 Execution of Contract......................... 4 . ................................................................ 1-04 SCOPE OF WORK...........................................................................................................5 r�r 1-04.2 Coordination of Contract Documents...............................................................5 1-04.3 Contractor-Discovered Discrepancies................................................................5 1-04.4 Changes................................................................................................................5 to 1-04.8 Progress Estimates and Payments......................................................................5 1-04.11 Final Cleanup.....................................................................................................6 1-05 CONTROL OF WORK....................................................................................................6 to 1-05.4 Conformity With and Deviation from Plans and Stakes..................................6 1-05.4(3) Contractor Supplied Surveying.....................................................................7 1-05.4(4) Contractor Provided As-Built Information..................................................8 "m 1-05.7 Removal of Defective and Unauthorized Work................................................8 1-05.10 Guarantees.........................................................................................................8 1-05.11 Final Inspection..................................................................................................9 No 1-05.11(1) Substantial Completion Date 9 ....................................................................... 1-05.11(2) Final Inspection Date..................................................................................10 1-05.11(3) Operational Testing.....................................................................................10 err 1-05.12 Final Acceptance..............................................................................................10 1-05.14 Cooperation with Other Contractors.............................................................10 1-05.18 Contractor's Daily Diary................................................................................. 11 No 1-06 CONTROL OF MATERIAL ... 11 ...................................................................................... 1-06.1 Approval of Materials Prior to Use.................................................................. 11 1r 1-06.2(1) Samples and Tests for Acceptance...............................................................12 1-06.2(2) Statistical Evaluation of Materials for Acceptance....................................12 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC.....................12 up 1-07.1 Laws to be Observed.........................................................................................12 1-07.6 Permits and Licenses.........................................................................................12 1-07.9 Wages..................................................................................................................13 aw 1-07.9(5) Required Documents .................................13 ................................................... 1-07.11 Requirements for Non-Discrimination...........................................................13 1-07.11(11) City of Renton Affidavit of Compliance..................................................13 yrr Special Provisions i w 1-07.12 Federal Agency Inspection..............................................................................13 1-07.13 Contractor's Responsibility for Work...........................................................14 1-07.13(1) General.........................................................................................................14 ilrw 1-07.15 Temporary Water Pollution/Erosion Control................................................14 1-07.16 Protection and Restoration of Property.........................................................14 1-07.16(1) Private/Public Property..............................................................................14 1-07.17 Utilities and Similar Facilities................ ..........15 ............................................... 1-07.17(1) Interruption of Services..............................................................................17 1-07.18 Public Liability and Property Damage Insurance........................................17 1-07.18(1) General.........................................................................................................17 1-07.18(2) Coverages.....................................................................................................17 1-07.18(3) Limits...........................................................................................................19 1-07.18(4) Evidence of Insurance.................................................................................20 err 1-07.22 Use of Explosives..............................................................................................20 1-07.23 Public Convenience and Safety......................................................................20 1-07.23(1) Construction Under Traffic........................................................................20 us 1-07.24 Rights of Way...................................................................................................21 1-08 PROSECUTION AND PROGRESS.............................................................................22 1-08.0 Preliminary Matters..........................................................................................22 of 1-08.0(1) Preconstruction Conference.........................................................................22 1-08.1 Subcontracting...................................................................................................23 1-08.1(2) Hours of Work...................................... 23 66 ......................................................... 1-08.1(3)Reimbursement for Overtime Work of Contracting Agency Employees...24 1-08.2 Assignment.........................................................................................................24 1-08.3 Progress Schedule..............................................................................................24 1-08.4 Notice to Proceed and Prosecution of the Work.............................................26 1-08.5 Time For Completion........................................................................................26 1-08.6 Suspension of Work...........................................................................................27 1-08.9 Liquidated Damages..........................................................................................27 1-08.11 Contractor's Plant and Equipment................................................................27 1-08.12 Attention to Work............................................................................................28 dr 1-09 MEASUREMENT AND PAYMENT.............................................................................28 1-09.1 Measurement of Quantities...............................................................................28 1-09.3 Scope of Payment...............................................................................................29 1-09.7 Mobilization.......................................................................................................30 1-09.9 Payments............................................................................................................30 1-09.9(1) Retainage.......................................................................................................30 ,rr 1-09.9(2) Contracting Agency's Right to Withhold and Disburse Certain..............31 1-09.9(3) Final Payment................................................................................................32 1-09.11 Disputes and Claims........................................................................................33 sir 1-09.11(2) Claims...........................................................................................................33 1-09.11(3) Time Limitations and Jurisdiction............................................................33 1-09.13 Claims and Resolution.....................................................................................33 1-09.13(3)B Procedures to Pursue Arbitration...........................................................33 1-09.14 Payment Schedule............................................................................................33 1-09.14(A) Scope............................................................................................................33 rrr 1-09.14(B) Mobilization (Bid Item 001)......................................................................34 1-09.14(C) Trench Excavation Safety Systems(Bid Item 002)..................................34 1-09.14(D) Contractor Supplied Surveying(Bid Item 003).......................................34 Special Provisions ii wr 1-09.14(E) Traffic Control (Bid Item 004)..................................................................34 1-09.14(F) Temporary Erosion/Sedimentation Controls(Bid Item 005)..................34 1-09.14(G) Landscape Restoration(Bid Item 006)....................................................35 1-90.14(H) Re-Establish Existing Monuments id Item 007 ...........35 1-09.14(1) Television Inspection (Bid Item 008)..........................................................35 1-09.14(,)) Furnish and Install 18" PVC Sewer Pipe(Bid Item 009)........................35 1-09.14(x) Furnish and Install 15" PVC Sewer Pipe(Bid Item 010).......................35 1-09.14(L) Furnish and Install 12" PVC Sewer Pipe(Bid Item 011).......................35 1-09.14(MI) Furnish and Install 8" PVC Sewer Pipe(Bid Item 015)........................35 1-09.14(N) Furnish and Install 12" HDPE Sewer Pipe,Auger Bore (24-Inch Casing) (Bid Item 012).................................................................................36 1-09.14(0) Furnish and Install 12" HDPE Sewer Pipe,Overland(Bid Item 013)..36 1-09.14(P) Furnish and Install 12" HDPE Sewer Pipe,Directional Drill (Bid Item 014)...............................................................................................................36 1-09.14(Q) Furnish and Install 6" PVC Side Sewer Pipe(Bid Item 016)................37 1-09.14(8) Furnish and Install 12" HDPE Prefabricated Fittings (Bid Item 017)...............................................................................................................37 1-09.14(S) Furnish and Install Top Slope Anchor with Pipe Cables (Bid Item 018)...............................................................................................................37 ' 1-09.14(T) Furnish and Install e 2 Pipe Anchors id Item 019 37 1-09.14(U) Furnish and Install 60" Sanitary Sewer Manhole with Two 8-Inch Drop Connections (Bid Item 020)...........................................................38 1-09.14(V) Furnish and Install 60" Sanitary Sewer Manhole,Extra Depth (Bid Item 021)...............................................................................................................38 1-09.14(W) Furnish and Install 48" Sanitary Sewer Manhole,Extra Depth (Bid Item 025)...............................................................................................................38 1-09.14(X) Furnish and Install 54" Sanitary Sewer Shallow Manhole (Bid Item 022)...............................................................................................................38 1-09.14(1) Furnish and Install 48" Sanitary Sewer Manhole(Bid Item 023).........39 1-09.14(Z) Furnish and Install 48" Cut-In Sanitary Sewer Manhole (Bid Item 024)...............................................................................................................39 ■r 1-09.14(AA) Furnish and Install Sewer Cleanouts(Bid Item 026)...........................39 1-09.14(AB) Connect New Sewer to Existing Sewer Facility(Bid Item 027)...........39 1-09.14(AC) Removal and Replacement of Unsuitable Foundation Material (Bid Item 028)...............................................................................................................40 1-09.14(AD) Bank Run Gravel for Trench Backfill Sewer(Bid Item 029)..............40 1-09.14(AE) Crushed Surfacing Top Course(Bid Item 030).....................................40 1-09.14(AF) Asphalt Patch Class `B'Including Crushed Surfacing Top Course srr (Bid Item 031)...............................................................................................................41 1-09.14(AG) Asphalt Grinding for Overlay(Bid Item 032)......................................41 1-09.14(AH) 1 %2"Deep Asphalt Overlay Class `B'(Bid Item 033)..........................41 1-09.14(AI) Replace Pavement Markings and Traffic Buttons (Bid Item 034).......41 1-09.14(AJ) Remove and Replace Concrete Curb and Gutter(Bid Item 035)........42 1-09.14(AK) Remove and Replace Concrete Sidewalk(Bid Item 036)....................42 ar 1-09.14(AL) Septic Tank Decommissioning(Bid Item 037)......................................42 1-09.14(AM) Tree Removal (Bid Item 038).................................................................42 1-10 TEMPORARY TRAFFIC CONTROL.........................................................................42 rrr 1-10.1 General...............................................................................................................42 1-10.2 Traffic Control Management............................................................................44 1-10.2(1)B Traffic Control Supervisor........................................................................44 Special Provisions tll r 1-10.2(2) Traffic Control Plans....................................................................................44 1-10.3 Flagging, Signs, and All Other Traffic Control Devices.................................44 1-10.3(3) Construction Signs........................................................................................45 1-10.4 Measurement......................................................................................................45 1-10.5 Payment..............................................................................................................45 1-11 RENTON SURVEYING STANDARDS........................................................................46 W 1-11.1 Responsibility for surveys.................................................................................46 1-11.2 Survey Datum and Precision............................................................................46 1-11.3 Subdivision Information...................................................................................47 1-11.4 Field Notes..........................................................................................................47 1-11.5 Corners and Monuments...................................................................................47 1-11.6 Control or Base Line Survey.............................................................................47 so 1-11.7 Precision Levels..................................................................................................48 1-11.8 Radial and Station--Offset Topography.........................................................48 1-11.9 Radial Topography............................................................................................48 1-11.10 Station-Offset Topography.............................................................................48 1-11.11 As-Built Survey.................................................................................................49 1-11.12 Monument Setting and Referencing...............................................................49 1-11.13 Materials...........................................................................................................49 1-11.13(1) Property/Lot Corners.................................................................................49 1-11.13(2) Monuments..................................................................................................50 1-11.13(3) Monument Case and Cover........................................................................50 2-01 CLEARING,GRUBBING,AND ROADSIDE CLEANUP.........................................50 2-01.1 Description.........................................................................................................50 �nr 2-01.2 Disposal of Usable Material and Debris..........................................................50 2-01.5 Payment..............................................................................................................51 2-02 REMOVAL OF STRUCTURE AND OBSTRUCTIONS 51 'u ............................................ 2-02.3 Construction Requirements..............................................................................51 2-02.3(3) Removal of Pavement, Sidewalks,and Curbs............................................51 2-02.4 Measurement......................................................................................................51 2-02.5 Payment..............................................................................................................51 2-03 ROADWAY EXCAVATION AND EMBANKMENT...................................................52 2-03.3 Construction Requirements..............................................................................52 2-03.4 Measurement......................................................................................................53 2-03.5 Payment..............................................................................................................53 r 2-04 HAUL .............................................................................................................................53 2-04.5 Payment..............................................................................................................53 Ni 2-06 SUBGRADE PREPARATION.......................................................................................54 2-06.5 Measurement and Payment.............................................................................54 ,r 2-09 STRUCTURE EXCAVATION.......................................................................................54 2-09.1 Description.........................................................................................................54 2-09.3(1)D Disposal of Excavated Material 2-09.4 Measurement......................................................................................................54 2-09.5 Payment..............................................................................................................54 Special Provisions iv 5-04 ASPHALT CONCRETE PAVEMENT.........................................................................55 5-04.2 Materials.............................................................................................................55 .r 5-04.3 Construction Requirements..............................................................................55 5-04.3(5) Conditioning the Existing Surface................................................................56 5-04.3(5)A Preparation of Existing Surface.................................................................57 rw5-04.3(7)A Mix Design...................................................................................................57 5-04.3(8)A Acceptance Sampling and Testing-HMA Mixture.................................58 5-04.3(10)B Control........................................................................................................58 5-04.5 Payment..............................................................................................................58 5-04.5(1)A Price Adjustments for Quality of HMA Mixture......................................58 5-04.5(1)B Price Adjustments for Quality of HMA Compaction...............................59 5-06 TEMPORARY RESTORATION IN PAVEMENT AREAS........................................59 5-06.1 Description.........................................................................................................59 5-06.2 Materials.............................................................................................................60 ► 5-06.3 Construction Requirements..............................................................................60 7-05 MANHOLES,INLETS,AND CATCH BASINS..........................................................60 r,r 7-05.3 Construction Requirements..............................................................................60 7-05.3(1) Adjusting Manholes and Catch Basins to Grade.......................................60 7-05.3(2) Abandon Existing Manholes........................................................................62 7-05.3(2)A Abandon Existing Sanitary Sewer Pipes..................................................62 7-05.3(3) Connections to Existing Manholes..............................................................62 7-05.3(5) Manhole Coatings.........................................................................................63 �r7-05.4 Measurement......................................................................................................63 7-05.5 Payment..............................................................................................................63 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS............................................64 irr 7-08.3 Construction Requirements..............................................................................64 7-08.3(1)C Bedding the Pipe........................................................................................64 7-08.3(1)D Pipe Foundation........................................................................................64 7-08.3(2)A Survey Line and Grade..............................................................................64 7-08.3(2)B Pipe Laying-General ...............................................................................65 7-08.3(2)E Rubber Gasketed Joints.............................................................................65 r 7-08.3(2)H Sewer Line Connections............................................................................65 7-08.3(2)J Placing PVC Pipe........................................................................................66 7-08.3(3)A Backfilling Sanitary Sewer Trenches........................................................66 .� 7-08.4 Measurement......................................................................................................67 7-08.5 Payment..............................................................................................................67 7-17 SANITARY SEWERS....................................................................................................67 aw7-17.2 Materials.............................................................................................................67 7-17.3 Construction Requirements..............................................................................70 7-17.3(1) Protection of Existing Sewerage Facilities..................................................77 ar' 7-17.3(2)H Television Inspection..................................................................................78 7-17.3(2)I Septic Tank Decommissioning....................................................................78 7-17.5 Payment..............................................................................................................78 wr 8-09 RAISED PAVEMENT MARKERS...............................................................................79 8-09.5 Payment..............................................................................................................79 Special Provisions v `r iW alk 8-13 MONUMENT CASES....................................................................................................79 8-13.1 Description.........................................................................................................79 8-13.3 Construction Requirements..............................................................................79 rr 8-13.4 Measurement.....................................................................................................80 8-13.5 Payment.............................................................................................................80 8-17 IMPACT ATTENUATOR SYSTEMS............................... ..........80 .................................. 8-17.5 Payment..............................................................................................................80 8-22 PAVEMENT MARKING...............................................................................................80 ■r 8-22.1 Description.........................................................................................................80 8-22.3 Construction Requirements..............................................................................81 8-22.3(5) Installation Instructions...............................................................................81 8-22.5 Payment..............................................................................................................81 8-23 TEMPORARY PAVEMENT MARKINGS..................................................................81 8-23.5 Payment..............................................................................................................81 9-03 AGGREGATES..............................................................................................................82 9-03.8 Aggregates for Hot Mix Asphalt.......................................................................82 9-03.8(2) HMA Test Requirements...............................................................................82 9-03.8(7) HMA Tolerances and Adjustments...............................................................82 9-03.22 Cement-Based Grout for Abandoning Utilities.............................................82 9-05 DRAINAGE STRUCTURES, CULVERTS,AND CONDUITS.................................83 9-05.12 Polyvinyl Chloride (PVC)Pipe.......................................................................83 Imi 9-05.12(3) CPEP Sewer Pipe........................................................................................83 9-05.22 High Density Polyethylene Piping..................................................................83 9-08 PAINTS............................................................................................................................84 9-08.8 Manhole Coating System Products..................................................................84 9-08.8(1) Coating Systems Specification.....................................................................84 06 Special Provisions Vi t .r SPECIAL PROVISIONS do 1-01 DEFINITIONS AND TERMS 1-01.1 General we Section 1-01.1 is supplemented with: Whenever reference is made to the State, Commission,Department of Transportation, Secretary of AN Transportation, Owner, Contracting Agency or Engineer, such reference shall be deemed to mean the City of Renton acting through its City Council, employees, and duly authorized representatives for all contracts administered by the City of Renton. 1-01.3 Definitions Section 1-01.3 is revised and supplemented by the following: Act of God "Act of God" means an earthquake, flood, cyclone, or other cataclysmic phenomenon of nature. A rain,windstorm, high water or other natural phenomenon of unusual intensity for the specific locality of the work,which might reasonably have been anticipated from historical records of the general locality of the work, shall not be construed as an act of god. `. Consulting Engineer The Contracting Agency's design consultant, who may or may not administer the construction program for the Contracting Agency. Contract Price Either the unit price, the unit prices, or lump sum price or prices named in the proposal, or in properly executed change orders. Dates Bid Opening Date: The date on which the Contracting Agency publicly opens and reads r Bids. Award Date: The date of the formal decision of the Contracting Agency to accept the lowest Aw responsible and responsive Bidder for the work. Contract Execution Date:The date the Contracting Agency officially binds the agency to the Contract. Notice to Proceed Date: The date stated in the Notice to Proceed on which the Contract time begins. Contract Completion Date: The date by which the work is contractually requiredto be completed. r Final Acceptance Date: The date the Contracting Agency accepts the work as complete per the contract requirements. .r Day Unless otherwise designated, day(s)as used in the Contract Documents, shall be understood to mean working days. low Special Provisions 1 Engineer The City Engineer or duly authorized representative, or an authorized member of a licensed consulting firm retained by Owner for the construction engineering of a specific public works project. Inspector Owner's authorized representative assigned to make necessary observations of the work performed or being performed, or of materials furnished or being furnished by Contractor. Notice of Award The written notice from the Contracting Agency to the successful bidder signifying the Contracting Agency's acceptance of the bid. Notice to Proceed 40 The written notice from the Contracting Agency or Engineer to the Contractor authorizing and directing the Contractor to proceed with the work and establishing the date on which the contract time begins. am Or Equal Where the term"or equal" is used herein,the Contracting Agency, or the Contracting Agency on recommendation of the Engineer, shall be the sole judge of the quality and suitability of the proposed At substitution. The responsibility and cost of furnishing necessary evidence,demonstrations,or other information Wr required to obtain the approval of alternative materials or processes by the Owner shall be entirely borne by the Contractor. Owner The City of Renton or its authorized representative also referred to as Contracting Agency. Performance and Payment Bond Same as "Contract Bond"defined in the Standard Specifications. Plans rn The Contract Plans and/or Standard Plans which show location, character, and dimensions of prescribed work including layouts,profiles,cross-sections, and other details. Drawings may either be bound in the same book as the balance of the Contract Documents or bound in separate sets, and are a part of the Contract Documents,regardless of the method of binding.The terms "Standard Drawings" or "Standard Details" generally used in specifications refers to drawings bound either with the specification documents or included with the Plans or the City of Renton Standard Plans. Points Wherever reference is made to Engineer's points,this shall mean all marks,bench marks,reference points, stakes,hubs,tack, etc., established by Engineer for maintaining horizontal and vertical control of the work. Provide Means "furnish and install"as specified and shown in the Plans. Secretary,Secretary of Transportation The chief executive officer of the Department and other authorized representatives. The chief Sri executive officer to the Department shall also refer to the Department of Planning/Building/Public Works Administrator. Special Provisions 2 r. to Shop Drawings Same as"Working Drawings"defined in the Standard Specifications. Special Provisions Modifications to the standard specifications and supplemental specifications that apply to an individual project. The special provisions may describe work the specifications do not cover. Such work shall comply first with the special provisions and then with any specifications that apply. The Contractor shall include all costs of doing this work within the Bid prices. r State The state of Washington acting through its representatives. The State shall also refer to The City of Renton and its authorized representatives where applicable. Supplemental Drawings and Instructions Additional instructions by Engineer at request of Contractor by means of drawings or documents necessary, in the opinion of Engineer, for the proper execution of the work. Such drawings and instructions are consistent with the Contract Documents. Utility Public or private fixed improvement for the transportation of fluids, gases,power, signals, or communications and shall be understood to include tracks, overhead and underground wires, cables, pipelines,conduits,ducts,sewers, or storm drains. 1-02 BID PROCEDURES AND CONDITIONS 1-02.6 Preparation of Proposal The third paragraph is revised as follows: All prices shall be in legible figures and words written in ink or typed.The proposal shall include: 1. A unit price for each item(omitting digits more than four places to the right of the .. decimal point), each unit price shall also be written in words; where a conflict arises the written words shall prevail. r. 1-02.6(1) is a new section. I-02.6(1) Proprietary Information Vendors should, in the Bid proposal, identify clearly any material(s) which constitute "(valuable) formula, designs drawings,and research data" so as to be exempt from public disclosure, RCW 42.17.310,or any materials otherwise claimed to be exempt, along with a Statement of the basis for such claim of exemption. The Department(or State) will give notice to the vendor of any request for disclosure of such information received within 5 (five)years from the date of submission. Failure to so label such materials or failure to timely respond after notice of request for public disclosure has been given shall be deemed a waiver by the submitting vendor of any •r� claim that such materials are, in fact, so exempt., 1-02.12 Public Opening of Proposals Section 1-02.12 is supplemented with the following: The Contracting Agency reserves the right to postpone the date and time for Bid opening. Notification to Bidder will be by addenda. Special Provisions 3 1-03 AWARD AND EXECUTION OF CONTRACT 1-03.1 Consideration of Bids Section 1-03.1 is supplemented with the following: All Bids will be based on total sum of all schedules of prices.No partial Bids will be accepted unless r� so stated in the call for Bids or special provisions.The City reserves the right however to award all or any schedule of a Bid to the lowest Bidder at its discretion. 1-03.2 Award of Contract Section 1-03.2 is supplemented with the following: The Contract,bond form, and all other forms requiring execution,together with a list of all other forms or documents required to be submitted by the successful Bidder, will be forwarded to the successful Bidder within 10 days of the award. The number of copies to be executed by the Contractor shall be determined by the Contracting Agency. so 1-03.3 Execution of Contract Section 1-03.3 is revised and supplemented as follows: Within 10 calendar days after receipt from the City of the forms and documents required to be completed by the Contractor,the successful Bidder shall return the signed Contracting Agency- prepared contract,an insurance certification as required by Section 1-07.18, and a satisfactory bond as required by law and Section 1-03.4. Before execution of the contract by the Contracting Agency,the successful Bidder shall provide any pre-award information the Contracting Agency may require under Section 1-02.15. Until the Contracting Agency executes a contract,no proposal shall bind the Contracting Agency nor shall any work begin within the project limits or within Contracting Agency-furnished sites. The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the Contracting Agency. If the Bidder experiences circumstances beyond their control that prevents return of the contract documents within 10 calendar days after the award date,the Contracting Agency may grant up to a maximum of 10 additional calendar days for return of the documents,provided the Contracting Agency deems the circumstances warrant it. The Contracting Agency is prohibited by RCW 39.06.010 from executing a contract with a Contractor who is not registered or Iicensed as required by the laws of the state. In addition, the Contracting Agency requires persons doing business with the Contracting Agency to possess a valid City of Renton business license prior to award. When the Bid form provides spaces for a business license number, a Washington State Contractors registration number, or both the Bidder shall insert such information in the spaces provided.The Contracting Agency requires legible copies of the Contractor's Registration and business license are submitted to the Engineer as part of the Contracting Agency's post-award information and evaluation activities. it Special Provisions 4 rrr 1-04 SCOPE OF WORK 1-04.2 Coordination of Contract Documents, Plans, Special Provisions Specifications, and Addenda Revise the second paragraph to read: Any inconsistency in the parts of the contract shall be resolved by following this order of precedence (e.g., 1 presiding over 2,2 over 3, 3 over 4, and so forth): 1. Addenda, 2. Proposal Form, 3. Special Provisions, 4. Contract Plans, 5. Amendments to the Standard Specifications, 6. Local Agency(APWA) General Special Provisions, 7. WSDOT Standard Specifications for Road, Bridge and Municipal Construction(2006) 8. Contracting Agency's Standard Plans (if any) 9. WSDOT Standard Plans for Road, Bridge and Municipal Construction(latest revision) r. Section 1-04.3 is a new section: 1-04.3 Contractor-Discovered Discrepancies Upon receipt of award of Contract,Contractor shall carefully study and compare all the components of the Contract Documents and other instructions, and check and verify all field measurements. Contractor shall,prior to ordering material or performing work,report in writing to Engineer any error, inconsistency, or omission in respect to design or mode of construction, which is discovered. If Contractor, in the course of this study or in the accomplishment of the work, finds any discrepancy between the Plans and the physical condition of the locality as represented in the Plans,or any such ,r. errors or omissions in respect to design or mode of construction in the Plans or in the layout as given by points and instructions, it shall be Contractor's duty to inform Engineer immediately in writing, and Engineer will promptly check the same. Any work done after such discovery,until correction of Plans or authorization of extra work is given, if Engineer finds that extra work is involved, will be done at Contractor's risk. If extra work is involved, the procedure shall be as provided in Section 1- 04.4 of the Standard Specifications. 1-04.4 Changes The last two paragraphs are replaced with the following: Renton does not have a formal policy or guidelines on cost reduction alternatives,but will evaluate such proposals by the Contractor on a case-by-case basis. 1-04.8 Progress Estimates and Payments Section 1-04.8 is supplemented as follows: The Contractor is encouraged to provide to the Engineer prior to progress payments an estimate of lump sum work accomplished to date. The Engineer's calculations and decisions shall be final in regard to the actual percentage of any lump sum pay item accomplished and eligible for payment unless another specific method of calculating lump sum payments is provided elsewhere in the +rr specifications. Special Provisions 5 1-04.11 Final Cleanup Section 1-04.11 is supplemented as follows: All salvage material as noted on the plans and taken from any of the discarded facilities shall, at the Engineer's discretion,be carefully salvaged and delivered to the City shops. Any cost incurred in salvaging and delivering such items shall be considered incidental to the project and no compensation will be made. The Contract Price for"Finish and Cleanup, lump sum," shall be full compensation for all work, equipment and materials required to perform final cleanup. If this pay item does not appear in the contract documents then final clean up shall be considered incidental to the contract and to other pay item and no further compensation shall be made. 1-05 CONTROL OF WORK 1-05.4 Conformity With and Deviation from Plans and Stakes Section 1-05.4 is supplemented with the following: If the project calls for Contractor supplied surveying,the Contractor shall provide all required survey work, including such work as mentioned in Sections 1-05.4(1)and 1-05.4(2), 1-11 and elsewhere in these specifications as being provided by the Engineer.All costs for this survey work shall be included in"Contractor Supplied Surveying,"per lump sum. The Engineer or Contractor supplied surveyor will provide construction stakes and marks establishing lines, slopes, and grades as stipulated in Sections 1-05.4 and will perform such work per Section 1-11. The Contractor shall assume full responsibility for detailed dimensions,elevations, and excavation slopes measured from the Engineer or Contractor supplied surveyor furnished stakes and marks. The Contractor shall provide a work site which has been prepared to permit construction staking to proceed in a safe and orderly manner.The Contractor shall keep the Engineer or Contractor supplied surveyor informed of staking requirements and provide at least 48 hours notice to allow the Engineer or Contractor supplied surveyor adequate time for setting stakes. w The Contractor shall carefully preserve stakes,marks,and other reference points, including existing monumentation, set by Contracting Agency forces.The Contractor will be charged for the costs of replacing stakes,markers and monumentation that were not to be disturbed but were destroyed or damaged by the Contractor's operations.This charge will be deducted from monies due or to become due to the Contractor. Any claim by the Contractor for extra compensation by reason of alterations or reconstruction work allegedly due to error in the Engineer's line and grade,will not be allowed unless the original control points set by the Engineer still exist, or unless other satisfactory substantiating evidence to prove the error is furnished the Engineer.Three consecutive points set on line or grade shall be the minimum points used to determine any variation from a straight line or grade.Any such variation shall, upon discovery,be reported to the Engineer. In the absence of such report the Contractor shall be liable for any error in alignment or grade. The Contractor shall provide all surveys required other than those to be performed by the Engineer. All survey work shall be done in accordance with Section 1-11 SURVEYING STANDARDS of these specifications. Special Provisions 6 so +wr The Contractor shall keep updated survey field notes in a standard field book and in a format set by the Engineer,per Section 1-11.1(4).These field notes shall include all survey work performed by the Contractor's surveyor in establishing line, grade and slopes for the construction work. Copies of these field notes shall be provided the Engineer upon request and upon completion of the contract work the field book or books shall be submitted to the Engineer and become the property of the Contracting Agency. If the survey work provided by the Contractor does not meet the standards of the Engineer, then the Contractor shall, upon the Engineer's written request,remove the individual or individuals doing the 4W survey work and the survey work will be completed by the Engineer at the Contractor's expense. Costs for completing the survey work required by the Engineer will be deducted from monies due or to become due the Contractor. 40 All costs for survey work required to be performed by the Contractor shall be included in the prices Bid for the various items which comprise the improvement or be included in the Bid Item for 40 "Contractor Supplied Surveying" per lump sum if that item is included in the contract. Section 1-05.4(3) is a new section: (******) 1-05.4(3) Contractor Supplied Surveying When the contract provides for Contractor Supplied Surveying, the Contractor shall supply the survey work required for the project. The Contractor shall retain as a part of the Contractor Organization an "r" experienced team of surveyors under the direct supervision of a professional land surveyor licensed by the State of Washington. All survey work shall be done in accordance with Sections 1-05.4 and 1- 11. The Contractor and/or Surveyor shall inform the Engineer in writing of any errors,discrepancies,and omissions to the plans that prevent the Contractor and/or Surveyor from constructing the project in a manner satisfactory to the Engineer. All errors, discrepancies, and omissions must be corrected to the satisfaction of the Engineer before the survey work may be continued. The Contractor shall coordinate his work with the Surveyor and perform his operations in a manner to protect all survey stakes from harm. The Contractor shall inform the Surveyor of the Contractor's intent to remove any survey stakes and/or points before physically removing them. The surveyor shall be responsible for maintaining As-Built records for the project. The Contractor shall coordinate his operations and assist the Surveyor in maintaining accurate As-Built records for the project. If the Contractor and Surveyor fail to provide, as directed by the Engineer and/or these plans and specifications, accurate As-Built records and other work the Engineer deems necessary, the Engineer may elect to provide at Contractor expense, a surveyor to provide all As-Built records and other work as directed by the Engineer. The Engineer shall deduct expenses incurred by the Engineer-supplied surveying from moneys owed to the Contractor. wr Payment per Section 1-04.1 for all work and materials required for the full and complete survey work required to complete the project and as-built drawings shall be included in the lump sum price for +ww "Contractor Supplied Surveying." r Special Provisions 7 No Section 1-05.4(4) is a new section: 1-05.4(4) Contractor Provided As-Built Information It shall be the Contractor's responsibility to record the location prior to the backfilling of the trenches, '� by centerline station,offset,and depth below pavement, of all existing utilities uncovered or crossed during his work as covered under this project. It shall be the Contractor's responsibility to have his surveyor locate by centerline station, offset and elevation each major item of Work done under this contract per the survey standard of Section 1-11. Major items of Work shall include but not be limited to: Manholes, Catch basins and Inlets,Valves, ► Vertical and Horizontal Bends,Junction boxes, Cleanouts, Side Sewers, Street Lights& Standards, Hydrants,Major Changes in Design Grade,Vaults, Culverts, Signal Poles,Electrical Cabinets. ,rr After the completion of the work covered by this Contract,the Contractor's surveyor shall provide to the City the hard covered field book(s)containing the as-built notes and one set of white prints of the project drawings upon which he has plotted the notes of the Contractor locating existing utilities,and one set of white prints of the project drawings upon which he has plotted the as-built location of the new work as he recorded in the field book(s). This drawing shall bear the surveyors seal and signature certifying its accuracy. All costs for as-built work shall be included in the contract item"Contractor Supplied Surveying," lump sum. 1-05.7 Removal of Defective and Unauthorized Work Section 1-05.7 is supplemented as follows: Contractor shall promptly replace and re-execute work by Contractor forces, in accordance with the intent of the Contract and without expense to Owner, and shall bear the expense of making good all work of other Contractors destroyed or damaged by such removal or replacement. so If Contractor does not remove such condemned work and materials and commence re-execution of the work within 7 calendar days of notice from Engineer, Owner may correct the same as provided in the Standard Specifications. In that case, Owner may store removed material. If Contractor does not pay the cost of such removal and storage within 10 calendar days from the date of the notice to Contractor of the fact of such removal, Owner may, upon an additional 10 calendar days'written notice, sell such materials at public or private sale, and deduct all costs and expenses incurred from moneys due to Contractor, including costs of sale, and accounting to Contractor for the net proceeds remaining. Owner may Bid at any such sale. Contractor shall be liable to Owner for the rrr amount of any deficiency from any funds otherwise due Contractor. 1-05.10 Guarantees Section 1-05.10 is supplemented as follows: If within one year after the Acceptance Date of the Work by the Contracting Agency, defective and/or unauthorized Work is discovered, the Contractor shall promptly,upon written order by the Contracting Agency,return and in accordance with the Engineer's instructions, either correct such Work, of if such Work has been rejected by the Engineer,remove it from the project site and replace it with non-defective and authorized Work,all without cost to the Contracting Agency. If the Contractor does not promptly comply with the written order to correct defective and/or unauthorized Work, or if an emergency exists,the Contracting Agency reserves the right to have defective and/or unauthorized Special Provisions 8 •r rr Work corrected or removed and replaced pursuant to Section 1-05.8 "Owners Right to Correct Defective and/or Unauthorized Work." irr The Contractor agrees the above one year limitation shall not exclude or diminish the Contracting Agency's rights under any law to obtain damages and recover costs resulting from defective and/or unauthorized work discovered after one year but prior to the expiration of the legal time period set r forth in RCW 4.16.040 limiting actions upon a contract in writing, or liability expressed of implied arising out of a written agreement. 41W The Contractor shall warrant good title to all materials, supplies, and equipment purchased for, or incorporated in the Work.Nothing contained in this paragraph,however, shall defeat or impair the tight of persons furnishing materials or labor, to recover under any bond given by the Contractor for No their protection, or any rights under any law permitting such persons to look to funds due the Contractor in the hands of the Contracting Agency. am The provisions of this paragraph shall be inserted in all subcontracts and material contracts, and notice of its provisions shall be given to all persons furnishing materials for the Work when no formal contract is entered into for such materials. it 1-05.11 Final Inspection 1-05.11(1) Substantial Completion Date When the Contractor considers the work to be substantially complete,the Contractor shall so notify the Engineer and request the Engineer establish the Substantial Completion Date. To be considered +W substantially complete the following conditions must be met: 1. The Contracting Agency must have full and unrestricted use and benefit of the facilities �wr both from the operational and safety standpoint. 2. Only minor incidental work, replacement of temporary substitute facilities, or correction of repair work remains to reach physical completion of the work. �r. The Contractor's request shall list the specific items of Work in subparagraph two above that remains to be completed in order to reach physical completion. The Engineer may also establish the Substantial Completion Date unilaterally. +rr If after this inspection,the Engineer concurs with the Contractor that the Work is substantially complete and ready for its intended use, the Engineer,by written notice to the Contractor, will set the Substantial Completion Date. If, after this inspection the Engineer does not consider the Work substantially complete and ready for its intended use,the Engineer will,by written notice, so notify the Contractor giving the reasons therefore. rw Upon receipt of written notice concurring in or denying substantial completion, whichever is applicable,the Contractor shall pursue vigorously, diligently and without unauthorized interruption, .fr the Work necessary to reach Substantial and Physical Completion.The Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work. +r The above process shall be repeated until the Engineer establishes the Substantial Completion Date and the Contractor considers the work physically complete and ready for Final Inspection. rrr Special Provisions 9 1-05.11(2) Final Inspection Date When the Contractor considers the Work physically complete and ready for Final Inspection,the Contractor,by Written Notice, shall request the Engineer to schedule a final inspection.The Engineer will set a date for Final Inspection.The Engineer and the Contractor will then make a final Inspection and the Engineer will notify the Contractor in writing of all particulars in which the Final Inspection revels the Work incomplete of unacceptable.The Contractor shall immediately take such corrective measures as are necessary to remedy the listed deficiencies. Corrective work shall be pursued "�' vigorously, diligently, and without interruption until physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied the listed deficiencies have been corrected. If action to correct the listed deficiencies is not initiated within 7 days after receipt of the Written Notice listing the deficiencies,the Engineer may, upon Written Notice to the Contractor,rake whatever steps are necessary to correct those deficiencies pursuant to Section 1-05.8. ■wr Upon correction of all deficiencies,the Engineer will notify the Contractor and the Contracting Agency, in writing,of the date upon which the Work was considered physically complete,that date shall constitute the Physical completion date of the Contract,but shall not imply all the obligations of the Contractor under the Contract have been fulfilled. 1-05.11(3) Operational Testing Unless otherwise noted in the Contract Documents, Contractor shall give Engineer a minimum of 3 working days'notice of the time for each test and inspection. If the inspection is by another authority than Engineer, Contractor shall give Engineer a minimum of 3 working days'notice of the date fixed for such inspection. Required certificates of inspection by other authority than Engineer shall be secured by Contractor. wr 1-05.12 Final Acceptance The third and fourth sentences in paragraph 1 are deleted and replaced with: The Final Acceptance date shall be that date in which the Renton City Council formally approves acceptance of the Contract. 1-05.14 Cooperation with Other Contractors Section 1-05.14 is supplemented as follows: Contractor shall afford Owner and other Contractors working in the area reasonable opportunity for the introduction and storage of their materials and the execution of their respective work and shall properly connect and coordinate Contractor's work with theirs. Other utilities, districts,agencies, and Contractors who may be working within the project area are: Puget Sound Energy(gas and electric) fo AT&T Broadband QWest Communications City of Renton(water, sewer,transportation) King County Water District No. 90 Private Contractors employed by adjacent property owners The Contractor shall coordinate with City of Renton on tying into any existing electrical service cabinet. to Special Provisions 10 No w 1-05.18 Contractor's Daily Diary Section 1-05.18 is a new section: Contractor and subcontractors shall maintain and provide to Engineer a Daily Diary Record of this Work. This Diary will be created by pen entries in a hard-bound diary book of the type that is commonly available through commercial outlets. The Diary must contain the Project and Number; if rr the Diary is in loose-leaf form,this information must appear on every page. The Diary must be kept and maintained by Contractor's designated project superintendent(s). Entries must be made on a daily basis and must accurately represent all of the project activities on each day. aw At a minimum, the diary shall show on a daily basis: 1. The day and date. 2. The weather conditions, including changes throughout the day. "" 3. A complete description of work accomplished during the day with adequate references to the Plans and Contract Provisions so that the reader can easily and accurately identify said work in the Plans. Identify location/description of photographs or videos taken that day. WX 4. An entry for each and every changed condition, dispute or potential dispute, incident, accident, or occurrence of any nature whatsoever which might affect Contractor, Owner, or any third party in any manner. 5. Listing of any materials received and stored on- or off-site by Contractor for future ++� installation,to include the manner of storage and protection of the same. 6. Listing of materials installed during each day. 7. List of all subcontractors working on-site during each day. 8. Listing of the number of Contractor's employees working during each day by category of employment. 9. Listing of Contractor's equipment working on the site during each day. Idle equipment on the site shall be listed and designated as idle. 10. Notations to explain inspections, testing, stake-out, and all other services furnished by Owner or other party during each day. 11. Entries to verify the daily (including non-work days) inspection and maintenance of traffic control devices and condition of the traveled roadway surfaces. Contractor shall not allow �+ any conditions to develop that would be hazardous to the public. 12. Any other information that serves to give an accurate and complete record of the nature, quantity, and quality of Contractor's progress on each day. 13. Plan markups showing locations and dimensions of constructed features to be used by Engineer to produce record drawings. 14. All pages of the diary must be numbered consecutively with no omissions in page numbers. 15. Each page must be signed and dated by Contractor's official representative on the project. wr Contractor may use additional sheets separate from the diary book if necessary to provide a complete diary record, but they must be signed, dated, and labeled with project name and number. It is expressly agreed between Contractor and Owner that the Daily Diary maintained by Contractor shall be the "Contractor's Book of Original Entry" for the documentation of any potential claims or disputes that might arise during this Contract. Failure of Contractor to w. maintain this Diary in the manner described above will constitute a waiver of any such claims or disputes by Contractor. wr Engineer or other Owner's representative on the job site will also complete a Daily Construction Report. 1-06 CONTROL OF MATERIAL 1-06.1 Approval of Materials Prior to Use Section 1-06.1 is supplemented as follows: aw to Special Provisions j] The materials and equipment lists submitted to Engineer at the Preconstruction Conference shall include the quantity,manufacturer and model number, if applicable,of materials and equipment to be installed under the Contract. This list will be checked by Engineer as to conformity with the Contract Documents. Engineer will review the lists within 10 working days,noting required corrections. Contractor shall make required corrections and file 2 corrected copies with Engineer within one week after receipt of required corrections. Engineer's review and acceptance of the lists shall not relieve Contractor from responsibility for suitability for the intended purpose, nor for deviations from the Contract Documents. 1-06.2(1) Samples and Tests for Acceptance Section 1-06.2(1)is supplemented a follows: The finished Work shall be in accordance with approved samples. Approval of samples by Engineer does not relieve Contractor of responsibility for performance of the Work in accordance with the Contract Documents. to 1-06.2(2) Statistical Evaluation of Materials for Acceptance Section 1-06.02(2)is supplemented by adding the following: (******) err Unless stated otherwise in the special provisions, statistical evaluation will not be used by the City of Renton. 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.1 Laws to be Observed Section 1-07.1 is supplemented as follows: Contractor shall erect and properly maintain, at all times, as required by the conditions and progress of the work, all necessary safeguards for protection of workers and the public; shall post danger signs warning against known or unusual hazards; and shall designate as Safety Supervisor a responsible employee on the construction site whose duty shall be the enforcement of safety. The name and position of such person so designated shall be reported in writing to Engineer by Contractor. at Contractor shall, at all times, enforce strict discipline and good order among all employees and shall not employ any person unfit or not skilled in the work assigned to him/her. r Necessary sanitation conveniences for the use of the workers on the job,properly secluded from public observation, shall be provided and maintained by Contractor. 1-07.6 Permits and Licenses Section 1-07.6 is supplemented as follows: (******) The permits, easements, and right of entry documents that have been acquired are available for inspection and review. Contractor shall be required to comply with all conditions of the permits, easements, and rights of entry, at no additional cost to Owner. Contractor is required to indemnify Owner from claims on all easements and rights of entry. All other permits, licenses, etc., shall be the responsibility of Contractor. Contractor shall comply with the special provisions and requirements of each. Special Provisions 12 �.r err Permits,permission under franchises, licenses and bonds of a temporary nature necessary for and during the prosecution of the work, and inspection fees in connection therewith shall be secured and paid for by Contractor. If Owner is required to secure such permits,permission under franchises, licenses and bonds, and pay the fees, the costs incurred by Owner thereby shall be charged against Contractor and deducted from any funds otherwise due Contractor. 1-07.9 Wages 1-07.9(5) Required Documents aw Delete the first sentence of the third paragraph, and replace it with the following: Contractor must submit weekly-certified payrolls for the Contractor and all subcontractors and lower �rw tier subcontractors,regardless of project's funding source. 1-07.11 Requirements for Non-Discrimination ,., 1-0711(11) City of Renton Affidavit of Compliance Section 1-07.11(11) is new: wr Each Contractor, Subcontractor, Consultant,and/or Supplier shall complete and submit a copy of the "City of Renton Fair Practices Policy Affidavit of Compliance".A copy of this document will be bound in the Bid documents. 1-07.12 Federal Agency Inspection Section 1-07.12 is supplemented with the following: ■,. Required Federal Aid Provisions The Required Contract Provisions Federal Aid Construction Contracts(FHWA 1273)and the amendments thereto supersede any conflicting provisions of the Standard Specifications and are made a part of this contract; provided,however,that if any of the provisions of FHWA 1273, as amended, are less restrictive than Washington State Law, then the Washington State Law shall prevail. The provisions of FHWA 1273, as amended, included in this contract require that the Contractor wr insert the FHWA 1273 and amendments thereto in each subcontract, together with the wage rates which are part of the FHWA 1273,as amended. Also, a clause shall be included in each subcontract requiring the subcontractors to insert the FHWA 1273 and amendments thereto in any lower tier ""' subcontracts, together with the wage rates. The Contractor shall also ensure that this section, REQUIRED FEDERAL AID PROVISIONS, is inserted in each subcontract for subcontractors and lower tier subcontractors. For this purpose, upon request to the Project Engineer, the Contractor will go be provided with extra copies of the FHWA 1273, the amendments thereto, the applicable wage rates, and this Special Provision. .w .w .r Special Provisions 13 1-07.13 Contractor's Responsibility for Work 1-07.13(1) General Section 1-07.13(l) is supplemented as follows: During unfavorable weather and other conditions, the Contractor shall pursue only such portions of the work as shall not be damaged thereby. No portion of the work whose satisfactory quality or efficiency will be affected by unfavorable conditions shall be constructed while these conditions exist,unless by special means or precautions , acceptable to the Engineer,the Contractor shall be able to overcome them. 1-07.15 Temporary Water Pollution/Erosion Control Delete the first paragraph, and replace it with the following: In an effort to prevent,control,and stop water pollution and erosion within the project,thereby protecting the work,nearby land, streams,and other bodies of water,the Contractor shall perform all work in strict accordance with all Federal, State, and local laws and regulations governing waters of the State, as well as permits acquired for the project. 1-07.16 Protection and Restoration of Property 1-07.16(1) Private/Public Property Section 1-07.16(1)is supplemented by adding the following: The Contracting Agency will obtain all easements and franchises required for the project.The Contractor shall limit his operation to the areas obtained and shall not trespass on private property. The Contracting Agency may provide certain lands, as indicated in connection with the work under the contract together with the right of access to such lands. The Contractor shall not unreasonably encumber the premises with his equipment or materials. The Contractor shall provide, with no liability to the Contracting Agency,any additional land and nir access thereto not shown or described that may be required for temporary construction facilities or storage of materials. He shall construct all access roads, detour roads, or other temporary work as required by his operations. The Contractor shall confine his equipment, storage of material, and operation of his workers to those areas shown and described and such additional areas as he may provide. A. General. All construction work under this contract on easements,right-of-way, over private property or franchise, shall be confined to the limits of such easements,right-of-way or franchise. All work shall be accomplished so as to cause the least amount of disturbance and a minimum amount of damage. The Contractor shall schedule his work so that trenches across easements shall not be left open during weekends or holidays and trenches shall not be open for more than 48 hours. B. Structures. The Contractor shall remove such existing structures as may be necessary for the performance of the work and, if required, shall rebuild the structures thus removed in as good a condition as found. He shall also repair all existing structures which may be damaged as a result of the work under this Contract. Special Provisions 14 rr �w C. Easements, cultivated areas and other surface improvements. All cultivated areas, either agricultural or lawns, and other surface improvements which are damaged by actions of the Contractor shall be restored as nearly as possible to their original condition. Prior to excavation on an easement or private right-of-way, the Contractor shall strip top soil from the trench or construction area and stockpile it in such a manner that it may be replaced by him, upon completion of construction. Ornamental trees and shrubbery shall be carefully removed with the earth surrounding their roots wrapped in burlap and replanted in their original positions within 48 hours. All shrubbery or trees destroyed or damaged, shall be replaced by the Contractor with material of equal quality at no additional cost to the Contracting Agency. In the event that it is necessary to trench through any lawn area, the sod shall be carefully cut and rolled and replaced after the trenches have been backfilled. The lawn area shall be cleaned by sweeping or other means, of all earth and debris. �r The Contractor shall use rubber wheel equipment similar to the small tractor-type backhoes used by side sewer Contractors for all work, including excavation and backfill, on easements or rights-of-way which have lawn areas. All fences,markers,mailboxes, or aw other temporary obstacles shall be removed by the Contractor and immediately replace, after the trench is backfilled, in their original position. The Contractor shall notify the Contracting Agency and property owner at least 24 hours in advance of any work done on r easements or rights-of-way. Damage to existing structures outside of easement areas that may result from dewatering and/or other construction activity under this contract shall be restored to their original "' condition or better. The original condition shall be established by photographs taken and/or inspection made prior to construction. All such work shall be done to the satisfaction of the property owners and the Contracting Agency at the expense of the Contractor. w D. Streets. The Contractor will assume all responsibility of restoration of the surface of all streets (traveled ways)used by him if damaged. ar In the event the Contractor does not have labor or material immediately available to make necessary repairs, the Contractor shall so inform the Contracting Agency. The Contracting Agency will make the necessary repairs and the cost of such repairs shall be paid by the Contractor. The Contractor is responsible for identifying and documenting any damage that is pre-existing or caused by others. Restoration of excavation in City streets shall be done in accordance with the City Y" of Renton Trench Restoration Requirements, which is available at the Public Works Department Customer Services counter on the 6th floor, Renton City Hall, 1055 South Grady Way. ow 1-07.17 Utilities and Similar Facilities Section 1-07.17 is supplemented by adding: w�. Existing utilities indicated in the Plans have been plotted from the best information available to Engineer. Information and data shown or indicated in the Contract Documents with respect to existing underground utilities or services at or contiguous to the project site are based on information and data furnished to Owner and Engineer by owners of such underground facilities or others, and Owner and Engineer do not assume responsibility for the accuracy or completeness thereof. It is to be understood that other aboveground or underground facilities not shown in the Plans may be encountered during the course of the work. ow Special Provisions 15 I ■r All utility valves,manholes,vaults,or pull boxes which are buried shall be conspicuously marked in a fashion acceptable to the Owner and Engineer by the Contractor to allow their location to be aw determined by the Engineer or utility personnel under adverse conditions,(inclement weather or darkness). Where underground main distribution conduits, such as water, gas, sewer, electric power, or rn telephone, are shown on the Plans,the Contractor, for the purpose of preparing his Bid, shall assume that every property parcel will be served by a service connection for each type of utility. +rr Contractor shall check with the utility companies concerning any possible conflict prior to commencing excavation in any area. Contractor shall resolve all crossing and clearance problems with the utility company concerned. No excavation shall begin until all known facilities, in the to vicinity of the excavation area,have been located and marked. In addition to Contractor having all utilities field marked before starting work, Contractor shall have r all utilities field marked after they are relocated in conjunction with this project. Call Before You Dig The 48 Hour Locators 1-800-424-5555 At least 2 and not more than 10 working days prior to commencing any excavations for utility potholing or for any other purpose under this Contract, Contractor shall notify the Underground Utilities Location Center by telephone of the planned excavation and progress schedule. Contractor is also warned that there may be utilities on the project that are not part of the One Call system. They 4W must be contacted directly by Contractor for locations. Contractor shall make arrangements 48 hours in advance with respective utility owners to have a go representative present when their utility is exposed or modified,if the utility chooses to do so. Existing utilities for telephone,power,gas, water, and television cable facilities shall be adjusted or Vi relocated by the appropriate utility company unless otherwise noted in the Plans. These adjustments may be completed before Contractor begins work, or may be performed in conjunction with the contract work. Contractor shall be entirely responsible for coordination with the utility companies and arranging for the movement or adjustment, either temporary or permanent, of their facilities within the project limits. See also Section 1-05.14 of these Special Provisions. If or when utility conflicts occur, Contractor shall continue the construction process on other aspects of the project whenever possible. No additional compensation will be made to Contractor for reason of delay caused by the actions of any utility company and Contractor shall consider such costs to be incidental to the other items of the contract. Utility Potholing Potholing may be included as a Bid Item for use in determining the location of existing utilities in advance of the Contractor's operations. If potholing is not included as a Bid Item then it shall be considered incidental to other work.The Contractor shall submit all potholing requests to the Engineer for approval, at least 2 working days before potholing is scheduled. Additionally, the Contractor shall provide potholing at Engineer's request. Special Provisions 16I +rr In no way shall the work described under Utility Potholing relieve Contractor of any of the responsibilities described in Section 1-07.17 of the Standard Specifications and Special Provisions, and elsewhere in the Contract Documents. Payment Payment will be made at the discretion of Engineer, for the following Bid Item(s) in accordance with Section 1-09.6 of the Standard Specifications and these Special Provisions: "Utility Potholing,"Force Account "Resolution of Utility Conflicts,"Force Account MW 1-07.17(1) Interruption of Services Section 1-07.17(1) is a new section: a■ (******) Whenever in the course of the construction operation it becomes necessary to cause an outage of utilities, it shall be Contractor's responsibility to notify the affected users and Engineer not less than so 48 hours in advance of such outage. Contractor shall make reasonable effort to minimize the duration of outages, and shall estimate the length of time service will be interrupted and so notify the users. In the case of any utility outage that has exceeded or will exceed four hours, user contact shall again be war made. Temporary service, if needed, will be arranged by Contractor at no cost to Owner. Overhead lighting outages shall not exceed 24 hours. All cost to Contractor for providing temporary overhead lighting to meet above requirements shall be incidental to the various unit and lump sum items of the Contract;no separate payment will be made. 1-07.18 Public Liability and Property Damage Insurance •r Section 1-07.18 is deleted replaced by the following new section and subsections: 1-07.18(1) General The Contractor shall obtain and maintain in full force and effect, from the Contract Execution Date to .r the Completion Date,public liability and property damage insurance with an insurance company(ies) or through sources approved by the State Insurance Commissioner pursuant to RCW 48. aw The Contractor shall not begin work under the Contract until the required insurance has been obtained and approved by the Contracting Agency. Insurance shall provide coverage to the Contractor, all subcontractors, Contracting Agency and the Contracting Agency's consultant.The coverage shall gr protect against claims for bodily injuries,personal injuries, including accidental death, as well as claims for property damages which may arise from any act or omission of the Contractor or the subcontractor, or by anyone directly or indirectly employed by either of them. Aw If warranted work is required the Contractor shall provide the City proof that insurance coverage and limits established under the term of the Contract for work are in full force and effect during the period ow of warranty work. The Contracting Agency may request a copy of the actual declaration pages(s) for each insurance 4M policy effecting coverage(s)required on the contract prior to the date work commences. Failure of the Contractor to fully comply during the term of the Contract with the requirements described herein will be considered a material breach of contract and shall be caused for immediate termination of the rrr Contract at the option of the Contracting Agency. 1-07.18(2) Coverages As part of the response to this proposal,the Contractor shall submit a completed City of Renton Insurance Information form which details specific coverage and limits for this contract. Special provisions 17 All coverage provided by the Contractor shall be in a form and underwritten by a company acceptable to the Contracting Agency. The City requires that all insurers: r 1. Be licensed to do business within the State of Washington. 2. Coverage to be on an"occurrence" basis(Professional Liability and Pollution coverage are acceptable when written on a claims-made basis). The City may also require proof of professional liability coverage be provided for up to two(2)years after the completion of the project. 3. The City may request a copy of the actual declaration page(s)for each insurance as policy affecting coverage(s)required by the Contract prior to the date work commences. 4. Possess a minimum A.M.Best rating of AVII(A rating of A XII or better is preferred.) If any insurance carrier possesses a rating of less than AVII,the City may make an 10 exception. The City reserves the right to approve the security of the insurance coverage provided by the err insurance company(ies),terms,conditions, and the Certificate of Insurance.Failure of the Contractor to fully comply during the term of the Contract with these requirements will be considered a material breach of contract and shall be cause for immediate termination of the Contract at the option of the City. The Contractor shall obtain and maintain the minimum insurance coverage set forth below. By requiring such minimum insurance,the City of Renton shall not be deemed or construed to have assessed the risks that may be applicable to the Contractor. The Contractor shall assess its own risks and if it deems appropriate and/or prudent,maintain higher limits and/or broader coverage. Coverage shall include: A. Commercial General Liability-ISO 1993 Form or equivalent. Coverage will be written on an occurrence basis and include: • Premises and Operations (including CG2503; General Aggregate to apply per project, if applicable). • Explosion, Collapse and Underground Hazards • Products/Completed Operations • Contractual Liability (including Amendatory Endorsement CG 0043 or equivalent which includes defense coverage assumed under contract) iwib • Broad Form Property Damage • Independent Contractors • Personal/Advertising Injury • Stop Gap Liability B. Automobile Liability including all • Owned Vehicles • Non-Owned Vehicles + • Hired Vehicles C. Workers'Compensation • Statutory Benefits(Coverage A) -Show Washington Labor&Industries Number D. Umbrella Liability(when necessary) • Excess of Commercial General Liability and Automobile Liability. Coverage should be as broad as primary. E. Professional Liability-(whenever the work under this Contract includes Professional 40 Liability, (i.e. architectural,engineering, advertising, or computer programming)the Contractor shall maintain professional liability covering wrongful acts, errors and/or Special Provisions 18 AIM rrr %W omissions of the Contractor for damage sustained by reason of or in the course of operations under this Contract. F. The Contracting Agency reserves the right to request and/or require additional coverages as may be appropriate based on work performed(i.e.pollution liability). Contractor shall Name City of Renton,and its officers, officials, agents,employees and volunteers as Additional Insured(ISO Form CG 2010 or equivalent).The Contractor shall provide City of Renton Certificates of Insurance prior to commencement of work.The City reserves the right to request copies of insurance policies, if at their sole discretion it is deemed �.. appropriate. Further, all policies of insurance described above shall: A. Be on a primary basis not contributory with any other insurance coverage and/or self- insurance carried by City of Renton. +w B. Include a Waiver of Subrogation Clause. C. Severability of Interest Clause(Cross Liability) Policy may not be non-renewed, canceled or materially changed or altered unless aw forty-five(45)days prior written notice is provided to City of Renton. Notification shall be provided to City of Renton by certified mail. 1-07.18(3) Limits or LIMITS REQUIRED Providing coverage in these stated amounts shall not be construed to relieve the Contractor from go liability in excess of such limits. The Contractor shall carry the following limits of liability as required below: Commercial General Liability General Aggregate* $2,000,000 ** go Products/Completed Operations $2,000,000 ** Aggregate Each Occurrence Limit $1,000,000 Aw Personal/Advertising Injury $1,000,000 Fire Damage (Any One Fire) $50,000 Medical Payments (Any One $5,000 Person) ew► Stop Gap Liability $1,000,000 * General Aggregate to apply per project (ISO Form CG2503 or equivalent) **Amount may vary based on project risk go Automobile Liability Bodily Injury/Property Damage $1,000,000 (Each Accident) go Workers'Compensation Statutory Benefits- Coverage A Variable (Show Washington Labor and Industries Number) Umbrella Liability Each Occurrence Limit $1,000,000 General Aggregate Limit $1,000,000 Products/Completed Operations $1,000,000 Aggregate Professional Liabilitv(If required) Each Occurrence/ $1,000,000 „r Incident/Claim Aggregate $2,000,000 .r Special Provisions 19 so so The City may require the Contractor to keep professional liability coverage in effect for up to two (2) years after completion of the project. +r The Contractor shall promptly advise the City of Renton in writing in the event any general aggregate or other aggregate limits are reduced. At their own expense,the Contractor will reinstate the aggregate to comply with the minimum limits and requirements as stated in Section 1-07.18(3) and shall furnish the City of Renton a new Certificate of Insurance showing such coverage is in force. 1-07.18(4) Evidence oflnsurance Within 20 days of award of the contract the Contractor shall provide evidence of insurance by submitting to the Contracting Agency the following: 1. City of Renton Insurance Information Form(attached herein)without modification. 2. Certificate of Insurance(Accord Form 25s or equivalent)conforming to items as r specified in Sections 1-07.18(1), 1-07.18(2), and 1-07.18(3)as revised above. Other requirements are as follows: A. Strike the following or similar wording: "This Certificate is issued as a matter of information only and confers no rights upon the Certificate Holder"; B. Strike the wording regarding cancellation notification to the City: "Failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representatives". C. Amend the cancellation clause to state: "Policy may not be non-renewed, canceled or materially changed or altered unless 45 days prior written notice is provided to the City". Notification shall be provided to the City by certified mail. For Professional Liability coverage only, instead of the cancellation language specified above, the City will accept a written agreement that the consultant's broker will provide the required notification. , 1-07.22 Use of Explosives Section 1-07.22 is supplemented by the following: (******) +rr Explosives shall not be used without specific authority of the Engineer,and then only under such restrictions as may be required by the proper authorities. Explosives shall be handled and used in strict compliance with WAC 296-52 and such local laws,rules and regulations that may apply. The individual in charge of the blasting shall have a current Washington State Blaster Users License. The Contractor shall obtain, comply with, and pay for such permits and costs as are necessary in conjunction with blasting operations. 1-07.23 Public Convenience and Safety 1-07.23(1) Construction Under Traffic Section 1-07.23(1) is supplemented by adding the following: (******) The Contractor shall be responsible for controlling dust and mud within the project limits and on any street which is utilized by his equipment for the duration of the project. The Contractor shall be prepared to use watering trucks,power sweepers, and other pieces of equipment as deemed necessary by the Engineer,to avoid creating a nuisance. Dust and mud control shall be considered as incidental to the project, and no compensation will be made for this section. Complaints of dust,mud, or unsafe practices and/or property damage to private Ownership will be transmitted to the Contractor and prompt action in correcting them will be required by the Contractor. Special Provisions 20 wr Contractor shall maintain the roads during construction in a suitable condition to minimize affects to vehicular and pedestrian traffic. All cost to maintain the roads shall be borne by Contractor. At least one-way traffic shall be maintained on all cross-streets within the project limits during r working hours. One lane shall be provided in each direction for all streets during non-working hours. Contractor shall provide one driveable roadway lane and maintain convenient access for local and commuter traffic to driveways,businesses, and buildings along the line of work throughout the course of the project. Such access shall be maintained as near as possible to that which existed prior to the commencement of construction. This restriction shall not apply to the paving portion of the construction process. rr Contractor shall notify and coordinate with all property owners and tenants of street closures, or other restrictions which may interfere with their access—at least 24 hours in advance for single-family aw residential property, and at least 48 hours in advance for apartments, offices, and commercial property. Contractor shall give a copy of all notices to Engineer. When the abutting owners'access across the right-of-way line is to be eliminated and replaced under the Contract by other access, the existing access shall not be closed until the replacement access facility is available. All unattended excavations shall be properly barricaded and covered at all times. Contractor shall not open any trenches that cannot be completed and refilled that same day. Trenches shall be patched or covered by a temporary steel plate, at Contractor's expense,except in areas where the roadway �" remains closed to public traffic. Steel plates must be anchored. 1-07.24 Rights of Way 'o Section 1-07.24 is supplemented by adding the following: Street right of way lines, limits of easements. and limits of construction permits are indicated on the „w Plans. The Contractor's construction activities shall be confined within these limits unless arrangements for use of private property are made. a, Generally, the Contracting Agency will have obtained,prior to Bid opening, all rights of way and easements,both permanent and temporary, necessary for carrying out the completion of the work. Exceptions to this are noted in the Contract Documents or brought to the Contractor's attention by a +r duly issued Addendum. Whenever any of the work is accomplished on or through property other than public tight of way,the Contractor shall meet and fulfill all covenants and stipulations of any easement agreement obtained by the Contracting Agency from the owner of the private property. Copies of the easement agreements are included in the Contract Provisions or made available to the Contractor as soon as practical after they have been obtained buy the Engineer. ww Whenever easements or rights of entry have not been acquired prior to advertising,these areas are so noted on the Plans. The Contractor shall not proceed with any portion of the work in areas where right .w of way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry had been received. If the Contractor is delayed due to acts of omission on the part of the Contracting Agency in obtaining ww Special Provisions 21 > �i► easements,rights of entry of right of way,the Contractor will be entitled to an extension of time.The Contractor agrees that such delay shall not be a breach of contract. r Each property owner shall be given 48 hours notice prior to entry by the Contactor.This includes entry onto easements and private property where private improvements must be adjusted. The Contractor shall be responsible for providing, without expense or liability of the Contracting Agency,any additional land and access thereto that the Contractor may desire for temporary construction facilities, storage of materials, or other Contractor needs. However,before using any private property, whether adjoining the work or not,the Contractor shall file with the Engineer a written permission of the private property owner,and,upon vacating the premises,a written release from the property owner of each property disturbed or otherwise interfered with by reasons of construction pursued under this Contract.The statement shall be signed by the private property owner, or proper authority acting for the owner of the private property affected, stating that permission has been granted to use the property and all necessary permits have been obtained or, in the case of a release,that the restoration of the property has been satisfactorily accomplished.The statement shall include the parcel number,address and date of signature.Written releases must be filed with the Engineer before the Completion Date will be established. +�r 1-08 PROSECUTION AND PROGRESS Section 1-08.0 is a new section with subsection: (******) 1-08.0 Preliminary Matters 1-08.0(1) Preconstruction Conference The Engineer will furnish the Contractor with up to 5 copies of the Contract Documents.Additional documents may be furnished upon request at the cost of reproduction. Prior to undertaking each part of the Work the Contractor shall carefully study and compare the Contract Documents and check and am verify pertinent figures shown therein and all applicable field measurements.The Contractor shall promptly report in writing to the Engineer any conflict, error or discrepancy which the Contractor may discover. After the Contract has been executed,but prior to the Contractor beginning the Work,a preconstruction conference will be held between the Contractor, the Engineer and such other interested parties as may be invited. The Contractor shall prepare and submit at the preconstruction meeting: 4 Contractor's plan of operation and progress schedule (3+copies) 40 + Approval of qualified subcontractors (bring list of subcontractors if different from list submitted with Bid) 4 List of materials fabricated or manufactured off the project 4 Material sources on the project 4 Names of principal suppliers 4 Detailed equipment list, including"Rental Rate Blue Book"hourly costs(both working and standby rates) + Weighted wage rates for all employee classifications anticipated to be used on Project 4 Cost percentage breakdown for lump sum Bid item(s) + Shop Drawings(bring preliminary list) + Traffic Control Plans(3+copies) 4 Temporary Water Pollution/Erosion Control Plan +rr Special Provisions 22 r +r In addition, the Contractor shall be prepared to address: am Bonds and insurance Project meetings—schedule and responsibilities Provision for inspection for materials from outside sources r„„ Responsibility for locating utilities Responsibility for damage Time schedule for relocations, if by other than Contractor Compliance with Contract Documents Acceptance and approval of work Labor compliance,payrolls, certifications Safety regulations for Contractors'and Owner's employees and representatives low Suspension of work, time extensions Change order procedures Progress estimates -procedures for payment 'w Special requirements of funding agencies Construction engineering,advance notice of special work Any interpretation of the Contract Documents requested by Contractor +r Any conflicts or omissions in Contract Documents Any other problems or questions concerning the work Processing and administration of public complaints Easements and rights of entry Other contracts The franchise utilities may be present at the preconstruction conference, and Contractor should be prepared for their review and discussion of progress schedule and coordination. 1-08.1 Subcontracting + Section 1-08.1 is supplemented as follows: Written requests for change in subcontractors shall be submitted by Contractor to Engineer at least 7 „r calendar days prior to start of a subcontractor's work. Contractor agrees that s/he is fully responsible to Owner for the acts and omissions of all subcontractors and lower-tier subcontractors,and persons either directly or indirectly employed by the subcontractors, as well as for the acts and omissions of persons directly employed by Contractor. Contractor shall be required to give personal attention to the work that is sublet. Nothing contained in the Contract Documents shall create any contractual relation between any subcontractor and Owner. Contractor shall be responsible for making sure all subcontractors submit all required documentation, forms, etc. wr 1-08.1(2) Hours of Work Except in the case of emergency or unless otherwise approved by the Contracting Agency, the normal straight time working hours for the Contract shall be any consecutive 8-hour period between 7:00 a.m. and 6:00 p.m. of a working day with a maximum 1-hour lunch break and a 5-day work week. The normal straight time 8-hour working period for the contract shall be established at the 4M preconstruction conference or prior to the Contractor commencing the work. The hours of work on SE 154`h Place shall be from 9:00 a.m. to 3:00 p.m. Special Provisions 23 If a Contractor desires to perform work on holidays, Saturdays, Sundays, or before 7:00 a.m. or after 6:00 p.m.on any day,the Contractor shall apply in writing to the Engineer for permission to work such times.Permission to work longer than an 8-hour period between 7:00 a.m. an 6:00 p.m. is not ,rrr required. Such requests shall be submitted to the Engineer no later than noon on the working day prior to the day for which the Contractor is requesting permission to work. Permission to work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and between the hours of 10:00 p.m. and 7:00 a.m. on weekends or holidays may also be subject to noise control requirements. Approval to continue work during these hours may be revoked at any time the to Contractor exceeds the Contracting Agency's noise control regulations or complaints are received from the public or adjoining property owners regarding the noise from the Contractor's operations. The Contractor shall have no claim for damages or delays should such permission be revoked for these reasons. Permission to work Saturdays, Sunday,holidays of other than the agreed upon normal straight time working hours Monday through Friday may be given subject to certain other conditions set forth by to the Contracting Agency or Engineer.These conditions may include but are not limited to : requiring the Engineer or such assistants as the Engineer may deem necessary to be present during the work; requiring the Contractor to reimburse the Contracting Agency for the cost of engineering salaries paid 16 Contracting Agency employees who worked during such times; considering the work performed on Saturday and holiday as working day with regards to the Contract Time; and considering multiple work shifts as multiple working days with respect to Contract Time even though the multiple shifts occur in a single 24-hour period.Assistants may include,but are not limited to, survey crews; personnel from the Contracting Agency's material testing lab; inspectors; and other Contracting Agency employees when in the opinion of the Engineer such work necessitates their presence. 1-08.1(3)Reimbursement for Overtime Work of Contracting Agency Employees Where the Contractor elects to work on a Saturday, Sunday,or other holiday,of longer than an 8-hour work shift on a regular working day, as defined in the Standard Specifications, such work shall be No considered as overtime work. On all such overtime work an inspector will be present, and a survey crew may be required at the discretion of the Engineer.The Contractor shall reimburse the Contraction Agency for the full amount of the straight time plus overtime costs for employees of the go Contracting Agency required to work overtime hours. The Contractor by these Specifications does hereby authorize the Engineer to deduct such costs from the amount due or to become due the Contractor. 1-08.2 Assignment The second paragraph of Section 1-08.2 is modified as follows: Contractor shall not assign any moneys due or to become due to Contractor hereunder without the prior written consent of Owner. The assignment, if approved, shall be subject to all setoffs, withholdings, and deductions required by law and the Contract. 1-08.3 Progress Schedule err Section 1-08.3 is supplemented as follows: The progress schedule for the entire project shall be submitted 7 calendar days prior to the do Preconstruction Conference. The schedule shall be prepared using the critical path method(CPM), preferably using Microsoft Project or equivalent software. The schedule shall contain this information, at a minimum: Special Provisions 24 w wrr 1. Construction activities, in sufficient detail that all activities necessary to construct a complete and functional project are considered. Any activity that has a scheduled duration exceeding 30 rrr calendar days shall be subdivided until no sub-element has a duration exceeding 30 calendar days. The schedule shall clearly indicate the activities that comprise the critical path. For each activity not on the critical path,the schedule shall show the float, or slack, time. 2. Procurement of material and equipment. 3. Submittals requiring review by Engineer. Submittal by Contractor and review by Engineer shall be shown as separate activities. 4. Work to be performed by a subcontractor, agent,or any third party. 5. Allowances for delays that could result from normal inclement weather(time extensions due to inclement weather will not be allowed). "` 6. Allowances for the time required by utilities(Owner's and others)to locate, monitor, and adjust their facilities as required. so Engineer may request Contractor to alter the progress schedule when deemed necessary in the opinion of Engineer—in the interest of public safety and welfare or of Owner, or for coordination with any other activity of other contractors, the availability of all or portions of the job site,or special aw provisions of this Contract, or to reasonably meet the completion date of the project. Contractor shall provide such revised schedule within 10 days of request. If, at any time, in the opinion of Engineer, the progress of construction falls significantly behind schedule, Contractor may be required to submit a plan for regaining progress and a revised schedule indicating how the remaining work items will be completed within the authorized contract time. `W Contractor shall promptly report to Engineer any conditions which Contractor feels will require revision of the schedule and shall promptly submit proposed revisions in the progress schedule for acceptance by Engineer. When such changes are accepted by Engineer,the revised schedule shall be No followed by Contractor. Weekly Schedule. Contractor shall submit a weekly progress schedule to Engineer which sets forth or specific work to be performed the following week, and a tentative schedule for the second week. Failure to Maintain Progress Schedule. Engineer will check actual progress of the work against the aw progress schedule a minimum of two times per month. Failure, without just cause, to maintain progress in accordance with the approved schedule shall constitute a breach of Contract. If, through no fault of Contractor,the proposed construction schedule cannot be met, Engineer will require ,w Contractor to submit a revised schedule to Engineer for acceptance. The approved revisions will thereafter, in all respects, apply in lieu of the original schedule. VM Failure of Contractor to follow the progress schedule submitted and accepted, including revisions thereof, shall relieve Owner of any and all responsibility for furnishing and making available all or any portion of the job site, and will relieve Owner of any responsibility for delays to Contractor in the +r performance of the work. The cost of preparing the progress schedule, any supplementary progress schedules, and weekly wr schedules shall be considered incidental to the Contract and no other compensation shall be made. ■. aw Special Provisions 25 1-08.4 Notice to Proceed and Prosecution of the Work Section 1-08.4 is supplemented as follows: (******) Notice to Proceed will be given after the Contract has been executed and the Contract Bond and evidence of insurances have been approved and filed by the Owner.The Contractor shall not commence the Work until the Notice to Proceed has been given by the Engineer.The Contractor shall io commence construction activities on the Project Site within ten days of the Notice to Proceed Date. The Work thereafter shall be prosecuted diligently,vigorously, and without unauthorized interruption until physical completion of the Work.There shall be no voluntary shutdowns or slowing of operations by the Contractor without prior approval of the Engineer. Such approval shall not relieve '� the Contractor from the Contractual obligation to complete the work within the prescribed Contract Time. to 1-08.5 Time For Completion The first five paragraphs of Section 1-08.5 are deleted and replaced with the following: The Work shall be physically completed in its entirety within the time specified in the Contract Documents or as extended by the Engineer. The Contract Time will be stated in"working days", shall begin on the Notice To Proceed Date,and shall end on the Contract Completion Date. A nonworking day is defined as a Saturday, a Sunday,a day on which the contract specifically suspends work, or one of these holidays: January 1, Memorial Day,July 4, Labor Day,November 11, Thanksgiving Day,the day after Thanksgiving,and Christmas Day. The day before Christmas shall be a holiday when Christmas Day occurs on a Tuesday or Friday. The day after Christmas shall be a holiday when Christmas Day occurs on a Monday,Wednesday, or Thursday. When Christmas Day occurs on a Saturday,the two preceding working days shall be observed as holidays. When Christmas day occurs on a Sunday, the two working days following shall be observed as holidays. When holidays other than Christmas fall on a Saturday,the preceding Friday will be counted as a non-working day and when they fall on a Sunday the following Monday will be counted as a non- working day.The Contract Time has been established to allow for periods of normal inclement weather which, from historical records, is to be expected during the Contract Time, and during which periods, work is anticipated to be performed. Each successive working day,beginning with the Notice to Proceed Date and ending with the Physical Completion Date, shall be charged to the Contract Time as it occurs except a day or part of a day which is designated a nonworking day or an Engineer determined unworkable day. so The Engineer will furnish the Contractor a weekly report showing(1)the number of working days charged against the Contract Time for the preceding week; (2)the Contract Time in working days; (3) the number of working days remaining in the Contract Time; (4)the number of nonworking days; and (5) any partial or whole days the Engineer declared unworkable the previous week. This weekly report will be correlated with the Contractor's current approved progress schedule. If the Contractor elects to work 10 hours a day and 4 days a week(a 4-10 schedule) and the fifth day of the week in which a 4-10 shift is worked would ordinarily be charged as a working day then the fifth day of that week will be charged as a working day whether or not the Contractor works on that day. The Contractor will be allowed 10 calendar days from the date of each report in which to file a written protest of an alleged discrepancy in the Contract Time as reported. Otherwise,the report will be deemed to have been accepted by the Contractor as correct. The requirements for scheduling the Final Inspection and establishing the Substantial Completion, Physical Completion, and Completion Dates are specified in Sections 1-05.11 and 1-05.12. 40 Special Provisions 26 10 ow war Section 1-08.5 is supplemented as follows: aw Within 10 calendar days after execution of the Contract by the Contracting Agency, Contractor shall provide the Contracting Agency with copies of purchase orders for all equipment items deemed critical by the Contracting Agency, including but not limited to signal controller materials, lighting standards and signal standards required for the physical completion of the contract. Such purchase orders shall disclose the estimated delivery dates for the equipment. All items of work which can be performed without delivery of the critical items shall start and be completed as soon as possible. At that time, Engineer may suspend the work upon request of Contractor until the critical items are delivered to Contractor, if the Contracting Agency received a purchase order within 10 calendar days after execution of the Contract by the Contracting Agency. Contractor will be entitled to only one such suspension of time during the performance of the work aw and during such suspension shall not perform any additional work on the project. Upon delivery of the critical items, contract time will resume and continue to be charged in accordance with Section 1- 08. 1-08.6 Suspension of Work Section 1-08.6 is supplemented as follows: r. Owner may at any time suspend the work, or any part thereof,by giving notice to Contractor in writing. The work shall be resumed by Contractor within 14 calendar days after the date fixed in the written notice from Owner to Contractor to do so. ■r Contractor shall not suspend work under the Contract without the written order of Owner. aw If it has been determined that Contractor is entitled to an extension of time, the amount of such extension shall be only to compensate for direct delays and shall be based upon Contractor's diligently pursuing the work at a rate not less than that which would have been necessary to complete as the original Contract Work on time. 1-08.9 Liquidated Damages Section 1-08.9 is supplemented as follows: VM (* ***) In addition,Contractor shall compensate Owner for actual engineering inspection and supervision costs and any other expenses and legal fees incurred by Owner as a result of such delay. Such labor go costs will be billed to Contractor at actual costs, including administrative overhead costs. In the event that Owner is required to commence any lawsuit in order to enforce any provision of this to Contract or to seek redress for any breach thereof, Owner shall be entitled to recover its costs, including reasonable attorneys fees, from Contractor. 1-08.11 Contractor's Plant and Equipment No The Contractor alone shall at all times be responsible for the adequacy, efficiency, and sufficiency of his and his subcontractor's plant and equipment. The Owner shall have the right to make use of the Contractor's plant and equipment in the performance of any work on the site of the work. Q& The use by the Owner of such plant and equipment shall be considered as extra work and paid for accordingly. iun Special Provisions 27 Neither the Owner nor the Engineer assumes any responsibility, at any time, for the security of the site from the time Contractor's operations have commenced until final acceptance of the work by the Engineer and the Owner. The Contractor shall employ such measures as additional fencing, err barricades,and watchmen service, as he deems necessary for the public safety and for the protection of the site and his plant and equipment. The Owner will be provided keys for all fenced, secured areas. so 1-08.12 Attention to Work Section 1-08.12 is a new section: (******) 0 The Contractor shall give his personal attention to and shall supervise the work to the end that it shall be prosecuted faithfully,and when he is not personally present on the work site,he shall at all times be represented by a competent superintendent who shall have full authority to execute the same, and 'o to supply materials,tools,and labor without delay, and who shall be the legal representative of the Contractor. The Contractor shall be liable for the faithful observance of any instructions delivered to him or to his authorized representative. iii 1-09 MEASUREMENT AND PAYMENT 1-09.1 Measurement of Quantities w Section 1-09.1 is supplemented by adding the following: Lump Sum. The percentage of lump sum work completed, and payment will be based on the cost +r«i► percentage breakdown of the lump sum Bid price(s) submitted at the preconstruction conference. The Contractor shall submit a breakdown of costs for each lump sum Bid item. The breakdown shall list the items included in the lump sum together with a unit price of labor,materials, and equipment for each item. The summation of the detailed unit prices for each item shall add up to the lump sum Bid. The unit price values may be used as a guideline for determining progress payments or deductions or additions in payment for ordered work changes. Cubic Yard Quantities. Contractor shall provide truck trip tickets for progress payments only in the go following manner. Where items are specified to be paid by the cubic yard,the following tally system shall be used. All trucks to be employed on this work will be measured to determine the volume of each truck. Each truck shall be clearly numbered,to the satisfaction of Engineer, and there shall be no duplication of numbers. Duplicate tally tickets shall be prepared to accompany each truckload of material delivered on the project. All tickets received that do not contain the following information will not be processed for payment: rr 1 Truck number 2 Quantity and type of material delivered in cubic yards 3 Drivers name, date and time of delivery 4 Location of delivery,by street and stationing on each street 5 Place for Engineer to acknowledge receipt 6 Pay item number 7 Contract number and/or name Special Provisions 28 err �r. It will be Contractor's responsibility to see that a ticket is given to Engineer on the project for each truckload of material delivered. Pay quantities will be prepared on the basis of said tally tickets. Loads will be checked by Engineer to verify quantity shown on ticket. Quantities by Ton. It will be Contractor's responsibility to see that a certified weight ticket is given to the Inspector on the project at the time of delivery of materials for each truckload delivered. Pay quantities will be prepared on the basis of said tally tickets, delivered to Inspector at time of delivery .rr of materials. Tickets not receipted by Inspector will not be honored for payment. Each truck shall be clearly numbered to the satisfaction of Engineer and there shall be no duplication of numbers. +r Duplicate tickets shall be prepared to accompany each truckload of material delivered to the project. All tickets received that do not contain the following information will not be processed for payment: wr 1. Truck number 2. Truck tare weight(stamped at source) 3. Gross truck load weight in tons(stamped at source) 4. Net load weight(stamped at source) 5. Driver's name,date, and time of delivery 6. Location for delivery by street and stationing on each street 7. Place for Engineer to acknowledge receipt S. Pay item number 9. Contract number and/or name 1-09.3 Scope of Payment Section 1-09.3 is supplemented by adding the following: Unless modified otherwise in the Contract Provisions,the Bid Items listed or referenced in the "Payment"clause of each Section of the Standard Specifications, will be the only items for which compensation will be made for the Work described in or specified in that particular Section when the Contractor performs the specified Work. Should a Bid Item be listed in a "Payment"clause but not in the Proposal Form, and Work for that item is performed by the Contractor and the work is not stated as included in or incidental to a pay item in the contract and is not work that would be required to MW complete the intent of the Contract per Section 1-04.1,then payment for that Work will be made as for Extra Work pursuant to a Change Order. The words"Bid Item,""Contract Item,"and "Pay Item,"and similar terms used throughout the Contract Documents are synonymous. If the "payment"clause in the Specifications relating to any unit Bid Item price in the Proposal Form requires that said unit Bid Item price cover and be considered compensation for certain work or material essential to the item, then the work or material will not be measured or paid for under any other Unit Bid Item which may appear elsewhere in the Proposal Form or Specifications. wr Pluralized unit Bid Items appearing in these Specifications are changed to singular form. Payment for Bid Items listed or referenced in the "Payment"clause of any particular Section of the Specifications shall be considered as including all of the Work required, specified, or described in that particular Section. Payment items will generally be listed generically in the Specifications,and specifically in the Bid form. When items are to be"furnished" under one payment item and Special Provisions 29 "installed"under another payment item, such items shall be furnished FOB project site, or, if specified in the Special Provisions, delivered to a designated site.Materials to be"furnished,"or "furnished and installed"under these conditions, shall be the responsibility of the Contractor with regard to storage until such items are incorporated into the Work or, if such items are not to be incorporated into the work, delivered to the applicable Contracting Agency storage site when provided for in the Specifications. Payment for material"furnished,"but not yet incorporated into the Work,may be made on monthly estimates to the extent allowed. 1-09.7 Mobilization Section 1-09.7 is supplemented as follows: Mobilization shall also include,but not be limited to,the following items: the movement of Contractor's personnel,equipment, supplies,and incidentals to the project site; the establishment of an office,buildings, and other facilities necessary for work on the project;providing sanitary facilities for Contractor's personnel; and obtaining permits or licenses required to complete the project not furnished by Owner. sr This item shall also include providing Engineer and Inspectors with access to telephone, facsimile machine,and copy machine during all hours Contractor is working on the jobsite; and a table and chair for their use when needed. 1-09.9 Payments Section 1-09.9 is supplemented as follows: Applications for payment shall be itemized and supported to the extent required by Engineer by receipts or other vouchers showing payment for materials and labor,payments to subcontractors,and other such evidence of Contractor's right to payment as Engineer may direct. Contractor shall submit a progress report with each monthly request for a progress payment. The progress report shall indicate the estimated percent complete for each activity listed on the progress schedule(see Section 1-08.3). .1-09.9(l) Retainage Section 1-09.9(1) is supplemented as follows: The retained amount shall be released as stated in the Standard Specifications if no claims have been filed against such funds as provided by law and if Owner has no unsatisfied claims against Contractor. In the event claims are filed, Owner shall withhold,until such claims are satisfied,a sum sufficient to satisfy all claims and to pay attorney's fees. In addition,Owner shall withhold such amount as is required to satisfy any claims by Owner against Contractor,until such claims have been finally settled. Neither the final payment nor any part of the retained percentage shall become due until Contractor, if requested, delivers to Owner a complete release of all liens arising out of this Contract, or receipts in full in lieu thereof, and,if required in either case, an affidavit that so far as Contractor has knowledge or information,the release and receipts include all labor and materials for which a lien could be filed: but Contractor may, if any subcontractor refuses to furnish a release or receipt in full, furnish a bond satisfactorily to Engineer to indemnify Owner against the lien. If any lien remains unsatisfied after all payments are made, Contractor shall reimburse to Owner all monies that the latter may be compelled to pay in discharging such lien,including all costs and reasonable Engineer's and attorney's fees. rr Special Provisions 30 No VW 1-09.9(2) Contracting Agency's Right to Withhold and Disburse Certain Amounts Section 1-09.9(2)is a new section: go In addition to monies retained pursuant to RCW 60.28 and subject to RXW 39.04.250, RCW 39.12 and RCW 39.76,the Contractor authorizes the Engineer to withhold progress payments due or deduct to an amount from any payment or payments due the Contractor which, in the Engineer's opinion, may be necessary to cover the Contracting Agency's costs for or to remedy the following situations: 1. Damage to another Contractor when there is evidence thereof and a claim has been filed. 60 2. Where the Contractor has not paid fees or charges to public authorities of municipalities which the Contractor is obligated to pay. 3. Utilizing material, tested and inspected by the Engineer, for purposes not connected with Ow the Work(Section 1-05.6) 4. Landscape damage assessments per Section 1-07.16. 5. For overtime work performed by City personnel per Section 1-08.1(4) ar 6. Anticipated or actual failure of the Contractor to complete the Work on time: a. Per Section 1-08.9 Liquidated Damages; or b. Lack of construction progress based upon the Engineer's review of the Contractor's approved progress schedule which indicates the Work will not be complete within the �r Contract Time. When calculating an anticipated time overrun, the Engineer will make allowances for weather delays, approved unavoidable delays, and suspensions of the Work. The amount withheld under this subparagraph will be base upon the liquidated dames amount per day se forth in Contract Documents multiplied by the number of days the Contractor's approved progress schedule, in the opinion of the Engineer, indicates the Contract may exceed the Contract Time. rr 7. Failure of the Contractor to perform any of the Contractor's other obligations under the contract, including but not limited to: a. Failure of the Contractor to perform any of the Contractor to provide the Engineer aw with a field office when required by the Contract Provisions. b. Failure of the Contractor to protect survey stakes, markers, etc., or to provide adequate survey work as required by Section 1-05.5. MW C. Failure of the Contractor to correct defective or unauthorized work(Section 1-05.8). d. Failure of the Contractor to furnish a Manufacture's Certificate of Compliance in lieu of material testing and inspection as required by Section 1-06.3. e. Failure to submit weekly payrolls, Intent to Pay Prevailing Wage forms, or correct �r. underpayment to employees of the Contractor of subcontractor an=of any tier as required by Section 1-07.9. £ Failure of the Contractor to pay worker's benefits (Title 50 and Title 51 RCW)as am required by Section 1-07.10. g. Failure of the Contractor to submit and obtain approval of a progress schedule per Section 1-08.3. Ow The Contractor authorizes the Engineer to act as agent for the Contractor disbursing such funds as have been withheld pursuant to this section to a party or parties who are entitled to payment. r Disbursement of such funds, if the Engineer elects to do so will be made only after giving the Contractor 15 calendar days prior written notice of the Contracting Agency's intent to do so, and if prior to the expiration of the 15-calendar day period, 1. no legal action has commenced to resolve the QW validity of the claims, and 2. the Contractor has not protested such disbursement. A proper accounting of all funds disbursed on behalf of the Contractor in accordance with this section to will be made. A payment made pursuant to this section shall be considered as payment make under 1W Special Provisions 31 +ir .r the terms and conditions of the Contract. The Contracting Agency shall not be liable to the Contractor for such payment make in good faith. 1-09.9(3) Final Payment Section 1-09.9(3)is a new section: Upon Acceptance of the Work by the Contracting Agency the final amount to be paid the Contactor will be calculated based upon a Final Progress Estimate made by the Engineer. Acceptance by the Contractor of the Final Payment shall be and shall operate as a release: 1. to the Contracting Agency of all claims and all liabilities of the Contractor, other than claims in stated amounts as may be specifically excepted in writing by the Contractor; 2. for all things done or furnished in connection with the Work; 3. for every act and neglect by the Contracting Agency; and rt 4. for all other claims and liability relating to or arising out of the Work. A payment(monthly, final,retainage,or otherwise)shall not release the Contractor or the Contractor's Surety from any obligation required under the terms of the Contract Documents or the Contract Bond; nor shall such payment constitute a waiver of the Contracting Agency's ability to investigate and act upon findings of non-compliance with the WMBE requirements of the Contract; nor shall such payment preclude the Contracting Agency from recovering damages, setting penalties, or obtaining such other remedies as may be permitted by law. Before the Work will be accepted by the Contracting Agency, the Contractor shall submit an affidavit, on the form provided by the Engineer, of amounts paid to certified disadvantaged(DB),minority (MBE)or women business enterprises (WBE)participating in the Work. Such affidavit shall certify the amounts paid to the DB, MBE or WBE subcontractors regardless of tier. On Federally-funded projects the Contractor may also be required to execute and furnish the Contracting Agency an affidavit certifying that the Contractor has not extended any loans, gratuity or gift and money pursuant to Section 1-07.19 of these Specifications. If the Contractor fails,refuses, or is unable to sign and return the Final Progress Estimate or any other documents required for the final acceptance of the contract,the Contracting Agency reserves the right to establish a completion date and unilaterally accept the Contract. Unilateral acceptance will occur only after the Contractor has been provided the opportunity,by written request from the Engineer, to voluntarily submit such documents,If voluntary compliance is not achieved, formal notification of the impending unilateral acceptance will be provided by certified letter from the Engineer to the Contractor which will provide 30 calendar days for the Contractor to submit the necessary documents. The 30-calendar day deadline shall begin on the date of the postmark of the certified letter from the Engineer requesting the necessary documents.This reservation by the Contracting Agency to unilaterally accept the Contract will apply to contracts that are completed in accordance with Section 1-08.5 of for contracts that are terminated in accordance with Section 1-08.10. Unilateral acceptance of the contract by the Contracting Agency does not in any way relieve the Contractor of the provisions under contract or of the responsibility to comply with all laws, ordinances, and regulations —Federal, State, or local—that affect the Contract. The date the Contracting Agency unilaterally signs the Final Progress Estimate constitutes the final acceptance date (Section 1-05.12). Special Provisions 32 wo r 1-09.11 Disputes and Claims 1-09.11(2) Claims + Paragraph 5 is revised as follows: Failure to submit with the Final Application for Payment such information and details as described in this section for any claim shall operate as a waiver of the claims by the Contractor as provided in Section 1-09.9. �r 1-09.11(3) Time Limitations and Jurisdiction Paragraph 1, Sentence 1 is revised as follows: ...such claims or causes of action shall be brought in the Superior Court of the county where the work is performed. 1-09.13 Claims and Resolution err 1-09.13(3)B Procedures to Pursue Arbitration Section 1-09.13(3)B is supplemented by adding: The findings and decision of the board of arbitrators shall be final and binding on the parties, unless the aggrieved party, within 10 days, challenges the findings and decision by serving and filing a petition for review by the superior court of King County,Washington. The grounds for the petition Wr for review are limited to showing that the findings and decision: 1. Are not responsive to the questions submitted; 2. Is contrary to the terms of the Contract or any component thereof; 3. Is arbitrary and/or is not based upon the applicable facts and the law controlling the issues submitted to arbitration. The board of arbitrators shall support its decision by setting forth in writing their findings and conclusions based on the evidence adduced at any such hearing. +r. The arbitration shall be conducted in accordance with the statutes of the State of Washington and court decisions governing such procedure. .r The costs of such arbitration shall be borne equally by the City and the Contractor unless it is the board's majority opinion that the Contractor's filing of the protest or action is capricious or without reasonable foundation. In the latter case, all costs shall be borne by the Contractor. 1-09.14 Payment Schedule Section 1-09.14 is a new section. GENERAL 1-09.14(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 Special Provisions 33 40 W costs therefore shall be included in the prices named in the Bid schedules for the various appurtenant items of work. r B. The Owner shall not pay for material quantities that exceed the actual measured amount used and approved by the Engineer. No 1-09.14(B) Mobilization (Bid Item 001) Measurement for mobilization, shall be based on the requirements specified in Section 1-09.7 of the Standard Specifications as supplemented in these Special Provisions. Payment for mobilization will be made at the lump sum amount for 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 Section 1-09.7 of the Standard Specifications as supplemented in these Special Provisions 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) err 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)Contractor Supplied Surveying(Bid Item 003) Measurement for Contractor supplied surveying, staking and as-built information will be based on the percentage of total work complete,by dollar value, at the time of measurement for the work specified in Sections 1-05.4(3)and 1-05.4(4) of these Special Provisions. Payment for Contractor supplied surveying 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. 1-09.14(E)Traffic Control(Bid Item 004) Measurement shall be as specified in Section 1-10.4 in these Special Provisions. Payment shall be as specified in Section 1-10.5 in these Special Provisions. 1-09.14(F)Temporary Erosion/Sedimentation Controls (Bid Item 005) 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. Special Provisions 34 r Payment for temporary erosion/sedimentation control(s)will be at the lump sum amount Bid, which payment shall be complete compensation for all labor,materials, equipment, straw-bale dikes, silt fencing,plastic sheeting, etc.required to complete this item of work in conformance with Contract Documents. 1-09.14(G)Landscape Restoration (Bid Item 006) 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 i with the Contract Documents. 1-90.14(H) Re-Establish Existing Monuments(Bid Item 00 7) Ila 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,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(1) Television Inspection (Bid Item 008) on Measurement for television inspection of the new sewers will be based on the lineal feet of pipe inspected. Payment for television inspection of the new sewers in accordance with specification section 7- 17.3(2)H will be made at the amount Bid per lineal 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 as part of the project. 1-09.14Q) Furnish and Install 18"PVC Sewer Pipe(Bid Item 009) 1-09.14(K)Furnish and Install 15"PVC Sewer Pipe(Bid Item 010) low 1-09.14(L)Furnish and Install 12"PVC Sewer Pipe(Bid Item 011) 1-09.14(M) Furnish and Install 8"PVC Sewer Pipe (Bid Item 01 S) Measurement for furnishing and installing 18", 15", 12", and 8"diameter sanitary sewer pipes will be „W based on lineal footage measured horizontally over the centerline of the installed pipe. Payment for furnishing and installing 18", 15", 12", and 8"diameter sanitary sewer pipes will be 4W 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 materials are included in other Bid items(see Bid Item 029). rrr Special Provisions 35 1-09.14(N)Furnish and Install 12"HDPE Sewer Pipe,Auger Bore(24-Inch Casing) (Bid Item 012) Measurement for 12"diameter HDPE sanitary sewer pipe of the type required shall be per lump sum in conformance with the Contract Documents. Payment for furnishing and installing 12"HDPE Sewer Pipe,Auger Bore (24-Inch Casing)will be complete compensation for all labor,materials, equipment,hauling, asphalt concrete pavement removal, cement concrete pavement removal,excavation,dewatering,bypass pumping, excavating boring and receiving pits,removal and disposal of waste material, furnishing and installing the auger bore casing, furnishing and installing the HDPE carrier pipe of the size and type required, fittings and r adaptors, installation, laying and jointing pipe and fittings,capping the casing ends, installing casing spacers, filling the casing with lightweight grout or cement grout once the sewer pipe within the casing is installed, filling any voids created by boring outside the casing,backfilling and compacting the boring and receiving pits with native materials,appurtenances, water, grading,cleaning, placement and removal of temporary pavement patching, and testing(hydrostatic 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 029). 1-09.14(0)Furnish and install l2"HDPE Sewer Pipe, Overland(Bid Item 013) Measurement for 12"diameter HDPE sanitary sewer pipe of the type required shall be per lump sum "o shall include that portion of the pipe that is buried upstream of Manhole#18 as shown on the plans and in conformance with the Contract Documents. See Bid Item 018 for anchoring the pipe against soil creep and gravitational effects and Bid Item 019 for restraining against lateral loads(thermal expansion). Payment for furnishing and installing 12"HDPE Sewer Pipe, Overland will be complete compensation for all labor,materials, equipment,hauling,excavation, dewatering,bypass pumping, removal and disposal of waste material, furnishing and installing the pipe of the size and type required, fittings and adaptors, installation, laying and jointing pipe and fittings,appurtenances,water, grading, cleaning, and testing(hydrostatic 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 029). 1-09.14(P)Furnish and Install 12"HDPE Sewer Pipe, Directional Drill(Bid Item 014) Measurement for 12"diameter HDPE sanitary sewer pipe of the type required shall be per lump sum for pipe installed between the Manholes#4 and#5 including the pipe installed westerly of Manhole #4 and easterly of Manhole#5 and in conformance with the Contract Documents. Payment for furnishing and installing 12"HDPE Sewer Pipe,Directional Drill will be complete so compensation for all labor,materials, equipment,hauling,preparing a detailed bore plan, asphalt concrete pavement removal,cement concrete pavement removal, constructing an equipment access to the entry staging area,excavating the entry and exit staging areas (as required), dewatering, bypass pumping, drilling fluid,removing and disposing of all waste material including drilling-related spoils, furnishing and installing the HDPE pipe of the size and type required, fittings and adaptors, installation, laying and jointing pipe and fittings, capping the abandoned drilled pipe at both ends, backfilling and compacting the entry and exit staging areas with native materials,appurtenances, water, grading, cleaning,placement and removal of temporary pavement patching, and testing by mandrel (hydrostatic and deflection testing),etc.required to complete the work in accordance with Vi the Contract Documents. Select imported backfill materials are included in other Bid items (see Bid Item 029). Special Provisions 36 r 1-09.14(Q)Furnish and Install 6"PVC Side Sewer Pipe(Bid Item 016) 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 rr 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 029). Measurement and payment for this Bid item also shall apply to the construction of on-site side sewers for three properties as shown on the Drawings. Payment for on-site sewer construction under this Bid Item shall include locating the existing building sewer and septic tank and making the connection to intercept the building sewer between the house and septic tank. Fittings, adapters and cleanouts (installed per Standard Detail B076)as required shall be incidental to the on-site side sewer construction. Also incidental to the on-site side sewer construction shall be providing and placing of topsoil and the restoration of lawn, landscaping, fencing,patios,decks, and other surface features for which there are no other applicable Bid Items. Surface restoration shall be to equal to the pre- construction condition and shall be to the complete satisfaction of the home owner and Owner. Septic tank decommissioning shall be paid for as a separate Bid item. 1-09.14(R)Furnish and Install 12"HDPE Prefabricated Fittings(Bid Item 017) Measurement for furnishing and installing 12" HDPE prefabricated fittings shall be per each regardless of the type of fitting installed in conformance with the Contract Documents. Payment for furnishing and installing 12" HDPE prefabricated fittings will be made at the unit price Bid per each,which payment will be complete compensation for all labor, equipment,materials hauling, installation, appurtenances, connections,and testing, etc.required to complete all fittings in conformance with the Contract Documents. 1-09.14(5)Furnish and Install Top Slope Anchor with Pipe Cables (Bid Item 018) Measurement for furnishing and installing the top slope anchor with pipe cables required for the overland construction of the 12"HDPE sanitary sewer pipe shall be per lump sum installed in conformance with the Contract Documents. Payment for furnishing and installing the top slope anchor with pipe cables will be made at the lump sum price Bid,which payment will be complete compensation for all labor, equipment, materials hauling, installation (including the Chance anchors,clamps,pipe cables and other appurtenances), wf. connections,and testing, etc.required to complete the anchor installation in conformance with the Contract Documents. 1-09.I4(T)Furnish and Install Type 2 Pipe Anchors (Bid Item 019) Measurement for furnishing and installing the type 2 pipe anchors required for the overland construction of the 12"HDPE sanitary sewer pipe shall be per each anchor assembly in conformance n with the detail in the Contract Documents at the locations shown. iW Special Provisions 3 7 W r Payment for furnishing and installing the type 2 pipe anchors will be made at the unit price Bid per each, which payment will be complete compensation for all labor, equipment,materials,hauling, installation,appurtenances, connections,and testing, etc. required to complete all type 2 pipe anchors in conformance with the Contract Documents. 1-09.14(U)Furnish and Install 60"Sanitary Sewer Manhole with Two 8-Inch Drop "r Connections (Bid Item 020) Measurement for furnishing and installing 60" sanitary sewer manholes with drop connections 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, pavement cutting,asphalt concrete pavement removal, cement concrete pavement removal, dewatering, excavation,removal and disposal of waste material, foundation material, concrete base, precast concrete manhole sections, gaskets,coating system(sealer),manhole frame and lid, so installation,adjustment of frames to grade, ladder and rungs,drop connections with fittings, appurtenances, connections,channeling,reconnection of existing sewer(s),placement of subsequent backfill(native)materials,compaction,water,cleaning,placement and removal of temporary No pavement patching, and testing, etc.required to complete all manholes in conformance with the Contract Documents. Select imported backfill materials are included in other Bid Items (see Bid Item 029). 1-09.14(V)Furnish and Install 60"Sanitary Sewer Manhole, Extra Depth (Bid Item 021) 1-09.14(W) Furnish and Install 48"Sanitary Sewer Manhole,Extra Depth (Bid Item 025) Measurement for furnishing and installing 60"and 48"with depths exceeding 10 feet shall be measured per each for the appropriate manhole Bid Item plus per vertical foot for depths greater than ten feet. Depth measurement shall be from manhole cover to invert of channel at center of manhole. Payment for furnishing 60"and 48"diameters at extra depth will be complete compensation for all labor, equipment,materials hauling, dewatering, excavation,removal and disposal of waste material, precast concrete manhole sections, gaskets, coating system(sealer), ladder and rungs, "Suretrack" climbing and fall protection system(for manholes greater than 20 feet in depth), appurtenances, ,rr reconnection of existing sewer(s), placement of subsequent backfill (native)materials,compaction, cleaning, and testing etc required to construct each vertical foot of extra depth beyond the 10-foot standard depth(see Bid Item 029). 1-09.14(X)Furnish and Install 54"Sanitary Sewer Shallow Manhole(Bid Item 022) Measurement for furnishing and installing 54" sanitary sewer shallow manholes will be per each for each type manhole installed in conformance with the Contract Documents and Standard Detail SP B072. Payment for furnishing and installing 54" sanitary sewer shallow manholes 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, concrete base, + precast concrete manhole sections, gaskets, coating system(sealer), manhole frame and lid, installation, adjustment of frames to grade, ladder and rungs, appurtenances,connections, channeling, reconnection of existing sewer(s), placement of subsequent backfill(native)materials,compaction, Special Provisions 38 +rr �r water, cleaning, placement and removal of temporary pavement patching, and testing, etc. required to complete all manholes in conformance with the Contract Documents. Select imported backfill materials are included in other Bid Items (see Bid Item 029). 1-09.14(Y)Furnish and Install 48"Sanitary Sewer Manhole(Bid Item 023) Measurement for furnishing and installing 48" sanitary sewer manholes will be per each for each type manhole installed in conformance with the Contract Documents. Payment for furnishing and installing 48" 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, pavement cutting, asphalt concrete pavement removal, cement concrete pavement removal, dewatering, excavation,removal and disposal of waste material, foundation material, concrete base, +� precast concrete manhole sections, gaskets, coating system(sealer),manhole frame and lid, installation,adjustment of frames to grade, ladder and rungs, appurtenances, connections, channeling, reconnection of existing sewer(s),placement of subsequent backfill (native)materials, compaction, water,cleaning,placement and removal of temporary pavement patching, and testing, etc.required to complete all manholes in conformance with the Contract Documents. Select imported backfill materials are included in other Bid Items(see Bid Item 029). 1-09.14(Z)Furnish and Install 48" Cut In Sanitary Sewer Manhole(Bid Item 024) Measurement for furnishing and installing 48" sanitary sewer cut-in manholes will be per each for each type manhole installed in conformance with the Contract Documents. Payment for furnishing and installing 48" cut-in 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,pavement cutting, asphalt concrete pavement removal, cement concrete pavement removal, dewatering, excavation,removal and disposal of waste material, cutting and removing existing piping, reconnecting existing piping to the manhole as required,capping, sealing and filling pipe to be irr abandoned as required, foundation material, concrete base,precast concrete manhole sections, gaskets, coating system(sealer),manhole frame and lid, installation, adjustment of frames to grade, ladder and rungs, appurtenances,new piping connections, channeling,reconnection of existing sewer(s),placement of subsequent backfill (native)materials, compaction, water, cleaning,placement and removal of temporary pavement patching,and testing, etc. required to complete all manholes in conformance with the Contract Documents. Select imported backfill materials are included in other Bid Items(see Bid Item 029). 1-09.14(AA) Furnish and Install Sewer Clean outs (Bid Item 026) Measurement for furnishing and installing sewer Cleanouts will be per each for cleanout installed in conformance with the Contract Documents. Payment for furnishing and installing sewer Cleanouts will be made at the unit price Bid per each, which payment will be complete compensation for all labor, equipment, excavation, concrete block, mainline tee, bend, wye,pipe,plug, cover, fittings and adaptors, materials hauling, connections, placement of subsequent backfill (native)materials, compaction,water,cleaning and testing, etc. arr 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 29). 1-09.14(AB) Connect New Sewer to Existing Sewer Facility(Bid Item 027) 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. ,rr �Illi Special Provisions 39 Payment for 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,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 029). 1-09.14(AC) Removal and Replacement of Unsuitable Foundation Material (Bid Item 028) 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 r> 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. 4 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(AD) Bank Run Gravel for Trench Backfill Sewer(Bid Item 029) ► Measurement for Bank Run Gravel for Trench Backfill Sewer shall be measured in Tons based on the weight of material installed into the work. Certified weight tickets shall accompany each load, a copy of tickets shall be given to the Engineer daily. Wasted materials will not be included in the measurement or payment. Only materials placed within the pay limits shown will be considered for payment. Material placed outside of the pay limits shown on the plans or as approved by the Engineer will be deducted from the certified tickets. rr Payment for Bank Run Gravel for Trench Backfill Sewer will be made at the amount Bid per ton, which payment will be complete compensation for all labor,materials, equipment,hauling, placement,water, compaction,removal and disposal of waste materials, etc.required to complete this item of Work in conformance with the Contract Documents. 1-09.14(AE) Crushed Surfacing Top Course (Bid Item 030) Measurement for crushed surfacing top course shall be measured in tons based on the weight of material installed into the work except for material placed under the Bid Item for Asphalt Concrete Patch Including CSTC. Certified weight tickets shall accompany each load, a copy of tickets shall be given to the Engineer daily. Wasted materials will not be included in the measurement or payment. Only materials placed within the pay limits shown will be considered for payment. Material placed outside of the pay limits shown on the plans or as approved by the Engineer will be deducted from the certified tickets. Payment for crushed surfacing top course will be made at the amount Bid per ton,which payment will be complete compensation for all labor,materials,equipment,hauling,placement,water, compaction,removal and disposal of waste materials, etc. required to complete this item of Work in conformance with the Contract Documents. Ag Special provisions 40 r rr 1-09.14(AF) Asphalt Patch Class `B'Including Crushed Surfacing Top Course (Bid Item 031) ON 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 yard, which payment will be complete compensation for all labor, materials, haul, surface preparation, gravel materials including crushed surfacing top course, compaction,water,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 rrg additional payment will be made for work necessary to correct an asphalt concrete patch not installed in accordance with specifications. 1-09.14(AG) Asphalt Grinding for Overlay(Bid Item 032) Measurement for asphalt grinding for overlay shown on the Plans shall be measured in square yards horizontally over areas requiring grinding in conformance with Section 5-04.4. Measurement width for asphalt grinding for overlay shall be as defined by the limits shown,unless otherwise approved by the Engineer. Payment for asphalt grinding for overlay will be made at the amount Bid per square yard and shall be complete compensation for all labor and materials and other costs to grind the asphalt, load, and haul to waste the grinding spoil material and in conformance with Section 5-04.5. No additional payment will be made for work necessary to correct damage to curbs, gutters, utility structures, or other Wr appurtenances resulting from the Contractor's grinding operations. 1-09.14(AH) I Y2"Deep Asphalt Overlay Class W(Bid Item 033) Measurement for 1 % "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 the limit of asphalt overlay payment shown in the Contract Documents, unless otherwise approved by the Engineer. Payment for 1 %"deep asphalt overlay class `B'will be made at the amount Bid per square yard, which payment will be complete compensation for all labor,materials,haul, surface preparation, so aggregate, compaction,asphaltic materials,pre-leveling, tack oil,placement,roller compaction,joint sealing, adjustment of utilities to grade, cleanup, etc. required to complete this item of Work in conformance with the contract documents. Ar 1-09.14(AI) Replace Pavement Markings and Traffic Buttons(Bid Item 034) Measurement for replace pavement markings shall be per lump sum replacement of all crosswalks, .r 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 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 err conformance with the Contract Documents. Special Provisions 41 rri 1-09.14(AJ) Remove and Replace Concrete Curb and Gutter(Bid Item 035) 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. a 1-09.14(AK) Remove and Replace Concrete Sidewalk(Bid Item 036) Measurement for remove and replace concrete sidewalk shall be in square yards of sidewalk 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 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(AL) Septic Tank Decommissioning(Bid Item 037) Measurement for septic tank decommissioning shall be per each for decommissioning the tanks as shown and specified in the Contract Documents,unless otherwise approved by the Engineer. Payment for septic tank decommissioning will be made at the unit amount Bid per each, which payment will be complete compensation for all labor, equipment,materials,necessary and incidental to decommission the existing tank to meet the requirements of Public Health—Seattle &King County standards and regulations as required to complete this item in conformance with the Contract Documents. The unit Bid price shall include,but not be limited to, all excavation, effluent pumping, haul to King County Renton Treatment Plant,and disposal,native and/or imported backfill as required, access lid removal and disposal, and topsoil for restoration. 1-09.14(AM) Tree Removal(Bid Item 038) Measurement for tree removal shall be per each for falling and removal of the trees as shown and specified in the Contract Documents, unless otherwise approved by the Engineer. r Payment for tree removal will be made at the unit amount Bid per each,which payment will be complete compensation for all labor, equipment,materials,necessary and incidental to fall and remove the trees as specified in Section 2-01.1 herein these Special Provisions. 1-10 TEMPORARY TRAFFIC CONTROL Ag 1-10.1 General Section 1-10.1 is supplemented by adding the following: Two weeks prior to construction,the Contractor shall erect informational signs alerting motorists to expect delays during construction along SE 145th Place, 154th Place SE, 156th Ave SE, SE 144th Street, and 160th Ave SE. The signs shall give the date that construction will begin and an approximate ending date. 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 Special Provisions 42 irr rr the construction zone when possible. Detours will be allowed through areas where motorists cannot safely pass through the construction zone. irr 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. In addition to the City's review and approval,King County Department of Public Works, Utility "r Inspection Unit review and approval will be required for this project. When the Bid proposal includes an item for"Traffic Control,"the work required for this item shall be all items described in Section 1-10, including,but not limited to: 1. Furnishing and maintaining barricades, flashers, construction signing and other channelization devices, unless a pay item is in the Bid proposal for any specific device rr and the Special Provisions specify furnishing,maintaining, and payment in a different manner for that device; 2. Furnishing traffic control labor, equipment,and supervisory personnel for all traffic control labor; 3. Furnishing any necessary vehicle(s)to set up and remove the Class B construction signs and other traffic control devices; 4. Furnishing labor and vehicles for patrolling and maintaining in position all of the construction signs and the traffic control devices,unless a pay item is in the Bid proposal to specifically pay for this work; and 5. Furnishing labor, material, and equipment necessary for cleaning up,removing, and replacing of the construction signs and the traffic control devices destroyed or damaged during the life of the project. 6. Removing existing signs as specified or a directed by the Engineer and delivering to the City Shops or storing and reinstalling as directed by the Engineer. 7. Preparing a traffic control plan for the project and designating the person responsible for traffic control at the work site. The traffic control plan shall include descriptions of the Aw traffic control methods and devices to be used by the prime Contractor, and subcontractors, shall be submitted at or before the preconstruction conference, and shall be subject to review and approval of the Engineer. 0 8. Contacting police, fire, 911, and ambulance services to notify them in advance of any work that will affect and traveled portion of a roadway. 9. Assuring that all traveled portions of roadways are open to traffic during peak traffic r periods, 6:30 a.m. to 8:30 a.m., and 3:00 p.m. to 6:00 p.m., or as specified in the special provisions, or as directed by the Engineer. 10. Promptly removing or covering all nonapplicable signs during periods when they are not needed. If no Bid Item"Traffic Control"appears in the proposal then all work required by these sections will be considered incidental and their cost shall be included in the other items of Work. If the Engineer requires the Contractor to furnish additional channelizing devices,pieces of equipment, or services which could not be usually anticipated by a prudent Contractor for the rr maintenance and protection of traffic, then a new item or items may be established to pay for such items. Further limitations for consideration of payment for these items are that they are not covered by other pay items in the Bid proposal, they are not specified in the Special Provisions as incidental, and the accumulative cost for the use of each individual channelizing device,piece of equipment, or wr Special Provisions 43 40 so service must exceed$200 in total cost for the duration of their need. In the event of disputes, the Engineer will determine what is usually anticipated by a prudent Contractor. The cost for these items will be by agreed price,price established by the Engineer, or by force account. Additional items required as a result of the Contractor's modification to the traffic control plan(s)appearing in the contract shall not be covered by the provisions in this paragraph. If the total cost of all the work under the Contract increases or decreases by more than 25 percent, an equitable adjustment will be considered for the item "Traffic Control"to address the increase or decrease. Traffic control and maintenance for the safety of the traveling public on this project shall be the sole responsibility of Contractor and all methods and equipment used will be subject to the approval of Owner. " Traffic control devices and their use shall conform to City of Renton standards,King County standards, and the Manual on Uniform Traffic Control Devices. .w Contractor shall not proceed with any construction until proper traffic control has been provided to the satisfaction of Engineer. Any days lost due to improper traffic control will be charged against Contractor's allowable Contract Time, and shall not be the cause for a claim for extra days to complete the work. 1-10.2 Traffic Control Management 1-10.2(1)B Traffic Control Supervisor Paragraphs 1 and 2 are revised as follows: A TCS shall be on the project whenever traffic control labor is required or as authorized by the Engineer. 10 The TCS shall assure that all the duties of the TCS are performed during the duration of the contract. During nonwork periods, the TCS shall be able to be on the job site within a 45-minute time period rr after notification by the Engineer. 1-10.2(2) Traffic Control Plans Section 1-10.2(2)is supplemented as follows: 40 The Contractor shall be responsible for assuring that traffic control is installed and maintained in conformance to established standards. The Contractor shall continuously evaluate the operation of at the traffic control plan and take prompt action to correct any problems that become evident during operation. go 1-10.3 Flagging, Signs, and All Other Traffic Control Devices Section 1-10.3 is supplemented as follows: At the end of each working day,provisions shall be made for the safe passage of traffic and 96 pedestrians during non-working hours. Barricades shall be reflectorized as specified in Part VI of the MUTCD,and shall be 3M diamondi grade or equivalent approved by Engineer. Barricades shall also be equipped with flashers. Special Provisions 44 r I-10.3(3) Construction Signs Section 1-10.3(3)paragraph 4 is supplemented as follows: No separate pay item will be provided in the Bid proposal for Class A or Class B construction signs. ap All costs for the work to provide Class A or Class B construction signs shall be included in the unit contract price for the various other items of the Work in the Bid proposal. 1-10.4 Measurement to Section 1-10.4 is replaced with: No specific unit of measurement will apply to the lump sum Bid Item of"Traffic Control". No No adjustment in the lump sum Bid amount will be made for overtime work or for use of relief flaggers. 1-10.5 Payment Section 1-10.5 is replaced with: arr Payment for all labor,materials,and equipment described in Section 1-10 will be made in accordance with Section 1-04.1, for the following Bid Items when included in the proposal: "Traffic Control,"lump sum. The lump sum contract price shall be full pay for all costs not covered by other specific pay items in the Bid proposal for furnishing, installing,maintaining, and removing traffic control devices required by the contract and as directed by the Engineer in conformance with accepted standards and in such a manner as to maximize safety, and minimize disruption and inconvenience to the public. Progress payment for the lump sum Bid Item"Traffic Control'will be made as follows: " 1. When in initial warning signs for the beginning of the project and the end of construction signs are installed and approved by the Engineer, 30 percent of the amount Bid for the item will be paid. 2. Payment for the remaining 70 percent of the amount Bid for the item will be paid on a prorated basis in accordance with the total job progress as determined by progress payments. The Bid Item"Traffic Control'will be considered for an equitable adjustment per Section 1-04.6 only when the total contract price increases or decreases by more than 25 percent. »r The Lump Sum contract price shall be full pay for all costs involved in furnishing the pilot car(s), pilot car driver(s), and the appropriate pilot car sign(s) for any pilot car operation.Any necessary flaggers will be paid under the item for traffic control. The Lump Sum contract price shall be full pay for all costs for the labor provided for performing those construction operations described in Section 1-10.3(1) and as authorized by the Engineer. The Lump Sum contract price shall be full pay for all costs for performing the work described in Section 1-10.3(3)and Section 1-10.3(4).This payment will include all labor, equipment, and vehicles necessary for the initial acquisition,the initial installation of Class A signs,and ultimate return of all Contracting Agency-furnished signs AW Special Provisions 45 The Lump Sum contract price shall be full pay for all costs involved when a person performs the duties described in Section 1-10.2(1)B including when performing traffic control labor duties. �r The Lump Sum contract price shall be full pay for all costs involved in furnishing the vehicle or vehicles for the work described in Sections 1-10.2(1)B and 1-10.3(2). 1-11 RENTON SURVEYING STANDARDS The following is a new section with new subsections: 1-11.1 Responsibility for Surveys All surveys and survey reports shall be prepared under the direct supervision of a person registered to practice land surveying under the provisions of Chapter 18.43 RCW. All surveys and survey reports shall be prepared in accordance with the requirements established by the Board of Registration for Professional Engineers and Land Surveyors under the provisions of Chapter 18.43 RCW. 1-11.2 Survey Datum and Precision The horizontal component of all surveys shall have as its coordinate base: The North American Datum of 1983/91. All horizontal control for projects must be referenced to or in conjunction with a minimum of two of the City of Renton's Survey Control Network monuments. The source of the coordinate values used will be shown on the survey drawing per RCW 58.09.070. The horizontal component of all surveys shall meet or exceed the closure requirements of WAC 332- 130-060. The control base lines for all surveys shall meet or exceed the requirements for a Class A survey revealed in Table 2 of the Minimum Standard Detail Requirements for ALTA/ACSM Land 40 Title Surveys jointly established and adopted by ALTA and ACSM in 1992 or comparable classification in future editions of said document. The angular and linear closure and precision ratio of traverses used for survey control shall be revealed on the face of the survey drawing, as shall the method of adjustment. The horizontal component of the control system for surveys using global positioning system methodology shall exhibit at least 1 part in 50,000 precision in line length dependent error analysis at a 95 percent confidence level and performed pursuant to Federal Geodetic Control Subcommittee Standards for GPS control surveys as defined in Geometric Geodetic Accuracy Standards& Specifications for Using GPS Relative Positioning Techniques dated August 1, 1989 or comparable classification in future editions of said document. The vertical component of all surveys shall be based on NAVD 1988, the North American Vertical Datum of 1988, and tied to at least one of the City of Renton Survey Control Network benchmarks. If there are two such benchmarks within 3000 feet of the project site a tie to both shall be made. The benchmark(s)used will be shown on the drawing. If a City of Renton benchmark does not exist within 3000 feet of a project, one must be set on or near the project in a permanent manner that will remain intact throughout the duration of the project. Source of elevations(benchmark)will be shown on the drawing, as well as a description of any bench marks established. ww Special Provisions 46 +rr rr 1-11.3 Subdivision Information Those surveys dependent on section subdivision shall reveal the controlling monuments used and the subdivision of the applicable quarter section. Those surveys dependent on retracement of a plat or short plat shall reveal the controlling wr monuments, measurements, and methodology used in that retracement. 1-11.4 Field Notes Field notes shall be kept in conventional format in a standard bound field book with waterproof +" pages. In cases where an electronic data collector is used field notes must also be kept with a sketch and a record of control and base line traverses describing station occupations and what measurements were made at each point. Every point located or set shall be identified by a number and a description. Point numbers shall be unique within a complete job. The preferred method of point numbering is field notebook, page and point set on that page. Example: The first point set or found on page 16 of field book 348 would be identified as Point No. 348.16.01, the second point would be 348.16.02, etc. Upon completion of a City of Renton project, either the field notebook(s)provided by the City or the original field notebook(s)used by the surveyor will be given to the City. For all other work, surveyors will provide a copy of the notes to the City upon request. In those cases where an electronic data collector is used, a hard copy print out in ASCII text format will accompany the field notes. 1-11.5 Corners and Monuments ++� Corner A point on a land boundary, at the juncture of two or more boundary lines. A monument is usually set at such points to physically reference a corner's location on the ground. qr Monument any physical object or structure of record which marks or accurately references: • A corner or other survey point established by or under the supervision of an individual per section 1-11.1(1) and any corner or monument established by the General Land MW per and its successor the Bureau of Land Management including section subdivision corners down to and including one-sixteenth corners; and • Any permanently monumented boundary, right of way alignment, or horizontal and vertical control points established by any governmental agency or private surveyor including street intersections but excluding dependent interior lot corners. 1-11.6 Control or Base Line Survey Control or Base Line Surveys shall be established for all construction projects that will create permanent structures such as roads, sidewalks,bridges, utility lines or appurtenances, signal or light poles, or any non-single family building. Control or Base Line Surveys shall consist of such number «r of permanent monuments as are required such that every structure may be observed for staking or"as- builting" while occupying one such monument and sighting another such monument. A minimum of two of these permanent monuments shall be existing monuments,recognized and on record with the ,r City of Renton. The Control or Base Line Survey shall occupy each monument in turn, and shall satisfy all applicable requirements of Section 1-11.1 herein. The drawing depicting the survey shall be neat, legible, and drawn to an appropriate scale. North orientation should be clearly presented and the scale shown graphically as well as noted. The drawing must be of such quality that a reduction thereof to one-half original scale remains legible. �w rIY Special Provisions 47 Irk If recording of the survey with the King County Recorder is required,it will be prepared on 18 inch by 24 inch mylar and will comply with all provisions of Chapter 58.09 RCW. A photographic mylar of the drawing will be submitted to the City of Renton and, upon their review and acceptance per the specific requirements of the project,the original will be recorded with the King County Recorder. If recording is not required,the survey drawing shall be prepared on 22 inch by 34 inch mylar, and the original or a photographic mylar thereof will be submitted to the City of Renton. The survey drawings shall meet or exceed the requirements of WAC 332-130-050 and shall conform to the City of Renton's Drafting Standards. American Public Works Association symbols shall be 40 used whenever possible,and a legend shall identify all symbols used if each point marked by a symbol is not described at each use. An electronic listing of all principal points shown on the drawing shall be submitted with each drawing. The listing should include the point number designation(corresponding with that in the field notes), a brief description of the point,and northing, easting,and elevation(if applicable) values, all in ASCII format,on IBM PC compatible media. 1-11.7 Precision Levels Vertical Surveys for the establishment of bench marks shall satisfy all applicable requirements of section 1-05 and 1-11.1. Vertical surveys for the establishment of bench marks shall meet or exceed the standards, specifications and procedures of third order elevation accuracy established by the Federal Geodetic Control Committee. Bench marks must possess both permanence and vertical stability. Descriptions of bench marks must be complete to insure both recoverability and positive identification on recovery. 1-11.8 Radial and Station -- Offset Topography Topographic surveys shall satisfy all applicable requirements of section 1-11.1 herein. All points occupied or back sighted in developing radial topography or establishing baselines for do station--offset topography shall meet the requirements of section 1-11.1 herein. The drawing and electronic listing requirements set forth in section 1-11.1 herein shall be observed for all topographic surveys. 1-11.9 Radial Topography Elevations for the points occupied or back sighted in a radial topographic survey shall be determined either by 1) spirit leveling with misclosure not to exceed 0.1 feet or Federal Geodetic Control Committee third order elevation accuracy specifications, OR 2)trigonometric leveling with elevation 40 differences determined in at least two directions for each point and with misclosure of the circuit not to exceed 0.1 feet. so 1-11.10 Station--Offset Topography Elevations of the baseline and topographic points shall be determined by spirit leveling and shall satisfy Federal Geodetic Control Committee specifications as to the turn points and shall not exceed at 0.1 foot's error as to side shots. Special Provisions 48 OW to 1-11.11 As-Built Survey All improvements required to be "as-built" (post construction survey)per City of Renton Codes, TITLE 4 Building Regulations and TITLE 9 Public Ways and Property,must be located both .� horizontally and vertically by a Radial survey or by a Station offset survey. The "as-built" survey must be based on the same base line or control survey used for the construction staking survey for the improvements being "as-built". The "as-built" survey for all subsurface improvements should occur WO prior to backfilling. Close cooperation between the installing Contractor and the "as-builting" surveyor is therefore required. All "as-built" surveys shall satisfy the requirements of section 1-11.1(1)herein and shall be based upon control or base line surveys made in conformance with these Specifications. OW The field notes for"as-built" shall meet the requirements of section 1-11.1(4)herein and submitted with stamped and signed "as-built" drawings which includes a statement certifying the accuracy of the"as built". OW The drawing and electronic listing requirements set forth in section 1-11.1(6)herein shall be observed for all "as-built" surveys. go 1-11.12 Monument Setting and Referencing All property or lot corners, as defined in 1-11.1(5),established or reestablished on a plat or other recorded survey shall be referenced by a permanent marker at the corner point per 1-11.2(1). In 4' situations where such markers are impractical or in danger of being destroyed, e.g.,the front corners of lots, a witness marker shall be set. In most cases,this will be the extension of the lot line to a tack in lead in the curb. The relationship between the witness monuments and their respective corners • shall be shown or described on the face of the plat or survey of record, e.g., "Tacks in lead on the extension of the lot side lines have been set in the curbs on the extension of said line with the curb." In all other cases the corner shall meet the requirements of section 1-11.2(1)herein. wo All non corner monuments, as defined in 1-11.1(5), shall meet the requirements of section 1-11.2(2) herein. If the monument falls with in a paved portion of a right of way or other area,the monument shall be set below the ground surface and contained within a lidded case kept separate from the monument and flush with the pavement surface,per section 1-11.2(3). In the case of right of way centerline monuments all points of curvature(PC),points of tangency " (PT), street intersections, center points of cul-de-sacs shall be set. If the point of intersection, PI, for the tangents of a curve fall within the paved portion of the right of way, a monument can be set at the PI instead of the PC and PT of the curve. For all non corner monuments set while under contract to the City of Renton or as part of a City of Renton approved subdivision of property, a City of Renton Monument Card(furnished by the city) identifying the monument; point of intersection(PI), point of tangency(PT),point of curvature (PC), one-sixteenth corner, Plat monument, street intersection, etc., complete with a description of the monument, a minimum of two reference points and NAD 83/91 coordinates and NAVD 88 elevation w. shall be filled out and filed with the city. 1-11.13 Materials ' 1-11.13(1) Property/Lot Corners Corners per 1-11.1(5) shall be marked in a permanent manner such as 1/2 inch diameter rebar 24 inches in length, durable metal plugs or caps,tack in lead, etc. and permanently marked or tagged IMP+rrr Special Provisions 49 W 40 with the surveyor's identification number. The specific nature of the marker used can be determined by the surveyor at the time of installation. r 1-11.13(2) Monuments Monuments per 1-11.1(5) shall meet the requirements as set forth in City of Renton Standard Plans page H031 and permanently marked or tagged with the surveyor's identification number. 1-11.13(3) Monument Case and Cover Materials shall meet the requirements of section 9-22 and City of Renton Standard Plans page H031. 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP 2-01.1 Description Section 2-01.1 is supplemented as follows: (rt.kkk4) The limits of clearing and grubbing(construction limits) shall be defined as being the construction limit lines as shown in the Plans. Where,in the opinion of the Engineer, any trees abutting or aNi adjacent to the limits of clearing and grubbing are damaged and require removal,the Contractor shall remove such trees. Any trees flagged by the Engineer to remain within the clearing and grubbing limits shall be left undamaged by the Contractor's operations. Any flagged trees which are damaged , shall be replaced in kind at the Contractor's expense. Two trees have been designated for removal. The two fir trees are on the Duncan property and are shown on Drawing sheet 14. The two trees shall be felled and removed but the stumps shall be left in place. Branches and stems shall be lowered using ropes or a crane. The main trunks shall only be felled when they have been removed to a 10 foot height or less. The finished stump levels shall be 12 inches or less above grade. Tree removal shall include removal of all debris,twigs,bark, chips, and branches from the area. Repair all dents,ruts or depressions using topsoil and sod. Existing landscaping outside the construction limits, including but not limited to, sod,rockeries, ' beauty bark, decorative gravel or rock,bushes, and shrubbery shall be protected from damage. The property owners shall be responsible for removing and/or relocating irrigation equipment, trees, as shrubs, curbing, ornamental plants, and any other decorative landscaping materials within the construction limits that they wish to save. The Contractor shall give property owners 10 days'written notice prior to removing landscaping materials. All landscaping materials that remain in the construction limits after that time period shall be removed and disposed of,by the Contractor, in accordance with Section 2-01 of the Standard Specifications, these Special Provisions,and the Plans. The Contractor shall receive approval from the Engineer prior to removal. 2-01.2 Disposal of Usable Material and Debris Section 2-01.2 is supplemented as follows: The Contractor shall dispose of all debris by Disposal Method No. 2—Waste Site. Special Provisions 50 go to 2-01.5 Payment Section 2-01.5 is supplemented as follows: The lump sum price for"Clearing and Grubbing"shall be full compensation for all work described herein and shown in the Plans,including removing trees and shrubbery where shown in the Plans and directed by the Engineer. 2-02 REMOVAL OF STRUCTURE AND OBSTRUCTIONS 2-02.3 Construction Requirements 2-02.3(3) Removal of Pavement, Sidewalks, and Curbs Section 2-02.3(3)is revised and supplemented as follows: ` Item "l."Is revised as follows: In removing pavement, sidewalks,driveways,and curbs, the Contractor shall haul broken-up pieces to some off-project site. The section is supplemented as follows: When an area where pavement, sidewalk, or driveway has been removed is to be opened to traffic before pavement patching has been completed,temporary mix asphalt concrete patch shall be required. Temporary patching shall be placed to a minimum depth of 2 inches immediately after backfilling and compaction are complete, and before the road is opened to traffic. MC cold mix or wr MC hot mix shall be used at the discretion of the Engineer. 2-02.4 Measurement Section 2-02.4 replaces the existing vacant section: Sawcutting existing cement and asphalt concrete pavements shall be measured by the linear foot along the sawcut, full depth. Wheelcutting of pavement will not be measured for separate payment, ww but shall be included in other items of Work. 2-02.5 Payment Section 2-02.5 is supplemented by adding: "Saw Cutting",per Lineal Foot. "Remove Sidewalk", per Square Yard. "Remove Curb and Gutter",per Lineal Foot. "Cold Mix",per Ton "Remove Asphalt Concrete Pavement,"per square yard. +r "Remove Cement Concrete pavement,"per square yard. "Remove existing ,"per +, ► All costs related to the removal and disposal of structures and obstructions including saw cutting, excavation,backfilling and temporary asphalt shall be considered incidental to and included in other items unless designated as specific Bid Items in the proposal. If pavements, sidewalks, or curbs lie within an excavation area and are not mentioned as separate pay items, their removal will be paid for as part of the quantity removed in excavation. If they are mentioned as a separate item in the proposal,they will be measured and paid for as provided under Section 2-02.5, and will not be rr included in the quantity calculated for excavation. wri Special Provisions 51 Ali go 2-03 ROADWAY EXCAVATION AND EMBANKMENT 2-03.3 Construction Requirements to Section 2-03.3 is supplemented by adding the following: Roadway excavation shall include the removal of all materials excavated from within the limits shown on the plans. Suitable excavated material shall be used for embankments, while surplus excavated material or unsuitable material shall be disposed of by the Contractor. Earthwork quantities and changes will be computed, either manually or by means of electronic data processing equipment,by use of the average end area method. Any changes to the proposed work as directed by the Engineer that would alter these quantities shall be calculated by the Engineer and submitted to the Contractor for his review and verification. Any excavation or embankment beyond the limits indicated in the Plans, unless ordered by the Engineer, shall not be paid for. All work and material required to return these areas to their original conditions,as directed by the Engineer, shall be provided by the Contractor at his sole expense. All areas shall be excavated, filled,and/or backfilled as necessary to comply with the grades shown on the Plans. In filled and backfilled areas,fine grading shall begin during the placement and the compaction of the final layer. In cut sections, fine grading shall begin within the final six(6)inches of cut. Final grading shall produce a surface which is smooth and even,without abrupt changes in grade. Excavation for curbs and gutters shall be accomplished by cutting accurately to the cross sections, grades and elevations shown. Care shall be taken not to excavate below the specified grades. The Contractor shall maintain all excavations free from detrimental quantities of leaves,brush, sticks, trash and other debris until final acceptance of the Work. Following removal of topsoil or excavation to grade and before placement of fills or base course,the subgrade under the roadway shall be proof-rolled to identify any soft or loose areas which may warrant additional compaction or excavation and replacement. The Contractor shall provide temporary drainage or protection to keep the subgrade free from standing water. Acceptable excavated native soils shall be used for fill in the area requiring fills. Care shall be taken to place excavated material at the optimum moisture content to achieve the specified compaction. Any native material used for fill shall be free of organics and debris and have a maximum particle 1 size of 6 inches. It shall be the responsibility of the Contractor to prevent the native materials from becoming saturated io with water. The measures may include sloping to drain, compacting the native materials, and diverting runoff away from the materials. If the Contractor fails to take such preventative measures, any costs or delay related to drying the materials shall be at his own expense. If the native materials become saturated, it shall be the responsibility of the Contractor to dry the materials, to the optimum moisture content. If sufficient acceptable native soils are not available to complete construction of the roadway embankment,Gravel Borrow shall be used. Special provisions 52 4W to If subgrade trimmer is not required on the project,all portions of Section 2-03 shall apply as though a subgrade trimmer were specified. WW If sufficient acceptable native soils, as determined by the Engineer, are not available to complete construction of the roadway embankment, Gravel Borrow meeting the requirements of Section 9- r 03.14 of the Standard Specifications shall be used. 2-03.4 Measurement Section 2-03.4 is supplemented by adding the following: At the discretion of the Engineer,roadway excavation,borrow excavation, and unsuitable foundation excavation-by the cubic yard(adjusted for swell)may be measured by truck in the hauling vehicle at +wr the point of loading. The Contractor shall provide truck tickets for each load removed. Each ticket shall have the truck number, time and date, and be approved by the Engineer. 2-03.5 Payment Section 2-03.5 is revised as follows: Payment for embankment compaction will not be made as a separate item.All costs for embankment "` compaction shall be included in other Bid Items involved. Payment will be made for the following Bid Items when they are included in the Proposal: "Roadway Excavation Including Haul,"Per Cubic Yard �► "Unsuitable Foundation Excavation Including Haul,"Per Cubic Yard "Gravel Borrow Including Haul,"Per Ton 1W When the Engineer orders excavation below subgrade,unit contract prices for roadway excavation and haul shall apply, unless the work and/or equipment to perform the work differs materially from the excavation above subgrade, then payment will be in accordance with the item"Unsuitable 41W Foundation Excavation Including Haul". In this case,all items of Work other than roadway excavation shall be paid at unit contract prices. The unit contract price per cubic yard for"Roadway Excavation Including Haul'shall be full pay for excavating, loading,placing, or otherwise disposing of the material. The unit contract price per cubic yard for"Unsuitable Foundation Excavation Including Haul" shall "" be full pay for excavating, loading, and disposing of the material. Payment for embankment compaction will not be made as a separate item.All costs for embankment 4W compaction shall be included in other Bid Items involved. 2-04 HAUL or 2-04.5 Payment Section 2-04.5 is revised and supplemented as follows: do All costs for the hauling of material to, from, or on the job site shall be considered incidental to and included in the unit price of other units of work. No go Special Provisions 53 2-06 SUBGRADE PREPARATION 2-06.5 Measurement and Payment Section 2-06.5 is supplemented by adding the following: Subgrade preparation and maintenance including watering shall be considered as incidental to the construction and all costs thereof shall be included in the appropriate unit or lump sum contract Bid prices. 2-09 STRUCTURE EXCAVATION 2-09.1 Description Section 2-09.1 is supplemented by adding the following: This work also includes the excavation,haul,and disposal of all unsuitable materials such as peat, muck, swampy or unsuitable materials including buried logs and stumps. 2-09.3(1)D Disposal of Excavated Material Section 2-09.3(1)D is revised as follows: The second paragraph is replaced with: All costs for disposing of excavated material within or external to the project limits shall be included in the unit contract price for structure excavation, Class A or B. The third paragraph is replaced with: If the contract includes structure excavation, Class A or B,including haul, the unit contract price shall include all costs for loading and hauling the material the full required distance, otherwise all such wll disposal costs shall be considered incidental to the work. 2-09.4 Measurement Section 2-09.4 is revised and supplemented as follows: Gravel backfll. Gravel backfill except when used as bedding for culvert, storm sewer, sanitary sewer,manholes, and catch basins, will be measured by the cubic yard in place determined by the neat lines required by the Plans or by the ton as measured in conformance with section 1-09.2. 2-09.5 Payment ` Section 2-09.5 is revised and supplemented as follows: Payment will be made for the following Bid Items when they are included in the proposal: �rrr► "Structure Excavation Class A",per cubic yard. "Structure Excavation Class B",per cubic yard. "Structure Excavation Class A Incl. Haul",per cubic yard. "Structure Excavation Class B Incl. Haul",per cubic yard. Payment for reconstruction of surfacing and paving within the limits of structure excavation will be at the applicable unit prices for the items involved. If the Engineer orders the Contractor to excavate below the elevations shown in the plans,the unit contract price per cubic yard for"Structure Excavation Class A or B"will apply. But if the Contractor excavates deeper than the plans or Engineer requires,the Contracting Agency will not pay for material removed from below the required elevations. In this case, the Contractor,at no expense Special Provisions 54 w do to the Contracting Agency, shall replace such material with concrete or other material the Engineer approves.The unit contract price per cubic yard for the Bid Items listed as 1 through 4 above shall be full pay for all labor, materials, tools, equipment, and pumping, or shall be included in the unit Bid price of other items of Work if"Structure Excavation" or"Structure Excavation Incl Haul" are not listed as pay items in the contract. "Shoring or Extra Excavation Class B",per square foot. The unit contract price per square foot shall be full pay for all excavation, backfill, compaction, and other work required when extra excavation is used in lieu of constructing shoring. If select backfill "�" material is required for backflling within the limits of the structure excavation, it shall also be required as backfill material for the extra excavation at the Contractor's expense. Any excavation or backfill material being paid by unit price shall be calculated by the Engineer only for the neat line 4W 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 ow the excavation is such that shoring or extra excavation is required as determined by the Engineer,then shoring or extra excavation shall be considered incidental to the work involved and no further compensation shall be made. r.. "Gravel Backfill (Kind) for(Type of Excavation)",per cubic yard or per Ton. "Controlled Density Fill",per cubic yard. �r When gravel backfill is paid by the ton, the Contractor shall take care to assure to the satisfaction of the Engineer that such per ton backfill is only being used for the specified purpose and not for purposes where backfill is incidental or being paid by cubic yard. Evidence that per ton gravel backfill is not being used for its designated purpose shall be grounds for the Engineer to deny payment for such load tickets. .» 5-04 ASPHALT CONCRETE PAVEMENT 5-04.2 Materials Section 5-04.2 is revised and supplemented as follows: Delete the second and fourth paragraphs of this Section. The base course shall be untreated crushed surfacing. Asphalt concrete shall meet Class B grading requirements. Temporary patch shall be cold or hot mix. «.+ 5-04.3 Construction Requirements Section 5-04.3 is supplemented as follows: Shoulder Restoration The existing surfacing of disturbed asphalt shoulders shall be removed to a minimum depth of 6 inches below original street grade to provide for placement of the new subgrade and paving. The subgrade shall be constructed of 1'/4 inch minus crushed surfacing base course placed to a compacted thickness of 2%inches, followed by 5/8-inch minus crushed surfacing top course placed to a compacted thickness of 1%2 inches. Class B asphalt concrete shall then be placed and compacted in 2- inch lifts up to a maximum 4-inch thickness to match existing pavement thickness. Minimum thickness shall be 2 inches. The shoulder shall be replaced to the existing fog line in areas where the existing asphalt shoulder is seriously disturbed, or at the Engineer's discretion. ow tWr Special Provisions 55 Asphalt Concrete Patching and Overlay The existing asphalt surface shall be cut on a neat line with a cutting disc or similar approved tool prior to excavation. Following proper backfill and compaction of the trench,the edges of the surfacing shall be retrimmed 6 inches wider than the excavation with straight vertical edges free from irregularities. A 1'/4-inch minus crushed surfacing base course shall be placed to a compacted thickness of 4%inches, followed by 5/8-inch minus crushed surfacing top course placed to a compacted thickness of 2 inches. Class B asphalt concrete shall then be placed and compacted in 2-inch lifts to match the existing thickness and grade of the original surface. Asphalt patch shall have a minimum thickness of 2 inches and a maximum thickness of 4 inches. The asphalt patch shall then be overlaid with a minimum of 1'/z inches compacted Class B asphalt concrete. Asphalt overlay shall be pre-leveled as determined by the Engineer. No overlay shall be required if the final trimmed edge of the asphalt patch does not encroach inside the fog line or, in lieu of a fog line,within 12 feet from the existing centerline of the road. Engineer reserves the right to require an overlay on any section. If the edge of the road is curb and gutter,then the asphalt patch shall extend to the edge of the curb unless indicated otherwise by the Engineer or governing road agency. All asphalt patching shall extend to the existing edge of asphalt as a minimum or as shown on the plans. All asphalt joints shall be sealed with approved sealer. Contractor shall replace existing striping and pavement markings as required by the roads agency with jurisdiction. Contractor shall maintain temporary cold or hot mix asphalt patches daily during construction to the satisfaction of the governing road agency and the Engineer until said patch is replaced with a permanent hot patch. The permanent hot mix asphalt patch shall be placed and sealed with a paving grade asphalt within 30 calendar days. Private Driveways Where a private driveway is damaged by either construction of the project or by the Contractor's use and activity on the road, it shall be repaired to the satisfaction of the property owner,the City, and to its original condition or better. Damaged asphalt-concrete driveways shall be replaced by saw cutting to a straight line and replacing a full width section. Damaged cement-concrete driveways shall be removed to the nearest joint(real or dummy) and replaced with a full width section. Damaged gravel driveways shall have crushed surfacing placed and compacted to a minimum depth of 4 inches. Curbs,Gutters and Sidewalks sir Existing curbs, gutters, and sidewalks damaged by construction of the project or the Contractor's use and activity, shall be repaired to the satisfaction of the property owner,the City,King County, and to its original condition or better. 5-04.3(5) Conditioning the Existing Surface Section 5-04.3(5)is supplemented as follows: The Contractor shall maintain existing surface contour during patching, unless otherwise instructed by City Engineer or King County inspector. rwr Special Provisions 56 «ru 5-04.3(5)A Preparation of Existing Surface Section 5-04.3(5)A is supplemented as follows: wr The Contractor shall provide his own mechanical sweeping equipment. The sweeper will be on the project prior to the start of paving, to insure the streets to be paved are clean before the tack coat is applied. The sweeper will keep the streets clean ahead of the paving machine and clean the streets behind the empty trucks that have dumped their loads into the paving machine. The sweeper must sweep all streets made dirty by the Contractor's equipment. If the paving machine is "walked" from one site to another,the sweeper must sweep up behind paving machine. The sweeper shall not leave the overlay site until given permission by the City's inspector. All utilities shall be painted with a biodegradable"soap"to prevent the tack and ACP from sticking to rw 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 irr 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 'W 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. to 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. rr Utility adjustments must be completed within 15 working days after overlay is complete, and within the specified working days. go Payment for utility adjustments includes all labor, materials,tools, and equipment necessary to complete the adjustments and is incidental to pay items for Asphalt Patch and Asphalt Overlay. 5-04.3(7)A Mix Design Item 2 is deleted and replaced with: 1. Nonstatistical HMA Evaluation. The Contractor shall submit a certification that the mix nrr► design submitted meets the requirements of Sections 9-03.8(2)and 9-03.8(6). The Contractor must submit the mix design using DOT Form 350-042 EF. Verification of the mix design by the Contracting Agency is not needed. The Project Engineer will determine anti-strip requirements for the HMA. Yom► Special Provisions 57 The mix design will be the initial job mix formula(JMF) for the class of mix. Any additional adjustments to the JMF will require the approval of the Project Engineer and may be made per Section 9-03.8(7). 5-04.3(8)A Acceptance Sampling and Testing HMA Mixture Item 1 is deleted and replaced with: 1. General. Acceptance of HMA shall be as provided under nonstatistical or commercial evaluation. Nonstatistical evaluation will be used for the acceptance of HMA. Commercial evaluation will be used for Commercial HMA and for other classes of HMA in the following applications: sidewalks,road approaches,ditches, slopes,paths,trails, gores, prelevel,and pavement repair. Other nonstructural applications as approved by the Project Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Engineer. The proposal quantity of HMA that is accepted by commercial evaluation will be excluded from the quantities used in the determination of nonstatistical evaluation. Item 7 is deleted. 5-04.3(10)B Control Replace Section 5-04.3(10)B with the following: Sub-base shall be compacted to 95% of the maximum density by the Modified Proctor Test Method, ASTM D 1557. Compact asphalt concrete patch and paving to 95%of maximum compaction. 5-04.5 Payment 5-04.5(1)A Price Adjustments for Quality of HMA Mixture Section is deleted and replaced with: r Statistical analysis of quality of gradation and asphalt content will be performed based on Section 1-06.2 using the following price adjustment factors: Table of Price Adjustment Factors Constituent Factor"f' All aggregate passing: 1 `/2", 1", '/4", , '/2", 3/8"and No. 4 sieves 2 All aggregate passing No. 8,No 16, No. 30,No. 50,No. 100 3 All aggregate passing No. 200 sieve 20 Asphalt binder 52 A pay factor will be calculated for sieves listed in Section 9-03.8(7) for the class of HMA and for the asphalt binder. 1. Nonstatistical Evaluation. Each lot of HMA produced under Nonstatisical Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit contract price with no further evaluation. When one or more constituents fall outside the nonstatistical acceptance tolerance limits in Section 9-03.8(7),the lot shall be vrt Special Provisions 58 1 w evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The nonstatistical tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist,backup samples of the existing sublots or samples from the 'street shall be tested to provide a minimum of three sets of results for evaluation. r 2. Commercial Evaluation. If sampled and tested,HMA produced under Commercial Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit contract price with no further evaluation. When one or more constituents fall outside the commercial acceptance tolerance limits in Section 9- 03.8(7),the lot shall be evaluated to determine the appropriate CPF. The commercial tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be No 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the street shall be tested to provide a minimum of three sets of results for evaluation. MP For each lot of HMA produced under Nonstatistical or Commercial Evaluation when the calculated CPF is less than 1.00, a Nonconforming Mix factor (NCFM) will be determined. THE NCFM equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent. The Job Mix Compliance Price Adjustment will be calculated as the product of the NCMF, the quantity of HMA in the lot in tons,and the unit contract price per ton of the mix. If a constituent is not measured in accordance with these Specifications, its individual pay factor will 11W be considered 1.00 in calculating the composite pay factor. 5-04.5(1)B Price Adjustments for Quality of HMA Compaction Section is deleted and replaced with: The maximum CPF of a compaction lot is 1.00 For each compaction lot of HMA when the CPF is less than 1.00, a Nonconforming Compaction Factor(NCCF)will be determined. THE NCCF equals the algebraic difference of CPF minus 1.00 multiplied by 40 percent. The Compaction Price Adjustment will be calculated as the product of the NCFF, the quantity of HMA in the lot in tons and the unit contract price per ton of the mix. 5-06 TEMPORARY RESTORATION IN PAVEMENT AREA Section 5-06 is new section with subsections: 5-06.1 Description Pavement areas that have been removed by construction activities must be restored by the Contractor prior to the end of each working period, prior to use by vehicular traffic. Within paved streets, the Contractor may use temporary pavement to allow vehicular traffic to travel over the construction "W areas. Temporary pavement shall be placed around trench plates or others devices used to cover construction activities in a manner that provides a smooth and safe transition between surfaces. wo 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 it surfaces. wr we Special Provisions 59 > 5-06.2 Materials The composition of the temporary asphalt pavement shall be determined by the Contractor to provide a product suitable for the intended application. The Contractor shall not use materials that are a safety or health hazard. Temporary pavement material that does not form a consolidated surface after compaction shall be considered unsuitable and shall be removed from the site. Unsuitable temporary pavement shall be disposed of offsite. 5-06.3 Construction Requirements Contractor shall maintain temporary cold or hot mix asphalt patches daily during to the satisfaction of the governing road agency and Engineer until said patch is replaced with permanent hot patch. The completed pavement shall be free from ridges,ruts,bumps,depressions,objectionable marks, or other 46 irregularities. The permanent hot mix asphalt patch shall be placed and sealed with a paving asphalt within 30 calendar days. The Contractor shall immediately repair,patch, or remove any temporary pavement that does not provide a flat transition between existing pavement areas. All temporary asphalt pavement shall be removed from the site by the end of the project and shall not be used as permanent asphalt pavement or subgrade material. 7-05 MANHOLES,INLETS, AND CATCH BASINS 7-05.3 Construction Requirements Section 7-05.3 is supplemented by adding the following: All manholes shall have eccentric cones and shall have ladders. Sanitary sewer pipe to manhole connections shall be"Kor-n-Seal"boot or approved equal. Manhole channels shall conform to the City's standard details and the construction plans. All manholes shall be installed with a locking frame and cover as shown on the City of Renton Standard Detail B074. Manholes greater than 20 feet in depth shall have a"Suretrack"climbing and fall protection system installed per Standard Detail B071. 7-05.3(1) Adjusting Manholes and Catch Basins to Grade Section 7-05.3(1)is replaced with: Where shown in the Plans or where directed by the Engineer,the existing manholes, catch basins,or inlets shall be adjusted to the grade as staked or otherwise designated by the Engineer. The existing cast iron ring and cover on manholes and the catch basin frame and grate shall first be removed and thoroughly cleaned for reinstalling at the new elevation. From that point,the existing structure shall be raised or lowered to the required elevation. The Contractor shall construct manholes so as to provide adjustment space for setting cover and W casting to a finished grade as shown on the construction plans,Manhole ring and covers shall be adjusted to the finished elevations per standard detail BR29, SP Page B074,prior to final acceptance of the work. Manholes in unimproved areas shall be adjusted to 6"above grade. ► Special Provisions 60 �r w In unpaved streets: Manholes, catch basins and similar structures in areas to be surfaced with crushed rock or gravel shall be constructed to a point approximately eight inches below the subgrade and covered with a temporary wood cover. Existing manholes shall be cut off and covered in a similar manner. The Contractor shall carefully reference each manhole so that they may be easily found upon completion of the street work. After placing the gravel or crushed stone surfacing, the manholes and .r. manhole castings shall be constructed to the finished grade of the roadway surface. Excavation necessary for bringing manholes to grade shall center about the manhole and be held to the minimum area necessary. At the completion of the manhole adjustment, the void around the manhole shall be ow backfilled with materials which result in the section required on the typical roadway section, and be thoroughly compacted. Wo In cement concrete pavement: Manholes, catch basins and similar structures shall be constructed and adjusted in the same manner as outlined above except that the final adjustment shall be made and cast iron frame be set after forms have been placed and checked. In placing the concrete pavement, extreme care shall be taken not to alter the position of the casting in any way. wr In asphalt concrete pavement: Manholes shall not be adjusted until the pavement is completed, at which time the center of each manhole shall be carefully relocated from references previously established by the Contractor.The pavement shall be cut in a restricted area and base material be removed to permit removal of the cover. The manhole shall then be brought to proper grade utilizing the same methods of construction as for the manhole itself. The cast iron frame shall be placed on the ..r concrete blocks and wedged up to the desired grade.The asphalt concrete pavement shall be cut and removed to a neat circle, the diameter of which shall be equal to the outside diameter of the cast iron frame plus two feet. The base materials and crushed rock shall be removed and Class 3000 or too Commercial Portland Cement Concrete shall be 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 asphalt concrete pavement, and the outer edge of 4W the casting shall be painted with hot asphalt cement.Asphalt Class G concrete shall then be placed and compacted with hand tampers and a patching roller.The complete patch shall match the existing paved surface for texture, density, and uniformity of grade.The joint between the patch and the °'"` existing pavement shall then be carefully painted with hot asphalt cement or asphalt emulsion and shall be immediately covered with dry paving sand before the asphalt cement solidifies.The inside throat of the manhole shall be thoroughly mortared and plastered. wr► Adjustment of inlets: The final alignment and grade of cast iron frames for new and old inlets to be adjusted to grade will be established from the forms or adjacent pavement surfaces. The final adjustment of the top of the inlet will be performed in similar manner to the above for manholes. On 40+ asphalt concrete paving projects using curb and gutter section, that portion of the cast iron frame not embedded in the gutter section shall be solidly embedded in concrete also. The concrete shall extend a minimum of six inches beyond the edge of the casting and shall be left 2 inches below the top of the ow frame so that the wearing course of asphalt concrete pavement will butt the cast iron frame. The existing concrete pavement and edge of the casting shall be painted with hot asphalt cement. Adjustments in the inlet structure shall be constructed in the same manner and of the same material as go that required for new inlets. The inside of the inlets shall be mortared and plastered. Monuments and cast iron frame and cover: Monuments and monument castings shall be adjusted to grade in the same manner as for manholes. Valve box castings:Adjustments of valve box castings shall be made in the same manner as for manholes. Special Provisions 61 WMW 7-05.3(2) Abandon Existing Manholes Section 7-05.3(2)is revised as follows: Where it is required that an existing manhole be abandoned,the structure shall be broken down to a depth of at least 4 feet below the revised surface elevation,all connections plugged,the manhole base shall be fractured to prevent standing water,and the manhole filled with sand and compacted to 90 percent density as specified in Section 2-03.3(14)C.Debris resulting from breaking the upper part of the manhole may be mixed with the sand subject to the approval of the Engineer.The ring and cover shall be salvaged and all other surplus material disposed of. 7-05.3(2)A Abandon Existing Sanitary Sewer Pipes Section 7-05.3(2)A is a new section: 40 Where it is required that an existing sanitary sewer pipe be abandoned(or portions of pipe installed as part of this project which are to be abandoned as shown on the Plans),both ends of the abandoned pipe and all lateral connections to the pipe shall be plugged with 3,000 psi cement concrete and the pipe shall be filled with cement-based grout. A cement-based grout shall be used to fill the void of the abandoned sewer pipe. The grouting material must have a strength of at least 100 psi and shall have flow characteristics appropriate for filling a sanitary sewer. The grout mix designed and method of installation shall be approved by the Engineer prior to beginning the operation(See Section 9-03.22). 7-05.3(3) Connections to Existing Manholes Section 7-05.3(3)is supplemented by adding the following: Where shown on the Plans,new drain pipes shall be connected to existing line,catch basin, curb inlets and/or manholes. The Contractor shall be required to core drill into the structure, shape the new pipe to fit and re-grout the opening in a workmanlike manner. Where directed by the Engineer or where shown on the Plans, additional structure channeling will be required. Connections to existing sanitary sewer manholes shall be core drilled. Couplings shall be equal to 40 "Kor-n-Seal boots. Existing sanitary sewer manholes shall be cleaned. Repaired,and rechanneled as necessary to match the new pipe configuration and as shown on the construction plans. A"connection to existing" item will be allowed at any connection of a new line to an existing structure,or the connection of a new structure to a existing line. No "connection to existing" will be accepted at the location of new installation,relocation and adjustment of line manholes, catch basins or curb inlets. Any damage to existing pipe or structure that is to remain in place resulting from the Contractor's operations shall be repaired or replaced at his own expense. The unit Bid price per each shall be full compensation for all labor,materials and equipment required. + Special Provisions 62 7-05.3(5) Manhole Coatings Section 7-05.5 is an added new section: All new sanitary sewer manholes shall be coated as specified below. The following coating system specifications shall be used for coating(sealing)all interior concrete surfaces of sanitary sewer manholes. wr Coating Material: High Solids Urethane Surfaces: Concrete No Surface Preparation: In accordance with SSPC SP-7 (Sweep of brush off blast) Application: Shop/Field aw The drying time between coats shall not exceed 24 hours in any case System Thickness: 6.0 mils dry film Coatings: Primer: One coat of Wasser MC-Aroshield(2.0 mils DFT) 00 Finish: Two or more coats of Wasser MC-Aroshield(min.4.0 mils DFT) Color: White 7-05.4 Measurement Section 7-05.4 is revised and supplemented as follows: Manholes will be measured per each.Measurement of manhole heights for payment purposes will be r the distance from finished rim elevation to the invert of the lowest outlet pipe. Adjustments of new structures and miscellaneous items such as valve boxes shall be considered incidental to the unit contract price of the new item and no further compensation shall be made. Adjustment of existing structures and miscellaneous items such as valve boxes shall be measured by "Adjust Existing ,"per each, which shall be full pay for all labor and materials including all concrete for the completed adjustment in accordance with Section 7-05.3(1)and the City of Renton Standard Details. wr Connection to existing pipes and structures shall be measured per each. 7-05.5 Payment r Section 7-05.5 is supplemented as follows: "Adjust Existing "per each. The unit contract price per each for"Adjust Existing shall be full pay for all costs necessary to make the adjustment including restoration of adjacent areas in a manner acceptable to the Engineer. If no Bid Item for Structure Excavation Class A or Structure Excavation Class B is included in the schedule of prices then the work will be considered incidental and its cost should be included in the cost of the pipe. "Connect to Existing Catch Basin," per each. "Connect Structure to existing pipe,"per each. VW ww Special Provisions 63 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS 7-08.3 Construction Requirements 7-08.3(1)C Bedding the Pipe Section 7-08.3(1)C is supplemented by adding the following: Pipe bedding for PVC and HDPE sewer pipe shall consist of clean, granular pea gravel consistent with section 9-03.12(3). It shall be placed to a depth of 6" over and 6" under the exterior walls of the pipe. Hand compaction of the bedding materials under the pipe haunches will be required. Hand compaction shall be accomplished by using a suitable tamping tool to firmly tamp bedding material under the haunches of the pipe. Care shall be taken to avoid displacement of the pipe during the compaction effort. Pipe bedding shall be considered incidental to the pipe and no further compensation shall be made. 7-08.3(1)D Pipe Foundation Section 7-08.3(1)D is a new section: Pipe foundation in poor soil: When soft or unstable material is encountered at the subgrade which, in the opinion of the Engineer,will not uniformly support the pipe, such material shall be excavated to an additional depth as required by the Engineer and backfilled with foundation gravel material placed in maximum 12-inch lifts. Foundation gravel shall be ballast and conform to the requirements of Section 9-03.9(1)of the Standard Specifications. Corrections faulty grade: Excess excavation below grade shall be backfilled with foundation gravel as specified above and thoroughly compacted to the required grade line. Pipe bedding shall be considered incidental to the pipe and no further compensation shall be made. 7-08.3(2)A Survey Line and Grade Section 7-08.3(2)A is replaced with: Survey line and grade control shall be provided in accordance with Sections 1-05.4, 1-05.5 and 1-11 in a manner consistent with accepted practices. The Contractor shall transfer line and grade into the trench where they shall be carried by means of a laser beam using 50 foot minimum intervals for grade staking. Any other procedure shall have the written approval of the Engineer. It shall be the Contractor's responsibility to have his surveyor locate by centerline station, offset, and elevation of each major item of Work done under this Contract including: Manholes and Cleanouts Casing end points for auger bore Along route of the horizontal directional drill path Major changes in design grade(s) Special Provisions 64 �w 7-08.3(2)B Pipe Laying—General Section 7-08.3(2)B is supplemented by adding the following: Checking of the invert elevation of the pipe may be made by calculations from measurements on the top of the pipe, or by looking for ponding of 1/2" or less, which indicates a satisfactory condition. At im manholes, when the downstream pipe(s) is of a larger size,pipe(s)shall be laid by matching the (eight-tenths)flow elevation, unless otherwise approved by the Engineer. rr All pipe, fittings, etc. shall be carefully handled and protected against damage, impact shocks, and free fall. All pipe handling equipment shall be acceptable to the Engineer. Pipe shall not be placed directly on rough ground but shall be supported in a manner which will protect the pipe against injury Q1W whenever stored at the trench site or elsewhere. No pipe shall be installed where the lining or coating show defects that may be harmful as determined by the Engineer. Such damaged lining or coating shall be repaired,or a new undamaged pipe shall be furnished and installed. 410 The Contractor shall inspect each pipe and fitting prior to installation to insure that there are not damaged portions of the pipe. Any defective, damaged or unsound pipe shall be repaired or replaced. g All foreign matter or dirt shall be removed from the interior of the pipe before lowering into position in the trench. Pipe shall be kept clean during and after laying. All openings in the pipe line shall be closed with water tight expandable type sewer plugs at the end of each day's operation or whenever the pipe openings are left unattended. The use of burlap,wood, or other similar temporary plugs will +■ not be permitted. Where necessary to raise or lower the pipe due to unforeseen obstructions or other causes,the Engineer may change the alignment and/or the grades. Except for short runs which may be permitted aw by the Engineer,pipes shall be laid uphill on grades exceeding 10 percent. Pipe which is laid on a downhill grade shall be blocked and held in place until sufficient support is furnished by the following pipe to prevent movement. up Unless otherwise required, all pipe shall be laid straight between the changes in alignment and at uniform grade between changes in grade. For concrete pipes with elliptical reinforcement, the pipe up shall be placed with the minor axis of the reinforcement in a vertical position. Immediately after the pipe joints has been made,proper gasket placement shall be checked with a 411111110 feeler gage as approved by the pipe manufacturer to verify proper gasket placement. 7-08.3(2)E Rubber Gasketed Joints Section 7-08.3(2)E is supplemented as follows: (******) 400 Care shall be taken by the CONTRACTOR to avoid over pushing the pipe and damaging the pipe or joint system. Any damaged pipe shall be replaced by the Contractor at his expense. "" 7-08.3(2)H Sewer Line Connections Section 7-04.3(2)H is supplemented by adding the following: o. All connections not occurring at a manhole or catch basin shall be done utilizing pre-manufactured tee connectors or pipe sections approved by the Engineer. Any other method or materials proposed for use in making connections shall be subject to approval by the Engineer. it Unless otherwise approved by the Engineer,all connections of lateral sewers to existing mains shall be made through a cast iron saddle secured to the sewer main with stainless steel bands. When the %W ��r Special Provisions 65 +rrr existing main is constructed of vitrified clay,plain or reinforced concrete, cast or ductile iron pipe,the existing main shall be core drilled. Connections(unless booted connections have been provided for)to existing concrete manholes shall be core-drilled, and shall have an "O"ring rubber gasket meeting ASTM C-478 in a manhole coupling equal to the Johns-Manville Asbestos-Cement collar, or use a conical type flexible seal equal to Kor-N-Seal. PVC pipe connection shall consist of tee,nipple and couplers as approved by the Engineer. Section 7-08.3(2)J is an added new section: 7-08.3(2)) Placing PVC Pipe In the trench,prepared as specified in Section 7-02.3(1)PVC pipe shall be laid beginning at the lower rt end, with the bell end upgrade. Pea gravel will be used as the bedding material and extend from 6" below the bottom of the pipe to 6" above the top of the pipe. When it is necessary to connect to a structure with a mudded joint a rubber gasketed concrete adapter-collar will be used at the point of connection. Section 7-08.3(3)A is an added new section supplementing 7-08.3(3) 7-08.3(3)A Backfilling Sanitary Sewer Trenches 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 so inches in their greatest dimension,brush, stumps, logs,roots,debris and organic or other deleterious materials. No stones or rock shall be placed in the upper three feet of trench backfill. Rock or stones within the allowable size limit incorporated in the remainder of fills shall be distributed so that they do not congregate or interfere with proper compaction. If the native material is considered by the Engineer as unsuitable for Backfill,or where unsuitable material is requested by the Engineer to be removed or over-excavated from trench excavations,then Bank Run Gravel for Trench Backfill Sewer material conforming to the requirements of Section 9- 03.19 shall be used. All native or imported backfill material shall be compacted to 95% of maximum dry density per ASTM D 1557 unless otherwise specified herein or on the Plans. Backfill within paved areas shall be compacted to at least 95 percent of maximum dry density as determined by the modified proctor compaction test,ASTM D1557. This includes the foundation, Backfill, and base course materials. Maximum lift thickness of Backfill shall not exceed 24 inches between the top of the bedding and 4 feet below grade and 12 inches from 4 feet below grade to the base of the subgrade. The Engineer may be on-site to collect soil samples and to test compaction. so 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. 40 In cuts transverse to the road alignment and at all utility crossings,the entire trench shall be backfilled with crushed surfacing. Backfill shall be placed and mechanically compacted in 1-foot maximum 40 lifts. After Backfill and compaction, an immediate cold mix patch shall be placed and maintained in a manner acceptable to the King County inspector until replaced with a permanent hot mix patch. go 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. Special Provisions 66 ow ,o Backfill in unimproved areas shall be compacted to at least 90 percent of maximum dry density as low determined by the modified proctor compaction test,ASTM D 1557. The Contractor shall be responsible for the disposal of any excess excavated material. go 7-08.4 Measurement The first paragraph of Section 7-08.4 is revised as follows: .r Gravel backfill for foundations, or gravel backfill for pipe zone bedding when used for foundations, shall be measured by the cubic yard, including haul,as specified in 2-09, or by the TON. 4111111, 7-08.5 Payment Section 7-08.5 is replaced with: go Payment will be made in accordance with Section 1-04.1 for each of the following Bid Items that are included in the proposal: "Gravel Backfill for Foundations Class ",per cubic yard, or Ton. "Gravel Backfill for Pipe Zone Bedding",per cubic yard, or Ton. `�" All costs associated with furnishing and installing bedding and backfill material within the pipe zone in the installation of culvert, storm sewer, and sanitary sewer pipes shall be included in the unit contract price for the type and size of pipe installed. wr "Plugging Existing Pipe",per each. "Commercial Concrete",per cubic yard. "Structure Excavation Class B",per cubic yard. +rr "Structure Excavation Class B Incl. Haul",per cubic yard. Unless specifically identified and provided as separate items, structure excavation, dewatering and backfilling shall be incidental to pipe installation and no further compensation shall be made. err All costs in jointing dissimilar pipe with a coupling or concrete collar shall be included in the unit contract price per foot for the size and type of pipe being jointed. "Shoring or Extra Excavation Class B",per square foot. arr If this pay item is not in the contract, then it shall be incidental. 7-17 SANITARY SEWERS ors 7-17.2 Materials Section 7-17.2 is replaced with the following: .r+ Pipe Gravity sewer pipe shall be as specified herein and as shown on the plans. The Contractor shall provide two copies of the pipe manufacturer's technical literature and tables of dimensional 400 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, alft selected from stock by the Engineer, shall be tested as specified for maximum dimensional tolerance of the respective pipe. Material for PVC sewer pipe shall meet the requirements of Section 9-05.12. All pipe shall be clearly marked with type, class, and thickness. Lettering shall be legible and permanent under normal conditions of handling and storage. vrrr Special Provisions 67 Material for 12"HDPE gravity sewer pipe shall be Series 4100(IPS) as manufactured by Performance Pipe or approved equal with the following minimum wall thicknesses as expressed by pipe dimension ratio(DR): Overland(above ground): DR 17 Carrier Pipe inside Auger Bore: DR 17 Directionally Drilled Pipe: DR 13.5 or as recommended by the HDD subcontractor Fabricated HDPE bends(vertical and horizontal) shall conform to the above requirements for HDPE pipe and to the requirements as shown on the plans. HDPE pipes,bends, and other fittings as may be required shall be black UV stabilized and shall also conform to the requirements of Section 9-05.21. ' HDPE Pipe Fabrication Drawings: Satisfactory pipe fabrication drawings shall be submitted to the Owner before beginning fabrication of the pipe. Pipe fabrication drawings shall include,but not be limited to,the following information as applicable: • Manufacturer/Supplier • Type, grade and thickness of HDPE pipe • Pipe identification method to mark the pipe. Mark numbers shall be in the order that the pieces will be assembled during construction. • Details of fabricated pipe fittings—45-degree elbows shall be fabricated with a minimum of two(2)pieces; 90-degree elbow shall be fabricated with a minimum of three(3)pieces. • Joint detail • Method of joint assembly w>Ii • Details of flanges, dished heads and outlets including size and type to be utilized. • Complete material lists including all hardware required to assemble pipe. • Pipe welding requirements • Pipe bedding requirements and the Contractor's proposed method of construction. • Pipe closure pieces and jumper pipe assemblies. Submit certification of compliance obtained from the pipe manufacturer stating that all HDPE pipe and associated fittings have been manufactured and tested in accordance with these specifications and current industry standards. Submit results of factory testing and inspection regardless of whether or not they were witnessed by the Owner. If the Contractor proposes a different HDPE pipe manufacturer,he shall submit a material specification sheet and shall show the proposed pipe specifications and quality is equal in all respects to the original pipe specifications. The demonstration of material equality submitted by the Contractor shall provide a point-by-point comparison of the substitute manufacturer's material specifications with the material specifications of Performance Pipe. Special Provisions 68 ow err No adjustment to any unit price Bid Item will be made if the Engineer does not approve a different HDPE pipe manufacturer. Pipe Fusion Joint Measurements: Fusion bonding machine heater plate surface temperature and hydraulic cylinder interface pressures recorded during the fusion bonding process of all field fabricated joints shall be submitted to the Owner within 2 (2)days following the completion of any joint. Failure to submit this information may result in the joint being rejected and replaced. Steel Casing for Auger Bore aw Steel casing for the auger bore shall be minimum ASTM A252 Grade 3 (structural standard) and ASTM A53 Grade B (material standard). The steel casing shall have a minimum diameter as called out on the plans and shall be of sufficient size to allow installation of the new gravity sewer pipe ow while maintaining clearances as recommended by the manufacturer. The steel casing shall have a 3/8-inch minimum wall thickness. 10 Casing spacers shall be prefabricated with a corrosion resistant finish and a ribbed inner liner surface that prevents slippage,Powerseal Pipeline Products No.4810 or equal. Distance between spacers shall be adequate to support the carrier pipe from sagging as recommended by the manufacturer. low Sand used for filling the annular space between the steel casing and the carrier pipe shall conform to Section 9-03.1(2)B for Class 2 aggregate grading. go Casing seals: the ends of the bored steel casing shall be sealed with a wrap-around end seal such as Model W by Pipeline Seal&Insulator, Inc. or equal. The wrap-around seals shall be flexible to allow differential movement between the steel casing and the carrier pipe. Any bands that are used to "if secure the wrap shall be stainless steel. Alternatively, CDF conforming to the following mix may be used: VAN Ingredients Amount per Cubic Yard Portland Cement 50 lbs minimum �r Aggregate Class 1 or 2 3,300 lbs Air Entrainment Admixture Per Manufacturer's Recommendation .wrr Fly Ash Class F 300 lbs Water 300 lbs maximum Top Slope Anchor with Pipe Cables The top slope anchor,as shown on the plans, shall be 1.5-inch diameter, single helix Chance SS5 C150-002 anchors or approved equal. Five foot extensions as required to achieve the specified two pullout strength shall be Chance C150-008 or approved equal. Chance chain shackles shall be C150- 0040 or approved equal. Steel cable shall be 3/8-inch diameter, galvanized, and flexible. Pipe clamps shall be galvanized. The Contractor shall submit cut sheet and/or details for review and approval to. prior to construction, rr iliYr Special Provisions 69 Type 2 Pipe Anchors Type 2 pipe anchors,as shown on the plans,to provide lateral pipe restraint for the above-grade sewer pipe shall consist of Grinnel Type 212 pipe clamps or approved equal, manufactured of carbon steel with galvanized finish, 4-inch thick ASTM A36 steel plates, fabricated per ASTM A123 and galvanized: and six-foot long, 1.5-inch diameter ASTM A36 pin piles, fabricated per ASTM Al 53 and galvanized. The Contractor shall submit cut sheets and/or details for review and approval prior to construction. Couplings Couplings shall be Romac 501 Long Barrel or approved equal with type of gasket as required for the pipe diameter. Romac stainless steel pipe stiffening inserts or approved equal shall be installed for all HDPE pipe ends. All pipe shall be clearly marked with type, class, and thickness. Lettering shall be legible and permanent under normal conditions of handling and storage. 7-17.3 Construction Requirements Section 7-17.3 is supplemented with the following: (******) General Care shall be taken during the transportation of the pipe such that it will not be cut,kinked, abraded, scratched or otherwise damaged. Pipes shall be stored on level ground free of sharp objects which could damage the pipe or fittings. Stacking of pipe shall be limited to a height that will not cause excessive deformation of the bottom layers of pipes under anticipated temperature conditions. Comply with manufacturer's recommendations. Where necessary due to ground conditions,the pipe shall be installed on wooden sleepers, spaced suitably and of such width not to allow deformation of the pipe at the point of contact with the sleeper or between supports. The handling of joined pipe shall be such as to prevent the pipe from being dragged over sharp or other objects that may cut or otherwise damage the pipe. Slings for handling the pipeline shall not be positioned at butt fused joints to prevent stressing the fused joints. Sections of pipe with a penetration of more than 1/8 inch shall have a section of pipe one foot of either side of the damaged section cut out and removed, The ends of undamaged sections of pipe will then be rejoined using the butt fusion process. go Keep interior of pipe clean. Auger Bore 00 The Contractor shall submit a Casing Installation Plan which shall include but not be limited to: Selected method and equipment for the casing installation Type of machine Grade and alignment control system Spoils removal system Provisions for injecting pipe lubricants, if any Spoils disposal plan Special Provisions 70 wr 1r Contingency plan if a large size boulder/rock is encountered and if a large size wood/stump is encountered. `M The auger bore equipment shall be equipped with a steerable head to control the direction of the boring. A full face auger shall be used to insure that the soils are removed from the casing that is installed downslope. OWN For controlling the location of the auger bore a sonde can be installed in the steering head or, as a minimum,a water level system shall be used to control the depth of the bore. 4M The steel casing shall be bored to the depths and grades shown on the plans. Pipe joints shall be continuously welded per industry standards. Contractor shall pothole all utilities prior to beginning QW the boring operations to verify invert elevations of said utilities. Contractor shall notify Engineer immediately if any conflict exists between the proposed casing grades and the existing utilities. 4,r Control groundwater as required. The Contractor shall take special care during installation of the jacked pipe to ensure that no w.1 settlement or caving is caused to the above surface. Repair any caving caused by the placement of the pipe. Notify the Owner's representative as soon as practicable of deviations in the actual bore path that 00 exceed project specifications or if the bore extends outside of the right-of-way and easement limits shown on the plans. "IN Carrier pipe shall be HDPE pipe material as specified in Section 7-17.2. All joints between pipes shall be heat fused butt joints. Fusing machinery and procedures shall follow the PPI(Plastic Pipe Institute)and the manufacturer's procedures and specifications. Personnel fusing the pipe shall have 4011 a certificate of training, issued within the last 3 years, in the manufacturer's fusing procedures on the equipment that will be used, and shall have current experience with pipe fusing of similar pipe types and sizes within the past year. 440 The Contractor shall verify field fusion quality by making and testing a trial fusion at the start of the fusing process and bent strap testing it per ASTM D 2657. The City may require the Contractor to 4IY1 randomly cut out completed joints when the pipe is being fused and perform bent strap testing. The Contractor may subcontract with a qualified HDPE pipe installer to perform HDPE pipe fusing and installation. 4x11 Contractor shall fill the annular space between the casing and the carrier pipe with lightweight cement grout or cement grout. Casing spacers shall be installed per manufacturer's instructions. The ends of 4w"" the casing shall be sealed with casing seals to prevent the flow of water through the casing. Any trench or boring pit exceeding four feet in depth shall be provided with adequate safety systems Va. meeting the requirements of the Washington State Industrial Safety and Health Act(WISHA), Chapter 49.17 RCW, and all regulations adopted pursuant thereto. Contractor shall have a Professional Engineer registered in the State of Washington prepare and stamp any and all shoring 411, plans and calculations. The Contractor alone shall be responsible for worker safety and the City and the Engineer are not responsible for site safety. wrw Special Provisions ]j �i The Contractor shall be responsible for compliance with all permits and regulations pertaining to this work. �r Overland HDPE Pipe Construction The Contractor shall install the above-grade(overland)HDPE gravity sewer pipe, top slope anchor, and pipe slope anchors as shown on the plans. The overland route shown on the plans is schematic. The pipe route shall be `snaked'as shown and to best suit the actual ground contours and surface features and to minimize disturbance to vegetation and large trees. Grub and lightly regrade and/or excavate the surface as necessary to `smooth'contours but in no case shall an erosion hazard be created. Hydroseed disturbed areas. Pipe shall be routed to avoid sharp rocks which could cut the 'go pipe or the rocky material shall be removed and replaced with sand bedding. All joints between pipes shall be heat fused butt joints. Fusing machinery and procedures shall follow 4 the PPI(Plastic Pipe Institute)and the manufacturer's procedures and specifications. Personnel fusing the pipe shall have a certificate of training,issued within the last 3 years, in the manufacturer's fusing procedures on the equipment that will be used,and shall have current experience with pipe fusing of similar pipe types and sizes within the past year. The Contractor shall verify field fusion quality by making and testing a trial fusion at the start of the 40 fusing process and bent strap testing it per ASTM D 2657. The City may require the Contractor to randomly cut out completed joints when the pipe is being fused and perform bent strap testing. Pipe installation conditions shall take into account the ambient weather conditions as recommended by the pipe manufacturer and Engineer. For example, if the pipe is laid out in hot weather conditions, the Contractor may be asked to allow the pipe to cool down overnight before making final connections and installing anchors. The Contractor shall accommodate such requests at no additional cost to the City. The top slope anchor with pipe cables shall be installed by workers experienced with the installation wr of the specified components manufactured by A.B. Chance Co. Anchors shall be installed until a 5,000 pound pullout load is obtained for each anchor. The length of the anchors shall be determined by the pullout load. Install the two Chance anchors at a slight batter as required to avoid physical conflict between the helixes. Type 2 pipe anchors shall be installed so that the 12-inch diameter gravity sewer pipe is free to move axially through the pipe clamps as shown on the plans. Directional Drilling The Contractor shall design the final bore path and required tracking system and develop the construction method for installing the directionally drilled pipe. The Contractor shall furnish all labor,materials,transportation, and equipment necessary for completion of the bore with work including but not limited to: 12-inch HDPE pipe as specified above 'o Containment, spill cleanup,and bentonite slurry monitoring for spill control Diapers, absorbent material and other fuel and oil spill containment and cleanup materials, labor, and expenses including disposal for fuel and oil leakage control for all operating equipment rr Special Provisions 72 ,rr The Contractor shall: 1r Dispose of all bentonite slurry, cuttings, and pit spoil after completion of drilling at a legal off-site disposal area Dispose of all fuel, oil, or other leakage from equipment including diapers, absorbent "" material, and other related cleanup and spill control materials Provide access to the site for the Owner's representatives 0 Verify that the pipe is open and acceptable and pressure test the pipe to verify integrity a,r Obtain construction-related permits for water and street use as necessary The Contractor shall provide the following items for review prior to commencing the directional 10 drilling process: Construction Plan containing the following information: go • Design line and grade based on the requirements shown on the plans and listed in the specifications Y/ • Access requirements to the site with proposed regrading in the staging areas, if applicable • Adequate safety systems for trenches or pits exceeding 4 feet in depth meeting the No requirements of WISHA, Chapter 49.17 RCW and conforming to the requirements specified above under Overland HDPE Pine Construction, if applicable ,•,r • Type and capacity of the drilling rig to be used including thrust and rotary torque • Type and capacity of the mud mixing system 410 • Proposed tracking and guidance system including an estimate as to the accuracy of installing the pipe ON • A listing of any specialized support equipment required • Project schedule indicating the various tasks and their anticipated duration Iwo • Site plan showing equipment location, entry and exit staging areas, slurry containment pits, and site security measures , „ • Construction method, including diameter of pilot hole; number and size of pre-reams; and the method/equipment to suspend and direct pullback pipe • Traffic control plan Drilling Fluids Management Plan containing the following information: • Procedure to be used to monitor for bentonite slurry loss and assessment of release to the surface during the drilling process • Procedure to include, as a minimum,periodic observation to watch for"breakouts" wr along the bore path vow Special Provisions 73 • Source of water for mixing the drilling mud including the necessary approvals and permits • Method of slurry containment • Method of recycling drilling fluid and spoils • Method of transporting drilling fluids and spoils off site • Approved disposal site for the drilling mud and other spoils • MSD sheets for all materials used on site Contingency Plan with the following information: • Equipment and materials that will be available on site for rapid response to containing and cleaning up a release into the environment and notification procedures should a release occur ' • Spill plan including measures to contain and cleanup the area • Cleanup plan for surface leakage of drilling fluids and spoils • Delay costs, cleanup cost,containment cost, environmental restoration cost, and any other cost that may be incurred by the Contractor because of an observable bentonite 4 slurry release are the sole responsibility of the Contractor Hydrostatic Pressure Test Plan:Ten(10) calendar days before the start of construction of HDPE pipe st installation,the Contractor shall submit for Owner's review and approval, a detailed work plan outlining the proposed procedures and schedule for pressure testing. The submittal shall include,but not be limited to the following: Hydrostatic pressure testing procedure including equipment required for testing. Sequence of all testing and disposal activities. Location of source of water to be used for testing Method and location for legal disposal of water used for testing. The location and size of container required for disposal of water used for flushing. The following tolerances apply for the directional drilling portion of this project: General Pipeline Alignment 3 feet t of the Contractor's design line and grade 4W Manhole Locations Within a 2-foot radius of the specified points to Within+0.5 feet and-1 foot of the invert elevations shown Special Provisions 741 wv Tracking System �n Minimum f 2 percent of the depth to the sonde Other design criteria requirements include: .r Bending radius: per the pipe manufacturer's recommendation Entry and exit angles: Maximum of 14 degrees at the entry and exit .r Incremental deflection tolerance along bore path: Maximum average of 2 degrees for three pipe or drill rod joints ow Project noise containment system to limit project noise levels to 120 DbA at a distance of 200 feet from the site and at a height of 25 feet rr Tracking system to account for utilities indicated on the plans Pulling sequence and methods shall account for restricted assembly conditions arr Protect existing utilities;potholing and supporting existing utilities may be necessary. The Contractor is responsible for monitoring,repairing any damage, cost of any repairs, and cost to 11r the utility owner for loss of service to any utility along the alignment Site restoration shall be acceptable to the City, King County, and property owners along the alignment a. Provide security and chain link fencing at each end of the bore during construction r Directionally drilled pipe shall be HDPE pipe material as specified in Section 7-17.2. All joints between pipes shall be heat fused butt joints. Fusing machinery and procedures shall follow the PPI (Plastic Pipe Institute)and the manufacturer's procedures and specifications. Personnel fusing the pipe shall have a certificate of training, issued within the last 3 years, in the manufacturer's fusing procedures on the equipment that will be used, and shall have current experience with pipe fusing of similar pipe types and sizes within the past year. +rrr The Contractor shall verify field fusion quality by making and testing a trial fusion at the start of the fusing process and bent strap testing it per ASTM D 2657. The City may require the Contractor to randomly cut out completed joints when the pipe is being fused and perform bent strap testing. +rrr The Contractor may subcontract with a qualified HDPE pipe installer to perform HDPE pipe fusing and installation. irrr Verify that the pipe is acceptable by successfully passing a rigid plug of appropriate diameter through the pipe. Once verified, hydraulically test the pipe for integrity. moo Notify the Owner's representative as soon as practicable of deviations in the actual bore path that exceed project specifications or if the bore extends outside of the right-of-way and easement limits WA shown on the plans. Line all trucks containing slurry, cuttings, and pit spoil liquids when transporting to the disposal area. Wash excess material and spillage from all vehicles before leaving the controlled construction area. Special Provisions 75 Wash down all streets along any haul route in spillage areas to clean slurry spillage if it occurs as soon as practicable after spillage occurs and at least on the same day as the spillage. Notify the Owner's representative of circulation losses greater than 25%of downhole pump volumes and for all observable bentonite slurry releases at the earliest opportunity and confirm in writing by the end of the work shift. The Contractor shall be prepared to contain a potential observable blowout or bentonite slurry release. On observing a slurry release, stop all drilling operations, contain the release,and clean up the release. The Contractor is responsible for all notifications,cleanup, disposal,and environmental restoration that may be required as a result of an observable release. Should the Contractor abandon a hole for his/her convenience before the hole is completed,then seal the borehole and re-drill at no additional cost. As-Built Submittal: Provide within 30 days of completion of the bore an as-built plan indicating the plan and profile location and elevation of the completed bore based on the tracking data obtained during drilling. The as-built shall be tied to project stationing. Cuttings,Bentonite Slurry, and Pit Spoil Disposal Submittal: Provide within 30 days of completion of the bores a list of volumes of all cuttings,bentonite slurry, and pit spoil disposed of off site and the location of the disposal area. Hydrostatic Pressure Test This specification applies to the pressure testing for HDPE pipe for structural integrity of the pipe material and leaks. The Contractor shall secure overland pipe and pipe installed in casing as required to conduct the test. Pressure Test Method:per Performance Pipe Technical Note 802—Leak Testing using Test Phase— Alternate 1 method. Test Fluid: Potable water from King County Water District No. 90 or other source arranged for by the Contractor. Test Pressure: not less than 75 psi at the lowest point of the pipe being tested. Test Equipment: • Water: sufficient quantity to fill the pipeline section under test. • Strainer: on inlet side of pump to prevent foreign matter from entering the pipeline. • Valves: suitable to isolate pipeline section under test without leaking. • Relief Valve: to permit pressure relief if pressure exceeds 20 to 25 %above the required test pressure to prevent pipeline failure. • Pressure Gauge(s):provide sufficient number of gauges capable of measuring pressure 50 percent over the intended test pressure. Location of the gauges shall be determined by the Contractor and submitted with the pressure test plan. Special Provisions 76 ow uw Pump: Contractor shall provide a booster pump with sufficient capacity to boost the source water pressure to the required test pressure. aw Preparation for Test: • Expansion joints shall be isolated,temporarily restrained, or removed prior to start of the test. err • The Contractor shall confirm that the pipeline is properly secured. �rrr • Expose all joints for examination during the test to the extent practicable. • Connect booster pump and provide temporary closures for all of the external openings in the system. +r • Tighten any flange connections loosened to vent air before applying test pressure. Test Records: Records shall be maintained of all tests performed and shall include as a minimum: • Date and time of beginning and end of pipeline testing. •wr • Identification of the pipeline being tested. • Test fluid AW • Test pressure • Ambient temperature +rr • Pressure gauge reading taken during the test • Quantities of make-up water added during the test r • Signature of the Contractor's representative who witnessed the test. Correction of Deficiencies:All deficiencies in work and/or items not meeting specified requirements shall be corrected in order to meet the specification requirements at no additional cost to the Owner. Testing, as specified above, shall be repeated after correction of deficiencies is made until the specified requirements are met. This work shall be performed at no additional cost to the Owner. 7-17.3(1) Protection of Existing Sewerage Facilities Section 7-17.3(1)is supplemented by adding the following: When extending an existing sewer, the downstream system shall be protected from construction debris by placing a screen or trap in the first existing manhole downstream of the connection. It shall be the Contractor's responsibility to maintain this screen or trap until the new system is placed in service and then to remove it. Any construction debris which enter the existing downstream system, shall be removed by the Contractor at his expense, and to the satisfaction of the Engineer. When the first manhole is set,it's outlet shall be plugged until acceptance by the Engineer. wr ow Wo Special Provisions 77 7-17.3(2)H Television Inspection Section 7-17.3(2)H is supplemented by adding the following: The Engineer will require that all sanitary sewer lines be inspected by the use of a television camera before final acceptance. The costs incurred in making the initial inspection will be borne by the Owner. 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 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. rrr 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. 40 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. 40 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 tapes shall be run at standard speed SP(15/16 I.P.S.). The costs incurred by the Contractor will be covered by the Bid Item for such television inspections, 40 and all costs associated with the initial inspection and any requested additional inspections shall be included. 7-17.3(2)1 Septic Tank Decommissioning Section 7-17.3(2)I is a new section. (******) The entire contents of the existing tank must be pumped out by a King County licensed septic pumper and disposed of at the King County Renton Treatment Plant or other approved location. Both access lids of the tank shall be removed and set aside(next to the tank)or broken and dropped into the tank. The tank shall be backfilled with clean soil (sand,pea gravel,bank run are also acceptable). The backfill must go in with a minimum compaction density of 90%and should be easily moved around with a shovel or rake. The Contractor shall backfill the excavation to the ground surface for final restoration. Restoration shall include the installation of 4"minimum topsoil on top of the septic tank excavation. The topsoil used for restoration in conjunction with septic tank decommissioning shall be paid for under the Bid Item. 7-17.5 Payment Section 7-17.5 is revised and supplemented as follows: (******) Payment will be made in accordance with Section 1-04.1, for each of the following Bid Items that are included in the proposal: rur "Plain Conc. Sewer Pipe_In. Diam.",per linear foot. "Cl._Reinf. Conc. Sewer Pipe_In. Diam.",per linear foot. "PVC Sanitary Sewer Pipe In. Diam.",per linear foot. "Ductile Iron Sewer Pipe In. Diam.",per linear foot. Special Provisions 78 No The unit contract price per linear foot for sewer pipe of the kind and size specified shall be full pay for furnishing, hauling, and assembling in place the completed installation including all wyes, tees, special fittings,joint materials,bedding material, and adjustment of inverts to manholes for the completion of the installation to the required lines and grades. dw "Testing Sewer Pipe", per linear foot. The unit contract price per linear foot for"Testing Sewer Pipe"shall be full pay for all labor, material and equipment required to conduct the leakage tests required in Section 7-17.3(2). If no unit price for "Testing Sewer Pipe"is included it shall be considered incidental to the pipe items. "Removal and Replacement of Unsuitable Material",per cubic yard. The unit contract price per cubic yard for"Removal and Replacement of Unsuitable Material'shall �r be full pay for all work to remove unsuitable material and replace and compact suitable material as specified in Section 7-08.3(1)A. 8-09 RAISED PAVEMENT MARKERS 8-09.5 Payment Section 8-09.5 has been revised as follows: Payment will be made for each of the following Bid Items that are included in the proposal: "Raised Pavement Marker Type 1",per each. 'w" "Raised Pavement Marker Type 2",per each. "Raised Pavement Marker Type 3- In.", per each. "Recessed Pavement Marker",per each. am The unit contract price per each for"Raised Pavement Marker Type 1", "Raised Pavement Marker Type 2", and "Raised Pavement Marker Type 3- In."and"Recessed Pavement Marker"shall be full pay for all labor, materials, and equipment necessary for furnishing and installing the markers ,, in accordance with these Specifications including all cost involved with traffic control unless traffic control is listed in the contract as a separate pay item. w 8-13 MONUMENT CASES 8-13.1 Description Section 8-13.1 is revised and supplemented as follows: (***** ) This work shall consist of furnishing and placing monument cases and covers, in accordance with the Standard Plans and these Specifications, in conformity with the lines and locations shown in the Plans rw or as staked by the Engineer or by the Contractor supplied surveyor. 8-13.3 Construction Requirements VAW Paragraphs 2 and 3 of Section 8-13.3 is revised and supplemented as follows: The monument will be furnished and set by the Engineer or by the Contractor supplied surveyor. Wo When existing monuments will be impacted by a project,the Contractor shall be responsible for assuring that a registered surveyor references the existing monuments prior to construction. After construction is complete, the monuments shall be re-established by the surveyor in accordance with "' RCW58.09.130. Wo 'fir Special Provisions 79 8-13.4 Measurement Section 8-13.4 is supplemented by adding the following: All costs for surveying and resetting existing monuments impacted by construction shall be considered incidental to the contract unless specifically called out to be paid as a Bid Item. at 8-13.5 Payment Section 8-13.5 is supplemented by adding the following: (******) "Reset Existing Monument"per each. Resetting an existing monument impacted by construction shall be incidental unless included as a pay item in the Schedule of Prices. e6 8-17 IMPACT ATTENUATOR SYSTEMS 8-17.5 Payment Section 8-17.5 is supplemented by the following: If no pay item is included for temporary impact attenuators then all costs to provide and install shall be considered a part of the pay item for"Traffic Control." 8-22 PAVEMENT MARKING 8-22.1 Description The following item in Section 8-22.1 is revised as follows: Crosswalk Stripe A SOLID WHITE line, 8 inches wide and 10-feet long, installed parallel to another crosswalk stripe and parallel to the direction of traffic flow and centered in pairs on lane lines and the center of lanes. See detail sheet. Skip Center Line(Replacement) A BROKEN YELLOW line 4 inches wide. The broken or"skip"pattern shall be based on a 24-foot unit consisting of a 9-foot line and a 15-foot gap. Skip center strip is used as center line delineation on two-lane or three-lane,two-way highways. Double Yellow Center Line(Replacement) Two SOLID YELLOW lines, each 4 inches wide, separated by a 4-inch space. Double yellow center stripe is used as center line delineation on multilane,two-way highways and for channelization. Approach Line (New) A SOLID WHITE line, 8 inches wide, used to separate left and right turning movements from through movements, to separate high occupancy vehicle lanes from general purpose lanes, for islands, hash marks, and other applications. Hash mark stripes shall be placed on 45-degree angle and 10 feet e apart. Lane Line(Replacement) A BROKEN WHITE line,4 inches wide,used to delineate adjacent lanes traveling in the same direction.The broken or"skip"pattern shall be based on a 24-foot unit consisting of a 9-foot line and a 15-foot gap. Special Provision, 80 DIY Two Way Left Turn Line(Replacement) A SOLID YELLOW line,4 inches wide, with a BROKEN YELLOW line,4 inches wide, separated by a 4-inch space. The broken or"skip"pattern shall be based on a 24-foot unit consisting of a 9-foot line and a 15-foot space.The solid line shall be installed to the right of the broken line in the direction of travel. dw Crosswalk Line(Replacement) A SOLID WHITE line, 8 inches wide and 10 feet long, installed parallel to another crosswalk stripe and parallel to the direction of traffic flow and centered in pairs on lane lines and the center of lanes. See detail sheet. Stop Line(Replacement) A SOLID WHITE line 12, 18, or 24 inches wide as noted on the Contract plans. 8-22.3 Construction Requirements +rr 8-22.3(5) Installation Instructions Section 8-22.3(5)is revised as follows: (******) A manufacturer's technical representative need not be present at the initial material installation to approve the installation procedure. 8-22.5 Payment Section 8-22.5 is supplemented as follows: (******) "Approach Stripe,"per linear foot. ow "Remove Paint Line ....." wide,"per linear foot.* 11r "Remove Plastic Line ......"Wide,"per linear foot.* "Remove existing traffic markings, "per lump sum.* *The linear foot contract price for"Remove Paint Line" and"Remove Plastic Line" and the lump sum contract price for"Remove existing traffic markings" shall be full compensation for furnishing all labor, tools, material, and equipment necessary for removal of existing traffic markings as per the plans, specifications and detail sheets. If these pay items do not appear in the contract schedule of prices, then the removal of old or conflicting traffic markings required to complete the channelization of the project as shown on the plans or detail sheets shall be considered incidental to other items in ow the contract and no further compensation shall be made. 8-23 TEMPORARY PAVEMENT MARKINGS Aw 8-23.5 Payment Section 8-23.5 is supplemented with the following: V. (******) If no pay item is included in the contract for installation or for removal of temporary pavement markings then all costs associated with these items are considered incidental to other items in the contract or included under"Traffic Control," if that item is included as a Bid Item. +rr Special Provision, 81 w 9-03 AGGREGATES 9-03.8 Aggregates for Hot Mix Asphalt 9-03.8(2) HMA Test Requirements Section 9-03.8(2)is supplemented with the following: ESAL's The number of ESAL's for the design and acceptance of the HMA shall be *** $$1$$ *** million. 9-03.8(7) HMA Tolerances and Adjustments Item 1 is deleted and replaced with: (****) to 1. Job Mix Formula Tolerances. After the JMF is determined as required in 5-04.3(7)A, the constituents of the mixture at the time of acceptance shall conform to the following tolerances: Nonstatistical Commercial Evaluation Evaluation Aggregate,percent passing 1",3/4", `'/2",and 3/8"sieves ±6% ±8% U.S.No.4 sieve ±6% ±8% ' U.S.No. 8 sieve ±6% +8% U.S.No. 16 sieve ±4% ±6% U.S.No. 30 sieve ±4% ±6% of U.S.No. 50 sieve ±4% ±6% U.S.No. 100 sieve ±3% ±5% U.S.No.200 sieve ±2.0% ±3.0% Asphalt Binder ±0.5% ±0.7% VMA 1.5%below minimum value in 9-03.8(2) VIA min. and max. as listed in 9-03.8(2) Va 2.5%minimum and 5.5%maximum These tolerance limits constitute the allowable limits as described in Section 1-06.2. The tolerance limit for aggregate shall not exceed the limits of the control points section,except the tolerance limits for sieves designated as 100%passing will be 99-100. 9-03.22 Cement-Based Grout for Abandoning Utilities Section 9-03.22 is a new section: The Contractor shall submit a mix proposal,to be approved by the Engineer, for Cement-Based 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: Portland cement as specified in Section 9-01. as Aggregate: Meet the requirements for fine aggregate as specified in Section 9-03.1 Water: Conform to the provisions of Section 9-25-1. Special Provisions 82 Im wr 9-05 DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS 9-05.12 Polyvinyl Chloride(PVC) Pipe to Section 9-05.12(3) is a new additional section: 9-05.12(3) CPEP Sewer Pipe ■w CPEP-Smooth interior pipe and fittings shall be manufactured from high density polyethylene resin which shall meet or exceed the requirements of Type 111, Category 4 or 5, Grade P33 or P34, Class C per ASTM D 1248. In addition, the pipe shall comply with all material and stiffness requirements of ON AASHTO M294. 9-05.22 High Density Polyethylene Piping Section 9-05.22 is a new section: DRISCOPLEXTm 4100 High-density Polyethylene Piping air 1 General Terms and Conditions r 1.1 Scope-This specification covers requirements for DriscoPlexT"4100 PE 3408 high-density polyethylene piping. All work shall be performed in accordance with these specifications. 1.2 Engineered and Approved Plans-Construction shall be performed in accordance with engineered construction plans for the work prepared under the direction of a Professional Engineer. 1.3 Referenced Standards -Where all or part of a Federal,ASTM,ANSI,AWWA, etc., standard specification is incorporated by reference in these Specifications, the reference standard shall be the latest edition and revision. 1.4 Licenses and Permits -A licensed and bonded The Contractor shall be a licensed and bonded. 1.5 Inspections-All work shall be inspected by an Authorized Representative of the City who shall have the authority to halt construction if, in his opinion, these specifications or standard construction practices are not being followed. Whenever any portion of these specifications is violated, the Engineer shall, by written notice, order further construction to cease until all deficiencies are rrr corrected. 2 Polyethylene Pipe and Fittings r 2.1 Qualifications of Manufacturers-The Manufacturer shall have manufacturing and quality assurance facilities capable of producing and assuring the quality of the pipe and fittings required by aw these Specifications. The Manufacturer's production facilities shall be open for inspection by the City or his Authorized Representative. The Project Engineer shall approve qualified Manufacturers. ow 2.2 Materials-Black PE materials used for the manufacture of polyethylene pipe and fittings shall be PE 3408 high density polyethylene meeting ASTM D 3350 cell classification 345464C and shall be Listed in the name of the pipe and fitting Manufacturer in PPI (Plastics Pipe Institute)TR-4 with a 40 standard grade HDB rating of 1600 psi at 73°F. Color material, when used, shall be the same except for meeting ASTM D 3350 cell classification 345464E. The material shall be listed and approved for potable water in accordance with NSF Standard 61. When requested on the order, the Manufacturer 4W shall certify that the materials used to manufacture pipe and fittings meet these requirements. VW Special Provisions 83 2.3 Interchangeability of Pipe and Fittings-The same Qualified and Approved Manufacturer shall produce polyethylene pipe and fittings. Products such as fittings or flange adapters made by sub- Contractors or distributors are prohibited. 2.4 Polyethylene Fittings&Custom Fabrications-Polyethylene fittings and custom fabrications shall be molded or fabricated by the Approved Pipe Manufacturer. All fittings and custom fabrications Ni shall be pressure rated for the same internal pressure rating as the mating pipe. 2.5 Molded Fittings-Molded fittings shall be manufactured and tested in accordance with ASTM D 3261 and shall be so marked. Molded fittings shall be tested in accordance with AWWA C906. 2.6 Fabricated Fittings Fabricated fittings shall be made by heat fusion joining specially machined so shapes cut from pipe,polyethylene sheet stock or molded fittings. Fabricated fittings shall be rated for internal pressure service at least equal to the full service pressure rating of the mating pipe. Fabricated fittings shall be tested in accordance with AWWA C906. r 2.7 Polyethylene Flange Adapters-Flange adapters shall be made with sufficient through-bore length to be clamped in a butt fusion joining machine without the use of a stub-end holder. The sealing surface of the flange adapter shall be machined with a series of small v-shaped grooves(serrations) to promote gasketless sealing, or restrain the gasket against blowout. 2.8 Back-up Rings&Flange Bolts-Flange adapters shall be fitted with back-up rings that are pressure rated equal to or greater than the mating pipe. The back-up ring bore shall be chamfered or radiused to provide clearance to the flange adapter radius. Flange bolts and nuts shall be Grade 3 or higher. Special Provisions 84 +w aw 9-08 PAINTS 9-08.8 Manhole Coating System Products Section 9-08.8 is a new section and subsections: ar 9-08.8(1) Coating Systems Specification A. High Solids Urethane wri Coating System: C1 Coating Material: High Solids Urethane Surfaces: Concrete Surface In accordance with SSPC Preparation: SP-7(Sweep or brush off blast) Application: Shop/Field The drying r time between coats shall not exceed 24hours in any case System Thickness: 6.0 mils dry film Coatings: Primer: One coat of Walser MC-Aroshield high solids urethane(2.0 r DFT)Finish:Two or more coats of Wasser MC-Aroshield(min. 4.0 DFT) Color: White +r rr 1W we OW wr `r 1W Special Provisions 85 t L GEOTECHNICAL REPORT L L L L L L L L L L L Geotechnical Report Central Plateau Interceptor Renton, Washington June 9, 2006 JVI'J 1 2 2006 R0-j HHLL FNGNF.�'^T::cAS,LLC +�r - Liz—, ,1-A .A SHANNON&WILSON,INC. s4 At Shannon & Wilson. our mission is to be a progressive, well- managed prgfe.ssioncrl consulting firm in the fields ofengineering and applied earth sciences. 0111-goal is to perform our services with the highest degree of professionalism with due consideration to the best interests of the public,ote clients,and our employees. Ylli Submitted To: Roth Hill Engineering Partners, LLC 2600 1161 Avenue NE, Suite 100 Bellevue, Washington 98004 By: Shannon &Wilson, Inc. 400 N 34th Street, Suite 100 �r Seattle, Washington 98103 '�" 21-1-20442-001 SHANNON WILSON,INC. TABLE OF CONTENTS r Page 1.0 INTRODUCTION .................................................................................................................1 1.1 Scope of Services.......................................................................................................1 1.2 Limitations.................................................................................................................2 2.0 SITE AND PROJECT DESCRIPTION.................................................................................3 ' 2.1 Site Description......................................... 2.2 Project Description.....................................................................................................4 3.0 SUBSURFACE CONDITIONS.............................................................................................5 3.1 General Geology........................................................................................................5 3.2 Subsurface Conditions 3.3 Hydrogeology.............................................................................................................8 4.0 SLOPE STABILITY............................................................................................................10 4.1 Slope Stability Observations....................................................................................10 4.2 Slope Stability Analyses ..........................................................................................11 5.0 CONSTRUCTION METHOD ALTERNATIVES..............................................................11 5.1 Trenchless Methods .................................................................................................12 5.1.1 Horizontal Directional Drilling(HDD).....................................................12 5.1.2 Auger Boring.............................................................................................13 5.2 Trenching Methods..................................................................................................13 6.0 ENGINEERING CONSIDERATIONS AND RECOMMENDATIONS............................13 6.1 Horizontal Directional Drilling(HDD)....................................................................14 6.1.1 Soil Behavior Along Bore Path.................................................................14 6.1.2 Pipe Friction During Pull-back..................................................................15 6.1.3 Hydraulic Fracturing..................................................................................16 6.2 Auger Boring............................................................................................................17 6.3 Surface-mounted High-density Polyethylene(HDPE) Pipe....................................18 .' 6.4 Trenching.................................................................................................................19 to 6.4.1 Surface Water and Groundwater Control 6.4.2 Pipe Bedding and Initial Backfill ..............................................................20 6.4.3 Subsequent Backfill and Compaction........................................................21 6.5 Wet Weather Conditions.........................................................;................................21 6.6 Erosion Control 7.0 CONSTRUCTION CONSIDERATIONS ...........................................................................23 21-1-20442-001-RI-xev.aoc/wp/L D 21-1-20442-001 i TABLE OF CONTENTS (cont.) SHANNON 8WILSON,INC. Page 7.1.1 Staging Areas........................................................................................ 25 7.1.2 Fixed Entry and Exit Points.......................................................................26 7.1.3 Corridor Width...........................................................................................26 7.1.4 Corridor Depth.................................. ...................................................26 7.1.5 Tolerances..................................................................................................27 7.1.6 Tracking System........................................................................................27 ` 7.1.7 Disposal of Spoils................ ..................................................................27 7.1.8 Pipe Characteristics ...................................................................................28 7.1.9 Connections...............................................................................................29 7.1.10 Obstructions....................... 7.1.11 Buried Utilities...........................................................................................29 7.1.12 Settlements.................................................................................................30 w� 7.1.13 Contractor Qualifications...........................................................................30 t 7.1.14 Construction Submittal..............................................................................31 8.0 DOCUMENT REVIEW AND CONSTRUCTION OBSERVATIONS..............................31 9.0 REFERENCES.....................................................................................................................32 LIST OF FIGURES Figure No. 1 Vicinity Map 2 Site and Exploration Plan 3 Generalized Subsurface Profile A-A' 4 Generalized Subsurface Profile B-B' 5 Generalized Subsurface Profile C-C' 6 Typical Pipeline Anchoring Details (2 sheets) 7 Typical Pipe Trench Section Excavating in Dry „ LIST OF APPENDICES t Appendix A Subsurface Explorations B Geotechnical Laboratory Testing , r. C Groundwater Analytical Laboratory Results D Results of Slope Stability Analyses E Important Information About Your Geotechnical Report 21-1-20442-001-RI-Rev.aoc/Wp/LKD 21-1-20442-001 `�" ii SHANNON&WILSON,INC. GEOTECHNICAL REPORT CENTRAL PLATEAU INTERCEPTORr RENTON,WASHINGTON n , 1.0 INTRODUCTION This report presents the results of our field explorations, laboratory testing, and geotechnical engineering studies for proposed construction of two sanitary sewer mains down steep slopes in the City of Renton, Washington (City). The two sewer mains would serve the residential area of Maplewood Heights, located along the southern edge of the upland plateau north of the Cedar River Valley. Construction method alternatives currently envisioned for the steep slope portions of the project consist of horizontal directional drilling(HDD), auger boring, and surface- mounted pipe. Shannon& Wilson previously conducted a feasibility study of construction alternatives and . 1 prepared a preliminary geotechnical report titled, "Central Plateau Interceptor Alternatives," dated June 16, 2005. After the completion of that study, the City decided to construct the steep slope portions of the two sewer mains using HDD and proposed a single alignment for the steep slope east of 1541h Place SE and two alternative alignments for the steep slope west of 1541h Place SE. Proposed construction methods and alignments have been modified during the course of our current studies. 1.1 Scope of Services , 1 � t Four our previous studies, we reviewed stereo-pair aerial photographs and reviewed the logs of a few borings located in the vicinity of the project. To further evaluate design and construction " issues, our scope of services for the current study included the following main elements: ► Drilling, sampling and logging of three borings: one east 1541h Place SE and two west of 1541h Place SE, to evaluate subsurface materials and conditions likely to be encountered ' during HDD or auger boring construction. 1 ► Excavation of two test pits, one each at the bases of the west and east slopes, to evaluate shallow subsurface conditions near proposed HDD exit or entry pits. As 21-1-20442-001-R1-Rev.doc/wp/LYD 21-1-20442-001 � , 1 .rr SHANNON&WILSON,INC. y. ► Drilling of four shallow probes using hand-operated equipment on the slope west of 154th Place SE to evaluate shallow subsurface conditions for surface-mounted pipe on the west slope. ► Installation of a monitoring well in the east boring, and a monitoring well and vibrating wire piezometer(VWP) in the deep west boring to evaluate groundwater conditions that may affect or be impacted by HDD or other activities. ► Sampling and chemical analysis of groundwater from the well installed in the deep west boring to evaluate potential adverse impacts to the aquifer from HDD construction. s t ► Limited geotechnical testing of soil samples collected from the borings and test pits. ► Stability analyses of the steep west slope in the vicinity of the proposed surface-mounted pipe. ► Evaluation of the results of the subsurface investigation and soil and groundwater laboratory analyses, and preparation of this report. Our work on this project was authorized by a contract between Shannon & Wilson, Inc. and Roth wh Hill Engineering Partners, LLC, dated May 5, 2005, and was conducted in general accordance with our scope of work dated October 3, 2005. 1.2 Limitations Within the limitations of the scope, schedule, and budget, the analyses, conclusions, and recommendations presented in this report were prepared in accordance with generally accepted professional geotechnical engineering principles and practices at the time this report was prepared. We make no other warranty, either express or implied. The analyses, conclusions, and recommendations contained in this report are based on our understanding of the project as described herein and site conditions as they presently exist. For the purpose of presenting design recommendations, we assumed that the results of the explorations are representative of the subsurface conditions along the proposed alignments; i.e., the subsurface conditions in the project area are not significantly different from those disclosed by the explorations. If, during construction, subsurface conditions different from those encountered in the explorations are observed or appear to be present, we should be advised at once so that we can v ow review these conditions and reconsider our recommendations where necessary. If there is substantial lapse of time between the submission of this report and the start of work at the site, or 21-1-20442-001-R1-Rev.doe"ILKD 21-1-20442-001 ,or 2 AW r> SHANNON 6WILSON,INC. if conditions have changed due to natural causes or construction operations at or adjacent to the site, we recommend that this report be reviewed to determine the applicability of the conclusions and recommendations considering the changed conditions or time lapse. F This report was prepared for the exclusive use of the City and members of the design team. It should be made available to prospective contractors and/or the Contractor for information on factual data only, and not as a warranty of subsurface conditions, such as those interpreted from the exploration logs and from the discussion of subsurface conditions included in this report. tUnanticipated soil conditions are commonly encountered and cannot fully be determined by merely taking soil samples from test borings or pushing probes. Such unexpected conditions frequently require that additional expenditures be made to attain properly constructed projects. Therefore, a contingency fund is recommended to accommodate such potential wextra costs. Construction of HDD bores requires the expertise of specialty contractors and their own engineers or their consultant's engineering staff to understand the engineering consequences associated with the particular means and methods of the Contractor. As such, it is recommended that qualified engineers be part of the Contractor's team to interpret the significance of the subsurface conditions encountered and their potential impacts on the chosen means and methods. The scope of our services did not include any environmental assessment or evaluation regarding the presence or absence of wetlands or hazardous or toxic materials in the soil, surface water, �'groundwater, or air, on or below the site or for evaluation of disposal of contaminated soils or � p groundwater should any be encountered. Shannon &Wilson has prepared Appendix D, } "Important Information About Your Geotechnical Report,"to assist the owner and members of rr the design team in understanding the use and limitations of our report. : 1 2.0 SITE AND PROJECT DESCRIPTION � a , 7 2.1 Site Description j The proposed project is located in the vicinity of Maplewood Heights, an unincorporated residential area east of the City in King County, as shown in Figure 1. Proposed sewer mains t i would descend from the top of the plateau, down the steep slope of the north valley wall, to the floor of the Cedar River Valley. These sewer mains would be constructed down the steep hillsides that lie on either side of 154 'Place SE, an arterial descending from the plateau to the i 21-1-20442-001-R1-Rev.doc/wp/= 21-1-20442-001 3 wn �r SHANNON 6WILSON.INC. valley floor along the ravine of a small stream. We have designated these two sewer mains as the east and west alignments. Two alternatives are under consideration for the west alignments. The proposed locations of the east and two west pipeline alignments are shown in the Site and Exploration Plan, Figure 2. YIWI The upland plateau is relatively flat but gently undulating and slopes to the south toward the Cedar River. The tributary stream is deeply incised into the edge of the plateau, and in the r. project vicinity it lies as much as 200 feet below the upland surface. Steep slopes flank the ' r stream on both sides. The slope at the location of the proposed east alignment is approximately 100 feet high and has an overall inclination of about 42 degrees from the horizontal. The west slope is approximately 170 feet high and has an inclination as steep as 40 degrees. raw 2.2 Project Description Maplewood Heights is currently served by septic systems. The Central Plateau Interceptor project would collect and convey sewer flow from the upland area of Maplewood Heights down to a major sewer trunk recently constructed to the south, where 154th Place SE intersects Jones Road. The two proposed sewer mains would be constructed down the steep hillsides on either side of 154th Place SE where they would join and continue southward along the road. Our evaluation addresses only the construction of the pipelines down the steep slopes. It is our understanding that the proposed sewer mains will be continuous, fuse-welded, high- density polyethylene(HDPE)pipe 12 or 15 inches in diameter. The proposed sewer main on the steep slope east of 154th Place SE would be constructed using HDD construction, and would likely be drilled from the bottom. The entry pit would be located west of 150 Place SE, between the roadway and the stream,and the bore would be drilled beneath the roadway and up the slope. System constraints require that this pipeline be located approximately 19 feet below ground at 156th Avenue SE located at the top of the slope. A second sewer main would be constructed down the steep slope west of 154th Place SE, along one of two alternative alignments. Both west alternative alignments would originate at a depth of about 10 feet at the cul-de-sac on 152nd Place SE and extend eastward between two closely- spaced houses at the east end of the cul-de-sac. Both alignments would extend down the steep slope to near the driveway of the Stewart residence at 14665 154th Place SE, located at the base of the slope. 21-1-20442-001-RI-Rev.doc/wp/LKD 21-1-20442-001 4 ow SHANNON&WILSON.INC. Geometric and other constraints limited the construction options available for the west alignment. The two current west alternatives comprise: ► Drilling from the cul-de-sac out to the slope face, approximately 50 feet below the edge of the plateau, using auger boring construction methods. Once daylighted, the alignment would bend southward, and the pipeline would be constructed down the slope to the Stewart's driveway by anchoring HDPE pipe on the ground surface. ' ► Drilling from the cul-de-sac to the base of the slope face using HDD methods. The HDD alignment would daylight on the slope above the stream in line with the easement between two properties on the cul-de-sac. Shallow trenching would be used to construct the remainder of the pipeline southward to the driveway. For either alignment, the sewer main would be conveyed across the stream in a trench constructed in the existing driveway embankment that extends across the stream. 3.0 SUBSURFACE CONDITIONS 4 The geology and subsurface conditions along the pipeline alignments were inferred from soil samples and information obtained from subsurface explorations, geologic reports and maps of the area, and soils exposed in a few locations along the edge of the plateau. The following sections include a description of the general geology, subsurface explorations and laboratory testing performed, and the soil and groundwater conditions interpreted to be present along the alignment. w 3.1 General Geology The site is located at the edge of a broad upland area underlain by sediments deposited by one or more of the six glacial advances to occupy the Puget Lowland or by processes similar to those of the present day during intervening interglacial episodes. During the last glacial advance, known as the Vashon, the ice was about 3,000 feet thick in the Seattle area,which compacted the ii underlying deposits to a dense or hard state. The Vashon ice sheet receded from the area about 13,500 years ago, leaving the upland with low-rolling relief and a veneer of material not glacially j overconsolidated. Since that time, present-day geologic processes have incised the deep ravine ' into the edge of the upland and deposited surficial soils within the ravine through the actions of i streams and mass wasting. „ 21-1-20442-001-R1-Rev.doewp/LKD 21-1-20442-001 5 wr SHANNON 6WILSON,INC. f 3.2 Subsurface Conditions Our understanding of subsurface conditions that underlie the site is based largely on soil and groundwater data collected from three borings (B-1, B-2, and B-3), four hand borings (HB-1, HB-2, HB-3, and HB-4), and two test pit explorations (TP-1 and TP-2)performed specifically rr for this project. The locations of the subsurface explorations are shown in the Site and Exploration Plan (Figure 2). The logs of the subsurface explorations, along with sampling and classification methodology, are presented in Appendix A. The results of limited geotechnical laboratory testing performed on selected soil samples are provided in Appendix B. i The geologic deposits that underlie the site consist largely of Vashon and pre-Vashon glacial and nonglacial sediments that have been overridden by glacial ice one or more times and, as a result, are very dense or hard. These deposits are generally overlain at the . , p g y ground surface by a thin layer of Vashon or post-Vashon(Holocene) deposits that have not been glacially overridden. The geologic deposits that compose the upper portion of the subsurface below the east and west alignments are generally coarse-grained deposits of sand and gravel. Generally, finer-grained deposits constitute the lower portions of the subsurface. Our interpretation of the subsurface conditions is depicted on the generalized subsurface profiles shown in Figures 3 through S. These profiles were constructed at approximate locations of the HDD alignments and auger boring/surface-mounted alignments. The subsurface conditions are summarized below. Most of the upper portions of the steep slopes and adjacent plateau areas are underlain by gravelly, silty sand to silty, sandy gravel (till-like soils and outwash). The uppermost soils that underlie the upland areas appear to be deposits of recessional outwash, which have not been glacially overridden. These soils were deposited by meltwater streams flowing from the melting ice front as the glacier retreated from the Puget Lowland. As encountered in the borings, these deposits ranged from 31 to 38 feet thick, and generally consist of loose to very dense, clean to slightly silty, sandy gravel with layers of gravelly sand. The presence of scattered to abundant "' cobbles was inferred from drill action, and boulders commonly exist within recessional outwash deposits. Because of the large clast sizes, these soils commonly appear very dense based on blow counts,but may be relatively loose. These soils are relatively permeable. ri Because of drill mud loss and large clast size, drilling was difficult in these soils in boring B-1 near the west alignment. Based on drilling conditions and soils observed in the headscarp of the 21-1-20442-001-RI-Rev.doc/wp/LKD 21-1-20442-001 6 SHANNON&WILSON,INC. recent landslide southeast of the east alignment, we anticipate that the recessional outwash underlying the west alignment are coarser grained than those underlying the east alignment. Till-like deposits and outwash underlie the recessional outwash. These coarse, granular deposits are similar in composition to recessional outwash and generally consist of silty, gravelly sand to g ? silty, sandy gravel. Scattered cobbles and boulders may be present within these soils. Unlike recessional outwash, these deposits have been glacially overridden and are very dense. Till-like z � deposits and outwash were encountered in borings B-1 and B-3 extending to depths of 86 and 95 feet below the ground surface(approximate elevations 270 and 255), respectively. Because of the large clast size and very dense condition, drilling was difficult in these soils. Till-like deposits commonly have characteristics that vary between those of till, which is relatively impermeable, and cleaner and relatively permeable outwash. Groundwater was encountered in ' the outwash, and seams of perched water are likely present within the till-like deposits. • r The lower portions of the hillsides and adjacent plateau areas appear to be underlain generally by finer-grained nonglacial deposits. As encountered in the borings,these soils commonly consist of silty, fine sand with lesser amounts of slightly clayey silt to silty clay and silty, fine to coarse ? sand. These deposits may vary considerably,both laterally and vertically, and channel deposits consisting of sand and gravel may be present sporadically throughout this geologic unit. Coarser-grained outwash deposits of sand and gravel were encountered in boring B-1 below an elevation of about 200 feet. A void was apparently encountered in the sandy gravel at an .. j elevation of 192 feet. I The relatively level ground at the locations of the east HDD entry pit and the west HDD exit pit appears to be underlain by fill overlying alluvium. The fill may have been placed from past site grading associated with the construction of the Stewart's driveway and past road or utility construction along 154th Place SE. The alluvium would have been deposited by the stream that parallels 154th Place SE or by the Cedar River. The soils encountered in test pits TP-1 and TP-2 generally consist of loose to very dense, sand and gravel with variable silt content. Although not < I easily distinguishable, the soils encountered at depth in the two test pits appear to be native deposits of alluvium. Cobbles,boulders, and wood debris were encountered in the two test pits. The very dense soils that underlie steep,hillside slopes have a relatively thin mantle of less dense colluvial soils near the ground surface. Colluvium is the loosened rind of soil mantling most 21-t-20442-001-RI-xev.aa/wp/LM 21-1-20442-001 7 SHANNON&WILSON,INC. 4W steep slopes, which has moved downslope from the force of gravity. This layer consists of soils similar to the underlying soils from which they were derived. At the site, these soils consist generally of sand and gravel with variable silt content. As encountered in the hand borings, the layer of colluvium appears to be on the order of 5 to 8 feet thick. However, hard or very dense soils were observed below colluvium at depths of 3 to 5 feet in several locations in cut slopes along the abandoned dozer road. r Wet ground from seepage was observed on the west slope at an approximate elevation of 240 feet. Wet conditions are also indicated by the presence of numerous cedar trees at and below a similar elevation along much of this slope. Although no seepage was observed on the east slope, seepage or wet conditions may be present, as inferred from vegetational patterns observed w.' in historical aerial photographs of the site. Y 3.3 Hydrogeology The hydrogeology of the project area is characterized by the presence of groundwater in permeable, granular soils (sands and gravels)perched above less-permeable, finer-grained soils (mixtures of clay, silt and fine sand). Observation wells were installed in borings B-1 and B-3, and a VWP was installed in boring B-1 to evaluate groundwater conditions along the alignments. Screen and VWP depth, general boring information, and groundwater levels are summarized in Table A-1, in Appendix A. The locations of observation wells, the VWP, and measured w• groundwater levels are depicted in the boring logs in Appendix A, as well as in the subsurface profiles in Figures 3 through 5. Three aquifers appear to be present in the site area, one above the other, and they are termed the upper, middle, and lower aquifers. An upper aquifer is likely present, at least seasonally, in the we recessional outwash that overlies till-like deposits. Groundwater is present near the base of the recessional outwash that underlies the east alignment, based on a well installed in till-like deposits just below the recessional outwash. This groundwater has an apparent static groundwater level at an approximate elevation of 321 feet. No groundwater was observed in the aw recessional outwash in borings B-1 and B-2 in the vicinity of the west alignment, except for small amounts of water locally perched on less permeable seams. Seasonally, some water may be present at the base of the outwash, perched on top of the less permeable till-like deposits. 21-1-20442-001-Rl-Rev.doc/wp/LKD 21-1-20442-001 +ar 8 aw SHANNON WILSON,INC. No seepage corresponding to an upper aquifer was observed on the hillside along the east and west alignments; however, seepage was observed discharging from near the base of recessional ,rw outwash at a similar elevation at the head of the ravine approximately 1,000 feet southeast of boring B-3. The soils and water flow were revealed by a landslide that occurred in January 2006. j The middle aquifer exists in the sand and gravel deposits that lie beneath the till-like deposits and rr overlie finer-grained, nonglacial lacustrine deposits. This aquifer is screened by the observation well in boring B-1 and exhibits a groundwater elevation of 279 feet. Seepage inferred at a similar elevation on the slope west of 1541h Place SE likely originates from this middle aquifer. The middle aquifer is the source of water for the residents living in the property at the foot of the hill slope west of 1541h Place SE. According to the Stewarts, the water source was developed approximately 40 years ago by hand augering about 30 feet into the slope at a location of observed seepage. The water collection pipe is located at an approximate elevation of 260 feet, which roughly correlates with the base of a layer of granular soil encountered in boring B-1 at t an elevation of 269 feet. Moreover, the property owners recount building the holding tank on clay, which is consistent with the observed lacustrine deposits underlying the granular deposits. An early HDD alignment under consideration had the drill path close to this groundwater-fed water supply. This alignment was later dropped from consideration because of potential HDD construction impacts to this water supply, namely reduces water quality or flow. To evaluate baseline water quality of this middle water-supply aquifer, one groundwater sample was collected from the observation well in boring B-1. The groundwater sample was analyzed { for fecal coliform, petroleum-related hydrocarbons, and metals. The chemical analyses of the groundwater sample resulted in non-detections for fecal coliform and petroleum-related hydrocarbons (gasoline, diesel fuel, and lube oil). Analysis of dissolved metals resulted in low level detections of barium(28 micrograms per liter [µg/L]) and manganese(51 µg/L), with non-detection of the other metals analyzed(arsenic, cadmium, chromium, copper, lead, nickel, i and zinc). The pH of the groundwater sample is within the natural range of 5 to 8, at 7.7. Sampling procedures are described in Appendix A. The laboratory results are compiled in Appendix C and summarized in Table C-1. 21-1-20442-001-R1-Rev.doc/wp/LKD 21-1-20442-001 9 ar SHANNON&WILSON,INC. The lower aquifer exists in the slightly silty to silty sand unit observed only near the bottom of No boring B-1, the deepest of the three borings. A VWP was installed at an elevation of 177.5 feet in boring B-1, and groundwater was measured at an elevation of 189 feet. 4 4.0 SLOPE STABILITY 4.1 Slope Stability Observations A ? The scars of several shallow landslides were observed on stereo-pair, aerial photographs taken as far back as 1936. The larger landslide scars were located at the top of the plateau on steep slopes facing the Cedar River. Only a few landslides were observed on the slopes facing the stream that runs along 154th Avenue SE. The scars of these landslides appeared to be relatively small and shallow, except for one along a small ravine that is located on the east hillside about 300 feet s south of the proposed east alignment. This landslide appears to have been shallow but may have been as much as 80 feet across. The photographs indicate that the landslide resulted in a debris flow that extended down the ravine to the road. F While on site to conduct subsurface explorations, we performed a reconnaissance of the site and >r' vicinity to look for evidence of past landsliding or conditions indicative of marginal instability. No active, large, or deep-seated landslides were observed during our reconnaissance or indicated by the aerial photographs. The trees present on the east and west hillside slopes generally have straight and vertical trunks 1 to 3 feet in diameter, suggesting no significant movement over the last 50 years or more. Evidence of past shallow landsliding or slumping was observed at two ..` locations on the west slope, west of the proposed alignment. These landslides likely occurred in the looser colluvium that mantles the slope. In general, the slopes on both hillsides appear r relatively stable but near the limit of stability. Disturbance of the slope soils, especially following periods of intense precipitation, would reduce their stability unless mitigation measures are utilized. ' In January 2006, a landslide occurred at the top of a ravine that lies southeast of the project area. This landslide occurred after weeks of very wet antecedent conditions related to near-record precipitation in the lowlands of Puget Sound. Large volumes of water flowed from near the base rw of recessional outwash. ' w 21-1-20442-001-RI-Rev.doc/wp/LKD 21-1-20442-001 ti. 10 .. SHANNON&WILSON,INC. +r 4.2 Slope Stability Analyses Stability analyses were conducted using the computer program SLOPE/W (GEO-SLOPE ■r International, Ltd., 2005). This program requires specifying the slope geometry, soil strength parameters, groundwater conditions, and instructions about critical slide plane searches. The analyses included performing a search for the most critical failure surface using the Bishop, Morgenstern-Price and Modified Janbu methods to determine the stability of the existing slope. l The effect of earthquakes was evaluated by calculating the factor-of-safety(FS)using the pseudo-static method. In the pseudo-static method, the earthquake inertial forces are included in the analyses by assuming that an equivalent static horizontal force approximates them. This horizontal force is equal to the weight of the assumed sliding mass of soil multiplied by a pseudo-static coefficient. Based on studies by Makdisi and Seed (1978), the appropriate pseudo static seismic coefficient is equal to about one-half of the peak ground acceleration(PGA). A pseudo-static coefficient equal to 0.15g was used in the slope stability analyses. The stability program calculates the FS against failure along either a specified slide plane or multiple potential slide planes. A FS of 1.0 is generally considered marginally stable. Higher . , values indicate greater stability, and lower values indicate instability or sliding. Generally, a FS against sliding under static conditions of at least 1.3 is desirable. A FS of at least 1.1 under seismic loading conditions is a generally acceptable value. The results of the stability analyses indicate a FS of about 1.5 and 1.1 under static and seismic conditions, respectively. The results are portrayed graphically in Appendix D. 5.0 CONSTRUCTION METHOD ALTERNATIVES jCombinations of laying the pipe on the ground surface, trenching, and trenchless methods (HDD and auger boring) are feasible to descend the steep slopes present at the site. For the west side, � i we have considered two alternatives to reach 1541h Place SE. The steep slopes along these west alternatives are between 33 and 38 degrees. The first alternative involves auger boring from the end of the 152°d Place SE cul-de-sac along the property lines and daylighting on the slope at about elevation 305 feet. The pipeline would continue down the slope with surface-mounted ? ! pipe to the driveway of the Stewart property. The second alternative consists of an HDD installation from the end of the 152°a Place SE cul-de-sac to the toe of the slope following the easement along the property lines. In our opinion, the auger bore and the surface-mounted A 21-1-20442-W1-x1-Rev.aoc/wpiucn 21-1-20442-001 11 aw SHANNON&WILSON,INC. alternative is preferable and is likely to have less construction difficulties. The HDD alternative would require that it be drilled from the top of the slope with the high risk of inadvertent returns at the toe of the slope and that the pipe be pushed down slope since there is no staging area available at the toe of the slope. On the east hillside, we considered only a single alignment that descends the steep slope to 154th Place SE utilizing HDD methods. The natural slope at this location is approximately 42 degrees. Plan views and profiles of the east and west alternatives are shown in Figures 2, 3, 4, and 5. ►' 5.1 Trenchless Methods 5.1.1 Horizontal Directional Drilling (HDD) err' HDD consists of drilling a pilot hole, typically from the bottom of the slope upward to the top of the slope, and then pulling a product pipe through an enlarged hole. The pilot hole (commonly about 5 inches in diameter) is drilled while the depth and location of the drill head is monitored with a walk-along, location tracking system. After the pilot hole is drilled, the hole is reamed to a larger diameter, and the pipe is pulled back through the hole. To install a 12-inch HDPE pipe, the hole needs to be enlarged to about 18 inches. Bentonite slurry is used during the drilling and reaming operations to remove drill cuttings from the hole. Bentonite slurry circulates through the drill steel to the drill bit and �f returns with the cuttings in the annular space between the drill steel and the walls of the bore. The bentonite slurry also forms a cake around the borehole to help stabilize the opening. Drilling typically starts at the toe of the slope, where bentonite slurry is collected in a pit and then re-circulated. Drilling from the toe of the slope results in the slurry continually flowing from the drill bit to the toe of the slope, and the annulus around the drill steel is never completely full. The drill path starts typically at a slope inclination of 10 degrees below horizontal and gradually increases upwards in a circular curve, until it reaches a constant slope and then follows a circular reverse curve and levels off at a slope of 10 degrees to reach the ground surface. The radius of the vertical curve is a minimum of 525 feet for the west side HDD and 325 feet for the east side HDD. The minimum radius is controlled by the drill steel diameter and the pipe diameter. A larger radius will facilitate installation and lower pullback loads. 21-1-20442-001-RI-Rev.doc/wp/LKD 21-1-20442-001 12 am rr SHANNON WILSON,INC. wr HDD pipe installation requires two staging areas. A slurry staging area at the bottom of the slope is required for the drilling machine and a pit, and a temporary pipe assembly area is w required at the opposite end of the hole from the drilling machine. Generally, contractors prefer an area with a length equal to the total hole length with a width of approximately 12 to 15 feet to lay out and pre-assemble pipe sections for rapid installation of the completed pipe as soon as the hole is drilled. Pipe installation involves a rapid and continuous pull to reduce the risk of collapsing the hole. 7 � 5.1.2 Auger Boring Auger boring is a method of installing pipe by pipejacking from a shaft or pit using an auger to advance the hole. Auger boring is commonly known as jack and bore. The auger boring machine simultaneously jacks the casing pipe forward and rotates an auger inside the pipe. The auger excavates the hole and carries the soil back to the jacking pit where it is removed. In our opinion, auger boring could successfully be used above groundwater in the r anticipated dense to very dense sandy gravel near the top of the west slope. Surface Mounted High-density Polyethylene(HDPE) Pipe 4" EAt approximate elevation of 305 feet,the sewer pipe will transition from the auger-bored casing to surface-mounted HDPE pipe tied down with helical anchors. The anchors will stabilize the pipe and prevent it from creeping downhill. HDPE is durable and resists degradation caused by ultraviolet light. HDPE can be heat fused in the field,producing reliable and strong joints. w 5.2 Trenching Methods ' Trenching methods will be used along 154`" Place SE and across the culvert at the driveway of 1 the Stewart residence. Trenching will require temporary modular shoring meeting State of Washington safety requirements. sI 6.0 ENGINEERING CONSIDERATIONS AND RECOMMENDATIONS The steep-slope portion of the east sewer main is to be constructed using HDD. The west sewer wo main may be constructed using HDD or a combination of auger boring and surface-mounted r i pipe. Engineering recommendations for utilization of each of these methods for the project are 21-1-20442-001-RI-Rev.aoa/wp/LKD 21-1-20442-001 _} 13 r. SHANNON&WILSON,INC. presented below. Because of the complexity of the HDD construction method, most of our recommendations pertain to this method. 6.1 Horizontal Directional Drilling (HDD) 6.1.1 Soil Behavior Along Bore Path As discussed in Section 3, the slopes along the proposed alignments are underlain by w' fine-grained soils in the lower half of the slope (up to an elevation of about 290 feet) and more r granular soils in the upper half. The fine-grained soils largely consist of sandy silt to silty, fne sand with some clayey silt and silty clay; the granular soils consist of sandy gravel, gravelly sand, sand, and gravel. Cobbles (3 to 12 inches in diameter) and boulders (greater than 12 inches in diameter) are likely present in the recessional outwash and till-like deposits, which would be obstacles for the installation of pipe by the HDD method. The drillhead will not be capable of drilling through boulders, and the presence of cobbles will hinder the reaming operation. If a boulder is encountered, the drill path would need to be modified. The drill steel would be retracted for about 15 feet and steered deeper to avoid the boulder. Because of the potential of .r encountering boulders and modifying the drill path, there needs to be flexibility in the location of the HDD exit point. i In general, HDD is most successful in soft or silty and clayey soils and even rock, all of which form relatively stable boreholes. In non-cohesive soils, such as sand and gravel with rr` cobbles and boulders, HDD installations have experienced serious problems because of caving holes and jammed and lost drill bits and rods. HDD holes in coarse granular deposits usually require additional time and preparation procedures, such as pulling hole compactors through the completed bore. In granular soils, the drilling fluid helps stabilize the circumference of the hole and prevent collapse by forming a"cake"of mud-impregnated soil (mud cake or filter cake) { around the periphery of the drilled hole. The drilling fluid generally establishes a more capable ;A„ mud cake in silt and sand. Gravel layers may be too coarse to rapidly establish a stabilizing cake, particularly where groundwater is flowing into the drill hole. Sidehill HDD bores are typically drilled uphill, where possible, to reduce the chance of hydraulically fracturing the soil at the toe of the slope, which could result in a spill. Mud cakes can be developed by using hole compactors as the bore fluid runs by gravity out of the hole as fast as it is injected. The highest risk for these types of bores is the chance that the bore will drill 21-1-20442-001-RI-Rev.doc/wp/LKD 21-1-20442-001 "MW 14 IWO w SHANNON&WILSON,INC. .r up into perched water in a granular deposit. The sudden release of perched groundwater into the bore can destabilize the surrounding ground and result in soil flowing into the bore annulus rapidly enough that the drill steel becomes locked. This problem can result in loss of both the bore and the drill tools. Although a final bore diameter of 18 inches is well within the capabilities of current drilling techniques, the lack of a stable mud cake in gravelly ground will likely promote caving and collapse of the hole. Collapse of gravelly soils during pulling of the pipe into the hole,behind the reaming tool, could result in locking of the casing in the hole. Although, an HDD installation for the project may experience difficulties, the problematic soils are located near the top of the slope. After the pilot hole is drilled and reamed, 40 an approximately 20-foot-long casing pipe may be installed from the top of the hole to prevent caving of the recessional outwash. If a boulder is found within 15 feet of the ground surface,it *4 could be removed by excavating with a backhoe and backfilling the excavation with select material. Selection of an experienced HDD contractor who has worked in the Seattle area is to important for this installation. Ground conditions are likely to be somewhat unfavorable for HDD in the upper one-third to one-half of the hillsides because of the potential presence of cobbles and boulders. Their presence could cause difficulties and add to construction costs. However, King County's Fairwood Interceptor project, which incorporated HDD installation, was recently completed on the opposite side of the Cedar River valley. The HDD installation was successfully completed through soils that we anticipate are similar to those underlying the east and west alignments, even though the diameter of the installed pipe was more than twice as great as that proposed for this project, and the length of the HDD drill path for that project was about 6,000 feet long, ` which approaches the current limits of the technology. e i { 6.1.2 Pipe Friction During Pull-back Friction along the pipe is difficult to estimate, especially when drilling from the toe of the 46 i slope while the annulus outside the pipe is not completely full of slurry. Total force needed to pull the pipe is largely dependent on the Contractor's installation technique including hole reaming and preparation. Typically,the Contractor estimates friction based on experience. Factors affecting the frictional force include relative movement between the pipe and bore wall, consistency of pipe movement during the pulling operation, area of soil contact, soil contact 4 21-1-20442-001-RI-Rev.dodwp/LKD 21-1-20442-001 . , 15 SHANNON&WILSON.INC. pressure of the bore wall on the pipe, pipe buoyancy, capstan effects from micro and macro curvature of the bore, soil properties, and frictional force on the ground surface or on the rollers w developed while pulling the pipe to its entry pit. Preliminary calculations utilizing Drillpath software (Maurer Technology, 2001) for the east side HDD indicate that pull-back loads will be less than 10,000 pounds. The Contractor should provide an estimate of the total amount of force anticipated to pull the product pipe through the directional bore. The typical pull-back capacity required is at least twice the weight of the product pipe or the drill steel, whichever is higher. Calculations or their w�f experience should support the estimate and address the potential for buckling of the pipe. Experience should be supported by case histories including measured loads for a similar project. We also recommend that the contract be developed such that the Contractor is required to verify ' that the pipe is acceptable prior to payment by checking the final installed diameter. Pull-back forces should be measured by the Contractor, recorded, and transmitted to the project engineer for evaluation during construction. 6.1.3 Hydraulic Fracturing Owl Hydraulic fracturing occurs when slurry pressure in excess of the total stress in the ground is applied to the walls of the bore. Fracturing the soil can release slurry into the environment surrounding the bore through cracks in the ground. Cracks extending to the ground i *r' surface may result in a release of slurry to the ground surface(inadvertent drilling fluid release). Hydraulic fracturing near the base of the steep slopes could release slurry into the stream or ditches, causing unwanted environmental effects during construction. Inadvertent drilling fluid release should be expected to occur at the end points of the bores unless positive containment is provided, such as a casing. Contractors often excavate a pit downhill or in the vicinity of the entry and exit points to collect the slurry from localized fracturing at the ends of the bore. For this project, we recommend that the Contractor install casing at the entry of the west bore to contain slurry and prevent collapse of the bore. The casing should extend through the layer of recessional outwash. East of 154`h Place SE, this layer of sandy gravel seemed likely to have fewer cobbles and boulders, as inferred from drilling action and soils observed in the scarp of a recent nearby landslide; therefore, we do not anticipate the °wr need for a casing on the east side HDD. row 21-1-20442-001-R1-Rev.doc/wp/LKD 21-1-20442-001 "� 16 SHANNON 6WILSON,INC. Hydraulic fracturing is a concern mainly near the bore entry and exit points. However, hydraulic fracturing may occur at any location along a bore path if(a)the slurry return path is �lr blocked by squeezing or collapsed ground, as typical slurry pumps have very high pressure capabilities, or(b) the dynamic head within the bore becomes excessive due to hydraulic properties of the slurry under borehole conditions. These two conditions are difficult to design for,but may be monitored to reduce the chance of inducing a fracture and to control the amount a of slurry lost through a fracture should it occur. For HDD installations proposed for this project, so hydraulic fracturing and inadvertent slurry release is most likely to occur near the base of the steep slope during the drilling of the west alignment because of the slurry pressures likely to rr develop from drilling downhill. A release of slurry to the ground surface at this location could flow to the stream adjacent to 1541h Place SE. r Inadvertent drilling fluid release should be anticipated even with the best of designs and experience. We recommend that the Contractor provide a contingency action plan for remediation should an event occur. The plan should include methods for identifying when an event has occurred, when and who needs to be notified, and what will be the immediate action by the Contractor to control the event. Long-term cleanup, if necessary, will depend on the nature of the event and can be decided at a later time based on site-specific conditions. err 6.2 Auger Boring " To perform the auger boring, a jacking pit would need to be constructed in the cul-de-sac to a depth of at least 10 feet. For the 12- to 15-inch-diameter sewer pipe, we recommend that the casing pipe be 24 inches in diameter. This will allow for cobbles up to about 10 inches in diameter to be excavated with the auger. As currently proposed, the auger boring would exit the jslope just above the abandoned dozer road at an approximate elevation of about 305 feet. For this alignment, we estimate that the auger boring would have a length of about 460 feet and would have a downward inclination of 6 degrees from the jacking pit at the cul-de-sac. i Auger boring in a downward inclination should only be performed above the water table because the auger will not be able to withdraw wet, gravelly sand. Groundwater was not observed in the recessional outwash in borings B-1 and B-2; however, small amounts of water could be perched locally within or at the base of the recessional outwash, at least seasonally. Based on the borings and on observations of the cut slope of the dozer road and of vegetation on the slope,we expect 21-1-20442-001-R1-Rev.doc/wp/[.KD 21-1-20442-001 17 wr SHANNE3N,&WILSON.INC. that the proposed exit point of the auger boring is located above the top of any significant groundwater. This is a relatively long drive(460 feet) for an auger bore. The Contractor may want to install a larger casing pipe to match his equipment capabilities. A steerable head should be installed at the beginning of the pipe and the pipe needs to be monitored with a liquid level system or a laser system that is used periodically while the auger is retrieved. i 6.3 Surface-mounted High-density Polyethylene (HDPE) Pipe Based on the results of the subsurface explorations.and our engineering analyses, we developed geotechnical recommendations to assist in the design and construction of the portion of the sewer pipeline that may be installed at grade on the steep slope, with the exception of top and bottom of slope. The portion of the pipeline at the bottom of the slope transitions to below grade and will Mi be installed by trenching. Based on our slope stability analysis, it is our opinion that the slope could support the proposed sewer pipeline and remain stable. It is our opinion that a surface-mounted HDPE pipe would be appropriate for descending the west slope. The pipe should be installed with an anchor system at the top of the surface-mounted pipe to prevent the line from being pulled part by soil creep or other gravitational effects. The pipe could be supported with helical or Manta Ray anchors. Figure 6 (2 sheets) illustrates an example of a suitable anchoring system. If anchored in this manner, the pipe can withstand shallow landsliding that could occur beneath the pipe. To accommodate thermal expansion, the pipe could be placed so that there are slights bends to either side of the axis of the pipe as it descends the slope. If the pipe is snaked in this fashion, the pipe should be staked at locations of bends to restrain the pipeline against lateral loads. These anchors could be straight, nail-type anchors. The joints of the pipe should also be durable and able to carry axial loads and accommodate flexural deformation of the pipe. Welded or through-bolted, flanged joints are examples of suitable joints. Surface preparation for support of the at-grade portion of the pipe requires only removal of vegetation, debris, and any hard, sharp objects. The pipe should be graded to prevent sediment accumulation in the pipe that could eventually block or reduce its capacity. we 21-1-20442-001-RI-Rev.doc/wp/= 21-1-20442-001 18 rrr SHANNON WILSON,INC. 6.4 Trenching We anticipate that the fill and near-surface native soils observed in subsurface explorations can be excavated using conventional excavating equipment such as rubber-tired backhoes or tracked hydraulic excavators. Excavation in such soils should not require unusual equipment or procedures. Cobbles, and possibly boulders, are likely to be encountered, and considerable seepage into the trench at the bottom of the slope may occur. The Contractor should anticipate their presence. Unshored temporary excavation slopes may be used where planned excavation limits will not undermine existing structures or extend beyond construction limits. The sides of the excavation should be sloped back as needed to provide a safe, stable slope. Our recommendations for trenching alternatives are shown in Figure 7. Consistent with conventional construction practice, temporary excavation slopes should be made the responsibility of the Contractor, since the s Contractor is able to observe the nature and conditions of the subsurface materials encountered, including groundwater, and has the responsibility for methods, sequence, and schedule of construction. For planning purposes, and for excavations less than about 10 feet deep, we ' recommend temporary excavation slopes in the near-surface loose soils be no steeper than 1.5 Horizontal to 1 Vertical (1.5H:1 V) and those in underlying dense to very dense soils be no steeper than 1 H:1 V. Where less competent soils or seepage zones are encountered, such as at the base of the west slope, flatter slopes may be required. Temporary shoring may be required for the trench excavation to protect existing utilities and t structures and/or provide a work environment that complies with applicable safety regulations. i If instability is detected, slopes should be flattened or shored. For temporary shored excavations, construction practice in the Seattle area generally includes trench boxes, interlocking steel sheet , piles, a combination of soldier piles and horizontal lagging, and/or steel plates and internal bracing walers, although other methods of trench support are possible. For relatively shallow k excavations(e.g., less than about 10 feet), a trench box is likely the most economical shoring system;however, it should be understood that a"standard" trench box does not usually provide adequate support of the trench excavation slope,but instead only provides safety for workers in the trench. Because the trench box typically is placed after excavation, a significant amount of soil deformation commonly takes place alongside the excavation limits. Ground movements can +wr be severe, especially in the presence of groundwater and in near-surface or loose soils. The 21-1-20442-001-RI-Rev.dodwp/LKD 21-1-20442-001 19 ' .r. SHANNON&WILSON,INC. Contractor should be held responsible for all damages related to ground movements. Regardless of the construction method used, all excavation work should be accomplished in compliance with applicable local, state, and federal safety regulations. 4M 6.4.1 Surface Water and Groundwater Control Temporary dewatering may be required for excavations made at the bottom of the slope. *r ' Based on the conditions we observed at the ground surface and in the explorations, it is our ? opinion that groundwater inflows into trenches and excavations are likely but could be kept dry using sumps. If excessive and continual seepage is encountered during construction, a temporary interceptor trench located upslope from the trench excavation could be effective. All surface water should be diverted away from open excavations. 6.4.2 Pipe Bedding and Initial Backfdl Normal pipe bedding procedures should generally prove satisfactory along the proposed sewer alignment. For conventional pipe installation, i.e.,pipe that is not pile-supported, ' disturbance of subgrade soils at the bottom of the trench excavation because of construction equipment and activities will affect support of the proposed pipe. It is anticipated that much of the soil exposed at the bottom of the excavations will be moisture-sensitive and easily disturbed. The Contractor should take all necessary steps to protect the subgrade from becoming disturbed. The recommended typical pipe trench section for bedding and backfilling conventional pipelines in the dry is shown in Figure 7. Based on the soils encountered in the borings, the •. native soils are moisture-sensitive and may become unstable in wet conditions. If these soils r become unstable during excavation, they should be overexcavated and replaced with the recommended pipe bedding material. Bedding material for flexible pipe(HDPE) should be clean, granular materials meeting the gradation requirements specified in Section 9-03.12(3) of the 2004 Washington State Department of Transportation(WSDOT) Standard Specifications or equivalent. Bedding should be at least 4 inches thick below the invert of the pipe and extend up the haunches of the pipe to the 120 degree arc line of the pipe(a height above the invert equal to wo 0.25 times the outside diameter). Initial backfill material should meet the gradation requirements for granular bedding material. The bedding and initial backfill materials should be placed in • loose lifts of 4 to 6 inches and carefully worked under and around the pipe by means of shoveling, vibration, trench tamping equipment, or other approved procedures. The bedding and 21-1-20442-001-Rl-Rev.d0c/wp/LKD 21-1-20442-001 ' 20 vir SHANNON 6WILSON,INC. initial backfill should be compacted to at least 92 percent of its maximum dry density(as determined by the American Society for Testing and Materials [ASTM] test designation: D 1557). Heavy mechanical compaction equipment should not be used over the pipe until the bedding material and initial backfill are at least 1 foot above the crown of the pipe. 6.4.3 Subsequent Backfill and Compaction i All subsequent trench backfill where settlements are to be minimized should be structural to t 1 fill. In general, we anticipate that most of the on-site soils to be excavated should be suitable for reuse as structural fill during dry weather,provided it is free of organics, cobbles and boulders, debris, rubbish, and other deleterious material. Either selectively stockpiled, carefully segregated, on-site fill materials or imported structural fill may be used. During wet weather, the 00 native sandy gravel/gravelly sand soils could be used as backfill, provided the fines (soil particles finer than the No. 200 sieve) do not exceed 5 percent,based on the minus 3/-inch fraction of the soil. Where wet, the soils would probably not be suitable for reuse at any time of the year. If it is necessary to import structural fill, the imported material should meet the gradation requirements of Bank Run Gravel for Trench Backfill (WSDOT/American Public Works +rr Association [APWA] 9-03.10) or an approved substitution. The Wet Weather Considerations section of this report presents recommendations for materials and construction procedures for wet weather or wet conditions, no matter what time of year. as We recommend that subsequent backfill be placed and compacted in lifts with a } maximum loose thickness of 10 inches for heavy equipment compactors or 6 inches for hand- operated mechanical compactors. Trench backfill should be compacted to a dense and � f unyielding condition, and to at least 90 percent of the maximum dry density as determined by ASTM Designation: D 1557 (Modified Proctor) in nonstructural areas where post-construction settlements are tolerable. Backfill in areas underlying paved surfaces where settlements are not desirable should be compacted to at least 95 percent. 10 6.5 Wet Weather Conditions Wet weather enerall begins about mid-October and continues through about May, although g Y � +�r rainy periods may occur at any time of year. Some of the soil at the site contains sufficient silts 21-1-20442-001-R1-Rev.doc/wp/LKD 21-1-20442-001 21 SHANNON&WILSON,INC. and fines to produce an unstable mixture when wet. Such soils are susceptible to changes in water content, and they tend to become unstable and difficult or impossible to compact if their moisture content significantly exceeds the optimum. If earthwork at the site continues into the wet season, or if wet conditions are encountered, we recommend the following: ► The ground surface in and surrounding the construction area should be sloped as much as .. possible to promote runoff of precipitation away from work areas and to prevent ponding of water. ► Work areas or slopes should be covered with plastic. The use of sloping, ditching, +r. sumps, dewatering, and other measures should be employed as necessary to permit proper completion of the work. ► Earthwork should be accomplished in small sections to minimize exposure to wet conditions. That is, each section should be small enough so that the removal of unsuitable soils and placement and compaction of clean structural fill can be accomplished on the same day. The size of construction equipment may have to be limited to prevent soil disturbance. It may be necessary to excavate soils with a backhoe, or equivalent, located so that equipment does not traffic over the excavated area. Thus, subgrade disturbance caused by equipment traffic will be minimized. ► Fill material should consist of clean, well-graded sand and gravel soil, of which not more than 5 percent fines, by dry weight, passes the No. 200 mesh sieve, based on wet-sieving the fraction passing the 3/-inch mesh sieve. The gravel content should range from between 20 to 60 percent retained on a No. 4 mesh sieve. The fines should be nonplastic. ► No soil should be left uncompacted and exposed to moisture. A smooth-drum vibratory roller, or equivalent, should roll the surface to seal out as much water as possible. ► In-place soils or fill soils that become wet and unstable and/or too wet to suitably +«+ compact should be removed and replaced with clean, granular soil. ► Grading and earthwork should not be accomplished during periods of heavy, continuous rainfall. 6.6 Erosion Control The Contractor should employ proper erosion control measures during construction, especially if construction takes place during wet weather. Covering work areas, soil stockpiles, or slopes with •• plastic; sloping; ditching; sumps; and other measures should be employed as necessary to permit proper completion of the work. Bales of straw and/or geotextile silt fences should be appropriately located to control soil movement and erosion. 21-1-20442-001-Rl-Rev.doc/wp/LKD 21-1-20442-001 rw 22 wr SHANNON WILSON,INC. We recommend that areas disturbed by construction activities should be hydroseeded and then covered with an erosion-control blanket. An erosion-control blanket is recommended to (a)protect the bare soil face against erosion until vegetation is established; (b)reduce runoff velocity for increased water absorption by the soil, thus promoting long-term survival of the as vegetation cover; and(c) reinforce the root system of the vegetative cover. We recommend using a permanent erosion-control, turf-reinforcement mat consisting of UV-stabilized synthetic ' fibers and filaments processed into a permanent,high strength,three-dimensional matrix. The placement of the erosion-control blanket should begin at the top of the slope(slope having a bare soil face)by anchoring the blanket in a 12-inch-deep by 12-inch-wide trench. The trench should be backfilled and compacted after stapling the blanket to the slope face. The blanket should then be rolled down the slope. We recommend that the staples have a minimum length of 12 inches. Stapling the adjacent rolls of the blanket should be done in accordance with the manufacturer's recommendations. Periodic maintenance of the erosion control blanket should be so anticipated until vegetation is well established. 7.0 CONSTRUCTION CONSIDERATIONS Construction considerations for HDD installations and a more detailed description of the HDD installation procedure follows. The HDD method involves drilling a pilot hole along a designed path from entry to exit point. The pilot hole is typically less than 1 foot in diameter and follows the design centerline of the proposed pipeline, within a specified horizontal and vertical tolerance. The pilot hole is drilled using an HDD drill rig that pushes the directional drill bit and drill rods into the ground. Drilling is advanced by either jetting a hole using high-pressure drill j fluid or by drilling the hole with a mud motor using high-pressure drill fluid. Steering is accomplished by aiming the jets at one quadrant of the bore to cut a hole in a specific direction or by aiming the mud motor drill bit toward the desired path. Mud motors have a bend in the housing that permits the drill bit to be directed at a pre-specified angle from the drill rod ' r centerline path. The drill rods are then pushed into the hole, and the rods follow the desired direction of the drill bit. Bentonite and/or polymer drilling mud(slurry)is pumped down the center of the drill rods. The } slurry acts (a) as a coolant, (b) as a fluid counteracting pressure that helps maintain an open hole, and(c) as a carrying fluid to wash soil cuttings back to the surface. The slurry returns along the ar 21-1-20442-001-R1-Rev.dm/wp/= 21-1-20442-001 23 ' w■ SHANNON 6WILSON.INC. drilled path outside of the drill rods to the ground surface. A slurry separation plant at the surface filters out the soil cuttings and recirculates the bentonite slurry back through the drill rods. The position of the pilot hole is measured by a directional monitoring device (sonde) located behind the drill bit that registers angle, rotation, and direction(azimuth). Measurements are typically obtained at 15- or 30-foot intervals, which correspond to one-half or the full length of a standard drill rod. Several systems are available to transmit and detect this data, including walkover, wireline, and electromagnetic systems. These guidance systems typically allow for immediate feedback of the drill position so that steering adjustments can be made. A more accurate system is the wireline inductance system, which requires the placement of an induction coil wire on the ground surface above the bore path. A construction easement along the bore path is needed to allow for temporary placement of these electromagnetic guidance wires on the ground surface during drilling of the pilot bore. These wires also need to be accurately located by surveying. Upon reaching the exit point, the drill bit is removed and a reaming tool is attached to the drill string to enlarge the hole. The drill rig rotates and pulls the reamer back into the bore to increase the borehole size while the slurry circulation system is used to remove the soil cuttings. The reamer typically increases the diameter by 1 foot during each reaming pass, at the discretion of the Contractor. Tail rods are attached to the drill string and follow the reamer into the bore. Upon reaching the original entry point, a larger reaming tool is attached to the tail rods, and a second reaming pass is made. This cycle is repeated until the bore reaches the design size. In order to reduce skin friction during pull-back of the product pipe, the design size is typically 1.5 times the product pipe diameter. The Contractor chooses a final bore diameter that provides the best likelihood for successfully installing the product pipe, weighing the lower friction of the larger-diameter bore against the increased risks associated with constructing, and maintaining a •. larger-diameter open bore. Wo The product pipe is typically pulled back into the bore from the exit point once the bore reaches the design size. This typical procedure is proposed for the east alignment. At the west alignment, the product pipe will be pushed into the bore from the entry point at the cul-de-sac. Prior to placement, the entire length of the product pipe is typically assembled as a single string. It is desirable to have a fully-assembled, continuous string of product pipe to minimize static low 21-1-20442-001-RI-Rev.aoc/wp/LKD 21-1-20442-001 `4w 24 SHANNON WILSON.INC. friction forces that develop during pauses while pulling. Where space is restricted, segments can be fused or welded together during the pulling process; however, the fusion process and the resultant pause in the pull-back operation increase risk and add cost to the project. The ideal staging area requires a long continuous area in line with the bore path and equal to the final length of the product pipe plus about 100 feet to work around the ends of the pipe. The curvature of this staging area off the pilot bore direction cannot exceed the allowable bend radius of the product pipe. Note that extremely high forces may be required to bend and hold the pipe at its +rwr f t minimum allowable radius. t f Once the bore has been prepared and a hole opener has successfully been pulled through the bore to verify that the hole is open and stable, the product pipe is attached to a pulling assembly at the pilot bore exit point or at the entry point. It is desirable to pull or push the product pipe in one continuous operation to minimize friction in the borehole and reduce the risk of getting the pipe stuck during the process. The slurry in the bore not only continues to maintain an open hole,but also acts to lubricate the product pipe during pull-back. The Contractor must also monitor the integrity of the product pipe by maintaining a safe pull-back force to prevent tensile failure. For this project, the Contractor must maintain the product pipe full of water to prevent its collapse. } To control the pipe radius during pull-back,the Contractor typically uses side booms or cranes and rollers to support the pipe in a smooth, continuous entry arc. Buoyancy of the produce pipe ` must also be considered during pull-back, which is typically counteracted by filling the pipe with water. We recommend that the following information be developed and included in the construction plans and specifications. i I 7.1.1 Staging Areas The maximum permissible area for Contractor operations should be delineated as a staging area on the project drawings. Staging areas at both ends of the bore need to be sufficient for equipment and materials storage, drill staging, and pipe receiving and assembly. They must also be truck-accessible. At the bore entry point, a drill staging area should be a minimum of 30 feet wide by 60 feet long and have a minimum of 25 feet clear, in-line distance with the bore path from the entry point for positioning the drill rig. For the east HDD, there seems to be sufficient staging area on the west side of 154th Place SE with minor grading. 21-1-20442-001-R1-Rev.aoc/wp/ cn 21-1-20442-001 25 ' .w. SHANNON 6VVILSON,INC. aw 11 1 For the east alignment, where the product pipe is to be pulled back into the bore, the exit VW staging area also should be equal to the length of the product pipe and sufficiently wide (20 feet minimum) to allow equipment movement along the pipe during assembly. For the west alignment, a pull-back area is not needed but sufficient room needs to exist to make a connection to the trench portion of the alignment. 7.1.2 Fixed Entry and Exit Points Because the HDD pipeline must interface with the trench portions of the pipeline at specific manhole locations, the specified locations of the HDD at the manholes should be achieved by the Contractor within a 2-foot radius of the specified points, and within±1 foot of the design entry elevations. Although tighter targets are possible, such specification would likely increase the project cost. We recommend that construction be sequenced such that the QW trenching follows the HDD bores, to allow for a more economical adjustment of the connections should the bore location deviate from the design location. 7.1.3 Corridor Width We recommend acquiring a temporary easement width along the design bore path during "+ construction of±15 feet, minimum, centered on the design bore path to allow for placement of guidance wires or tracking receiver at the ground surface. This easement needs to allow sufficient foot access for construction personnel above the bore path for guidance tracking, surveying, and for the observation and clean-up of any inadvertent drilling fluid returns that might occur during drilling. 7.1.4 Corridor Depth The minimum depth of cover over the HDD pipeline is dictated by hydraulic fracturing considerations. The maximum depth of embedment for a water-filled HDPE pipe is approximately 80 feet (to be verified by pipe manufacturer) to prevent long-term buckling failure. For a pipe constructed in this range of depths, the pipe cannot be allowed to become 1W empty of water during installation or operation nor can it be subjected to a reduction in pressure below static heads such as can be developed by pump suction during pump startup, or the pipe a , runs the risk of collapse by buckling. Bore depths may be limited by project hydraulic 21-1-20442-001-R1-Rev.doc/wp/LKD 21-1-20442-001 26 w SHANNON WILSON,INC. considerations. The project hydraulic engineer should set minimum gradelines or elevations for the pipeline, if necessary. war 7.1.5 Tolerances +r Vertical and horizontal tolerances for the product pipe are recommended to be within ±3 feet of the Contractor's design line and grade. The Contractor should be required to provide a ' submittal of his design,based on the above recommendations and project specifications. There should be no bends in the installation that cause stress in the pipe beyond the 09 maximum allowable pipe stress recommended by the pipe manufacturer. A general rule of thumb for HDPE pipe is a minimum 50 feet of radius per 1 foot of pipe outside diameter. The No planned drill paths have larger radii that exceed this requirement. f We recommend that the project hydraulic engineer assess these tolerances for compliance with the project design parameters and add maximum allowable grade deviation tolerances, if necessary. z 7.1.6 Tracking System We recommend that the tracking and guidance system be capable of working within the tolerances described above. Furthermore, we recommend that a Contractor submittal describes their proposed tracking and guidance system, along with an estimate as to the accuracy of installing the pipeline based on using the selected tracking system. The minimum acceptable tracking system accuracy should be±2 percent of the depth to the sonde. We recommend that a to wireline inductance system, such as the Tru-Tracker system by Honeywell, or equivalent,be utilized for guidance on this project. This system has a horizontal and vertical accuracy of 9 approximately 1.5 percent of the depth to the sonde. Surface receivers are acceptable if their range is within the anticipated drillhole depth(80 feet). i as 7.1.7 Disposal of Spoils We recommend that the Contractor be responsible for the removal, disposal, and 46 associated costs of all drilling-related spoils(drilling mud, excavated soil, and slurry-stabilizing additives) from the site. Such spoils tend to be more fluid than in situ soil and, therefore, are difficult to haul by truck. Additionally, such spoils do not dry very quickly, sometimes taking 21-1-20442-001-RI-Rev.doc/wp/LKD 21-1-20442-001 27 40 SHANNON&WILSON,INC. years, which can make spoil disposal difficult or expensive. If possible, the owner may consider providing a disposal site, which could offer the project a significant cost savings. 7.1.8 Pipe Characteristics The use of HDPE pipe is proposed, which is inert to soil and water corrosion and allows for greater curvature in a directional bore. The failure mechanism for HDPE pipe is most commonly by buckling. Buckling capacity is a function of external pressure magnitude and configuration, tensile stress in the pipe, HDPE temperature, and internal pressure. The two critical conditions for design are long-term stability and short-term stability. Long-term stability is controlled by the long-term HDPE modulus and the differential stress between the external soil and groundwater loads and the internal minimum water pressure. Assessment of the long-term pipe stability is the responsibility of the pipe manufacturer. The critical short-term stability period occurs during pull-back when there is maximum tensile stress in the pipe. The Contractor controls this condition, and it is typically the Contractor's responsibility to maintain stability during short-term loading. i Preliminary estimates of installation tensile stresses and internal and external stresses indicate that DR-13.5 HDPE pipe(Plexco PE 3408) has a factor of safety of 2 for installation. The designer in coordination with the HDPE pipe manufacturer should make the final selection of HDPE wall thickness. As short-term instability results in relatively quick collapse of the pipe, the Contractor should be required to verify the integrity of the pipe both by calculations and by pulling a .r+ dimensioned pig(i.e., tapered plug) though the pipe after completion. The pipe manufacturer z i should develop the pig dimensions, which should be provided to the Contractor for its purchase or fabrication. The maximum tensile stress on the pipe occurs during pull-back, which is a function of construction methods and soil conditions, and is the Contractor's responsibility. Pipe stress will be reduced by filling the pipe with water during installation. The Contractor's calculations indicating maximum permissible pull-back force and equipment capacity should be submitted to the pipe manufacturer for review and approval. y� 21-1-20442-001-R1-Rev.doc/wp/LKD 21-1-20442-001 '� 28 SHANNON&WILSON.INC. .r 7.1.9 Connections Because of the length of the bores and available pipe lengths, the product pipe will require fusion welding of pipe sections. We recommend that all connections be designed to take the full tensile and bending capacity of the pipe section and that all connections be tested to verify the design requirements as part of the final acceptance of the pipe. This is typically done l by subjecting the installed pipe to hydrostatic testing before and after installation. The designer needs to develop a hydrostatic testing program for pipe acceptance. We recommend that the R ! testing program design include review by the manufacturer of the pipe. The HDPE pipes will be installed from the ground surface and going through the locations of the manholes. Therefore, the HDPE pipe needs to be connected to the manhole walls, and the rest of the HDPE between the manhole and the ground surface can be removed or abandoned in place. The void left by the abandoned pipe or drill hole needs to be backfilled with a sanded grout. 7.1.10 Obstructions r Cobbles or boulders are likely present along the east and west alignments. In addition, there could be lenses of relatively clean sand in the alluvium (Ha)that may flow into the bore, causing the drill pipe to get stuck. Fill is expected to be encountered at the start of the east bore at the ground surface. The fill may include manmade debris requiring excavation to remove. so 7.1.11 Buried Utilities i The bore paths cross or underlie one or more streets, which contain utilities that may or may not be shown on the project drawings. The utilities were probably installed by conventional trenching methods at depths between 5 and 10 feet. Trenching often weakens the ground in the area adjacent to and above the trenches. Ground loss resulting in settlements during the drilling and reaming process, as well as slurry penetration due to hydraulic fracturing can damage the 40 utilities. We recommend that all utilities be accurately located and their condition assessed prior to construction. Further, we recommend that the HDD bore path be located at least 5 feet below all utilities. The clearance may be reduced on a case-by-case basis(depending on the slurry pressure used to drill the bore),but the risk of damage increases with decreasing clearance. In no case should a bore intersect a utility trench fill. i 21-1-20442-001-R1-Rev.doc/wp/LKD 21-1-20442-001 29 SHANNON&WILSON,INC. aw Even if these recommendations are followed, there is still some risk that the drilling and reaming operations could cause settlement of the ground around the utilities or streets because of ground loss. Damage to utilities could also be caused by penetration of slurry into trench fill or into utilities such as sewers. Slurry could also plug drainage systems. The specifications should state allowable ground settlements for the streets, utilities, and any other sensitive facilities. ' I j 7.1.12 Settlements 7 In our opinion, ground loss within the bore may be difficult to measure, but will eventually lead to settlement above the area of ground loss. Studies of tunneling indicate that the amount of settlement and the width of the affected area along the bore path are dependent on the volume of ground loss, the size and depth of the bore, and the properties of the soil. Depending on the soil being bored as well as the amount of ground loss into the bore, .w' settlement may occur relatively slowly compared to the duration of the project, and measurable settlements may not occur for weeks or months after a bore has been completed. Settlement- sensitive structures such as houses should be identified and settlement tolerances determined. These settlement tolerances should be large enough to be practical to measure, and acceptable limits need to be reasonable to discourage inflated bids. Alternatively, structures could be underpinned to an elevation below the bore or an acceptable remediation plan such as compaction grouting could be developed. Areas of potential settlements should be monitored for a period of one year following construction, and the Contractor should be required to repair any damages that result from exceeding the settlement tolerances during this period. We recommend ow doing a pre- and post-construction survey of identified sensitive structures. The survey should , , consist of at least a video and photographic record of the structures and observations by an iew experienced structural engineer. ' 7.1.13 Contractor Qualifications t A successful installation of the pipeline, so that it functions as designed, is within tolerance at the required depths and locations, and is constructed on time and within the budget, is attributable in a large part to the experience of the contractor and their field personnel. Therefore, we recommend that the Contractor selection be a two-step process involving .M► prequalification and project bidding. We recommend that only prequalified contractors be invited to submit bids. As such, there should be a defensible, systematic, and quantifiable 21-1-20442-001-RI-Rev.doc/wp/LKD 21-1-20442-001 30 SHANNON 6WILSON,INC. approach to rating and ranking the submittals to establish prequalification. We have developed prequalification methods that have worked well for other projects and could provide an example should the Owner decide that this approach is desirable. 7.1.14 Construction Submittal so In accordance with standard HDD construction practice, it is recommended that the Contractor be responsible for preparing a detailed bore plan. At a minimum,this bore plan should consist of construction procedures, operational sequence, recommended final bore path and size, and the drilling method, in accordance with the final design requirements provided in the specifications and/or on the plans. 8.0 DOCUMENT REVIEW AND CONSTRUCTION OBSERVATIONS We recommend that we be retained to review those portions of the plans and specifications that to pertain to construction of the HDD sewer pipe, auger boring, surface anchored sewer pipe, and trenching to determine if they are consistent with our recommendations. In addition, we wo recommend that Shannon &Wilson be retained to observe construction of these portions of the project and any other field observations pertaining to our geotechnical recommendations and discussions presented in this report. SHANNON & WILSON, I/ . Wa^ J. C ��a� qua �4�oF wASy�c� +rr i i a y '` 2 C� illll n ' ring log! '�. / t i •� �' � 26086 �� .�• � �Gf 4� '' 36 d e NAL�N Theodor W. Ho kins EXPIRES 10/5 7 Theodor W. Hopkins, L.E.G. Roberto J. Guardia, P.E. Associate Senior Associate TWH:RJG:/twh 21-1-20442-001-RI-Rev.doc/wp/LKD 21-1-20442-001 31 ' ' r SHANNON 8WILSON,INC. wo 9.0 REFERENCES American Society for Testing and Materials (ASTM), 2004,Annual book of standards, aw Construction, v. 4.08, Soil and rock (I): D 420—D 5779: West Conshohocken, Pa. GEO-SLOPE International, Ltd., 2005, User's guide for SLOPE/W: Calgary,Alberta, Canada. 11r j Makdisi, F.I., and Seed, H.B., 1978, Simplified procedure for estimating dam and embankment earthquake-induced deformations: Journal of Geotechnical Engineering, v. 104, no. GT7, p. 849-867. Maurer Technology, 2001, Drill Path Planning and Pipe Design Model, Version 2,A computer program for HDD pipe calculations. i Washington State Department of Transportation (WSDOT) and American Public Works Association(APWA), 2004, Standard specifications for road, bridge, and municipal construction (M41-10): Washington State Department of Transportation and American Public Works Association. ur' wr aw Aw ow 'err 21-1-20442-001-R 1-Rev.doc/wp/LKD 21-1-20442-001 32 Washington Renton Project Location JECT ATION 11 ON 26 M Lail, . � Ala �'� ' q" ► �� �— _ • �J �� IMM Golf and Central Plateau Interceptor Washington .9 0 . . _. . SHANNON&WILSON, INC. Geoteftical MW Dvironmental Consultants Ow FYa:J121 112W2-001121-1.20"2-001 Fig 2(0&.).d g pap:08-09-2006 AuDw CNT ow - omi `"� cm W m o O = m C, m = am ❑ d > > lllltl �_' n Im m m z Ul r ca ! O e a 1 m m 0 o O m g ' � up gg' ° m aw m N V O � - O T iw sw 40W fA m m A O O L mS mac° dv �a N dC,m} mm° S o m =w 3 mm 1.1 $vdi 0. m m Z O ?ay ^m' O c� m> m� Im ,ate, m.g a Cn ve o c r r m m J wi N $ n3 m _ m 1rr 0 3 d 0 y o s � � d z m � � r N Z O m � D Q CD z 3 ow y x C T y m z r - g O Z o f� F":J:\211=442-00112t-1-20442-001 Pmoles(os m),d g oeb:06.12-2006 nuthm LR Elevation in Feet r flrf ? m O 0 m N T N w v I � I I I $$g1� I I� I H AOW v z a w o m o m o °$�1 s3gs $ $y,�i ¢I .+.+ ' m >> C�3 x y r�n �ii mn� - o m m 3 m o v o s. Im .Z o 01'J I •�-= -._J y N .�. __-. .6. 2 p o m <o x ?. O Om NC n�ni N� p 5:--m < IZ< f0 2 >. N IS' fn .z O•� aQi.N 4 N >Q x 02 _ _ � y 0. ILL; N { F 1 � I5 m pn °c m �r1r I I'n 8 Z S � g pZ �pg� p < R'S rn � ; m I m r m � D r dw . 0 o mm m cn m m - 'V 0 m �- - N rn w m c 0 3 r ' ...r o n _ m 0 . U. w iD O N ....- _.. "-_.. Fm m f n Z 49W 0._ O C m V T N IN G Z W y y A J 0 O w (D G G) (;DO T m m - '---- O n fit ? m - -; --------- ---. m Z y 13) - n ?� a. N m !D N r I I '- y T No fn o m N -_._ _.__-I. m N D O O O O O p O LO G o nr Elevation in Feet irr Fie:J'211120442.001121.1-20442-001 PMfika(06-06)Aft Date:06-12-2006 AWh-LR a P t0 0 N 1sw y ? 'D o, °m n c my mm vxm m� c n oSi o5'i n3 3 y H n f v ro 3 a 0.0 4 m 3 A g m pro H z 0. s �0 ° N .-o 0 Elevation in Feet O C O O O p Z T Ow I � H—;0 grz�g v y m S p Ow a 8 rn 'z Sao 3 C� __ z$ a2 L7 1 0 U) N _ / dw pro 1D o :L .� o^3 '. 3 m x c m m H Z N O S? C (gyp lO d N y l n ? = 3 H H m 3 d o Elevation in Feet m' 0 3 m Ow §= C = m N N C O Z C) (/J m X a we T m d 1= 0m ' d m d A T n C J 4� N O_ m 11 N m Np m A N A OO 111rf Fie:J:1211120442-W1 21-1-20442.001 Profiles(06-06).tlag Date:W.08-20p6 Aulhm.C.WT - Ow 4w Elevation in Feet Fa I: m f / 9 ? Ow We < _ tit Tdm °m N mN mfn axQm m3 a foil f$ moY N a m d j c A _ m �a PD RL I In I � c • u IP m r O ry ! 1 sa Q G� 1 I IN •v � N N i u i wag EO N .Q c l gin I _ �1 c o yy 10 00 0 Y� 0 ac a c c < m m o M w a o ate' y I A. �a •� a am mm 1Cn Z SL 0 F a m e o T o �.� � 0 �m � om _a, c � m rnI s Z � m N 3 3 ° m r m i I I I I 7X ! n N inl w D Z v O n m $z m � n ON m `° T � 0 mn m liiw r 7 a N w w A o m ° o o ^ A n N Elevation in Feet o MW Galvanized Steel Anchor Post or Chance Anchor Flow 9 Transition from I Below Grade to At-Grade ar 3/8"Diameter Galvanized etrlr Steel Cables r i arr „ f 2-Piece Band Clamp Below Each Joint and Every 20 Feet 12-In. Min. Dia. r' I i Pipe Joint r Wr U O O 0 0 0 ttiti Q 1 c 0 N 9 f o Flow awr CD TYPICAL PLAN VIEW o Not to Scale WV m m 0 R N Central Plateau Interceptor N Renton, Washington N O $ TYPICAL PIPELINE N V g ANCHORING DETAILS 0 o June 2006 21-1-20442-001 m SHANNON&WILSON, INC. FIG. 6 Geotechnical and Environmental Consultants Sheet 1 of 2 arr _. . . / @0 C'4.JID ' #W -1 C CD § zQ 2 m E « C LU LLI ow / k ZA ca Z z/ Ow a o f V O §k @ d �> b 2 �� ow k Q §\ ) §! ' f @ .c «2 ` 2 :3 3$ � ! g ` § $ / \ � Z up ` O 5 ƒ / O \ W . c ° U \ � � $ 0 o am . 0 E � z - , ° $ Q 2 L) k 2 m E$ o ` } § LLj E cc _! ) c < ! ! $ § co ( O aw L � m ! .. § k @ / 2 L 0 = ca ra .2o ow ƒ E $ 2� f� ƒ�k 5a c2 2 'VIW k S �- 2� >10 0) 2 K2 § L2 E • $ c KK8 02= : § ��/ 2kk k ƒk 0ca \\ / & w C6 . _ ] � F|G. 8 E se 2o2 _ .. ar qtr Existing Ground Surface Restored Surface Subsequent I. } Backfill j f 1 II12"Min. Initial Backfill I.D. Trench Excavation Slopes Do and/or Temporary Support i ( I Systems are the J I Contractor's Responsibility ` Granular Bedding aI Q a 1200 a J (See text) 0 0 Qa0 0 0�O o i i so�– —Do--- so Excavation Subgrade r i �t Z U urr Not to Scale P � INS , t 0 o .ter U- NOTES WON N 1. Granular bedding and initial backfill material should Central Plateau Interceptor 9 meet the requirements of WSDOT Section 9-03.12(3). Renton, Washington N Gravel backfill for pipe zone bedding. W'" 2. Subsequent backfill should consist of select trench TYPICAL PIPE TRENCH SECTION i excavation material or imported granular material that EXCAVATING IN DRY meets the requirements(WSDOT/APWA 9-03-10). 'WON Bank run gravel for trench backfill. June 2006 21-1-20442-001 .. SHANNON&WILSON,INC. FIG. 7 LL Geotechnical and Enwitonmental Consonants ur SHANNON 6WILSON,INC. APPENDIX A SUBSURFACE EXPLORATIONS """ 21-1-20442-001 WA SHANNON&WILSON,INC. APPENDIX A aw SUBSURFACE EXPLORATIONS • TABLE OF CONTENTS rr` Page A.1 INTRODUCTION...........................................................................................................A-1 .■` A.2 SOIL CLASSIFICATION................................................................................... A.3 DRILLING PROCEDURES ...........................................................................................A-1 A.4 SOIL SAMPLING AND HANDLING...........................................................................A-2 A.5 TEST PITS.......................................................................................................................A-3 A.6 GROUNDWATER..........................................................................................................A-3 A.6.1 Monitoring Well Installation and Construction ................................................A-3 A.6.2 Vibrating Wire Piezometer(VWP) Installation................................................A-4 A.6.3 Well Development.............................................................................................A-4 A.6.4 Groundwater Sampling .....................................................................................A-4 A.7 REFERENCE ..................................................................................................................A-5 TABLE Table No. A-1 Summary of Borings, Wells, and Groundwater Levels 21-1-20442-001-RI-AA/wp/EET 21-1-20442-001 `�` A-i TABLE OF CONTENTS (cont.) SHANNON&WILSON.INC. 96 LIST OF FIGURES 16 Figure No. A-1 Soil Classification and Log Key(2 sheets) mi A-2 Log of Boring B-1 (4 sheets) A-3 Log of Boring B-2 A-4 Log of Boring B-3 (2 sheets) E A-5 Log of Hand Boring HB-1 A-6 Log of Hand Boring HB-2 A-7 Log of Hand Boring HB-3 A-8 Log of Hand Boring HB-4 A-9 Log of Test Pit TP-1 A-10 Log of Test Pit TP-2 i 21-1-20442-001-RI-AA/wp/EET 21-1-20442-001 A-11 � log r SHANNON 6WILSON,INC. APPENDIX A SUBSURFACE EXPLORATIONS A.1 INTRODUCTION This appendix provides descriptions of the standard field methods used by Shannon&Wilson, Inc. in performing the subsurface investigations discussed in this geotechnical report. The subsurface exploration program for the Central Plateau Interceptor project included drilling and �. sampling three soil borings, four hand borings, and two test pits. The approximate exploration locations are shown in the Site and Exploration Plan (Figure 2) in the main text of the report. ' Elevations shown in the boring and test pit logs were estimated by plotting the exploration locations on a topographic plan provided by Roth Hill Engineering Partners, LLC, and are 4W approximate. Boring B-2 was backfilled upon completion, and monitoring wells were installed in borings B-1 and B-3, with a vibrating wire piezometer(VWP) installed in B-1. Boring, well, and water level data are provided on Table A-1 of this appendix. A.2 SOIL CLASSIFICATION An experienced geologist from Shannon & Wilson, Inc. was present throughout the current subsurface exploration to observe the drilling and sampling operations, retrieve representative soil samples for subsequent laboratory testing, and to prepare descriptive field logs of the explorations. Soils were classified in general accordance with the American Society for Testing and Materials (ASTM)Designation: D 2488-93, Standard Recommended Practice for Description of Soils (Visual-Manual Procedure). The Unified Soil Classification System (USCS), as described in Figure A-1, was used to classify the soils encountered in the explorations. The boring and test pit logs in this appendix represent our interpretation of the contents of the field logs. A.3 DRILLING PROCEDURES Borings B-1 and B-3 were performed using mud rotary drilling methods. Boring B-1, in which a monitoring well and VWP were installed, was drilled to a total depth of 185.5 feet. Boring B-1 was accomplished in two parts by Holocene Drilling using a CME 850 track-mounted drill rig equipped with 2.9-inch outside-diameter(O.D.) drill rods, and a 7-inch O.D. bit. The first part of r 40 21-1-20442-001-R1-AA/wp/EET 21-1-20442-001 A-1 do SHANNON 6WILSON,INC. drilling was accomplished January 13 to 17, 2006, and was discontinued after reaching a depth of 94 feet because of heavy rains and coincident landslides, which occurred within a mile of the project area. The remaining drilling and well installation of boring B-1 were performed March 7 to 13, 2006. Boring B-3 was drilled to a depth of 118.4 feet and was performed February 21 to 23, 2006,by Holocene Drilling using a Mobile B-61 truck rig equipped with 2.9-inch O.D. drill rods, and a 7-inch-diameter bit. Boring B-2 was drilled to a depth of 31.3 feet and was performed February 23, 2006, using hollow-stem auger drilling methods by Holocene Drilling using a Mobile B-59 truck rig equipped with 5-foot-long, 4.25-inch inside-diameter(I.D.), 9-inch O.D. auger flights, 5-foot- long, 1.75-inch I.D. drill rods, and a 10-inch O.D. bit. A two-person crew from Shannon &Wilson, Inc. performed hand borings HB-1 through HB-4 using portable,hand-operated equipment. The depths of these hand borings ranged from 7.5 feet to 10.5 feet. With the exception of HB-3, the removal of downhole equipment(hand auger or split-spoon sampler) invariably led to caving of the hole, which was due to the gravelly nature of the colluvium mantling much of the hillslope. Thus, the hand borings were advanced by continuously driving the sampler into the subsurface. The hand borings were therefore used more as probes to evaluate the thickness of less dense colluvium overlying very dense soils, rather than as borings to obtain subsurface soil samples. The hand borings were terminated when it became very difficult to extract the sampler from the hole. A.4 SOIL SAMPLING AND HANDLING Soil samples from the borings were collected using the Standard Penetration Test(SPT). SPTs were performed in general accordance with ASTM Designation: D 1686, Standard Method for Penetration Testing and Split-Barrel Sampling of Soils. SPTs were performed at 5-foot intervals in all three borings, with a 2-inch O.D. split-spoon sampler for B-1 and B-3, and a 3-inch O.D. split-spoon sampler for B-2, using a 140-pound automatic hammer and a 30-inch drop. The SPT consists of driving the sampler with repeated hammer blows a distance of 18 inches into the bottom of the borehole. The number of blows required for the last 12 inches of penetration is termed the Standard Penetration Resistance(N-value). The N-value is an empirical parameter that provides a means of determining relative soil density. Relevant information, including SPT N-values and drilling action, are shown on the boring logs. Soil cuttings and drilling mud were contained in 55-gallon drums and hauled off site by the driller for disposal. 21-1-20442-001-RI-AA/"/EET 21-1-20442-001 A-2 >r ■r SHANNON 6WILSON,INC. N The relative density of soils encountered in hand borings HB-1 through HB-4 was determined using the Porter Penetration Test (PPT), which is a modification of the SPT. The PPT involves driving a 1.5-inch O.D. split-spoon sampler a distance of 18 inches into the bottom of the boring with repeated blows of a 40-pound hammer falling 18 inches. The number of blows required to r drive the sampler for each of the last two 6-inch increments are approximately equivalent to an SPT N-value. Due to caving of the hole described above, the hand borings were advanced using Aw a modified PPT, in that PPT N-values were recorded for each 6-inch increment while continuously driving the sampler. A.5 TEST PITS Test pits TP-1 and TP-2 were excavated January 6, 2006, using a rubber-tired backhoe with an ar extendable arm and toothed backhoe bucket. The test pits were excavated into the soil approximately 12 feet, near the maximum reach of the backhoe. Soil density in the test pits was estimated based on probing shallow sections of the excavation walls, and from the relative ease or difficulty of backhoe excavation. Test pit soil samples were collected either directly from the nr' backhoe bucket teeth or from spoils adjacent to the test pit immediately following excavation P from a particular depth interval. Locations of soil samples, groundwater seepage, and other subsurface features are depicted on the test pit logs in this appendix. Upon completion of sampling and logging, the Contractor backfilled the test pit excavations with spoils and tamped the area with the backhoe bucket. A.6 GROUNDWATER The following subsections describe monitoring well and VWP installation, well development, and groundwater sampling. Groundwater levels and well information are summarized on Table A-1 of this appendix. too A.6.1 Monitoring Well Installation and Construction Monitoring wells were installed in borings B-1 and B-3 after the borings were advanced to total depth and partially backfilled to the desired well bottom depths. The wells were constructed using new, commercially fabricated, threaded, flush jointed, 2-inch-diameter, Schedule 40 polyvinyl chloride(PVC) screen and riser. Well screens consisted of 0.01-inch- wide, machine-slotted PVC, with 10- and 15-foot screened intervals for B-1 and B-3, respectively. The top of each well was completed with a 2-inch expandable locking cap, and 21-1-20442-001-RI-AA/wp/EET 21-1-20442-001 A-3 ill SHANNON&WILSON.INC. threaded sumps were installed at the bottom of each well. Following installation of the casing and screen in each well, a silica sand filter pack was poured into the annular space between the boring wall and the well screen to about 2 to 3 feet above the top of the screen. The remaining annulus was filled with bentonite chips to within 2 feet of the ground surface. Well B-3, which is on the street about 1 foot inside the west curb of 1561h Avenue SE, was completed flush to grade by cementing an 8-inch flush-mounted steel monument over the top of the borehole. Well B-1, which is located on undeveloped land, was completed about 3 feet above grade by r cementing a 6-inch-diameter steel monument, its cap secured with a padlock, over the top of the borehole. Screened interval depths are shown in the boring logs and Table A-1 in this appendix. A.6.2 Vibrating Wire Piezometer (VWP) Installation One VWP was installed near the bottom of B-1, at 177.5 feet below grade, to evaluate deep groundwater conditions that may be encountered during pipeline construction. The VWP was calibrated and hung to its target depth before the observation well was installed above it, and w surrounded with filter pack to at least 3 feet above the VWP sensor tip. The annular space was filled with bentonite chips between the top of the VWP sand filter pack and the bottom of the observation well sand filter pack. VWP depth and depth intervals of backfill are shown on the boring log for B-1 and on Table A-1 in this appendix. a A.6.3 Well Development Well development was performed at observation well B-1 to improve the hydraulic connection between the aquifer and the screened portion of the observation well. The saturated screened section of the observation well was surged and pumped simultaneously to remove water and sediment from the bottom of the well, so that subsequent sampling from the well would produce a groundwater sample representative of the aquifer. Development equipment consisted of a WaterraTm acetal surge block/check-valve combination attached to the bottom of a dedicated section of semi-rigid, high-density polyethylene(HDPE) tubing, operated by an electric WaterraTm motor. The B-1 observation well was pumped until there was no further observed improvement in water clarity. , A.6.4 Groundwater Sampling The B-1 observation well was sampled at least 24 hours after being developed with the same dedicated tubing used for development, with a new, stainless steel surge block/check valve. at 214-20442-001-R1-AA/wp/EET 21-1-20442-001 A-4 rr SHANNON&WILSON,INC. A minimum of three well volumes was removed from the well, and the observation of water quality parameter stabilization (pH, temperature, oxidation-reduction potential, conductivity, dissolved oxygen, turbidity, salinity, total dissolved solids, and water clarity) was met prior to groundwater sampling. A.7 REFERENCE ' American Society for Testing and Materials (ASTM), 2002, Annual Book of Standards, Construction, v. 4.08, Soil and Rock (I): D 420—D 4919: West Conshohocken, Pa. i ,o. 4111 low a .w 0. Y1 21-1-20442-001-R1-AA/wp/EET 21-1-20442-001 per A-5 to Omo°O0000oz z z z N J Q Z T 10 10 Q Q Q Q z z z I � I M O p N O M O O O N N N N M M eN'l M a 1Yi V Q `o `o a - - o O O o d � o0 oQ °:! Q"° IIl w � a t a F r- o v. C4 m w� s z ° z a ' O 0 Q z 10 l 1 A M v 06 7 v Q o 0 0 o J9 °° ; e al o �^ y } N M M '� r+ V yp N 7 � ¢ •+i � aN .� 3 3 � w g � N M d ta o o 8 o v 3 � ( d II 11 II N !JZ * w = x � zo N r Shannon& Wilson, Inc. (S&W), uses a soil GRAIN SIZE DEFINITION classification system modified from the Unified DESCRIPTION SIEVE NUMBER AND/OR SIZE a* Soil Classification System(USCS). Elements of the USCS and other definitions are provided on FINES <#200(0.08 mm) this and the following page. Soil descriptions are based on visual-manual procedures(AS TM SAND` D 2488-93) unless otherwise noted. -Fine #200 to#40(0.08 to 0.4 mm) NON -Medium #40 to#10(0.4 to 2 mm) -Coarse #10 to#4(2 to 5 mm) S&W CLASSIFICATION OF SOIL CONSTITUENTS GRAVEL` -Fine #4 to 3/4 inch(5 to 19 mm) • MAJOR constituents compose more than 50 -Coarse 3/4 to 3 inches(19 to 76 mm) i percent, by weight,of the soil. Major consituents are capitalized(i.e.,SAND). COBBLES 3 to 12 inches(76 to 305 mm) • Minor constituents compose 12 to 50 percent of the soil and precede the major constituents BOULDERS > 12 inches(305 mm) (i.e.,silty SAND). Minor constituents 'Unless otherwise noted,sand and gravel,when preceded by"slightly"compose 5 to 12 present,range from fine to coarse in grain size. 1 percent of the soil(i.e.,slightly silty SAND). Moo • Trace constituents compose 0 to 5 percent of RELATIVE DENSITY/CONSISTENCY the soil(i.e.,slightly silty SAND,trace of gravel). COARSE-GRAINED SOILS FINE-GRAINED SOILS low N,SPT, RELATIVE N, SPT, RELATIVE MOISTURE CONTENT DEFINITIONS BLOWS/FT. DENSITY BLOWS/FT. CONSISTENCY Dry Absence of moisture,dusty, dry 0-4 Very loose Under 2 Very soft low to the touch 4-10 Loose 2-4 Soft 10-30 Medium dense 4-8 Medium stiff Moist Damp but no visible water 30-50 Dense 8-15 Stiff Wet Visible free water,from below Over 50 Very dense 15-30 Very stiff low' water table Over 30 Hard f ABBREVIATIONS WELL AND OTHER SYMBOLS uri ATD At Time of Drilling ® Bent.Cement Grout Surface Cement Elev. Elevation Seal ft feet ® Bentonite Grout Asphalt or Cap I�r FeO Iron Oxide MgO Magnesium Oxide Bentonite Chips Slough '10` HSA Hollow Stem Auger Silica Sand ® Bedrock ID Inside Diameter in inches EHI PVC Screen Ibs pounds Mon. Monument cover m Vibrating Wire I N Blows for last two 6-inch increments NA Not applicable or not available lnr NP Non plastic OD Outside diameter OVA Organic vapor analyzer MOD PID Photo-ionization detector c ppm parts per million PVC Polyvinyl Chloride W Central Plateau Interceptor �, SS Split spoon sampler Renton,Washington SPT Standard penetration test ` ! a USC Unified soil classification fV WLI Water level indicator SOIL CLASSIFICATION 04 AND LOG KEY N N June 2006 21-1-20442-001 a SHANNON &WILSON, INC. FIG.A-1 m Geotechnical and Environmental Consultants Street 1 of 2 moo UNIP 1 1�S�1L CLd SfFICATION {From ATI111 MAJOR DIVISIONS GROUP/GRAPHIC SYMBOL TYPICAL DESCRIPTION GW •'' Well-gad ravels, ravels, � grave�lsand r�iixtures,�ittle or no fines. Clean Gravels (less than 5% Gravels fines) GP o3* Poorly graded gravels,gravel-sand (more than 50% mixtures,little or no fines ° � of coarse fraction retained GM P Silt ravels, ravel-sand-silt mixtures on No.4 sieve) Gravels with y g g Fines (more than 12% COARSE- fines) GC Clayey gravels,gravel-sand-clay GRAINED mixtures SOILS I (more than 50% retained on No. SW Well-graded sands,gravelly sands, 200 sieve) Clean Sands little or no fines (less than 5% fines) Poorly graded sand,gravelly sands, i Sands SP little or no fines (50%or more of coarse fraction passes the No.4 Sands with SM Silty sands,sand-silt mixtures sieve) Fines (more than 12% fines) SC Clayey sands,sand-clay mixtures -F®R, Inorganic silts of low to medium ML plasticity,rock flour,sandy silts, gravelly silts,or clayey silts with slight ty Inorganic lastia Silts and Clays Inorganic clays of low to medium (liquid limit less CL plasticity,glean Icyaclays,sandy clays, than 50) y clays, ys FINE-GRAINED Organic OL — Organic silts and organic silty clays of SOILS g low plasticity (50%or more — passes the No. Inorganic silts,micaceous or 200 sieve) MH diatomaceous fine sands or silty soils, elastic silt Silts and Clays Inorganic Inorganic clays or medium to high (liquid limit 50 or CH plasticity,sandy fat clay,or gravelly fat more) clay : i Organic OH / Organic clays of medium to high plasticity,organic silts HIGHLY- ` F ORGANIC Primarily organic matter,dark in PT Peat,humus,swamp soils with high i SOILS color,and organic odor organic content(see ASTM D 4427) NOTE: No.4 size=5 mm; No.200 size=0.075 mm 3 ° � O C7 W Central Plateau Interceptor NOTES Renton,Washington IL 1.Dual symbols(symbols separated by a hyphen,i.e.,SP-SM,slightly cm silty fine SAND)are used for soils with between 5%and 12%fines SOIL CLASSIFICATION or when the liquid limit and plasticity q p ty index values plot in the CL-ML r area of the plasticity chart. AND LOG KEY N y 5 2.Borderline symbols(symbols separated by a slash,i.e.,CL/ML,silty V CLAY/clayey SILT,•GW/SW,sandy GRAVEUgravelly SAND) June 2006 21-1-20442-001 i indicate that the soil may fall into one of two possible basic groups. SHANNON WILSON,INC. FIG.A-1 00 Geotechnical and Environmental Consultants Sheet 2 of 2 twr F l Depth: 185.5 ft. Northing: Drilling Method: Mud Rotary Hole Diam.: 7 in. Elevation: —355 ft. Easting: Drilling Company: Holocene Drilling Rod Type: NWJ Datum: NAVD88 Station: Drill Rig Equipment: CME850 Hammer Type: Automatic z.Datum: Offset: Other Comments: +r► SOIL DESCRIPTION d= o - = PENETRATION RESISTANCE (blows/foot) Refer to the report text for a proper understanding of the t .o a c ♦ Hammer Wt.&Drop: 140 lbs/30 inches subsurface materials and drilling methods. The stratification 5 E o m 4 lines indicated belowrepresent the approximate boundaries a) O between material types,and the transition may be gradual. 0 20 40 60 Medium dense,gray,silty,sandy,fine to ' coarse GRAVEL;wet;scattered, irregular i� orange iron-oxide staining;(Qvro)GM. 4.0 I Dense to very dense, brown to gray-brown, •� sandy GRAVEL,trace of silt,to slightly silty, 0 z am sandy GRAVEL;moist to wet;with layers of I .:... OIL silty,gravelly SAND,scattered iron-oxide 10 staining above 22 feet, scattered to abundant - �� cobbles inferred from drill action;(Recessional 3= 7. Outwash)GW/GW-GM. - Alp • a • 20 51 30 • 7_ 50/5 dP .............. • twr' rVeden gray-brown,slighry silty to silty, 37.0 e= • 50/3". D to sandy GRAVEL; moist; osit)SP-SM/SM. 0,44"j L yrr a .,• .. 50 5pl3" srr p :,• .: m . :.... w _......................... ........................................................................... CONTINUED NEXT SHEET i� EL GEND 0 20 40 60 Sample Not Recovered Piezometer screen and Sand Fitter O % Fines(<o.o75mm) Standard Penetration Test ® Bentonite-Cement Grout • %Water Content +� ® Bentonite Chips/Pellets Plastic Limit 1 0 Liquid Limit c°� ® Bentonite Grout Natural Water Content JJ Central Plateau Interceptor IL Renton,Washington cl am C4 NOTES LOG OF BORING B-1 & 1.Refer,to KEY for explanation of symbols,codes,abbreviations and definitions. W 2.Groundwater level,If indicated above,is for the date specified and may vary. 3.USCS designation is based on visual-manual classification and selected lab testing. June 2006 21-1-20442-001 rw' z 4.The hole location was measured using a cloth tape from existing site features and SHANNON 8 WILSON, INC. FIG.A-2 a should be considered approximate. Geotechnical and Environmental Consultants Sheet 1 of 4 m, Total Depth: 185.5 ft. Northing: Drilling Method: Mud Rotary Hole Diam.: 7 in. Top Elevation: —355 ft. Easting: Drilling Company: Holocene Drilling Rod Type: NWJ Vert.Datum: NAVD88 Station: Drill Rig Equipment: CME 850 Hammer Type: Automatic Horiz.Datum: Offset: Other Comments: SOIL DESCRIPTION zt� o m -0 PENETRATION RESISTANCE (biowstfoot) Refer to the report text for a proper understanding of the s n = m c ♦ Hammer Wt.8 Drop: 1401bs 130 inches subsurface materials and drilling methods. The stratification T m o lines indicated below represent the approximate boundaries U) U between material types,and the transition may be gradual. 0 20 40 60 Very dense, red-brown becoming brown with 62'5 ' 13= 50/5 jA depth,silty,fine SAND;moist to wet; heavy iron-oxide staining at top and decreasing with .:..:.. depth, layers of slightly silty sand;(Outwash) 14S 50/6 SM. 70 ...:......:...............:..............................:.......:................ 15= - . . . . . . :... .•. 5015' ...:.......... ...... t N ...... :... :• O ...:...............:.......:...:......:...:...:...:...:...:...:...:...:............. 16= ...:. . ....... .:...:. ...:501T ' 80 ...: 1 7_ r 50%3 Hard,gray to lavender-gray, silty CLAY 86.0 grading to slightly fine sandy, slightly clayey ,e= 84111 ...... SILT with depth; moist; bedded;(Nonglacial 90 Lacustrine Deposit)CL/ML. 93.5 19= r Very dense, red-brown,silty,fine SAND;moist ' to wet;laminated to bedded; iron-oxide stained to depth of 123 feet; scattered seams of gray, 20= 50%3" . .. .. .. .. ....... .. ... ....... .. .. ..... .. ........ ...... .. . .. . slightly clayey silt to fine sandy silt;trace of ...... .......... .. gravel locally;(Nonglacial Lacustrine Deposit) 100 SM/ML. 21= f;... . . : : . :.. .:. ,. 50/5° o .. ..:.. 22= n iftl 110 6 •,. .. . 23= 1fl0/s ... . .. . . .. . . co :• .: . . . • 24= ..... ....................... :..:. :..:... 100/6' 1 i CONTINUED NEXT SHEET 0 20 40 60 EL GEND • Sample Not Recovered Piezoeter Screen and Sand Flier O %Fines(<0.075mm) m = Standard Penetration Test ® Bentonite-Cement Grout • %Water Content ® Bentonite Chips/Pellets Plastic Limit F---" Liquid Limit ~ ® Bentonite Grout Natural Water Content J I q i = Central Plateau Interceptor Renton,Washington a C7 [N NOTES LOG OF BORING B-1 N 1.Refer to KEY for explanation of symbols,codes,abbreviations and definitions. w 0 2.Groundwater level,If indicated above,is for the date specified and may vary. 0 J 3.USCS designation is based on visual manual classification and selected lab testing. June 2006 21-1-20442-001 4.The hole location was measured using a cloth tape from existing site features and a should be considered approximate. SHANNON$WILSON, INC. FIG.A-2 < Geotechnical and Environmental Consultants Sheet 2 of 4 vow Total Depth: 185.5 ft. Northing: Drilling Method: Mud Rotary Hole Diam.: 7 in. Top Elevation: —355 ft. Easting: Drilling Company: Holocene Drilling Rod Type: NWJ Vert.Datum: NAVD88 Station: Drill Rig Equipment: CME 850 Hammer Type: Automatic Horiz.Datum: Offset: Other Comments: aw SOIL DESCRIPTION o PENETRATION RESISTANCE (blowstfoot) Refer to the report text for a proper understanding of the t a n a) subsurface materials and drilling methods. The stratification a E E o cQ Z ♦ Hammer Wt.&Drop: 1401bs lW inches wr lines indicated below represent the approximate boundaries U) (n t j Q between material types,and the transition may be gradual. 0 20 40 60 25= 100/4 5 rn - Brown below 123 feet. . . . . . . . . . . . . . . . . . . . . . . . . . . . 2s •:.. •'' '•: = 100/5:. 130 27= 10015" Very dense, red-brown and gray-brown,silty, 135.0 ._ fine SAND to SILT,trace of clay and fine sand; moist; laminated to bedded iron-oxide-stained " 28= 5015: 6" seams;(Nonglacial Lacustrine Deposit) : 140 SM/ML. 142.0 ' 29= . . . . . . . . Very dense,gray to purple-gray, silty,fine �alr' SAND,trace of clay; moist; 1-inch-thick clay 145.0.. Layer;(Nonglacial Lacustrine Deposit)SM/CL. 30_ �- 50!4.5 Hard, gray to purple-gray, slightly clayey SILT, - trace of fine sand to very dense,clayey, silty, 150.0•• .. 150 ... fine SAND; moist to wet; bedded, scattered 31= 137/9° organic-rich seams;(Nonglacial Lacustrine `' ' Deposit)ML/SM. 156.0 EVerydense, ntermingled,gray and red-brown, 32= 1:O b/3;.fine SAND to fine sandy, clayey o wet; irregular iron-oxide 160 ML. 33= 100%4:. tan Very dense,gray and brown, silty, sandy GRAVEL and silty,gravelly,fine to coarse 166.0.• .• � --- - SAND; moist to wet;(Outwash)GM/SM. 1YI1 ct ': o . . . .. ..... NOTE: Sampler and drill string dropped from 170 163 to 166 feet;interpreted as a void. " 35S 1oo1s: Very dense, brown and gray, silty,fine to medium SAND grading with depth to gray, w slightly silty,fine to coarse SAND;wet; 38= i .... .. .. g scattered bedding locally trace of fine gravel; ��� bedding NEXT SHEET LE END 0 20 40 60 • Sample Not Recovered ( Piezometer Screen and Sand Rlter 0 % Fines(<o.o75mm) = Standard Penetration Test ® Bentonite-Cement Grout • %Water Content Plastic Limit ® Bentonite Chips/Penets Liquid Limit o Natural Water Content ® Bentonite Grout sJs S aw Central Plateau Interceptor co a Renton,Washington IV NOTES LOG OF BORING B-1 N 1.Refer to KEY for explanation of symbols,codes,abbreviations and definitions. w 2.Groundwater level,if indicated above,is for the date specified and may vary. apr 3.USCS designation is based on visual-manual classification and selected lab testing. .tune 2006 21-1-20442-001 aW 4.The hole location was measured using a cloth tape from existing site features and SHANNON 8c WILSON,INC. FIG.A-Z should be considered approximate. Geotechnical and Environmental consultants � Sheet 3 of 4 w Total Depth: 185.5 ft. Northing: Drilling Method: Mud Rotary Hole Diam.: 7 in. A► Top Elevation: -355 ff. Easting: Drilling Company: Holocene Driffin4 Rod Type: NWJ Vert.Datum: NAVD88 Station: Drill Rig Equipment: CME 850 Hammer Type: Automatic Horiz.Datum: Offset: Other Comments: t SOIL DESCRIPTION a= o u) � PENETRATION RESISTANCE (blowstfoot) Refer to the report text for a proper understanding of the y a = w r ♦ Hammer Wt.&Drop: 140 Ibs/W inches subsurface materials and drilling methods. The stratification a E E o m n lines indicated below represent the approximate boundaries U) (� CID between material types,and the transition may be gradual. 0 20 40 60 (Outwash)SM/SP-SM. 37= '.• .•. 185.5'� 38= / 90/S°. BOTTOM OF BORING COMPLETED 3/10/2006 190 . _. .... .. tifli 200 ....... ... . :.. ....... (tip 210 ........................... . . . . . . . . . . . . . . . . . . . . . . . . ...;.. 220 a 230 . . . . . . . . . f .. ..:...:...:...:...:...:...:......:.. .................................................................................................................... w . . LEGEND 0 20 40 60 Sample Not Recovered Piezometer Screen and Sand Flfter O % Fines(<0.075mm) = Standard Penetration Test ® Bentonite-Cement Grout 0 %Water Content fO ® Bentonite Chips/Pellets Plastic Limit I--" Liquid Limit o Natural Water Content ® Bentonite Grout .q.1 S Q Central Plateau Interceptor Renton,Washington IL C7 r NOTES LOG OF BORING B-1 N 1.Refer to KEY for explanation of symbols,codes,abbreviations and definitions. W 0 2.Groundwater level,if indicated above,is for the date specified and may vary. ° 3.USCS designation is based on visual-manual classification and selected lab testing. June 2006 21-1-20442-001 W 4.The hole location was measured ring a cloth tape from existing site features and SHANNON WILSON, INC. FIG./d1-2 �y should be considered approximate. Sheet 4 of 4 Geotechrucal end Environmental Consultants wrr Total Depth: 31.3 ft. Northing: Drilling Method: Hollow Stem Auger Hole Diam.: 10 in. Top Elevation: -357 ft. Easting: Drilling Company: Holocene Drilling Rod Type: Vert. Datum: NAVD88 Station: Drill Rig Equipment: Mobile B-59 Hammer Type: Automatic Horiz.Datum: Offset: Other Comments: SOIL DESCRIPTION d= o o ` � PENETRATION RESISTANCE (blowslfoot) Refer to the report text for a proper understanding of the L -0 a C aN Z ♦ Hammer Wt.&Drop: 1401bslW inches subsurface materials and drilling methods. The stratification p E E o a y� lines indicated below represent the approximate boundaries r j co j N between material types,and the transition may be gradual. Q 0 0 20 40 60 ASPHALT. Medium dense,brown, slightly silty to silty, I" gravelly, fine to coarse SAND; moist;scattered ,� o • organics and rootlets;(Recessional Outwash) 7.0 - SM/SW-SM. zM m 10 Very dense,brown to gray,fine to coarse ° sandy GRAVEL, trace of silt;moist;with layers Z of gray sand, scattered to abundant cobbles a - inferred from drill action and spoils; ... (Recessional Outwash)GW. 4]j 20 . ... _ 701 k Very dense,gray, silty,gravelly,fine to coarse 30.0 ,, .• 61T 30 90 SAND;wet;scattered seams of fine It medium 31.3 sand; (Till-like Deposit/Recessional Outwash) SM. ... .... ... BOTTOM OF BORING 40 COMPLETED 2/23/2006 50 . ... . . . . . _.:. .... . . . . . . . . . . . . . . rwr a . . . . . . . . . . . . . . . . . . . . . . . . . . . 70 ... .... .. .. 0 w ......... ......... + J ..:....... LEGEN 0 20 40 60 Sample Not Recovered O %Fines(<0.075mm) 3"O.D.Split Spoon Sample • %Water Content a Plastic Limit �--i Liquid Limit o Natural Water Content c� J 9 '"" = Central Plateau Interceptor a Renton,Washington C7 fV NOTES LOG OF BORING B-2 1.Refer to KEY for explanation of symbols,codes,abbreviations and definitions. w 0 2.Groundwater level,if indicated above,is for the date specified and may vary. J 0 3.USCS designation is based on visual-manual classification and selected lab testing. June 2006 21-1-20442-001 4.The hole location was measured using a cloth tape from existing site features and SHANNON WILSON,INC. /� a should be considered approximate. Geotechnical and Environmental Consultants FAG,A-3 irr Total Depth: 118.4 ft. Northing: Drilling Method: Mud Rotary Hole Diam.: 7 in. Top Elevation: —350 ft. Easting: Drilling Company: Holocene Drilling Rod Type: NWJ Vert. Datum: NAVD88 Station: Drill Rig Equipment: Mobile 8-61 Hammer Type: Automatic Horiz.Datum: Offset: Other Comments: SOIL DESCRIPTION zt� o aNi -o - ct� PENETRATION RESISTANCE (blowstfoot) Refer to the report text for a proper understanding of the n a C CD t ♦ Hammer Wt.&Drop: 140 lbs/30 inches subsurface materials and drilling methods. The stratification o. E E o Co a lines indicated below represent the approximate boundaries U (0 p between material types,and the transition may be gradual. 0 20 40 60 Asphalt. s; Loose to very dense,gray-brown,sandy 1_ GRAVEL,trace of silt,to orange-brown and .: : . gray,slightly silty, sandy GRAVEL; moist to z= wet below 28 feet;with layers of slightly silty, . 10 gravelly sand;abundant faint orange 3 :.::°:::.:.::..:.`.:':::::::..` :::: ::::.:::............:..::.. .::..:.:::: 0 iron-oxide staining;(Recessional Outwash) ............ ...................................................... GW/SP-SM. •' 4= 20 : . ft ...:.......I.................:...:... • _ .. L 5 �.. • 6= ; tifli 30.0 30 Dense,gray, slightly silty, slightly gravelly to gravelly SAND;wet;(Recessional Outwash) - 7= N * .. . ... SP-SM. to Very dense,gray,gravelly,silty SAND to 38.0 ', �6 40 gravelly, sandy SILT,trace of clay;moist to wet;(Till-like Deposit)SM/ML. s= ... Very dense,gray, silty,gravelly SAND; moist 47.5 ,o= 50/5" : • to wet;scattered layers of silty,sandy gravel, 50 scattered cobbles inferred from drill action :: : 11= (Till-like Deposit)SM/GM. .. 12= • 100/A w : ts= . ._ .:. ... :1OOF7 w a ; . •. 14= tJ::::;:::.:. 50/3 j 70 1 m 15= ...:...:.:.:...:..:::...:.:::::.:.::..:.:.:.:.:...::::..::::...:::.::..:.:::.::::..50fA w Very dense, red-brown to gray-brown,slightly 75.0 :...:...:...:..:...:...:...:...-.....;..;...;...;...;...;...:...;...;......;...;...;...;...;..;...;...:...;.. g silty,sandy GRAVEL togravell�r SAND;moist; ts= 50/3" iC'ANTINU NEXT EET ..... ................... ................................ ........... 0 20 40 60 40 LEGEND • Sample Not Recovered Piezometer Screen and Sand Fitter O % Fines(<0.075mm) = Standard Penetration Test ® Bentonite Cement Grout • %Water Content ® Bentonite Chips/Pellets Plastic Limit ! --0 Liquid Limit iMr o Bentonite Grout Natural Water Content � ® Central Plateau Interceptor do Renton,Washington CL t7 IV NOTES LOG OF BORING B-3 ` N 1.Refer to KEY for explanation of symbols,codes,abbreviations and definitions. w 0 2.Groundwater level,if indicated above,is for the date specified and may vary. 3.USCS designation is based on visual-manual classification and selected lab testing. June 2006 21-1-20442-001 4.The hole location was measured using a cloth tape from existing site features and SHANNON&WILSON, INC. FIG.A-4 a should be considered approximate. Gmtechnical and Environmental consultants Sheet 1 of 2 f Total Depth: 118.4 ft. Northing: Drilling Method: Mud Rotary Hole Diam.: 7 in. Top Elevation: —350 ft. Easting: Drilling Company: Holocene Drilling Rod Type: NWJ Vert.Datum: NAVD88 Station: Drill Rig Equipment: Mobile 8-61 Hammer Type: Automatic Horiz.Datum: Offset: Other Comments: wtr SOIL DESCRIPTION 't� o m -0 ` PENETRATION RESISTANCE (blows/foot) Refer to the report text for a proper understanding of the Z .0 a C: (D subsurface materials and drilling methods. The stratification a E E p m ♦ Hammer Wt.&Drop: 1401bs 130inches nrr lines indicated below represent the approximate boundaries a) m Ur` aai between material types,and the transition may be gradual. Q p 20 40 60 iron-oxide stained;(Outwash/Nonglacial :• Fluvial Deposit)SW-SM/GW-GM. n= iaS 58/4 . . : :. . lei awn 90 .• •• HaPdense, ,fine sandy,clayey SILT; 95.0 moavy iron-oxide staining, 98.0 •• . 20= ;:r ... :..50M- "rr inth sand at bottom;(Nonglacial 100 Lasit)ML/SM. 21= Ve -brown, silty,fine SAND; 88/11-- wr moist;seams of gr ay-brown,fine sandy,clayey 22= silt at 107.5 and 112.5 feet;(Nonglacial 5O . ;.. Lacustrine Deposit)SM. 110 . .. 23= 50/6^. p. BOTTOM OF BORING 118.4 24= 50/5° COMPLETED 2/23/2006 120 ar, :. :. _._ 130 aw 140 .. to w 150 .. am _: : : : ................ ..:.... .:...:...: ................ . . . . . . . . . . . . . . . . . . . . . . LEGEND 0 20 40 60 Sample Not Recovered Piezometer Screen and Sand Filter 0 %Fines(<o.075mm) Standard Penetration Test ® Bentonite-Cement Grout • %Water Content Plastic Limit Liquid Limit ® Bentonite Chips/Pellets �� q c°� ® Bentonite Grout Natural Water Content 5JS S s.► = Central Plateau Interceptor a Renton,Washington C7 fV N NOTES LOG OF BORING B-3 N 1.Refer to KEY for explanation of symbols,codes,abbreviations and definitions. w 2.Groundwater level,If Indicated above,is for the date specified and may vary. rvr 3.USCS designation is based on visual-manual classification and selected lab testing. June 2006 21-1-20442-001 F4.The hole location was measured using a cloth tape from existing site features and SHANNON 8c WILSON, INC. FIG.A-4 should be considered approximate. Geotechnical and Environmental Consultants Sheet 2 of 2 Total Depth: 10.5 ft. Northing: Drilling Method: Hand Boring Hole Diam.: 5 in. Top Elevation: -320 ft. Easting: Drilling Company: Rod Type: Vert. Datum: NAVD88 Station: Drill Rig Equipment: Portable,Hand-operated Hammer Type: Horiz.Datum: Offset: Other Comments: SOIL DESCRIPTION -6 o � PENETRATION RESISTANCE (blows/foot) Refer to the report text for a proper understanding of the -0 a � Z ♦ Hammer Wt.&Drop: 40 lbs/18 inches subsurface materials and drilling methods. The stratification a E E lines indicated below represent the approximate boundaries 00 0 cc (!) � between material types,and the transition may be gradual. 0 20 40 60 Very loose,dark brown,silty SAND;moist; (Topsoil)SM. T. Loose to dense,brown,slightly silty,sandy 1.5 2 . GRAVEL to silty,gravelly SAND;dry to moist; 2 abundant rootlets to 3.0 feet;(Recessional Outwash)GW-GM/SM. • ( 3 °„ 4 • o . • 4 z m N • 0 6 . C 5 z • • 8 6 7 10 A/ ail BOTTOM OF BORING 10.5 COMPLETED 5/16/2006 12 . . . . . . . . . . . . . . . . . . . . . . . . . . . 1� . . . . . . . . . . . . . . . . . . . . . . . . . . . 7 14 C , a 16 N i a • � 18 Milk a �s EGE D 0 20 40 60 • Sample Not Recovered 8 = Porter Penetration Test Sample Plastic Limit 1 --0 Liquid Limit I C3 Natural Water Content c2 sJs S a Central Plateau Interceptor Renton,Washington a fV i NOTES LOG OF HAND BORING HB-1 w 1.Refer to KEY for explanation of symbols,codes,abbreviations and definitions. w 0 2.Groundwater level,if indicated above,is for the date specified and may vary. 3.USCS designation is based on visual-manual classification and selected lab testing. June 2006 21-1-20442-001 W 4.The hole location was measured using a cloth tape from existing site features and FIG.A-5 a should be considered approximate. GGeoott�rucal and Ern omLSOCo�nsultantss Total Depth: 10.5 ft. Northing: Drilling Method: Hand Boring Hole Diam.: 5 in. Top Elevation: -295 ft. Easting: Drilling Company: Rod Type: Vert.Datum: NAVD88 Station: Drill Rig Equipment: Portable,Hand-operated Hammer Type: Horiz.Datum: Offset: Other Comments: w SOIL DESCRIPTION a= a v PENETRATION RESISTANCE (blowsMoot) Refer to the report text for a proper understanding of the -0 —p c 4? Hammer Wt.&Drop: 40/bs/18 inches subsurface materials and drilling methods. The stratification a E E o Co rrls lines indicated below represent the approximate boundaries a) CU C7 aai between material types,and the transition may be gradual. 0 20 40 60 Loose, brown, slightly gravelly to gravelly SAND; moist to wet;abundant organics and mrr wood;(Topsoil)SM. 1.5 Loose to dense, brown,slightly silty,sandy 2 GRAVEL to silty,gravelly SAND;moist; 2 (Recessional Outwash)GW-GM. 3 rn 4 C • J � 4 Z m • o 6 m • o Mw 5 z • s 8 law • 10 wrf BOTTOM OF BORING 10.5 COMPLETED 5/16/2006 12 wu 14 %W 0 wr 16 N a s . . . . . . . . . . . . +iwr 18 . . . . . . . . . . . . . . . . . . . . . LEGEND 0 20 40 60 Sample Not Recovered Porter Penetration Test Sample Plastic Limit I Natural Water tented Limit Central Plateau Interceptor Renton,Washington NOTES LOG OF HAND BORING HB-2 N 1.Refer to KEY for explanation of symbols,codes,abbreviations and definitions. W 0 2.Groundwater level,if indicated above,is for the date specified and may vary. 3.USCS designation Is based on visual manual classification and selected lab testing.1 June 2006 21-1-20442-001 X4.The hole location was measured using a cloth tape from existing site features and SHANNON WILSON INC. should be considered approximate. Geotedwkiii and Environmental Consuftants FIG.A-6 vrr Total Depth: 7.5 ft. Northing: Drilling Method: Hand Boring Hole Diam.: 5 in. Top Elevation: —268 ft. Easting: Drilling Company: Rod Type: Vert.Datum: NAVD88 Station: Drill Rig Equipment: Portable,Hand-operated Hammer Type: Horiz.Datum: Offset: Other Comments: SOIL DESCRIPTION d= o v z= PENETRATION RESISTANCE (blowslfoot) Refer to the report text for a proper understanding of the a ♦ Hammer Wt.&Drop: 401bs/18 inches subsurface materials and drilling methods. The stratification Q E. E o m a lines indicated below represent the approximate boundaries 0 U) D C7 between material types,and the transition may be gradual. 0 20 40 60 Loose to medium dense,brown to red-brown, slightly silty to silty,fine SAND,trace of clay; moist;(Outwash)SM/SP-SM. 2 2 rn 1 J. s ° 4 0 4 2 d N - becomes wet at 6.0 to 7.5 feet o s 5 z ► BOTTOM OF BORING 75 COMPLETED 5/16/2006 8 10 . . . . . . . . . . . . . . . . . . . . . . . . . . . 12 14 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Y 16 ..... l N 2 a 18 a S . : : J 0 20 40 60 El GEND Sample Not Recovered g I Porter Penetration Test Sample Plastic Limit Liquid Limit o Natural Water Content 9 SJS S Central Plateau Interceptor Ili Renton,Washington tV NOTES LOG OF HAND BORING HB-3 N 1.Refer to KEY for explanation of symbols,codes,abbreviations and definitions. w C) 2.Groundwater level,if indicated above,is for the date specified and may vary. 3.USCS designation is based on visual-manual classification and selected lab testing. June 2006 21-1-20442-001 4.The hole location was measured using a cloti,tape from existing site features and SHANNON&WILSON,INC. FIG.A-7 should be considered approximate. Geotechnical and Environmental consultants *W Total Depth: 9 ft. Northing: Drilling Method: Hand Boring Hole Diam.: 5 in. Top Elevation: —220 ft. Easting: Drilling Company: Rod Type: Vert.Datum: NAVD88 Station: Drill Rig Equipment: Portable,Hand-operated Hammer Type: Horiz. Datum: Offset: Other Comments: ur SOIL DESCRIPTION >= a -0 PENETRATION RESISTANCE (blows/foot) Refer to the report text for a proper understanding of the a ° ♦ Hammer Wt.&Drop: 40lbs/18 inches° subsurface materials and drilling methods. The stratification a E E o � lines indicated below represent the approximate boundaries 0 t j (D Q between material types,and the transition may be gradual. 0 20 40 60 Loose to dense, brown, slightly silty,sandy GRAVEL to gravelly SAND; moist;(Alluvium) GW-GM/SM. . . . . . . : . . . . . . . . . . . . . . . . 2 i 2 i attr �, 3 0 4 +r ° 4 Z y 0 6 YIr 5 z° 6 8 +Mr►t 9.0 BOTTOM OF BORING COMPLETED 5/16/2006 10 12 aw 14 +trr 0 16 �wr ti i i a err Q 18 - . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 8' air LE END 0 20 40 60 Sample Not Recovered Porter Penetration Test Sample Plastic Limit o W tted Limit Natural Water Content SJS S 40 Central Plateau Interceptor a.a Renton,Washington fV NOW NOTES LOG OF BORING HB-4 CIO 1.Refer to KEY for explanation of symbols,codes,abbreviations and definitions. W ° 2.Groundwater level,if indicated above,is for the date specified and may vary. ° 3.USCS designation is based on visual-manual classification and selected tab testing. .tune 2006 21-1-20442-001 �w F 4.The tole location was measured using a cloth tape from existing site features and SHANNON&WILSON, INC. a should be considered approximate. Geotechnlcal and Environmental Consuftants FIG.A-8 tiro• L11 N 2 a w a n . . . . . . It Q t. i . . CU O tQ j ( a O.E . . . . . . . . . . i ! . N W ...._... -CD. j . E U (D . . . . . . . . . . .. : O : N w .. ........ r... �.... �iG I O O . . . : ; : . . . . . . . N O � CID c O O o. Q O U)_ C5 . . . ; Q —O p ; �. . . . . . . . . 4 D . .U. i . ptU . . . . . . _ . . . . . . . . . . . . ro N . . . . . j jam. N U 0 oi � . . . . . . . . . . N w : . . . . . . . . . . . . . O V N { .� ZWj O � , m O O I � i . . . . . i . . . . . . . . o! a- •}j `y}daQ O c i v m co o CV saldweg Ch i o i Q }ua;uoo CID N �a3eM % L6 ° �a3eM 4 punojE) cli cc CL _ U •yew a C�� d O o my m � � ` $ o rn z, I— 1= ° 0LL -0 � Z, m IM v� � r � my :. J $ z _ 1_ c c y pi t- m «'u� -a `m o 'm co w V o g y m vi y � � _o c m E 0 c°i � - E > O 5 N J W H ° Z ° H Z m t :a y '3 Z N °cc - LL rn— c Cl) :j (1) c c 3 (/) d) wE ca_ OW LL n > Z > � cs Z` >. > � � Z ° ti ° O O O O 7 FIG. A-9 U- N i �.� �. t . O.O 0. p I j , ..._._....... wr Q — : : i � . 0 �_ _N Aa3 1 w 2 a �NiY 0 , ; � o ' r ? U a : i : : j°: : : : : ° : : : : : � : : : : : i : : : : : +rr .- ...... . _ ._ ....... N (p L CO — o .,. t... ....... ... _...__,.__ O ,, o � : . . . . . 0 6 / _...;_.._._ . vw Q 0 .. . v f.. . _: O v o ! 'D ul1 N d °. O. N O. N . . . . . . . . N c ° -- '--- - - o 1 . N U n o a . .�. . _ . . . . _ d V Y o .� b � .Q U . wrf Z m 0 o �: . . tt f . . . . . . . � . . . . . . . . o d l� .yldaQ o N v cc ao O N r- i wwi r, soldweg N M � o d� vli d� 1 lualuo0 N �" m �oleM% M N N t ? 8 �aleM puna� �i . � o °v �da� O .. Z 0 >'� Nm CQ N O Z 0 ` C rw o � �vg 3 3 > m c N V Q�+N x C7 Q J J rn Of pp Z� C 'D 2;•j low wo „ mw wr ` 1 40 i dw APPENDIX B GEOTECHNICAL LABORATORY TESTING m w. f I Aw i aw r 6 � J M �"' 21-1-20442-001 APPENDIX B GEOTECHNICAL LABORATORY TESTING TABLE OF CONTENTS t Page B.I INTRODUCTION............................ 4w B.2 VISUAL CLASSIFICATION............................. B.3 WATER CONTENT DETERMINATION .....................................................................B-1 w. B.4 GRAIN SIZE DISTRIBUTION......................................................................................B-1 B.5 ATTERBERG LIMITS DETERMINATION B.6 REFERENCE .................... LIST OF FIGURES Figure No. B-1 Grain Size Distribution, Boring B-1 f B-2 Grain Size Distribution, Borings B-2 and B-3 B-3 Plasticity Chart, Boring B-1 i o 21-1-20442-001-RI-AB/wp/LKD 21-1-20442-001 .v B-i w. APPENDIX B GEOTECHNICAL LABORATORY TESTING + i BA INTRODUCTION j This appendix contains descriptions of the geotechnical laboratory procedures and the results completed on the soil samples obtained from test pits TP-1 and TP-2, and borings B-1, B-2, and ; i B-3. The samples were tested to determine basic index properties to assess engineering characteristics of the site soils. Laboratory testing was completed at the Shannon &&Wilson, Inc. laboratory in Seattle, Washington. s B.2 VISUAL CLASSIFICATION Soil samples obtained from the explorations were visually classified in the laboratory using a system based on the American Society for Testing and Materials (ASTM) Designation: D 2487, Standard Practice for Classification of Soils for Engineering Purposes (Unified Soil 1 Classification System), and ASTM Designation: D 2488, Standard Practice for Description and Identification of Soils (Visual-Manual Procedure). This visual classification allows for convenient and consistent comparison of soils from widespread geographic areas. The laboratory classification is done after completing laboratory index testing and provides a quality control and consistency for the field classification. } B.3 WATER CONTENT DETERMINATION �r Water content determinations were performed in general accordance with ASTM Designation: a D 2216, Standard Test Method for Laboratory Determination of Water(Moisture) Content of r Soil and Rock by Mass on all of the retrieved geotechnical soil samples. Water contents are plotted on the boring logs presented in Appendix A. B.4 GRAIN SIZE DISTRIBUTION f Grain size analyses were completed on selected samples to determine their grain size ( distributions. The tests were performed in general accordance with ASTM Designation: D 422, Standard Test Method for Particle-Size Analysis of Soils. Generally, the grain size analyses were completed only on the coarse-grained fraction of the samples. 21-1-20442-001-R1-AB/wp/LKD 21-1-20442-001 B-1 yr Nor ' The grain size distributions were used to assist in classifying soils and to provide correlations of soil properties. Results of the grain size analyses are plotted as grain size distribution curves presented in Figures B-1 and B-2. A tabulated summary containing the sample depth and description, the natural water content, and the Atterberg Limits (if obtained) is also included on �• " the grain size distribution plots. i r B.5 ATTERBERG LIMITS DETERMINATION wrw Liquid and plastic Atterberg Limits were determined on one selected sample of fine-grained soil obtained from boring B-1 in general accordance with ASTM Designation:�,, g g D 4318, Standard Test Method for Liquid Limit, Plastic Limit, and Plasticity Index of Soils. The Atterberg Limits wr include Liquid Limit(LL), Plastic Limit(PL), and Plasticity Index (PI= LL—PL). The Atterberg Limits are generally used to assist in the classification of soils, indicate soil consistency(when compared with natural water content), and provide correlation to soil properties including compressibility and strength. The results of the Atterberg Limits determination are shown on the boring log for B-1 in Appendix A, and on the plasticity chart in ..' Figure B-3. B.6 REFERENCE 1W American Society for Testing and Materials (ASTM), 2002, Annual Book of Standards, Construction, v. 4.08, Soil and Rock(I): D 420—D 4919: West Conshohocken, Pa. ow r 4W - f, I i E f a1w 21-1-20442-001-R1-AB/wp/LKD 21-1-20442_001 B-2 l SIN NII ��II U Ia �� ��I��� �inom� ■�n� :e�::a:9:e :Se:::e:e5ee �e�e:::::...=nee:: :, lllCCllIni16miCi000C llllGlluiipq aigliCllPII OOL ov 1 milli I �d�lllu : ooz � ', I VIII I r � IIIIIII Oe,,ru�anmau� iii InnnN�un� mm�e m mnnmm�nu �����m mmmmm��mmn� m�mmmnn �m .. �� � 1 gill# 11111 NINON mommom NINON INNER 11111 gnomon moons MENEM , III NINON U11111111111111 moons IIIININION gill gill milli RUN 11101111111 111511011 HIM KIM MKK I , . ,gin ".:ir •u�m u� I IIIIIIIN a nm nn n m ammo IIIIIIIIIIINNIIIIIII 111111 m 1� ATT MAIN 21-20442.GPJ SHAN WIL.GDT 417/06 r m o C t rn N c m 073 . >c N o Cc rn v0 o EP'u tm 7 C) C U c c O >, O N 1- Z c� a 2 m N'« cc�9 N C1 = N LLJ y c ; U U V U j; �y C N cc cc a (c6 c N c a U C = U L y Z CL- N N a,M a onm CD W 3 > T M N tJ)L 3 J U f0 m 0= 3 0= JUU SU vO C'OL U) C Z c 0 J U U O O y N J O `O U • � J 4 @ CL o Z F 0. C o Z f U Q N P 3£ 88 a �aR rn Z V N I de f O a (14 ! Jag 7 j j O 0 f�0 v H z O t J F a / U) J QQ � 3 4 Q L O N hp wl s U J CD Q Z go OA C N Y M N ZO. N R W Id-X30N1 ADIOIlS` Id m • FIG. B-3 «r O. wr dw ar wr APPENDIX C GROUNDWATER ANALYTICAL LABORATORY RESULTS am ow ow to . T �rrr ow aw 21-1-20442-001 - t APPENDIX C GROUNDWATER ANALYTICAL LABORATORY RESULTS TABLE OF CONTENTS , 1 TABLE Table No. C-1 Groundwater Analytical Results . wrl I : i i . t .i 21-1-20442-001-Rt-nciwp/LKD 21-1-20442-001 C-i 1`f wr o APPENDIX C No GROUNDWATER ANALYTICAL LABORATORY RESULTS I Groundwater samples were analyzed for contaminants by the following methods: ► Petroleum-related hydrocarbons by Method Northwest Total Petroleum do Hydrocarbons-Hydrocarbon Identification(NWTPH-HCID) includes gasoline, diesel fuel, and lube oil. ` ► Total metals by U.S. Environmental Protection Agency(EPA) Method 200.8, and dissolved metals by EPA Method 6010B includes arsenic, barium, cadmium, chromium, copper, lead, manganese, nickel, and zinc ► Fecal Coliforms by American Public Health Association(APHA) Standard Method 9222. Samples were submitted under chain of custody to OnSite Environmental, Inc. for chemical analysis of metals and hydrocarbons, and to North Creek Analytical, Inc. for fecal coliforms. Table C-1 in this appendix summarizes groundwater analytical results, followed by the complete analytical laboratory reports. aw we 00 s� 21-1-20442-001-R1-AC/wp/LKD 21-1-20442-001 r C-1 TABLE C-1 GROUNDWATER ANALYTICAL RESULTS Field Parameter H 77 Microbiological' Fecal Coliforms ND Petroleum Hydrocarbons Gasoline ND Diesel Fuel ND Lube Oil ND Total Metals Arsenic 20 Barium 720 Cadmium ND Chromium 64 Copper 120 Lead 57 Manganese 1400 Nickel 64 Zinc 190 Dissolved Metals Arsenic ND Barium 28 Cadmium ND Chromium ND Copper ND Lead ND Manganese 51 Nickel ND Zinc ND Notes: _ I (1) Units in Colony Forming Units per 100 milliliters(CFU/100mL). (2) Units in milligrams per liter(mg/L),equivalent to parts per million(ppm). (3) Units in micrograms per liter(ug/L),equivalent to parts per billion(ppb). ND=Not Detected i I a r t w 21-1-20442-001-RI-1bl-C-i/wp/edb 21-1-20442-001 w w wrr' F w GROUNDWATER ANALYTICAL LABORATORY RESULTS w' } No o. w aw .w :w w w w w 21-1-20442-001 w OnSite Environmental Inc. 14648 NE 95`x`Street, Redmond,WA 98052• (425) 883-3881 irr March 31, 2006 Ted Hopkins Shannon &Wilson, Inc. 400 N 34th Street, Suite 100 Seattle, WA 98103 Uri Re: Analytical Data for Project 21-1-20442-001 Laboratory Reference No. 0603-159 Dear Ted: Enclosed are the analytical results and associated quality control data for samples submitted on March 20, 2006. Please note that the subcontracted data will follow in the final report. The standard policy of OnSite Environmental Inc. is to store your samples for 30 days from the date of receipt. If you require longer storage, please contact the laboratory. We appreciate the opportunity to be of service to you on this project. If you have any questions concerning the data, or need additional information,please feel free to call me. Sincerely, a David Baumeister Project Manager Enclosures OnSite Environmental,Inc. 14648 NE 95h Street, Redmond,WA 98052(425)883-3881 This report pertains to the samples analyzed in accordance with the chain of custody, and is intended only for the use of the individual or company to whom it is addressed. 1 �wrr 2 Date of Report: March 31, 2006 Samples Submitted: March 20,2006 Laboratory Reference: 0603-159 Project: 21-1-20442-001 wr Case Narrative Samples were collected on March 20,2006 and received by the laboratory on March 20, 2006. They were maintained at the laboratory at a temperature of 2°C to 6°C except as noted below. General QA/QC issues associated with the analytical data enclosed in this laboratory report will be indicated with a reference to a comment or explanation on the Data Qualifier page. More complex and involved QA/QC } issues will be discussed in detail below. I Total Metals EPA 200.8 Analysis Due to the high concentration of Manganese in the QC sample,the amount spiked was insufficient for aw meaningful MS/MSD recovery data.The Spike Blank recovery was 115%. IAny other QA/QC issues associated with this extraction and analysis will be indicated with a footnote reference and discussed in detail on the Data Qualifier page. wr I OW . i I i OW i to � I aw , t OW OnSite Environmental, Inc. 14648 NE 95"'Street,Redmond,WA 98052(425)883-3881 This report pertains to the samples analyzed in accordance with the chain of custody, and is intended only for the use of the individual or company to whom it is addressed. sww 3 Date of Report: March 31, 2006 40 Samples Submitted: March 20, 2006 Laboratory Reference:0603-159 Project:21-1-20442-001 NWTPH-HCID Date Extracted: 3-29-06 Date Analyzed: 3-29-06 , i Matrix: Water Units: mg/L(ppm) go Client ID: B-1-GW-1 Lab ID: 03-159-01 Gasoline: ND PQL: 0.12 Diesel Fuel: ND PQL: 0.30 Lube Oil: ND PQL: 0.49 4 Surrogate Recovery: o-Terphenyl 101% 1 Flags: Y 3 o t J VA OnSite Environmental,Inc. 14648 NE 95th Street, Redmond,WA 98052(425)883-3881 + This report pertains to the samples analyzed in accordance with the chain of custody, and is intended only for the use of the individual or company to whom it is addressed. tt wr+ 4 Date of Report: March 31, 2006 Samples Submitted:March 20, 2006 Laboratory Reference:0603-159 Project: 21-1-20442-001 NWTPH-HCID METHOD BLANK QUALITY CONTROL Date Extracted: 3-29-06 Date Analyzed: 3-29-06 ow i s } Matrix: Water Units: mg/L(ppm) w Lab ID: M130329W1 +wr Gasoline: ND PQL: 0.10 +�r Diesel Fuel: ND vrr PQL: 0.25 Lube Oil: ND wr PQL: 0.40 aw Surrogate Recovery: T o-Terphenyl 84% Flags Y 4w low OnSite Environmental, Inc. 14648 NE 95th Street, Redmond,WA 98052(425)883-3881 This report pertains to the samples analyzed in accordance with the chain of custody, and is intended only for the use of the individual or company to whom it is addressed. Ow lid 5 Date of Report: March 31,2006 Samples Submitted: March 20, 2006 Laboratory Reference: 0603-159 Project: 21-1-20442-001 40 TOTAL METALS EPA 200.8 Date Extracted: 3-23-06 Date Analyzed: 3-24&27-06 to Matrix: Water Units: ug/L(ppb) Lab ID: 03-159-01 Client ID: B-1-GW-1 IVJ CA, Analyte Method Result POL Arsenic 200.8 20 S 3.3 Barium 200.8 720 56 Cadmium 200.8 ND 4.4 Chromium 200.8 64 > S 11 Copper 200.8 120 11 Lead 200.8 57 1.1 Manganese 200.8 1400 11l Nickel 200.8 64 22 Zinc 200.8 190 56 ' 1 OnSite Environmental, Inc. 14648 NE 95th Street,Redmond,WA 98052(425)883-3881 so This report pertains to the samples analyzed in accordance with the chain of custody, and is intended only for the use of the individual or company to whom it is addressed. r 6 Date of Report: March 31, 2006 Samples Submitted: March 20, 2006 Laboratory Reference: 0603-159 Project:21-1-20442-001 aw TOTAL METALS EPA 200.8 +wr METHOD BLANK QUALITY CONTROL Date Extracted: 3-23-06 Date Analyzed: 3-24&27-06 ± ) Matrix: Water Units: ug/L(ppb) +rr Lab ID: MB0323W1 e F ` r' Analyte Method Result PQL Arsenic 200.8 ND 3.3 Barium 200.8 ND 56 +rr Cadmium 200.8 ND 4.4 Chromium 200.8 ND 11 1 i Copper 200.8 ND 11 Lead 200.8 ND 1.1 Manganese 200.8 ND 11 or. Nickel 200.8 ND 22 • Zinc 200.8 ND 56 ' r or '+err OnSite Environmental,Inc. 14648 NE 95"'Street, Redmond,WA 98052(425)883-3881 This report pertains to the samples analyzed in accordance with the chain of custody, and is intended only for the use of the individual or company to whom it is addressed. dw 7 Date of Report: March 31, 2006 10 Samples Submitted: March 20, 2006 Laboratory Reference:0603-159 Project:21-1-20442-001 to TOTAL METALS EPA 200.8 DUPLICATE QUALITY CONTROL so j Date Extracted: 3-23-06 Date Analyzed: 3-24&27-06 k Matrix: Water } Units: ug/L(ppb) Lab ID: 03-166-09 go , j Sample Duplicate i Analyte Result Result RPD PQL Flags to Arsenic 16.9 16.8 0 3.3 i ill Barium 24.4 24.8 1 56 Cadmium ND ND NA 4.4 so Chromium =ND ND NA 11 i Copper ND ND NA 11 i Lead 0.493 0.497 1 ! Manganese 1060 1070 0 11 j Nickel ND ND NA 22 i Zinc ND ND NA 56 1 k 1 VA OnSite Environmental, Inc. 14648 NE 95 Street,Redmond,WA 98052(425)883-3881 r This report pertains to the samples analyzed in accordance with the chain of custody, and is intended only for the use of the individual or company to whom it is addressed. 8 Date of Report:March 31,2006 Samples Submitted:March 20, 2006 Laboratory Reference:0603-159 Project:21-1-20442-001 aw TOTAL METALS EPA 200.8 r MS/MSD QUALITY CONTROL Date Extracted: 3-23-06 Date Analyzed: 3-24&27-06 +r. Matrix: Water Units: ug/L(ppb) Lab ID: 03-166-09 Spike Percent Percent Analyte Level MS Recovery MSD Recovery RPD Flags Arsenic 110 124 97 127 100 3 Barium 110 133 99 136 102 2 Cadmium 110 110 100 114 103 3 Chromium 110 106 97 111 101 4 Copper 110 107 97 112 102 5 w..► Lead 110 109 98 114 103 5 Manganese 110 1150 79 1210 132 5 A :rrr Nickel 110 104 95 113 103 8 f Zinc 110 115 105 118 107 2 .rr OnSite Environmental,Inc. 14648 NE 95h Street, Redmond,WA 98052(425)883-3881 This report pertains to the samples analyzed in accordance with the chain of custody, and is intended only for the use of the individual or company to whom it is addressed. +r 9 OnSite Environmental Inc. Data Qualifiers and Abbreviations A- Due to a high sample concentration,the amount spiked is insufficient for meaningful MS/MSD recovery data. all B-The analyte indicated was also found in the blank sample. C-The duplicate RPD is outside control limits due to high result variability when analyte concentrations are ft within five times the quantitation limit. t ? E-The value reported exceeds the quantitation range and is an estimate. F-Surrogate recovery data is not available due to the high concentration of coeluting target compounds. rt G- Insufficient sample quantity for duplicate analysis. H-The analyte indicated is a common laboratory solvent and may have been introduced during sample preparation, and be impacting the sample result. I-Compound recovery is outside of the control limits. J-The value reported was below the practical quantitation limit. The value is an estimate. irW K-Sample duplicate RPD is outside control limits due to sample inhomogeneity. The sample was re-extracted and re-analyzed with similar results. L-The RPD is outside of the control limits. M-Hydrocarbons in the gasoline range(toluene-napthalene) are present in the sample. O-Hydrocarbons indicative of diesel fuel are present in the sample and are impacting the gasoline result. P-The RPD of the detected concentrations between the two columns is greater than 40. Q-Surrogate recovery is outside of the control limits. S-Surrogate recovery data is not available due to the necessary dilution of the sample. T-The sample chromatogram is not similar to a typical U-The analyte was analyzed for,but was not detected above the reported sample quantitation limit. V-Matrix Spike/Matrix Spike Duplicate recoveries are outside control limits due to matrix effects. 1 " W-Matrix Spike/Matrix Spike Duplicate RPD are outside control limits due to matrix effects. X-Sample extract treated with a silica gel cleanup procedure. Y-Sample extract treated with an acid/silica gel cleanup procedure. Z- ND-Not Detected at PQL PQL- Practical Quantitation Limit RPD-Relative Percent Difference OnSite Environmental,Inc. 14648 NE 95 Street,Redmond,WA 98052(425)883-3881 This report pertains to the samples analyzed in accordance with the chain of custody, and is intended only for the use of the individual or company to whom it is addressed. Cirri - Seattle 11720 North Creek Pkwy N,Suite 400,Bothell,WA 98011-8244 T'V1 425.420.9200 tax 425.420.9210 Spokane East 11115 Montgomery,Suite 8,Spokane,WA 99206-4776 rica 509.924.9200 fax 509.924.9290 Portland 9405 SW Nimbus Avenue,Beaverton,OR 97008-7132 503.906.9200 fax 503.906.9210 Bend 20332 Empire Avenue,Suite F-1,Send,OR 97701-5711 4owwwncelabs.com 541.383.9310 fax 541.382.7588 Anchorage 2000 W international Airport Road,Suite A-10,Anchorage,AK 99 50 2-1119 907.563.9200 fax 907.563.9210 31 March 2006 rr z David Baumeister OnSite Environmental Inc. ar 14648 NE 95th Street Redmond, WA/USA 98052 RE: N/A Enclosed are the results of analyses for samples received by the laboratory on 03/21/06 16:30. If you have any questions concerning this report, please feel free to contact me. Sincerely, +rw ors aw f Sandra Yakamavich Project Manager ; r ow Seattle 11720 North Creek Pkwy N,Suite 400,Bothell,WA 98011-8244 to 425.420.9200 fax 425.420.9210 TM Spokane 11922 E.ist Avenue,Spokane Valley,WA 99206-5302 ' 509.924.9200 fax 509.924.9290 Portland 9405 SW Nimbus Avenue,Beaverton,OR 97008-7132 503.906.9200 fax 503.906.9210 --- Bend 20332 Empire Avenue,Suite F-1,Bend,OR 97701-5711 www.ncivlivbs.com 541.383.9310 fax 541.382.7588 Anchorage 2000 W International AfrpOrt Road,Suite A-30,Anchorage,AK 99502-1119 907.563.9200 fax 907.563.9210 OnSite Environmental Inc. Project: N/A 14648 NE 95th Street Project Number: 21-1-20442-001 Reported: Redmond,WA/USA 98052 Project Manager David Baumeister 03/31/06 15:25 ANALYTICAL REPORT FOR SAMPLES Sample ID Laboratory ID Matrix Date Sampled Date Received i B-I-GW-1 136C0505-01 Water 03/20/0611:03 03/21/0616:30 r do to i { l r a A0 1 t I , i . j t i I v t North Creek Analytical-Bothell The results in this report apply to the samples analyzed in accordance with the chain of custody document.This analytical report must be reproduced in its entirety. North creek Analytical,Inc Page I of 4 Environmental Laboratory Network Sandra Yaka tavich,Project Manager try Seattle 11720 North Creek Pkwy N,Suite 400,Bothell,WA 98011.8244 T?A 425.420.9200 fax 425.420.9210 Spokane 11922 E.Ist Avenue,Spokane Valley,WA 99206-5302 509.924.9200 fax 509.924.9290 Portland 9405 SW Nimbus Avenue,Beaverton,OR 97008-7132 nca 503.906.9200 tax 503.906.9210 4iii0wWw.8celabs.00M Send 20332 Empire Avenue,Suite F-1,bend,OR 97701-5711 541.383.9310 tax 541.382.7588 Anchorage 2000 W International Airport Road,Suite A-10,Anchorage,AK 99502.1119 907.563.9200 fax 907.563.9210 [Red:mond, onmental Inc. Project: N/A ®w th Street Project Number: 21-1-20442-001 Reported: A/USA 98052 Project Mana ger: David Baumeister 03/31/06 15:25 ISIS Microbiological Parameters by APHA Standard Methods North Creek Analytical-Bothell Reporting Analyze Result Limit Units Dilution Batch Prepared Analyzed Method Notes ° t B-1-GW-1(B6C0505-01)Water Sampled:03/20106 11:03 Received:03/21/06 16:30 Fecal Coliforms ND 10 CFU/100 ml 1 61724082 03/21/06 03/24/06 SM 9222 I-05,B-01 IS1t i ata art I to ctrl I . I ISIS a ISIS no I North Cheek Analytical-Bothell Tire results in this report apply to the samples analysed in accordance with the chain of ISIS custody document.This analytical report must be reproduced in its entirety. North creek analytical,Ina Page 2 of 4 Sandra Yakamavich,Project Manager Environmental Laboratory Network w Seattle 11720 North Creek Pkwy N,Suite 400,Bothell,WA 98011-8244 425.420.9200 fax 425.420.9210 TM Spokane 11922 E.1st Avenue,Spokane Valley,WA 99206-5302 509.924.9200 tax 509.924.9290 Portland 9405 SW Nimbus Avenue,Beaverton,OR 97008-7132 S03.906.9200 fax 503.906.9210 Bend 20332 Empire Avenue,Suite F-1,Bend,OR 97701-5711 WWW ACrgt,abS VVM- 541.383.9310 fax 541.382.7588 Anchorage 2000 W Intemational Airport Road,Suite A-10,Anchorage,AK 99502-1119 907.563.9200 fax 907.563.9210 OnSite Environmental Inc. Project N/A 14648 NE 95th Street Project Number: 21-1-20442-001 Reported: Redmond,WA/USA 98052 Project Manager: David Baumeister 03131106 15:25 9 Microbiological Parameters by APHA Standard Methods-Quality Control North Creek Analytical-Bothell Reporting Spike Source %REC RPD I Analyte Result Limit Units Level Result %REC Limits RPD Limit Notes i j Batch 6C24082: Prepared 03/21/06 Using General Preparation Blank(6C24082-BLKl) Fecal Coliforms ND 1.0 CFU/100 ml 1 i i s i I i North Creek Analytical-Bothell The results in this report apply to the samples analyzed in accordance with the chain of custody document.This analytical report must be reproduced in its entirety. North creek Ana/yticat,Inc. Page 3 of 4 Sandra Yakamavich,Project Manager Environmental Laboratory Network 1f< �r Seattle 11720 North Creek Pkwy N,Suite 400,Bothell,WA 98011.8244 T1v1 425.420.9200 fax 425.420.9210 Spokane 11922 E.1st Avenue,Spokane Valley,WA 99206-5302 t 509.924.9200 fax 509.924.9290 Portland 9405 SW Nimbus Avenue,Beaverton,OR 97008-7132 - 503.906.9200 fax 503.906.9210 Bend 20332 Empire Avenue,Suite F-1,Send,OR 97701-5711 541.383.9310 fax 541.382.7588 Anchorage 2000 W International Airport Road,Suite A-10,Anchorage,AK 99502-1119 907.563.9200 fax 907.563.9210 OnSite Environmental Inc. Project: N/A aril 14648 NE 95th Street Project Number: 21-1-20442-001 Reported: Redmond,WA/USA 98052 Project Manager: David Baumeister 03/31/06 15:25 rr Notes and Definitions B-0 1 Atypical growth I-05 Since the sample was out of hold at the time of receipt,the preparatiori/analysis of the sample could not be initiated within the 1 method-specified hold time. DET Analyte DETECTED tai ND Analyte NOT DETECTED at or above the reporting limit NR Not Reported 1W dry Sample results reported on a dry weight basis RPD Relative Percent Difference a tYr t I tar ; 1 +tr , l wta :ar i North Creek Analytical-Bothell The results in this report apply to the samples analyzed in accordance with the chain of rtr custody document.This analytical report must be reproduced in its entirety. North creek Analytical,rnc. Sandra Yakarnavich,Project Manager Environmental Laboratory Network page 4 of 4 ++r o D g IL � N � N f L ' m Z V Cf 4i 6i di « m m m o E i E �a E c ;a a v -o « v « w ° IL a .0 ff ' IL J F Q V `� Z w x ZZ 54 0 co M m a a a 0 E to 0 0 v i LL. 2 f z IL 0 N � o � 0 9 � +L tc� >i N ICJ o o .► m m a c q e E is c a a a z No E E E d mi 0 aw OnSite aw Environmental Inc. > r 14648 NE 95"'Street, Redmond,WA 98052• (425)883-3881 .�r F F April 10,2006 f .r Ted Hopkins Shannon &Wilson, Inc. 400 N 34th Street, Suite 100 Seattle, WA 98103 rr t I Re: Analytical Data for Project 21-1-20442-001 , i Laboratory Reference No. 0603-1598 arr Dear Ted: t Enclosed are the analytical results and associated quality control data for samples submitted on March 20,2006. ari The standard policy of OnSite Environmental Inc. is to store your samples for 30 days from the date of receipt. If you require longer storage, please contact the laboratory. �.r We appreciate the opportunity to be of service to you on this project. If you have any questions concerning the data, or need additional information,please feel free to call me. E A Sincerely, r t r ? David Baumeister Project Manager r 9 r Enclosures it ,r. aw .Nr OnSite Environmental, Inc. 14648 NE 95 Street,Redmond,WA 98052(425)883-3881 This report pertains to the samples analyzed in accordance with the chain of custody, and is intended only for the use of the individual or company to whom it is addressed. wrr . 2 Date of Report:April 10,2006 06 Samples Submitted: March 20,2006 Laboratory Reference: 0603-1596 Project: 21-1-20442-001 go Case Narrative Samples were collected on March 20, 2006 and received by the laboratory on March 20,2006. They go were maintained at the laboratory at a temperature of 2°C to 6°C except as noted below. General QA/QC issues associated with the analytical data enclosed in this laboratory report will be indicated with a reference to a comment or explanation on the Data Qualifier page. More complex and involved QA/QC I issues will be discussed in detail below. t 5 i s 1A j i 1 I d � OnSite Environmental, Inc. 14648 NE 95 Street,Redmond,WA 98052(425)883-3881 This report pertains to the samples analyzed in accordance with the chain of custody, and is intended only for the use of the individual or company to whom it is addressed. iii 3 Date of Report:April 10,2006 Samples Submitted: March 20, 2006 Laboratory Reference: 0603-159B w. Project: 21-1-20442-001 DISSOLVED METALS rr EPA 200.8 Date Analyzed: 4-6-06 Matrix: Water Units: ug/L(ppb) Lab ID: 03-159-01 Client ID: B-1-GW-1 ,r s Result Analyte Method R .a. PQL Arsenic 200.8 ND 3.0 ' Barium 200.8 28 50 Cadmium 200.8 ND 4.0 Chromium 200.8 ND 10 wr Copper 200.8 ND 10 Lead 200.8 I ND 1.0 Manganese 200.8 51 10 j Nickel 200.8 ND 20 �wr Zinc 200.8 ND 25 .r eAw wr a~ OnSite Environmental, Inc. 14648 NE 95"'Street,Redmond,WA 98052(425)883-3881 This report pertains to the samples analyzed in accordance with the chain of custody, and is intended only for the use of the individual or company to whom it is addressed. Ow 4 Date of Report:April 10,2006 IN Samples Submitted: March 20,2006 _ ? Laboratory Reference:0603-159B Project: 21-1-20442-001 DISSOLVED METALS EPA 200.8 METHOD BLANK QUALITY CONTROL rwr t Date Analyzed: 4-6-06 ii Matrix: Water i Units: ug/L(ppb) ` Lab ID: M60406D2 Analyte Method Result PQL T Arsenic 200.8 ND 3.0 ` Barium 200.8 ND 50 + • F Cadmium 200.8 ND 4.0 ; i Chromium 200.8 ND 10 Copper 200.8 ND 10 Lead 200.8 ND 1.0 el Manganese 200.8 ND 10 Nickel 200.8 ND 20 will Zinc 200.8 ND 25 1 VA � 1 i d1 OnSite Environmental, Inc. 14648 NE 95 Street,Redmond,WA 98052(425)883-3881 This report pertains to the samples analyzed in accordance with the chain of custody, and is intended only for the use of the individual or company to whom it is addressed. a aw 5 Date of Report:April 10,2006 Samples Submitted: March 20,2006 Laboratory Reference:0603-159B Project: 21-1-20442-001 nr DISSOLVED METALS EPA 200.8 DUPLICATE QUALITY CONTROL Date Analyzed: 4-6-06 L ■• Matrix: Water I Units: ug/L (ppb) l .r Lab ID: 03-159-01 ,wr Sample Duplicate Analyte Result Result RPD PQL Flags Arsenic ND ND NA 3.0 i +�+ Barium 27.7 . 28.5 3 50 Cadmium ND ND NA 4.0 M Chromium ND ND NA 10 Copper ND ND NA 10 ' F Lead ND ND NA 1.0 1 Manganese 50.6 50.7 0 10 +w Nickel ND ND NA 20 = � wr Zinc ND ND NA 25 aw OnSite Environmental, Inc. 14648 NE 95th Street,Redmond,WA 98052(425)883-3881 This report pertains to the samples analyzed in accordance with the chain of custody, and is intended only for the use of the individual or company to whom it is addressed. err 6 Date of Report:April 10,2006 Samples Submitted: March 20,2006 Laboratory Reference:0603-159B Project: 21-1-20442-001 DISSOLVED METALS EPA 200.8 MS/MSD QUALITY CONTROL IMir Date Analyzed: 4-6-06 Matrix: Water Units: ug/L(ppb) Lab ID: 03-159-01 Spike Percent Percent Analyte Level MS Recovery MSD Recovery RPD Flags 46 . t Arsenic 200 209 105 209 104 0 Barium 200 230 101 223 98 3 rl Cadmium 200 197 98 201 100 2 i Chromium 200 194 97 194 97 0 i Copper 200 198 99 196 98 1 Lead 200 200 100 198 99 1 t Manganese 1100 240 95 241 95 1 g Nickel 200 194 97 193 96 1 Zinc 200 207 103 205 103 1 a i ff , i nl r OnSite Environmental, Inc. 14648 NE 95 Street,Redmond,WA 98052(425)883-3881 y This report pertains to the samples analyzed in accordance with the chain of custody, and is intended only for the use of the individual or company to whom it is addressed. r 7 L Onsite Environmental Inc. Data Qualifiers and Abbreviations A- Due to a high sample concentration,the amount spiked is insufficient for meaningful MS/MSD recovery data. B-The analyte indicated was also found in the blank sample. C-The duplicate RPD is outside control limits due to high result variability when analyte concentrations are within five times the quantitation limit. E-The value reported exceeds the quantitation range and is an estimate. ' F-Surrogate recovery data is not available due to the high concentration of coeluting target compounds. G- Insufficient sample quantity for duplicate analysis. H-The analyte indicated is a common laboratory solvent and may have been introduced during sample preparation,and be impacting the sample result. I-Compound recovery is outside of the control limits. J-The value reported was below the practical quantitation limit. The value is an estimate. t K-Sample duplicate RPD is outside control limits due to sample inhomogeneity. The sample was re-extracted and re-analyzed with similar results. L-The RPD is outside of the control limits. M-Hydrocarbons in the gasoline range(toluene-napthalene)are present in the sample. O-Hydrocarbons indicative of diesel fuel are present in the sample and are impacting the gasoline result. P-The RPD of the detected concentrations between the two columns is greater than 40. Q-Surrogate recovery is outside of the control limits. S-Surrogate recovery data is not available due to the necessary dilution of the sample. T-The sample chromatogram is not similar to a typical U-The analyte was as analyzed for,but was not detected above the reported sample quantitation limit. ' V-Matrix Spike/Matrix Spike Duplicate recoveries are outside control limits due to matrix effects. w W-Matrix Spike/Matrix Spike Duplicate RPD are outside control limits due to matrix effects. X-Sample extract treated with a silica gel cleanup procedure. Y-Sample extract treated with an acid/silica gel cleanup procedure. a Z- ND-Not Detected at PQL PQL-Practical Quantitation Limit RPD-Relative Percent Difference err OnSite Environmental, Inc. 14648 NE 95 Street,Redmond,WA 98052(425)883-3881 This report pertains to the samples analyzed in accordance with the chain of custody, and is intended only for the use of the individual or company to whom it is addressed. ~ cmn H L N V2 CID 1 I � _ u c - � �► r � 1 +r ' SHANNON&WILSON,INC. 1 aw P Aw ! APPENDIX D so RESULTS OF SLOPE STABILITY ANALYSES to aw 4w 1p g o 21-1-20442-001 x 0 0 0 M LO U-j LO M F- N N O LO T T V • • • • • • • • • • • O_ '2 9 l0 � L U � o ui J Z � 41 > � w 00 C � N N } M M t � O) • • • • N 72 ° •VM N O 0" 0= U d O�Ua o Z c c M cai> 0 °N y • • • • • • • • • • • T O N �_ d° 0 .. 0 > 0 O U d O 0 ss Of p Z O C N n.0 0 y N LO • • • • • • • • • • • U� N� O 1 C Ul .. 0.CE N L• 04 -j v ��U • • • • • • • . • '' • c c C .r-(�'y N co U— N' M ..L.. rn �§Ud N c MM v • • T • • • • • • •o • G N :N C t • . IP • ! • s i • acr0O Z U' O C) Ua N N H fN • • V • • • • • • • (D 'A 4) 1 1 u m j O • ' v— d d O, O V L. N �' m" of ��Ud C (D m >+ o�Ua ) CON LACO ° ' � a � �Y w cc cc C Z F- a z 40 0 °o DLO °o co M N N 1993 Ui U011BA913 0 0 i11� M M O L N C N O T T 7 �p O L J O d C � I • i � y H N C NO 21 d P .1 aM N (6 O U r N 7 = O 459 OL o 'a o �a 4) Q £ aw • • • • • • • • • • • T U'N•- N O M f 1 N h 09 Or- o ava J C O C O MW O C • • • • y OO U • • • • • • • � � O M J t N •ID ag > 0 C O • • • • • • • • • ab • O Cfl 1 C cM•yN O Ur N N N O r- im N o va o O • • • • • • • • •> • N O O � � N 0 C O WJ •,a• • • • • e ° I Am • • •c > L N _ O 0 0 •CN.0O 0= T r 030a � yV„ V N w ai LO N N N it _ cr>'vv cMa0 t y Y o a l= GZ cs QU Z .w 0 o ,n 00 M ch N N � O 1993 ul UOIIBA913 SHANNON&WILSON,INC. �r w rr APPENDIX E IMPORTANT INFORMATION ABOUT YOUR GEOTECHNICAL REPORT rr a i 21-1-20442-001 SHANNON & WILSON, INC. Attachment to and part of Report 21-1-20442-001 '~ Geotechnical and Environmental Consultants - Date: June 8,2006 To: Roth Hill Engineering Partners, LLC Attn: Mr.Erik Waligorski P.E. +rr IMPORTANT INFORMATION ABOUT YOUR GEOTECHNICAL/ENVIRONMENTAL � f REPORT w CONSULTING SERVICES ARE PERFORMED FOR SPECIFIC PURPOSES AND FOR SPECIFIC CLIENTS. Consultants prepare reports to meet the specific needs of specific individuals. A report prepared for a civil engineer may not be adequate for a construction contractor or even another civil engineer. Unless indicated otherwise,your consultant prepared your report expressly for you II and expressly for the purposes you indicated. No one other than you should apply this report for its intended purpose without first conferring with the consultant. No party should apply this report for any purpose other than that originally contemplated without first aw conferring with the consultant. THE CONSULTANT'S REPORT IS BASED ON PROJECT-SPECIFIC FACTORS. *W Ageotechnical/environmental report is based on a subsurface exploration plan designed to consider a unique set ofproject-specific factors. 1 Depending on the project, these may include: the general nature of the structure and property involved; its size and configuration;its j historical use and practice;the location of the structure on the site and its orientation;other improvements such as access roads,parking lots, and underground utilities; and the additional risk created by scope-of-service limitations imposed by the client. To help avoid costly problems,ask the consultant to evaluate how any factors that change subsequent to the date of the report may affect the recommendations. Unless your consultant indicates otherwise,your report should not be used: (1)when the nature of the proposed project is changed(for example, if an office building will be erected instead of a parking garage, or if a refrigerated warehouse will be built instead of an unrefrigerated one,or chemicals are discovered on or near the site);(2)when the size,elevation,or configuration altered; (3) when the location or orientation of the proposed project is modified; (4) when there is a ange of ownership; orrr(5) for application to an adjacent site. Consultants cannot accept responsibility for problems that may occur if they are not consulted after factors which were considered in the development of the report have changed. SUBSURFACE CONDITIONS CAN CHANGE. Subsurface conditions may be affected as a result of natural processes or human activity. Because a geotechnical/environmental report is T based on conditions that existed at the time of subsurface exploration, construction decisions should not be based on a report whose adequacy may have been affected by time. Ask the consultant to advise if additional tests are desirable before construction starts; for ,,,0 example,groundwater conditions commonly vary seasonally. Construction operations at or adjacent to the site and natural events such as floods,earthquakes,or groundwater fluctuations may also affect subsurface conditions and,thus,the continuing adequacy of a geotechnicaUenvironmental report. The consultant should be kept apprised of "' any such events,and should be consulted to determine if additional tests are necessary. � 1 f MOST RECOMMENDATIONS ARE PROFESSIONAL JUDGMENTS. �ws Site exploration and testing identifies actual surface and subsurface conditions only at those points where samples are taken. The data were a extrapolated by your consultant,who then applied judgment to render an opinion about overall subsurface conditions. The actual interface between materials may be far more gradual or abrupt than your report indicates. Actual conditions in areas not sampled may differ from those predicted in your report. While nothing can be done to prevent such situations,you and your consultant can work together to help reduce their impacts. Retaining your consultant to observe subsurface construction operations can be particularly beneficial in this respect i �r r � i w Pagel of 2 1/2006 wr A REPORT'S CONCLUSIONS ARE PRELIMINARY. The conclusions contained in your consultant's report are preliminary because they must be based on the assumption that conditions revealed through selective exploratory sampling are indicative of actual conditions throughout a site. Actual subsurface conditions can be discerned only during earthwork; therefore,you should retain your consultant to observe actual conditions and to provide conclusions. Only the consultant who prepared the report is fully familiar with the background information needed to determine whether or not the report's recommendations based on those conclusions are valid and whether or not the contractor is abiding by applicable recommendations. The consultant who developed your report cannot assume responsibility or liability for the adequacy of the report's recommendations if another party is retained to observe construction. THE CONSULTANT'S REPORT IS SUBJECT TO MISINTERPRETATION. Costly problems can occur when other design professionals develop their plans based on misinterpretation of a geotechnicaVenvironmental report. To help avoid these problems,the consultant should be retained to work with other project design professionals to explain relevant geotechnical,geological,hydrogeological,and environmental findings,and to review the adequacy of their plans and specifications relative to these issues. BORING LOGS AND/OR MONITORING WELL DATA SHOULD NOT BE SEPARATED FROM THE REPORT. Final boring logs developed by the consultant are based upon interpretation of field logs(assembled by site personnel),field test results,and laboratory and/or office evaluation of field samples and data. Only final boring logs and data are customarily included in geotechnicallenvironmental reports. These final logs should not,under any circumstances,be redrawn for inclusion in architectural or other ! design drawings,because drafters may commit errors or omissions in the transfer process. j To reduce the likelihood of boring log or monitoring well misinterpretation, contractors should be given ready access to the complete geotechnical engineering/environmental report prepared or authorized for their use. If access is provided only to the report prepared for you,you should advise contractors of the report's limitations,assuming that a contractor was not one of the specific persons for whom the report was prepared,and that developing construction cost estimates was not one of the specific purposes for which it was prepared. While a contractor may gain important knowledge from a report prepared for another party,the contractor should discuss the report with your 1 consultant and perform the additional or alternative work believed necessary to obtain the data specifically appropriate for construction cost estimating purposes. Some clients hold the mistaken impression that simply disclaiming responsibility for the accuracy of subsurface information always insulates them from attendant liability. Providing the best available information to contractors helps prevent costly construction problems and the adversarial attitudes that aggravate them to a disproportionate scale. wl READ RESPONSIBILITY CLAUSES CLOSELY. I Because geotechnical/environmental engineering is based extensively on judgment and opinion, it is far less exact than other design disciplines.This situation has resulted in wholly unwarranted claims being lodged against consultants. To help prevent this problem, consultants have developed a number of clauses for use in their contracts,reports and other documents. These responsibility clauses are not exculpatory clauses designed to transfer the consultant's liabilities to other parties;rather,they are definitive clauses that identify where the consultant's responsibilities begin and end. Their use helps all parties involved recognize their individual responsibilities and take appropriate action. Some of these definitive clauses are likely to appear in your report,and you are encouraged to read them closely. Your t consultant will be pleased to give full and frank answers to your questions. The preceding paragraphs are based on information provided by the F ASFE/Association of Engineering Firms Practicing in the Geosciences,Silver Spring,Maryland ' F . , Page 2 of 2 1/2006 >'? +rly t t � STANDARD PLANS L L l L L L L C L L MANHOLE FRAME AND COVER 6' SEE DRAWING BR29 24" (SP PAGE 8074) .r 12" MAX. ADJUSTMENT (4" MIN.) CONE .rr " RUBBER GASKETED JOINTS IN ACCORDANCE WITH ASTM C-443 `C' STEPS — 3/4" DEFORMED BAR STEPS SHALL BE INCLUDED : f 6-1/2" 7' MIN. CONCRETE RISER BY PIPE INC., OR APPROVED EQUAL. `A' 12" (TYP) MAX. PIPE SIZE — `E' �— LADDER—STD. ALUMINUM 115:� OR GALVANIZED STEEL 14W MORTAR FILLET CONCRETE SHELF lo`"' 1 PRECAST BASE SECTION ' OR CAST IN SHELF. �4 D D 6" MIN. (TYP) ow SANITARY MANHOLE TYPICAL DETAIL ■. NOT TO SCALE ,A, ,B, ,C, ,D, ,E, 48" MH 48" 6" MIN. 5"MIN 24" MIN. 21" I.D. 1 54" MH 54" 8" MIN. 5.5" MIN. 24" MIN. 24" I.D. 60 MH 60" 8" MIN. 6" MIN. 42" MIN. 30" I.D. NOTE rr t. 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. 3. CASTING TO BE PER ORATING BR29. 4. MANHOLE SECTIONS TO BE OF REINFORCED PRECAST CONCRETE. tw 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. & CHANNEL HEIGHT SHALL BE A MINIMUM OF 3/4 THE INSIDE DIAMETER OF THE LARGEST PIPE. SANITARY MANHOLE 9. CONNECTIONS TO MANHOLE SHALL BE MADE USING GPK ADAPTOR, KOR—N—SEAL BOOTS OR APPROVED EQUAL. TYPICAL DETAIL 10. MANHOLES EQUAL TO AND GREATER THAN 20 FEET DEEP SHALL HAVE A "SURETRACK" CLIMBING AND FALL PROTECTION SYSTEM INSTALLED. vw ti Y ADOPTED CTPY OF RENTON STANDARD PLANS LST DATE:04/04 i R vI n t DMC 0 17 Added note . AG DATE REVISION BY APPR DWG. NAME: 8071 SP PAGE:8071 �1 24"x 6" FRAME AND LIP PER DRAWING BR29, SP PAGE 8074. PA in 4" MIN. TO 12" MAX. D aG ♦' n _ s 24" f r � y T 0A c 1 0 12„ N o • � J Z_ 4" 54" ♦. e . de ° ed s 6" 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. 3. CASTING TO BE PER DRAWING BR29. 4. MANHOLE SECTIONS TO BE OF REINFORCED PRECAST CONCRETE. 5. OPENING SHOULD BE ON DOWNSTREAM SIDE, 6. ALL JOINTS SHALL BE GROUTED. 7. SANITARY SEWER MANHOLES SHALL HAVE ALL INTERIOR SURFACES, INCLUDING a to s CHANNELING, COATED (SEALED) WITH A HIGH SOLIDS URETHANE COATING; WASSER MC—AROSHIELD OR APPROVED EQUAL; COLOR OF COATING SHALL BE WHITE. 8. RUBBER GASKETED JOINTS SHALL BE IN CONFORMANCE WITH ASTM C-443. 9. CHANNEL HEIGHT SHALL BE A MINIMUM OF 3/4 THE INSIDE DIAMETER OF THE LARGEST PIPE. 10. CONNECTIONS TO MANHOLE SHALL BE MADE USING GPK ADAPTOR, KOR—N—SEAL BOOTS OR APPROVED EQUAL. t SANITARY SHALLOW MANHOLE TYPE B p ADOPTED CITY OF RENTON « „ STANDARD PLANS t O LST DATE:04/04 10/17/86 EDITED NOTES OCY AG 3/6/95 E�TED NOTES DCY DATE R St N BY PPR DWG. NAME: 8072 SP PAGE: 8072 I <`+r 4 " hh SPECIFY LETTERING D�,ao QQQao C3 n V� �0 ow 25 ` rrrr 23 r x. 2 � err er 33" I r i mw NOTES: MANHOLE ++r t. ALL COVERS SHALL BE LOCKING LID PER EAST JORDAN IRON WORKS. FRAME AND COVER INC..No. 3705 (LOCKING) OR EQUAL. 2. FRAME AND COVER SHALL BE A WATER TIGHT ASSEMBLY. 3. USE FRAME AND COVER FOR STORM (SPECIFY "DRAIN" ON COVER); SANITARY (SPECIFY "SEWER"). OR WATER (SPECIFY "WATER"). � � ADOPTED CITY OF RIUMN STANDARD PLANS E04/10/03 Revised notes and Cieioit. t)CY AtQ$ LST BATE:04/04 Revised notes and Detoc ZH Dmc Added notes. M50ilzl Ki gY PR DWG. NAME: 8074 SP PAGE: B074 1 /2 PLUG AS DAM TEE OF APPROPRIATE SIZE f SEE NOTE 2 RELINER STAINLESS STEEL ADJUSTABLE CLAMPING y BRACKETS OR APPROVED EQUAL 5 y 90' BEND 3/4 THE DIAMETER OF THE DOWNSTREAM PIPE rri INSIDE DROP CONNECTION TO 60"- DIA MANHOLE mill NOT TO SCALE NOTES: 1. INSIDE DROPS ARE ONLY TO BE USED UPON APPROVAL BY THE WASTEWATER UTILITY SECTION. Z ALL PIPES AND FlTTINGS SHALL BE SIMILAR SIZE AND MATERIAL AS INCOMING MAINLINE. 3. WITHIN A 60" DIAMETER MANHOLE, THE MAXIMUM ALLOWABLE DIAMETER 46 OF THE INSIDE DROP PIPING IS 12". INSIDE DROPS EXCEEDING 12" IN DIAMETER OR MULTIPLE DROPS SHALL BE REVIEWED BY THE WASTEWATER UTILITY AND MAY REQUIRE A LARGER DIAMETER MANHOLE. 4. RELINER STAINLESS STEEL ADJUSTABLE CLAMPING BRACKETS up OR APPROVED EQUAL SHALL BE INSTALLED WITHIN 6" OF BOTH BELL AND SPIGOT ENDS OF EACH DROP PIPE. IF DROP PIPE LENGTH EXCEEDS 5 FEET THEN CENTER STRAPS INSIDE DROP CONNECTION SHALL BE INSTALLED WITH A MINIMUM SPACM OF 4 FEET ON CENTER. BRACKETS SHALL BE ATTACHED UTILIZING STAINLESS TO 60" MANHOLE STEEL EXPANSION BOLTS, MIN. 2 EACH AT CONNECTION POINTS. Y ADOPTED CITY OF RENTON t + STANDARD PLANS LST DATE:04/04 7/17/03 RoAsed Not Noteg OA DWG. NAME: 6075-1 SP PAGE: 6075.1 REVISION BY PPR RECESSED LIFT POCKET %" — 11 N.C. SOCKET HD / SCREW 1 W LONG (BRONZE OR S.S.) Y2' x 2" RAISED PADS I,n 12 Y4" ---- 14" 2" `will! �» 2X4 1 " 8" 2" 12 14" NQM. we 1. CLEANOUT IS ONLY TO BE USED AT THE PERMISSION OF THE CITY OF RENTON ENGINEER. 2—0" 2. THIS CLEANOUT IS ONLY TO BE USED FOR 'DRY SEWER LINES THAT MAY BE EXTENDED IN THE FUTURE. ITS PURPOSE IS TO wr ALLOW THE ENGINEER TO DETERMINE THE INVERT ELEVATION OF CLASS THE PIPE FOR FUTURE DESIGNS. ALL 'LIVE" LINES SHALL USE �— STANDARD DETAIL BW18B, SP PAGE 8076 OR STANDARD DETAIL 1 —0" BW18E, SP PAGE 8076.2. 3. RING AND COVER SHALL BE OLYMPIC FOUNDRY M1025 OR 4. IN UNIMPROVED AREAS POUR 1'—O' THICK 2'-0' SQUARE CONCRETE, CLASS 3000, PAD AROUND RING AND COVER. ow FIBER JOINT WATER TIGHT 5. IN ASPHALT ROADWAYS, RESTORE AROUND CLEANOUT RING PACKING PLUG AND COVER AS REQUIRED BY STANDARD DETAIL DRAWING BR36, I SP PAGE 8001. PIPE MATERIAL AS SPECIFIED BY THE ENGINEER fm 8.,0 ww PLUG TO BE SEALED IN SAME MANNER AS MAIN SEWER JOINTS. aw 8 INCH CLEAN—OUT FOR "DRY" SEWER MAIN ADOPTED CITY OF RENTON STANDARD PLANS +rr LST DATE:03/05 acs/»»/soo:r car r�res ocv woe DATE I REVISION I BY IAPPRIJ DWG. NAME: 8076-1 SP PAGE: 8076.1 err A A 2•-0" CONCRETE CLASS 3000 x �7 �--4—3/4.1 15" 12'0 SECTION A—A FIBER JOINT WATER TIGHT PACKING PLUG B B 45" (1/8) BEND 4 Y' PIPE MATERIAL AS SPECIFIED BY THE ENGINEER ' L y *! 6 t �A1 Y 1 2 j' SECTION B—B L s CAST IRON RING AND COVER � PLUG TO BE SEALED IN SAME MANNER AS MAIN SEWER JOINTS. ti>L��W F� 1. 8' FAMOt T RING AND WWR SHAD. BE EAST JORDAN IRON WORKS. INC. 6 INCH CL LOUT No. 3875. CLEAN OUT SHALL BE A WATER Tt KT ASM40LY: 2. IN UNIMPROVED AREAS. POUR A t'—O' T14It3t. 2'-0" SQUARE CONCRETE. CLASS 3000. PAD AROUND THE RING AND COVER- 3. IN ASPHALT ROADWAYS, RESTORE AROUM CLEAIMT ROO AND � ADOPTED COVER AS REQUIRED BY STANDARD DETAIL DRAWING SR36. CITY OF FXNTON AL apft+ mm + STANDARD PLANS L9T DATE;04/04 04 Revised notes. A OMC to 7 Added notes. jDCV I AG I DWG. NAME: 8076 SP PAGE:8076 DATE RMStON I BY PR BACKFILL MATERIAL W (SEE NOTE 4) LIMITS OF PIPE ZONE (SEE NOTE 5) CONCRETE CLASS C (SEE NOTE 8) FOUNDATION LEVEL �1 wr i g (CLASS A DESIGN) —� +IIr W (SEE NOTE 4) LIMITS OF PIPE ZONE BACKFILL MATERIAL (SEE NOTE 5) BEDDING MATERIAL FOR RIGID PIPE aw (SEE NOTE 6) FOUNDATION LEVEL B A aw —� (CLASS B, C, D, DESIGN) BEDDING FOR RIGID PIPE w W (SEE NOTE 4) LIMITS OF PIPE ZONE BEDDING MATERIAL FOR FLEXIBLE PIPE IB (SEE NOTE 7) �+ FOUNDATION LEVEL A i (CLASS F DESIGN) kkI aw BEDDING FOR FLEXIBLE PIPE 4:- om 1. PROVIDE UNIFORM SUPPORT UNDER BARREL 2. HAND TAMP UNDER HAUNCHES I COMPACT BEDDING MATERIAL TO 95% MAX. DENSITY EXCEPT DIRECTLY law OVER PIPE. HAND TAMP ONLY. BEDDING CLASS DESIGN 4. SEE "EXCAVATION AND PREPARATION OF TRENCH" IN THE SANITARY DIMENSION CLASS A CLASS B CLASS C CLASS D CLASS F SEWERS SECTION OF THE STANDARD SPECIFICTATIONS FOR TRENCH WIDTH "W" AND TRENCHING OPTIONS. THE PIPE ZONE WILL BE THE ACTUAL 6" MIN. TRENCH WIDTH. EXCEPT FOR CLASS A BEDDING. THE MINIMUM CONCRETE WIDTH SHALL BE 1-1/2 I.D. + la". A 1/4 LD. 6" MIN. 6" MIN. ZERO 6" MIN. 12" MAX. 5. TRENCH BACKFILL SHALL CONFORM TO "BACKFILLING SEWER TRENCHES" IN THE SANITARY SEWERS SECTION OF THE STANDARD SPECIFICATIONS, B 1/4 O.D. 1/2 O.D. 1/80.0. ZERO O.D. EXCEPT THAT ROCKS OR LUMPS LARGER THAN T" PER FOOT OF PIPE a ' DIAMETER SHALL NOT BE USED IN THE BACKFILL MATERIAL D. 1/8 O.Q. 6. SEE "BEDDING MATERIAL FOR RIGID PIPE" IN THE AGGREGATES SECTION C 3/4 O.D. 1/2 O. O.D. OF THE STANDARD SPECIFICATIONS FOR THE MATERIAL SPECIFICATIONS. 7. SEE "BEDDING MATERIAL FOR FLEXIBLE PIPE" IN THE AGGREGATES SECTION OF STANDARD SPECIFICATION FOR THE MATERIAL SPECIFICATIONS. 8. PIPE MUST BE ANCHORED IN SUCH A MANER AS TO ENSURE FLOW LINE IS MAINTAINED. mw PIPE .BEDDING FOR SANITARY SEWER GtiT p ADOPTED r CITY OF RENTON STANDARD PLANS "w t- -O6 tr s T M8 N LSP DATE:01/05 4-4-97 trd nott 4 DCY DT 2- -91 Revised no! 4,3,7.&,8.AdMal rrotr 6 KJ ---- DATE PtEV► I N BY ppR DWG. NAME: B077 SP PAGE: 8077 rrtr PROPERTY LINE g o r-- FUTURE rTEE " BUILDING SEWER PIPE 1 BUILDING SEWER ' Z 2"x 4" STUD SERVICE MARKER PAINT W ITH 6" SIDE OUTLET J UPPER PORTION WHITE ANS STENCIL ON SIDE WORDING "SEWER" WITH S' HIGH o ROUND THE STUDNAND EXTENDEDATO THE " a TOP OF THE STUD. 6" SIDE SEWER AND BUILDING SEWER X UNLESS OTHERWISE APPROVED BY THE CITY, MAKE TAP THROUGH CAST IRON SADDLE SECURED TO SEWER MAIN WITH STAINLESS STEEL BANDS WHEN CONNECTING NEW SIDE SEWERS TO EXISTING MAIN. PLAIN AND REINFORCED CONCRETE, DI PIPE AND Cl PIPE SEWER MAINS ARE TO BE CORE DRILLED. VITRIFIED CLAY PIPE SHALL BE CUT AND HAVE A NEW TEE SECTIONED IN. 60" ALLOWABLE MAX. FOR CAST IRON PIPE OR DUCTILE IRON PIPE. art 1:3:5 MIX CONCRETE BLOCKING �M`�y 2y µPNGR�SF. Ga 2�6 MiFI SLOPE 0 HORIZONTAL 6" SIDE OUTLET TEE SEWER MAIN SEWER MAIN 6" MIN. CONCRETE BLOCKING ANGLE TYPICAL SIDE SEWER ELEVATION OF TEE AT MAIN OVER 25 ELEVATION r NOTE: UNLESS OTHERWISE SHOWN ON PLAN, SIDE SEWER SHALL HAVE A MINIMUM 2.5' COVER AT PROPERTY LINE OR 3-5' LOWER THAN THE LOWEST HOUSE ELEVATION, WHICHEVER IS LOWER. STANDARD SIDE SEWER INSTALLATION (SEWER MAIN TO PROPERTY LINE) ADOPTED G` Crrr OF RE MN STANDARD PLANS LST DATE.04/04 10/17M Edited note. DCV DWG. NAME: 8078 SP PAGE:8078 *w rr COVER 6' BELOW STREET GRADE 6" PLUG wr J ( 6" ON 6 Y BRANCH 24"x 24" COMM. CLS. CONCRETE I BLOCK POURED AROUND ) LONG 6" 1/8 BEND CONNECTION TO MAIN f STANDARD 6" X MAIN SIZE TEE +wr . 45 SEWER MAIN yr .. NOTE: NOTE: ' DO NOT USE WITHOUT WRITTEN TO RAISE TO GRADE APPROVAL OF THE WASTEWATER aw UTILITY. USE STANDARD 6" SEWER PIPE r` No +Yw SIDE SEWER RISER CONNECTION wr TO SEWER MAIN Y ADOPTED CITY OF RENTON + 4 STANDARD PLANS EST DATE:04/04 DATE I ON BY ppp DWG. NAME: 8081 SP PAGE:6081 w 6.1N. DIAMETER,PIPE LENGII 0 501 l00 150 200 250 300 350 400 4501 500 w 0 0 20 40 59 79 991 119 139 158 170 I'D 50 35 55 75 95 114 1341 154 174 178 171 ,177 818 a 100 ,70 90 110 130 150 169 1 187 186 184 183 182 150, 106 125 145 165 185 195 193 191 189 187 186 14t 161 180 200 202 1"99 197 195 t93 191 190 c 250 ...176 198 214 209 205- 202 200 198 196 194 133 300 211 220 215 211 208 205 202 1 200 198 197 195 z 350 `227 221 : 217 213 210 207 205 I 2Q2 2Q1 199 197 OD 400" 227 222 ; 218 214 211 209 206 204 202 201 199 450 227 222 219 215 213 210 2081 206 204 202 201 TIME SECONDS 6 IN. DIAMETER PIPE I ENGT1i f2�8.3276 "l: 1 200 250 300 350 400 450 SW m w 0 ' 79 99 119 139 158 170 170 50 ` 114 134 154 174 192 190 188 186 rro 100 1W ";l69 1.80 209 210 207 203 201 198 150 224 233 227 222 217 214 210 208 20Q 1, 48 241 235 230 225 222 218 215 S 250 1 1 253 47 241 236 232 226 225 222 300 264 251 246 241 237 233 230 227 4' 267 ;260 254 249 245 241 237 234 231 400 5 '269 263 257 252 248 244 241 238 235 450 6 270 264 259 255 25t 247 244 241 238 TIME SECONDS 6 IN. DIAMETER PIPE LEND 0 50 00 150 200 250 300 350 400 R222 500 w p 0 2Q S9 79 99 119 139 158 170 a 50 79 99 119 139 158 178 198 208 204 198 100 158 178 198 Zt8 238 246 238 232 '227 219 t w 150 238 257 "277 2-2 263 255 248 243 234 317 321` 204 203 275 267 261 255 248 S 250 340 325 31 271 283 76 270 264 3W 340 32T 316 298 290 2$3 277 272 267 263 CIO 350 340 329 311 . .3t0 302 295 289 283 278 274' 26 400 3+10 330 321 313 306 300 294 288 283 279 5; 450 34Q 331 323" 316 309 303 298 292 288 283 TIME SECONDS IN. DIAMETER PIPE LEND FT 0 W 1Qp 1 200 2% 300 400 450 500 0 0 2Q 79 99 119 139 1 17111 170 � 50 1 4 144 I'IN 3 223 237 231 221 100 24 331 276 1 255 w 1 '371 1 3"" 2 336 23 312 302 29 86 278 200 420 383. 2 340 329 320 312 Z318312 250 42 363 352 342 333 326 300 425 409. 345 ' 383 371 361 352 344 336,� 350 425 41t 9 378 368 360 352 345 400 425 413 402 392 374 366 358 352 450 425 414 40� 31a5 387 379 371 365 358 PROCEDURE: TIME SECONDS SLOWLY PRESSURIZE THE PIPE TO 4.0 P.S.I.G. ALLOW 2 MINUTES FOR STABILIZATION, ADDING AIR AS REQUIRED. TIME THE DROP FROM 3.5 P.S.I.G. TO 2.5 P.S.I.G. READ THE MAXIMUM ALLOWABLE TIME IN SECONDS FROM THE TABLES. AIR TEST TABLE (LOIN' PRESSURE) FOR SEWER MAINS ti ADOPTED crrr or t1EMN STAND,,xt1 PLANS IM DATS:04/04 R BY pR DWG. NAME: B083 SP PAGE:BO83 L AGENCY PERMITS +r \. KING COUNTY U Department of Construction and Pacilities Management Property Services Division 500 Icing County Administration Building 500 Fourth Avenue rwrr Seattle, WA 96104 (206) 296-7456 FAX 296^0196 SPECIAL UBE PERMIT Use Of County Owned Property wsr PERMIT NUMBER: S-260-06 FILE NO. DATE: 1X/30/2006 i ^I I PERMITTSE: _.I I I ' I CITY OF RENTON C/O ROTH HILL ENGINEERING. - $ILEAN DAVIS 2600 116TH AVENUE NS SUITE 100 1 I BELLEVUE, WA 98004- I I I rr i DAY PHO":425 869-9448 OTHER/FAX PHONE: 425 869-1190F I PURPOSE: _I TO INSTALL, OPERATE AND MAINTAIN 189` OF 12" SEWER MAIN. ow I I ZJWAL DESCRIPTION 1/4 Sea Twp Rge Account NO. Kroll Page rrr NW 23 23 05 816W I BRIARWOOD WEST TRACT "A" PARCEL {#108180-0510 WITHIN THE BOUNDARIES OF THE ABOVE R2PSRSNCED PARCEL, (SEE ATTACHED LOCATION PLANS) . I I I I I EXPIRATION: This permit shall not for I rar I than 5 and expires on the day of i - I PERMIT FEE: $ di.00 ON cgs, $ 0.00 'I rrr �r�1d Ab'1'!LH'i'1 Vr: dtSC: ; 1.UU.UV VL4W .xxV1 ;s Arim: I u.ou � LAND USE FEE: $ 644.21 OTHER FEE: $ 0.00 j BOND AMOUNT: $ 0100 INSUPM01 AMOUNT-. $ 1,000,000.00 j I I Perttee MUST notify D SN=SS _I AT: 205-5647 I AT LEAST 72 HOURS PRIOR TO BEGINNING WORK AND IMMEDIATLEY UPON COMPL$TION. I By this permit King County authorizes the use of the abo described property: ve I I Custodial Approval Date I - I Property Services Apro al Date —Z71 i The Permittee agrees to comply with th herein. d conditions Contained I j SEE R.EVSRSE SIDE FOR TB CO TIONS. f I VOW I I Signature Of Permittee hate ND1&: permit not valid without all necessary signatures —� y ode 14,4 and expiration date. Nrr Ordinance 4099,.King County Cade 14.46 rrr -- CHY OF RENTON ' SPECIAL USE PEP39 F S-260-06 15h. QisUlEtA CE: By the date of issuance of this permit,the permittee shall procure and maintain, for the duration of t its permit, iur,surance or coverage against claims for injuries to persons or damages to property which may arise f om and in connection with the rights acid privileges granted by this permit and/or the performance,of work herem uler by the pmnmee,his agents,representatives,employees and/or subcontractors. By requiring such minimum insurance coverage,the County shall not be deemed or construed to hav:assessed the risks that may be applicable to the Contractor under this contract.The Contractor shall assess its mwn risks and,if it deems appropriate and/or prudent,maintain greater limits and/or broader coverage. . 1;othing contained within these insurance requirements dial l be deemed to limit the scope,applicati<n and/or limits of the coverage afforded,which coverage will apply to each insured to the full extent provider by the tE.rms and conditions of the policy(s). Nothing contained within this provision shall affect and/or alt sr the , a�plieation of any other provision contained within this Agreement. For All Coverages: The cost of such insurance shall be paid by the permittee. Each insurance poliy shall be Written on an"Occurrence Form." 1. Minimum&M and Limits of insurance Coverage shall be at least as broad as: General Liability: W Insurance Services Office form number CG 0001 (Ed. 11-88) covering C dEMLAL i)ENERAL Lam.The permittee shall maintain limits no less than$1,000,000 combined single limit per occurrence for bodily injury,personal injury and property damage. AUT0Mg"J LIABILI : Insurance Services Office form number(CA 00 01 Ed. 12-90 or its !quivalent) covering BUSINESS AUTO COYERAGF, symbol 1 "any auto", or the combination of symbols 2; 8 and 9. Limits shall be no less Om$1,000,000.Combined Single Limit Bodily Injury and Property Damag:.` WORKERS COI FNSATION: Workers Compensation coverage, as required by the Industrik i houanee .Act of the State of Washington; EMPLOYERS LIABILITY gr "Stop-Gan": The protection by the Workers Compensation PCGcy Past 2 (Employers Liability)or,in states'with monopolistic state funds, the protection provided by the -Stop-Gap" endorsement to the General Liability policy. Limits shall be no less than$1,000,000. 2.-Deductibles and Self-Insured Retentions The deductible and/or self-insured retention of the policies shall not limit or apply to the pmnittee' Iiability to the County and shall be the sole responsibility ofthe permittee. wr C FFY OF RENTON SPECIAI,USE PERMIT S-260-06 15h. IN�(iURANCE CUt�ED: :1.Qftq ce Pmyvisions The insurance policies required in this permit are to contain,or be endorsed to contain the followi ig provisions a. All liability policies except Workers Compensation: 1. The County,its officers,officials,employees and agents are to be covered as insured as re;pects liability arising out of activities performed by or on behalf of the permittee in connection,vith this permit. 7 2. Insurance coverage shall be primary insurance as respects the County,its officers,official; employees and agents. Any insurance and/or self-insurance maintained by the County,its officers, officials,employees or agents should not contribute with the permittee's insurance or bene fit the 7 permittce in any way. I The permittee's insurance shall apply separately to each insured against whom a claim is n ade and/or Tlawsuit is brought,except with respect to the limits of the insurer's liability. b. All Policies: Coverage shall not be suspended,voided,cancelled,reduced in coverage or in limits prior tc the expiration date of this special use permit,unless forty-five(45)days prior notice,return rece:pt requested,has been given to the County. Acceptability of Insurers Unless otherwise approved by the County, insurance is to be placed with insurers with a Bests'r sting of no less than A. VM,or,if not rated with Bests',with minimum surpluses the equivalent of Bests'sus plus size VIII. PW ai 5.Verification of Coverage The permittm shall furnish the King County Real Property Division with certificates of insurano:and endorsements required by this permit. The County reserves the right to require complete,certifies I copies of all required insurance policies at any time. 6. Municipal oar State Aguey Provision If the Permittee is a Municipal Corporation or an agency of the State of Washington and is self-nsured for any of the above insurance requirements,a certification of self-insurance shall be attached heret t`and be incorporated by reference and shall constitute compliance with this section. CITY OF RENTON SPECIAL USE PERMIT '5-260-06 15. SPECIAL TERMS AND COZr O S: ri a. The permittee will restrict all use of King County property to those described in the Letter dated 11/29/06 and shown on the attached site plans. + b. The permittee shall not make any additional improvements or alterations to the property that is not specifically addressed in this pernnit. c• The permittee shall be responsible for the repair and/or replacement of any irrrprovements damaged as a result of the authorized activities associated with this permit. d. If at any time the authorized use of this permit creates a condition.which � could pose a danger to the public,the Permittee will be responsible for Posting tempozarY signage,using approved barricades,or taking other approved measures to facilitate continued safe use of the property. e. The permittee shall be responsible for obtaining and providing proof of all necessary permits prior to beginning work. f The permittee shall restore the property to its original or better condition upon completion of the work. g. King County reserves the right to set additional terms as unforeseen conditions at this time,may warrant in the future. air sir a i i ides TERMS AND CONDITIONS 1- E�UT REVOCATION;This Permit is revocable at any time by Ong County. The right to revoke is expressy,reserved to Katg County. OWN 2. IN[EMNITY AND HOLD hNMI ERR, The PWA&ft agrees to indemnify and hold ham dm l(ing County as wren to the Maximum t:tent possible under law. Accord �p1f harmbos fci Co lo9ty,the Permktea agrees�for taet,'tts successors and assigns to deknd,IndemnJy;;3nd hold 4 Uy.its appointed and elected ofkciab,and employees from and against Wablity for all claims,demands,suits,and:j x1gawnts in"Ing cot to of deknse Y»erevf for Injury to persona,death,or Property damage which is mused by,arises out of,or is incidental U PwrilRiee"s exerdse of r,thts and peMlegae granted by tN&Pwr*t. The Pempteods obligation under this section shag include; a) Inds m niflolftpa for such osr claims wheel or or not they arise from the solo negligence of either the County or tine Permittee,the concurrent negligence of both p shies.or the negligence C one or more thid pages. b)The duty to promptly accept sender of defense and Provide defense to tin County at the Penr tese's own exgenot• c)Indemnifnetion of claims made by the Permittee's own employees or agents. d)Waiver of the Parmittee's immunity under the ndustrial kW manta Provisions of Title 51 RCW,Wich waiver has been mutually negotiated by the parties. err' In d e event it is necessary for the County to incur attorneys lea;legal expenses,or other costs to enforce the provisions of ft section, all such fees.expenses,and costa shall be raQvverable from the Pormfft . Intl a event It is determined that RCW 424.115 applies to ihis.greernert,the Permitiee agrees to defend,hold harmless,a>d indemnify Khg County o the maximum extent permitted theretinder,and specifically for its reglgence concurrent with that of King County to tl>¢tiff extant ese of PwmiSee': negligence. Pemmite s agrees to defend,Indemnify,and hold harmless tie County for claims by Permittee's employees.and agrees to waiver of it x Ytvtu*under TWO 51 RCW,which waiver has been minusly negotiated by the parties. 3 AF_,(_i 21SCRIMINATtON: In all hiring or employment made passible or fesulting from ties Permit.there shall be no disaimin:etion against any employs!Of applicant for employment because of race,color,ancestry,religion.national origin.age,sex sexual orientation.martlilsbrtus,or tte presence of any sensory, mental or physical har dirgm in an otherwise qualified handicapped person unless based upon'q bona fide acupsdional aualfiicalon,and d is requirement shol apply to but not bs mmlted io the following: employment,advor it:ing.layoff or$rifmirtation, rates of pay x other forms of ocmpertsation,and selection for training intruding apprenticeship. No person shall be dirtied.or':k,48aed to diMl inabor in receipt of the benefit of any services or activities made possible by or resuMV fiorn this Permit on the grounds Brace,Color, ancestry,felt ion,national origin,age(except minimum age and rtdrernent provisions).sex,sexual orlentatim,nu"status,pawltitstatus,the Presence of i ny sensory,mental or physical handicap,Of the use of a trainad guide-dog by a blind or dad person. Any violation of t)•tls provfsien shat be corer derail a violation of a matarW provision of this Permit and shall be grounds for cancellation,termination or suspension ifi whole or in Pad of the Pe ink by the County,and may resuk in ineligibility for huther County permits, 4. 112--E&QLUk%& 44E'This Permit shat!not be deemed or construed to be an excluahve right It does not prohibit On-,m y from gmmbV any•Thar Permits to other Public or private enures.nor shall it preverd the County room using arty public plats for any and all Pubic use or affect its ju Isdic6'on over any part of them. 5• :SSMEHTS: F`9mWaa shall be required to Pay any general or special assessments inverted by King County which pre diroCtly attdbrRabie to or arising from any ocWns,occupancy,or usage authorized herein. am S• 10 YNNAR2 The Por itee may terminafs 20 Perth by written notice to the Manager of Real Estate Services Sn6bn. Upon revocation,to mhabort,or sbwwmvnent,the Permutes shat remove at his expense al finalities purred on said property by the Pe mitts,and restore the Pr tmfses to a condition which is equivalent in alt respects to the corxWort exestng prior to installation of the facilities,or tt:•0 condition which is sacs:gory to the County. Y the Pemhit3ee-Los not axrarixptiea e:apnavaf and rsstera3tn err the end of a r:i.xcty�day porvx l f�icvr�g the effective date of eevocaton,tarmiration.expiration,or abandonment,the County may ack omplah all of the necessary work and chaff ore all of to Costs to the P xrfttee. 7• RM N: After completion of work authorized by this Permit,the Permikee shall restore the property to a conft;j which is OWKIkrrt In;TI rospeds to ire oortdaion of the Property Prior to starting work or a condition satiihwil ry to King County. If the PermOse delays the restxatior beyond expiration of the Permit,ft County may accomplish all to necessary work and charge all the Costa to the Permit6oe. 8. REP uRING DAMAGE QX PERLAInEE in the event-tnd damage of any kind is caused by the Permites in the come of Pwfbm*V work aut orta d by this Pam*,P&OVdfto oW repatir sold damage at its sole cost arxd axqumse. Repair work shale begin without tie*and contirra without Intent goon until nnn*ad_ K damage`is eAensive,the time allowsll for repair vrii be prescribed by rte County agent If the County determines it I i nams&W,tie County may accompfish the work and charge el the costs to t'e Permiltee. g• ARN MMENT OF UNSAFE CONDITIONS: The Corny representative may at any time,do,order,or have done ail work conakWW necessary to estore to a safe condition any arm described In Permit let by the Pera ftbe in a condition dangerous to ire or prcprarty. The Pemft*eha I Pay,upon demand,to the Cottty all costs of such work,mafenals,eta Notug in this sKtlon shat ref4w the PsntTkse of duties under Terms i rid Conditions No.2 above. 10. R_IC�TS RESERVED TO COUNTY-CONE - AND P6YM5tj OF COST REQUIRED The County reserves the•tlSrtrt to use, occupy,and a'joy ks property for such purposes as it MO desire including,but not united to,cxatstrkmCtrlg or totaling structures and'(sudABea on the P WOdY,n r devebPesg.improving,repairing or altering the property. The Ptmnktee,upon when notice.will at We own cost aid expense tar remove,ropai•, rofocate.change or reconstruct such koMMOft to conttrm with tht:plans of work contemplated or ordered by.b1e County sxcrding to A lira sQ.''C"z.cry-trod;h 1 e written rates. 11. jr1 ir.E: Pemhittes agrees to obtain information tnxn otter utility operators regarding the location and aurant status of ttxeir netaAatione before slay i4 hvork Property owners adjohfng,or in proximity to,the Project as described herein shall be notified by Permitee,,when such ire Property is esl OW to the Possi Ity of injury or damage through peri ymmve of work on to project nutwrized by this Permit Psnnktee shall Make all advel rce arrangements necessary to protsGt such property or Lift from injury or damage. 12. 01 APPLICAM LAM' Issuarta of this Permit does not in any way relieve the Permutes from complying with any other applicable law;In pmf nkV the wok subject to this Permit OWN 13. RAF jE VTRY: After completors of work authorzed by this Pern-9 it the Perr dace desires to re-enter upon the property desCr bad herein for any rec":ruction,notice shah be provided in advance to King Cocutty;oyather with the plans and specifications for the work protosed,and $hail not be pe milted without the County's consent- 14. TMJ This Permit grants only the right to use King County s lift st in the herein described property,and tie granting of this Permit is not a warranty that good title to any specific property is vested in King County. iS. SM 4AL TERMS AND CONDITIONS: (SEE ATTACKED SHEET(S) 05,a S r I .. ryrR—�'—G✓Jel f VJ7'IJ l-1 1 r Ur NLN I UN rtsrw 425 430 7241 P.02 urr King County Project No: L07CG090 Department of Development and � Land Usc Scrviccs Section Date: April$,2007 900 Oakesdale Avcnuc Southwcsl Renton,WA 98057-5212 +rn GRADING/ CLEARING PERMIT INSP.- INAN Permit Type: GRADE Sub Type: GRADING Title: CENTRAL PLATEAU INTERCEPTER Submitted: 02-16-07 �. Description: Install 12"sewer mains within private properties. Date Issued: 40°( Expires: Y / Site Location: 14665 154"PI SE,14518 152nd PI SE, 14514 152nd Pi SE Parcel No,: Multiple Applicant: City of Renton/ATTN:John Hopkins Owner's Name: Multiple Address: 1055 S Grady Wy Address: Multiple Renton,WA 98057 rr Plcasn refer to the above project number when making inquiries regarding this application. For Permit information or requests for rr inspections,call your Grading/Clearing Inspector at206-296-7143. -------------------------------------------------------------C ERTIFICATION------------------------------------------ -------------- I certify under penalty of perjury under the laws of the Statc of Washington that the information furnished by the owner ouwner's agent in support of this application is true and correct. I further certify that all applicable King County requirements for the work r.. authorized by this permit, if issued,will be met and that violation thereof will be cause for code enforcement xtion, i have read the attached conditions of approval and understand that failure to comply with all conditions set forth herein shall necessitate an immediate work stoppage until such time as compliance with the stipulated conditions is attained, Faillre to comply or repeated violations of permit conditions may result on enforcement actions,civil penalties as authorized under K.C.C.Titic 23. and/or permit suspension or revocation. The granting of this permit shall not be construed as satisfying the equircments of other applicable Federal, State or Local government permits or regulations. The operation and maintenance of facilities authorized under this permit shall be conducted in accordance with the conditions contained herein and shall generally mmply with all provisions of "- K.C.C. 16,28 and other applicable County Codes. .r. !J Owner/Applicant.Signature Title pate r r RPR—b9—�bb'� by:14 (:1 1 Y UF- HEN I UN HBHW 425 4.50 IJ,5 King County Project No, L07CG090 Department of Development and Activity No: Environmental Services Land Use Services Scction Date: April 5,2007 goo oakesdale Avcnuc Southwest Renton,WA 98055-1219 all GRADING/CLEARING PERMIT CONDITIONS Permit Type: GRADE Sub Type: GRADING W Title: CENTRAL PLATEAU INTERCEPTER Submitted: 02-16-07 ' Date issued: 0'{106 / - Description: inatail 12°sewer mains within private properties. Mill Expires: Site Location: 14665 15401 PI SE,14518 152nd PI SE,14514152n°PI SE parcel No.: Multiple Applicant: City of Renton/ATTN:John.Flopkins Owner's Name: Multiple Address: 1055 S Grady 1Ny Address: Multiple Renton,WA 98057 Phone No.: 425-430-6918 Phone No.: i Other Information: W Please refer to the above project number when making inquiries regarding thisapplication. Fur Permit information or requests for inspections.,call your Grading/Clearing inspector at206-296-7143. The conditions attached to this cover sheet apply to.the permit referenced here. All conditions must be complied with by the contractor and verified by your Grading/Clearing Inspector or this permit will become null and void. Annroved sstued $v _ Title Date 0'y:14 C11Y OF HEN-ION PBPW 425 430 7241 P.04 T -IgFzP CENTRAL PLATEAU INTERCEPTOR GRADE PERMIT[' to . Permit Approval Conditions Document Clearing and Grading Conditions Permit Number: L07CGO90 aw This permit is to authorize the installation of approximately 1020 lineal feet of 12 inch HDPE sewer pipe.: 273 lineal feet of 6 inch PVC sewer pipe;and 45 lineal feet of 15 inch PVC sewer pipe on private property, Approximately 390 lineal feet o1.1020 lineal feet 12 inch HDPF sewer pipe will be installed on the surface of steep slopes on private property. 230 lineal feet of the remaining 12 inch J1DPF ,,;ewer pipe will be installed by horizontal directional boring, The following conditions apply to the permit 1,07CG090: General Conditions: 5010 - The permitteesliall notify the Sitc Development Services Section (SDSS)at least one day prior to the start of work.Contact John Kane(iy(206)296-7143, 5015- Permittee shall provide the name of a responsible person or agent who can be contacted 24 hours a clay, 5020 - This permit will be inspected by the Site Development Services Section. 49 hours prior to start of construction, call the John Kane at(206)296-7143 to schedule a pre- colis(I'll(Aioll cc)life rence. 5025 - If work is to be suspended for 30 or more consecutive.calendar days, permitt"shall notify ,lolin Kane(296-7143) of the SUSS prior to the cessation of work indicating their iwe-ntion it) do so and also prior to restarting operations. 5015 - Work shall bc limited to that slic)-,,Nn oil the approved plans pages 4; 5; 12;13; 14; 1.5 ;17 and 113 stamped and dated March 29, 2007 by John Kane of King County Land Ilse Services Division. .4 copy of the appruvcd plans, conditions raid permit must bo on the job site whenever work Is in progress. Approval of this proposal does not include work within the public right ofw;jy, or 5075 - You nikist call 1-800-424-5555 11L)t less than 48 !tours beflure beginning excavation where any underground utilities may he located. Failure to do so could mean bearing law substantial repair costs (tip to three times the cost of'rep'lirs to the service). ■ r�rr�—r��—e el r ei�•14 1.1 1 r Ur KtY I UN r-»rw 425 4.50 Y;241 H.05 5570 = Failure to comply with any of the conditions contained within this permit shall be ---hn=dfate-cause-for-suspension`t��i t'tt[it�nd tint sand-Pcnalfies pursuant"to King � County Code Title 21 A, and 23 and Chapters 9,04, 9.1.2, and 16.82. Noise and Environmental Conditions 5060 - Hours of operation shall be limited to 7:00 a.m. to 7:00 p,m-, Monday through Saturday and 10:00 a.m. to 5:00 p.m. on Sunday, unless alternative hours are approved, in writing, by DDES in accordance with K.CC 16.82.105. Hours of operation may be further restricted during peak traffic hours. 5070 - Permittee shall abide by the regulations of the Puget Sound Clean Air Agency (PSCAA).This site may be located in a NO-BURN ZONE- Contact PSAPCA at 206- 343-8800 for information. 5135 - All site preparation work shall be completed in accordance with the soils report entitled"Geotechnical Report Central Plateau Interceptor, Renton,Washi_n ton, dated June 9. 2006"submitted Shannon& Wilson, Inc.. . 5231- All disturbed pervious areas(compacted, graded, landscaped, etc.)of this development site must demonstrate one of the following: The existing duff layer or underlying topsoil shall be amended soil to maintain the moisture capacity. The amendment shall take place between May 1 and October 1. Replaced topsoil shall be a minimum of eight inches thick, unless the applicant demonstrates that a different thickness will provide conditions equivalent to the soil moisture- holding capacity native to the site. Replaced topsoil shall have an organic matter content between eight to thirteen percent dry weight and a pil suitable for the proposed landscape plants. 5235 - The permittee shall submit a detailed accounting, of all off site disposal activities on a biweekly basis. The accounting shall include date., number of trips, quantity, type of material,and destination. ' 5240 - If the contractor chooses to dispose of excess excavated material on sites where less than 100 cubic yards and 3 feet of till will be placed, the contractor shall provide documentation that these sites have been inspected by a consultant capable of identifying sensitive areas as defined by King County Code. The report shall include date of inspection.name of consultant and company, an assessor's reap of the parcel. the name, address and phone number of the propeny owner. and the location of the fill placed on the property. No fill shall be placed in sensitive.areas or their buffers on these sites. The reports shall be included in the bi\�,eekk accuunting required by condition 5235. HHH-013-;200y 09:14 CITY OF RENTON PBPW 425 430 7241 P.06 r. Traffic Conditions 5460 - Permittee shall be responsible for implementing allappropriatC measures needed (i.e. aw paving, sweepers, and/or other techniques) to keep streets and roads used as haul routes for export or import of material clean and free frorn debris, mud, etc, 5470 - Any damage to pavement edges, sidewalk,curb and gutter, etc-, resulting from operations authorized by this permit shall be repaired immediately, aw Erosion Control Conditions No 5288 - The permittee shall follow all of the provisions for wet season construction in accordance with KC Surface Water Design Manual Section D.5.2, (Attached), aw 5289 - The permittee,shall follow the TESC details in accordance with King County Washington Surface Water Design Manual Appendix D Erosion and Sediment Control Standards January 25, 2005. The silt fence detail depicted in section D.33.1 shall be low the method used within the jurisdiction of DDES. 5290 - The permittee shall provide daily inspection by an erosion Control specialist of the adequacy and maintenance needs of all erosion control measures. In addition, any area s needing erosion control shall be immediately addressed, Daily inspection reports shall be available to King County DDES bi-weekly, Critical Area Conditions 5491 - The permittee shall not dispose of waste generated from construction activities or workers in a sensitive area and/or buffer. aw 5246 - Applicant shall provide certification at the completion of the project by a licensed ci%,il engineer that the sewer has been installed per the plan approved March 12, 2007 by John Kane of King County Land Use Services Division. Development authorized by this permit or approval may require other state and/or federal permits, including, but not limited to. a Washington State Hydraulics Project Approval JIPA) or a U.S. Arm), Corps of Engineers 404 or Section 10 permit. If such other per-init(s) is/are required, this/these other permits must be issued prior to issuance of this permit or approval. Failure to secure these other permits before beginning work authorized by this permit or approval Is ILI violation of this condition, and iliay result in suspension Or revocation ot'dils permit/approval. and/or pursuing other enforcement actions. Should any other required permit be suspended, revoked or in anyway be subjected to other enforcement ,actions I this permit may be suspended Until all defects causing said enforcement actions have been remedied, In addition, the pranting of this permit or approval does not authorize the applicant to violate any provisions of the HrK-VJ7-�'VJU' ( b7 15 L 1 I T UI NLV I UN Flit-'W 4d> 4.50 '(241 F.d'r if Endangered Species Act as set forth at 16 U.S.C. §§ 1531-1543, including the prohibition on the ---- - .7.. -- `tal.-e"-a-f tltt'eai�rrcd�i'c��s�red s�e�i�s: '3'ake "is clef-uiedtii 16 U.S:C:�§�--153..(19):_..---- I have read the attached conditions of approval and understand that failure to comply with all conditions set forth herein may necessitate an immediate work stoppage until such time as compliance with the stipulated conditions is attained. I certify that I have made a diligent inquiry regarding the need for concurrent state or federal permits to engage in the work authorized by this permit and no such permits are required or I have obtained the required permits. I understand that the granting of this permit shall not be construed as satisfying the requirements of other applicable Federal, State,or local laws or regulations. In addition, I understand and agree that this permit dues not authorize the violation of the Fndangered Species Act as set forth at 16 U.S.C. §§ 1531-1543, including the prohibition on the"take"of threatened or endangered species. "Take"is defined at 16 U.S.C. §§ 1532(19). 1 fully understand that it is my sole responsibility to determine whether such "take"restrictions would be violated by work done pursuant to this permit, and I understand that I ecIuded by Federal l,aw from undertaking work authorized by this permit ' at wo k ould v to the"take"restrictions set forth at 16 U.S.C. §§ 1538, 50 C.F.R. §§ 1;.31, 50 C. - . §§ 2 d 54 CT R, §§ 224. Signed Date D TOTAL P.O? Washington 'DRAULIC PROJECT APPROVk,: North Puget Sound Department of FISH and 16018 Mill Creek Boulevard WILDLIFE RCW 77.55.021 Appeal pursuant to Chapter 34.05 RCW Mill Creek,WA 98012-1296 (425)775-1311 ow Issue Date: December 13,2006 Control Number: 107523-1 Project Expiration Date: December 12,2011 FPA/Public Notice#: N/A AW PERMITTEE F26th IZED AGENT OR CONTRACTOR Renton City of Wastewater Utilit Y ineering ATTENTION:John Hobson Eileen Davis 155 Grady Way 5th Floor. ve. NE, Suite 100 arr Renton,WA 98055 Bellevue, WA 98004 425-430-7279 425-869-9448(148) r Project Name: Central Plateau Central Plateau Interceptor Project Description: Install a sewer conduit over the top of an existing culvert in a tributary to the Cedar River located at 14665 154th Place SE PROVISIONS r 1. TIMING LIMITATIONS: The project may begin immediately and shall be completed by December 12, 2011. 2. Work shall be accomplished per plans and specifications approved by the Washington Department of Fish and Wildlife entitled, "CENTRAL PLATEAU INTERCEPTOR, SECTION 2", dated November 14, 2006, except as modified by this Hydraulic Project Approval. A copy of these plans shall be available on site during construction. 3. Conduit alignment shall be as nearly perpendicular to the stream.as possible. 4. The culvert and streambed shall not be disturbed. If the culvert is damaged and flow enters the work area, work activities shall cease and the Area Habitat Biologist (AHB) listed below shall be contacted immediately for additional approval to repair or replace the culvert and finish the project. 5. Equipment used for this project shall be free of external petroleum-based products while working around the stream. Accumulation of soils or debris shall be removed from the drive mechanisms (wheels, tires, tracks, etc.) and undercarriage of equipment prior to its working below the ordinary high water line. Equipment shall be checked daily for leaks and any necessary repairs shall be completed prior to commencing work activities along the stream. .r 6. If at any time, as a result of project activities, fish are observed in distress, a fish kill occurs, or water quality problems develop (including equipment leaks or spills), immediate notification shall be .. made to the Washington Emergency Management Division at 1-800-258-5990, and to the AHB. 7. Erosion control methods shall be used to prevent silt-laden water from entering the stream. ow These may include, but are not limited to, straw bales, filter fabric, temporary sediment ponds, check dams of pea gravel-filled burlap bags or other material, and/or immediate mulching of exposed areas. Page 1 of 4 Washington JL g North Puget Sound HYDRAULIC PROJECT APPROVAL fil"IN Department of 16018 Mill Creek Boulevard WFISH and RCW 77.55.021 -Appeal pursuant to Chapter 34.05 RCW Mill Creek,WA 98012-1296 WILDLIFE (425)775-1311 Issue Date:December 13, 2006 Control Number: 107523-1 Project Expiration Date: December 12,2011 FPA/Public Notice#: N/A trri 8. Prior to starting work, the selected erosion control methods (Provision 7) shall be installed. Accumulated sediments shall be removed during the project and prior to removing the erosion control methods after completion of work. f I 9. Wastewater from project activities and water removed from within the work area shall be routed to an area landward of the ordinary high water line to allow removal of fine sediment and other contaminants prior to being discharged to the stream. 10. All waste material such as construction debris, silt, excess dirt or overburden resulting from this project shall be deposited above the limits of floodwater in an approved upland disposal site. 11. Extreme care shall be taken to ensure that no petroleum products, hydraulic fluid, fresh cement, sediments, sediment-laden water, chemicals, or any other toxic or deleterious materials are allowed to enter or leach into the stream. PROJECT LOCATIONS rr Location #1 conduit over culvert WORK START: December 13, 2006 WORK END: December 12, 2011 , WRIA: Tributary to: 08.0299 Civer Lake Washington 1/4 SEC: Section: Township: Range: Latitude. Longitude: County: NW 1/4 23 23 N 05 E N 47.4712T W 122.13419 King Location#1 Driving Directions NOTES APPLY TO ALL HYDRAULIC PROJECT APPROVALS This Hydraulic Project Approval pertains only to those requirements of the Washington State Hydraulic Code, specifically Chapter 77.55 RCW(formerly RCW 77.20). Additional authorization from other public agencies may be necessary for this project. The person(s)to whom this Hydraulic Project Approval is issued is responsible for applying for and obtaining any additional authorization from other public agencies(local,state and/or federal) that may be necessary for this project. This Hydraulic Project Approval shall be available on the job site at all times and all its provisions followed by the person(s)to whom this Hydraulic Project Approval is issued and operator(s)performing the work. This Hydraulic Project Approval does not authorize trespass. The persons)to whom this Hydraulic Project Approval is issued and operator(s)performing the work may be held liable for any loss or damage to fish life or fish habitat that results from failure to comply with the provisions of this Hydraulic Project Approval. Page 2 of 4 Washington DRAULIC PROJECT APPROVtic North Puget Sound Department of 16018 Mill Creek Boulevard FISH and RCW 77.55.021 -Appeal pursuant to Chapter 34.05 RCW WILDLIFE Mill Creek,WA 98012-1296 (425)775-1311 orr Issue Date: December 13,2006 Control Number: 107523-1 Project Expiration Date: December 12, 2011 FPA/Public Notice#: N/A Failure to comply with the provisions of this Hydraulic Project Approval could result in a civil penalty of up to one dw hundred dollars per day and/or a gross misdemeanor charge, possibly punishable by fine and/or imprisonment. All Hydraulic Project Approvals issued pursuant to RCW 77.55.021 (EXCEPT agricultural irrigation, stock watering or bank stabilization projects)or 77.55.141 are subject to additional restrictions,conditions or revocation if the Department ++� of Fish and Wildlife determines that new biological or physical information indicates the need for such action. The person(s)to whom this Hydraulic Project Approval is issued has the right pursuant to Chapter 34.04 RCW to appeal such decisions. All agricultural irrigation, stock watering or bank stabilization Hydraulic Project Approvals issued pursuant to RCW 77.55.021 may be modified by the Department of Fish and Wildlife due to changed conditions after aw consultation with the person(s)to whom this Hydraulic Project Approval is issued: PROVIDED HOWEVER,that such modifications shall be subject to appeal to the Hydraulic Appeals Board established in RCW 77.55.301. APPEALS INFORMATION If you wish to appeal the issuance or denial of, or conditions provided in a Hydraulic Project Approval, there are informal and formal appeal processes available. wr A. INFORMAL APPEALS(WAC 220-110-340)OF DEPARTMENT ACTIONS TAKEN PURSUANT TO RCW 77.55.021, 77.55.141, 77.55.181,and 77.55.291: A person who is aggrieved or adversely affected by the following Department actions may request an informal review of: (A)The denial or issuance of a Hydraulic Project Approval,or the conditions or provisions made part of a Hydraulic Project Approval; or (B)An order imposing civil penalties. A request for an INFORMAL REVIEW shall be in WRITING to the Department r, of Fish and Wildlife HPA Appeals Coordinator,600 Capitol Way North,Olympia, Washington 98501-1091 and shall be RECEIVED by the Department within 30 days of the denial or issuance of a Hydraulic Project Approval or receipt of an order imposing civil penalties. If agreed to by the aggrieved party,and the aggrieved party is the Hydraulic Project Approval applicant, resolution of the concerns will be facilitated through discussions with the Area Habitat Biologist and +�+ his/her supervisor. If resolution is not reached,or the aggrieved party is not the Hydraulic Project Approval applicant, the Habitat Technical Services Division Manager or his/her designee shall conduct a review and recommend a decision to the Director or his/her designee. If you are not satisfied with the results of this informal appeal, a formal appeal may be filed. dr B. FORMAL APPEALS (WAC 220-110-350)OF DEPARTMENT ACTIONS TAKEN PURSUANT TO RCW 77.55.021 (EXCEPT agricultural irrigation,stock watering or bank stabilization projects)or 77.55.291: aw A person who is aggrieved or adversely affected by the following Department actions may request a formal review of: (A)The denial or issuance of a Hydraulic Project Approval,or the conditions or provisions made part of a Hydraulic Project Approval; (B)An order imposing civil penalties; or (C)Any other'agency action'for which an adjudicative proceeding is required under the Administrative Procedure Act,Chapter 34.05 RCW. A request for a FORMAL APPEAL shall be in WRITING to the Department of Fish and Wildlife HPA Appeals Coordinator, shall be plainly,labeled as'REQUEST FOR FORMAL APPEAL'and shall be RECEIVED DURING + OFFICE HOURS by the Department at 600 Capitol Way North, Olympia,Washington 98501-1091,within 30-days of the Department action that is being challenged. The time period for requesting a formal appeal is suspended during consideration of a timely informal appeal. If there has been an informal appeal,the deadline for requesting a formal appeal shall be within 30-days of the date of the Department's written decision in response to the informal appeal. r C. FORMAL APPEALS OF DEPARTMENT ACTIONS TAKEN PURSUANT TO RCW 77.55.021 (agricultural irrigation, stock watering or bank stabilization only),77.55.141, 77.55.181, or 77.55.241: A person who is aggrieved or adversely affected by the denial or issuance of a Hydraulic Project Approval,or the conditions or provisions made part of a Hydraulic.Project Approval may request a formal appeal. The request for FORMAL APPEAL shall be in WRITING to the Hydraulic Appeals Board per WAC 259-04 at Environmental Hearings Office,4224 Sixth Avenue SE, Building Two- Rowe Six, Lacey, Washington 98504;telephone 360/459-6327. .r Page 3 of 4 Washington g HYDRAULIC PROJECT APPROVAL North Puget sound Department of 16018 Mill Creek Boulevard FISH and RCW 77.55.021 -Appeal pursuant to Chapter 34.05 RCtN Mill Creek,WA 98012-1296 WILDLIFE (425)775-1311 Issue Date: December 13,2006 Control Number: 107523-1 Y Project Expiration Date: December 12, 2011 FPA/Public Notice#: N/A D. FORMAL APPEALS OF DEPARTMENT ACTIONS TAKEN PURSUANT TO CHAPTER 43.21 L RCW: A person who is aggrieved or adversely affected by the denial or issuance of a Hydraulic Project Approval, or the conditions or provisions made part of a Hydraulic Project Approval may request a formal appeal. The FORMAL APPEAL shall be in accordance with the provisions of Chapter 43.21 L RCW and Chapter 199-08 WAC. The request for FORMAL APPEAL shall be in WRITING to the Environmental and Land Use Hearings Board at Environmental Hearings Office, IN Environmental and Land Use Hearings Board,4224 Sixth Avenue SE, Building Two-Rowe Six, P.O. Box 40903, Lacey, Washington 98504;telephone 360/459-6327. E."FAILURE TO APPEAL WITHIN THE REQUIRED TIME PERIODS results in forfeiture of all appeal rights. If there.is no timely request for an appeal, the department action shall be final and unappealable. ENFORCEMENT: Sergeant Chandler (34) P3 Habitat Biologist for Director Larry Fisher 425-649-7042 WDFW CC: Page 4 of 4