Loading...
HomeMy WebLinkAboutContract r Award Date: uly 1.6 2007 _ CAG Awarded to:. Northwest Infras xiw±L ire, Inc. 133 23rd Street SE Puyallup, WA 98372 $175,693.56 ITY Cd'? ;ea ct' �, o Bidding Requirements, City of Renton ♦ 4 .. Forms, Contract Forms, Conditions of the Contract, Plans and Specifications MUM MW N City of Renton No No N 26th St / Park PL N Storm System Project fte or ON Project No. SWP-27-2850 City of Renton 1055 South Grady Way Renton WA 98057 _ General Bid Information: 425-430-7200 Project Manager: 425-430-7293 Daniel Carey ® Printed on Recycled Paper CITY OF RENTON RENTON, WASHINGTON CONTRACT DOCUMENTS for the N 26th St / Park PL N Storm System Project PROJECT NO. SWP-27-2850 June 2007 BIDDING REQUIREMENTS CONTRACT FORMS CONDITIONS OF THE CONTRACT SPECIFICATIONS PLANS ti y r r. �9ooF9FGisT ������Q S/ONALEN 1 EXPIRES 10/18/ r CITY OF RENTON 1055 South Grady Way Renton, WA 98057 r ® Printed on Recycled Paper r N26th St/Park PL N Storm System Project, SWP-27-2850 Responsible Officer: Hal Johnson President- NWI Northwest Infrastucture, Inc. 133 23rd Street SE Puyallup, WA 98372 253 840-5400-Office 253 840-5404- Fax 253 261-2528-After Hours Job Foreman: Curtis Hogan Superintendent-NWI Northwest Infrastucture, Inc. 133 23rd Street SE Puyallup,WA 98372 253 840-5400-Office 253 261-0607-After Hours Bonding Agent: Ann Bosic Agent- Bell Anderson Insurance 724 West Smith Street Kent, WA 98032 253-852-1680-Office 253-859-2051- Fax r -- ------------- Ir _ - - DEPARTMENT OF LABOR AND INDUSTRIES REGISTERED AS PROVIDED BY LAW AS IN CONST CONT GENERAL REGIST- # EXP . DATE CC01 NORTHII006DT 05/17/2009 it EFFECTIVE DATE 03/30/2000 NORTHWEST INFRASTRUCTURE INC rrr 133 23RD ST SE PUYALLUP WA 98372 k - ---- Detach And Display Certificate REGISTERED AS PROVIDED BY LAW AS CONST CONT GENERAL REGIST. # EXP. DATE Please Remove CC01 NORTHII006DT 05/17/2009 And Sign EFFECTIVE DATE 03/30/2000 Identification 1M Card Before NORTHWEST INFRASTRUCTURE INC Placing In 133 23RD ST SE Billfold PUYALLUP WA 98372 Signature Issued by DEPARTMENT OF LABOR AND INDUSTRIES 1-625-052-0(N)IRIM Y o� CITY OF RENTON BUSINESS LICENSE Expiration Date Finance Division 9/30/2008 + 1055 South Grady Way Renton, WA 98057 Issued Date: License# (425)430-6851 7/27/2007 13L.029832 Business Location Billing Code: ocl_a 133 23RD ST SE Licensee has applied or a City of Renton PUYALLUP,WA 98372 Li pp f �' business license in accordance with Renton Municipal Code (the Code),Title V Business, Chapter 5 Business Licenses. The Licensee NORTHWEST INFRASTRUCTURE INC agrees to comply with all requirements of the 133 23RD ST SE Code, as well as State laws and regulations PUYALLUP,WA 98372 applicable to the business activity licensed. Post this License at the place of business. r e~ ea Sow �.,, r• CITY OF RENTON N 26th St/Park PL N Storm System Project SWP-27-2850 CONTRACT DOCUMENT TABLE OF CONTENTS r Summary of Fair Practices Policy Summary of Americans with Disability Act Policy Scope of Work Location,Vicinity Map Instructions to Bidders, Example Schedule of Prices Call for Bids *I -Bid Section *Combined Affidavit&Certificate Form: Non-Collusion,Anti-Trust Claims, Minimum Wage Form *Bid Bond Form *Proposal *Schedule of Prices *Acknowledgement of Addenda .. **Subcontractors List (not required for this project) 2—Contract Section ❖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 Insurance Information and Requirements Certificate of Payment of Prevailing Wages Statement of Intent to Pay Prevailing Wages Affidavit of Prevailing Wages Paid Prevailing Minimum Hourly Wage Rates(New job classifications) Environmental Regulation Listing WSDOT Amendments City of Renton Special Provisions Survey Control Network, Surveying Standards, and Monuments Traffic Control Information Geotechnical Information Site Photos Manufacturer's Details and Information Standard Details Construction Plans(reduced 11 x 17) Documents marked as follows must be submitted at the time noted and must be executed by the Contractor, President and Vice President or Secretary if corporation by-laws permit. All pages must be r• signed. In the event another person has been duly authorized to execute contracts, a copy of the corporation minutes establishing this authority must be attached to the bid document. .. * Submit with Bid ** Submit with Bid or within 24 hours of bid ❖ Submit after Notice of Award CITY OF RENTON Planning/Building/Public Works Department 1055 South Grady Way r. Renton, Washington 98057 02_Contents.D00 r s 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 r separation are conducted in a manner which is based on job-related criteria which does not discriminate against women, minorities and other protected classes. Human resources decisions will be in accordance with individual performance, staffing requirements, governing civil service rules, and labor contract agreements. (2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton will cooperate fully with all organizations and commissions organized to promote fair practices and equal opportunity in employment. (3) AFFIRMATIVE ACTION PLAN - The City of Renton Affirmative Action Plan and Equal Employment Program will be maintained and administered to facilitate equitable •• representation with the City work force and to assure equal employment opportunity to all. It shall be the responsibility of elected officials, the Mayor, the Affirmative Action Officer, department administrators, managers, supervisors, Contract Compliance Officers r 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. r 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 IN by the City Council of the City of RENTON, Washington,this 7thday of October, 1996. CITY OF RENTON: RENTON CITY COUNCII.,: ayor Council President Attest: r '\ City Clerl r rr 03_SUMRY.D00 r CITY OF RFNTON SUX&IARY OF.AhiENCANS W=DISABLTITIES 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. (3) AMERICANS WITH DISABII.=S ACT POLICY-The City of Renton Americans With Disabilities Act Policy will be maintained to facilitate equitable representation within the City work force and to assure equal employment opportunity and equal access to City services, activities and programs to all people with disabilities. It shall be the responsibility and the duty of all City officials and employees to carry out the policies and guidelines as set forth in this policy (4) CONTRACTORS' OBLIGATION - Contractors, subcontractors, consultants and suppliers conducting business with the City of Renton shall abide by the requirements of the Americans With Disabilities Act and promote access to services, activities and programs for people with disabilities. Copies of this policy shall be distributed to all City employees, shall appear in all operational documentation of the City, including bid calls, and shall be prominently displayed in appropriate City facilities. CONCURRED IN by the City Council of the City of Renton, Washington, this 4th day of October 1993. C ON RENTON CITY COUNCIL: Mayor Council President Attest: City Clerk IV CITY OF RENTON N 26th St/Park PL N Storm System Project SWP-27-2850 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: • Installing approx. 400 LF of new 8-, 12-, and 18-inch storm line and 8 catch basins, • Install approximately 160 LF of 12-and 18-inch HDPE storm line on a steep slope, +� • Removing and reconstructing 200 SY of exposed aggregate driveway, • Replacing concrete curb and gutter, .. • Trench patches, grind and remove asphalt, and asphalt overlay, • Clearing grass, shrubs, and wooded areas for pipe installation , .. • Restoring cleared areas, • Hydroseed, fertilize, mulch. r The estimated project cost is $160,000 to $175,000. w A total of 30 working days is allowed for completion of the project. Any contractor connected with this project shall comply with all Federal, State, County, and City codes and regulations applicable to such work and perform the work in accordance with the plans and specifications of this contract document. s rrr `rr 04a SCOPE.DOC\ 11� �t LAKE - WASHINGTON Project Location z s SR-900 ' . x_405 SR_ i cD_ co i Project Location N 26th St / Park PL N Storm System Project 0' 1 Mile N 1 1 Scale: 1" = 1 Mile City of Renton Surface Water Utility D. Carey 6/07 i L i IT] C) To N 30th St - N,2 t P a� Q 0 c� je ling o e New St Line Z NO R C H ULIN 6h i �II a Bell ista ADts ea n 0 A o Z Q. -o co o A rtmen Ent ance Project Vicinity N 26th St / Park PL N Storm System Project 0' 300' N ' ' Scale: 1" = 300' City of Renton Surface Water Utility D. Carey 6/06 INSTRUCTIONS TO BIDDERS r 1. Sealed bids for this proposal will be received by the City of Renton at the office of the Renton City Clerk, Renton City Hall,until the time and date specified in the Call for Bids. • At that 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. w 2 Any omissions, discrepancies or need for interpretation should be brought, in writing, to the attention of the Project Engineer. Written addenda to clarify questions that arise may then be issued. No oral statements by Owner, Engineer, or other representative of the owner shall, in any way, modify the contract documents,whether made before or after letting the contract. 3 The work to be done is shown in the plans and/or specifications. Quantities are understood to be only approximate. Final payment will be based on actual quantities and at the unit price bid. The City reserves the right to add or to eliminate portions of that work as deemed necessary. 4. Plans may be examined and copies obtained at the Public Works Department Office. Bidders shall satisfy themselves as to the local conditions by inspection of the site. 5. The bid price for any item must include the performance of all work necessary for completion of that item as described in the specifications. 6. The bid price shall be stated in terms of the units indicated and as to a total amount. In the event of errors, the unit price bid will govern. Illegible figures will invalidate the bid. 7. The right is reserved to reject any and/or all bids and to waive informalities if it is deemed advantageous to the City to do so. 8. A certified check or satisfactory bid bond made payable without reservation to the Director of Finance of the City of Renton in an amount not less than 5% of the total amount of the bid shall accompany each bid proposal. Checks will be returned to unsuccessful bidders immediately following the decision as to award of contract. The check of the successful bidder will be returned provided he enters into a contract and furnishes a satisfactory performance bond covering the full amount of the work within ten days after receipt of notice of intention to award contract. Should he fail, or refuse to do so,the check shall be forfeited to the City of Renton as liquidated damage for such failure. 9. All bids must be self-explanatory. No opportunity will be offered for oral explanation except as the City may request further information on particular points. 10. The bidder shall, upon request, furnish information to the City as to his financial and practical ability to satisfactorily perform the work. 11. Payment for this work will be made in Cash Warrants. 12. The contractor shall obtain such construction insurance (e.g. fire and extended coverage, worker's compensation, public liability, and property damage as indicated on forms enclosed under Attachment A herein and as identified within Specification Section 1-07.18. Revised:04/06 bh 13. The contractor, prior to the start of construction, shall provide the City of Renton a detailed bar chart type construction schedule for the project. 14 Before starting work under this contract,the Contractor is required to supply information to the City of Renton on all chemical hazards Contractor is bringing into the work place and potentially exposing City of Renton Employees. r■ 15. Payment of retainage shall be done in accordance with Section 1-09.9(1) "Retainage. 16. Basis For Approval w The construction contract will be awarded by the City of Renton to the lowest, responsible, responsive bidder. The bidder shall bid on all bid schedules items of all schedules set forth in the bid forms to be considered responsive for award. The total price of all schedules will be used to determine the successful low responsive bidder. Partial bids will not be accepted. The owner reserves the right to award any or all schedules of the Bid to meet the needs of the City. The intent is to award to only one BIDDER. 17. Trench Excavation Safety Systems r As required by RCW 39.04.180, on public works projects in which trench excavation will exceed a depth of four feet, any contract therefor shall require adequate safety systems for the trench excavation .. that meet the requirements of the Washington Industrial Safety and Health Act, Chapter 49.17 RCW. These requirements shall be included in the Bid Schedule as a separate item. The costs of trench safety systems shall not be considered as incidental to any other contract item and any attempt to include the trench safety systems as an incidental cost is prohibited. 18. Payment of Prevailing Wages .r In accordance with Revised Code of Washington Chapters 39.12 and 49.28 as amended or supplemented herein, there shall be paid to all laborers, workmen or mechanics employed on this contract the prevailing rate of wage for an hour's work in the same trade or occupation in the area of .. work regardless of any contractual relationship which may exist, or be alleged to exist, between the CONTRACTOR and any laborers,workmen, mechanics or subconsultants. The most recent issue of the prevailing wage rates are included within these specifications under section titled "Prevailing Minimum Hourly Wage Rates". The Contractor is Responsible for obtaining updated issues of the prevailing wage rate forms as they become available during the duration of the contract. The wage rates shall be included as part of any subcontracts the Contractor may enter into for work on this project. 19. Pollution Control Requirements Work under this contract shall meet all local, state and federal requirements for the prevention of .. environmental pollution and the preservation of public natural resources. The CONTRACTOR shall conduct the work in accordance with all applicable pollution control laws. The CONTRACTOR shall comply with and be liable for all penalties, damages, and violations under Chapter 90.48 RCW, in performance of the work. The CONTRACTOR shall also comply with Article 4 in the Puget Sound Air Pollution Control Agency Regulation III regarding removal and encapsulation of asbestos materials. Revised:04/06 bh r 20. Standard Specifications All work under this contract shall be performed in accordance with the following standard specifications except as may be exempted or modified by the City of Renton Special Provisions or "' other sections of these contract documents. These standard specifications are hereby made a part of this contract and shall control and guide all activities within this project whether referred to directly, paragraph by paragraph, or not. 1. WSDOT "2006 Standard Specifications for Road,Bridge and Municipal Construction" hereinafter referred to by the abbreviated title "Standard Specifications." r 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 r. the measurement and payment provisions of Section 1-09 of the City of Renton Special Provisions, Measurement and Payment(added herein), and Section 1-09.14 shall govern. 21. If a soils investigation has been completed, a copy may be included as an appendix to this document. ~` If one has not been provided for this project by the City or Engineer, the Bidders shall familiarize themselves adequately with the project site and existing subsurface condition as needed to submit their bid. Upon approval of the City, the Bidder may make such subsurface explorations and investigations as they see fit. The Bidder shall be responsible for protection of all existing facilities, utilities and other buried or surface improvements and shall restore the site to the satisfaction of the City. r* 22 Bidder's Checklist ❑ It is the responsibility of each bidder to ascertain if all the documents listed on the attached index ,,. are included in their copy of the bid specifications. If documents are missing, it is the sole responsibility of the bidder to contact the City of Renton to obtain the missing documents prior to bid opening time. ❑ Have you submitted, as part of your bid, all documents marked in the index as "Submit With Bid"? ❑ Has bid bond or certified check been enclosed? ❑ Is the amount of the bid guaranty at least 5 percent of the total amount of bid including sales tax? ❑ Has the proposal been signed? ❑ Have you bid on ALL ITEMS and ALL SCHEDULES? ❑ Have you submitted the Subcontractors List(If required) ❑ Have you reviewed the Prevailing Wage Requirements? ❑ Have you certified receipt of addenda, if any? r ■r r. r Revised:04/06 bh " E X A M P L E - SCHEDULE OF PRICES " This Example shows how the Schedule of Prices should be filled out. The prices are for illustration only, and do not represent actual unit prices for those items. The Unit Price for all bid items, all extensions, and Total amount of the bid must be filled in. Handwritten words and figures are acceptable(must be legible). FOR EACH BID ITEM 1 Write the Unit Price in words and figures (number). The words and figures must be equal. .r Example: Nine hundred dollars, $900.00. 2 Multiply the Quantity by the Unit Price, write the result in the"Amount" column as a figure. Example: Bid Item#2, 200 Linear Foot x$1.20 = $240.00 3 Add the Amounts for all bid items and write the result in the "Subtotal'column (example: $5,315.35). 4 Multiply the Subtotal by the Sales Tax, write the result in the "Sales Tax" column (when present). Example: $5,315.35 x 8.8% = $467.75 5 Add the Subtotal and the Sales Tax, write the result in the "TOTAL" column. RECHECK THE WORDS, FIGURES, AND MATH The bid may be rejected if the Unit Price (in words) is not the same as the Unit Price (in figures). EXAMPLE ITEM APPROX. ITEM NAME WITH UNIT PRICE UNIT PRICE AMOUNT NO. QUANTITY (Unit Prices to be written in words) (figure) (figure) 1. 1 Erosion Control Lump Sum $ Nine hundred dollars $ 900.00 $ 900.00 2. 200 Clear Fence Line Linear Foot $ One dollar and twenty cents $ 1.20 $ 240.00 3. 150 Topsoil Cubic Yard $ Three dollars $ 3.00 $ 450.00 4. 2 Chain Link Gate Each $ One thousand two hundred dollars _ $ 1,200.00 $ 2,400.00 5. 0.40 Hydro-seed Acre $ Two thousand dollars $ 2,000.00 $ 800.00 6. 1 Restoration Lump Sum $ Five Hundred twenty five dollars and $ 525.35 $ 525.35 thirtyfive cents Subtotal $ 5,315.35 8.8% Sales Tax $ 467.75 TOTAL $ 5,783.10 06-Example Sched Prices.doc CAG-07-118 CITY OF RENTON ' CALL FOR BIDS ' N 26th St/Park PL N Storm System Project Sealed bids will be received until 3:00 p.m., Tuesday, July 10, 2007, at the City Clerk's office, 7"' floor, and will be opened and publicly read in conference room#521 on the 5"'floor,Renton City Hall, 1055 South Grady Way,Renton WA 98057, for the N 26th PL/Park PL N Storm System Project. The work to be performed within 30 working days from the date of commencement under this contract shall include,but not be limited to: Installing approximately 400 LF of new 8-, 12-, and 18-inch storm line and 8 catch basins. Installing approximately 160 LF of 12- and 18-inch HDPE storm line on a steep slope. Removing and reconstructing 200 SY of exposed aggregate driveway, and replacing concrete curb and gutter. Trench ' patches, grind and remove asphalt, and asphalt overlay. Clearing grass, shrubs, and wooded areas for pipe installation. Restoring cleared areas,and hydroseed, fertilize,mulch. The estimated project cost is $160,000 to$175,000. The City reserves the right to reject any and/or all bids and to waive any and/or all informalities. Bid documents will be available June 20,2007. Plans, specifications, addenda, and the plan holders ' list for this project are available on-line through Builders Exchange of Washington, Inc., at htth://www.bxwa.com. Click on"bxwa.com'; "Posted Projects", "Public Works", "City of Renton", "Projects Bidding". (Note: Bidders are encouraged to"Register as a Bidder,"in order to receive automatic email notification of future addenda and to be placed on the "Bidders List.") Questions about the project shall be addressed to, Daniel Carey, City of Renton,P/B/PW, 1055 Grady Way,Fifth Floor,Renton,WA, 98057,phone (425)430-7293, fax(425)430-7241. ' A certified check or bid bond in the amount of five percent (5%) of the total of each bid must accompany each bid. ' The City's Fair Practices,Non-Discrimination, and Americans with Disability Act Policies shall apply. ' Bonnie I. Walton, City Clerk Published: ' Daily Journal of Commerce June 20,2007 Daily Journal of Commerce June 25,2007 Daily Journal of Commerce July 2,2007 .. CAG-07-118 .. CITY OF RENTON CALL FOR BIDS MW N 26th St/ Park PL N Storm System Project Sealed bids will be received until 3:00 p.m., Tuesday, July 10, 2007, at the City Clerk's office, 70' floor, and will be opened and publicly read in conference room#521 on the 5"'floor, Renton City Hall, 1055 South Grady Way, Renton WA 98057, for the N 26th PL/Park PL N Storm System Project. The work to be performed within 30 working days from the date of commencement under this contract shall include,but not be limited to: Installing approximately 400 LF of new 8-, 12-, and 18-inch storm line and 8 catch basins. Installing MW approximately 160 LF of 12- and 18-inch HDPE storm line on a steep slope. Removing and reconstructing 200 SY of exposed aggregate driveway, and replacing concrete curb and gutter. Trench patches, grind and remove asphalt, and asphalt overlay. Clearing grass, shrubs, and wooded areas for pipe installation. Restoring cleared areas, and hydroseed, fertilize, mulch. The estimated project cost is $160,000 to $175,000. The City reserves the right to reject any and/or all bids and to waive any and/or all informalities. Bid documents will be available June 20, 2007. Plans, specifications, addenda, and the plan holders list for this project are available on-line through Builders Exchange of Washington, Inc., at http://www.bxwa.com. Click on"bxwa.com'; "Posted Projects", "Public Works", "City of Renton", "Projects Bidding". (Note: Bidders are encouraged to"Register as a Bidder," in order to receive automatic email notification of future addenda and to be placed on the "Bidders List.") Questions about the project shall be addressed to, Daniel Carey, City of Renton, P/B/PW, 1055 .. Grady Way,Fifth Floor, Renton,WA, 98057,phone (425)430-7293, fax (425)430-7241. A certified check or bid bond in the amount of five percent (5%) of the total of each bid must accompany each bid. The City's Fair Practices,Non-Discrimination, and Americans with Disability Act Policies shall apply. Bonnie L Walton, City Clerk Published: Daily Journal of Commerce June 20, 2007 Daily Journal of Commerce June 25, 2007 Daily Journal of Commerce July 2, 2007 1 - BID SECTION N 26th St / Park PL N Storm System Project SWP-27-2850 The following documents must be submitted for the bid at the time noted, and must be executed by the Contractor, President and Vice President or Secretary if corporation by-laws permit. All pages must be signed. In the event another person has been duly authorized to execute contracts, a copy of the corporation minutes establishing this authority must be attached to the bid document. *1 —Bid Section Cover Sheet(this page) *Combined Affidavit& Certificate Form: Non-Collusion, Anti-Trust Claims, and Minimum Wage Form *Bid Bond Form *Proposal *Schedule of Prices *Acknowledgement of Addenda **Subcontractors List (not required for this project) * Submit with Bid ** Submit with Bid or within 24 hours of bid 23 Bidder's Checklist ❑ It is the responsibility of each bidder to ascertain if all the documents listed on the attached index are included in their copy of the bid specifications. If documents are missing, it is the sole responsibility of the bidder to contact the City of Renton to obtain the missing documents prior to s bid opening time. ❑ Have you submitted, as part of your bid, all documents marked in the index as "Submit With Bid"? ❑ Has bid bond or certified check been enclosed? ❑ Is the amount of the bid guaranty at least 5 percent of the total amount of bid including sales tax? ❑ Has the proposal been signed? ❑ Have you bid on ALL ITEMS and ALL SCHEDULES? ❑ Have you submitted the Subcontractors List(If required) ❑ Have you reviewed the Prevailing Wage Requirements? ❑ Have you certified receipt of addenda, if any? 07b-Bid Instructions DOC\ — I - BID SECTION N 26th St/ Park PL N Storm System Project — SWP-27-2850 The following documents must be submitted for the bid at the time noted,and must be executed by the Contractor,President and Vice President or Secretary if corporation by-laws permit. All pages must be signed. In the event another person has been duly authorized to execute contracts,a copy of the corporation minutes establishing this authority must be attached to the bid document. *1 —Bid Section Cover Sheet(this page) *Combined Affidavit&Certificate Form: Non-Collusion, Anti-Trust Claims, and Minimum Wage Form *Bid Bond Form *Proposal *Schedule of Prices *Acknowledgement of Addenda "Subcontractors List (not required for this project) * Submit with Bid ** Submit with Bid or within 24 hours of bid 23 Bidder's Checklist It is the responsibility of each bidder to ascertain if all the documents listed on the attached index in are included in their copy of the hid 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. r� 15 Have you submitted,as part of your bid,all documents marked in the index as"Submit With Bid"? Has bid bond or certified check been enclosed? Is the amount of the bid guaranty at least 5 percent of the total amount of bid including sales tax? 1 Has the proposal been signed? Have you bid on ALI,ITEMS and ALL SCl IF:DUI.F..S? Have you submitted the Subcontractors List(If required) bi Have you reviewed the Prevailing Wage Requirements? Have you certified receipt of addenda,if any? r�. 07b-aid Insaucaonu.n00 so CITY OF RENTON Combined Affidavit and Certification fb= Non-Collusion,Anti-Trust,arui Minimum Wage (Nan-Federal Aid) NON-COLLUSION AFFIDAVIT Being duly sworn,deposes and says, that he is the identical person who submitted the foregoing proposal or bid,and that such bid is genuine and not sham or collusive or made in the interest or on behalf of any person not therein named, and further,that the deponent has not directly induced or solicited any other Bidder on the foregoing work or equipment to put in a sham bid, or any other person or corporation to refrain from bidding, and that deponent has not in any manner sought by collusion to secure to himself or to any other person any advantage over other Bidder or Bidders. AND CERTIFICATION RE: ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER Vendor and purchaser recognize that in actual economic practice overcharges resulting from anti-trust violations are in fact usually borne by the purchaser. Therefor, vendor hereby assigns to purchaser any and all claims for such over- charges as to goods and materials purchased in connection with this order or contract,except as to overcharges resulting from anti-trust violations commencing after the date of the bid, quotation, or other event establishing the price under this order or contract. In addition, vendor warrants and represents that such of his suppliers and subcontractors shall assign �. any and all such claims to purchaser,subject to the aforementioned exception. AND MINIMUM WAGE AFFIDAVIT FORM I,the undersigned,having been duly sworn, deposed, say and certify that in connection with the performance of the work of this project, I will pay each classification of laborer, workman, or mechanic employed in the performance of such 11M work, not less than the prevailing rate of wage or not less than the minimum rate of wages as specified in the principal contract: that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. FOR: NON COLLUSION AFFIDAVIT, ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER AND MINIMUM WAGE AFFIDAVIT N 26th St /Park PL N Storm System Project Name of Project ' Northwest Infrastructure, LLC Name o idder's Firm Signaft r of Authorized Representative of Bidder Subscribed and sworn to before m 10 day of Jury , 2007 . ' —Notary Public in and for the State of Washington _.' �h �1G Notary(Print) �"�- ��- 11 t ' My appointment expires: Ckr;�; f OF WAS r BID BOND FORM Herewith End deposit in the form of a certified check, cashier's check, cash, or bid bond in the W amount of$ 8,784.61 which amount is no s fv ercent of the total bid. Si t re Know All Men by These Presents: That we, _ _ Northwest Infrastructure, Inc. as Principal, and as Surety, are held and firmly bound unto the City of Renton, as Obligee, in the penal sum of Eight Thousand Seven Hundred Eighty-Four and 61/100 Dollars, for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns,jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for N 26th St/Park PL N Storm System Project according to the terms of the proposal or bid made ' by the Principal therefor, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure to do so, pay and forfeit to the Obligee the penal amount of the deposit specified in the call for bids, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the amount of this bond. ' SIGNED, SEALED AND DATED THIS 10 DAY OF my 00 7 H.Johnson Principal Surety Received return of deposit in the sum of$ 8,784.61 t CITY OF RENTON N 26th St/Park PL N Storm System Project SWP-27-2850 PROPOSAL 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 r 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.) Printed Name: Hal John n ' Signature: Address: 133 23rd St. SE Puyallup,WA 98372 ' Names of Members of Partnership: ' N/A WA ' N/A OR Name of President of Corporation Hal Johnson Name of Secretary of Corporation Harold Johnson Corporation Organized under the laws of Washington State With Main Office in State of Washington at Puyallup ' 10_PROP.UOC1 t CITY OF RENTON N 26th St/Park PL N Storm System Project SWP-27-2850 ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA ACKNOWLEDGEMENT' OF RECEIPT OF ADDENDA .. NO. N A DATE: N LA NO DATE: 11I�A NO. DATE: 1A NO, DATE: NO. DATE: A _ a. �r. SIGNED: TITLE: /zrJ,J� &16rA egg NAME OF COMPANY: �l,��THh/�S7 /,v1�7RUC7ul luL_ ADDRESS:_ /33 Z3ao �2• CITY/STATE/ZIP: IPu14"-p. l'B3-?2 TELEPHONE:-7,153, t qO- "Ob r CITY OF RENTON SCHEDULE OF PRICES N 26th St 1 Park PL N Storm System Project (Sales Tax Rule 171 Applies To This Project) (Note: Unit prices for all items,all extentions,and total amount of bid must be shown. Show unit prices in both words and figures. Where conflict occurs the written or typed words shall prevail. ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITY Unit Prices to be Written in Words Dollars Cts. Dollars Cts, 1 1 Mobilization Lump Sum $ Thirteen Thousand Five Hundred Dollars********'— $13,500.00 $13,500.00 per Lump Sum (words) figures 2 1 Construction Survey,Staking,and As-Built Lump Sum $ Four Thousand Fifty Dollars***""**"*"***"***'***** "'*** *""* $4,050.00 $4,050.00 per Lump Sum (words) figures 3 1 Traffic Control Lump Sum $ Two Thousand Two Hundred Fifty Dollars**"""************"*** $2,250.00 $2,250.00 per Lump Sum (words) figures 4 1 Erosion Control Lump Sum $ Three Thousand One Hundred Fifty Dollars****"********"**** $3,150.00 $3,150.00 per Lump Sum (words) figures M 5 1 Trench Excavation Safety Systems Four Thousand Fifty Dollars*******************"**"********** Lump Sum $ $4,050.00___... $4,050.00 per Lump Sum (words) figures 6 1 Project Sign Each $ Nine Hundred Dollars******* "***** **************"***"*** **"** $900.00 $900.00 per Each (words) figures 7 5 Pothole Utility Each g Two Thousand Nine Hundred Ninety-Five and 201100 Dollars* $2,995.20 $14,976.00 per Each (words) figures 8 1 Clearing-Area C, D Lump Sum $ Three Thousand Six Hundred Dollars******"*******"****** ***** $3,600.00 $3,600.00 per Lump Sum (words) figures 9 1 Clearing-Area E Lump Sum $Two Thousand Two Hundred Fifty Dollars******­`"******* $2,250.00 $2,250.00 per Lump Sum (words) figures 10 1 Clearing-Area F Lump Sum $Three Thousand One Hundred Fifty Dollars***********"********* $3,150.00 $3,150.00 Per Lump Sum words figures Schedule of Prices Page 1 of 5 CITY OF RENTON SCHEDULE OF PRICES N 26th St i Park PL N Storm System Project (Sales Tax Rule 171 Applies To This Project) (Note: Unit prices for all items,all extensions,and total amount of bid must be shown. Show unit prices in both words and figures. Where conflict occurs the written or typed words shall prevail) ITEM APPROX, I ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO, QUANTITY Unit Prices to be Written in Words) Dollars Cts. Dollars Cts, 11 2 Remove Tree Each $ Four Hundred Fifty Dollars"**"""*""******""**""""""*"""""""***"" $450.00 $900.00 per Each (words) figures 12 2 Catch Basin Type I Each $ One Thousand Thirty-Five Dollars**—**"******" **'""""***"*"* $1,035.00 $2,070.00 per Each (woros) figures 13 5 Catch Basin Type 11,48-inch Each $Two Thousand Five Hundred Twenty Dollars*********''*** _* $2,520.00 $12,600.00 per Each (words) figures . 14 1 Catch Basin Type 11,60-inch Each $ Four Thousand Five Hundred Dollars""*"*"*""**"**"*"** **'"* $4,500.00 $4,500.00 per Each (words) figures 15 5 Core Drill Catch Basin Each $ Two Hundred Seventy Dollars**—­`—­­­—­* $270.00 $1,350.00 per Each (words) figures 16 5 Connect New Pipe to Existing CB Each $ Four Hundred Fifty Dollars*"*"*"—***"******""************""** $450.00 $2,250.00 per Each (words) figures 17 9 Plug Existing Pipe Each $ Two Hundred Twenty-Five Dollars*''*******"**********"""""**"* $225.00 $2,025.00 per Each (words) figures 18 12 8-inch Ductile Iron Storm Pipe Linear Foot $ Thirt-Five and 10/100 Dollars*"*`**"** ***********"***"*"*" $3510 $421.20 per Linear Foot (words) figures 19 102 12-inch Ductile Iron Storm Pipe Linear Foot $ Fourty-Four and 10/100 Dollars"*'*""************* "**"*****"" $44.10 $4,498.20 per Linear Foot (words) figures 20 268 12-inch CPEP Storm Pipe L Linear Foot $ Thirty-One and 50/100 Dollars****'—***"*"**** ******* **""** $31.50 $8,442.00 er Linear Foot (words) Schedule of Prices Page 2 of 5 CITY OF RENTON SCHEDULE OF PRICES N 26th St I Park PL N Storm System Project (Sales Tax Rule 171 Applies To This Project) (Nola. Unit prices!or all items,all extentlons,and total amount of bid must be shown. Show unit prices in both words and figures- Where conflict occurs the written or typed words shall prevail) ITEM APPROX. I ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITY (Unit Prices to be Written in Words) Dollars Cts. Dollars Cts, 21 24 18-inch CPEP Storm Pipe Linear Foot $ Thirty-Six Dollars*"**"****'********** ********"*******"**"***** $36.00 $864.00 per Linear Foot (words) figures 22 137 12-inch HDPE Storm Pipe Linear Foot $ Fourty and 50/100 Dollars"*­` $40.50 $5,548.50 per Linear Foot (words) figures 23 28 18-inch HDPE Storm Pipe Linear Foot $ Fifty-Four Dollars "*****""****************"** $54.00 $1,512.00 per Linear Foot (words) figures 24 1 HDPE Pipe Fittings .. Lump Sum $Nine Thousand One Hundred Eighty Dollars************** * $9,180.00 $9,180.00 per Lump Sum (words) figures 25 2 Pipe Anchor Assembly Each $Three Hundred Thirty-Seven and 50/100 Dollars"************* $337.50 $675.00 per Each (words) figures 26 1 Chance Anchor Assembly Each $Two Thousand Two Hundred Fifty Dollars**"*********"* `*"* $2,250.00 $2,250.00 per Each (words) figures 27 1,200 Sawcutting Linear Foot $ One and 35/100 Dollars*********"* *"************** **"***"*"**i $1.35 $1,620.00 per Linear Foot (words) figures 28 20 Quarry Spells Ion $Fourty and 50/100 Dollars"*****"***"****""*'**********"*"""***** $40.50 $810.00 per Ton (words) figures 29 200 Import Trench Backfill Ton $ Thirty-Seven and 80/100 Dollars"********"***********"***" ****** $37.80 $7,560.00 per Ton (words) figures 30 60 Crushed Surfacing •» Ton $ Fourty and 501100 Dollars***** ***"**""*"*"*""*****"*****"**"""* $40.50 $2,430.00 per Ton words figures Schedule of Prices Page 3 of 5 CITY OF RENTON SCHEDULE OF PRICES N 26th St/ Park PL N Storm System Project (Sales Tax Rule 171 Applies To This Project) (Note: Unit prices`or alt items,all extentions,and total amount of bid must be shown. Show unit prices in both words and figures. Where conflict occurs the written or typed words shall prevail) ITEMI APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. I QUANTITY (Unit Prices to be Written in Words Dollars Cts. Dollars Cts. 31 100 Hot Mix Asphalt(HMA)Class 1/2" Ton $ One Hundred Eight Dollars*** **'"********** $108.00 $10,800.00 per Ton (words) figures Carvccd 595v. Co ow C, 32 490 Grind and Remove Asphalt Square Yard $ Eleven and 94/100 Dollars****"***"***"*******"****************** $11.94 $5,850.00 X �. per Square Yard (words) figures 33 200 Remove Concrete Driveway Square Yard $Seventeen and 101100 Dollars***************"*"******"*********" $17.10 $3,420.00 per Square Yard (words) figures 34 200 Install Cement Concrete Driveway Square Yard $ Fifty-Six and 70/100 Dollars**—*****—*******"**"*******"******** $56.70 $11,340.00 per Square Yard (words) figures *` 35 62 Remove,Replace Conc.Curb and Gutter Linear Foot $ Twenty-One and 78/100 Dollars*** —**""""'****'************" $21.78 $1,350.36 per Linear Foot (words) figures 36 1 Restore Area C,D: E Lump Sum $ Seven Thousand Two Hundred Dollars********""***** ***** $7,200.00 $7,200.00 per Lump Sum (words) figures 37 1 Restore Area F Lump Sum $ Three Thousand Six Hundred Dollars****"*******"*"**"**"*** $3,600.00 $3,600.00 per Lump Sum (words) figures 38 1 Abandon CB, Restore Slope Lump um $ One Thousand Eighty Dollars********************---******** $1,080.00 $1,080.00 P per Lump Sum (words) figures 39 20 Beauty Bark Cubic Yard $ Fifty-Eight and 50/100 Dollars*—**********"*"***********'****** $58.50 $1,170.00 per Cubic Yard (words) figures CorfCcW 40 70 Topsoil Type C 3 00. 10 D Cubic Yard $ Fifty-One and 431100 Dollars***** ***"******* ** ***"***"****** $51.43 $3,600.00 X per Cubic Yard (words) figures Schedule of Prices Page 4 of 5 CITY OF RENTON SCHEDULE OF PRICES N 26th St 1 Park PL N Storm System Project (Sales Tax Rule 171 Applies To This Project) (Note: Unit prices for all items,all extentions,and total amount of bid must be shown. Show unit prices in both words and figures. Where conflict occurs the mitten or typed words shall prevail.) ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITY Unit Prices to be Written in Words) Dollars Cts, Dollars Cts. corrcckl 41 570 Seeding,Fertilizing, and Mulching Square Yard $ One and 58/100 Dollars**" ***********"************************ $1.58 $899.96 per Square Yard (words) figures 42 1 Minor Changes Lump Sum $ Two Thousand Dollars -------—----_----------------------_._T___ $2,000.00 $2,000,00 per Lump Sum (words) figures (Sales Tax Rule 171 Applies To This Project) TOTAL $175,692.22 X 750 69.3.56 C0rrQkd Schedule of Prices Page 5 of 6 2 — CONTRACT SECTION INFORMATION ONLY N 26th St / Park PL N Storm System Project SWP-27-2850 The contract documents in this section must be executed and submitted by the successful Bidder within ten (10) days following the Notice of Award. .. ❖Bond to the City of Renton ❖Fair Practices Policy Affidavit of Compliance 4.'*Contract Agreement (Contracts other than Federal -Aid FHWA) •• ❖City of Renton Insurance Information Form ❖City of Renton Standard Endorsement Form ❖ Submit after Notice of Award up w r r 12c-Contract Section.DOC\ r ARTICLE VI Incorporator The name and address of the incorporation is: Harold Johnson Jr. 8863 Greenback Lane#194 Orangevaie CA. 95662 IN WITNESS WHEREOF, the undersigned incorporator has signed these Articles of Incorporation this 27th day of January, 2000 Harold hnson Jr., Incoz orator CONSENT TO APPOINTMENT AS REGISTERED AGENT I, Harold Johnson Jr., do hereby consent to serve as registered agent in the State of Washington for NORTHWEST INFRASTRUCTURE, INC. a Washington corporation. I understand that, as agent for the Corporation, it will be my responsibility to receive service of process in the name of the Corporation; to forward all mail to the Corporation; and to immediately notify the office of the Secretary of State in the event of my resignation, or of any changes in the registered office address of the Corporation for which I am agent. Date: January 27, 2000 w � - Hay 4d Johnson Jr., Itegistered Agent Address: 31217 Pacific Hwy S. #223 Federal Way WA. 98003-5401 BOND TO THE CITY OF RENTON KNOW ALL MEN BY THESE PRESENTS: Bond #70347497 That we, the undersigned northwest Infrastructure Inc as principal, and Western Surety Company corporation organized and existing under the laws of the State of South Dakota as a surety corporation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal corporations, as surety are jointly and severally held and firmly bound to the City of Renton in the penal sum of $175,693.56--------------------- for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or person representatives, as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washington, the Ordinance of the City of Renton_ Dated at Kent, WA , Washington,this 31st day of July 20�. Nevertheless,the conditions of the above obligation are such that: WHEREAS, under and pursuant to Public Works Construction Contract CAG- 07-118 providing for construction of N 26th St I Park PL N STORM SYSTEM PROJECT the principal is required to furnish a bond for the faithful performance of the contract; and WHEREAS, the principal has accepted, or is about to accept, the contract, and undertake to perform the work therein provided for in the manner and within the time set forth; rr NOW, THEREFORE, if the principal shall faithfully perform all of the provisions of said contract in the manner and within the time therein set forth, or within such extensions of time as may be granted ' under said contract, and shall pay all laborers, mechanics, subcontractors and materialmen, and all persons who shall supply said principal or subcontractors with provisions and supplies for the carrying on of said work, and shall hold said City of Renton harmless from any loss or damage occasioned to any person or property by reason of any carelessness or negligence on the part of said principal,or any subcontractor in the performance of said work, and shall indemnify and hold the City of Renton harmless from any damage or expense by reason of failure of performance as specified in the contract or from defects appearing or developing in the material or workmanship provided or IP performed under the contract within a period of one year after its acceptance thereof by the City of ir. Renton, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. Northwest Infrastructure Inc Western Surety Company Principal Surety ' Signature Har o son Sign Ann Bosi k President Attorney-In-Fact ' Title Title r s Page 25 Bond to the City of Renton Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com Western Sure Company � ' POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By Thesc Presents,That WESTERN SURETY COMPANY,a South Dakota corporation,is a duly organized and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make,constitute and appoint I!� Glenn F Davidson, James H Frost, Lorna F Williams, Ann Bosik, Carmen Meyers, Gav i Stricker, Individually r of Kent, WA, its true and lawful Attorney(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney,pursuant to the authority hereby given,are hereby ratified and confirmed This Power of Attorney is made and executed pursuant to and by authority of the By-Law rinted on the reverse erse hereof,duly adopted,as indicated,by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Senior Vice President and its corporate seal to be hereto affixed on this 21st day of February,2002 WESTERN SURETY COMPANY fps cI •`0% ITC AV,i! Paul Bruflat,Senior Vice President State of South Dakota 1 ' County of Minnehaha J} ss On this 21 st day of February,2002, before me personally came Stephen T Pate,to me known,who,being by me duly sworn,did depose and say that ' he resides in the City of Sioux Falls, State of South Dakota, dial he is the Senior Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument,that he knows the seal of said corporation,that the seal affixed to the said instrument is such corporate seal,that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and ' acknowledges same to be the act and deed of said corporation. My commission expires +.�� �..,.......,.,.,. + J. MOHR ' October 22,2005 rNOTARY PUBLIC { J SEAL SOUTH DAKOTA SEat fft 1 My Commis ERT i 11 10 22 2D05 J ' CERTIFICATE 1 Mohr,Notary Public 1, L Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force,and further certify that the By-Law of the corporation printed on the reverse hereof is still in force In testimony whereof I have hereunto subscribed ' my name and affixed the seal of the said corporation this day of •suaa`r',� - co 4 WESTERN SURETY COMPANY ��l Z �rM pPM� ' Form F4280-01-02 L Nelson, Assistant Secretary `••► ..i y CITY OF RENTON + `' FAIR PRACTICES POLICY �u AFFIDAVIT OF COMPLIANCE hereby confirms and declares that �lLuc�a��,PLC Y (Name of contractor/subcontractor/consultant) L It is the policy of 2VpA7,#wr—s— u,Z-r JA/C, to offer equal (Name of contractor/subcontractor/consultant) opportunity to all qualified employees and applicants for employment without regard to the race,creed, color, sex, national origin, age, disability or veteran status. II. 151 C complies with all applicable (Name of contractor/subcontractor/consultant) federal, state and local laws governing non-discrimination in employment. III. When applicable, /6 2i h�JF�S�/�$T/Lt �£ C, will seek out and (Name of contractor/subcontractor/consultant) negotiate with minority and women contractors for the award of subcontracts. Print Agent/Representative's Name - ?/ZF 5 i D4."IT Print Agent/Representative's Title Ag nt/Repre ative's Signature 07-3a 07 Date Signed H.Tile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2850 N 26th-Park PL MI 135 FINAL-Specs\14_FAIR.DOC\ r t CONTRACTS OTHER THAN FEDERAL-AID FHWA THIS AGREEMENT, made and entered into this day of , 2007_ by and between THE CITY OF RENTON, Washington, a municipal corporatill of the State of +� Washington, hereinafter referred to as "CITY" and Alorlhwcs-i Xn fr�sfr.ctu.t,lAc , hereinafter referred to as "CONTRACTOR." .. WITNESSETH: 1) The Contractor shall within the time stipulated, (to-wit: within 30 working days from date of commencement hereof as required by the Contract, of which this agreement is a component part) perform all the work and services required to be performed, and provide and furnish all of the labor, materials, appliances, machines, tools, equipment, utility and transportation services necessary to perform the Contract, and shall complete the construction and installation work in a workmanlike manner, in connection with the City's Project (identified as No. SWP-27-2850 for improvement by construction and installation of: N 26th St/Park PL N Storm System Project Work as described in"Scope of Work"dated June 2007 , attached hereto. All the foregoing shall be timely performed, furnished,constructed, installed and completed in strict conformity with the plans and specifications, including any and all addenda issued by the City and all other documents hereinafter enumerated, and in full compliance with all applicable codes, ordinances and regulations of the City of Renton and any other governmental authority having jurisdiction thereover. It is further agreed and stipulated that all of said labor, materials, appliances, machines, tools, equipment and services shall be furnished and the construction installation performed and completed to the satisfaction and the approval of the City's Public Works Director as being in such conformity with the plans, specifications and all requirements of or arising under the Contract. The Contractor agrees .. to use recycled materials whenever practicable. 2) The aforesaid Contract, entered into by the acceptance of the Contractor's bid and signing of this agreement, consists of the following documents, all of which are component parts of said Contract and as fully a part thereof as if herein set out in full, and if not attached, as if hereto attached. a) This Agreement b) Instruction to Bidders c) Bid Proposal d) Specifications e) Maps and Plans f) Bid g) Advertisement for Bids h) Special Provisions, if any i) Technical Specifications, if any s w. 3) If the Contractor refuses or fails to prosecute the work or any part thereof, with such diligence as will insure its completion within the time specified in this Contract, or any extension in writing thereof, or fails to complete said work with such time, or if the Contractor shall be adjudged a bankrupt, or if he should make a general assignment for the benefit of his creditors, or if a receiver shall be appointed on account of the Contractor's insolvency, or if he or any of his subcontractors should violate any of the provisions of this Contract, the City may then serve written notice upon him and his surety of its intention to •• terminate the Contract, and unless within ten (10) days after the serving of such notice, such violation or non-compliance of any provision of the Contract shall cease and satisfactory arrangement for the correction thereof be made, this Contract, shall, upon the expiration of .. said ten (10) day period, cease and terminate in every respect. In the event of any such termination, the City shall immediately serve written notice thereof upon the surety and the Contractor and the surety shall have the right to take over and perform the Contract, w provided, however, that if the surety within fifteen (15) days after the serving upon it of such notice of termination does not perform the Contract or does not commence performance thereof, the City itself may take over the work under the Contract and prosecute the same to completion by Contract or by any other method it may deem advisable, for the account and at the expense of the Contractor, and his surety shall be liable to the City for any excess cost or other damages occasioned the City thereby. In such event, the City, if it so elects, may, without liability for so doing, take possession of and utilize in completing said Contract such materials, machinery, appliances, equipment, plants and other properties belonging to the Contractor as may be on site of the project and useful therein. 4) The foregoing provisions are in addition to and not in limitation of any other rights or remedies available to the City. 5) Contractor agrees and covenants to hold and save the City, its officers, agents, representatives and employees harmless and to promptly indemnify same from and against any and all claims, actions, damages, liability of every type and nature including all costs and legal expenses incurred by reason of any work arising under or in connection with the Contract to be performed hereunder, including loss of life, personal injury and/or damage to property arising from or out of any occurrence, omission or activity upon, on or about the premises worked upon or in any way relating to this Contract. This hold harmless and indemnification provision shall likewise apply for or on account of any patented or unpatented invention, process, article or appliance manufactured for use in the performance of the Contract, including its use by the City, unless otherwise specifically provided for in this Contract. .. The Contractor agrees to name the City as an additional insured on a noncontributory primary basis. In the event the City shall, without fault on its part, be made a party to any litigation commenced by or against Contractor, then Contractor shall proceed and hold the City harmless and he shall pay all costs, expenses and reasonable attorney's fees incurred or paid by the City in connection with such litigation. Futhermore, Contractor agrees to pay all costs, expenses and reasonable attorney's fees that may be incurred or paid by City in the w 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, H:\File Sys\SWP - Surface Water Projects\SWP-27 - Surface Water Projects (CIP)\27-2850 N 26th-ParkPL\1141 FINAL Specs- 2006\1 5a-CONTRACT-NEW-6-15-07.doc w its agents, officers and employees, and involves those actions covered by RCW 4.24.115, this indemnity provision with respect to claims or suits based upon such concurrent negligence shall be valid and enforceable only to the extent of the Contractor's negligence or the negligence of the Contractor's agents or employees. Should a court of competent jurisdiction determine that this agreement is subject to RCW 4.24.115,then, in the event of liability for damages arising out of bodily injury to persons or .. damages to property caused by or resulting from the concurrent negligence of the contractor and the city, its officers, officials, employees and volunteers, the contractor's liability hereunder shall be only to the extent of the contractor's negligence. It is further specifically and expressly understood that the indemnification provided herein constitute the contractor's waiver of immunity under the Industrial Insurance Act, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this agreement. 6) Any notice from one party to the other party under the Contract shall be in writing and shall be dated and signed by the party giving such notice or by its duly authorized representative of such party. Any such notice as heretofore specified shall be given by personal delivery thereof or by depositing same in the United States mail, postage prepaid, certified or registered mail. 7) The Contractor shall commence performance of the Contract no later than 10 calendar days .. after Contract final execution, and shall complete the full performance of the Contract not later than 30 working days from the date of commencement. For each and every working day of delay after the established day of completion, it is hereby stipulated and agreed that the damages to the City occasioned by said delay will be the sum of per Section 1-08.9 of Standard Specifications as liquidated damages(and not as a penalty)for each such day, which shall be paid by the Contractor to the City. 8) Neither the final certificate of payment not any provision in the Contract nor partial or entire use of any installation provided for by this Contract shall relieve the Contractor of liability in respect to any warranties or responsibility for faulty materials or workmanship. The Contractor shall be under the duty to remedy any defects in the work and pay for any damage to other work resulting therefrom which shall appear within the period of one (1) year from the date of final acceptance of the work, unless a longer period is specified. The City will give notice of observed defects as heretofore specified with reasonable promptness after discovery thereof, and Contractor shall be obligated to take immediate steps to correct and remedy any such defect, fault or breach at the sole cost and expense of Contractor. The Contractor agrees the above one year limitation shall not exclude or diminish the City's rights under any law to obtain damages and recover costs resulting from defective and unauthorized work discovered after one year but prior to the expiration of the legal time period set forth in RCW 4.16.040 limiting actions upon a contract in writing, or liability expressed or implied arising out of a written agreement. 9) The Contractor and each subcontractor, if any, shall submit to the City such schedules of quantities and costs, progress schedules, payrolls, reports, estimates, records and miscellaneous data pertaining to the Contract as may be requested by the City from time to time. t� H:\File Sys\SWP - Surface Water Projects\SWP-27 - Surface Water Projects (CIP)\27-2850 N 26th-ParkPL\1141 FINAL Specs- 2006\1 5a-CONTRACT-NEW-6-15-07.doc s r. 10) The Contractor shall furnish a surety bond or bonds as security for the faithful performance of the Contract, including the payment of all persons and firms performing labor on the construction project under this Contract or furnishing materials in connection with this Contract; said bond to be in the full amount of the Contract price as specified in Paragraph 12. The surety or sureties on such bond or bonds must be duly licensed as a surety in the State of Washington. r r r r H:\File Sys\SWP - Surface Water Projects\SWP-27 - Surface Water Projects (CIP)\27-2850 N 26th-ParkPL\1141 FINAL Specs- 2006\1 5a-CONTRACT-NEW-6-15-07.doc 11) The Contractor shall verify, when submitting first payment invoice and annually thereafter, possession of a current City of Renton business license while conducting work for the City. The Contractor shall require, and provide verification upon request, that all subcontractors participating in a City project possess a current City of Renton business license. The Contractor shall provide, and obtain City approval of, a traffic control plan prior to conducting work in City right-of-way. 12) The total amount of this contract is the sum of $175,693.56 numbers One Hundred Seventy Five Thousand,Six Hundred and Ninety Three Dollars and 56 cents written words which includes Washington State Sales Tax. Payments will be made to Contractor as specified in the "Special Provisions" of this Contract. IN WITNESS WHEREOF, the City has caused these presents to be signed by its Mayor and attested by its City Clerk and the Contractor has hereunto set his hand and seal the day and year first above-written. CONTR9A�TOR CITY OF RENTON P sident/Partr}e Owner Mayor Kath Keolker l ATTEST Sedre ary Ir 1"ih,1 , Neumann, Deputy -City- Clerk ,,. dbaO/2 Firm Name check one r ❑ Individual ❑ Partnership Corporation Incorporated in Attention: If business is a CORPORATION, name of the corporation should be listed in full and both President and Secretary must sign the contract, OR if one signature is permitted by corporation by-laws, a copy of the by-laws shall be furnished to the City and made a part of the contract document. If business is a PARTNERSHIP, full name of each partner should be listed followed by d/b/a (doing business as)and firm or trade name; any one partner may sign the contract. If business is an INDIVIDUAL PROPRIETORSHIP, the name of the owner should appear followed by d/b/a and name of the company. r HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2850 N 26th-ParkPL\1 141 FINAL Specs-2006- Bid Tab\15a-CONTRACT-NEW-6-15-07.doc Client#: 39348 NORTINF ACORDTM CERTIFICATE OF LIABILITY INSURANCE 07/31/07D ) PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Bell-Anderson Ins. -Kent C/L ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE P.O.BOX 887 HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 724 West Smith St. Kent,WA 98035-0887 INSURERS AFFORDING COVERAGE NAIC# INSURED INSURER A: The Ohio Casualty Insurance Co. NORTHWEST INFRASTRUCTURE INC INSURERB: 133 23RD STREET SE INSURER C: PUYALLUP,WA 98372-0000 INSURER D: INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING rr ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. IN SR ADD'L POLICY EFFECTIVE POLICY EXPIRATION LTR NSR TYPE OF INSURANCE POLICY NUMBER DATE MMIDD/YY DATE MM/DD/YY LIMITS A GENERAL LIABILITY BH053120734 02/10/07 02110/08 EACH OCCURRENCE $1 000 000 X COMMERCIAL GENERAL LIABILITY DAMAGES( RENTED $11;0,0;0 CLAIMS MADE 51 OCCUR MED EXP(Any one person) $10,000 PERSONAL&ADV INJURY $1,000,000 GENERAL AGGREGATE s2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG s2,000,000 POLICY PRO LOC JECT A AUTOMOBILE LIABILITY BA053120734 02/10107 02/10108 COMBINED SINGLE LIMIT $1,000,000 X ANY AUTO (Ea accident) ALL OWNED AUTOS BODILY INJURY $ SCHEDULED AUTOS (Per person) X HIRED AUTOS BODILY INJURY X NON-OWNED AUTOS (Per accident) $ PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC $ AUTO ONLY: AGG $ A EXCESS/UMBRELLA LIABILITY BU053120734 07/31/07 02/10/08 EACH OCCURRENCE $1,000,000 X OCCUR 71 CLAIMS MADE AGGREGATE $110001000 DEDUCTIBLE $ RETENTION $ $ WORKERS COMPENSATION AND CT053120734 02/10/07 02/10/08 WC STATU- orH- EMPLOYERS'LIABILITY A WA Stop Gap E.L.EACH ACCIDENT $1,000,000 ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under SPECIAL PROVISIONS below E.L.DISEASE-POLICY LIMIT 1$1,000,000 OTHER ' DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS RE: Storm Water System Modification Certificate Holder is an additional insured for general liability,but only if required by written contract or written agreement per General Liability Master Pak Blanket Additional Insured provision CG8415.Waiver of Transfer of Rights of Recovery Against (See Attached Descriptions) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION City of Renton DATE THEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL Atl_ DAYS WRITTEN 1055 S.Grady Way NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT FAILURE TO DO SO SHALL Renton,WA 98055 IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER,ITS AGENTS OR ' REPRESENTATIVES. AUTHORIZED REPRESENTATIVE ACORD 25(2001/08)1 of 3 #151522 KEW © ACORD CORPORATION 1988 j 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). t 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. r r r ACORD 25-S(2001/08) 2 of 3 #151522 r DESCRIPTIONS (Continued from Page 1) Others per General Liability Master Pack CG8415.General Liability coverage provided to the Certificate Holder will be Primary and Non-Contributory per General Liability Master Pak CG8415. 1 1 r AMS 25.3(2001108) 3 of 3 #151522 COMMERCIAL GENERAL LIABILITY CG 84 15 12 03 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ' GENERAL LIABILITY MASTER PAK FOR ARTISAN CONTRACTORS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART INDEX SUBJECT PAGE BLANKET ADDITIONAL INSURED (OWNERS, LESSEES, CONTRACTORS OR LESSORS) 2 W FIRE, LIGHTNING, EXPLOSION AND SPRINKLER LEAKAGE DAMAGE TO PREMISES YOU RENT 3 rr 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 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 MEDICAL PAYMENTS 8 CONTRACTORS AMENDMENT OF POLLUTION EXCLUSION (JOB SITE) 8 Includes copyrighted material of ISO Properties, Inc., with its permission. CG 84 15 12 03 ISO Properties, Inc., 2003 Page 1 of 8 I. BLANKET ADDITIONAL INSURED(Owners, Lessees, Contractors or Lessors) (includes a Primary/Non-Contributory provision) Who Is An Insured -Section II 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 written 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 Advertising 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: r (1) The preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; and (2) Supervisory, inspection, architectural or engineering activities. ' 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 ' (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 ' subcontractor 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. 1 Includes copyrighted material of ISO Properties, Inc., with its permission. CG 84 15 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: 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: 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 basis. 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. r 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 III - Limits Of Insurance. Yr Includes copyrighted material of ISO Properties, Inc., with its permission. CG 84 15 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 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 sprinkler leakage incident. ' C. Paragraph b.(1)(b) of Condition 4. Other Insurance (Section IV—Conditions) is replaced by the following: t (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: t 1. Artificially generated electrical current including electrical arcing that disturbs electrical devices, appliances or wires; 2. Rupture or bursting of water pipes; ' 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. 3. NON-OWNED WATERCRAFT Subparagraph g.(2)of Paragraph 2., Exclusions of Section I -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 ' In the Supplementary Payments-Coverages A and B provision: The limit for the cost of bail bonds in Paragraph 1.b. is changed from $250 to $1000. Includes copyrighted material of ISO Properties, Inc., with its permission. CG 84 15 12 03 ISO Properties, Inc., 2003 Page 4 of 8 L 5. PERSONAL AND ADVERTISING INJURY - ELECTRONIC PUBLICATION EXTENSION Paragraphs 14.b., 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; 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 if 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 (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 "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 "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 period; l`` 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. r "Location" means premises involving the same or connecting lots, or premises whose connection is 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. r ill Includes copyrighted material of ISO Properties, Inc., with its permission. CG 84 15 12 03 ISO Properties, Inc., 2003 Page 5 of 8 8. 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 the policy period. The"occurrence" must take place in the"coverage territory". "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 t 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$25,000 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. Includes copyrighted material of ISO Properties, Inc., with its permission. CG 8415 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. 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 endorsement(s) attached to it. 11. DUTIES IN THE EVENT OF OCCURRENCE, OFFENSE, CLAIM OR SUIT A. The requirements in Section IV-Conditions, Paragraph 2.a.,that you must see to it that we are notified of an "occurrence" applies only when the'occurrence" is known to: 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. 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: ' 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". t Includes copyrighted material of ISO Properties, Inc., with its permission. ` CG 84 15 12 03 ISO Properties, Inc., 2003 Page 7 of 8 a 12. BODILY INJURY Paragraph 3. of the definition of"bodily injury" in the Section V-Definitions is replaced by the following: 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. 14. MEDICAL PAYMENTS r If Coverage C Medical Payments is not otherwise excluded, the Medical Expense Limit provided by this policy shall be the greater of: A. $10,000; or B. The amount shown in the Declarations. 15. CONTRACTORS AMENDMENT OF POLLUTION EXCLUSION (JOB SITES) The following is added to Subparagraph f.(1)(d)of Paragraph 2., Exclusion f. of Section I: (iv) 'Bodily injury"or"property damage"to tangible property sustained outside a building and caused by the release of"pollutants"brought to any premises, site or location in connection with operations being performed by you or on your behalf by a contractor or subcontractor. As used in this endorsement, the release of"pollutants": (aa) Begins on a clearly identifiable specific day during the policy period and ends in its entirety not later than seventy-two(72) hours thereafter; (bb) Is discovered and reported to us within fifteen (15) days of the specific day it begins; • (cc) Is neither expected nor intended from the standpoint of any insured; (dd) Is unrelated to any previous discharge, dispersal, seepage, migration, release or escape; and (ee) Does not originate at or from a storage tank or other container, duct or piping which is below the surface of the ground or water or which at any time has been buried under the surface of the ground or water and then is subsequently exposed by erosion, excavation or any other means. As used in this endorsement, tangible property does not include water or land, which is below ground level or not. Coverage provided hereunder does not apply to any discharge, dispersal, seepage, migration, release or escape that is merely threatened or alleged rather than shown to have actually occurred. All other terms and conditions of your policy remain unchanged. Includes copyrighted material of ISO Properties, Inc., with its permission. ' CG 84 15 12 03 ISO Properties, Inc., 2003 Page 8 of 8 t y o� City of Renton r, Human Resources & Risk Management Department NTO� Insurance Information Form FOR: _Maplewood Creek Sediment Basin 2007 CleaninZ& Maintenance Proiect r. PROJECT NUMBER: SWP-27-2057 STAFF CONTACT: Daniel Carey Certificate of Insurance indicates the coverages/limits specified in ® Yes ❑ No •' contract? Are the following coverages and/or conditions in effect? ❑ Yes ❑ No to The Commercial General Liability policy form is an ISO 1993 ❑ Yes ❑ No Occurrence Form or Equivalent? (If no,attach a copy of the policy with required coverages clearly r identified) CG 0043 Amendatory Endorsement provided?* ❑ Yes ❑ No General Aggregate provided on a"per project basis(CG2503)?* ❑ Yes ❑ No r Additional Insured wording provided?* ❑ Yes ❑ No Coverage on a primary basis and non-contributing basis?* ❑ Yes ❑ No Waiver of Subrogation Clause applies?* ❑ Yes ❑ No Severability of Interest Clause(Cross Liability)applies? ❑ Yes ❑ No Notice of Cancellation/Non-Renewal amended to 45 days?* ❑ Yes ❑ No *To be shown on certificate of insurance* r AM BEST'S RATING FOR CARRIER GL Auto Umb Professional This Questionnaire is issued as a matter of information. This questionnaire is not an insurance policy and does aw 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. we Agency/Broker Completed By(Type or Print Name) it Address Completed By(Signature) Name of person to contact Telephone Number NOTE: THIS QUESTIONNAIRE MUST BE COMPLETED FOR EACH LINE OF COVERAGE AND ATTACHED TO CERTIFICATE OF INSURANCE M. r ENDORSEMENT 1 In consideration of the premium charged, it is hereby agreed and understood that Policy Number issued by Insurance Company, is amended to include the following terms and conditions as respects Contract Number issued by the(OWNER). 1. ADDITIONAL INSURED. The OWNER their elected or appointed officers, officials, employees, s 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 an INSURED. 2. CONTRIBUTION NOT REQUIRED. As respects: (a)work performed by the NAMED INSURED for or on behalf of the OWNER; or(b)products sold by the NAMED INSURED to the OWNER; or(c) premises leased by the NAMED INSURED from the OWNER,the insurance afforded by this policy shall be primary insurance as respects the OWNER, or any other insured, its elected or appointed officers, officials, employees, subconsultants or volunteers; or stand in an unbroken chain of coverage excess of the NAMED �,. INSURED'S scheduled underlying primary coverage. In either event, any other insurance maintained by the OWNER, or any other insured, its elected or appointed officers, officials, employees, subconsultants or volunteers shall be in excess of this insurance and shall not contribute with it. rw 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. r 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) r the OWNER and(b)the CONTRACTOR. 5. CLAIM REPORTING. The OWNER has no obligation to report occurrences unless a claim has been filed or with the OWNER. 6. AGGREGATE LIMIT. The General Aggregate Limit under Limits of Insurance applies separately to the above named contract for the above named OWNER. r Date Authorized Representative Signature r • r 20a-Insurance Forms.doc\ r INSURANCE INFORMATION and REQUIREMENTS r .. CITY OF RENTON CONSTRUCTION CONTRACTS INSURANCE AND RELATED REQUIREMENTS MINIMUM INSURANCE COVERAGES AND REQUIREMENTS The(CONTRACTOR)shall obtain and maintain the minimum insurance coverages set forth below. By requiring such minimum insurance, CITY OF RENTON shall not be deemed or construed to have assessed the risks that may be applicable to the(CONTRACTOR)under Contract Number . The(CONTRACTOR)shall assess its own risks and if it deems appropriate and/or prudent,maintain higher limits and/or broader coverages. Coverages (1) Commercial General Liability-ISO 1993 Form or equivalent. Coverage to include: • Premises and Operations • Explosion, Collapse and Underground Hazards • Products/Completed Operations • Contractual Liability (including Amendatory Endorsement CG 0043 which includes defense coverage assumed under contract) • Broad Form Property Damage • Independent Contractors • Personal/Advertising Injury • Stop Gap Liability (2) Automobile Liability including all • Owned Vehicles • Non-Owned Vehicles • Hired Vehicles (3) Workers'Compensation • Statutory Benefits(Coverage A)- Show WA L&I Number (4) Umbrella Liability • Excess of Commercial General Liability and Automobile Liability. Coverage should be as broad as primary. (5) Professional Liability - (whenever the work under this Contract includes Professional Liability, including Advertising activities) the (CONTRACTOR) shall maintain professional liability covering wrongful acts,errors and/or omissions of the(CONTRACTOR) for damage sustained by reason of or in the course of operations under this Contract. (6) Pollution Liability - the City may require this coverage whenever work under this Contract involves pollution risk to the environment. This coverage is to include sudden and gradual coverage for third party liability including defense costs and completed operations. 20a-Insurance Forms.doc\ LIMITS REQUIRED The(CONTRACTOR)shall carry the following limits of liability as required below: Commercial General Liability General Aggregate* $ 2,000,000 Products/Completed Operations Aggregate $ 2,000,000 Each Occurrence Limit $ 1,000,000 Personal/Advertising Injury $ 1,000,000 Fire Damage(Any One Fire) $ 50,000 Medical Payments(Any One Person) $ 5,000 Stop Gap Liability $ 1,000,000 *General Aggregate to apply per project(ISO Form CG2503 or equivalent) Automobile Liability irr Bodily Injury/Property Damage $ 1,000,000 (Each Accident) W Workers'Compensation Coverage A(Workers'Compensation)-Show WA L&I Number Umbrella Liability Each Occurrence Limit $ 1,000,000 General Aggregate Limit $ 1,000,000 Products/Completed Operations Aggregate $ 1,000,000 Professional Liability(If required) Each Occurrence/Incident/Claim $ 1,000,000 .r Aggregate $ 2,000,000 (The City may require the CONTRACTOR keep this policy in effect for up to two(2)years after completion of the project) Pollution Liability(If required) To apply on a per project basis Per Loss $ 1,000,000 Aggregate $ 1,000,000 r r 20a-Insurance Forms.doc\ WE ADDITIONAL REQUIREMENTS (CONTRACTOR) shall Name CITY OF RENTON, and its officers, officials, agents, employees and volunteers as Additional Insureds(ISO Form CG 2010 or equivalent). (CONTRACTOR)shall provide CITY OF RENTON +� Certificates of Insurance and copies of policies, if requested, prior to commencement of work. Further, all policies of insurance described above shall: r 1) Be on a primary basis nor contributory with any other insurance coverages and/or self-insurance carried by CITY OF RENTON. 2) Include a Waiver of Subrogation Clause. 3) Severability of Interest Clause(Cross Liability) .., 4) Policy may not be non-renewed, cancelled or materially changed or altered unless forty-five (45) days prior written notice is provided to CITY OF RENTON. Notification shall be provided to CITY OF RENTON by certified mail. aw The (CONTRACTOR) shall promptly advise the CITY OF RENTON in the event any general aggregates are reduced for any reason,and shall reinstate the aggregate and the(CONTRACTOR'S)expense to comply with the minimum limits and requirements as stated above and shall furnish to the CITY OF RENTON a new certificate of insurance showing such coverage is in force. The CITY OF RENTON may require the CONTRACTOR to keep Professional Liability coverage in effect for ,,. two(2)years after completion of the project. rs s r 20a-Insurance Fonns.doc\ a. Insurance Requirements r For the City of Renton Please provide this document to your insurance agent The City of Renton requires the industry standard: • $1,000,000 Commercial General Liability, with$2,000,000 in the aggregate " • $1,000,000 Auto Liability (Needed if a vehicle will be used in performance of work. This would include delivery of products to worksite) • $1,000,000 Excess Liability (if specified in contract) • Proof of Workers' Compensation coverage(provide the number) • $1,000,000 Professional Liability (if specified in contract) Requirements unique to the City of Renton: • Name the City of Renton as a Primary and Non-contributory Additional " Insured on the policy • Provide the endorsement page(s) from the policy(ies),evidencing Primary & Non-contributory coverage • Modify the cancellation clause to state: "Should any of the above described policies be canceled before the expiration date thereof, the issuing company will mail 45 days written notice to the certificate holder to the left." • Put descriptive text of the project in the"Description of Operations" box • The certificate holder must read: City of Renton ATTN: {City project manager name/dept provided by your insured? {Address provided by your insured) {City, State, Zip} i ,.,. .s: i.-s.Yr-y>a+s>::;:.,•, .,.r:xr:.::::tc4.. ..,..::..,.,:.:?::,c.. :.:-::.:v'.:» :r .•t. :;ti '!:STS: .;3?: tr>.S: <i qJ:v F:%:?i {?f.:a ., ..4. ....:: ..........:..::..,.:::?,tiv>?v \..vim .w..,. ,.. :i. �� :>-,:•. .:. ... „>?`>.{iv.;;, : , r y:y - �:• v, .r S. %} v W. ..S.iG::Jrx''�'c:r.,i"a.k;:'F:.,� -:::;:::: >.:i.^^ `?>%8 ,.;>.: •:f r:5.»r••� ^Tyi4•: %i�•i+i). „•j,::vii> . �- ,, �.f.w'.•: .:> s., i, .: -....,�F' .. :.. �i '!.' - t U� 'ial,'':iy'��>�M. �u ,..T"/y!iT„:>$, e■�■(66 ':,ti._<;.: <:: Yqn: '''o;. �}y�"k'io`'i'-'<`�':{:�-ti^ •;;. ;nr�..,,i ?,: ISSUE DATE(MNVDDJYY) +'.?i^i7a;£yF; .> �.,;F•r..:`,y:Y•r;>-c:c�.°n;s-' +:?S>;,;-`..y,�,+J yj.mi:+.o•+:A >.c,} ,,,>r +-f�,a•'','',c�•rvarc�'.�..;,.,o,�,'-ui;`,>::rC:,.;a•,',r,:,:;h,.::+c•-�a:o::3i;: .•`y IZ/04 �� �ri•>�..x•,.5••Y.;J.JF>� c 2 .'•,:S tt�ti,f`a�•. :r^�U+:`ii ,.,F+ swt?:..yr. a�f?'<r.;x`�,�•°< ,{�,,,"�>,:.t c,s 4 tr Ac`•'- o',:,::: ' /9� ,>::.::..,3Y5:cn�a.Ff:,l:•...ain/,Gk'P.s::°,�.i.x..sYSS wc�kc�,.La::,:9;,•,i{.-:.a.,� ^01 :;' r:�q�}! <.a.... i♦ u'X, ci.?�.�.MN. +c r: r.,•.�3/,r;K+7 J,:srS;.£:Y:+.: PROnucER THIS CERTIFICATE IS IS"4" ED;AS A MATTER OF INFORMATION ONLY AND CONFERS J40',RIGHT UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES .NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE. ARTHVRJ,GALLAGHER&CO.DENVFR POLICIES BELOW. 7900&ITUONAVENUE,SUITE200 D CO $02372737 COMPANIES AFFORDING COVERAGE C303) 3 'COMPANY' LETTER A AEINA ND CASUAL7YA SUREIYCOMI'ANY PRISCIIIA A..MCCOY ...................................................._.............................................................._.. S PIRFAIAN S FUND INSURAN[B CObIPANY INSURED - :................_-...........................................,_......................_....................._....................................:.................... . COMPANY C NAT70NAL VMON FLW DVSURANGB COMPANY LETTER ABC CONSTRUCIION COMPANY :........::......................_............................._.._............_.-..-»................................................................................, ZODO PIRSTdVENUB =COMPANY D ANMWJV,WA 00000 •LETTER .......................................... ................. .......................... COMPANY E LA LETTER r:•: a2. t a .o :.>>.. i.• C£IV� � :..::...v.....:.............. ...:... ...».,,....».v.....:...:.,.,.:.:.,.,..:....:..,..-.........:.,..:..,.r..:......, v .: .....sue-,.:,.>. .....,... ..,....:. , .. .>........_ .. .f .. ....i.y. �, ....:.,..n..v...:,J:.dt.:..n...n,ru,�:..:.v.ars.re.•k..,.:ra..a.>:....:...:.,........ ....::..,:...........<.,Y._,,.:..,r.».,,....... ,:::�:-:.:-a,..:.-,.a..S:..:�::,,o.•:. >:;.,,•3.w::.asar..!,e, cS>✓.aC,......,?:.v:..Y.M,.,..a,:::.>::n:r.::>:�>xiii,_....,o..,...1�..,..:...,.,ne•..-,.:>.:.,•: THIS IS TO CERTIFY THAT THE.POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OWMAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS; EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS 1w ......... ......... .................... ....................... ........................................................ _............................_..................... CO :PoLICYEFFEC7TVE POUCYEXPIRATION' TYPE OF INSURANCE POLICY NUMBER LIMITS LTR DATE(MM WIYY) DATE(MMIDDNY) i :GENERALLUU3ILTCY ;GENERAL AGGREGATE :S 2,000,000 ,i E PKG1000000-095 01/01/95 E OSM.i/x ............ ...................................:......................... ............. X fcommER=LGENERALumury :PRODUCTS-COMP/OP AGG. S 2,000,000 ..................._.......................--.S..••......... . _...... C MSMADE X O PERSONAL&ADV:NJURY (r--=Aggrega :OWNERS&CONTRACTOR S PR07 applies per prated) frr� S j �0 �w EACH AMAGE X E STOP GAP LL L INCL ` E i FIRE ......... .................................................... :MED.EXPENSE(Any one person):S S>000 AUTOMOBILE LIABILITY COMBINED SINGLE A :-........, ? A(YW00000-095 OS/01/9S 01�101/9G S 11000,000 X :ANY AUTO LIMIT :.........; i ................................................e............................... ...... r s :ALL OWNED AUTOS i BODILY INJURY SCHEDULFDAUTOS ;{Per Parson) `S ..........:HIRED AUTOS BODILYINJUFiY i :NON-0WNEDAUTOS .(per AC�Idenf) ?S ......GARAGE LIABILITY ,...,......................,...,.,.......,..,,.,,..,.,,, ? PROPERTY DAMAGE ;S B i EXCESS LIABILITY XsL1000000-095 01/01)95 ' 01/01/96 :EACH OCCURRENCE is 1,000,000 X ::UMBRELLA FORM AGGREGATE' � � 5 ,11000 00 i......... : i i :OTHER THAN UMBRELLA FORM i 0 : 0 1 STATUTORY LIMITS - WORKER'SCOMPENSATION ZABORANDINDUSIRIES 1/01195 1/0 /96 ry»Mw✓.._.,.... ,..w ,.^.Y.rv,w,.�v^^ EMPLOYERI.D.NErALUM tACHACMDENT.V •A'S ANDi : :.................................................:,..................................... :DISEASE-POUCYUMIT :S ' EMPLOYER'S LIABILITY : : i............. ................... ... .. .............................. �OISEASE-EACH EMPLOYEE S C :OTHER POLLUIXONCOVPRAGE' : POLLS 00000-095 0-1/02)95 OZO2196 : $1,000,000 PER LOSS CONTRACTORS COV. 1`1,000,000 AGGREGATE,-CLMJIS- FORM MADE FORM,•APPLIES PER PROJECT BASIS$75,000 DED PER LOSS COMPL OPS 2 YEAR EX7MISION DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS RE CONTRACT#REV ON 100001;INSTALLA77ONAND REMOVAL OF UNDERGROUND STORAGE TANKSINCLUDING COIVSTRUC7701V OFAWW t TIRE STATION. C1 7YOPRENMNIS.iNADDI770NALINSURPDONGL,POLLUTION,AND UMBRP_IIAASRESPECTSABOVECONTRACT, WAIVEROPSUBROGA7701V APPLIES;POIICYIS ON A PRIAlARYBASIS AND NOT CON7WBUTORY,-CGO043 AAIENDATOJZYENDORSZXWT PROVIDED . ....r. .. ........v..... .,�::.::.:i.y:.:.'TYgcss^.>•:" .._.!�tL«+eE'?3.1.1... � .........,..,.v.a..v......•.x......,........,..{......:n....v.rvnn.....J..v....r�:,..,...v n..:.....:.... .....n:::.:.v:.::n.... -ri.v.,.:..,. ... ;. SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE {:Ly >` EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL Atterttior::. " MAIL 45 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE VIM CPIYOFREW!OV, WASfiINGTON `x 200 MILL AV.&VUE SOUTH LEFT' RF2VMN,WA 98055 ' AUTHORIZED REPRESENTATIVE •t:y ,vr ...r..n.... � ....,...............:....,:.._.. :.:....:::::-:�.�::::.�w:;:.r•>FN.... ...fir„,..:.,.,...:.. A. .. ./{ .. ... ...................r................_.............................. ............. .... ....:::::•:c::..v....:..r............._..�..A�i5fi7:►'LE:F!�r�(':.�.,.�r:A:C�5v.7s�I�,��':.:�ii y� .�$..�..��SII:•Xiv>:::::.:.:t?.:.•::\S•::.::.�.:::v>......:.:................................i...........................v,..............:..:::::::J:•:.....:...:..:.........:...............................:........:.:.::::::::::::.............::?:::::!•.::N::.v s PREVAILING MINIMUM HOURLY WAGE RATES .. CERTIFICATION OF PAYMENT OF PREVAILING WAGES Date: Ref: Pay Estimate No. Project N 26th St/Park PL N STORM SYSTEM PROJECT SWP-27-2850 CAG No. This is to certify that the prevailing wages have been paid to our employees and our subcontractors' employees for the period from through in accordance with the Statements of Intent to Pay Prevailing Wage filed with the Washington State Department of Labor & Industries. This form will be executed and submitted to the City of Renton prior to or with the last pay request. r� Company Name By: Title: w List of Subcontractors Used on the Project: 18_Cert-Prevai ling-Wages-City.doe\ s Department of Labor and Industries Prevailing Wage STATEMENT OF INTENT TO 9TA7' �.r% goy (360)902-5335 PAY PREVAILING WAGES www.lni.wa.gov//TradesLicensing/PrevailingWage ,�2 Public Works Contract ' $25.00 Filing Fee Required • This form must be typed or printed in ink. Project Name Contract# • Large,bold numbers match instructions on back of form. • Please allow a minimum of 10 working days for processing. Contract Awarding Agency(public agency-not federal or private) • Once approved your form will be posted online at the above website. APPROVED FORM WILL BE MAILED TO THIS ADDRESS Address Contractor,company or agency name,address,city,state&ZIP+4 City State ZIP+4 Awarding Agency Project Contact Person Phone# County where work was performed City where work was performed Bid due date (mm/dd/yy) Date contract awarded (mm/dd/yy) Will all work be subcontracted? Do you intend to use subcontractors? ❑ Yes ❑ No ❑ Yes ❑ No Prime contractor(has contract with the public agency) Contractor Registration# Expected job start date(mm/dd/yy) Do you intend to use apprentices? ❑ Yes ❑ No Craft/trade/occupation(Do NOT list apprentices) Estimated no. Rate of Rate of hourly fringe Indicate number of owners expected to perform work. of workers hourly pay benefits 19 1 DPW— Company name Indicate total dollar amount of your contract t or time and materials if applicable. $ Address I hereby certify that the above information is correct and that all workers I employ on this Public Works Project will be paid no less 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 For L&I Use Only Check Number: ❑ $25 or S For L&I Use Only .� Issued By: APPROVED: Department of Labor and Industries ML By ar Industrial Statistician F700-029-000 statement of intent to pay prevailing wages 12-04 After APPROVAL,send white copy to Awarding Agency. Canary copy—L&I How to expedite the processing of your form: REQUIRED FOR PROCESSING ERRORS THAT CAUSE REJECTION Filing Fee No fee or wrong amount. $25.00 filing fee required. Bid Due Date and Date Contract Awarded Missing. Award date is before bid due date. Prevailing Wage is based on the date bids from prime contractor were due to the contract awarding agency. Date work completed Missing or a date in the future. Date Intent Filed Missing -An affidavit cannot be approved without the Statement of Intent to Pay Prevailing Wages being filed. Craft/trade/occupation Craft not listed, not specific, or does not match prevailing wage occupation listings. Owner/Operators: If the work was performed by owners/partners, state "Owner/Operator" under the"Craft" section, and the wage and fringe need not be completed. Do list the number of owners on the job. (Individuals who own less than 30% of the company are not considered to be owner/operators and must be paid prevailing wage.) All work subcontracted: If all work was performed by subcontractors, check the appropriate box on the form. Number of workers each trade Missing Total number of hours worked each trade Missing Rate of Hourly Pay Missing or incorrect wages. Enter the rate of hourly pay and rate of qualified hourly fringe benefits, as defined by RCW 39.12.010, that you actually provided to the workers. The amount listed for"Rate of Hourly Pay' plus the amount listed for the "Rate of Hourly Fringe Benefits", if any, must equal or exceed the Prevailing Wage rate. Apprentices` Missing information or apprentice not registered*. List each apprentice by name, registration number, trade, stage of progression, beginning and ending dates of work performed on the proiect(m/d/y to m/d/y), and rate of hourly pay and fringe benefits. Total Dollar Amount of Your Contract Missing—Enter exact amount not"time and materials"). Contractor Registration No. or UBI Missing or not registered. Companies not required to obtain a contractor's registration number need only indicate UBI (i.e.,janitorial, surveying, truck driving). Signature Missing—Affidavit must be signed by an authorized representative. * Any apprentice not registered with the Washington State Apprenticeship and Training Council within 60 days of hire must be paid prevailing tourney level wages for the time preceding the date of registration. Call (360) 902-5323 to verify registration. NOTE: Electrical and Plumber trainees registered with the Department of Labor and Industries MUST ALSO be registered with the Washington State Apprenticeship and Training Council to qualify for apprentice rates. ,�. If there is not enough space to list all required information on one form, use additional Affidavit forms as needed. Please indicate at the top of each form"Page 1 of 2", "Page 2 of 2", etc. No additional fee is required. No other attachments will be accepted. Approval of this Affidavit will be based on the information provided by the contractor/subcontractor. It does not signify approval of the classifications of labor used by the contractor/subcontractor. L&I will mail the approved white copy of this Affidavit to the organization provided on the front of this form. Make a copy for your records. Prevailing wage rates are available on the Internet at http://www.Ini.wa.gov/TradesLicensing/PrevailingWage Submit both copies (white and canary) and the $25.00 filing fee to: MANAGEMENT SERVICES Please fold in thirds so the address DEPT. OF LABOR AND INDUSTRIES will show in a window envelope PO BOX 44835 OLYMPIA, WASHINGTON 985044835 For questions call (360) 902-5335 F700_007_0(1!1 affidavit of-a- -harkPr V)_!ld Department of Labor and Industries o Prevailing Wage AFFIDAVIT OF WAGES PAID ��s,STart°� (360)902-5335 — Public Works Contract http://www.Ini.wa.gov/TradesLicensing/PrevailingWage N��,880 °yam $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). • Please allow a minimum of 10 working days for processing. Contract Awarding Agency(public agency-not federal or private) • Once approved,your form will be posted online at the website above. APPROVED FORM WILL BE MAILED TO THIS ADDRESS Address Contractor,company or agency name,address,city,state&ZIP+4 City State ZIP+4 Awarding Agency Project Contact Person Phone# County where work was performed City where work was performed Bid due date (mm/dd/yy) Date contract awarded (mm/dd/yy) Date work completed (mm/dd/yy) Date Intent filed (mm/dd/yy) Was all work subcontracted? Did you intend to use subcontractors? Prime contractor(has contract with the public agency) Contractor Registration No. ❑ Yes ❑ No ❑ Yes ❑ No Job start date(mm/dd/yy) Craft/trade/occupation and apprentices(For apprentices,give name,registration#, Number Total#of hours Rate of Rate of Hourly trade,dates of work on project,stage of progression,wage and fringe) of Workers worked—ea.trade Hourly Pay Fringe Benefits Indicate number of owners that performed work. Company name Indicate total dollar amount of your contract or time and materials if applicable. Address I hereby certify that the above information is correct and that all workers I employ on this Public Works Project will be paid no less 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 For L&I Use Only Check Number: ❑ $25 or $ For L&1 Use Only Issued By: APPROVED: Department of Labor and Industries By Industrial Statistician F700-007-000 affidavit ofwages 12-04 After APPROVAL,send white copy to Awardine Agency. Canary copy—L&I How to expedite the processing of your form: REQUIRED FOR PROCESSING ERRORS THAT CAUSE REJECTION Filing Fee No fee or wrong amount. $25.00 filing fee required. Bid Due Date and Date Contract Awarded Missing. Award date is before bid due date. Prevailing Wage is based on the date bids from prime contractor were due to the contract awarding agency. Date work completed Missing or a date in the future. Date Intent Filed Missing-An affidavit cannot be approved without the Statement of Intent to Pay Prevailing Wages being filed. Craft/trade/occupation Craft not listed, not specific, or does not match prevailing wage occupation listings. Owner/Operators: If the work was performed by owners/partners, state "Owner/Operator"under the"Craft"section, and the wage and fringe need not be completed. Do list the number of owners on the job. (Individuals who own less than 30% of the company are not considered to be owner/operators and must be paid prevailing wage.) All work subcontracted: If all work was performed by subcontractors, check the appropriate box on the form. Number of workers each trade Missing rir Total number of hours worked each trade Missing Rate of Hourly Pay Missing or incorrect wages. Enter the rate of hourly pay and rate of qualified hourly fringe benefits, as defined by RCW 39.12.010,that you actually provided to the workers. The amount listed for"Rate of Hourly Pay" plus the amount listed for the"Rate of Hourly Fringe Benefits", if any, must equal or exceed the Prevailing Wage rate. Apprentices* Missing information or apprentice not registered*. List each apprentice by name, registration number,trade, stage of progression, beginning and ending dates of work performed on the project(m/d/y to m/d/y), and rate of hourly pay and fringe .n benefits. Total Dollar Amount of Your Contract Missing—Enter exact amount not"time and materials'). • Contractor Registration No. or UBI Missing or not registered. Companies not required to obtain a contractor's registration number need only indicate UBI (i.e.,janitorial, surveying,truck driving). Signature Missing—Affidavit must be signed by an authorized representative. * Any apprentice not registered with the Washington State Apprenticeship and Training Council within 60 days of hire must be paid prevailing iourney level wages for the time preceding the date of registration. Call (360) 902-5323 to verify registration. NOTE: Electrical and Plumber trainees registered with the Department of Labor and Industries MUST ALSO be registered with the Washington State Apprenticeship and Training Council to qualify for apprentice rates. .� If there is not enough space to list all required information on one form, use additional Affidavit forms as needed. Please indicate at the top of each form"Page 1 of 2","Page 2 of 2", etc. No additional fee is required. No other attachments will be accepted. Approval of this Affidavit will be based on the information provided by the contractor/subcontractor. It does not signify approval of the classifications of labor used by the contractor/subcontractor. L&I will mail the approved white copy of this Affidavit to the organization provided on the front of this form. Make a copy for your records. Prevailing wage rates are available on the Internet at hftp://www.Ini.wa.govfTradesLicensincl/PrevailingWage Submit both copies (white and canary) and the $25.00 filing fee to: MANAGEMENT SERVICES Please fold in thirds so the address DEPT. OF LABOR AND INDUSTRIES will show in a window envelope PO BOX 44835 OLYMPIA, WASHINGTON 98504-4835 For questions call (360) 902-5335 r F7(1(1_(107_!1(1!1 affirlauit of--c -hackrr 1?_fld State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section-Telephone(360)902-5335 PO Box 44540,Olympia,WA 98504-4540 Washington State Prevailing Wage Rates For Public Works Contracts The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects,workers'wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements is provided on the Benefit Code Key. KING COUNTY Effective 03-03-07 (See Benefit Code Key) Over PREVAILING Time Holiday Note 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) JOURNEY LEVEL $16.67 1 CARPENTERS ACOUSTICAL WORKER $41.43 1M 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 FLOOR LAYER $41.40 1M 5D FLOOR SANDER $41.40 1M 5D MILLWRIGHT AND MACHINE ERECTORS $42.27 1M 5D ' PILEDRIVERS, DRIVING, PULLING,PLACING COLLARS AND WELDING $41.47 1M 5D SAWFILER $41.40 1M 5D SHINGLER $41.40 1M 51D STATIONARY POWER SAW OPERATOR $41.40 1M 5D STATIONARY WOODWORKING TOOLS $41.40 IM 51D CEMENT MASONS JOURNEY LEVEL $42.26 1M 5D DIVERS&TENDERS DIVER $85.75 1M 5D 8A DIVER TENDER $44.22 1M 51D DREDGE WORKERS ASSISTANT ENGINEER $42.02 IT 5D 8L ASSISTANT MATE(DECKHAND) $41.51 IT 5D 8L BOATMEN $42.02 IT 5D 8L 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 OILER $41.64 IT 5D 8L DRYWALL TAPERS JOURNEY LEVEL $41.14 1 E 5P ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL $18.69 1 Page 1 KING COUNTY Effective 03-03-07 (See Benefit Code Key) 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 1D 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 1S 5J 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 1K 5B DECKHAND $31.59 1K 5B ENGINEER/DECKHAND $34.37 1K 5B MATE,LAUNCH OPERATOR $36.02 1K 5B Page 2 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 SYSTEMS BY REMOTE CONTROL CLEANER OPERATOR,FOAMER OPERATOR $9.73 1 ' GROUT TRUCK OPERATOR $11.48 1 HEAD OPERATOR $12.78 1 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 BATCH WEIGHMAN $29.68 1M 5D BRUSH CUTTER $34.36 1M 5D , BRUSH HOG FEEDER $34.36 1M 5D BURNERS $34.36 1M 5D CARPENTER TENDER $34.36 1M 5D CASSION WORKER $35.20 1M 5D CEMENT DUMPER/PAVING $34.84 1M 5D CEMENT FINISHER TENDER $34.36 1M 5D CHANGE-HOUSE MAN OR DRY SHACKMAN $34.36 1M 5D CHIPPING GUN(OVER 30 LBS) $34.84 1M 5D CHIPPING GUN(UNDER 30 LBS) $34.36 1M 5D ' CHOKER SETTER $34.36 1M 5D CHUCK TENDER $34.36 1M 5D CLEAN-UP LABORER $34.36 1M 5D CONCRETE DUMPER/CHUTE OPERATOR $34.84 1M 5D , CONCRETE FORM STRIPPER $34.36 1M 5D 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 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 DUMPMAN $34.36 1M 5D EPDXY TECHNICIAN $34.36 IM 5D EROSION CONTROL WORKER $34.36 1M 5D ' FALLER/BUCKER,CHAIN SAW $34.84 1M 5D FINAL DETAIL CLEANUP(i.e.,dusting,vacuuming,window cleaning; NOT $27.36 1M 5D construction debris cleanup) FINE GRADERS $34.36 1M 5D ' FIRE WATCH $29.68 1M 5D FORM SETTER $34.36 1M 5D GABION BASKET BUILDER $34.36 1M 5D GENERAL LABORER $34.36 1M 5D ' GRADE CHECKER&TRANSIT PERSON $34.84 1M 5D GRINDERS $34.36 1M 5D GROUT MACHINE TENDER $34.36 1M 5D Page 3 ' r 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 IM 5D HAZARDOUS WASTE WORKER LEVEL B $34.84 1M 5D HAZARDOUS WASTE WORKER LEVEL C $34.36 1M 5D HIGH SCALER $35.20 1M 5D HOD CARRIER/MORTARMAN $34.84 1M 5D JACKHAMMER $34.84 1M 5D LASER BEAM OPERATOR $34.84 IM 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 1M 5D PIPE RELINER(NOT INSERT TYPE) $34.84 1M 5D PIPELAYER&CAULKER $34.84 1M 5D PIPELAYER&CAULKER(LEAD) $35.20 1M 5D PIPEWRAPPER $34.84 1M 5D POT TENDER $34.36 1M 5D POWDERMAN $35.20 1M 5D POWDERMAN HELPER $34.36 IM 5D POWERJACKS $34.84 1M 5D RAILROAD SPIKE PULLER(POWER) $34.84 1M 5D RE-TIMBERMAN $35.20 1M 5D RIPRAP MAN $34.36 1M 5D RODDER $34.84 1M 5D SCAFFOLD ERECTOR $34.36 1M 5D SCALE PERSON $34.36 1M 5D SIGNALMAN $34.36 1M 5D SLOPER(OVER 20") $34.84 IM 5D SLOPER SPRAYMAN $34.36 IM 5D SPREADER(CLARY POWER OR SIMILAR TYPES) $34.84 1M 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 1 M 5D TOOLROOM MAN(AT JOB SITE) $34.36 1M 5D TOPPER-TAILER $34.36 1M 5D TRACK LABORER $34.36 1M 5D TRACK LINER(POWER) $34.84 1M 5D TRUCK SPOTTER $34.36 1M 5D TUGGER OPERATOR $34.84 1M 5D VIBRATING SCREED(AIR,GAS,OR ELECTRIC) $34.36 1M 5D VIBRATOR $34.84 1M 5D VINYL SEAMER $34.36 1M 5D WELDER $34.36 1M 5D WELL-POINT LABORER $34.84 1M 5D Page 4 KING COUNTY Effective 03-03-07 (See Benefit Code Key) Over PREVAILING Time Holiday Note ' Classification WAGE Code Code Code LABORERS-UNDERGROUND SEWER&WATER GENERALLABORER $34.36 1M 5D PIPE LAYER $34.84 1M 5D ' LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $11.07 1 LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $10.63 1 LANDSCAPING OR PLANTING LABORERS $8.42 1 ' LATHERS JOURNEYLEVEL $41.31 1M 5D METAL FABRICATION(IN SHOP) FITTER $15.86 1 LABORER $9.78 1 ' MACHINE OPERATOR $13.04 1 PAINTER $11.10 1 WELDER $15.48 1 MODULAR BUILDINGS , CABINET ASSEMBLY $11.56 1 ELECTRICIAN $11.56 1 EQUIPMENT MAINTENANCE $11.56 1 PLUMBER $11.56 1 ' PRODUCTION WORKER $9.26 1 TOOL MAINTENANCE $11.56 1 UTILITY PERSON $11.56 1 WELDER $11.56 1 PAINTERS ' JOURNEYLEVEL $33.16 2B 5A PLASTERERS JOURNEYLEVEL $41.23 1R 5A PLAYGROUND&PARK EQUIPMENT INSTALLERS ' JOURNEYLEVEL $8.42 1 PLUMBERS&PIPEFITTERS JOURNEYLEVEL $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 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 1M 5D 8L BACKHOES, (OVER 75 HP) $42.35 1M 5D 8L BARRIER MACHINE(ZIPPER) $42.35 1M 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 1M 5D 8L CABLEWAYS $42.84 1M 51D 8L ' CHIPPER $42.35 1M 51D 8L COMPRESSORS $39.57 1M 51D 8L CONCRETE FINISH MACHINE-LASER SCREED $39.57 1M 51D 8L CONCRETE PUMPS $41.93 1M 5D 8L ' CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $42.35 IM 51D 8L CONVEYORS $41.93 1M 5D 8L Page 5 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 1M 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 1M 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 11M 5D 8L WITH ATTACHMENTS) CRANES,A-FRAME, 10 TON AND UNDER $39.57 1M 5D 8L CRANES,A-FRAME,OVER 10 TON $41.93 1M 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 1M 5D 8L CRANES,OVERHEAD,BRIDGE TYPE(45-99 TONS) $42.84 1M 5D 8L CRANES,OVERHEAD,BRIDGE TYPE(100 TONS&OVER) $43.39 1M 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 CRUSHERS $42.35 1 M 5D 8L DECK ENGINEER/DECK WINCHES(POWER) $42.35 1M 5D 8L DERRICK,BUILDING $42.84 1M 5D 8L DOZERS, D-9&UNDER $41.93 1M 5D 8L DRILL OILERS-AUGER TYPE,TRUCK OR CRANE MOUNT $41.93 11M 5D 8L DRILLING MACHINE $42.35 11M 5D 8L ELEVATOR AND MANLIFT,PERMANENT AND SHAFT-TYPE $39.57 1M 5D 8L EQUIPMENT SERVICE ENGINEER(OILER) $41.93 1M 5D 8L FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $42.35 1M 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 HYDRALIFTS/BOOM TRUCKS(10 TON&UNDER) $39.57 1M 5D 8L HYDRALIFTS/BOOM TRUCKS(OVER 10 TON) $41.93 1 M 5D 8L LOADERS,OVERHEAD(6 YD UP TO 8 YD) $42.84 1 M 5D 8L LOADERS,OVERHEAD(8 YD&OVER) $43.39 11M 5D 8L LOADERS,OVERHEAD(UNDER 6 YD),PLANT FEED $42.35 1M 5D 8L LOCOMOTIVES,ALL $42.35 1M 5D 8L MECHANICS,ALL $42.84 1M 5D 8L MIXERS,ASPHALT PLANT $42.35 1M 5D 8L MOTOR PATROL GRADER(FINISHING) $42.35 1M 5D 8L MOTOR PATROL GRADER(NON-FINISHING) $41.93 1M 5D 8L MUCKING MACHINE,MOLE,TUNNEL DRILL AND/OR SHIELD $42.84 1M 5D 8L OIL DISTRIBUTORS,BLOWER DISTRIBUTION AND MULCH SEEDING $39.57 1M 5D 8L OPERATOR PAVEMENT BREAKER $39.57 1M 5D 8L PILEDRIVER(OTHER THAN CRANE MOUNT) $42.35 1M 5D 8L PLANT OILER(ASPHALT,CRUSHER) $41.93 1M 5D 8L POSTHOLE DIGGER,MECHANICAL $39.57 1M 5D 8L POWER PLANT $39.57 1M 5D 8L PUMPS,WATER $39.57 1M 5D 8L Page 6 KING COUNTY Effective 03-03-07 ' (See Benefit Code Key) Over PREVAILING Time Holiday Note ' Classification WAGE Code Code Code QUAD 9,D-10,AND HD-41 $42.84 IM 5D 8L REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $42.84 1 M 5D 8L EQUIP RIGGER AND BELLMAN $39.57 1M 5D 8L ROLLAGON $42.84 1 M 5D 8L ROLLER,OTHER THAN PLANT ROAD MIX $39.57 1M 5D 8L ROLLERS, PLANTMIX OR MULTILIFT MATERIALS $41.93 1 M 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) SCRAPERS,CONCRETE AND CARRY ALL $41.93 1M 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 1 M 5D 8L SUBGRADE TRIMMER $42.35 1M 5D 8L TOWER BUCKET ELEVATORS $41.93 1M 5D 8L ' TRACTORS,(75 HP&UNDER) $41.93 1M 5D 8L TRACTORS,(OVER 75 HP) $42.35 1 M 5D 8L TRANSFER MATERIAL SERVICE MACHINE $42.35 1M 5D 8L TRANSPORTERS,ALL TRACK OR TRUCK TYPE $42.84 1M 5D 8L ' TRENCHING MACHINES $41.93 1M 5D 8L TRUCK CRANE OILER/DRIVER(UNDER 100 TON) $41.93 1 M 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 1M 5D 8L 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 REFRIGERATION&AIR CONDITIONING MECHANICS MECHANIC $53.01 1G 5A RESIDENTIAL BRICK&MARBLE MASONS , JOURNEY LEVEL $27.05 1 RESIDENTIAL CARPENTERS JOURNEY LEVEL $23.47 1 RESIDENTIAL CEMENT MASONS JOURNEY LEVEL $22.64 1 RESIDENTIAL DRYWALL TAPERS JOURNEY LEVEL $41.14 1E 5P RESIDENTIAL ELECTRICIANS JOURNEY LEVEL $26.24 1 ' RESIDENTIAL GLAZIERS JOURNEYLEVEL $27.89 1H 5G Page 7 ' KING COUNTY Effective 03-03-07 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code RESIDENTIAL INSULATION APPLICATORS JOURNEYLEVEL $17.60 1 RESIDENTIAL LABORERS JOURNEYLEVEL $18.12 1 RESIDENTIAL PAINTERS JOURNEYLEVEL $18.36 1 RESIDENTIAL PLUMBERS&PIPEFITTERS JOURNEYLEVEL $22.95 1 RESIDENTIAL REFRIGERATION&AIR CONDITIONING JOURNEYLEVEL $53.01 1G 5A RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL(FIELD OR SHOP) $19.48 1 RESIDENTIAL SOFT FLOOR LAYERS JOURNEYLEVEL $33.76 1 B 5A RESIDENTIAL SPRINKLER FITTERS(FIRE PROTECTION) JOURNEYLEVEL $29.76 1 B 5C RESIDENTIAL TERRAZZO/TILE FINISHERS JOURNEYLEVEL $26.30 1 RESIDENTIAL TERRAZZO/TILE SETTERS JOURNEYLEVEL $40.33 1 B 5A ROOFERS JOURNEYLEVEL $35.78 1R 5A USING IRRITABLE BITUMINOUS MATERIALS $38.78 1R 5A SHEET METAL WORKERS JOURNEY LEVEL(FIELD OR SHOP) $49.97 1 E 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 JOURNEYLEVEL $33.76 1B 5A SOLAR CONTROLS FOR WINDOWS JOURNEYLEVEL $12.44 1 5S SPRINKLER FITTERS(FIRE PROTECTION) JOURNEYLEVEL $53.24 1X 5C STAGE RIGGING MECHANICS(NON STRUCTURAL) JOURNEYLEVEL $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 INSTALLER(REPAIRER) $28.68 213 5A JOURNEY LEVEL TELEPHONE LINEPERSON $27.82 2B 5A SPECIAL APPARATUS INSTALLER 1 $29.89 2B 5A SPECIAL APPARATUS INSTALLER 11 $29.30 2B 5A Page 8 KING COUNTY Effective 03-03-07 ' (See Benefit Code Key) Over PREVAILING Time Holiday Note , Classification WAGE Code Code Code TELEPHONE EQUIPMENT OPERATOR(HEAVY) $29.89 2B 5A TELEPHONE EQUIPMENT OPERATOR(LIGHT) $27.82 2B 5A TELEVISION GROUND PERSON $15.96 2B 5A , TELEVISION LINEPERSON/INSTALLER $21.17 2B 5A TELEVISION SYSTEM TECHNICIAN $25.15 2B 5A TELEVISION TECHNICIAN $22.64 2B 5A TREE TRIMMER $27.82 2B 5A ' TERRAZZO WORKERS&TILE SETTERS JOURNEY LEVEL $40.33 1 B 5A TILE,MARBLE&TERRAZZO FINISHERS FINISHER $34.16 113 5A TRAFFIC CONTROL STRIPERS ' JOURNEY LEVEL $34.90 1K 5A TRUCK DRIVERS ASPHALT MIX(TO 16 YARDS) $39.04 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 OTHER TRUCKS $39.62 IT 5D 8L TRANSIT MIXER $23.45 1 ' WELL DRILLERS&IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $17.71 1 OILER $12.97 1 WELL DRILLER $17.68 1 Page 9 ' BENEFIT CODE KEY-EFFECTIVE 03-3-07 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 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. 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 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 (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) 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. 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 w HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH 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. i 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 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 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 r 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 w 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. r BENEFIT CODE KEY-EFFECTIVE 03-03-07 -2- 1. 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. 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. 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 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 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 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 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 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. 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. 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. 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 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 LABOR DAY SHALL BE 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. 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. ' BENEFIT CODE KEY-EFFECTIVE 03-03-07 -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 THE 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. r M. ALL HOURS WORKED ON SATURDAYS,SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. O. 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 r 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). r 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 r 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). rr1 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 +w THANKSGIVING DAY,AND CHRISTMAS(6). I. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY(6). an J. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS EVE DAY,AND CHRISTMAS DAY(7). r N. HOLIDAYS: NEW YEAR'S DAY,PRESIDENTS'DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,VETERANS' 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). 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 AFTER THANKSGIVING DAY,ONE-HALF DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY.(7 1/2). BENEFIT CODE KEY-EFFECTIVE 03-03-07 ' -4- 5. S. PAID HOLIDAYS: NEW YEAR'S DAY,PRESIDENTS'DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY, 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). V. PAID HOLIDAYS: SIX(6)PAID HOLIDAYS. W. PAID HOLIDAYS: NINE(9)PAID HOLIDAYS. 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). 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). 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). 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). 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). 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). , I. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING 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_ 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 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). 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). 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). 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 r FOR 250 FEET +� 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 �w 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'/2 HOURS WORKED GRAVEYARD FROM 12:30 AM TO 9:00 AM IS WAGE PLUS 15%7 HOURS WORKED C. r �I 1 1 1 1 1 1 1 1 ENVIRONMENTAL � REGULATION LISTING � 1 1 1 1 1 1 1 1 1 REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND PRESERVATION OF PUBLIC NATURAL RESOURCES In accordance with the provisions of Chapter 62, Laws of 1973, H. B_ 621, the Contract or shall ~ secure any permits or licenses required by, and comply fully with all provisions of the following laws, ordinances,and resolutions: King County Ordinance No. 1527 requires Building and Land Development Division and Hydraulics Division review of grading and filling permits and unclassified use permits in flood hazard areas. Resolution No. 36230 establishes storm drain design standards to be incorporated into project design standards to be incorporated into project design by Engineering Services. Review by Hydraulics Division. r• King County Ordinance No. 800 No. 900 No 1006 and Resolution No 8778 No 24553 No 24834, No. 6894 and No. 11242 contained in King County Code Titles 8 and 10 are provisions for disposition of refuse and litter in a licensed disposal site and provide penalties for failure to comply. w Review by Division of Solid Waste. Puget Sound Air Pollution Control Agency Regulation I- A regulation to control the emission of air contaminants from all sources within the jurisdiction of the Puget Sound Air Pollution Control Agency (King, Pierce, Snohomish, and Kitsap Counties) in accordance with the Washington Clean Air Act, R.C.W. 70.94. WASHINGTON STATE DEPARTMENT OF ECOLOGY W.A.C. 18-02: Requires operators of stationary sources of air contaminants to maintain records of emissions, periodically report to the State information concerning these emissions from his - operations, and to make such information available to the public. See Puget Sound Pollution Control Agency Regulation I. •r R_C.W. 90-48: Enacted to maintain the highest possible standards to ensure the purity of all water of the State consistent with public health and public enjoyment thereof, the propagation and protection of wildlife,birds, game, fish, and other aquatic life, and the industrial development of the state, and to that end require the use of all known available and reasonable methods by industries and others to prevent and control the pollution of the waters of the State of Washington. It is .. unlawful to throw, drain, run or otherwise discharge into any of the water of this State any organic or inorganic matter that shall cause or tend to cause pollution of such waters. The law also provides for civil penalties of$5,000/day for each violation. R.C.W. 70.95: Establishes uniform statewide program for handling solid wastes which will prevent land, air and water pollution. Makes it unlawful to dump or deposit solid wastes onto or under the surface of the ground or into the waters of this State except at a solid waste disposal site for which there is a valid permit. R.C.W. 76-04.370: Provide for abatement of additional fire hazard (lands upon which there is forest debris) and extreme fire hazard (areas of additional fire hazard near buildings, roads, campgrounds, and school grounds). The owner and/or person responsible is fully liable in the event a fire starts or spreads on property on which an extreme fire hazard exists. R.C.W. 76.04.010: Defines terms relating to the suppression or abatement of forest fires or forest fire conditions. H:\DTV1SION.S\UTILFM-S\WATER\R1CK\.Springbrook Springs\BIDSPECDOCM ■r REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND PRESERVATION OF PUBLIC NATURAL RESOURCES R.C.W. 70.94.660: Provides for issuance of burning permits for abating or prevention of forest fire hazards, instruction or agricultural operations. R.C.W. 76-.04.310: Stipulates that everyone clearing land or clearing right-of-way shall pile and ' burn or dispose of by other satisfactory means, all forest debris cut thereon, as rapidly as the clearing or cutting progresses, or at such other times as the department may specify, and in compliance with the law requiring burning permits. R. C. W. 78-44: Laws governing surface mining (including sand, gravel, stone, and earth from borrow pits) which provide for fees and permits, plan or operation, reclamation plan, bonding, and '. inspection of operations. W.A.C. 332-18: Delineates all requirements of R.C.W. 76-04 pertaining to land clearing and burning. U.S.ARMY CORPS OF ENGINEERS Section 1 of the River and Harbor Act of June 13, 1902: Authorizes Secretary of Army and Corps of Engineers to issue permits to any persons or corporation desiring to improve any navigable river at their own expense and risk upon approval of the plans and specifications. Section 404 of the Federal Water Pollution Control Act (PL92-500 86 Stat. 816): Authorizes the ' Secretary of the Army, acting through the Corps of Engineers, to issue permits for the discharge of dredged or fill material into the navigable waters at specified disposal sites. Permits may be denied if it is determined that such discharge will have adverse effects on municipal water supplies, shell fish beds and fishery areas and wildlife or recreational areas. MISCELLANEOUS FEDERAL LEGISLATION Section 13 of the River and Harbor Act approved March 3, 1899: Provides that discharge of refuse without a permit into navigable waters is prohibited. Violation is punishable by fine. Any citizen may file a complaint with the U.S.Attorney and share a portion of the fine. PERMITS REQUIRED FOR THE PROJECT ARE AS FOLLOWS: KING COUNTY BUILDING AND LAND DEVELOPMENT DIVISION King County Resolution No. 25789 requires an unclassified use permit for filling, quarrying ' (including borrow pits and associated activities such as asphalt plants, rock crushers) and refuse disposal sites and provides for land reclamation subsequent to these activities. A copy is available at the Department of Public Works or Building and Land Development Division. Shoreline Management Act 1971 requires a P ermit for construction on State shorelines. Permit acquired by Public Works and reviewed by Building and Land Development Division. King County Ordinance No. 1488 requires Pe rmit for grading, land fills, gavel pits, dumping, , quarrying and mining operations except on County right-of-way. Review by Building and Land Development Division. H:\DIVISION.S\UT[LnU.S\\VATER\RICK\Springbrook Springs\BIDSPEC.DOMh REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND PRESERVATION OF PUBLIC NATURAL RESOURCES WASHINGTON STATE DEPARTMENT OF FISHERIES AND GAME r Chapter 112 Laws of 1949: Requires hydraulics permit on certain projects. (King County Department of Public Works will obtain.) WASHINGTON STATE DEPARTMENT OF ECOLOGY W.A.C. 173-220: Requires a National Pollutant Discharge EIimination System (NPDES) permit before discharge of pollutants from a point source into the navigable waters of the State of Washington. W.A.C. 372-24: Permit to discharge commercial or industrial waste waters into State surface or ground water (such as gravel washing, pit operations, or any operation which results in a discharge ,,. which contains turbidity). W.A.C.508-12-100: Requires permit to use surface water. W.A.C. 508-12-190: Requires that changes to permits for water use be reviewed by the Department of Ecology whenever it is desired to change the purpose of use, the place of use, the point of withdrawal and/or the diversion of water. W.A.C. 508-12-220: Requires permit to use ground water. W.A.C. 508-12-260: Requires permit to construct reservoir for water storage. W.A.C. 508-12-280: Requires permit to construct storage dam. ,r. W.A.C. 508-60: Requires permit to construct in State flood control zone. King County Public Works secures one for design. Contractor secures one for his operation (false work design,etc.) WASHINGTON STATE DEPARTMENT OF NATURAL RESOURCES R.C.W. 76.04.150: Requires burning permit for all fires except for small outdoor fires for recreational purposes or yard debris disposal. Also the Department of Natural Resources reserves the right to restrict burning under the provisions of R.C.W. 76.04.150, 76.04.170, 76.04.180, and 70.94 due to extreme fire weather or to prevent restriction of visibility and excessive air pollution. R.C.W. 76.08.030: Cutting permit required before cutting merchantable timber. R.C.W. 76.08.275: Operating permit required before operating power equipment in dead or down timber. R.C.W. 78.44.080: Requires permit for any surface mining operation (including sand, gravel, stone, and earth from borrow pits). UNITED STATES ARMY CORPS OF ENGINEERS Section 10 of River and Harbor Act of March 3, 1899: Requires permit for construction (other than bridges, see U.S. Coast Guard administered permits) on navigable waters (King County Department of Public Works will obtain.) H:\DNISION.S\UTILriTE-S\WATER\RICK\Springbrook Springs\BIDSPEC.DOGbh I � REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND PRESERVATION OF PUBLIC NATURAL RESOURCES FIRE PROTECTION DISTRICT , R.C.W. 52.28.010, 52 28 020 52.28.030 52.28.040, 52.28.050: Provides authority for, requirements of, and penalties for failure to secure a fire permit for building an open fire within a ' fire protection district. UNITED STATES COAST GUARD ' Section 9 of River and Harbor Act of March 3 1899 General Bridge Act of March 23, 1906, and General Brie Act of 1946 as amended August 2, 1956: Requires a permit for construction of bridge on navigable waters (King County Department of Public Works will obtain). King County ' Department of Public Works will comply with pertinent sections of the following laws while securing the aforementioned permit: Section 4(f) of Department of Transportation Act, National ' Environmental Policy Act of 1969,Water Quality Improvement Act of 1970. PUGET SOUND AIR POLLUTION CONTROL AGENCY Section 9.02(d) (2) (iii) of Regulation I: Request for verification of population density. Contractor "r should be sure his operations are in compliance with Regulation 1, particularly Section 9.02 (outdoor fires), Section 9.04 (particulate matter -- dust), and Section 9.15 (preventing particulate matter from becoming airborne). ENVIRONMENTAL PROTECTION AGENCY ■r Title 40, Chapter Ic, Part 61: Requires that the Environmental Protection Agency be notified five (5) days prior to the demolition of any structure containing asbestos material (excluding residential structures having fewer than five (5)dwelling units). The above requirements will be applicable only where called for on the various road projects. Copies of these permits, ordinances, Iaws, and resolutions are available for inspection at the Office ~ of the Director of Public Works, 900 King County Administration Building, Seattle,WA. 98104. It shall be the responsibility of the Contractor to familiarize himself with all requirements therein. All costs resulting therefrom shall be included in the Bid Prices and no additional compensation shall be made. ' All permits will be available at construction site. H:\DIVI SIGN.S\VrII_rr1E.S\WATER\RICK\Springbrook Springs\BIDSPEC.DOCPoh 60 in to No r �- WSDOT AMENDMENTS 1 INTRODUCTION 2 The following Amendments and Special Provisions shall be used in conjunction with the 3 2006 Standard Specifications for Road, Bridge, and Municipal Construction. 4 5 AMENDMENTS TO THE STANDARD SPECIFICATIONS 6 7 The following Amendments to the Standard Specifications are made a part of this contract 8 and supersede any conflicting provisions of the Standard Specifications. For informational 9 purposes, the date following each Amendment title indicates the implementation date of the 10 Amendment or the latest date of revision. 11 12 Each Amendment contains all current revisions to the applicable section of the Standard 13 Specifications and may include references which do not apply to this particular project. 14 15 INTRODUCTION 16 The following Amendments and Special Provisions shall be used in conjunction with the 17 2006 Standard Specifications for Road, Bridge, and Municipal Construction. 18 19 This project is designed in metric units. Among the Special Provisions contained in this 20 project are revisions to sections within Divisions 1, 6, 7 and 9 that provide conversion 21 methods and charts needed to administer this project utilizing the 2004 Standard 22 Specifications. 23 24 AMENDMENTS TO THE STANDARD SPECIFICATIONS 25 26 The following Amendments to the Standard Specifications are made a part of this contract 27 and supersede any conflicting provisions of the Standard Specifications. For informational 28 purposes, the date following each Amendment title indicates the implementation date of the 29 Amendment or the latest date of revision. 30 31 Each Amendment contains all current revisions to the applicable section of the Standard 32 Specifications and may include references which do not apply to this particular project. 33 34 SECTION 1-04, SCOPE OF THE WORK 35 April 3, 2006 36 1-04.6 Variation in Estimated Quantities 37 The third paragraph beginning with "If the adjusted final quantity of any items", is revised to 38 read: 39 40 If the adjusted final quantity of any item does not vary from the quantity shown in the 41 proposal by more than 25%, then the Contractor and the Contracting Agency agree that 42 all work under that item will be performed at the original contract unit price. 43 44 SECTION 1-06, CONTROL OF MATERIAL 45 April 3, 2006 46 1-06.1 Approval of Materials Prior To Use 47 The second sentence in the first paragraph is revised to read: TEST2 1 1 ! 2 The Contractor shall use the Qualified Product List (QPL), the Aggregate Source 3 Approval (ASA) Database, or the Request for Approval of Material (RAM) form. ' 4 5 Number 1 under the second paragraph is revised to read: 6 7 1. Shall be new, unless the Special Provisions or Standard Specifications permit 8 otherwise; 9 10 1-06.1(1) Qualified Products List (QPL) 11 This section is supplemented with the following: 12 13 The current QPL can be accessed on-line at www.wsdot.wa.gov/biz/mats/QPL/QPL.cfm 14 15 The following new sub-section is inserted to follow 1-06.1(2). 16 17 1-06.1(3) Aggregate Source Approval(ASA) Database 18 The ASA is a database containing the results of WSDOT preliminary testing of 19 aggregate sources. This database is used by the Contracting Agency to indicate the 20 approval status of these aggregate sources for applications that require preliminary 21 testing as defined in the contract. The ASA `Aggregate Source Approval Report' 22 identifies the currently approved applications for each aggregate source listed. The 23 acceptance and use of these aggregates is contingent upon additional job sampling 24 and/or documentation. 25 26 Aggregates approved for applications on the ASA `Aggregate Source Approval Report' 27 not conforming to the specifications, not fulfilling the acceptance requirements, or 28 improperly handled or installed, shall be replaced at the Contractor's expense. 29 30 For questions regarding the approval status of an aggregate source, contact the 31 WSDOT Regional Materials Engineer for the Region the source is located in. The 32 Contracting Agency reserves the right to make revisions to the ASA database at 33 anytime. 34 35 If there is a conflict between the ASA database and the contract, then the contract shall 36 take precedence over the ASA database in accordance with Section 1-04.2. The ASA 37 database can be accessed on-line at www.wsdot.wa.gov/biz/mats/ASA 38 I TEST2 2 1 1-06.2(2)D Quality Level Analysis 2 Item 9 under the first paragraph is revised to read: 3 4 9. Determine the Composite Pay Factor(CPF) for each lot. 5 6 _ _ 7 CPF = fi(PF1) + f2(PF2) +---+ fi(PFi) Xf. 8 ' 9 i = 1toj 10 11 where: fi = price adjustment factor listed in these 12 Specifications for the applicable material 13 14 j = number of constituents being evaluated 15 16 SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 17 August 7, 2006 18 1-07.9(1) General 19 The fifth paragraph is revised to read: 20 21 If employing labor in a class not listed in the contract provisions on state funded projects 22 only, the Contractor shall request a determination of the correct wage and benefits rate 23 for that class and locality from the Industrial Statistician, Washington State Department 24 of Labor and Industries (State L&I), and provide a copy of those determinations to the 25 Engineer. 26 27 The fifth paragraph is supplemented with the following new paragraph: 28 29 If employing labor in a class not listed in the contract provisions on federally funded 30 projects, the Contractor shall request a determination of the correct wage and benefits 31 for that class and locality from the U. S. Secretary of Labor through the project 32 engineer's office. Generally, the contractor initiates the request by preparing standard 33 form 1444 and submitting it to the project engineers' office for further action. 34 35 1-07.10 Worker's Benefits 36 The fourth paragraph is revised to read: 37 38 The Public Works Contract Division of the Washington State Department of Labor and 39 Industries will provide the Contractor with applicable industrial insurance and medical 40 aid classification and premium rates. After receipt of Revenue Release from the 41 Washington State Department of Revenue, the contracting agency will verify through the 42 Department of Labor and Industries that the Contractor is current with respect to the 43 payments of industrial insurance and medical aid premiums. 44 45 1-07.15 Temporary Water Pollution/Erosion Control 46 The first paragraph is revised to read: 47 TEST2 3 1 In an effort to prevent, control, and stop water pollution and erosion within the project, 2 thereby protecting the work, nearby land, streams, and other bodies of water, the 3 Contractor shall perform all work in strict accordance with all Federal, State, and local , 4 laws and regulations governing waters of the State, as well as permits acquired for the 5 project. 6 7 SECTION 1-08, PROSECUTION AND PROGRESS 8 December 4, 2006 9 1-08.1 Subcontracting 10 The eighth paragraph (beginning with - On all projects funded with both Contracting Agency 11 funds and Federal assistance ...) is supplemented with the following: 12 ,13 The Contractor has the option of submitting actual MBE/WBE or DBE payment data, on 14 Federally assisted, Federally assisted and Contracting agency funded, and Contracting 15 Agency funded only contracts to the contracting agency on a monthly basis using the 16 Contract Monitoring and Tracking System (CMATS) through the BizWeb application 17 located at http://www.omwbe.wa.gov/bizwebatwashington. Use of CMATS will become a 18 requirement for all contractors effective January 7, 2008. ' 19 20 1-08.3 Progress Schedule 21 Section 1-08.3 and all subsections are deleted in their entirety and replaced with the 22 following: 23 24 1-08.3 Progress Schedule 25 1-08.3(1) General Requirements 26 The Contractor shall submit Type A or Type B Progress Schedules and Schedule 27 Updates to the Engineer for approval. Schedules shall show work that complies 28 with all time and order of work requirements in the contract. Scheduling terms and 29 practices shall conform to the standards established in Construction Planning and 30 Scheduling, Second Edition, published by the Associated General Contractors of 31 America. Except for Weekly Look-Ahead Schedules, all schedules shall meet 32 these General Requirements, and provide the following information: 33 34 1. Include all activities necessary to physically complete the project. 35 36 2. Show the planned order of work activities in a logical sequence. 37 38 3. Show durations of work activities in working days as defined in Section 1- 39 08.5. 40 41 4. Show activities in durations that are reasonable for the intended work. 42 43 5. Define activity durations in sufficient detail to evaluate the progress of 44 individual activities on a daily basis. 45 46 6. Show the physical completion of all work within the authorized contract 47 time. 48 49 The Contracting Agency allocates its resources to a contract based on the total 50 time allowed in the contract. The Contracting Agency may accept a Progress 51 Schedule indicating an early physical completion date but cannot guarantee the TEST2 4 1 Contracting Agency's resources will be available to meet an accelerated schedule. 2 No additional compensation will be allowed if the Contractor is not able to meet 3 their accelerated schedule due to the unavailability of Contracting Agency's 4 resources or for other reasons beyond the Contracting Agency's control. 5 6 If the Engineer determines that the Progress Schedule or any necessary Schedule 7 Update does not provide the required information, then the schedule will be 8 returned to the Contractor for correction and resubmittal. 9 10 The Engineer's approval of any schedule shall not transfer any of the Contractor's 11 responsibilities to the Contracting Agency. The Contractor alone shall remain 12 responsible for adjusting forces, equipment, and work schedules to ensure 13 completion of the work within the time(s) specified in the contract. 14 15 1-08.3(2) Progress Schedule Types 16 Type A Progress Schedules are required on all projects that do not contain the bid 17 item for Type B Progress Schedule. Type B Progress Schedules are required on all 18 projects that contain the bid item for Type B Progress Schedule. Weekly Look- 19 Ahead Schedules and Schedule Updates are required on all projects. 20 21 1-08.3(2)A Type A Progress Schedule 22 The Contractor shall submit five copies of a Type A Progress Schedule no later 23 than 10 days after the date the contract is executed, or some other mutually 24 agreed upon submittal time. The schedule may be a critical path method 25 (CPM) schedule, bar chart, or other standard schedule format. Regardless of 26 which format used, the schedule shall identify the critical path. The Engineer 27 will evaluate the Type A Progress Schedule and approve or return the schedule 28 for corrections within 15 calendar days of receiving the submittal. 29 30 1-08.3(2)B Type B Progress Schedule 31 The Contractor shall submit a preliminary Type B Progress Schedule no later 32 than five calendar days after the date the contract is executed. The 33 preliminary Type B Progress Schedule shall comply with all of these 34 requirements and the requirements of Section 1-08.3(1), except that it may be 35 limited to only those activities occurring within the first 60 working days of the 36 project. 37 38 The Contractor shall submit five copies of a Type B Progress Schedule no later 39 than 30 calendar days after the date the contract is executed. The schedule 40 shall be a critical path method (CPM) schedule developed by the Precedence 41 Diagramming Method (PDM). Restraints may be utilized, but may not serve to 42 change the logic of the network or the critical path. The schedule shall display 43 at least the following information: 44 45 Contract Number and Title 46 Construction Start Date 47 Critical Path 48 Activity Description 49 Milestone Description 50 Activity Duration 51 Predecessor Activities 52 Successor Activities TEST2 5 1 Early Start (ES) and Early Finish (EF) for each activity 2 Late Start (LS) and Late Finish (LF) for each activity 3 Total Float (TF) and Free Float (FF) for each activity ' 4 Physical Completion Date 5 Data Date 6 ,7 The Engineer will evaluate the Type B Progress Schedule and approve or 8 return the schedule for corrections within 15 calendar days of receiving the 9 submittal. 10 11 1-08.3(2)C Vacant 12 13 1-08.3(2)D Weekly Look-Ahead Schedule 14 Each week that work will be performed, the Contractor shall submit a Weekly 15 Look-Ahead Schedule showing the Contractor's and all subcontractors' 16 proposed work activities for the next two weeks. The Weekly Look-Ahead , 17 Schedule shall include the description, duration and sequence of work, along 18 with the planned hours of work. This schedule may be a network schedule, 19 bar chart, or other standard schedule format. The Weekly Look-Ahead 20 Schedule shall be submitted to the Engineer by the midpoint of the week 21 preceding the scheduled work or some other mutually agreed upon submittal 22 time. 23 24 1-08.3(3) Schedule Updates 25 The Engineer may request a Schedule Update when any of the following events 26 occur: , 27 28 1. The project has experienced a change that affects the critical path. 29 30 2. The sequence of work is changed from that in the approved schedule. 31 32 3. The project is significantly delayed. 33 34 4. Upon receiving an extension of contract time. 35 36 The Contractor shall submit five copies of a Type A or Type B Schedule Update 37 within 15 calendar days of receiving a written request, or when an update is 38 required by any other provision of the contract. A "significant" delay in time is 39 defined as 10 working days or 10 percent of the original contract time, whichever is 40 greater. 41 42 In addition to the other requirements of this Section, Schedule Updates shall reflect 43 the following information: 44 45 1. The actual duration and sequence of as-constructed work activities, 46 including changed work. 47 48 2. Approved time extensions. 49 50 3. Any construction delays or other conditions that affect the progress of the 51 work. 52 TEST2 6 1 4. Any modifications to the as-planned sequence or duration of remaining 2 activities. 3 4 5. The physical completion of all remaining work in the remaining contract 5 time. 6 7 Unresolved requests for time extensions shall be reflected in the Schedule Update 8 by assuming no time extension will be granted, and by showing the effects to 9 follow-on activities necessary to physically complete the project within the currently 10 authorized time for completion. -� 11 12 1-08.3(4) Measurement 13 No specific unit of measurement shall apply to the lump sum item for Type B 14 Progress Schedule. 15 16 1-08.3(5) Payment 17 Payment will be made in accordance with Section 1-04.1, for the following bid item 18 when it is included in the proposal: 19 20 "Type B Progress Schedule", lump sum. 21 22 The Lump Sum price shall be full pay for all costs for furnishing the Type B 23 Progress Schedule and preliminary Type B Progress Schedule. 24 25 Payment of 80 percent of the lump sum price will be made upon approval of the 26 Progress Schedule. 27 28 Payment will be increased to 100 percent of the lump sum price upon completion of 29 80 percent of the original total contract award amount. r� 30 31 All costs for providing Type A Progress Schedules and Weekly Look-Ahead 32 Schedules are considered incidental to other items of work in the contract. Ilk 33 34 No payment will be made for Schedule Updates that are required due to the 35 Contractors operations. Schedule Updates required by events that are attributed to 36 the actions of the Contracting Agency will be paid for in accordance with Section 1- 37 09.4. 38 39 1-08.4 Prosecution of Work 40 The first sentence is revised to read: W 41 42 The Contractor shall begin work within 21 calendar days from the date of execution of 43 the contract by the Contracting Agency, unless otherwise approved in writing. 44 45 1-08.5 Time for Completion 46 This section is revised to read: 47 48 The Contractor shall complete all physical contract work within the number of "working 49 days" stated in the Contract Provisions or as extended by the Engineer in accordance 50 with Section 1-08.8. Every day will be counted as a "working day" unless it is a 51 nonworking day or an Engineer determined unworkable day. A nonworking day is 52 defined as a Saturday, a Sunday, a whole or half day on which the contract specifically TEST2 7 1 prohibits work on the critical path of the Contractor's approved progress schedule, or 2 one of these holidays: January 1, the third Monday of January, the third Monday of 3 February, Memorial Day, July 4, Labor Day, November 11, Thanksgiving Day, the day 4 after Thanksgiving, and Christmas Day. When any of these holidays fall on a Sunday, 5 the following Monday shall be counted a nonworking day. When the holiday falls on a 6 Saturday, the preceding Friday shall be counted a nonworking day. The days between 7 December 25 and January 1 will be classified as nonworking days. 8 9 An unworkable day is defined as a half or whole day the Engineer declares to be 10 unworkable because of weather or conditions caused by the weather that prevents 11 satisfactory and timely performance of the work shown on the critical path of the 12 Contractor's approved progress schedule. Other conditions beyond the control of the 13 Contractor may qualify for an extension of time in accordance with Section 1-08.8. 14 15 Contract time shall begin on the first working day following the 21st calendar day after 16 the date the Contracting Agency executes the contract. If the Contractor starts work on 17 the project at an earlier date, then contract time shall begin on the first working day 18 when onsite work begins. The contract provisions may specify another starting date for 19 contract time, in which case, time will begin on the starting date specified. 20 21 Each working day shall be charged to the contract as it occurs, until the contract work is 22 physically complete. If substantial completion has been granted and all the authorized 23 working days have been used, charging of working days will cease. Each week the 24 Engineer will provide the Contractor a statement that shows the number of working 25 days: (1) charged to the contract the week before; (2) specified for the physical 26 completion of the contract; and (3) remaining for the physical completion of the contract. 27 The statement will also show the nonworking days and any half or whole day the 28 Engineer declares as unworkable. Within 10 calendar days after the date of each 29 statement, the Contractor shall file a written protest of any alleged discrepancies in it. 30 To be considered by the Engineer, the protest shall be in sufficient detail to enable the 31 Engineer to ascertain the basis and amount of time disputed. By not filing such detailed 32 protest in that period, the Contractor shall be deemed as having accepted the statement 33 as correct. 34 35 The Engineer will give the Contractor written notice of the physical completion date for 36 all work the contract requires. That date shall constitute the physical completion date of 37 the contract, but shall not imply the Secretary's acceptance of the work or the contract. 38 '39 The Engineer will give the Contractor written notice of the completion date of the 40 contract after all the Contractor's obligations under the contract have been performed by 41 the Contractor. The following events must occur before the Completion Date can be 42 established: 43 44 1. The physical work on the project must be complete; and 45 46 2. The Contractor must furnish all documentation required by the contract and 47 required by law, to allow the Contracting Agency to process final acceptance of 48 the contract. The following documents must be received by the Project 49 Engineer prior to establishing a completion date: 50 51 a. Certified Payrolls (Federal-aid Projects) 52 b. Material Acceptance Certification Documents TEST2 8 1 c. Annual Report of Amounts Paid as MBE/WBE Participants or 2 Quarterly Report of Amounts Credited as DBE Participation, as 3 required by the Contract Provisions. 4 d. FHWA 47 (Federal-aid Projects) 5 e. Final Contract Voucher Certification 6 7 1-08.8 Extensions of Time 8 Section 1-08.8 is revised to read: 9 10 The Contractor shall submit any requests for time extensions to the Engineer in writing 11 no later than 10 working days after the delay occurs. The requests for time extension 12 shall be limited to the affect on the critical path of the Contractor's approved schedule 13 attributable to the change or event giving rise to the request. 14 15 To be considered by the Engineer, the request shall be in sufficient detail (as determined 16 by the Engineer) to enable the Engineer to ascertain the basis and amount of the time 17 requested. The request shall include an updated schedule that supports the request 18 and demonstrates that the change or event: (1) had a specific impact on the critical 19 path, and except in cases of concurrent delay, was the sole cause of such impact, and 20 (2) could not have been avoided by resequencing of the work or by using other 21 reasonable alternatives. If a request combined with previous extension requests, 22 equals 20 percent or more of the original contract time then the Contractor's letter of 23 request must bear consent of Surety. In evaluating any request, the Engineer will 24 consider how well the Contractor used the time from contract execution up to the point 25 of the delay and the effect the delay has on any completion times included in the special 26 provisions. The Engineer will evaluate and respond within 15 calendar days of 27 receiving the request. 28 29 The authorized time for physical completion will be extended for a period equal to the 30 time the Engineer determines the work was delayed because of: 31 32 1. Adverse weather causing the time requested to be unworkable, provided that 33 the Engineer had not already declared the time to be unworkable and the 34 Contractor has filed a written protest according to Section 1-08.5. 35 36 2. Any action, neglect, or default of the Contracting Agency, its officers, or 37 employees, or of any other contractor employed by the Contracting Agency. 38 39 3. Fire or other casualty for which the Contractor is not responsible. 40 41 4. Strikes. 42 43 5. Any other conditions for which these Specifications permit time extensions 44 such as: 45 46 a. In Section 1-04.4 if a change increases the time to do any of the work 47 including unchanged work. 48 49 b. In Section 1-04.5 if increased time is part of a protest that is 50 found to be a valid protest. 51 TEST2 9 1 c. In Section 1-04.7 if a changed condition is determined to exist that ' 2 caused a delay in completing the contract. 3 '4 d. In Section 1-05.3 if the Contracting Agency does not approve properly 5 prepared and acceptable drawings within 30 calendar days. 6 7 e. In Section 1-07.13 if the performance of the work is delayed as a 8 result of damage by others. 9 10 f. In Section 1-07.17 if the removal or the relocation of any utility by ' 11 forces other than the Contractor caused a delay. 12 13 g. In Section 1-07.24 if a delay results from all the right of way ' 14 necessary for the construction not being purchased and the special 15 provisions does not make specific provisions regarding unpurchased 16 right of way. ' 17 18 h. In Section 1-08.6 if the performance of the work is suspended, 19 delayed, or interrupted for an unreasonable period of time that proves ' 20 to be the responsibility of the Contracting Agency. 21 22 i. In Section 1-09.11 if a dispute or claim also involves a delay in , 23 completing the contract and the dispute or claim proves to be valid. 24 25 j. In Section 1-09.6 for work performed on a force account basis. 26 '27 6. If the actual quantity of work performed for a bid item was more than the 28 original plan quantity and increased the duration of a critical activity. 29 Extensions of time will be limited to only that quantity exceeding the original ' 30 plan quantity. 31 32 7. Exceptional causes not specifically identified in items 1 through 6, provided the ' 33 request letter proves the Contractor had no control over the cause of the delay 34 and could have done nothing to avoid or shorten it. 35 '36 Working days added to the contract by time extensions, when time has overran, shall 37 only apply to days on which liquidated damages or direct engineering have been 38 charged, such as the following: , 39 40 If substantial completion has been granted prior to all of the authorized working 41 days being used, then the number of days in the time extension will eliminate an ' 42 equal number of days on which direct engineering charges have accrued. If the 43 substantial completion date is established after all of the authorized working days 44 have been used, then the number of days in the time extension will eliminate an 45 equal number of days on which liquidated damages or direct engineering charges ' 46 have accrued. 47 The Engineer will not allow a time extension for any cause listed above if it resulted 48 from the Contractor's default, collusion, action or inaction, or failure to comply with ' 49 the contract. 50 The Contracting Agency considers the time specified in the special provisions as 51 sufficient to do all the work. For this reason, the Contracting Agency will not grant a ' 52 time extension for: TEST2 10 , 1 2 Failure to obtain all materials and workers unless the failure was the result of 3 exceptional causes as provided above in subsection 7; 4 5 0 Changes, protests, increased quantities, or changed conditions (Section 1-04) 6 that do not delay the completion of the contract or prove to be an invalid or 7 inappropriate time extension request; 8 9 0 Delays caused by nonapproval of drawings or plans as provided in Section 10 1-05.3; 11 12 9 Rejection of faulty or inappropriate equipment as provided in Section 1-05.9; 13 14 0 Correction of thickness deficiency as provided in Section 5-05.5(1)B. 15 16 The Engineer will determine whether the time extension should be granted, the reasons 17 for the extension, and the duration of the extension, if any. Such determination will be 18 final as provided in Section 1-05.1. 19 20 SECTION 1-09, MEASUREMENT AND PAYMENT 21 December 4, 2006 22 1-09.6 Force Account 23 The last paragraph under "3. For Equipment" is revised to read: 24 25 Copies of the AGCMSDOT Equipment Rental Agreement will be maintained on the 26 Contracting Agency's web site at www.wsdot.wa.gov. 27 28 1-09.9(1) Retainage 29 The fourth paragraph is revised to read: 30 31 Release of the retainage will be made 60 days following the Completion Date (pursuant 32 to RCW 39.12, and RCW 60.28) provided the following conditions are met: 33 34 1. On contracts totaling more than $20,000, a release has been obtained from the 35 Washington State Department of Revenue. 36 37 2. Affidavits of Wages Paid for the Contractor and all Subcontractors are on file 38 with the Contracting Agency (RCW 39.12.040). 39 40 3. A certificate of Payment of Contributions Penalties and Interest on Public 41 Works Contract is received from the Washington State Employment Security 42 Department. 43 44 4. Washington State Department of Labor and Industries (per section 1-07.10) 45 shows the Contractor is current with payments of industrial insurance and 46 medical aid premiums. 47 48 5. All claims, as provided by law, filed against the retainage have been resolved. 49 In the event claims are filed and provided the conditions of 1, 2, 3 and 4 are 50 met, the Contractor will be paid such retained percentage less an amount 51 sufficient to pay any such claims together with a sum determined by the TEST2 11 1 Contracting Agency sufficient to pay the cost of foreclosing on claims and to ' 2 cover attorney's fees. 3 '4 SECTION 2-03, ROADWAY EXCAVATION AND EMBANKMENT 5 August 7, 2006 6 2-03.3(2) Rock Cuts ' 7 This section is revised to read: 8 '9 1. Preserving Rock Below Subgrade. The Contractor shall take care not to break 10 down, loosen, or damage the rock under the subgrade line, except as provided by 11 Section 2-03.3(3). Normally cuts will be made from the top, lift by lift, to protect the 12 rock bench that will remain. The Contractor shall be responsible for methods used ' 13 and for any damage caused to the roadbed, regardless of any previous approvals 14 by the Engineer. 15 '16 2. Scaling and Dressing. To leave rock cuts in a safe, stable condition, the 17 Contractor shall scale and dress them, removing all loose fragments and rocks not 18 firmly fastened to the rock slope. The Contractor shall also remove any , 19 overhanging rock the Engineer sees as a hazard to roadway users. 20 21 If the Engineer requires it, the Contractor shall remove loose fragments and rocks ' 22 lying outside the slope stakes. Payment for such extra work shall be by force 23 account as provided in Section 1-09.6. The Contracting Agency will pay for loading 24 and hauling these materials at the unit contract prices that apply or as provided in ' 25 Section 1-04.4. 26 27 3. Drilling and Blasting. Not less than two weeks prior to commencing drilling and 28 blasting operations or at any time the Contractor proposes to change the drilling ' 29 and blasting methods, the Contractor shall submit a blasting plan to the Engineer 30 for review. The blasting plan shall contain the full details of the drilling and blasting 31 patterns and controls the Contractor proposes to use for both the controlled and 32 production blasting. The blasting plan submittal is required for all blasting 33 operations and shall contain the following minimum information: 34 '35 a) Station limits of proposed shot. 36 37 b) Plan and section views of proposed drill pattern including free face, ' 38 burden, blast hole spacing, blast hole diameter, blast hole angles, lift 39 height, and subdrill depth. 40 41 c) Loading diagram showing type and amount of explosives, primers, 42 initiators, and location and depth of stemming. 43 ,44 d) Initiation sequence of blast holes including delay times and delay system. 45 46 e) Manufacturer's data sheets for all explosives, primers, and initiators to be 47 employed. , 48 49 Review of the blasting plan by the Engineer shall not relieve the Contractor of the 50 responsibility for the accuracy and adequacy of the plan when implemented in the ' 51 field. TEST2 12 ' 1 2 When blasting to establish slopes 1/2 to 1 or steeper, and more than 10 feet high, 3 the Contractor shall use controlled blasting. The Engineer may require the 4 Contractor to use controlled blasting to form the faces of other slopes, even if the 5 slopes could be formed by nonblasting methods. 6 7 Controlled blasting refers to the controlled use of explosives and blasting 8 accessories in carefully spaced and aligned drill holes to provide a free surface or 9 shear plane in the rock along the specified backslope. Controlled blasting 10 techniques covered by this specification include presplitting and cushion blasting. 11 12 In addition to the blasting plan submittal, when using controlled blasting the 13 Contractor shall: 14 15 a) Prior to commencing full-scale blasting operations, the Contractor shall 16 demonstrate the adequacy of the proposed blast plan by drilling, blasting, 17 and excavating short test sections, up to 100 feet in length, to determine 18 which combination of method, hole spacing, and charge works best. 19 When field conditions warrant, the Contractor may be ordered to use test 20 section lengths less than 100 feet. 21 22 Unless otherwise approved by the Engineer, the Contractor shall begin the 23 tests with the controlled blast holes spaced 30-inches apart, then adjust if 24 needed, until the Engineer approves the spacing to be used for full-scale 25 blasting operations. 26 27 b) The Contractor shall completely remove all overburden soil and loose or 28 decomposed rock along the top of the excavation for a distance of at least 29 30 feet beyond the end of the production hole drilling limits, or to the end 30 of the cut, before drilling the presplitting holes. 31 32 c) The controlled blast holes shall be not less than 2'/2 inches nor more than 33 3 inches in diameter. 34 35 d) The Contractor shall control drilling operations by the use of the proper 36 equipment and technique to ensure that no hole shall deviate from the 37 plane of the planned slope by more than 9 inches either parallel or normal 38 to the slope. Drill holes exceeding these limits shall not be paid for unless 39 satisfactory slopes are being obtained. 40 41 e) Controlled blast holes shall extend a minimum of 30 feet beyond the limits 42 of the production holes to be detonated, or to the end of the cut as 43 applicable. 44 45 f) The length of controlled blast holes for any individual lift shall not exceed 46 20 feet unless the Contractor can demonstrate to the Engineer the ability 47 to stay within the above tolerances and produce a uniform slope. If 48 greater than 5 percent of the presplit holes are misaligned in any one lift, 49 the Contractor shall reduce the height of the lifts until the 9-inch alignment 50 tolerance is met. Upon satisfactory demonstration, the length of holes 51 may be increased to a maximum of 60 feet with written approval of the 52 Engineer. TEST2 13 1 1 2 g) When the cut height requires more than one lift, a maximum 2-foot offset 3 between lifts will be permitted to allow for drill equipment clearances. The , 4 Contractor shall begin the control blast hole drilling at a point that will 5 allow for necessary offsets and shall adjust, at the start of lower lifts, to 6 compensate for any drift that may have occurred in the upper lifts. 7 , 8 h) Before placing charges, the Contractor shall determine that the hole is free 9 of obstructions for its entire depth. All necessary precautions shall be 10 exercised so that the placing of the charges will not cause caving of , 11 material from the walls of the holes. 12 13 i) The maximum diameter of explosives used in presplit holes shall not be , 14 greater than 112 the diameter of the presplit hole. 15 16 j) Only standard explosives manufactured especially for controlled blasting ' 17 shall be used in controlled blast holes, unless otherwise approved by the 18 Engineer. Bulk ammonium nitrate and fuel oil (ANFO) shall not be allowed 19 to be loaded in the presplit holes. , 20 21 k) If fractional portions of standard explosive cartridges are used, they shall 22 be firmly affixed to the detonating cord in a manner that the cartridges will 23 not slip down the detonating cord nor bridge across the hole. Spacing of ' 24 fractional cartridges along the length of the detonating cord shall not 25 exceed 30 inches center to center and shall be adjusted to give the 26 desired results. 27 28 1) Continuous column cartridge type of explosives used with detonating cord 29 shall be assembled and affixed to the detonating cord in accordance with ' 30 the explosive manufacturer's instructions, a copy of which shall be 31 furnished to the Engineer. 32 '33 m) The bottom charge of a presplit hole may be larger than the line charges 34 but shall not be large enough to cause overbreak. The top charge of the 35 presplitting hole shall be placed far enough below the collar, and reduced , 36 sufficiently, to avoid overbreaking and heaving. 37 38 n) The upper portion of all presplit holes, from the top most charge to the ' 39 hole collar, shall be stemmed. Stemming materials shall be sand or other 40 dry angular material, all of which passes a 3/8-inch sieve. 41 42 o) If presplitting is specified, the detonation of these holes shall be fired first. ' 43 44 p) If cushion blasting is specified, the detonation of these holes shall be fired 45 last on an instantaneous delay after all other blasting has taken place in , 46 the excavation. 47 48 q) Production blast holes shall not be drilled closer than 6 feet to the ' 49 controlled blast line, unless approved by the Engineer. The bottom of the 50 production holes shall not be lower than the bottom of the controlled blast 51 holes. Production holes shall not exceed 6 inches in diameter, unless , TEST2 14 , 1 approved by the Engineer. Detonation of production holes shall be on a 2 delay sequence toward a free face. 3 4 r) The use of horizontal blast holes for either production or controlled 5 blasting is prohibited. 6 7 SECTION 2-09, STRUCTURE EXCAVATION 8 January 3, 2006 9 2-09.3(1)E Backfilling 10 Item 1 of the first paragraph under Compaction is revised to read: 11 12 1. Backfill supporting roadbed, roadway embankments, or structures, including backfill 13 providing lateral support for noise barrier wall foundations, luminaire poles, traffic 14 signal standards, and roadside and overhead sign structure foundations — placed 15 in horizontal layers no more than 6 inches thick with each layer compacted to 16 95 percent of the maximum density determined by the Compaction Control Test, 17 Section 2-03.3(14)D. 18 19 SECTION 2-12 CONSTRUCTION GEOTEXTILE 20 August 7, 2006 21 The section title is revised to read: 22 23 CONSTRUCTION GEOSYNTHETIC 24 25 2-12 CONSTRUCTION GEOTEXTILE 26 This heading is revised to read: 27 28 2-12 CONSTRUCTION GEOSYNTHETIC 29 30 2-12.1 Description 31 The word geotextile is revised to geosynthetic. 32 33 2-12.2 Materials 34 In the first and second paragraphs geotextile is revised to geosynthetic. 35 36 2-12.3 Construction Requirements 37 In the first, second, and third paragraphs geotextile is revised to geosynthetic. 38 39 SECTION 3-01, PRODUCTION FROM QUARRY AND PIT SITES 40 August 7, 2006 41 3-01.4(1) Acquisition and Development 42 The first paragraph is revised to read: 43 44 If, under the terms of the Contract, the Contractor is required to provide a source of 45 materials, or if the Contractor elects to use materials from sources other than those 46 provided by the Contracting Agency, the Contractor shall, at no expense to the 47 Contracting Agency, make all necessary arrangements for obtaining the material and TESTZ 15 1 shall ensure the quantity of suitable material is available. Preliminary samples shall be r 2 taken by or in the presence of the Engineer or a designated representative unless the 3 Engineer permits otherwise. Approval of the source does not relieve the Contractor , 4 from meeting these specification requirements, nor does it guarantee that the material 5 will meet these requirements without additional or proper processing. The Engineer 6 may require additional preliminary samples at any time. ' 7 8 SECTION 5-01, CEMENT CONCRETE PAVEMENT REHABILITATION 9 December 4, 2006 10 5-01.3(2)B Portland Cement Concrete 11 The third paragraph beginning with "Acceptance testing" is supplemented with the following: 12 '13 The Contractor shall provide cure boxes in accordance with Section 6-02.3(5)H, and 14 protect concrete cylinders in cure boxes from excessive vibration and shock waves 15 during the curing period in accordance with Section 6-02.3(6)D. Payment for cure , 16 boxes shall be in accordance with Section 6-02.5. 17 18 5-01.3(4) Replace Portland Cement Concrete Panel ' 19 The third paragraph is revised to read: 20 21 When new concrete pavement is to be placed against existing cement concrete ' 22 pavement, epoxy coated tie bars and epoxy coated dowel bars shall be drilled and 23 grouted into the existing pavement with either Type I or IV epoxy resin as specified in 24 Section 9-26. Tie bars are not required for panel replacement less than a full panel. ' 25 26 5-01.3(6) Dowel Bar Retrofit 27 The fourth and fifth sentences in the second paragraph are revised to read: , 28 29 When gang saws are used, slots that are not used shall be cleaned and sealed with 30 either Type I or IV epoxy resin as specified in Section 9-26. 31 ,32 The sixth paragraph is revised to read: 33 34 All slot surfaces shall be cleaned to bare concrete by sand blasting. The cleaning shall ' 35 remove all slurry, parting compound, and other foreign materials prior to installation of 36 the dowel. Any damage to the concrete shall be repaired by the Contractor at no cost to 37 the Contracting Agency. Traffic shall not be allowed on slots where concrete has been , 38 removed. 39 40 5-01.3(10) Pavement Smoothness 41 This section is revised to read: 42 43 Perform the work described in Section 5-05.3(12), and the following: ' 44 45 Where the pavement is ground, calculation of the profile index shall exclude dips 46 and depressions in the existing roadway. The profilograph generated reports shall , 47 be provided to the Engineer prior to payment. 48 49 5-01.5 Payment ' 50 This section is revised to read: 51 TEST2 16 1 In the 15th paragraph for Sealing Transverse and Longitudinal Joints, delete "Cement 2 Concrete Pavement Grinding", per square yard. 3 4 At the top of the 16th paragraph add "Cement Concrete Pavement Grinding", per 5 square yard. 6 7 The second sentence in the 16th paragraph is revised to read: 8 9 The costs of any additional pavement grinding and profiling required to complete 10 the work as specified is also included in this payment. 11 12 The 18th paragraph for Replace Uncompactable Material is supplemented with the 13 following: 14 15 All costs associated with the containment, collection and disposal of concrete slurry 16 and grinding residue shall be included in the applicable concrete grinding or cutting 17 items of work. 18 19 SECTION 5-05, CEMENT CONCRETE PAVEMENT 20 December 4, 2006 21 5-05.3(4)A Acceptance of Portland Cement Concrete Pavement 22 The ninth paragraph beginning with "Acceptance testing for compliance" is supplemented 23 with the following: 24 25 The Contractor shall provide cure boxes in accordance with Section 6-02.3(5)H, and 26 protect concrete cylinders in cure boxes from excessive vibration and shock waves 27 during the curing period in accordance with Section 6-02.3(6)D. Payment for cure 28 boxes shall be in accordance with Section 6-02.5. 29 30 5-05.3(7) Placing, Spreading, and Compacting Concrete 31 The second paragraph is revised to read: 32 33 The average density of the cores shall be at least 97 percent of the approved mix 34 design density or the actual concrete density when determined by the Contractor using 35 AASHTO T 121 with no cores having a density of less than 96 percent. 36 37 5-05.3(10) Tie Bars and Dowel Bars 38 The second sentence in the seventh paragraph is revised to read: 39 40 The epoxy-bonding agent shall be either Type I or IV epoxy resin as specified in Section 41 9-26. 42 43 5-05.3(12) Surface Smoothness 44 The first sentence in the first paragraph is revised to read: 45 46 The pavement smoothness will be checked with equipment furnished and operated by 47 the Contractor, under supervision of the Engineer, within 48 hours following placement 48 of concrete. 49 TEST2 17 1 SECTION 6-02, CONCRETE STRUCTURES 2 December 4, 2006 3 6-02.3(2) Proportioning Materials 4 The third paragraph is revised to read: 5 '6 The use of fly ash is required for Class 4000D and 4000P concrete, except that ground 7 granulated blast furnace slag may be substituted for fly ash at a 1:1 ratio. The use of fly 8 ash and ground granulated blast furnace slag is optional for all other classes of 9 concrete. 10 11 6-02.3(2)A Contractor Mix Design 12 The first paragraph is revised to read: 13 14 The Contractor shall provide a mix design in writing to the Engineer for all classes of 15 concrete specified in the Plans except for those accepted based on a Certificate of ' 16 Compliance. No concrete shall be placed until the Engineer has reviewed the mix 17 design. The required average 28 day compressive strength shall be selected per ACI 18 318, Chapter 5, Section 5.3.2. ACI 211.1 and ACI 318 shall be used to determine , 19 proportions. The proposed mix for Class 4000P shall provide a minimum fly ash or 20 ground granulated blast furnace slag content per cubic yard of 100 pounds, and a 21 minimum cement content per cubic yard of 600 pounds. The proposed mix for Class ' 22 4000D shall provide a minimum fly ash or ground granulated blast furnace slag content 23 per cubic yard of 75 pounds, and a minimum cement content per cubic yard of 660 24 pounds. All other concrete mix designs, except those for lean concrete and commercial ' 25 concrete, shall have a minimum cementitious material content of 564 pounds per cubic 26 yard of concrete. 27 '28 The following new sentence is inserted after the first sentence in the fourth paragraph. 29 30 An alternate combined aggregate gradation conforming to Section 9-03.1(5) may also 31 be used. 32 33 6-02.3(4)A Qualification of Concrete Suppliers 34 The first paragraph and the entire second paragraph (1 through 4) are deleted and replaced ' 35 with the following: 36 37 Batch Plant Prequalification may be obtained through one of the following methods: 38 39 1. Certification by the National Ready Mix Concrete Association (NRMCA). 40 Information concerning NRMCA certification may be obtained from the NRMCA 41 at 900 Spring Street, Silver Springs, MD 20910 or online at www.nrmca.org. 42 The NRMCA certification shall be good for a two year period. When this 43 method of certification is used the following documentation shall be submitted 44 to the project engineer. 45 46 a. A copy of the current NRMCA Certificate of Conformance, the 47 concrete mix design(s) (WSDOT Form 350-040), along with copies of 48 the truck list, batch plant scale certification, admixture dispensing 49 certification, and volumetric water batching devices (including water 50 meters) verification. 51 TEST2 18 1 2. Independent evaluation certified by a Professional Engineer using NRMCA 2 checklist. The Professional Engineer shall be licensed under title 18 RCW, 3 state of Washington, qualified in civil engineering. The independent certification 4 using the NRMCA checklist shall be good for a two year period. When this 5 method of certification is used the following documentation shall be submitted 6 to the engineer. 7 8 a. A copy of the Professional Engineer's stamped and sealed NRMCA 9 Verification of Inspection and Application for Certificate page from the 10 NRMCA checklist, the concrete mix design(s) (WSDOT Form 350- 11 040), along with copies of the truck list, batch plant scale certification, 12 admixture dispensing certification, and volumetric water batching 13 devices (including water meters) verification. 14 15 3. Inspection conducted by the Plant Manager, defined as the person directly 16 responsible for the daily plant operation, using the NRMCA Plant Certification 17 checklist. The Plant Manager certification shall be done prior to the start of a 18 project, and every six months throughout the life of the project, and meet the 19 following requirements: 20 21 a. The Agreement to Regularly Check Scales and Volumetric Batching 22 Dispensers page in the NRMCA Plant Certification checklist shall be 23 signed by the Plant Manager and notarized. 24 25 b. The signed and notarized Agreement to Regularly Check Scales and 26 Volumetric Batching Dispensers page and a copy of the NRMCA 27 Plant Certification checklist cover page showing the plant designation, 28 address and Company operating plant shall all be submitted to the 29 Project Engineer with the concrete mix design (WSDOT Form 350- 30 040), along with copies of the truck list, batch plant scale certification, 31 admixture dispensing certification, and volumetric water batching 32 devices (including water meters) verification. 33 34 c. The NRMCA Plant Certification checklists shall be maintained by the 35 Plant Manager and are subject to review at any time by the 36 Contracting Agency. 37 38 e. Volumetric water batching devices (including water meters) shall be 39 verified every 90 days. 40 41 6-02.3(5)C Conformance to Mix Design 42 Item 2 under the first paragraph is revised to read: 43 44 2. Fly ash and ground granulated blast furnace slag weight plus or minus 5 percent of 45 that specified in the mix design. 46 47 6-02.3(5)H Sampling and Testing for Compressive Strength 48 This section including title is revised to read: 49 TEST2 19 1 6-02.3(5)H Sampling and Testing for Compressive Strength and Initial 2 Curing 3 Acceptance testing for compressive strength shall be conducted at the same frequency ' 4 as the acceptance tests for temperature, consistency, and air content. 5 6 The Contractor shall provide, and maintain cure boxes for curing concrete cylinders. , 7 The Contractor shall also provide, maintain and operate all necessary power sources 8 and connections needed to operate the curing box. Concrete cylinders shall be cured in 9 a cure box in accordance with WSDOT FOP for AASHTO T 23. The cure boxes shall , 10 maintain a temperature between 60°F and 80°F for concrete with specified strengths 11 less than 6000 psi and between 68°F and 78°F for concrete with specified strengths of 12 6000 psi and higher. A minimum/maximum thermometer shall be installed to measure 13 the internal temperature of the cure box. The thermometer shall be readable from ' 14 outside of the box and be capable of recording the high and low temperatures in a 24- 15 hour period. The cure boxes shall create an environment that prevents moisture loss 16 from the concrete specimens. The top shall have a working lock and the interior shall be 17 rustproof.A moisture-proof seal shall be provided between the lid and the box. The cure 18 box shall be the appropriate size to accommodate the number of concrete acceptance 19 cylinders necessary or the Contractor shall provide additional cure boxes. Once , 20 concrete cylinders are placed in the cure box, the cure box shall not be moved until the 21 cylinders have been cured in accordance with these specifications. When concrete is 22 placed at more than one location simultaneously, multiple cure boxes shall be provided. ' 23 24 The Contractor shall protect concrete cylinders in cure boxes from excessive vibration 25 and shock waves during the curing period in accordance with Section 6-02.3(6)D. ' 26 27 6-02.3(6)D Protection Against Vibration 28 The last sentence in the second paragraph is revised to read: 29 ' 30 See the Shaft Special Provision, and Section 6-16 respectively for shaft installation, and 31 soldier pile shaft installation operations. 32 33 The first sentence in number 3 under Prescriptive Safe Distance Method is revised to read: 34 35 (3) Equipment Class H (High Vibration) shall include pile drivers, machine operated 36 impact tools, pavement breakers, and other large pieces of equipment. 37 38 6-02.3(11) Curing Concrete 39 The second paragraph is supplemented with the following: 40 41 Runoff water shall be collected and disposed of in accordance with all applicable 42 regulations. In no case shall runoff water be allowed to enter any lakes, streams, or 43 other surface waters. 44 45 6-02.3(16) Plans for Falsework and Formwork 46 The address for FEDEX delivery following the fourth paragraph is revised to read: 47 '48 Washington State Department of Transportation 49 Bridge and Structures Engineer 50 7345 Linderson Way SW 51 Tumwater, WA 98501-6504 52 TEST2 Y0 1 6-02.3(16)A Nonpreapproved Falsework and Formwork Plans 2 The address for FEDEX delivery following the first paragraph is revised to read- 3 4 Washington State Department of Transportation 5 Bridge and Structures Engineer 6 7345 Linderson Way SW 7 Tumwater, WA 98501-6504 8 9 6-02.3(16)B Preapproved Formwork Plans 10 The address for FEDEX delivery following the second paragraph is revised to read: 11 12 Washington State Department of Transportation 13 Bridge and Structures Engineer 14 7345 Linderson Way SW 15 Tumwater, WA 98501-6504 16 17 6-02.3(24)C Placing and Fastening 18 The 14th paragraph is revised to read: 19 20 Clearances shall be at least: 21 22 4-inches between: Main bars and the top of any concrete masonry 23 exposed to the action of salt or alkaline water. 24 25 3-inches between: Main bars and the top of any concrete deposited 26 against earth without intervening forms. 27 28 21/2-inches between: Adjacent bars in a layer. Roadway slab bars and the 29 top of the roadway slab. 30 31 2-inches between: Adjacent layers. Main bars and the surface of concrete 32 exposed to earth or weather (except in roadway slabs). 33 Reinforcing bars and the faces of forms for exposed 34 aggregate finish. 35 36 11/2-inches between: Main bars and the surface of concrete not exposed to 37 earth or weather. Slab bars and the top of the slab 38 (except roadway slabs). Barrier and curb bars and the 39 surface of the concrete. Stirrups and ties and the 40 surface of the concrete exposed to earth or weather. 41 42 1-inch between: Slab bars and the bottom of the slab. Stirrups and ties 43 and the surface of the concrete not exposed to earth or 44 weather. 45 46 6-02.3(26)A Shop Drawings 47 The address for FEDEX delivery under Item 1 in the first paragraph is revised to read: 48 49 Washington State Department of Transportation 50 Bridge and Structures Engineer 51 7345 Linderson Way SW 52 Tumwater, WA 98501-6504 TEST2 21 1 2 6-02.3(28)A Shop Drawings 3 The first paragraph is revised to read: ' 4 5 Before casting the structural elements, the Contractor shall submit: 6 ,7 1. Seven sets of shop drawings for approval by the Department of Transportation 8 Bridge and Structures Engineer, Construction Support, addressed as follows: 9 10 US Postal Service 11 P. O. Box 47340 12 Olympia, WA 98504-7340 ' 13 14 FedEx 15 7345 Linderson Way SW 16 Tumwater, WA 98501-6504; and 17 18 2. Two sets of shop drawings to the Project Engineer. 19 20 6-02.4 Measurement 21 This section is supplemented with the following: 22 '23 No specific unit of measure will apply to the lump sum item for cure box. 24 25 6-02.5 Payment 26 This section is supplemented with the following: 27 28 "Cure Box", lump sum. 29 The lump sum contract price for "Cure Box" shall be full pay for all costs for providing, 30 operating, maintaining, moving and removing the cure boxes and providing, maintaining 31 and operating all necessary power sources and connections needed to operate the 32 curing boxes. 33 34 SECTION 6-03, STEEL STRUCTURES 35 December 4, 2006 36 6-03.3(7) Shop Plans 37 The first two sentences in the first paragraph are revised to read: 38 39 The Contractor shall submit for approval all shop detail plans for fabricating the steel. 40 These shall be sent to the Department of Transportation Bridge and Structures 41 Engineer, Construction Support, addressed as follows: 42 43 US Postal Service 44 P. O. Box 47340 45 Olympia, WA 98504-7340 46 47 FedEx 48 7345 Linderson Way SW 49 Tumwater, WA 98501-6504 50 TEST2 22 1 6-03.3(21)A Web Plates 2 This section is revised to read: 3 4 If web plates are spliced, gaps between plate ends shall be set at shop assembly to 5 measure 1/4-inch, and shall not exceed 3/8-inch. 6 7 6-03.3(33) Bolted Connections 8 The first sentence in the second paragraph is revised to read: 9 10 All bolted connections are slip critical. 11 12 SECTION 6-05, PILING 13 August 7, 2006 14 6-05.3(11)H Pile Driving From or Near Adjacent Structures 15 The second paragraph is revised to read: 16 17 Freshly placed concrete in the vicinity of the pile driving operation shall be protected 18 against vibration in accordance with Section 6-02.3(6)D. 19 20 The third paragraph is deleted. 21 22 6-05.5 Payment 23 The paragraph following "Furnishing St. Piling", per linear foot is revised to read: 24 25 The unit contract price per linear foot for "Furnishing (type) Piling ( )" shall be full 26 pay for furnishing the piling specified, including fabricating and installing the steel 27 reinforcing bar cage, and casting and curing the concrete, as required for concrete 28 piling. Such price shall also be full pay, when measurement includes, for piling length 29 ordered but not driven. 30 31 SECTION 6-07, PAINTING 32 August 7, 2006 33 6-07.2 Materials 34 The first sentence in the second paragraph is revised to read: 35 36 Material used for field abrasive blasting shall meet Military Specification MIL-A- 37 22262B(SH) as listed on QPL-22262-28 as maintained by the Department of the Navy. 38 39 6-07.3(2)A Bridge Cleaning 40 In the third paragraph under Pressure Flushing, the US Sieve size for Apparent opening 41 size (ASTM D4751) is revised to read: 42 43 #100 US Sieve 44 45 SECTION 6-09, MODIFIED CONCRETE OVERLAYS 46 December 4, 2006 47 6-09.3(6)C Placing Deck Repair Concrete 48 This section is revised to read: TEST2 23 1 1 2 Deck repair concrete for modified concrete overlays shall be either modified concrete or 3 concrete Class M. 4 5 Before placing any deck repair concrete, the Contractor shall flush the existing concrete 6 in the repair area with water and make sure that the existing concrete is well saturated. 7 The Contractor shall remove any freestanding water prior to placing the deck repair 8 concrete. The Contractor shall place the deck repair concrete onto the existing concrete 9 while it is wet. 10 11 All deck repairs with exposed bottom layer steel reinforcing bars, all full depth deck 12 repairs, and all deck repairs of an area greater than ten square feet (measured at the 13 top layer of steel reinforcement) shall be repaired, and wet cured for 42 hours in , 14 accordance with Section 6-09.3(13), prior to placing the concrete overlay. During the 15 curing period, all vehicular and foot traffic shall be prohibited on the repair area. 16 ,17 Small deck repairs, defined as those of an area equal to or less than ten square feet 18 (measured at the top layer of steel reinforcement), shall be filled with concrete overlay 19 material during the placement of the concrete overlay_ , 20 21 SECTION 6-10, CONCRETE BARRIER 22 December 4, 2006 ' 23 6-10.2 Materials 24 The fourth paragraph is revised to read: ' 25 26 Connecting pins, drift pins and steel pins for type 3 anchors shall conform to Section 9- 27 06.5(4) and be galvanized in accordance with AASHTO M 232. All other hardware shall 28 conform to Section 9-06.5(1) and be galvanized in accordance with AASHTO M 232. 29 30 SECTION 6-11, PRECAST CONCRETE RETAINING WALL STEMS 31 January 3, 2006 32 This section including title is revised to read: 33 34 SECTION 6-11, REINFORCED CONCRETE WALLS 35 6-11.1 Description 36 This work consists of constructing reinforced concrete retaining walls, including those 37 shown in the Standard Plans, L walls, and counterfort walls. 38 39 6-11.2 Materials 40 Materials shall meet the requirements of the following sections: 41 42 Cement 9-01 43 Aggregates for Portland Cement Concrete 9-03.1 44 Gravel Backfill 9-03.12 45 Premolded Joint Filler 9-04.1(2) 46 Steel Reinforcing Bar 9-07.2 47 Epoxy-Coated Steel Reinforcing Bar 9-07.3 48 Concrete Curing Materials and Admixtures 9-23 49 Fly Ash 9-23.9 TEST2 24 ' 1 Water 9-25 2 3 Other materials required shall be as specified in the Special Provisions. 4 5 6-11.3 Construction Requirements 6 7 6-11.3(1) Submittals 8 The Contractor shall submit all excavation shoring plans to the Engineer for approval in 9 accordance with Section 2-09.3(3)D. 10 11 The Contractor shall submit all falsework and formwork plans to the Engineer for 12 approval in accordance with Sections 6-02.3(16) and 6-02.3(17). 13 14 If the Contractor elects to fabricate and erect precast concrete wall stem panels, the 15 following information shall be submitted to the Engineer for approval in accordance with 16 Sections 6-01.9 and 6-02.3(28)A: 17 18 1. Working drawings for fabrication of the wall stem panels, showing dimensions, 19 steel reinforcing bars, joint and joint filler details, surface finish details, lifting 20 devices with the manufacturer's recommended safe working capacity, and 21 material specifications. 22 23 2. Working drawings and design calculations for the erection of the wall stem 24 panels showing dimensions, support points, support footing sizes, erection 25 blockouts, member sizes, connections, and material specifications. 26 27 3. Design calculations for the precast wall stem panels, the connection between 28 the precast panels and the cast-in-place footing, and all modifications to the 29 cast-in-place footing details as shown in the Plans or Standard Plans. 30 31 The Contractor shall not begin excavation and construction operations for the retaining 32 walls until receiving the Engineer's approval of the above submittals. 33 34 6-11.3(2) Excavation and Foundation Preparation 35 Excavation shall conform to Section 2-09.3(3), and to the limits and construction stages 36 shown in the Plans. Foundation soils found to be unsuitable shall be removed and 37 replaced in accordance with Section 2-09.3(1)C. 38 39 6-11.3(3) Precast Concrete Wall Stem Panels 40 The Contractor may fabricate precast concrete wall stem panels for construction of 41 Standard Plan Retaining Wall Types 1 through 6 and 1 SW through 6SW. Precast 42 concrete wall stem panels may be used for construction of non-Standard Plan retaining 43 walls if allowed by the Plans or Special Provisions. Precast concrete wall stem panels 44 shall conform to Section 6-02.3(28), and shall be cast with Class 4000 concrete. 45 46 The precast concrete wall stem panels shall be designed in accordance with the 47 requirements for Load Factor Design in the following codes: 48 49 1. For all loads except as otherwise noted -AASHTO Standard Specifications for 50 Highway Bridges, latest edition and current interims. The seismic design shall 51 use the acceleration coefficient and soil profile type as specified in the Plans. 52 TEST2 25 1 2. For all wind loads - AASHTO Guide Specifications for Structural Design of 2 Sound Barriers, latest edition and current interims. 3 4 The precast concrete wall stem panels shall be fabricated in accordance with the 5 dimensions and details shown in the Plans, except as modified in the shop drawings as 6 approved by the Engineer. 7 8 The precast concrete wall stem panels shall be fabricated full height, and shall be 9 fabricated in widths of 8 feet, 16 feet, and 24 feet. 10 11 The construction tolerances for the precast concrete wall stem panels shall be as 12 follows: 13 14 Height ±1/4 inch 15 Width ±1/4 inch 16 Thickness ±1/4 inch ' 17 -1/8 inch 18 Concrete cover for steel reinforcing bar ±3/8 inch 19 -1/8 inch , 20 Width of precast concrete wall stem panel joints ±1/4 inch 21 Offset of precast concrete wall stem panels ±1/4 inch 22 (Deviation from a straight line extending 5 feet on each side of the panel joint) 23 24 The precast concrete wall stem panels shall be constructed with a mating shear key 25 between adjacent panels. The shear key shall have beveled corners and shall be 1-1/2 26 inches in thickness. The width of the shear key shall be 3-1/2 inches minimum and 5- 27 1/2 inches maximum. The shear key shall be continuous and shall be of uniform width 28 over the entire height of the wall stem. , 29 30 The Contractor shall provide the specified surface finish as noted, and to the limits 31 shown, in the Plans to the exterior concrete surfaces. Special surface finishes achieved 32 with form liners shall conform to Sections 6-02.2 and 6-02.3(14) as supplemented in the 33 Special Provisions. Rolled on textured finished shall not be used. Precast concrete wall 34 stem panels shall be cast in a vertical position if the Plans call for a form liner texture on 35 both sides of the wall stem panel. 36 37 The precast concrete wall stem panel shall be rigidly held in place during placement and 38 curing of the footing concrete. 39 40 The precast concrete wall stem panels shall be placed a minimum of one inch into the 41 footing to provide a shear key. The base of the precast concrete wall stem panel shall 42 be sloped '/ inch per foot to facilitate proper concrete placement. 43 44 To ensure an even flow of concrete under and against the base of the wall panel, a form 45 shall be placed parallel to the precast concrete wall stem panel, above the footing, to 46 allow a minimum one foot head to develop in the concrete during concrete placement. 47 48 The steel reinforcing bars shall be shifted to clear the erection blockouts in the precast 49 concrete wall stem panel by 1-1/2 inches minimum. 50 51 All precast concrete wall stem panel joints shall be constructed with joint filler installed 52 on the rear (backfill) side of the wall. The joint filler material shall extend from two feet TEST2 Y6 1 below the final ground level in front of the wall to the top of the wall. The joint filler shall 2 be a nonorganic flexible material and shall be installed to create a waterproof seal at 3 panel joints. 4 5 The soil bearing pressure beneath the falsework supports for the precast concrete wall 6 stem panels shall not exceed the maximum design soil pressure shown in the Plans for 7 the retaining wall. 8 9 6-11.3(4) Cast-In-Place Concrete Construction 10 Cast-in-place concrete for concrete retaining walls shall be formed, reinforced, cast, 11 cured, and finished in accordance with Section 6-02, and the details shown in the Plans 12 and Standard Plans. All cast-in-place concrete shall be Class 4000. 13 14 The Contractor shall provide the specified surface finish as noted, and to the limits 15 shown, in the Plans to the exterior concrete surfaces. Special surface finishes achieved 16 with formliners shall conform to Sections 6-02.2 and 6-02.3(14) as supplemented in the 17 Special Provisions. 18 19 Cast-in-place concrete for adjacent wall stem sections (between vertical expansion 20 joints) shall be formed and placed separately, with a minimum 12 hour time period 21 between concrete placement operations. 22 23 Premolded joint filler, 1/2" thick, shall be placed full height of all vertical wall stem 24 expansion joints in accordance with Section 6-01.14. 25 26 6-11.3(5) Backfill, Weepholes and Gutters 27 Unless the Plans specify otherwise, backfill and weepholes shall be placed in 28 accordance with Standard Plan D-4 and Section 6-02.3(22). Gravel backfill for drain 29 shall be compacted in accordance with Section 2-09.3(1)E. Backfill within the zone 30 defined as bridge approach embankment in Section 1-01.3 shall be compacted in 31 accordance with Method C of Section 2-03.3(14)C. All other backfill shall be compacted 32 in accordance with Method B of Section 2-03.3(14)C, unless otherwise specified. 33 34 Cement concrete gutter shall be constructed as shown in the Standard Plans. 35 36 6-11.3(6) Traffic Barrier and Pedestrian Barrier 37 When shown in the Plans, traffic barrier and pedestrian barrier shall be constructed in 38 accordance with Sections 6-02.3(11)A and 6-10.3(2), and the details shown in the Plans 39 and Standard Plans. 40 41 6-11.4 Measurement 42 Concrete Class 4000 for retaining wall will be measured as specified in Section 6-02.4. 43 44 Steel reinforcing bar for retaining wall and epoxy-coated steel reinforcing bar for 45 retaining wall will be measured as specified in Section 6-02.4. 46 47 Traffic barrier and pedestrian barrier will be measured as specified in Section 6-10.4 for 48 cast-in-place concrete barrier. 49 50 6-11.5 Payment 51 Payment will be made in accordance with Section 1-04.1 for each of the following bid 52 items when they are included in the proposal: TEST2 27 1 1 2 "Conc. Class 4000 For Retaining Wall", per cubic yard. 3 All costs in connection with furnishing and installing weep holes and premolded 4 joint filler shall be included in the unit contract price per cubic yard for "Conc. Class 5 4000 for Retaining Wall". 6 7 "St. Reinf. Bar For Retaining Wall", per pound. 8 "Epoxy-Coated St. Reinf. Bar For Retaining Wall", per pound. 9 10 "Traffic Barrier", per linear foot. , 11 "Pedestrian Barrier", per linear foot. 12 The unit contract price per linear foot for "_ Barrier' shall be full pay for 13 constructing the barrier on top of the retaining wall, except that when these bid 14 items are not included in the proposal, all costs in connection with performing the 15 work as specified shall be included in the unit contract price per cubic yard for 16 "Conc. Class 4000 For Retaining Wall", and the unit contract price per pound for 17 "_ Bar For Retaining Wall". 18 19 SECTION 6-12, NOISE BARRIER WALLS ' 20 January 3, 2006 21 6-12.3(6) Precast Concrete Panel Fabrication and Erection 22 Item 5 following the first paragraph of Section 6-12.3(6) is renumbered to item 6. 23 24 The below new item 5 is inserted ahead of renumbered item 6: 25 26 5. Precast concrete panels shall not be erected until the foundations for the panels 27 have attained a minimum compressive strength of 3,400 psi. 28 29 SECTION 6-13, STRUCTURAL EARTH WALLS 30 December 4, 2006 31 6-13.3(2) Submittals 32 The fifth paragraph is revised to read: 33 34 The design calculation and working drawing submittal shall include detailed design 35 calculations and all details, dimensions, quantities, and cross-sections necessary to 36 construct the wall. The calculations shall include a detailed explanation of any symbols, 37 design input, material property values, and computer programs used in the design of the 38 walls. All computer output submitted shall be accompanied by supporting hand 39 calculations detailing the calculation process. If MSEW 3.0, or a later version, is used 40 for the wall design, hand calculations supporting MSEW are not required. 41 42 6-13.3(6) Welded Wire Faced Structural Earth Wall Erection 43 This section is supplemented with the following: 44 45 Geosynthetic reinforcing, when used, shall be placed in accordance with Sections 2- 46 12.3 and 6-13.3(5). 47 48 6-13.3(7) Backfill 49 Under number 4 in the fifth paragraph, the words "light mechanical tampers" are revised to 50 "a plate compactor". TEST2 28 1 2 6-13.3(9) SEW Traffic Barrier and SEW Pedestrian Barrier 3 This Section is revised to read: 4 5 The Contractor, in conjunction with the structural earth wall manufacturer, shall design 6 and detail the SEW traffic barrier and SEW pedestrian barrier in accordance with 7 Section 6-13.3(2) and the above ground geometry details shown in the Plans. The 8 barrier working drawings and supporting calculations shall include, but not be limited to, 9 the following: 10 11 1. Complete details of barrier cross section geometry, including the portion below 12 ground, and accommodations necessary for bridge approach slabs, PCCP, 13 drainage facilities, underground utilities, and sign support, luminaire pole, 14 traffic signal standard, and other barrier attachments. 15 16 2. Details of the steel reinforcement of the barrier, including a bar list and bending 17 diagram in accordance with Section 6-02.3(24), and including additional 18 reinforcement required at sign support, luminaire pole, traffic signal standard, 19 and other barrier attachment locations. 20 21 3. Details of the interface of, and the interaction between, the barrier and the top 22 layers of structural earth wall reinforcement and facing. 23 24 4. When the Plans specify placement of conduit pipes through the barrier, details 25 of conduit pipe and junction box placement. 26 27 SEW traffic barrier and SEW pedestrian barrier shall be constructed in accordance with 28 Sections 6-02.3(11)A and 6-10.3(2), and the details in the Plans and in the structural 29 earth wall working drawings as approved by the Engineer. 30 31 SECTION 6-14, GEOSYNTHETIC RETAINING WALLS 32 December 4, 2006 33 6-14.3(2) Submittals 34 Item 2 is revised to read: 35 36 2. The Contractor's proposed wall construction method, including proposed forming 37 systems, types of equipment to be used, proposed erection sequence and details 38 of how the backfill will be retained during each stage of construction. 39 40 6-14.3(4) Erection and Backfill 41 The first sentence in the eighth paragraph is revised to read: 42 43 The Contractor shall place and compact the wall backfill in accordance with the wall 44 construction sequence detailed in the Plans and Method C of Section 2-03.3(14)C, 45 except as follows: 46 47 Under number 5 in the eighth paragraph, the words "light mechanical tempers" are revised 48 to "a plate compactor". 49 50 6-14.4 Measurement 51 The first three paragraphs are revised to read: TEST2 29 1 1 2 Permanent geosynthetic retaining wall and temporary geosynthetic retaining wall will be 3 measured by the square foot of face of completed wall. Corner wrap area and ' 4 extensions of the geosynthetic wall beyond the area of wall face shown in the Plans or 5 staked by the Engineer are considered incidental to the wall construction and will not be 6 included in the measurement of the square foot of face of completed geosynthetic 7 retaining wall. 8 9 Gravel borrow for geosynthetic retaining wall backfill will be measured as specified in 10 Section 2-03.4. 11 12 Shotcrete facing and concrete fascia panel will be measured by the square foot surface 13 area of the completed facing or fascia panel, measured to the neat lines of the facing or 14 panel as shown in the Plans. When a footing is required, the measurement of the fascia 15 panel area will include the footing. 16 17 6-14.5 Payment 18 The bid item "Borrow for Geosynthetic Wall Incl. Haul" and subsequent paragraph are 19 revised to read: , 20 21 "Gravel Borrow for Geosynthetic Ret. Wall Incl. Haul", per ton or per cubic yard. 22 All costs in connection with furnishing and placing backfill material for temporary or 23 permanent geosynthetic retaining walls as specified shall be included in the unit contract 24 price per ton or per cubic yard for"Gravel Borrow for Geosynthetic Ret. Wall Incl. Haul". 25 26 SECTION 6-15, SOIL NAIL WALLS 27 August 7, 2006 28 6-15.3(8) Soil Nail Testing and Acceptance ' 29 The first sentence in the fourth paragraph is revised to read: 30 31 The pressure gauge shall be graduated in increments of either 100 psi or two percent of 32 the maximum test load, whichever is less. 33 34 SECTION 6-16, SOLDIER PILE AND SOLDIER PILE TIEBACK WALLS 35 August 7, 2006 36 6-16.3(5) Backfilling Shaft 37 The first and second paragraphs are revised to read: 38 39 The excavated shaft shall be backfilled with either controlled density fill (CDF), or 40 pumpable lean concrete, as shown in the Plans and subject to the following 41 requirements: 42 43 1. Dry shaft excavations shall be backfilled with CDF. 44 45 2. Wet shaft excavations shall be backfilled with pumpable lean concrete. 46 47 3. Pumpable lean concrete shall be a Contractor designed mix providing a 48 minimum 28 day compressive strength of 100 psi. Acceptance of pumpable 49 lean concrete will conform to the acceptance requirements specified in Section 50 2-09.3(1) for CDF. TEST2 30 1 2 4. A wet shaft is defined as a shaft where water is entering the excavation and 3 remains present to a depth of six inches or more. 4 5 5. When the Plans or test hole boring logs identify the presence of a water table 6 at or above the elevation of the bottom of soldier pile shaft, the excavation 7 shall be considered as wet, except as otherwise noted. Such a shaft may be 8 considered a dry shaft provided the Contractor furnishes and installs casing 9 that is sufficiently sealed into competent soils such that water cannot enter the 10 excavation. 11 12 Placement of the shaft backfill shall commence immediately after completing the shaft 13 excavation and receiving the Engineer's approval of the excavation. CDF or pumpable 14 lean concrete shall be placed in one continuous operation to the top of the shaft. 15 Vibration of shaft backfill is not required. 16 17 6-16.3(6) Installing Timber Lagging and Permanent Ground Anchors 18 The first paragraph is revised to read: 19 20 The excavation and removal of CDF and pumpable lean concrete for the lagging 21 installation shall proceed in advance of the lagging, and shall not begin until the CDF 22 and pumpable lean concrete are of sufficient strength that the material remains in 23 placed during excavation and lagging installation. If the CDF or pumpable lean concrete 24 separates from the soldier pile, or caves or spalls from around the pile, the Contractor 25 shall discontinue excavation and timber lagging installation operations until the CDF and 26 pumpable lean concrete is completely set. The bottom of the excavation in front of the 27 wall shall be level. Excavation shall conform to Section 2-03. 28 29 SECTION 6-17, PERMANENT GROUND ANCHORS 30 August 7, 2006 31 6-17.3(8) Testing and Stressing 32 The first sentence in the third paragraph is revised to read: 33 34 The pressure gauge shall be graduated in increments of either 100 psi or two percent of 35 the maximum test load, whichever is less. 36 37 SECTION 7-01, DRAINS 38 August 7, 2006 39 7-01.3 Construction Requirements 40 This section is revised to read: 41 42 A trench of the dimensions shown in the Plans or as specified by the Engineer shall be 43 excavated to the grade and line given by the Engineer. 44 45 Section 7-01.3 is supplemented with the following new sub-sections: 46 47 7-01.3(1) Drain Pipe 48 Drain pipe shall be laid in conformity with the line and grades as shown in the Plans. 49 The drain pipe shall be laid with soiltight joints unless otherwise specified. Concrete 50 drain pipe shall be laid with the bell or larger end upstream. PVC drain pipe shall be TEST2 31 1 jointed with a bell and spigot joint using a flexible elastomeric seal as described in 2 Section 9-04.8. The bell shall be laid upstream. PE drain pipe shall be jointed with 3 snap-on, screw-on, bell and spigot, or wraparound coupling bands as recommended by ' 4 the manufacturer of the tubing. 5 6 7-01.3(2) Underdrain Pipe 7 When underdrain pipe is being installed as a means of intercepting ground or surface 8 water, the trench shall be fine-graded in the existing soil 3 inches below the grade of the 9 pipe as shown in the Plans. Gravel backfill shall be used under the pipe. Gravel backfill , 10 shall be placed to the depth shown in the Plans or as designated by the Engineer. All 11 backfill shall be placed in 12-inch maximum layers and be thoroughly compacted with 12 three passes of a vibratory compactor for each layer. The Contractor shall use care in 13 placing the gravel backfill material to prevent its contamination. 14 15 Class 2 perforations shall be used unless otherwise specified. When Class 1 16 perforations are specified the perforated pipe shall be laid with the perforations down. 17 Upon final acceptance of the work, all drain pipes shall be open, clean, and free 18 draining. Perforated pipe does not require a watertight joint. PVC underdrain pipe shall 19 be jointed using either the flexible elastomeric seal as described in Section 9-04.8 or 20 solvent cement as described in Section 9-04.9, at the option of the Contractor unless 21 otherwise specified in the Plans. The bell shall be laid upstream. PE drainage tubing 22 underdrain pipe shall be jointed with snap-on, screw-on, bell and spigot, or wraparound , 23 coupling bands, as recommended by the manufacturer of the tubing. 24 25 SECTION 7-02, CULVERTS 26 January 3, 2006 27 7-02.2 Materials 28 The fifth and seventh paragraphs are deleted: , 29 30 SECTION 7-04, STORM SEWERS 31 January 3, 2006 32 7-04.2 Materials 33 The fourth and sixth paragraphs are deleted: 34 35 SECTION 8-01, EROSION CONTROL AND WATER POLLUTION CONTROL 36 December 4, 2006 37 8-01.3(1) General 38 The eighth paragraph, beginning with "In western Washington, erodible soil", is deleted and 39 replaced with the following: 40 41 Erodible soil not being worked, whether at final grade or not, shall be covered within the 42 following time period, using an approved soil covering practice, unless authorized 43 otherwise by the Engineer: 44 45 In western Washington (west of the Cascade Mountain crest): 46 47 October 1 through April 30 2 days maximum 48 May 1 to September 30 7 days maximum TEST2 32 1 2 In eastern Washington (east of the Cascade Mountain crest.): 3 4 October 1 through June 30 5 days maximum 5 July 1 through September 30 10 days maximum 6 7 8-01.3(1)B Erosion and Sediment Control (ESC) Lead 8 This section is revised to read: 9 10 The Contractor shall identify the ESC Lead at the preconstruction discussions and in the 11 TESC plan. The ESC Lead shall have, for the life of the contract, a current Certificate of 12 Training in Construction Site Erosion and Sediment Control from a course approved by 13 the Washington State Department of Ecology. The ESC Lead shall be listed on the 14 Emergency Contact List required under Section 1-05.13(1). 15 16 The ESC Lead shall implement the Temporary Erosion and Sediment Control (TESC) 17 plan. Implementation shall include, but is not limited to: 18 19 1. Installing and maintaining all temporary erosion and sediment control Best 20 Management Practices (BMPs) included in the TESC plan to assure continued 21 performance of their intended function. Damaged or inadequate TESC BMPs 22 shall be corrected immediately. 23 24 2. Updating the TESC plan to reflect current field conditions. 25 26 When a TESC plan is included in the contract plans, the Contractor shall inspect all on- 27 site erosion and sediment control BMPs at least once every calendar week and within 28 24 hours of runoff events in which stormwater discharges from the site. Inspections of 29 temporarily stabilized, inactive sites may be reduced to once every calendar month. 30 The Erosion and Sediment Control Inspection Form (Form Number 220-030 EF) shall 31 be completed for each inspection and a copy shall be submitted to the Engineer no later 32 than the end of the next working day following the inspection. 33 34 8-01.3(2)E Tacking Agent and Soil Binders 35 The third paragraph, (PAM) is revised to read: 36 37 Soil Binding Using Polyacrylamide (PAM) 38 The PAM shall be applied on bare soil completely dissolved and mixed in water or 39 applied as a dry powder. Dissolved PAM shall be applied at a rate of not more than 2/3 40 pound per 1,000 gallons of water per acre. A minimum of 200 pounds per acre of 41 cellulose fiber mulch treated with a non-toxic dye shall be applied with the dissolved 42 PAM. Dry powder applications may be at a rate of 5 pounds per acre using a hand-held 43 fertilizer spreader or a tractor-mounted spreader. 44 45 8-01.3(2)F Dates for Application of Final Seed, Fertilizer, and Mulch 46 The second paragraph under East of the summit of the Cascade Range, beginning with "The 47 Contractor will be responsible", is deleted. 48 49 8-01.3(9)A Silt Fence 50 The fifth paragraph is revised to read: 51 TEST2 33 1 Posts shall be either wood or steel. Wood posts shall have minimum dimensions of 1 i 2 1/4 inches by 1 1/4 inches by the minimum length shown in the Plans. Steel posts shall 3 have a minimum weight of 0.90 Ibs/ft , 4 5 8-01.4 Measurement 6 This section is supplemented with the following: 7 8 Coir log will be measured by the linear foot along the ground line of the completed 9 installation. 10 11 8-01.5 Payment 12 The following bid item is inserted after"Compost Sock", per linear foot: 13 14 "Coir Log", per linear foot 15 16 This section is supplemented with the following: 17 18 "Mowing", per acre. 19 '20 SECTION 8-02, ROADSIDE RESTORATION 21 April 3, 2006 22 8-02.3(8) Planting 23 The seventh and eighth paragraphs are deleted and replaced with the following: 24 25 All burlap, baskets, string, wire and other such materials shall be removed from the hole 26 when planting balled and burlapped plants. The plant material shall be handled in such 27 a manner that the root systems are kept covered and damp at all times. The root 28 systems of all bare root plant material shall be dipped in a slurry of silt and water 29 immediately prior to planting. The root systems of container plant material shall be 30 moist at the time of planting. In their final position, all plants shall have their top true root 31 (not adventitious root) no more than 1" below the soil surface, no matter where that root 32 was located in the original root ball or container. After planting, the backfill material and 33 root ball shall be thoroughly watered in within 24 hours. 34 35 8-02.3(9) Pruning, Staking, Guying, and Wrapping 36 The first paragraph is revised to read: 37 38 Plants shall be pruned at the time of planting, only to remove minor broken or damaged 39 twigs, branches or roots. Pruning shall be done with a sharp tool and shall be done in 40 such a manner as to retain or to encourage natural growth characteristics of the plants. 41 All other pruning shall be performed only after the plants have been in the ground at 42 least one year. 43 44 SECTION 8-04, CURBS, GUTTERS, AND SPILLWAYS 45 December 4, 2006 46 8-04.3(2) Extruded Asphalt Concrete Curbs, and Gutters 47 The first paragraph is supplemented with the following: 48 TEST2 34 1 Just prior to placing the curb, a tack coat of asphalt shall be applied to the existing 2 pavement surface at the rate ordered by the Engineer. 3 4 8-04.4 Measurement 5 The first paragraph is revised to read: 6 7 All curbs, gutters, and spillways will be measured by the linear foot along the line and 8 slope of the completed curbs, gutters, or spillways, including bends. Measurement of 9 cement concrete curb and cement concrete curb and gutter, when constructed across 10 driveways or sidewalk ramps, will include the width of the driveway or sidewalk ramp. 11 12 SECTION 8-08, RUMBLE STRIPS 13 April 3, 2006 14 8-08.1 Description 15 The first sentence is revised to read: 16 17 This work consists of constructing centerline and shoulder rumble strips by grinding hot 18 mix asphalt. 19 20 8-08.3 Construction Requirements 21 The first sentence in the first paragraph is revised to read: 22 23 The equipment shall have a rotary type cutting head or series of cutting heads capable 24 of grinding one or more recesses in the hot mix asphalt as detailed in the Standard 25 Plans. 26 27 The third sentence in the third paragraph is revised to read: 28 29 All cuttings and other debris shall become the property of the Contractor and be 30 disposed of outside the project limits. 31 32 SECTION 8-09, RAISED PAVEMENT MARKERS 33 April 3, 2006 34 8-09.3(5) Recessed Pavement Marker 35 This section is revised to read: 36 37 Construct recesses for pavement markers by grinding the pavement in accordance with 38 the dimensions shown in the Standard Plans. This work shall include cleanup and 39 disposal of cuttings and other resultant debris. Prepare the surface in accordance with 40 Section 8-09.3(1). Install Type 2 markers in the recess in accordance with the Standard 41 Plans and Section 8-09.3(4). 42 43 SECTION 8-11, GUARDRAIL 44 April 3, 2006 45 8-11.3(4) Removing Guardrail 46 This section including title is revised to read: 47 TEST2 35 1 8-11.3(4) Removing Guardrail and Guardrail Anchor t 2 Removal of the various types of guardrail shall include removal of the rail, cable 3 elements, hardware, and posts, including transition sections, expansion sections and 4 terminal sections . Removal of the various types of guardrail anchors shall include 5 removal of the anchor assembly in its entirety, including concrete bases, rebar, and steel 6 tubes and any other appurtenances in the anchor assembly. All holes resulting from the 7 removal of the guardrail posts and anchors shall be backfilled with granular material in 8 layers no more than 6-inches thick and compacted to a density similar to that of the 9 adjacent material. The removed guardrail items shall become the property of the 10 Contractor. 11 12 SECTION 8-16, CONCRETE SLOPE PROTECTION 13 August 7, 2006 ' 14 8-16.2 Materials 15 The material "Concrete Class 3000" and referenced section "6-02" are revised to read: 16 17 Commercial Concrete 6-02.3(2)B 18 19 8-16.3(3) Poured in Place Cement Concrete 20 In the second paragraph, the words "Class 3000 cement" are revised to read "commercial". 21 22 SECTION 8-20, ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND 23 ELECTRICAL 24 December 4, 2006 25 8-20.3(2) Excavating and Backfilling 26 The third paragraph is revised to read: 27 28 The excavations shall be backfilled in conformance with the requirements of Section 2- 29 09.3(1)E, Structure Excavation. 30 31 8-20.3(4) Foundations 32 The second paragraph is revised to read: 33 34 The bottom of concrete foundations shall rest on firm ground. If the portion of the 35 foundation beneath the existing ground line is formed or cased instead of being cast 36 against the existing soil forming the sides of the excavation, then all gaps between the 37 existing soil and the completed foundation shall be backfilled and compacted in 38 accordance with Section 2-09.3(1)E. 39 40 The thirteenth paragraph is revised to read: 41 42 Both forms and ground which will be in contact with the concrete shall be thoroughly 43 moistened before placing concrete; however, excess water in the foundation excavation 44 will not be permitted. Foundations shall have set at least 72 hours prior to the removal 45 of the forms. All forms shall be removed, except when the Plans or Special Provisions 46 specifically allow or require the forms or casing to remain. 47 48 8-20.3(9) Bonding, Grounding 49 The first, second, and fourth paragraphs are revised to read: TEST2 36 1 2 All metallic appurtenances containing electrical conductors (luminaires, light standards, 3 cabinets, metallic conduit, etc.) shall be made mechanically and electrically secure to 4 form continuous systems, that shall be effectively grounded. 5 6 Where conduit is installed, the installation shall include an equipment ground conductor, 7 in addition to the conductors noted in the contract. Bonding jumpers and equipment 8 grounding conductors shall be installed in accordance with Section 9-29.3 and NEC. 9 Where existing conduits are used for the installation of new circuits, an equipment- 10 grounding conductor shall be installed unless an existing equipment ground conductor, 11 which is appropriate for the largest circuit, is already present in the existing raceway. 12 The equipment ground conductor between the isolation switch and the sign lighter 13 fixtures shall be a minimum of a 14 AWG stranded copper conductor. Where parallel 14 circuits are enclosed in a common conduit, the equipment-grounding conductor shall be 15 sized by the largest overcurrent device serving any circuit contained within the conduit. 16 17 Supplemental grounding shall be provided at light standards, signal standards, 18 cantilever and sign bridge structures. Steel sign posts which support signs with sign 19 lighting or flashing beacons shall also have supplemental grounding. The supplemental 20 ground conductor shall be connected to the foundation rebar (all rebar crossings shall 21 be wire tied) by means of a grounding connector listed for use in concrete, and lead up 22 directly adjacent to a conduit installed within the foundation. The free end of the 23 conductor shall be terminated to the ground terminal, with an approved clamp, within 24 the pole. If no ground terminal is provided, bond to standard or post. Three feet of 25 slack shall be provided inside the standard. Where a concrete and rebar foundation is 26 not used the supplemental ground shall be a grounding electrode placed in the hole 27 next to the post prior to back fill. For light standards, signal standards, cantilever and 28 sign bridge structures the supplemental grounding conductor shall be a non-insulated 4 29 AWG stranded copper conductor. For steel sign posts which support signs with sign 30 lighting or flashing beacons the supplemental grounding conductor shall be a non- 31 insulated 6 AWG stranded copper conductor. 32 33 8-20.3(14)E Signal Standards 34 The second paragraph is revised to read: 35 36 Signal standards shall not be erected on concrete foundations until the foundations 37 have attained 2400 psi or 14 days after concrete placement. Signal standards without 38 mast arms may be erected after 72 hours. Type IV and V strain pole standards may be 39 erected but the messenger cable (span wire) shall not be placed until the foundation has 40 attained 2400 psi or 14 days after concrete placement. 41 42 SECTION 8-21, PERMANENT SIGNING 43 January 3, 2006 44 8-21.3(9)F Bases 45 The second paragraph is revised to read: 46 47 The excavation and backfill shall be in conformance with the requirements of Section 2- 48 09.3(1)E. 49 50 The fifth paragraph is revised to read: 51 TEST2 37 1 The bottom of concrete foundations shall rest on firm ground. If the portion of the 2 foundation beneath the existing ground line is formed or cased instead of being cast 3 against the existing soil forming the sides of the excavation, then all gaps between the 4 existing soil and the completed foundation shall be backfilled and compacted in 5 accordance with Section 2-09.3(1)E. 6 7 The fourteenth paragraph is revised to read: 8 9 Both forms and ground which will be in contact with the concrete shall be thoroughly 10 moistened before placing concrete; however, excess water in the foundation excavation 11 will not be permitted. Forms shall not be removed until the concrete has set at least 12 three days. All forms shall be removed, except when the Plans or Special Provisions 13 specifically allow or require the forms or casing to remain. ' 14 15 SECTION 8-22, PAVEMENT MARKING 16 December 4, 2006 17 8-22.3(2) Preparation of Roadway Surfaces 18 The following new sentence is inserted after the first sentence in the second paragraph: 19 20 The temperature requirement may be superseded by the material manufacturers written 21 installation instructions. ' 22 23 The last sentence in the third paragraph is revised to read: 24 25 These cure periods may be reduced if the manufacturer performs a successful bond 26 test and approves the reduction of the pavement cure period. 27 28 8-22.3(3) Marking Application 29 The following is inserted preceding the first paragraph: 30 31 Flat Lines — Pavement marking lines with a flat surface. 32 33 Profiled Marking —A profiled pavement marking is a marking that consists of a base line 34 thickness and a profiled thickness which is a portion of the pavement marking line that is 35 applied at a greater thickness than the base line thickness. Profiles shall be applied 36 using the extruded method in the same application as the base line. The profiles may 37 be slightly rounded provided the minimum profile thickness is provided for the length of 38 the profile. See the Standard Plans for the construction details. 39 40 Embossed Plastic Line — Embossed plastic lines consist of a flat line with transverse 41 grooves. An embossed plastic line may also have profiles. See the Standard Plans for 42 the construction details. 43 44 Inset Line —A line constructed by grinding or saw cutting a groove into the pavement 45 surface and spraying, extruding or gluing pavement marking material into the groove. 46 The groove depth is dependent upon the material used, the pavement surface and 47 location. 48 49 The second paragraph is revised to read: 50 TEST2 38 1 Centerlines on two lane highways with skip patterns, paint or plastic, shall be applied in 2 the increasing mile post direction so they are in cycle with existing skip pattern lines at 3 the beginning of the project. Skip patterns applied to multi-lane or divided roadways 4 shall be applied in cycle in the direction of travel. 5 6 Where paint is applied on centerline on two-way roads with bituminous surface 7 treatment or centerline rumble strips, the second paint application shall be applied in the 8 opposite (decreasing mile post) direction as the first application (increasing mile post) 9 direction. This will require minor skip pattern corrections for curves on the second 10 application. 11 12 The fourth paragraph, beginning with "Lines with skip patterns", is deleted. 13 14 The fifth paragraph, beginning with "Glass beads", is deleted. 15 16 The first sentence in the sixth paragraph is revised to read: 17 18 Pavement markings shall be applied at the following base line thickness measured 19 above the pavement surface or above the slot bottom for inset markings in thousandths 20 of an inch (mils): 21 22 In the sixth paragraph, the chart Marking Material Application is revised to read: 23 Marking Material Application HMA PCC BST Paint-first coat spray 10 10 10 Paint-second coat spray 15 15 15 Type A-flat/transverse & symbols extruded 125 125 125 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 & symbolsi heat fused 125 125 125 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 Type D— inset/long line extruded 230 230 230 24 TEST2 39 1 In the seventh paragraph, the chart for Liquid pavement marking material yield per gallon is 2 revised to read: 3 'Mils thickness Feet of 4" line/gallon Square feet/gallon 10 483 161 15 322 108 ' 30 161 54 40 125 42 45 107 36 ' 60 81 27 90 54 18 90 with profiles 30 10 120 40 13 120 with profiles 26 9 230 21 7 4 5 In the eighth paragraph, the final line in the chart for Solid pavement marking material (Type 6 A) yield is revised to read: 7 8 230 —flat inset 47 15 ' 9 10 The ninth and tenth paragraphs are deleted. 11 12 The eleventh paragraph is revised to read: 13 14 All inset plastic lines shall be applied into a groove cut or ground into the pavement. For 15 Type A or D material the groove shall be cut or ground with equipment to produce a 16 smooth square groove 4-inches wide. For Type C-1 material the groove shall be cut 17 with equipment to produce a smooth square groove with a width in accordance with the 18 material manufacturer's recommendation. The groove depth for Type C-1 material shall 19 be 100 mils, plus or minus 10 mils. The groove depth for Type A or D material shall be 20 as shown in the Plans. 21 22 Section 8-22.3 is supplemented with the following new sub-section. 23 24 8-22.3(3)A Glass beads 25 Top dress glass beads shall be applied to all spray and extruded pavement marking 26 material. Glass beads shall be applied by a bead dispenser immediately following the 27 pavement marking material application. Glass bead dispensers shall apply the glass 28 beads in a manner such that the beads appear uniform on the entire pavement marking 29 surface with 50 to 60% embedment. Hand casting of beads will not be allowed. 30 31 Glass beads shall be applied to 10 or 15 mil thick paint at a minimum application rate of 32 7 pounds per gallon of paint. For plastic pavement markings, glass beads shall be 33 applied at the rate recommended by the marking material manufacturer. 34 35 When two or more spray applications are required to meet thickness requirements for 36 Type A and Type D materials, top dressing with glass beads is only allowed on the last 37 application. The cure period between successive applications shall be in accordance 38 with the manufacturer's recommendations. Any loose beads, dirt or other debris shall TEST2 40 1 be swept or blown off the line prior to application of each successive application. 2 Successive applications shall be applied squarely on top of the preceding application. 3 4 8-22.3(5) Installation Instructions 5 This section including title is revised to read: 6 7 8-22.3(5) Plastic Installation Instructions 8 Installation instructions for plastic markings shall be provided for the Engineer. All 9 materials including glass beads shall be installed according to the manufacturer's 10 recommendations. A manufacturer's technical representative shall be present at the 11 initial installation of plastic material to approve the installation procedure or the material 12 manufacturer shall certify that the Contractor will install the plastic material in 13 accordance with their recommended procedure. 14 15 8-22.4 Measurement 16 The following is inserted after the fifth paragraph: 17 18 Diagonal and chevron-shaped lines used to delineate medians, gore areas, and parking 19 stalls are constructed of painted or plastic 4 inch and 8 inch wide lines in the color and 20 pattern shown in the Standard Plans. These lines will be measured as painted or plastic 21 line or wide line by the linear foot of line installed. Crosswalk line will be measured by 22 the square foot of marking installed. 23 24 Traffic arrows, traffic letters, access parking space symbols, HOV symbols, railroad 25 crossing symbols, drainage markings, bicycle lane symbols, aerial surveillance full, and 26 1/2 markers, yield line symbols, yield ahead symbols, and speed bump symbols will be 27 measured per each. Type 1 through 6 traffic arrows will be measured as one unit each, 28 regardless of the number of arrow heads. 29 30 The last paragraph is revised to read: 31 32 Removal of traffic arrows, traffic letters, access parking space symbol, HOV lane 33 symbol, railroad crossing symbol, bicycle lane symbols, drainage markings, aerial 34 surveillance full and 1/2 markers, yield line symbol, yield ahead symbol, and speed 35 bump symbol will be measured per each. Removal of crosswalk lines will be measured 36 by the square foot of lines removed. 37 38 8-22.5 Payment 39 The following items are deleted: 40 41 "Painted HOV Lane Symbol Type " 42 "Plastic HOV Lane Symbol Type " 43 44 SECTION 9-00, DEFINITIONS AND TESTS 45 January 3, 2006 46 9-00.8 Sand Equivalent 47 The second paragraph is revised to read: 48 49 For acceptance, there must be a clear line of demarcation. If no clear line of 50 demarcation has formed at the end of a 30 minute sedimentation period, the material 51 will be considered as failing to meet the minimum specified sand equivalent. TEST2 41 1 2 SECTION 9-02, BITUMINOUS MATERIALS 3 January 3, 2006 4 9-02.1(4) Asphalt Binders 5 This section including title is revised to read: 6 7 9-02.1(4) Performance Graded Asphalt Binder(PGAB) 8 PGAB meeting the requirements of AASHTO M 320 Table 1 of the grades specified in the ' 9 contract shall be used in the production of HMA. The Direct Tension Test (AASHTO T 10 314) of M 320 is not a specification requirement. 11 12 9-02.1(4)A Performance Graded Asphalt Binder 13 This section including title is revised to read: 14 15 9-02.1(4)A Quality Control Plan 16 The Asphalt Supplier of PGAB shall have a Quality Control Plan (QCP) in accordance 17 with WSDOT QC 2 "Standard Practice for Asphalt Suppliers That Certify Performance 18 Graded Asphalts". The Asphalt Supplier's QCP shall be submitted and approved by the ' 19 WSDOT State Materials Laboratory. Any change to the QCP will require a new QCP to 20 be submitted. The Asphalt Supplier of PGAB shall certify through the Bill of Lading that 21 PGAB meets the specification requirements of the contract. 22 23 9-02.1(6)A Polymerized Cationic Emulsified Asphalt CRS-2P 24 This section is revised to read: ' 25 26 The asphalt CRS-2P shall be a polymerized cationic emulsified asphalt. The polymer 27 shall be milled into the asphalt or emulsion during the manufacturing of the emulsion. ' 28 The asphalt CRS-21P shall meet the following specifications: 29 AASHTO Test Specifications ' Method Minimum Maximum Viscosity @1220F, SFS T59 100 400 Storage Stability 1 day % T59 --- 1 ' Demulsibility 35 ml. 0.8% Dioctyl T59 40 --- Sodium Sulfosuccinate ' Particle Charge T 59 positive --- Sieve Test % T 59 --- 0.30 Distillation Oil distillate by vol. of emulsion % T 59note 1 0 3 Residue T 59 note 1 65 --- Test on the Residue From Distillation Penetration @770F T 49 100 250 Torsional Recovery % note 18 TEST2 42 or Toughness/Tenacity in-lb s note 50/25 --- 1 2 note tDistillation modified to use 300 grams of emulsion heated to 350°F ± 9°F and 3 maintained for 20 minutes. 4 5 note 2The Torsional Recovery test shall be conducted according to the California 6 Department of Transportation Test Method No. 332. The residue material for this 7 test shall come from California Department of Transportation Test Method No. 331. 8 9 note 3Benson method of toughness and tenacity; Scott tester, inch-pounds at 77°F, 10 20 in. per minute pull. Tension head 7/8 in. diameter. 11 12 At the option of the supplier the Benson Toughness/Tenacity test can be used in lieu of 13 Torsional Recovery based on type of modifier used. If the Benson Toughness/Tenacity 14 method is used for acceptance the supplier must supply all test data verifying 15 specification conformance. 16 17 SECTION 9-05, DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS 18 December 4, 2006 19 9-05.1(6) Corrugated Polyethylene Drainage Tubing Drain Pipe 20 This section including title is revised to read: 21 22 9-05.1(6) Corrugated Polyethylene Drain Pipe (up to 10-inch) 23 Corrugated polyethylene drain pipe shall meet the requirements of AASHTO M 252 type 24 C (corrugated both inside and outside) or type S (corrugated outer wall and smooth 25 inner liner). The maximum size pipe shall be 10 inches in diameter. 26 27 9-05.1(7) Corrugated Polyethylene Drain Pipe 28 This section including title is revised to read: 29 30 9-05.1(7) Corrugated Polyethylene Drain Pipe (12-inch through 60-inch) 31 Corrugated polyethylene drain pipe, 12-inch through 60-inch -diameter maximum, shall 32 meet the minimum requirements of AASHTO M 294 Type S or 12-inch through 24 inch 33 diameter maximum shall meet the minimum requirements of AASHTO M 294 Type C. 34 35 9-05.2(7) Perforated Corrugated Polyethylene Drainage Tubing Underdrain 36 Pipe 37 This section including title is revised to read: 38 39 9-05.2(7) Perforated Corrugated Polyethylene Underdrain Pipe (Up to 10- 40 inch) 41 Perforated corrugated polyethylene underdrain pipe shall meet the requirements of 42 AASHTO M252, Type CP or Type SP. Type CP shall be Type C pipe with Class 2 43 perforations and Type SP shall be Type S pipe with either Class 1 or Class 2 44 perforations. Additionally, Class 2 perforations shall be uniformly spaced along the 45 length and circumference of the pipe. The maximum size pipe shall be 10-inch diameter. 46 TEST2 43 1 9-05.2(8) Perforated Corrugated Polyethylene Underdrain Pipe 2 This section including title is revised to read- 3 4 9-05.2(8) Perforated Corrugated Polyethylene Underdrain Pipe (12-inch 5 through 60-inch) 6 Perforated corrugated polyethylene underdrain pipe, 12-inch through 60-inch diameter , 7 maximum, shall meet the requirements of AASHTO M 294 Type CP or Type SP. Type 8 CP shall be Type C pipe with Class 2 perforations and Type SP shall be Type S pipe 9 with either Class 1 or Class 2 perforations. Additionally, Class 2 perforations shall be ' 10 uniformly spaced along the length and circumference of the pipe. 11 12 9-05.4(3) Protective Treatment ' 13 In Treatment 1 and 2, the reference to 9-05.4(6) is revised to read 9-05.4(5). 14 15 9-05.15 Metal Castings 16 This section is revised to read: ' 17 18 For all metal castings the producing foundry shall provide certification stating the 19 country of origin, the material meets the required ASTM or AASHTO specification noted ' 20 in the subsections below. The producing foundry shall detail all test results from 21 physical testing to determine compliance to the specifications. The test reports shall 22 include physical properties of the material from each heat and shall include tensile, ' 23 yield, and elongation as specified in the appropriate ASTM or AASHTO specification. 24 For AASHTO M 306, Section 8, Certification is deleted and replaced with the above 25 certification and testing requirements. ' 26 27 Metal castings for drainage structures shall not be dipped, painted, welded, plugged, or 28 repaired. Porosity in metal castings for drainage structures shall be considered a ' 29 workmanship defect subject to rejection by the Engineer. Metal castings made from 30 gray iron or ductile iron shall conform to the requirements of AASHTO M 306, and metal 31 castings made from cast steel shall conform to the requirements of Section 9-06.8. All ' 32 metal castings shall meet the proof load testing requirements of AASHTO M 306. 33 34 9-05.15(1) Manhole Ring and Cover 35 This section is revised to read: , 36 37 Castings for manhole rings shall be gray iron or ductile iron and covers shall be ductile 38 iron. , 39 40 All covers shall be interchangeable within the dimensions shown in the Standard Plans. 41 All mating surfaces shall be machine finished to ensure a nonrocking fit. ' 42 43 The inside vertical recessed face of the ring and the vertical outside edge of the cover 44 shall be machined or manufactured to the following tolerances: , 45 46 Ring +3/32 inch to -3/32 inch 47 Cover +3/32 inch to -3/32 inch 48 49 All manhole rings and covers shall be identified by the name or symbol of the producing 50 foundry and country of casting origin. This identification shall be in a plainly visible ' 51 location when the ring and cover are installed. Ductile iron shall be identified by the 52 following, "DUC" or "DI." The producing foundry and material identification shall be TEST2 44 1 adjacent to each other and shall be minimum '/z inch to maximum 1 inch high letters, 2 recessed to be flush with the adjacent surfaces. 3 4 9-05.15(2) Metal Frame, Grate and Solid Metal Cover for Catch Basins or Inlets 5 The first and second paragraphs are revised to read: 6 7 Castings for metal frames for catch basins and inlets shall be cast steel, gray iron, or 8 ductile iron, and as shown in the Standard Plans. 9 10 Castings for grates and solid metal covers for catch basins and inlets shall be cast steel 11 or ductile iron and as shown in the Standard Plans. Additionally, leveling pads are 12 allowed on grates and solid metal covers with a height not to exceed 1/8 inch. The 13 producing foundry's name and material designation shall be embossed on the top of the 14 grate. The material shall be identified by the following: "CS" for cast steel or "DUC" or 15 "DI" for ductile iron and shall be located near the producing foundry's name. 16 17 9-05.15(3) Cast Metal Inlets 18 The first sentence is revised to read: 19 20 The castings for cast metal inlets shall be cast steel or ductile iron, and as shown in the 21 Standard Plans. 22 23 9-05.19 Corrugated Polyethylene Culvert Pipe 24 The first paragraph is revised to read: 25 26 Corrugated polyethylene culvert pipe shall meet the requirements of AASHTO M 294 27 Type S or D for pipe 12-inch to 60-inch diameter with silt-tight joints. 28 29 SECTION 9-06, STRUCTURAL STEEL AND RELATED MATERIALS 30 December 4, 2006 31 9-06.5(4) Anchor Bolts 32 The first and second paragraphs are revised to read: 33 34 Anchor bolts shall meet the requirements of ASTM F 1554 and, unless otherwise 35 specified, shall be Grade 105 and shall conform to Supplemental Requirements S2, S3, 36 and S4. 37 38 Nuts for ASTM F 1554 Grade 105 black anchor bolts shall conform to AASHTO M 291, 39 Grade D or DH. Nuts for ASTM F 1554 Grade 105 galvanized bolts shall conform to 40 AASHTO M 291, Grade DH and shall conform to the lubrication requirements in Section 41 9-06.5(3). Nuts for ASTM F 1554 Grade 36 or 55 black or galvanized anchor bolts shall 42 conform to AASHTO M 291, Grade A. Washers shall conform to ASTM F 436. 43 44 9-06.9 Gray Iron Castings 45 The AASHTO requirement is revised to read "AASHTO M 306". 46 TEST2 45 1 SECTION 9-07, REINFORCING STEEL , 2 December 4, 2006 3 9-07.2 Deformed Steel Bars ' 4 The first sentence in the first paragraph is revised to read: 5 ,6 Deformed steel bars for concrete reinforcement shall conform to either AASHTO M 31 7 Grade 60, or ASTM A 706, except as otherwise noted. Steel reinforcing bar for the cast- 8 in-place components of bridge structures (excluding sidewalks and barriers but including 9 shafts and concrete piles), and for precast substructure components of bridge 10 structures, shall conform to ASTM A 706 only. 11 12 SECTION 9-09, TIMBER AND LUMBER ' 13 August 7, 2006 14 9-09.2(3) Inspection ' 15 This section is revised to read: 16 17 Timber and lumber requiring a grade stamp shall be marked with a certified lumber ' 18 grade stamp provided by one of the following agencies: 19 20 West Coast Lumber Inspection Bureau (WCLIB) ' 21 Western Wood Products Association (WWPA) 22 Pacific Lumber Inspection Bureau (PLIB) 23 Any lumber grading bureau certified by the American Lumber Standards Committee ' 24 25 Timber and Lumber requiring a grading certificate shall have a certificate that was 26 issued by either the grading bureau whose stamp is shown on the material, or by the , 27 lumber mill, which must be under the supervision of one of the grading bureaus listed 28 above. The certificate shall include the following: 29 30 Name of the mill performing the grading 31 The grading rules being used 32 Name of the person doing the grading with current certification 33 Signature of a responsible mill official 34 Date the lumber was graded at the mill 35 Grade, dimensions, and quantity of the timber or lumber 36 '37 For Structures: 38 All material delivered to the project shall bear a grade stamp and have a grading 39 certificate. The grade stamp and grading certificate shall not constitute final acceptance 40 of the material. The Engineer may reject any or all of the timber or lumber that does not 41 comply with the specifications or has been damaged during shipping or upon delivery. 42 ,43 For Guardrail Posts and Blocks, Sign Posts, Mileposts, Sawed Fence Posts, and 44 Mailbox Posts: 45 Material delivered to the project shall either bear a grade stamp on each piece or have a ' 46 grading certificate. The grade stamp or grading certificate shall not constitute final 47 acceptance of the material. The Engineer may reject any or all of the timber or lumber 48 that does not comply with the specifications or has been damaged during shipping or ' 49 upon delivery. 50 TEST2 46 ' 1 9-09.3(1) General Requirements 2 The last sentence in the first paragraph is revised to read: 3 4 Unless otherwise specified in the contract, all timber and lumber shall be treated in 5 accordance with Sections U 1 and T1 of the latest edition of the AWPA standards. 6 7 SECTION 9-10, PILING 8 December 4, 2006 9 9-10.2(2) Reinforcement 10 This section is revised to read: 11 12 Reinforcement shall meet the requirements of Section 9-07. 13 14 SECTION 9-12, MASONRY UNITS 15 August 7, 2006 16 9-12.7 Precast Concrete Drywells 17 The third sentence is revised to read: 18 19 Each seepage port shall provide a minimum of 1 square inch and a maximum of 7 20 square inches for round openings and 15 square inches for rectangular openings. 21 22 SECTION 9-13, RIPRAP, QUARRY SPALLS, SLOPE PROTECTION, AND ROCK 23 WALLS 24 August 7, 2006 25 9-13.5(2) Poured Portland Cement Concrete Slope Protection 26 The first paragraph is revised to read: 27 28 Cement concrete for poured concrete slope protection shall be commercial concrete in 29 conformance with Section 6-02.3(2)B. 30 31 SECTION 9-14, EROSION CONTROL AND ROADSIDE PLANTING 32 August 7, 2006 33 9-14.2 Seed 34 This section is revised to read: 35 36 Grasses, legumes, or cover crop seed of the type specified shall conform to the 37 standards for "Certified" grade seed or better as outlined by the State of Washington 38 Department of Agriculture "Rules for Seed Certification," latest edition. Seed shall be 39 furnished in standard containers on which shall be shown the following information: 40 41 (1) Common and botanical names of seed, 42 (2) Lot number, 43 (3) Net weight, 44 (4) Pure live seed 45 46 All seed installers and vendors must have a business license issued by the Washington 47 State Department of Licensing with a "seed dealer" endorsement. Upon request, the TEST2 47 1 contractor shall furnish the Engineer with copies of the applicable licenses and 2 endorsements. 3 '4 Upon request, the Contractor shall furnish to the Engineer duplicate copies of a 5 statement signed by the vendor certifying that each lot of seed has been tested by a 6 recognized seed testing laboratory within six months before the date of delivery on the ' 7 project. Seed which has become wet, moldy, or otherwise damaged in transit or storage 8 will not be accepted. 9 '10 9-14.4(1) Straw 11 This section is revised to read: 12 '13 All straw material shall be in an air dried condition free of noxious weeds and other 14 materials detrimental to plant life. Straw mulch so provided shall be suitable for 15 spreading with mulch blower equipment. ' 16 17 9-14.4(3) Bark or Wood Chips 18 This section is supplemented with the following: 19 '20 Sawdust shall not be used as mulch. 21 22 9-14.4(4) Sawdust 23 This section including title is revised to read: 24 25 9-14.4(4) Vacant ' 26 27 9-14.4(8) Compost 28 This section is revised to read: ' 29 30 Compost products shall be the result of the biological degradation and transformation of 31 plant-derived materials under controlled conditions designed to promote aerobic ' 32 decomposition. Compost shall be stable with regard to oxygen consumption and carbon 33 dioxide generation. Compost shall be mature with regard to its suitability for serving as 34 a soil amendment or an erosion control BMP as defined below. The compost shall have ' 35 a moisture content that has no visible free water or dust produced when handling the 36 material. 37 ,38 Compost production and quality shall comply with Chapter 173-350 WAC. 39 40 Compost products shall meet the following physical criteria: 41 42 1. Compost material shall be tested in accordance with Testing Methods for the 43 Examination of Compost and Composting (TMECC) Test Method 02.02-13, 44 "Sample Sieving for Aggregate Size Classification". 45 46 Fine Compost shall meet the following: 47 ' 48 Min. Max. 49 Percent passing 2" 100% 50 Percent passing 1" 99% 100% ' 51 Percent passing 1/2" 90% 100% TEST2 48 ' 1 Percent passing %4" 75% 100% 2 Maximum particle length of 6 inches 3 4 Coarse Compost shall meet the following: 5 Min. Max. 6 Percent passing 3" 100% 7 Percent passing 1" 90% 100% 8 Percent passing 3/" 70% 100% 9 Percent passing '/4" 40% 60% 10 Maximum particle length of 6 inches 11 12 2. The pH shall be between 6.0 and 8.5 when tested in accordance with TMECC 13 04.11-A, 1:5 Slurry pH". 14 15 3. Manufactured inert material (plastic, concrete, ceramics, metal, etc.) shall be 16 less than 1.0 percent by weight as determined by TMECC 03.08-A. 17 18 4. Minimum organic matter shall be 40 percent dry weight basis as determined by 19 TMECC 05.07A, "Loss-On-Ignition Organic Matter Method". 20 21 5. Soluble salt contents shall be less than 4.Ommhos/cm tested in accordance 22 with TMECC 04.10-A, 1:5 Slurry Method, Mass Basis". 23 24 6. Maturity shall be greater than 80% in accordance with TMECC 05.05-A, 25 "Germination and Root Vigor'. 26 27 7. Stability shall be 7 or below in accordance with TMECC 05.08-B, Carbon 28 Dioxide Evolution Rate" 29 30 8. The compost product must originate a minimum of 65 percent by volume from 31 recycled plant waste as defined in WAC 173-350 as "Type 1 Feedstocks." A 32 maximum of 35 percent by volume of other approved organic waste and/or 33 biosolids may be substituted for recycled plant waste. The supplier shall 34 provide written verification of feedstock sources 35 36 9. The Engineer may also evaluate compost for maturity using the Solvita 37 Compost Maturity Test. Fine Compost shall score a number 6 or above on the 38 Solvita Compost Maturity Test. Coarse Compost shall score a 5 or above on 39 the Solvita Compost Maturity Test. 40 41 The compost supplier will test all compost products within 90 calendar days prior to 42 application. Samples will be taken using the Seal of Testing Assurance (STA) sample 43 collection protocol. (The sample collection protocol can be obtained from the U.S. 44 Composting Council, 4250 Veterans Memorial Highway, Suite 275, Holbrook, NY 11741 45 46 Phone: 631-737-4931, www.compostingcouncil.org). The sample shall be sent to an 47 independent STA Program approved lab. The compost supplier will pay for the test. A 48 copy of the approved independent STA Program laboratory test report shall be 49 submitted to the Contracting Agency prior to initial application of the compost. Seven 50 days prior to application, the Contractor shall submit a sample of each type compost to 51 be used on the project to the Engineer. 52 TEST2 49 1 Compost not conforming to the above requirements or taken from a source other than 2 those tested and accepted shall be immediately removed from the project and replaced 3 at no cost to the Contracting Agency. ' 4 5 The Contractor shall either select a compost supplier from the Qualified Products List, or 6 submit the following information to the Engineer for approval- 7 8 1. A Request for Approval of Material Source. 9 ,10 2. A copy of the Solid Waste Handling Permit issued to the supplier by the 11 Jurisdictional Health Department as per WAC 173-350 (Minimum Functional 12 Standards for Solid Waste Handling). , 13 14 3. The supplier shall verify in writing, and provide lab analyses that the material 15 complies with the processes, testing, and standards specified in WAC 173-350 16 and these specifications. An independent STA Program certified laboratory 17 shall perform the analysis. 18 19 4. A list of the feedstock by percentage present in the final compost product. 20 21 5. A copy of the producer's Seal of Testing Assurance certification as issued by 22 the U.S. Composting Council. ' 23 24 Acceptance will be based upon a satisfactory Test Report from an independent STA 25 program certified laboratory and the sample(s) submitted to the Engineer. ' 26 27 9-14.5(5) Wattles 28 This section is revised to read: 29 30 Wattles shall consist of cylinders of biodegradable plant material such as straw, coir, 31 compost, or wood shavings encased within biodegradable or photodegradable netting. ' 32 Wattles shall be at least 5 inches in diameter, unless otherwise specified. Encasing 33 material shall be clean, evenly woven, and free of encrusted concrete or other 34 contaminating materials such as preservatives. Encasing material shall be free from 35 cuts, tears, or weak places and shall have a lifespan greater than 6 months. ' 36 37 Compost filler shall meet the material requirements as specified in Section 9-14.4(8), 38 and shall be Coarse Compost. 39 40 9-14.5(6) Compost Sock 41 This section is revised to read: 42 43 Biodegradable fabric for compost sock and compost wattle shall be clean, evenly 44 woven, and free of encrusted concrete or other contaminating materials and shall be 45 free from cuts, tears, broken or missing yarns and thin, open, or weak places. Fabric for 46 compost sock shall consist of extra heavy weight biodegradable fiber which has not 47 been treated with any type of preservative. Compost for compost socks shall meet the 48 material requirements as specified in Section 9-14.4(8), and shall be Coarse Compost 49 50 Wood stakes for compost sock and wattles shall be made from Douglas-fir, hemlock, or , 51 pine species. Wood stakes shall be 2 inch by 2 inch nominal dimension and 36 inches in 52 length, unless otherwise indicated in the Plans. TEST2 50 1 2 Section 9-14.5 is supplemented with the following new section. 3 4 9-14.5(7) Coir Log 5 Coir log: Logs shall be made of 100% durable coconut (coir) fiber uniformly compacted 6 within an outer netting. Log segments shall have a maximum length of 20 feet, with a 7 minimum diameter as shown in the Plans. Logs shall have a density of 7 Ibs/cf or greater. 8 9 Coir logs shall be manufactured with a woven wrapping netting made of bristle coir twine 10 with minimum strength of 80 Ibs tensile strength. The netting shall have nominal 2 inch by 2 11 inch openings. 12 13 Stakes shall conform to the requirements of Section 9-09. Cedar wood stakes shall have a 14 notch to secure the rope ties. Rope ties shall be one-quarter inch diameter commercially 15 available hemp rope. 16 17 9-14.6(1) Description 18 This section is revised to read: 19 20 Bareroot plants are grown in the ground and harvested without soil or growing medium 21 around their roots. 22 23 Container plants are grown in pots or flats that prevent root growth beyond the sides 24 and bottom of the container. 25 26 Balled and burlapped plants are grown in the ground and harvested with soil around a 27 core of undisturbed roots. This rootball is wrapped in burlap and tied or placed in a wire 28 basket or other supportive structure. 29 30 Cuttings are live plant material without a previously developed root system. Source 31 plants for cuttings shall be dormant when cuttings are taken. All cuts shall be made with 32 a sharp instrument. Written permission shall be obtained from property owners and 33 provided to the Engineer before cuttings are collected. The Contractor shall collect 34 cuttings in accordance with applicable sensitive area ordinances. For cuttings, the 35 requirement to be nursery grown or held in nursery conditions does not apply. Cuttings 36 include the following forms: 37 38 A. Live branch cuttings shall have flexible top growth with terminal buds and may 39 have side branches. The rooting end shall be cut at an approximate 45 degree 40 angle. 41 42 B. Live stake cuttings shall have a straight top cut immediately above a bud. The 43 lower, rooting end shall be cut at an approximate 45degree angle. Live stakes 44 are cut from one to two year old wood. Live stake cuttings shall be cut and 45 installed with the bark intact with no branches or stems attached, and be '/2 to 46 1 '/2 inch in diameter. 47 48 C. Live pole cuttings shall have a minimum 2inch diameter and no more than 49 three branches which shall be pruned back to the first bud from the main stem. 50 TEST2 51 I D. Rhizomes shall be a prostrate or subterranean stem, usually rooting at the 2 nodes and becoming erect at the apex. Rhizomes shall have a minimum of two 3 growth points. ' 4 5 E. Tubers shall be a thickened and short subterranean branch having numerous 6 buds or eyes. ' 7 8 9-14.6(2) Quality 9 This section is revised to read: , 10 11 All plant material furnished shall meet the grades established by the latest edition of the 12 American Standard for Nursery Stock, (ASNS)ANSI Z60.1 shall conform to the size and 13 acceptable conditions as listed in the contract, and shall be free of all foreign plant 14 material. 15 16 All plant material shall comply with State and Federal laws with respect to inspection for 17 plant diseases and insect infestation. 18 19 All plant material shall be purchased from a nursery licensed to sell plants in , 20 Washington State. 21 22 Live woody or herbaceous plant material, except cuttings, rhizomes, and tubers, shall ' 23 be vigorous, well formed, with well developed fibrous root systems, free from dead 24 branches, and from damage caused by an absence or an excess of heat or moisture, 25 insects, disease, mechanical or other causes detrimental to good plant development. 26 Evergreen plants shall be well foliated and of good color. Deciduous trees that have 27 solitary leaders shall have only the lateral branches thinned by pruning. All conifer trees 28 shall have only one leader (growing apex) and one terminal bud, and shall not be , 29 sheared or shaped. Trees having a damaged or missing leader, multiple leaders, or Y- 30 crotches shall be rejected. 31 ,32 Root balls of plant materials shall be solidly held together by a fibrous root system and 33 shall be composed only of the soil in which the plant has been actually growing. Balled 34 and burlapped rootballs shall be securely wrapped with jute burlap or other packing 35 material not injurious to the plant life. Root balls shall be free of weed or foreign plant ' 36 growth. 37 38 Plant materials shall be nursery grown stock. Plant material, with the exception of 39 cuttings, gathered from native stands shall be held under nursery conditions for a 40 minimum of one full growing season, shall be free of all foreign plant material, and meet 41 all of the requirements of these Specifications, the Plans, and the Special Provisions. 42 43 Container grown plants must be plants transplanted into a container and grown in that 44 container sufficiently long for new fibrous roots to have developed so that the root mass 45 will retain its shape and hold together when removed from the container, without having 46 roots that circle the pot. Plant material which is root bound, as determined by the 47 Engineer, shall be rejected. Container plants shall be free of weed or foreign plant 48 growth. 49 50 Container sizes for plant material of a larger grade than provided for in the container 51 grown specifications of the ASNS shall be determined by the volume of the root ball 52 specified in the ASNS for the same size plant material. TEST2 52 1 2 All bare root plant materials shall have a heavy fibrous root system and must be 3 dormant at the time of planting. 4 5 Average height to spread proportions and branching shall be in accordance with the 6 applicable sections, illustrations, and accompanying notes of the ASNS. 7 8 Plants specified or identified as "Street Tree Grade" shall be trees with straight trunks, 9 full and symmetrical branching, central leader, and be developed, grown, and 10 propagated with a full branching crown. A "Street Tree Grade" designation requires the 11 highest grade of nursery shade or ornamental tree production which shall be supplied. 12 13 Trees with improperly pruned, broken, or damaged branches, trunk, or root structure 14 shall be rejected. In all cases, whether supplied balled and burlapped or in a container, 15 the root crown (top of root structure) of the tree shall be at the top of the finish soil level. 16 Trees supplied and delivered in a nursery fabric bag will not be accepted. 17 18 Plants, which have been determined by the Engineer to have suffered damage as the 19 result of girdling of the roots, stem, or a major branch; have deformities of the stem or 20 major branches; have a lack of symmetry; have dead or defoliated tops or branches; or 21 have any defect, injury, or condition which renders the plant unsuitable for its intended 22 use, shall be rejected. 23 24 Plants that are grafted shall have roots of the same genus as the specified plant. 25 26 9-14.6(3) Handling and Shipping 27 The last sentence in the sixth paragraph is deleted. 28 29 9-14.6(6) Substitution of Plants 30 The second paragraph is revised to read: 31 32 Container or balled and burlapped plant material may be substituted for bare root plant 33 material. Container grown plant material may be substituted for balled and burlapped 34 plant materials. When substitution is allowed, use current ASNS standards to determine 35 the correct rootball volume (container or balled and burlapped) of the substituted 36 material that corresponds to that of the specified material. These substitutions shall be 37 approved by the Engineer and be at no cost to the Contracting Agency. 38 39 9-14.6(7) Temporary Storage 40 The third paragraph is revised to read: 41 42 Cuttings shall continually be shaded and protected from wind. Cuttings must be 43 protected from drying at all times and shall be heeled into moist soil or other insulating 44 material or placed in water if not installed within 8 hours of cutting.Cuttings to be stored 45 for later installation shall be bundled, laid horizontally, and completely buried under 46 6 inches of water, moist soil or placed in cold storage at a temperature of 34 F and 90% 47 humidity. Cuttings that are not planted within 24 hours of cutting shall be soaked in 48 water for 24 hours prior to planting. Cuttings taken when the temperature is higher than 49 50°F shall not be stored for later use. Cuttings that already have developed roots shall 50 not be used. 51 52 The fourth paragraph is deleted. TEST2 53 1 2 SECTION 9-15, IRRIGATION SYSTEM 3 August 7, 2006 4 9-15.1 Pipe, Tubing, and Fittings 5 The second paragraph is revised to read: , 6 7 Copper pipe or tubing shall be annealed, seamless, and conform to the requirements of 8 ASTM B 88, and shall be a minimum of Type L rating. ' 9 10 SECTION 9-16, FENCE AND GUARDRAIL 11 April 3, 2006 12 9-16.1(1)A Post Material for Chain Link Fence 13 The two references in the second paragraph to "Standard Plan L 2" are revised to "ASTM 14 F1043". 15 16 Under Roll Form Material, the reference in the third paragraph to "Standard Plan L 2" is 17 revised to "ASTM F1043". 18 19 SECTION 9-22, MONUMENT CASES 20 August 7, 2006 r 21 9-22.1 Monument Cases, Covers, and Risers 22 The AASHTO requirement is revised to read "AASHTO M 306". 23 24 SECTION 9-28, SIGNING MATERIALS AND FABRICATION 25 August 7, 2006 26 9-28.14(1) Timber Sign Posts 27 The last sentence is revised to read: 28 29 Preservative and retention shall be as shown in Section 9-16.2 for sawn posts. 30 31 SECTION 9-29, ILLUMINATION, SIGNAL, ELECTRICAL 32 December 4, 2006 33 9-29.2 Junction Boxes 34 Section 9-29.2 including title is revised to read: 35 36 9-29.2 Junction Boxes, Cable Vaults and Pull Boxes 37 9-29.2(1) Standard Junction Box 38 This section including title is revised to read: 39 40 9-29.2(1) Standard Duty and Heavy Duty Junction Boxes 41 For the purposes of this specification concrete is defined as Portland Cement 42 Concrete and non-concrete is all others. 43 44 Standard Duty Junction Boxes are defined as Type 1, 2, 7 and 8, and Heavy Duty 45 Junction Boxes are defined as Type 4, 5, and 6. 46 TEST2 54 1 The contractor shall provide shop drawings if their manufacturing process or 2 standard production model includes any deviation from the Standard Plan. For 3 each type of junction box, or whenever there is a design change to the junction box, 4 a proof test, as defined in this specification, shall be performed once in the 5 presence of the Engineer. 6 7 This section is supplemented with the following new subsections: 8 9 9-29.2(9)A Standard Duty Junction Boxes 10 All Standard Duty Junction Boxes shall have a minimum load rating of 22,500 pounds 11 and be tested in accordance with 9-29.2(1)C. A complete Type 7 or Type 8 Junction 12 Box includes the spread footing shown in the Standard Plans. 13 14 Concrete Junction Boxes 15 The Standard Duty Concrete Junction Box steel frame, lid support, and lid shall be 16 painted with a black paint containing rust inhibiters or painted with a shop applied, 17 inorganic zinc primer in accordance with Section 6-07.3, or hot dip galvanized in 18 accordance with ASTM A 111. 19 20 Concrete used in Standard Duty Junction Boxes shall have a minimum 21 compressive strength of 6000 psi when reinforced with a welded wire hoop, or 4000 22 psi when reinforced with welded wire fabric or fiber reinforcement. The frame shall 23 be anchored to the box by welding the wire fabric to the frame or by welding 24 headed studs 3/8 inch x 3 inches long, as specified in section 9-06.15, to the frame. 25 The wire fabric shall be attached to the studs and frame with standard tie practices. 26 The box shall contain ten studs located near the centerline of the frame and box 27 wall. The studs shall be placed one anchor in each corner, one at the middle of 28 each width and two equally spaced on each length of the box. 29 30 Material for Type 1, 2, 7 and 8 Concrete Junction Boxes shall conform to the 31 following: 32 33 Concrete Section 6-02 34 Reinforcing Steel Section 9-07 35 Fiber Reinforcing ASTM C 1116, Type III 36 Lid ASTM A786 diamond plate steel 37 Frame ASTM A786 diamond plate steel or 38 ASTM A36 flat steel 39 Lid Support & Handle ASTM A36 steel 40 Anchors (studs) Section 9-06.15 41 42 Non-concrete Junction Boxes 43 Material for the non-concrete junction boxes shall be of a quality that will provide for 44 a similar life expectancy as Portland Cement Concrete in a direct burial application. 45 46 Type 1, 2, 7, and 8 non-concrete junction boxes shall have a Design Load of 47 22,500 lbs. and shall be tested in accordance with 9-29.2(1)C. Non-concrete 48 junction boxes shall be gray in color and have an open bottom design with 49 approximately the same inside dimensions, and present a load to the bearing 50 surface that is less than or equal to the loading presented by the concrete junction 51 boxes shown in the Standard Plans. Non-concrete junction box lids shall include a 52 pull slot and shall be secured with two '/2 inch stainless steel hex-head bolts factory TEST2 55 1 coated with anti-seize compound and recessed into the cover. The tapped holes 2 for the securing bolts shall extend completely through the box to prevent 3 accumulation of debris. Bolts shall conform to ASTM F 593, stainless steel. 4 5 9-29.2(1)6 Heavy Duty Junction Boxes 6 Heavy Duty Junction Boxes shall be concrete and have a minimum vertical load rating 7 of 46,000 pounds without permanent deformation and 60,000 pounds without failure 8 when tested in accordance with 9-29.2(1)C . 9 '10 The Heavy Duty Junction Box steel frame, lid support and lid shall be painted with a 11 shop applied, inorganic zinc primer in accordance with Section 6-07.3 12 13 The concrete used in Heavy Duty Junction Boxes shall have a minimum compressive 14 strength of 4000 PSI. 15 16 Material for Type 4, 5, and 6 Concrete Junction Boxes shall conform to the following: 17 18 Concrete Section 6-02 19 Reinforcing Steel Section 9-07 , 20 Lid ASTM A786 diamond plate steel, rolled 21 from plate complying with ASTM A572, 22 grade 50 or ASTM A588 with min. CVN 23 toughness of 20 ft-lb at 40 degrees F 24 Frame and stiffener plates ASTM A572 grade 50 or ASTM A588, both with 25 min. CVN toughness of 20 ft-lb at 40 degrees F 26 Handle ASTM A36 steel 27 Anchors (studs) Section 9-06.15 28 Bolts, Nuts, Washers ASTM F 593 or A 193, type 304 or 316 , 29 30 The lid stiffener plates shall bear on the frame, and be milled so that there is full even 31 contact, around the perimeter, between the bearing seat and lid stiffener plates, after 32 fabrication of the frame and lid. The bearing seat and lid perimeter bar shall be free 33 from burrs, dirt and other foreign debris that would prevent solid seating. Bolts and nuts 34 shall be liberally coated with anti-seize compound. Bolts shall be installed snug tight. 35 The bearing seat and lid perimeter bar shall be machined to allow a minimum of 75% of 36 the bearing areas to be seated with a tolerance of 0.0 to 0.005 inches measured with a 37 feeler gage. The bearing area percentage will be measured for each side of the lid as it 38 bears on the frame. 39 40 9-29.2(1)C Testing Requirements 41 Junction boxes shall be tested by an independent materials testing facility, and a test 42 report issued documenting the results of the tests performed. 43 44 For concrete junction boxes the independent testing lab shall meet the requirements of 45 AASHTO R 18 for Qualified Tester and Verified Test Equipment. The test shall be 46 conducted in the presence of and signed off by the Engineer or a designated 47 representative. The Contractor shall give the Engineer 30 days notice prior to testing. 48 One copy of the test report shall be furnished to the Contracting Agency certifying that 49 the box and cover meet or exceed the loading requirements for a concrete junction box, 50 and shall include the following information: 51 52 1. Product identification. TEST2 56 , 1 2. Date of testing. 2 3. Description of testing apparatus and procedure. 3 4. All load deflection and failure data. 4 5. Weight of box and cover tested. 5 6. Upon completion of the required test(s) the box shall be loaded to failure. 6 7. A brief description of type and location of failure. 7 8 For non-concrete junction boxes the testing facility shall be a Nationally Recognized 9 Testing Laboratory (witnessing is not required). One copy of the test report shall be 10 furnished to the Contracting Agency certifying that the box and cover meet or exceed 11 the loading requirements for a non-concrete junction box, and shall include the following 12 information: 13 14 1. Product identification. 15 2. Date of testing. 16 3. Description of testing apparatus and procedure. 17 4. All load deflection data. 18 5. Weight of box and cover tested. 19 20 Testing for Standard Duty Concrete Junction Boxes 21 Standard Duty Concrete Junction Boxes shall be load tested to 22,500 pounds. 22 The test load shall be applied uniformly through a 10-inch x 10inch x 1 inch steel 23 plate centered on the lid. The test load shall be applied and released ten times, 24 and the deflection at the test load and released state shall be recorded for each 25 interval. At each interval the junction box shall be inspected for lid deformation, 26 failure of the lid/frame welds, vertical and horizontal displacement of the lid/frame, 27 cracks, and concrete spalling. 28 29 Concrete junction boxes will be considered to have withstood the test if none of the 30 following conditions are exhibited: 31 32 1. Permanent deformation of the lid or any impairment to the function of the 33 lid. 34 2. Vertical or horizontal displacement of the lid frame. 35 3. Cracks wider than 0.012 inches that extend 12 inches or more. 36 4. Fracture or cracks passing through the entire thickness of the concrete. 37 5. Spalling of the concrete. 38 39 Testing for the Standard Duty non-concrete Junction Boxes 40 Non-concrete Junction Boxes shall be tested to a minimum of 22,500 Ibs as defined 41 in the ANSI/SCTE 77-2002 Tier 15 test method. In addition the contractor shall 42 provide a Manufacture Certificate of Compliance for each non-concrete junction 43 box installed. 44 45 Testing for Heavy Duty Junction Boxes 46 Heavy Duty Junction Boxes shall be load tested to 46,000 pounds. The test load 47 shall be applied vertically through a 10-inch x 20-inch x 1-inch steel plate centered 48 on the lid with an orientation both on the long axis and the short axis of the junction 49 box. The test load shall be applied and released ten times on each axis. The 50 deflection at the test load and released state shall be recorded for each interval. At 51 each interval the test box shall be inspected for lid deformation, failure of the lid or 52 frame welds, vertical and horizontal displacement of the lid frame, cracks, and TEST2 57 1 concrete spalling. After the twentieth loading interval the test shall be terminated 2 with a 60,000 pound load being applied vertically through the steel plate centered 3 on the lid and with the long edge of steel plate orientated parallel to the long axis of 4 the box. 5 6 Heavy Duty Junction Boxes will be considered to have withstood the 46,000 7 pounds test if none of the following conditions are exhibited: 8 9 1. Permanent deformation of the lid or any impairment to the function of the 10 lid. 11 2. Vertical or horizontal displacement of the lid frame. 12 3. Cracks wider than 0.012-inches that extend 12-inches or more. 13 4. Fracture or cracks passing through the entire thickness of the concrete. , 14 5. Spalling of the concrete. 15 16 Heavy Duty Junction Boxes will be considered to have withstood the 60,000 17 pounds test if all of the following conditions are exhibited: 18 19 1. The lid is operational. , 20 2. The lid is securely fastened. 21 3. The welds have not failed. 22 4. Permanent dishing or deformation of the lid is 1/4 inch or less. 23 5. No buckling or collapse of the box. 24 25 9-29.2 (2) Vacant 26 This section including title is revised to read: 27 28 9-29.2(2) Standard Duty and Heavy Duty Cable Vaults and Pull Boxes 29 Standard Duty and Heavy Duty Cable Vaults and Pull Boxes shall be constructed as a 30 concrete box and as a concrete lid. The lid for the Heavy Duty and Standard Duty Cable 31 Vaults and Pull Boxes shall be interchangeable and both shall fit the same box as 32 shown in the Standard Plans. 33 34 The Contractor shall provide shop drawings if their manufacturing process or standard 35 production model includes any deviation from the Standard Plan. For each type of box 36 or whenever there is a design change to the Cable Vault or Pull box, a proof test, as 37 defined in this specification, shall be performed once in the presence of the Engineer. 38 39 This section is supplemented with the following new sections: 40 41 9-29.2(2)A Standard Duty Cable Vaults and Pull Boxes 42 Standard Duty Cable Vaults and Pull boxes shall be concrete and have a minimum load 43 rating of 22,500 pounds and be tested in accordance with 9-29.2(1)C for concrete 44 Standard Duty Junction Boxes. 45 46 Concrete for standard duty cable vaults and pull boxes shall have a minimum 47 compressive strength of 4000 psi. The frame shall be anchored to the vault/box by 48 welding the wire fabric to the frame or by welding headed studs 3/8 inch x 3 inches long, 49 as specified in Section 9-06.15, to the frame. The wire fabric shall be attached to the 50 studs and frame with standard tie practices. The vault/box shall contain ten studs 51 located near the centerline of the frame and wall. Studs shall be placed one anchor in 52 each corner, one at the middle of each width and two equally spaced on each length of TEST2 58 1 the vault/box. The steel frame, lid support, and lid shall be painted with a black paint 2 containing rust inhibiters or painted with a shop applied, inorganic zinc primer in 3 accordance with Section 6-07.3 or hot dip galvanized in accordance with ASTM A 111. 4 5 Material for Standard Duty Cable Vaults and Pull Boxes shall conform to the following: 6 7 Concrete Section 6-02 8 Reinforcing Steel Section 9-07 9 Lid ASTM A786 diamond plate steel 10 Frame ASTM A786 diamond plate steel or 11 ASTM A36 flat steel 12 Lid Support & Handle ASTM A36 steel 13 Anchors (studs) Section 9-06.15 14 Bolts, Nuts, Washers ASTM F593 or A 193, type 304 or 316 15 16 9-29.2(2)B Heavy Duty Cable Vaults and Pull Boxes 17 Heavy Duty Cable Vaults and Pull Boxes shall be constructed of concrete having a 18 minimum compressive strength of 4000 psi, and have a minimum vertical load rating of 19 46,000 pounds without permanent deformation and 60,000 pounds without failure when 20 tested in accordance with Section 9-29.2(1)C for Heavy Duty Junction Boxes. 21 22 Material for Heavy Duty Cable Vaults and Pull boxes shall conform to the following: 23 24 Concrete Section 6-02 25 Reinforcing Steel Section 9-07 26 Cover Section 9-05.15(1) 27 Ring Section 9-05.15(1) 28 Anchors (studs) Section 9-06.15 29 Bolts, Nuts, Washers ASTM F593 or A193, type 304 or 316 30 31 9-29.2(4) Cover Markings 32 The first sentence of the first paragraph is revised to read: 33 34 Junction boxes, cable vaults, and pull boxes with metallic lids shall be 35 marked with the appropriate legend in accordance with the bead weld details 36 in the Standard Plans. Non-metallic lids shall be embossed with the 37 appropriate legend and a non-skid surface. Legends for metallic lids and 38 non-metallic lids shall be 1-inch nominal height. 39 40 The first sentence of the second paragraph is revised to read: 41 42 Junction boxes, cable vaults and pull boxes shall be marked or embossed 43 for use in accordance with the plans and following schedule: 44 45 9-29.6(2) Slip Base Hardware 46 The last sentence in the first paragraph is revised to read: 47 48 Plate washers shall conform to ASTM A 36, and also shall conform to the flatness 49 tolerances specified in AASHTO M 293 for circular washers. 50 TEST2 59 1 9-29.6(5) Foundation Hardware 2 The second and third paragraphs are revised to read: 3 4 Anchor bolts, and associated nuts and washers, for Type CCTV, II, III, IV, and V signal 5 standards and luminaire poles shall conform to Section 9-06.5(4). Anchor rods 6 conforming to ASTM A 449 may be substituted, provided that the galvanized ASTM A 7 449 anchor rods having an ultimate tensile strength above 145 ksi shall be tested for 8 embrittlement in accordance with either ASTM A 143 (if the rod length is equal to or 9 greater than five times the bolt diameter) or ASTM F 606 Section 7 (if the rod length is , 10 less than five times the nominal bolt diameter). 11 12 All foundation hardware shall be 100% hot-dipped galvanized in accordance with 13 AASHTO M 111 and AASHTO M 232. 14 15 SECTION 9-30, WATER DISTRIBUTION MATERIALS 16 August 7, 2006 17 9-30.6(3)A Copper Tubing 18 This section is revised to read: , 19 20 Copper pipe or tubing shall be annealed, seamless, and conform to the requirements of 21 ASTM B 88, Type K rating. 22 23 SECTION 9-33, CONSTRUCTION GEOTEXTILE 24 August 7, 2006 25 Section 9-33 including title is revised in its entirety to read: 26 27 SECTION 9-33, CONSTRUCTION GEOSYNTHETIC 28 29 9-33.1 Geosynthetic Material Requirements 30 The term geosynthetic shall be considered to be inclusive of geotextiles, geogrids, and 31 prefabricated drainage mats. 32 33 Geotextiles, including geotextiles attached to prefabricated drainage core to form a 34 prefabricated drainage mat, shall consist only of long chain polymeric fibers or yarns 35 formed into a stable network such that the fibers or yarns retain their position relative to 36 each other during handling, placement, and design service life. At least 95 percent by 37 weight of the material shall be polyolefins or polyesters. The material shall be free from 38 defects or tears. The geotextile shall also be free of any treatment or coating which 39 might adversely alter its hydraulic or physical properties after installation. 40 41 Geogrids shall consist of a regular network of integrally connected polymer tensile 42 elements with an aperture geometry sufficient to permit mechanical interlock with the 43 surrounding backfill. The long chain polymers in the geogrid tensile elements, not 44 including coatings, shall consist of at least 95 percent by mass of the material of 45 polyolefins or polyesters. The material shall be free of defects, cuts, and tears. 46 47 Prefabricated drainage core shall consist of a three dimensional polymeric material with 48 a structure that permits flow along the core laterally, and which provides support to the 49 geotextiles attached to it. TEST2 60 1 2 The geosynthetic shall conform to the properties as indicated in Tables 1 through 8 in 3 Section 9-33.2, and additional tables as required in the Standard Plans and Special 4 Provisions for each use specified in the Plans. Specifically, the geosynthetic uses 5 included in this section and their associated tables of properties are as follows- 6 Geotextile Geosynthetic Application Applicable Property Tables Underground Drainage, Low and Moderate Survivability, Tables 1 and 2 Classes A. B. and C Separation Table 3 Soil Stabilization Table 3 Permanent Erosion Control, Moderate and High Survivability, Tables 4 and 5 Classes A. B. and C 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. 7 8 Geogrid and geotextile reinforcement in geosynthetic retaining walls shall conform to the 9 properties specified in the Standard Plans for permanent walls, and Table 10 for 10 temporary walls. 11 12 For geosynthetic retaining walls that use geogrid reinforcement, the geotextile material 13 placed at the wall face to retain the backfill material as shown in the Plans shall conform 14 to the properties for Construction Geotextile for Underground Drainage, Moderate 15 Survivability, Class A. 16 17 Thread used for sewing geotextiles shall consist of high strength polypropylene, 18 polyester, or polyamide. Nylon threads will not be allowed. The thread used to sew 19 permanent erosion control geotextiles, and to sew geotextile seams in exposed faces of 20 temporary or permanent geosynthetic retaining walls, shall also be resistant to 21 ultraviolet radiation. The thread shall be of contrasting color to that of the geotextile 22 itself. 23 24 9-33.2 Geosynthetic Properties 25 9-33.2(1) Geotextile Properties 26 Table 1: Geotextile for underground drainage strength properties for survivability. 27 ASTM Geotextile Pro pert Requirements Test Low Moderate Method Survivability Survivability Geotextile Property Woven I Nonwoven Woven F Nonwoven TEST2 61 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 4632 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 D 4533 67 lb min. 40 lb min. 80 lb 50 lb min. Strength, in min. machine and x-machine direction Ultraviolet D 4355 50% strength retained min., (UV) after 500 hours in a xenon arc device Radiation Stability 1 2 Table 2: Geotextile for underground drainage filtration properties- 3 Geotextile Property ASTM Geotextile Property Requirements Test Class A Class B Class C Method2 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 min. 0.4 sec min. 0.3 sec min. 4 5 Table 3: Geotextile for separation or soil stabilization. 6 Geotextile ASTM Geotextile Property Requirements Property Test Separation Soil Stabilization Method2 Woven j Nonwoven Woven I Nonwoven AOS D 4751 U.S. No. 30 max. U.S. No. 40 max. Water D 4491 0.02 sec min. 0.10 sec min. Permittivity Grab Tensile D 4632 250 lb min. 160 lb min. 315 lb min. 200 lb min. Strength, in machine and x-machine direction Grab Failure D 4632 < 50% > 50% < 50% > 50% Strain, in machine and x-machine direction , Seam Breaking D 4632 220 lb min. 140 lb min. 270 lb min. 180 lb min. TEST2 62 Strength Puncture D 6241 495 lb min. 310 lb min. 620 lb min. 430 lb min. Resistance Tear Strength, D 4533 80 lb min. 50 lb min. 112 lb min. 79 lb min. in machine and x-machine direction Ultraviolet(UV) D 4355 50% strength retained min., Radiation after 500 hours in xenon arc device Stability 1 2 Table 4: Geotextile for permanent erosion control and ditch lining. 3 Geotextile ASTM Geotextile Property Requirements Property Test Permanent Erosion Control Ditch Lining MethodZ Moderate High Survivability Survivability Woven Non- Woven Non- Woven Non- woven woven woven AOS D 4751 See Table 5 See Table 5 U.S. No. 30 max. Water D 4491 See Table 5 See Table 5 0.02 sec min. Permittivity Grab 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 Ib 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 70% strength retained min., (UV) after 500 hours in xenon arc device Radiation Stability 4 5 Table 5: Filtration properties for geotextile for permanent erosion control. TEST2 63 1 ASTM Geotextile Property Requirements' Geotextile Test ' Property Method Class A Class B Class C AOS D 4751 U.S. No. 40 U.S. No. 60 U.S. No. 70 max. max. max. Water D 4491 0.7 sec' min. 0.4 sec' min. 0.2 sec' min. Permittivity 2 '3 Table 6: Geotextile for temporary silt fence. 4 Geotextile Property ASTM Geotextile Pro ert y Requirements' Test Unsupported Supported Between Method Between Posts Posts with Wire or 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. Grab Tensile D 4632 180 lb min. in 100 lb min. Strength, machine direction, in machine and 100 lb min. x-machine direction 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 5 6 9-33.2(2) Geosynthetic Properties For Retaining Walls and Reinforced Slopes 7 Table 7: Minimum properties required for geotextile reinforcement used in 8 geosynthetic reinforced slopes and retaining walls. 9 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 D 4632 200 lb min. 120 lb min. Strength, in machine and x-machine direction Grab Failure Strain, D 4632 < 50% > 50% ' in machine and x-machine direction Seam Breaking D 463234 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 TEST2 64 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 1 2 9-33.2(3) Prefabricated Drainage Mat 3 Prefabricated drainage mat shall have a single or double dimpled polymeric core 4 with a geotextile attached and shall meet the following requirements: 5 6 Table 8: Minimum properties required for prefabricated drainage mats. 7 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. 8 9 'All geotextile properties in Tables 1 through 8 are minimum average roll 10 values (i.e., the test results for any sampled roll in a lot shall meet or exceed 11 the values shown in the table). 12 13 2The test procedures used are essentially in conformance with the most 14 recently approved ASTM geotextile test procedures, except for geotextile 15 sampling and specimen conditioning, which are in accordance with WSDOT 16 Test Methods T 914, Practice for Sampling of Geotextiles for Testing, and T 17 915, Practice for Conditioning of Geotextiles for Testing, respectively. Copies 18 of these test methods are available at the State Materials Laboratory P.O. Box 19 47365, Olympia, WA 98504-7365. 20 21 3With seam located in the center of 8-inch long specimen oriented parallel to 22 grip faces. 23 24 4Applies only to seams perpendicular to the wall face. 25 26 9-33.3 Aggregate Cushion of Permanent Erosion Control Geotextile 27 Aggregate cushion for permanent erosion control geotextile, Class A shall meet the 28 requirements of Section 9-03.9(2). Aggregate cushion for permanent erosion control 29 geotextile, Class B or C shall meet the requirements of Section 9-03.9(3) and 9-03.9(2). TEST2 65 1 I 2 9-33.4 Geosynthetic Material Approval and Acceptance 3 9-33.4(1) Geosynthetic Material Approval 4 If the geosynthetic source material has not been previously evaluated, or is not 5 listed in the current WSDOT Qualified Products List (QPL), a sample of each 6 proposed geosynthetic shall be submitted to the State Materials Laboratory in 7 Tumwater for evaluation. Geosynthetic material approval will be based on 8 conformance to the applicable properties from the Tables in Section 9-33.2 or in the 9 Standard Plans or Special Provisions. After the sample and required information for 10 each geosynthetic type have arrived at the State Materials Laboratory in Tumwater, 11 a maximum of 14 calendar days will be required for this testing. Source approval 12 shall not be the basis of acceptance of specific lots of material delivered to the 13 Contractor unless the roll numbers of the lot sampled can be clearly identified as 14 the rolls tested and approved in the geosynthetic approval process. 15 16 For geogrid and geotextile products proposed for use in permanent geosynthetic 17 retaining walls or reinforced slopes that are not listed in the current QPL, the 18 Contractor shall submit test information and the calculations used in the 19 determination of Tai performed in accordance with WSDOT Standard Practice T ' 20 925, Standard Practice for Determination of Long-Term Strength for Geosynthetic 21 Reinforcement, to the State Materials Laboratory in Tumwater for evaluation. The 22 Contracting Agency will require up to 30 calendar days after receipt of the 23 information to complete the evaluation. 24 25 The Contractor shall submit to the Engineer the following information regarding 26 each geosynthetic material proposed for use: 27 28 Manufacturer's name and current address, , 29 Full product name, 30 Geosynthetic structure, including fiber/yarn type, 31 Geosynthetic polymer type(s) (for temporary and permanent geosynthetic 32 retaining walls), 33 Proposed geosynthetic use(s), and 34 Certified test results for minimum average roll values. 35 36 9-33.4(2) Vacant 37 38 9-33.4(3) Acceptance Samples 39 When the quantities of geosynthetic materials proposed for use in the following 40 geosynthetic applications are greater than the following amounts, acceptance shall 41 be by satisfactory test report: 42 Application Geosynthetic Quantity Underground Drainage 600 sq. yd. Temporary or Permanent Geosynthetic All quantities Retaining Walls 43 44 The samples for acceptance testing shall include the information about each 45 geosynthetic roll to be used as stated in 9-33.4(4). 46 '47 Samples will be randomly taken by the Engineer at the job site to confirm that the 48 geosynthetic meets the property values specified. TEST2 66 ' 1 2 Approval will be based on testing of samples from each lot. A "lot" shall be defined 3 for the purposes of this specification as all geosynthetic rolls within the 4 consignment (i.e., all rolls sent the project site) that were produced by the same 5 manufacturer during a continuous period of production at the same manufacturing 6 plant and have the same product name. After the samples have arrived at the 7 State Materials Laboratory in Tumwater, a maximum of 14 calendar days will be 8 required for this testing. 9 10 If the results of the testing show that a geosynthetic lot, as defined, does not meet 11 the properties required for the specified use as indicated in Tables 1 through 8 in 12 Section 9-33.2, and additional tables as specified in the Special Provisions, the roll 13 or rolls which were sampled will be rejected. Geogrids and geotextiles for 14 temporary geosynthetic retaining walls shall meet the requirements of Table 7, and 15 Table 10 in the Special Provisions. Geogrids and geotextiles for permanent 16 geosynthetic retaining wall shall meet the requirements of Table 7, and Table 9 in 17 the Special Provisions, and both geotextile and geogrid acceptance testing shall 18 meet the required ultimate tensile strength T,,,t as provided in the current QPL for 19 the selected product(s). If the selected product(s) are not listed in the current QPL, 20 the result of the testing for Tu,t shall be greater than or equal to Tuft as determined 21 from the product data submitted and approved by the State Materials Laboratory 22 during source material approval. 23 24 Two additional rolls for each roll tested which failed from the lot previously tested 25 will then be selected at random by the Engineer for sampling and retesting. If the 26 retesting shows that any of the additional rolls tested do not meet the required 27 properties, the entire lot will be rejected. If the test results from all the rolls retested 28 meet the required properties, the entire lot minus the roll(s) that failed will be 29 accepted. All geosynthetic that has defects, deterioration, or damage, as 30 determined by the Engineer, will also be rejected. All rejected geosynthetic shall be 31 replaced at no additional expense to the Contracting Agency. 32 33 9-33.4(4) Acceptance by Certificate of Compliance 34 When the quantities of geosynthetic proposed for use in each geosynthetic 35 application are less than or equal to the following amounts, acceptance shall be by 36 Manufacturer's Certificate of Compliance: 37 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 38 39 The Manufacturer's Certificate of Compliance shall include the following information 40 about each geosynthetic roll to be used: ® 41 42 Manufacturer's name and current address, 43 Full product name, 44 Geosynthetic structure, including fiber/yarn type, TEST2 67 I � 1 Geosynthetic Polymer type (for all temporary and permanent geosynthetic 2 retaining walls only), 3 Geosynthetic roll number(s), 4 Geosynthetic lot number(s), 5 Proposed geosynthetic use(s), and 6 Certified test results. 7 8 9-33.4(5) Approval of Seams 9 If the geotextile seams are to be sewn in the field, the Contractor shall provide a , 10 section of sewn seam that can be sampled by the Engineer before the geotextile is 11 installed. 12 13 The seam sewn for sampling shall be sewn using the same equipment and 14 procedures as will be used to sew the production seams. If production seams will 15 be sewn in both the machine and cross-machine directions, the Contractor must 16 provide sewn seams for sampling which are oriented in both the machine and 17 cross-machine directions. The seams sewn for sampling must be at least 2 yards 18 in length in each geotextile direction. If the seams are sewn in the factory, the 19 Engineer will obtain samples of the factory seam at random from any of the rolls to 20 be used. The seam assembly description shall be submitted by the Contractor to 21 the Engineer and will be included with the seam sample obtained for testing. This 22 description shall include the seam type, stitch type, sewing thread type(s), and 23 stitch density. 24 25 SECTION 9-34, PAVEMENT MARKING MATERIAL 26 April 3, 2006 27 9-34.2 Paint I 28 This section is revised to read: 29 30 White and yellow paint shall comply with the specifications for high volatile organic 31 compound (VOC) solvent based paint, low VOC solvent based paint or low VOC 32 waterborne paint. Blue paint for "Access Parking Space Symbol with Background" shall 33 be chosen from a WSDOT QPL listed Manufacturer. The blue color shall match Fed 34 Standard 595, color 15090 and the tolerance of variation shall match that shown in the 35 FHWA"Highway Blue Color Tolerance Chart." 36 37 9-34.3 Plastic 38 This section is revised to read: 39 40 White and yellow plastic pavement marking materials shall comply with the 41 specifications for: 42 43 Type A— Liquid hot applied thermoplastic 44 Type B — Pre-formed fused thermoplastic 45 Type C — Cold applied pre-formed tape 46 Type D — Liquid cold applied methyl methacrylate 47 48 Blue plastic pavement marking material for "Access Parking Space Symbol with 49 Background" shall be chosen from a WSDOT QPL listed Manufacturer. The blue color 50 shall match Fed Standard 595, color 15090 and the tolerance of variation shall match 51 that shown in the FHWA"Highway Blue Color Tolerance Chart." TEST2 68 1 2 9-34.4 Glass Beads 3 In the first sentence the reference to AASHTO M 247-81, Type 1 is revised to AASHTO M 4 247, Type 1. 5 6 SECTION 9-35, TEMPORARY TRAFFIC CONTROL MATERIALS 7 April 3, 2006 8 9-35.2 Construction Signs 9 The first paragraph is supplemented with the following: 10 11 Post mounted Class A construction signs shall conform to the requirements of this 12 section and additionally shall conform to the requirements stated in section 9-28. 13 14 The second paragraph is revised to read: 15 16 Aluminum sheeting shall be used to fabricate all construction signs. The signs shall 17 have a minimum thickness of 0.080-inches and a maximum thickness of 0.125-inches. 18 19 The first sentence in the fourth paragraph is revised to read: 20 21 The use of plywood, composite, fiberglass reinforced plastic, new fabric rollup signs, 22 and any other previously approved sign materials except aluminum is prohibited. Any 23 sign which otherwise meets the requirements of this section and was purchased prior to 24 July 1, 2004, may be utilized until December 31, 2007. If a fabric sign is used, it shall 25 have been fabricated with Type VI reflective sheeting. 26 TEST2 69 w w w w it w w CITY OF RENTON SPECIAL PROVISIONS _ I K. S11,14�F� W ACf z � O A 6111101 38087 SIONpL,�`� S1'Sf�N��x ,.bi EXPIRES r- -- - - 11 -01,09 r ..r City of Renton SPECIAL PROVISIONS SPECIALPROVISIONS .............................................................................9 1-01 DEFINITIONS AND TERMS............................................................9 1-01.1 General...............................................................................................9 1-01.3 Definitions.........................................................................................9 1-02...BID PROCEDURES AND CONDITIONS............................... 11 1-02.6 Preparation of Proposal................................................................ 11 1-02.6(1) Proprietary Information .......................................................... 11 1-02.12 Public Opening of Proposals....................................................... 11 1-03 AWARD AND EXECUTION OF CONTRACT ............................ 11 r 1-03.1 Consideration of bids .................................................................... 11 1-03.2 Award of Contract......................................................................... 11 1-03.3 Execution of Contract ................................................................... 12 1-04 SCOPE OF WORK .......................................................................... 12 1-04.2 Coordination of Contract Documents... ..................................... 12 1-04.3 Contractor-Discovered Discrepancies ......................................... 12 1-04.4 Changes........................................................................................... 13 1-04.8 Progress Estimates and Payments................................................ 13 1-04.11 Final Cleanup 1-05 CONTROL OF WORK.................................................................... 13 1-05.4 Conformity With and Deviation from Plans and Stakes ........... 13 1-05.4(3) Contractor Supplied Surveying............................................... 14 1-05.4(4) Contractor Provided As-Built Information............................ 15 .. 1-05.7 Removal of Defective and Unauthorized Work.......................... 15 1-05.11(3) Operational Testing................................................................. 17 1-05.14 Cooperation with Other Contractors 17 H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2850 N 26th-ParkPL\1141 FINAL Specs-2006\20a City Special Provs-2006-DCO2.doc1 1-05.18 Contractor's Daily Diary ............................................................ 18 ' 1-06 CONTROL OF MATERIAL........................................................... 19 1-06.1 Approval of Materials Prior to Use.............................................. 19 1-06.2(1) Samples and Tests for Acceptance........................................... 19 ' 1-06.2(2) Statistical Evaluation of Materials for Acceptance................ 19 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE , PUBLIC........................................................................................................ 19 1-07.1 Laws to be Observed ..................................................................... 19 ' 1-07.6 Permits and Licenses..................................................................... 19 1-07.9(5) Required Documents ................................................................20 ' 1-07.11(11) City of Renton Affidavit of Compliance..............................20 1-07.12 Federal Agency Inspection..........................................................20 ' 1-07.13(1) General.....................................................................................20 1-07.16(1) Private/Public Property..........................................................21 ' 1-07.17 Utilities and Similar Facilities ....................................................22 1-07.17(1) Interruption of Services..........................................................23 , 1-07.18 Public Liability and Property Damage Insurance ...................23 1-07.22 Use of Explosives..........................................................................26 1-07.23(1) Construction Under Traffic ...................................................26 ' 1-08 PROSECUTION AND PROGRESS...............................................28 1-08.0 Preliminary Matters......................................................................28 ' 1-08.0(1) Preconstruction Conference.....................................................28 1-08.1 Subcontracting...............................................................................29 1-08.2 Assignment ..................................................................................... 30 1-08.3 Progress Schedule..........................................................................30 , 1-08.5 Time For Completion .................................................................... 31 1-08.6 Suspension of Work.......................................................................32 , 1-08.9 Liquidated Damages......................................................................32 1-08.11 Contractor's Plant and Equipment............................................33 , H:\File Sys\SWP- Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2850 N 26th-ParkPL\1141 FINAL Specs-2006\20a City Special Provs-2006-DCO2.doc2 1-08.12 Attention to Work........................................................................33 1-09 MEASUREMENT AND PAYMENT..............................................33 .. 1-09.1 Measurement of Quantities ..........................................................33 1-09.3 Scope of Payment...........................................................................34 1-09.7 Mobilization .....35 .............................................................................. 1-09.9 Payments.........................................................................................35 1-09.9(1) Retainage 1-09.11(2) Claims.......................................................................................37 1-09.13(3)B Procedures to Pursue Arbitration.......................................38 1-09.14 Payment Schedule (New Section)...............................................38 1-10 TEMPORARY TRAFFIC CONTROL..........................................40 .. 1-10.1 General ........................................................................................... 40 1-10.2(1)B Traffic Control Supervisor....................................................41 .. 1-10.2(2) Traffic Control Plans................................................................ 41 1-10.3(3) Construction Signs....................................................................41 1-10.4 Measurement.................................................................................. 41 1-10.5 Payment.......................................................................................... 41 1-11 RENTON SURVEYING STANDARDS 42 ......................................... 2-01 CLEARING, GRUBBING,AND ROADSIDE CLEANUP...........47 2-01.1 Description ..................................................................................... 47 2-01.2 Disposal of Usable Material and Debris...................................... 47 2-01.5 Payment..........................................................................................47 aw 2-02 REMOVAL OF STRUCTURE AND OBSTRUCTIONS ............. 47 2-02.3(3) Removal of Pavement, Sidewalks, and Curbs........................ 47 2-02.4 Measurement.................................................................................. 48 2-02.5 Payment.......................................................................................... 48 2-03 ROADWAY EXCAVATION AND EMBANKMENT....................48 2-03.3 Construction Requirements..........................................................48 2-03.4 Measurement.................................................................................. 49 H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2850 N 26th-ParkPL\1141 FINAL Specs-2006\20a City Special Provs-2006-DCv02.doc3 • 2-03.5 Payment.......................................................................................... 49 2-04 HAUL................................................................................................. 50 2-04.5 Payment.......................................................................................... 50 , 2-06 SUBGRADE PREPARATION........................................................ 50 ' 2-06.5 Measurement and Payment......................................................... 50 2-09 STRUCTURE EXCAVATION ........................................................ 50 ' 2-09.1 Description ..................................................................................... 50 2-09.3(1)D Disposal of Excavated Material............................................ 50 ' 2-09.4 Measurement..................................................................................50 2-09.5 Payment.......................................................................................... 51 5-04 ASPHALT CONCRETE PAVEMENT...........................................52 5-06 TRENCH RESTORATION AND OVERLAY............................... 54 , 7-01 DRAINS............................................................................................. 58 7-01.2 Materials......................................................................................... 58 7-01.3 Construction Requirements.......................................................... 58 7-01.4 Measurement.................................................................................. 58 7-02 CULVERTS....................................................................................... 58 , 7-02.2 Materials......................................................................................... 58 7-04 STORM SEWERS............................................................................ 58 , 7-04.2 Materials......................................................................................... 58 7-04.4 Measurement.................................................................................. 59 ' 7-04.5 Payment.......................................................................................... 59 7-05 MANHOLES, INLETS,AND CATCH BASINS........................... 59 ' 7-05.3(1) Adjusting Manholes and Catch Basins to Grade................... 59 7-05.3(2) Abandon Existing Manholes.................................................... 60 ' 7-05.3(3) Connections to Existing Manholes.......................................... 61 , 7-05.4 Measurement.................................................................................. 61 7-05.5 Payment.......................................................................................... 62 , 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS............. 62 H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2850 N 26th-ParkPL\I 141 FINAL Specs-2006\20a City Special Provs-2006-DCv02.doc4 r 7-08.3(1)C Bedding the Pipe ....................................................................62 7-08.3(2)A Survey Line and Grade..........................................................62 .. 7-08.3(2)B Pipe Laying — General ...........................................................62 7-08.3(2)E Rubber Gasketed Joints ........................................................63 r 7-08.3(2)H Sewer Line Connections........................................................63 7-08.3(2)J Placing PVC Pipe....................................................................63 7-08.4 Measurement.......................................... ......63 .................................. 7-08.5 Payment..........................................................................................64 r 7-09 PIPE AND FITTINGS FOR WATER MAINS ..............................64 7-09.3(15)A Ductile Iron Pipe...................................................................64 7-09.3(15)B Polyvinyl Chloride (PVC) Pipe (4 inches and Over) ........64 r 7-09.3(17) Laying Ductile Iron Pipe and Fittings with Polyethylene...64 7-09.3(19)A Connections to Existing Mains............................................ 65 7-09.3(21) Concrete Thrust Blocking and Dead-Man Block................ 65 7-09.3(23) Hydrostatic Pressure Test.......................................................65 .. 7-09.3(24)A Flushing and ......................................................................... 66 7-09.3(24)D Dry Calcium Hypochlorite.................................................. 67 7-09.3(24)K Retention Period .................................................................. 67 7-09.3(24)N Final Flushing and Testing..................................................67 r 7-09.3(25) Joint Restraint Systems..........................................................67 7-09.4 Measurement..................................................................................69 7-09.5 Payment.......................................................................................... 69 7-12 VALVES FOR WATER MAINS...................................................... 70 7-12.3(1) Installation of Valve Marker Post............................................ 70 .. 7-12.3(2) Adjust Existing Valve Box to Grade........................................ 70 7-12.4 Measurement.................................................................................. 70 �- 7-12.5 Payment.......................................................................................... 70 7-14 HYDRANTS...................................................................................... 71 7-14.3(1) Setting Hydrants ....................................................................... H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2850 N 26th-ParkPL\1141 FINAL Specs-2006\20a City Special Provs-2006-DCO2.doc5 r 7-14.3(3) Resetting Existing Hydrants.................................................... 72 7-14.3(4) Moving Existing Hydrants.......................................................72 7-14.5 Payment..........................................................................................72 .. 7-15 SERVICE CONECTIONS...............................................................72 , 7-15.3 Construction Details...................................................................... 72 7-15.5 Payment..........................................................................................73 , 7-17 SANITARY SEWERS...................................................................... 73 7-17.2 Materials.........................................................................................73 ' 7-17.3(1) Protection of Existing Sewerage Facilities.............................. 73 7-17.3(2)H Television Inspection..............................................................73 ' 7-17.4 Measurement..................................................................................74 7-17.5 Payment....................................................................................... 74 , 8-09 RAISED PAVEMENT MARKERS ................................................75 8-09.5 Payment..........................................................................................75 8-13 MONUMENT CASES...................................................................... 75 , 8-13.1 Description ..................................................................................... 75 8-13.3 Construction Requirements..........................................................75 8-13.4 Measurement.................................................................................75 8-13.5 Payment......................................................................................... 75 , 8-14 CEMENT CONCRETE SIDEWALKS..........................................76 8-14.3(4) Curing ........................................................................................ 76 8-14.4 Measurement..................................................................................76 8-14.5 Payment.......................................................................................... 76 , 8-17 IMPACT ATTENUATOR SYSTEMS............................................ 76 8-17.5 Payment.......................................................................................... 76 8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS,AND ' ELECTRICAL............................................................................................ 77 8-20.2(1) Equipment List and Drawings................................................. 77 8-22 PAVEMENT MARKING................................................................. 77 , H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2850 N 26th-ParkPL\1141 FINAL Specs-2006\20a City Special Provs-2006-DCv02.doc6 r 8-22.1 Description ..................................................................................... 77 8-22.3(5) Installation Instructions........................................................... 78 8-22.5 Payment.......................................................................................... 78 8-23 TEMPORARY PAVEMENT MARKINGS....................................78 8-23.5 Payment.......................................................................................... 78 8-24.3(1) Rock Wall................................................................................... 78 9-03.8(2) HMA Test Requirements........................................................... 80 9-05 DRAINAGE STRUCTURES, CULVERTS,AND CONDUITS .. 80 9-05.4 Steel Culvert Pipe and Pipe Arch (RC) ......................................80 9-05.7(2) Reinforced Concrete Storm Sewer Pipe (RC)........................ 80 9-05.7(2)A Basis for Acceptance (RC).....................................................81 9-05.7(3) Concrete Storm Sewer Pipe Joints (RC)................................. 81 9-05.7(4) Testing Concrete Storm Sewer Pipe Joints (RC) ................... 81 9-05.9 Steel Spiral Rib Storm Sewer Pipe (RC) .....................................81 9-05.12(3) CPEP Sewer Pipe .................................................................... 82 •� 9-05.14 ABS Composite Sewer Pipe ........................................................ 82 9-05.17 Aluminum Spiral Rib Storm Sewer Pipe................................... 82 '. 9-08 PAINTS..............................................................................................88 9-08.8 Manhole Coating System Products.............................................. 88 9-23 CONCRETE CURING MATERIALS AND ADMIXTURES...... 90 9-23.9 Fly Ash (RC)................................................................................... 90 9-30 WATER DISTRIBUTION MATERIALS...................................... 90 9-30.3(1) Gate Valves (3inches to 12 inches)........................................... 90 9-30.3(3) Butterfly Valves......................................................................... 91 .., 9-30.3(5) Valve Marker Posts................................................................... 91 9-30.3(7) Combination Air Release/Air Vacuum Valves........................ 91 9-30.3(8) Tapping Sleeve and Valve Assembly........................................ 92 9-30.3(9) Blow-Off Assembly ................................................................... 92 9-30.5 Hydrants......................................................................................... 92 H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2850 N 26th-ParkPL\1141 FINAL Specs-2006\20a City Special Provs-2006-DCv02.doc7 aw 1 9-30.5(1) End Connections (RC)..............................................................92 r 9-30.5(2) Hydrant Dimensions................................................................. 92 9-30.6(3)B Polyethylene Pipe ................................................................... 93 r 9-30.6(4) Service Fittings..........................................................................93 ' 9-30.6(5) Meter Setters ............................................................................. 93 1 r r r r r r r r r r r r H:\File S s\SWP-Surface Water Projects\SWP-27-Surface Water Projects CIP\27-2850 N 2 th-P rkPL\ ' y � � ( ) 6 a 1141 FINAL Specs-2006\20a City Special Provs-2006-13CO2.doc8 r SPECIAL PROVISIONS 1-01 DEFINITIONS AND TERMS 1-01.1 General Section 1-01.1 is supplemented with: Whenever reference is made to the State, Commission, Department of Transportation, Secretary of Transportation, Owner, Contracting Agency or Engineer, such reference shall be deemed to mean the City of Renton acting through its City Council, employees, and duly authorized representatives for all contracts administered by the City of Renton. 1-01.3 Definitions r 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 w 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 bids. Award Date: The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive Bidder for the work. .. Contract Execution Date: The date the Contracting Agency officially binds the agency to the Contract. ,. Notice to Proceed Date: The date stated in the Notice to Proceed on which the Contract time begins. Contract Completion Date: The date by which the work is contractually required to be +� completed. Final Acceptance Date: The date the Contracting Agency accepts the work as complete r per the contract requirements. Day Unless otherwise designated, day(s) as used in the Contract Documents, shall be understood to mean working days. Engineer The City Engineer or duly authorized representative, or an authorized member of a licensed consulting firm retained by Owner for the construction engineering of a specific public works project. H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2850 N 26th-ParkPL\l 141 FINAL Specs-2006\20a City Special Provs-2006-DCO2.doO 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. Or Equal Where the term "or equal" is used herein, the Contracting Agency, or the Contracting Agency on recommendation of the engineer, shall be the sole judge of the quality and suitability of the proposed substitution. ' The responsibility and cost of furnishing necessary evidence, demonstrations, or other information required to obtain the approval of alternative materials or processes by the Owner shall be entirely borne by the Contractor. , Owner The City of Renton or its authorized representative also referred to as Contracting Agency. Performance and Payment Bond t Same as "Contract Bond"defined in the Standard Specifications. Plans The contract plans and/or standard plans which show location, character, and dimensions of prescribed work including layouts, profiles, cross-sections, and other details. Drawings may either be bound in the same book as the balance of the Contract Documents or bound in separate sets, and are a , part of the Contract Documents, regardless of the method of binding. The terms "Standard Drawings" or "Standard Details" generally used in specifications refers to drawings bound either with the specification documents or included with the Plans or the City of Renton Standard Plans. 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 executive officer to the Department shall also refer to the Department of Planning/Building/Public Works Administrator. Shop Drawings Same as"Working Drawings"defined in the Standard Specifications. , Special Provisions Modifications to the standard specifications and supplemental specifications that apply to an individual project. The special provisions may describe work the specifications do not cover. Such work shall comply first with the special provisions and then with any specifications that apply. The Contractor shall include all costs of doing this work within the bid prices. State , The state of Washington acting through its representatives. The State shall also refer to The City of Renton and its authorized representatives where applicable. Supplemental Drawings and Instructions ' Additional instructions by Engineer at request of Contractor by means of drawings or documents necessary, in the opinion of Engineer, for the proper execution of the work. Such drawings and instructions are consistent with the Contract Documents. , H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2850 N 26th-ParkPL\1141 FINAL Specs-2006\20a City Special Provs-2006-DCv02.doc10 r ■• 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, ,r. 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. 1-02.6(1) Proprietary Information 1-02.6(1) is a new section. Vendors should, in the bid proposal, identify clearly any material(s) which constitute "(valuable) formula, designs drawings, and research data" so as to be exempt from public disclosure, RCW 42.17.310, or any materials otherwise claimed to be exempt, along with a Statement of the basis for .. such claim of exemption. The Department(or State)will give notice to the vendor of any request for disclosure of such information received within 5 (five) years from the date of submission. Failure to so label such materials or failure to timely respond after notice of request for public disclosure has been given shall be deemed a waiver by the submitting vendor of any claim that such materials are, in fact, so exempt., 1-02.12 Public Opening of Proposals Section 1-02.12 is supplemented with the following: The Contracting Agency reserves the right to postpone the date and time for bid opening. Notification to bidder will be by addenda. 1-03 AWARD AND EXECUTION OF CONTRACT 1-03.1 Consideration of bids Section 1-03.1 is supplemented with the following: All bids will be based on total sum of all schedules of prices. No partial bids will be accepted unless so stated in the call for bids or special provisions. The City reserves the right however to award all or any schedule of a bid to the lowest bidder at its discretion. .. 1-03.2 Award of Contract Section 1-03.2 is supplemented with the following: The contract, bond form, and all other forms requiring execution, together with a list of all other forms or documents required to be submitted by the successful bidder, will be forwarded to the successful bidder within 10 days of the award. The number of copies to be executed by the Contractor shall be determined by the Contracting Agency. H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2850 N 26th-ParkPL\I 141 FINAL Specs-2006\20a City Special Provs-2006-DCv02.doc11 to 1-03.3 Execution of Contract Section 1-03.3 is revised and supplemented as follows: Within 10 calendar days after receipt from the City of the forms and documents required to be completed by the Contractor, the successful bidder shall return the signed Contracting Agency- prepared contract, an insurance certification as required by Section 1-07.18,and a satisfactory bond as required by law and Section 1-03.4. Before execution of the contract by the Contracting Agency, the ' successful bidder shall provide any pre-award information the Contracting Agency may require under Section 1-02.15. Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor shall any work begin within the project limits or within Contracting Agency-furnished sites. The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the Contracting Agency. If the bidder experiences circumstances beyond their control that prevents return of the contract documents within 10 calendar days after the award date, the Contracting Agency may grant up to a maximum of 10 additional calendar days for return of the documents, provided the Contracting Agency deems the circumstances warrant it. The Contracting Agency is prohibited by RCW 39.06.010 from executing a contract with a Contractor who is not registered or licensed as required by the laws of the state. In addition, the Contracting Agency requires persons doing business with the Contracting Agency to possess a valid City of Renton business license prior to award. When the Bid Form provides spaces for a business license number, a Washington State Contractors registration number, or both the Bidder shall insert such information in the spaces provided. The Contracting Agency requires legible copies of the Contractor's Registration and business license be submitted to the Engineer as part of the Contracting Agency's post-award information and evaluation activities. 1-04 SCOPE OF WORK 1-04.2 Coordination of Contract Documents, Plans, Special Provisions Specifications, and Addenda I 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., I presiding over 2,2 over 3, 3 over 4, and so forth): , 1. Addenda, 2. Proposal Form, 3. Special Provisions, 4. Contract Plans, ' 5. Amendments to Division 1-99 APWA Supplement 6. Amendments to the Standard Specifications, 7. Division 1-99 APWA Supplement 8. WSDOT/APWA Standard Specifications for Road, Bridge and Municipal Construction 9. Contracting Agency's Standard Plans(if any) 10. WSDOT/APWA Standard Plans for Road,Bridge and Municipal Construction 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 H:\File S s\SWP-Surface Water Projects\SWP-27-Surface Water Projects CIP\27-2850 N 26th-Par1cPL\I 141 FINAL Y J J ( ) Specs-2006\20a City Special Provs-2006-DCv02.doc 12 r. error, inconsistency, or omission in respect to design or mode of construction, which is discovered. If Contractor, in the course of this study or in the accomplishment of the work, finds any discrepancy between the Plans and the physical condition of the locality as represented in the Plans, or any such errors or omissions in respect to design or mode of construction in the Plans or in the layout as given by points and instructions, it shall be Contractor's duty to inform Engineer immediately in writing, and Engineer will promptly check the same. Any work done after such discovery, until correction of Plans or authorization of extra work is given, if Engineer finds that extra work is involved, will be done at Contractor's risk. If extra work is involved, the procedure shall be as provided in Section 1- .. 04.4 of the Standard Specifications. 1-04.4 Changes The last two paragraphs are replaced with the following: Renton does not have a formal policy or guidelines on cost reduction alternatives, but will evaluate such proposals by the Contractor on a case-by-case basis. 1-04.8 Progress Estimates and Payments Section 1-04.8 is supplemented as follows: The Contractor is encouraged to provide to the Engineer prior to progress payments an estimate of lump sum work accomplished to date. The Engineer's calculations and decisions shall be final in regard to the actual percentage of any lump sum pay item accomplished and eligible for payment unless another specific method of calculating lump sum payments is provided elsewhere in the specifications. 1-04.11 Final Cleanup Section 1-04.11 is supplemented as follows: All salvage material as noted on the plans and taken from any of the discarded facilities shall, at the engineer's discretion, be carefully salvaged and delivered to the City shops. Any cost incurred in salvaging and delivering such items shall be considered incidental to the project and no compensation will be made. The contract price for "Finish and Cleanup, lump sum," shall be full compensation for all work, .. equipment and materials required to perform final cleanup. If this pay item does not appear in the contract documents then final 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 H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2850 N 26th-ParkPL\1141 FINAL Specs-2006\20a City Special Provs-2006-DCO2.doc13 r t 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. I All survey work shall be done in accordance with Section 1-I I SURVEYING STANDARDS of these specifications. The Contractor shall keep updated survey field notes in a standard field book and in a format set by the Engineer, per Section 1-11.1(4). These field notes shall include all survey work performed by the Contractor's surveyor in establishing line, grade and slopes for the construction work. Copies of these field notes shall be provided the Engineer upon request and upon completion of the contract work the field book or books shall be submitted to the Engineer and become the property of the Contracting Agency. If the survey work provided by the Contractor does not meet the standards of the Engineer, then the , Contractor shall, upon the Engineer's written request, remove the individual or individuals doing the survey work and the survey work will be completed by the Engineer at the Contractor's expense. Costs for completing the survey work required by the Engineer will be deducted from monies due or to become due the Contractor. All costs for survey work required to be performed by the Contractor shall be included in the prices bid for the various items which comprise the improvement or be included in the bid item for "Contractor Supplied Surveying" per lump sum if that item is included in the contracts. 1-05.4(3) Contractor Supplied Surveying Section 1-05.4(3)is a new section: When the contract provides for Contractor Supplied Surveying,the Contractor shall supply the survey work required for the project. The Contractor shall retain as a part of the Contractor Organization an experienced team of surveyors under the direct supervision of a professional land surveyor licensed by the State of Washington. All survey work shall be done in accordance with Sections 1-05.4 and 1- 11. The Contractor and/or Surveyor shall inform the Engineer in writing of any errors, discrepancies, and omissions to the plans that prevent the Contractor and/or Surveyor from constructing the project in a manner satisfactory to the Engineer. All errors, discrepancies,and omissions must be corrected to the satisfaction of the Engineer before the survey work may be continued. The Contractor shall coordinate his work with the 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. H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2850 N 26th-ParkPL\1 141 FINAL Specs-2006\20a City Special Provs-2006-DCO2.doc14 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. 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 "Contractor Supplied Surveying." 1-05.4(4) Contractor Provided As-Built Information Section 1-05.4(4)is a new section: It shall be the contractors responsibility to record the location prior to the backfilling of the trenches, by centerline station, offset, and depth below pavement, of all existing utilities uncovered or crossed during his work as covered under this project. It shall be the contractor's responsibility to have his surveyor locate by centerline station, offset and elevation each major item of work done under this contract per the survey standard of Section 1-11. Major items of work shall include but not be limited to: Manholes, Catch basins and Inlets, Valves, vertical and Horizontal Bends, Junction boxes, Cleanouts, Side Sewers, Street Lights & Standards, Hydrants,Major Changes in Design Grade,Vaults, Culverts, Signal Poles, Electrical Cabinets. ,. After the completion of the work covered by this contract, the contractors 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 ,E 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 +r work of other contractors destroyed or damaged by such removal or replacement. If Contractor does not remove such condemned work and materials and commence re-execution of the work within 7 calendar days of 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 amount of any deficiency from any funds otherwise due Contractor. 1-05.10 Guarantees .r 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 rr H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2850 N 26th-ParkPL\1141 FINAL Specs-2006\20a City Special Provs-2006-DCv02.doc15 r it with non-defective and authorized Work, all without cost to the Contracting Agency. If the Contractor does not promptly comply with the written order to correct defective and/or unauthorized Work, or if an emergency exists, the Contracting Agency reserves the right to have defective and/or unauthorized Work corrected or removed and replaced pursuant to Section 1-05.8 "Owners Right to Correct Defective and/or Unauthorized Work." The Contractor agrees the above one year limitation shall not exclude or diminish the Contracting Agency's rights under any law to obtain damages and recover costs resulting from defective and/or ' unauthorized work discovered after one year but prior to the expiration of the legal time period set forth in RCW 4.16.040 limiting actions upon a contract in writing, or liability expressed of implied arising out of a written agreement. The Contractor shall warrant good title to all materials, supplies, and equipment purchased for, or incorporated in the Work. Nothing contained in this paragraph, however, shall defeat or impair the tight of persons furnishing materials or labor, to recover under any bond given by the Contractor for their protection, or any rights under any law permitting such persons to look to funds due the Contractor in the hands of the Contracting Agency. The provisions of this paragraph shall be inserted in all subcontracts and material contracts, and notice of its provisions shall be given to all persons furnishing materials for the Work when no formal contract is entered into for such materials. 1-05.11 Final Inspection ' 1-05.11(1) Substantial Completion Date 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 substantially complete the following conditions must be met: 1. The Contracting Agency must have full and unrestricted use and benefit of the facilities both from the operational and safety standpoint. 2. Only minor incidental work, replacement of temporary substitute facilities, or correction of repair work remains to reach physical completion of the work. The Contractor's request shall list the specific items of work in subparagraph two above that remains to be completed in order to reach physical completion. The Engineer may also establish the Substantial Completion Date unilaterally. If after this inspection,the Engineer concurs with the Contractor that the Work is substantially complete and ready for its intended use,the Engineer, by written notice to the Contractor, will set the Substantial Completion Date. If, after this inspection the Engineer does not consider the Work substantially complete and ready for its intended use,the Engineer will, by written notice, so notify the Contractor giving the reasons therefore. Upon receipt of written notice concurring in or denying substantial completion, whichever is ' applicable,the Contractor shall pursue vigorously, diligently and without unauthorized interruption, the Work necessary to reach Substantial and Physical Completion.The Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work. The above process shall be repeated until the Engineer establishes the Substantial Completion Date ' and the Contractor considers the work physically complete and ready for Final Inspection. 1-05.11(2) Final Inspection 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 HA\File S s\SWP-Surface Water Projects\SWP-27-Surface Water Projects CIP\27-2850 N 26th-ParkPL\1141 FINAL Y J .I � ) Specs-2006\20a City Special Provs-2006-DCO2.doc16 s 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. 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. 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: 1. Puget Sound Energy(gas and electric) 2. AT&T Broadband 3. QWest Communications 4. City of Renton (water, sewer,transportation) 5. Soos Creek Sewer and Water District 6. Cedar River Sewer and Water District r 7. Skyway Sewer and Water District 8. Private contractors employed by adjacent property owners The Contractor shall coordinate with City of Renton on tying into any existing electrical service cabinet. r r H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2850 N 26th-ParkPL\1141 FINAL Specs-2006\20a City Special Provs-2006-DCO2.doc 17 r I 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 the Diary is in loose-leaf form, this information must appear on every page. The Diary must be kept and maintained by Contractor's designated project superintendent(s). Entries must be made on a daily basis and must accurately represent all of the project activities on each day. At a minimum,the diary shall show on a daily basis: 1. The day and date. 2. The weather conditions, including changes throughout the day. 3. A complete description of work accomplished during the day with adequate references to the Plans and Contract Provisions so that the reader can easily and accurately identify said work in the Plans. Identify location/description of photographs or videos taken that day. 4. An entry for each and every changed condition, dispute or potential dispute, incident, accident, or occurrence of any nature whatsoever which might affect Contractor, Owner, or any third party in any manner. 5. Listing of any materials received and stored on- or off-site by Contractor for future installation,to include the manner of storage and protection of the same. 6. Listing of materials installed during each day. 7. List of all subcontractors working on-site during each day. 8. Listing of the number of Contractor's employees working during each day by category of employment. 9. Listing of Contractor's equipment working on the site during each day. Idle equipment on the site shall be listed and designated as idle. 10. Notations to explain inspections, testing, stake-out, and all other services furnished by Owner or other party during each day. 11. Entries to verify the daily (including non-work days) inspection and maintenance of traffic control devices and condition of the traveled roadway surfaces. Contractor shall not allow any conditions to develop that would be hazardous to the public. 12. Any other information that serves to give an accurate and complete record of the nature, quantity, and quality of Contractor's progress on each day. 13. Plan markups showing locations and dimensions of constructed features to be used by Engineer to produce record drawings. 14. All pages of the diary must be numbered consecutively with no omissions in page numbers. 15. Each page must be signed and dated by Contractor's official representative on the project. Contractor may use additional sheets separate from the diary book if necessary to provide a complete t 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 maintain this Diary in the manner described above will constitute a waiver of any such claims or disputes by Contractor. Engineer or other Owner's representative on the job site will also complete a Daily Construction Report. rr H:Tile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2850 N 26th-ParkPL\1141 FINAL Specs-2006\20a City Special Provs-2006-DCv02.doc 18 s 1-06 CONTROL OF MATERIAL 1-06.1 Approval of Materials Prior to Use Section 1-06.1 is supplemented as follows: The materials and equipment lists submitted to Engineer at the Preconstruction Conference shall include the quantity, manufacturer and model number, if applicable, of materials and equipment to be installed under the Contract. This list will be checked by Engineer as to conformity with the Contract Documents. Engineer will review the lists within 10 working days, noting required corrections. Contractor shall make required corrections and file 2 corrected copies with Engineer within one week after receipt of required corrections. Engineer's review and acceptance of the lists shall not relieve Contractor from responsibility for suitability for the intended purpose, nor for deviations from the Contract Documents. 1-06.2(1) Samples and Tests for Acceptance Section 1-06.2(1)is supplemented a follows: The finished Work shall be in accordance with approved samples. Approval of samples by Engineer +�• does not relieve Contractor of responsibility for performance of the Work in accordance with the Contract Documents. 1-06.2(2) Statistical Evaluation of Materials forAcceptance Section 1-06.02(2) is supplemented by adding the following: Unless stated otherwise in the special provisions, statistical evaluation will not be used by the City of Renton. 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.1 Laws to be Observed Section 1-07.1 is supplemented as follows: Contractor shall erect and properly maintain, at all times, as required by the conditions and progress of the work, all necessary safeguards for protection of workers and the public; shall post danger signs warning against known or unusual hazards; and shall designate as Safety Supervisor a responsible employee on the construction site whose duty shall be the enforcement of safety. The name and position of such person so designated shall be reported in writing to Engineer by Contractor. Contractor shall, at all times, enforce strict discipline and good order among all employees and shall ■. not employ any person unfit or not skilled in the work assigned to him/her. Necessary sanitation conveniences for the use of the workers on the job, properly secluded from public observation, shall be provided and maintained by Contractor. 1-07.5 Environmental Regulations Project SWP-27- Section 1-07.5 is supplemented as follows: The Contractor shall comply with all construction related provisions of the HPA and other permits obtained by the City. The Contractor shall be responsible for making any changes required by the agencies, and payment of any fines, for violations of any construction related provisions. The City will not make additional compensation for any changes or fines due to the Contractors violations. 1-07.6 Permits and Licenses Section 1-07.6 is supplemented as follows: r H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2850 N 26th-ParkPLA 141 FINAL Specs-2006\20a City Special Provs-2006-DCO2.doc19 r 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. 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(5) Required Documents ' Delete the first sentence of the third paragraph, and replace it with the following: Contractor must submit weekly-certified payrolls for the Contractor and all subcontractors and lower tier subcontractors,regardless of project's funding source. 1-07.11(11) City of Renton Affidavit of Compliance Section 1-07.11(11) is new: Each Contractor, Subcontractor, Consultant, and or Supplier shall complete and submit a copy of the M "City of Renton Fair Practices Policy Affidavit of Compliance". A copy of this document will be bound in the bid documents. 1-07.12 Federal Agency Inspection Section 1-07.12 is supplemented with the following: Required Federal Aid Provisions The Required Contract Provisions Federal Aid Construction Contracts (FHWA 1273) and the amendments thereto supersede any conflicting provisions of the Standard Specifications and are made a part of this contract; provided, however, that if any of the provisions of FHWA 1273, as amended, are less restrictive than Washington State Law,then the Washington State Law shall prevail. The provisions of FHWA 1273, as amended, included in this contract require that the Contractor insert the FHWA 1273 and amendments thereto in each subcontract, together with the wage rates which are part of the FHWA 1273, as amended. Also, a clause shall be included in each subcontract requiring the subcontractors to insert the FHWA 1273 and amendments thereto in any lower tier subcontracts, together with the wage rates. The Contractor shall also ensure that this section, REQUIRED FEDERAL AID PROVISIONS, is inserted in each subcontract for subcontractors and lower tier subcontractors. For this purpose, upon request to the Project Engineer, the Contractor will be provided with extra copies of the FHWA 1273, the amendments thereto, the applicable wage rates, and this Special Provision. 1-07.13(1) General Section 1-07.13(1) is supplemented as follows: During unfavorable weather and other conditions, the contractor shall pursue only such portions of the work as shall not be damaged thereby. No 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. HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2850 N 26th-ParkPL\1141 FINAL Specs-2006\20a City Special Provs-2006-DCO2.doc20 ' 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. .. 1-07.14 Responsibility for Damage Project SWP-27- Section 1-07.14 is supplemented by adding the following: All references to the State» "Commission", «, and officers and employees of the State"shall read "Contracting Agency". 1-07.16(1) Private/Public Property s Section 1-07.16(1) is supplemented by adding the following: The Contracting Agency will obtain all easements and franchises required for the project. The contractor shall limit his operation to the areas obtained and shall not trespass on private property. The Contracting Agency may provide certain lands, as indicated in connection with the work under the contract together with the right of access to such lands. The contractor shall not unreasonably encumber the premises with his equipment or materials. The contractor shall provide, with no liability to the Contracting Agency, any additional land and access thereto not shown or described that may be required for temporary construction facilities or storage of materials. He shall construct all access roads, detour roads, or other temporary work as required by his operations. The contractor shall confine his equipment, storage of material, and operation of his workers to those areas shown and described and such additional areas as he may provide. A. General. All construction work under this contract on easements, right-of-way, over private property or franchise, shall be confined to the limits of such easements, right-of-way or franchise. All work shall be accomplished so as to cause the least amount of disturbance and a minimum amount of damage. The contractor shall schedule his work so that trenches across easements shall not be left open during weekends or holidays and trenches shall not be open for more than 48 hours. B. Structures. The contractor shall remove such existing structures as may be necessary for the performance of the work and, if required, shall rebuild the structures thus removed in as good a condition as found. He shall also repair all existing structures which may be damaged as a result of the work under this contract. s 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. The contractor shall use rubber wheel equipment similar to the small tractor-type backhoes used by H:\Fife Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2850 N 26th-ParkPL\1141 FINAL Specs-2006\20a City Special Provs-2006-DCv02.doc21 I side sewer contractors for all work, including excavation and backfill, on easements or rights-of-way which have lawn areas. All fences, markers,mailboxes, or other temporary obstacles shall be removed by the contractor and immediately replace, after the trench is backfilled, in their original position. The contractor shall notify the Contracting Agency and property Owner at least 24 hours in ' advance of any work done on easements or rights-of-way. Damage to existing structures outside of easement areas that may result from dewatering and/or other ' construction activity under this contract shall be restored to their original condition or better. The original condition shall be established by photographs taken and/or inspection made prior to construction. All such work shall be done to the satisfaction of the property Owners and the Contracting Agency at the expense of the contractor. D. Streets. The contractor will assume all responsibility of restoration of the surface of all streets(traveled ways)used by him if damaged. In the event the contractor does not have labor or material immediately available to make necessary t repairs, the contractor shall so inform the Contracting Agency. The Contracting Agency will make the necessary repairs and the cost of such repairs shall be paid by the contractor. ' The contractor is responsible for identifying and documenting any damage that is pre-existing or caused by others. Restoration of excavation in City streets shall be done in accordance with the City of Renton Trench Restoration Requirements, which is available at the Public Works Department Customer Services counter on the 6th floor, Renton City Hall, 1055 South Grady Way. r 1-07.17 Utilities and Similar Facilities Section 1-07.17 is supplemented by adding: Existing utilities indicated in the Plans have been plotted from the best information available to Engineer. Information and data shown or indicated in the Contract Documents with respect to existing underground utilities or services at or contiguous to the project site are based on information and data furnished to Owner and Engineer by owners of such underground facilities or others, and Owner and Engineer do not assume responsibility for the accuracy or completeness thereof. It is to be understood that other aboveground or underground facilities not shown in the Plans may be encountered during the course of the work. All utility valves, manholes, vaults, or pull boxes which are buried shall be conspicuously marked in a fashion acceptable to the Owner and Engineer by the Contractor to allow their location to be determined by the Engineer or utility personnel under adverse conditions, (inclement weather or darkness). Where underground main distribution conduits, such as water, gas, sewer, electric power, or telephone, are shown on the Plans, the Contractor, for the purpose of preparing his bid, shall assume Md that every property parcel will be served by a service connection for each type of utility. Contractor shall check with the utility companies concerning any possible conflict prior to 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 vicinity of the excavation area, have been located and marked. In addition to Contractor having all utilities field marked before starting work, Contractor shall have all utilities field marked after they are relocated in conjunction with this project. Call Before You Dig The 48 Hour Locators 1-800-424-5555 At least 2 and not more than 10 working days prior to commencing any excavations for utility potholing or for any other purpose under this Contract, Contractor shall notify the Underground H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2850 N 26th-ParlcPL\1141 FINAL Specs-2006\20a City Special Provs-2006-DCO2.doc22 Utilities Location Center by telephone of the planned excavation and progress schedule. Contractor is also warned that there may be utilities on the project that are not part of the One Call system. They must be contacted directly by Contractor for locations. Contractor shall make arrangements 48 hours in advance with respective utility owners to have a representative present when their utility is exposed or modified, if the utility chooses to do so. Existing utilities for telephone, power, gas, water, and television cable facilities shall be adjusted or relocated by the appropriate utility company unless otherwise noted in the Plans. These adjustments may be completed before Contractor begins work, or may be performed in conjunction with the contract work. Contractor shall be entirely responsible for coordination with the utility companies and arranging for the movement or adjustment, either temporary or permanent, of their facilities " within the project limits. See also Section 1-05.14 of these Special Provisions. If or when utility conflicts occur, Contractor shall continue the construction process on other aspects of the project whenever possible. No additional compensation will be made to Contractor for reason of delay caused by the actions of any utility company and Contractor shall consider such costs to be incidental to the other items of the contract. r. 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. s 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 1-07.17(1) Interruption of Services Section 1-07.17(1) is a new section: Whenever in the course of the construction operation it becomes necessary to cause an outage of utilities, it shall be Contractor's responsibility to notify the affected users and Engineer not less than r 48 hours in advance of such outage. Contractor shall make reasonable effort to minimize the duration of outages, and shall estimate the length of time service will be interrupted and so notify the users. In the case of any utility outage that has exceeded or will exceed four hours, user contact shall again be made. Temporary service, if needed, will be arranged by Contractor at no cost to Owner. Overhead lighting outages shall not exceed 24 hours. All cost to Contractor for providing temporary overhead lighting to meet above requirements shall be incidental to the various unit and lump sum items of the Contract; no separate payment will be made. 1-07.18 Public Liability and Property Damage Insurance .. Section 1-07.18 is deleted replaced by the following new section and subsections: 1-07.18(1) General The contractor shall obtain and maintain in full force and effect, from the Contract Execution Date to the Completion Date, public liability and property damage insurance with an insurance ar H:Tile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2850 N 26th-ParkPL\1141 FINAL Specs-2006\20a City Special Provs-2006-DCv02.doc23 +r� I company(ies) or through sources approved by the State Insurance Commissioner pursuant to , RCW 48. The Contractor shall not begin work under the Contract until the required insurance has been obtained and approved by the Contracting Agency. Insurance shall provide coverage to the Contractor, all subcontractors, Contracting Agency and the Contracting Agency's consultant.The coverage shall protect against claims for bodily injuries, personal injuries, including accidental , death, as well as claims for property damages which may arise from any act or omission of the Contractor or the subcontractor, or by anyone directly or indirectly employed by either of them. If warranted work is required the Contractor shall provide the City proof that insurance coverage and limits established under the term of the Contract for work are in full force and effect during the period of warranty work. The Contracting Agency may request a copy of the actual declaration pages(s)for each insurance policy effecting coverage(s) required on the contract prior to the date work commences. Failure of the Contractor to fully comply during the term of the Contract with the requirements described herein will be considered a material breach of contract and shall be caused for ' immediate termination of the Contract at the option of the Contracting Agency. 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. r All coverage provided by the Contractor shall be in a form and underwritten by a company acceptable to the Contracting Agency. The City requires that all insurers: 1. Be licensed to do business within the State of Washington. M 2. Coverage to be on an "occurrence" basis (Professional Liability and Pollution coverage are acceptable when written on a claims-made basis). The City may also require proof of professional liability coverage be provided for up to two (2) years after the completion of the project. 3. The City may request a copy of the actual declaration page(s) for each insurance policy affecting coverage(s) required by the Contract prior to the date work commences. 4. Possess a minimum A.M. Best rating of AVII (A rating of A XII or better is preferred.) If any insurance carrier possesses a rating of less than AVII, the City may make an exception. The City reserves the right to approve the security of the insurance coverage provided by the insurance company(ies), terms, conditions, and the Certificate of Insurance. Failure of the Contractor to fully comply during the term of the contract with these requirements will be considered a material breach of contract and shall be cause for immediate termination of the contract at the option of the City. The Contractor shall obtain and maintain the minimum insurance coverage set forth below. By requiring such minimum insurance, the City of Renton shall not be deemed or construed to have assessed the risks that may be applicable to the Contractor. The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverage. ' Coverage shall include: A. Commercial General Liability - ISO 1993 Form or equivalent. Coverage will be written on an occurrence basis and include: • Premises and Operations (including CG2503; General Aggregate to apply per ■r 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) H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2850 N 26th-ParkPL\1141 FINAL Specs-2006\20a City Special Provs-2006-DCO2.doc24 .r • 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 Liability, (i.e. architectural, engineering, advertising, or computer programming) the CONTRACTOR shall maintain professional liability covering wrongful acts, errors and/or omissions of the CONTRACTOR for damage sustained by reason of or in the course of operations under this Contract. F. The Contracting Agency reserves the right to request and/or require additional r. 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. B. Include a Waiver of Subrogation Clause. C. Severability of Interest Clause(Cross Liability) D. Policy may not be non-renewed, canceled or materially changed or altered unless forty- five (45) days prior written notice is provided to CITY OF RENTON. Notification shall be provided to CITY OF RENTON by certified mail. 1-07.18(3) Limits LIMITS REQUIRED Providing coverage in these stated amounts shall not be construed to relieve the contractor from liability in excess of such limits. The CONTRACTOR shall carry the following limits of liability as required below: Commercial General Liability General Aggregate* $2,000,000 ** Products/Completed Operations Aggregate $2,000,000 ** Each Occurrence Limit $1,000,000 Personal/Advertising Injury $1,000,000 j Fire Damage (Any One Fire) $50,000 i� Medical Payments(Any One Person) $5,000 Stop Gap Liability $1,000,000 * General Aggregate to apply per project (ISO Form CG2503 or equivalent) **Amount may vary based on project risk Automobile Liability Bodily Injury/Property Damage $1,000,000 (Each Accident) Workers'Compensation Statutory Benefits-Coverage A Variable (Show Washington Labor and Industries Number) Umbrella Liability H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2850 N 26th-ParkPL\1141 FINAL Specs-2006\20a City Special Provs-2006-DCv02.doc25 Each Occurrence Limit $1,000,000 i General Aggregate Limit $1,000,000 Products/Completed Operations Aggregate $1,000,000 Professional Liability(If required) ' Each Occurrence/Incident/Claim $1,000,000 Aggregate $2,000,000 The City may require the CONTRACTOR to keep professional liability coverage in effect for up , to two(2)years after completion of the project. The Contractor shall promptly advise the CITY OF RENTON in writing in the event any general ' aggregate or other aggregate limits are reduced. At their own expense,the CONTRACTOR will reinstate the aggregate to comply with the minimum limits and requirements as stated in Section 1-07.18(3) and shall furnish the CITY OF RENTON a new Certificate of Insurance showing such coverage is in force. 1-07.18(4) Evidence of Insurance: Within 20 days of award of the contract the CONTRACTOR shall provide evidence of insurance by submitting to the CONTRACTING AGENCY the following: 1. City of Renton Insurance Information Form(attached herein)without modification. 2. Certificate of Insurance (Accord Form 25s or equivalent) conforming to items as specified in Sections 1-07.18(1), 1-07.18(2), and 1-07.18(3) as revised above. Other requirements are as follows: A. Strike the following or similar wording: "This Certificate is issued as a matter of information only and confers no rights upon the Certificate Holder"; B. Strike the wording regarding cancellation notification to the City: "Failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representatives". C. Amend the cancellation clause to state: "Policy may not be non-renewed, canceled or materially changed or altered unless 45 days prior written notice is provided to the City". Notification shall be provided to the City by certified mail. r. For Professional Liability coverage only, instead of the cancellation language specified above, the City will accept a written agreement that the consultant's broker will provide the required notification. 1-07.22 Use of Explosives Section 1-07.22 is supplemented by the following: Explosives shall not be used without specific authority of the Engineer, and then only under such restrictions as may be required by the proper authorities. Explosives shall be handled and used in strict compliance with WAC 296-52 and such local laws, rules and regulations that may apply. The individual in charge of the blasting shall have a current Washington State Blaster Users License. .r The Contractor shall obtain, comply with, and pay for such permits and costs as are necessary in conjunction with blasting operations. 1-07.23(1) Construction Under Traffic Section 1-07.23(]) is supplemented by adding the following: The contractor shall be responsible for controlling dust and mud within the project limits and on any street which is utilized by his equipment for the duration of the project. The contractor shall be prepared to use watering trucks, power sweepers, and other pieces of equipment as deemed necessary by the engineer, to avoid creating a nuisance. Dust and mud control shall be considered as incidental to the project, and no compensation will be made for this section. r H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2850 N 26th-ParkPL\1141 FINAL Specs-2006\20a City Special Provs-2006-13CW2.doc26 so r Complaints of dust, mud, or unsafe practices and/or property damage to private Ownership will be transmitted to the Contractor and prompt action in correcting them will be required by the Contractor. Contractor shall maintain the roads during construction in a suitable condition to minimize affects to ,. vehicular and pedestrian traffic. All cost to maintain the roads shall be borne by Contractor. At least one-way traffic shall be maintained on all cross-streets within the project limits during working hours. One lane shall be provided in each direction for all streets during non-working hours. r 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. Contractor shall notify and coordinate with all property owners and tenants of street closures, or other restrictions which may interfere with their access—at least 24 hours in advance for single-family residential property, and at least 48 hours in advance for apartments, offices, and commercial property. Contractor shall give a copy of all notices to Engineer. When the abutting owners'access across the right-of-way line is to be eliminated and replaced under the Contract by other access, the existing access shall not be closed until the replacement access facility is available. All unattended excavations shall be properly barricaded and covered at all times. Contractor shall not open any trenches that cannot be completed and refilled that same day. Trenches shall be patched or covered by a temporary steel plate, at Contractor's expense, except in areas where the roadway remains closed to public traffic. Steel plates must be anchored. 1-07.24 Rights of Way 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 Drawings. The Contractor's construction activities shall be confined within these limits unless arrangements for use of private property are made. Generally, the Contracting Agency will have obtained, prior to Bid opening, all rights of way and easements, both permanent and temporary, necessary for carrying out the completion of the Work. Exceptions to this are noted in the Contract Documents or brought to the Contractor's attention by a duly issued Addendum. Whenever any of the Work is accomplished on or through property other than public 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. Whenever easements or rights of entry have not been acquired prior to advertising, these areas are so noted on the Drawings. The Contractor shall not proceed with any portion of the Work in areas where right of way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry had been received. If the Contractor is delayed due to acts of omission on the part of the Contracting Agency in obtaining easements, rights of entry of right of way, the Contractor will be entitled to an extension of time. The Contractor agrees that such delay shall not be a breach of contract. Each property owner shall be given 48 hours notice prior to entry by the Contactor. This includes entry onto easements and private property where private improvements must be adjusted. H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2850 N 26th-ParkPL\1141 FINAL Specs-2006\20a City Special Provs-2006-DCv02.doc27 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 .r 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 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) 4 Approval of qualified subcontractors (bring list of subcontractors if different from list submitted with Bid) + List of materials fabricated or manufactured off the project ' 4 Material sources on the project + Names of principal suppliers 4 Detailed equipment list, including "Rental Rate Blue Book" hourly costs (both working and standby rates) ' 4 Weighted wage rates for all employee classifications anticipated to be used on Project 4 Cost percentage breakdown for lump sum bid item(s) 4 Shop Drawings(bring preliminary list) 4 Traffic Control Plans(3+copies) 4 Temporary Water Pollution/Erosion Control Plan In addition,the Contractor shall be prepared to address: ' Bonds and insurance Project meetings—schedule and responsibilities Provision for inspection for materials from outside sources , Responsibility for locating utilities Responsibility for damage Time schedule for relocations, if by other than Contractor Compliance with Contract Documents Acceptance and approval of work Labor compliance, payrolls, certifications we Safety regulations for Contractors'and Owner's employees and representatives H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2850 N 26th-ParkPL\1141 FINAL Specs-2006\20a City Special Provs-2006-DCv02.doc28 Suspension of work,time extensions Change order procedures Progress estimates -procedures for payment Special requirements of funding agencies Construction engineering, advance notice of special work Any interpretation of the Contract Documents requested by Contractor Any conflicts or omissions in Contract Documents Any other problems or questions concerning the work +r 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 i.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. ,. 1-08.1(3) 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 preconstruction conference or prior to the Contractor commencing the Work. If a Contractor desires to perform work on holidays, Saturdays, Sundays, or before 7:00 a.m. or after 6:00 p.m. on any day, the Contractor shall apply in writing to the Engineer for permission to work such times. Permission to work longer than an 8-hour period between 7:00 a.m. an 6:00 p.m. is not ,,. required. Such requests shall be submitted to the Engineer no later than noon on the working day prior to the day for which the Contractor is requesting permission to work. Permission to work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and between the hours of 10:00 p.m. and 7:00 a.m. on weekends or holidays may also be subject to noise control requirements. Approval to continue work during these hours may be revoked at any time the contractor exceeds the Contracting Agency's noise control regulations or complaints are received from the public or adjoining property owners regarding the noise from the Contractor's operations. The Contractor shall have no claim for damages or delays should such permission be revoked for these reasons. Permission to work Saturdays, 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 the Contracting Agency or Engineer. These conditions may include but are not limited to : requiring the Engineer or such assistants as the Engineer may deem necessary to be present during the Work; requiring the Contractor to reimburse the Contracting Agency for the cost of engineering salaries paid Contracting Agency employees who worked during such times; considering the Work performed on HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2850 N 26th-ParkPL\1141 FINAL Specs-2006\20a City Special Provs-2006-DCO2.doc29 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 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 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 Section 1-08.3 is supplemented as follows: The progress schedule for the entire project shall be submitted 7 calendar days prior to the Preconstruction Conference. The schedule shall be prepared using the critical path method (CPM), .. preferably using Microsoft Project or equivalent software. The schedule shall contain this information,at a minimum: 1. Construction activities, in sufficient detail that all activities necessary to construct a complete and functional project are considered. Any activity that has a scheduled duration exceeding 30 calendar days shall be subdivided until no sub-element has a duration exceeding 30 calendar days. The schedule shall clearly indicate the activities that comprise the critical path. For each activity 2W not on the critical path,the schedule shall show the float, or slack, time. 2. Procurement of material and equipment. 3. Submittals requiring review by Engineer. Submittal by Contractor and review by Engineer shall be shown as separate activities. 4. Work to be performed by a subcontractor, agent, or any third party. 5. Allowances for delays that could result from normal inclement weather (time extensions due to inclement weather will not be allowed). 6. Allowances for the time required by utilities (Owner's and others)to locate, monitor, and adjust their facilities as required. Engineer may request Contractor to alter the progress schedule when deemed necessary in the opinion of Engineer—in the interest of public safety and welfare 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 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. .r H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(C[P)\27-2850 N 26th-ParkPL\1141 FINAL Specs-2006\20a City Special Provs-2006-DCO2.doc30 r. 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 followed by Contractor. ■r Weekly Schedule. Contractor shall submit a weekly progress schedule to Engineer which sets forth specific work to be performed the following week, and a tentative schedule for the second week. •• Failure to Maintain Progress Schedule. Engineer will check actual progress of the work against the progress schedule a minimum of two times per month. Failure, without just cause, to maintain progress in accordance with the approved schedule shall constitute a breach of Contract. If, through no fault of Contractor, the proposed construction schedule cannot be met, Engineer will require Contractor to submit a revised schedule to Engineer for acceptance. The approved revisions will thereafter, in all respects, apply in lieu of the original schedule. Failure of Contractor to follow the progress schedule submitted and accepted, including revisions thereof, shall relieve Owner of any and all responsibility for furnishing and making available all or any portion of the job site, and will relieve Owner of any responsibility for delays to Contractor in the performance of the work. The cost of preparing the progress schedule, any supplementary progress schedules, and weekly schedules shall be considered incidental to the Contract and no other compensation shall be made. 1-08.4 Notice to Proceed and Prosecution of the Work Section 1-08.4 is 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 commence construction activities on the Project Site within ten days of the Notice to Proceed Date. ow 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 b the Contractor without prior approval of the Engineer. Such approval shall not relieve the Contractor from the Contractual obligation to complete the work within the prescribed Contract Time. 1-08.5 Time For Completion The first five paragraphs of Section 1-08.5 are deleted and replaced with the following: r.. 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. r A nonworking day is defined as a Saturday, a Sunday, a day on which the contract specifically suspends work, or one of these holidays: January 1, Memorial Day, July 4, Labor Day,November 11, Thanksgiving Day,the day after Thanksgiving, and Christmas Day. The day before Christmas shall be 'r 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. H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2850 N 26th-ParkPL\I 141 FINAL Specs-2006\20a City Special Provs-2006-DCO2.doc31 0 The Engineer will furnish the Contractor a weekly report showing (1) the number of working days no 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 .r 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. r 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. .r Section 1-08.5 is supplemented as follows: Within 10 calendar days after execution of the Contract by the Contracting Agency, Contractor shall provide the Contracting Agency with copies of purchase orders for all equipment items deemed �+ critical by the Contracting Agency, including but not limited to signal controller materials, lighting standards, and signal standards required for the physical completion of the contract. Such purchase orders shall disclose the estimated delivery dates for the equipment. rrr 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 ' 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 I- 08. ' 1-08.6 Suspension of Work Section 1-08.6 is supplemented as follows: Owner may at any time suspend the work, or any part thereof, by giving notice to Contractor in writing. The work shall be resumed by Contractor within 14 calendar days after the date fixed in the written notice from Owner to Contractor to do so. Contractor shall not suspend work under the Contract without the written order of Owner. If it has been determined that Contractor is entitled to an extension of time, the amount of such extension shall be only to compensate for direct delays and shall be based upon Contractor's ' diligently pursuing the work at a rate not less than that which would have been necessary to complete the original Contract Work on time. 1-08.9 Liquidated Damages Section 1-08.9 is supplemented as follows: In addition, Contractor shall compensate Owner for actual engineering inspection and supervision costs and any other expenses and legal fees incurred by Owner as a result of such delay. Such labor +�r costs will be billed to Contractor at actual costs, including administrative overhead costs. In the event that Owner is required to commence any lawsuit in order to enforce any provision of this Contract or to seek redress for any breach thereof, Owner shall be entitled to recover its costs, including reasonable attorneys fees, from Contractor. H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2850 N 26th-ParkPL\1141 FINAL Specs-2006\20a City Special Provs-2006-DCv02.doc32 , 1-08.11 Contractor's Plant and Equipment The contractor alone shall at all times be responsible for the adequacy, efficiency, and sufficiency of his and his subcontractor's plant and equipment. The Owner shall have the right to make use of the contractor's plant and equipment in the performance of any work on the site of the work. The use by the Owner of such plant and equipment shall be considered as extra work and paid for accordingly. r 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, 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. VW 1-08.12 Attention to Work Section 1-08.12 is a new section: +■ The contractor shall give his personal attention to and shall supervise the work to the end that it shall be prosecuted faithfully, and when he is not personally present on the work site, he shall at all times be represented by a competent superintendent who shall have full authority to execute the same, and to supply materials, tools, and labor without delay, and who shall be the legal representative of the contractor. The contractor shall be liable for the faithful observance of any instructions delivered to him or to his authorized representative. 1-09 MEASUREMENT AND PAYMENT 1-09.1 Measurement of Quantities Section 1-09.1 is supplemented by adding the following: Lump Sum. The percentage of lump sum work completed, and payment will be based on the cost percentage breakdown of the lump sum bid price(s) submitted at the preconstruction conference. The Contractor shall submit a breakdown of costs for each lump sum bid item. The breakdown shall list the items included in the lump sum together with a unit price of labor, materials, and equipment for each item. The summation of the detailed unit prices for each item shall add up to the lump sum bid. The unit price values may be used as a guideline for determining progress payments or deductions or additions in payment for ordered work changes. •• Cubic Yard Quantities. Contractor shall provide truck trip tickets for progress payments only in the following manner. Where items are specified to be paid by the cubic yard,the following tally system shall be used. All trucks to be employed on this work will be measured to determine the volume of each truck. Each truck shall be clearly numbered,to the satisfaction of Engineer, and there shall be no duplication of numbers. Duplicate tally tickets shall be prepared to accompany each truckload of material delivered on the project. All tickets received that do not contain the following information will not be processed for payment: 1 Truck number 2 Quantity and type of material delivered in cubic yards 3 Drivers name, date and time of delivery 4 Location of delivery, by street and stationing on each street 5 Place for Engineer to acknowledge receipt 6 Pay item number H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2850 N 26th-ParkPL\1141 FINAL Specs-2006\20a City Special Provs-2006-DCv02.doc33 I r 7 Contract number and/or name 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. r Loads will be checked by Engineer to verify quantity shown on ticket. Quantities by Ton. It will be Contractor's responsibility to see that a certified weight ticket is given to the Inspector on the project at the time of delivery of materials for each truckload delivered. Pay quantities will be prepared on the basis of said tally tickets, delivered to Inspector at time of delivery of materials. Tickets not receipted by Inspector will not be honored for payment. r Each truck shall be clearly numbered to the satisfaction of Engineer and there shall be no duplication of numbers. Duplicate tickets shall be prepared to accompany each truckload of material delivered to the project. r All tickets received that do not contain the following information will not be processed for payment: 1. Truck number 2. Truck tare weight(stamped at source) 3. Gross 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 8. Pay item number 9. Contract number and/or name 1-09.3 Scope of Payment Section 1-09.3 is supplemented by adding the following: 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 complete the intent of the Contract per Section 1-04.1, then payment for that Work will be made as for Extra Work pursuant to a Change Order. The words "Bid Item," "Contract Item," and "Pay Item," and similar terms used throughout the Contract Documents are synonymous. If the "payment" clause in the Specifications relating to any unit Bid Item price in the Proposal Form requires that said unit Bid Item price cover and be considered compensation for certain work or material essential to the item, then the work or material will not be measured or paid for under any other Unit Bid Item which may appear elsewhere in the Proposal Form or Specifications. Pluralized unit Bid Items appearing in these Specifications are changed to singular form. r Payment for Bid Items listed or referenced in the "Payment" clause of any particular Section of the Specifications shall be considered as including all of the Work required, specified, or described in that particular Section. Payment items will generally be listed generically in the Specifications, and specifically in the bid form.When items are to be"furnished"under one payment item and"installed" r 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 r 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 r H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2850 N 26th-ParkPL\I 141 FINAL Specs-2006\20a City Special Provs-2006-DCO2.&64 r 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. This item shall also include providing Engineer and Inspectors with access to telephone, facsimile machine, and copy machine during all hours Contractor is working on the jobsite; and a table and chair for their use when needed. Payment will be made for the following bid item(s): "Mobilization,"Lump Sum. •• 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(1) Retainage Section 1-09.9(1) is supplemented as follows: The retained amount shall be released as stated in the Standard Specifications if no claims have been filed against such funds as provided by law and if Owner has no unsatisfied claims against Contractor. In the event claims are filed, Owner shall withhold, until such claims are satisfied, a sum sufficient to satisfy all claims and to pay attorney's fees. In addition, Owner shall withhold such amount as is rr 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. 1-09.9(2) Contracting Agency's Right to Withhold and Disburse Certain Amounts Section 1-09.9(2) is a new section: H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2850 N 26th-ParkPL\1141 FINAL Specs-2006\20a City Special Provs-2006-DCv02.doc35 r 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 .� an amount from any payment or payments due the Contractor which, in the Engineer's opinion, may be necessary to cover the Contracting Agency's costs for or to remedy the following situations: 1. Damage to another contractor when there is evidence thereof and a claim has been •• filed. 2. Where the Contractor has not paid fees or charges to public authorities of municipalities which the contractor is obligated to pay. 3. Utilizing material,tested and inspected by the Engineer, for purposes not connected with "r 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) .r 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 1° the Contractor's approved progress schedule, in the opinion of the Engineer, indicates the Contract may exceed the Contract Time. 7. Failure of the Contractor to perform any of the Contractor's other obligations under the rr contract, including but not limited to: a. Failure of the Contractor to perform any of the Contractor to provide the Engineer with a field office when required by the Contract Provisions. b. Failure of the Contractor to protect survey stakes,markers, etc., or to provide adequate survey work as required by Section 1-05.5. c. Failure of the Contractor to correct defective or unauthorized work(Section 1-05.8). , d. Failure of the Contractor to furnish a Manufacture's Certificate of Compliance in lieu of material testing and inspection as required by Section 1-06.3. e. Failure to submit weekly payrolls,Intent to Pay Prevailing Wage forms, or correct underpayment to employees of the Contractor of subcontractor an=of any tier as required by Section 1-07.9. f. Failure of the Contractor to pay worker's benefits(Title 50 and Title 51 RCW)as required by Section 1-07.10. g. Failure of the Contractor to submit and obtain approval of a progress schedule per Section 1-08.3. The Contractor authorizes the Engineer to act as agent for the Contractor disbursing such funds as have been withheld pursuant to this section to a party or parties who are entitled to payment. Disbursement of such funds, if the Engineer elects to do so will be made only after giving the Contractor 15 calendar days prior written notice of the Contracting Agency's intent to do so, and if prior to the expiration of the 15-calendar day period, 1. no legal action has commenced to resolve the validity of the claims, and 2. the Contractor has not protested such disbursement. A proper accounting of all funds disbursed on behalf of the Contractor in accordance with this section will be made. A payment made pursuant to this section shall be considered as payment make under the terms and conditions of the Contract. The Contracting Agency shall not be liable to the Contractor for such payment make in good faith. H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2850 N 26th-ParkPL\1141 FINAL Specs-2006\20a City Special Provs-2006-DCv02.doc36 1W 1-09.9(3) Final Payment Section 1-09.9(2)is a new section: Upon Acceptance of the Work by the Contracting Agency the final amount to be paid the Contactor will be calculated based upon a Final Progress Estimate made by the Engineer. Acceptance by the Contractor of the Final Payment shall be and shall operate as a release: 1. to the Contracting Agency of all claims and all liabilities of the Contractor, other than claims in stated amounts as may be specifically excepted in writing by the Contractor; 2. for all things done or furnished in connection with the Work; 3. for every act and neglect by the Contracting Agency; and 4. for all other claims and liability relating to or arising out of the Work. 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 (1313), 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 dated the Contraction Agency unilaterally .� signs the Final Progress Estimate constitutes the final acceptance date(Section 1-05.12). 1-09.11(2) Claims Paragraph 5 is revised as follows: Failure to submit with the Final Application for Payment such information and details as described in this section for any claim shall operate as a waiver of the claims by the Contractor as provided in Section 1-09.9. 1-09.11(3) Time Limitations and Jurisdiction Paragraph 1, Sentence 1 is revised as follows: i ...such claims or causes of action shall be brought in the Superior Court of the county where the work is performed. H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2850 N 26th-ParkPL\1141 FINAL Specs-2006\20a City Special Provs-2006-DCO2.&67 r 1-09.13(3)B Procedures to Pursue Arbitration Section 1-09.13(3)B is supplemented by adding: .� The findings and decision of the board of arbitrators shall be final and binding on the parties, unless the aggrieved party, within 10 days, challenges the findings and decision by serving and filing a petition for review by the superior court of King County, Washington. The grounds for the petition for review are limited to showing that the findings and decision: 1. Are not responsive to the questions submitted; 2. Is contrary to the terms of the contract or any component thereof; ••r 3. Is arbitrary and/or is not based upon the applicable facts and the law controlling the issues submitted to arbitration. The board of arbitrators shall support its decision by setting forth in writing their findings and conclusions based on the evidence adduced at any such hearing. r The arbitration shall be conducted in accordance with the statutes of the State of Washington and court decisions governing such procedure. The costs of such arbitration shall be borne equally by the City and the contractor unless it is the board's majority opinion that the contractor's filing of the protest or action is capricious or without reasonable foundation. In the latter case, all costs shall be borne by the contractor. r r r r re 1 1 1 H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2850 N 26th-ParkPL\1141 FINAL Specs-2006\20a City Special Provs-2006-DCv02.doc38 EMI 1-09.14 Payment Schedule (New Section) Project SWP-27-2850 General - Scope A. Payment for the various items of the Bid Sheets, as further specified herein, shall include all compensation to be received by the CONTRACTOR for furnishing all tools, equipment, supplies, and manufactured articles, and for all labor, operations, and incidentals appurtenant to the items of work being described, as necessary to complete the various items of the WORK all in accordance with the requirements of the Contract Documents, including all appurtenances thereto, and including all costs of compliance with the regulations of public regulations of public agencies having jurisdiction, including Safety and Health Administration of the US Department of Labor (OSHA). B. The Owner shall not pay for material quantities that exceed the actual measured amount used and approved by the ENGINEER. C. It is the intention of these specifications that the performance of all work under the bid for each item shall result in the complete construction, in an accepted operating condition, of each item. Work and material not specifically listed in the proposal but required in the plans, specifications, and general construction practice, shall be considered incidental to the construction of the project and the Contractor shall include the cost within the unit bid prices. No separate payment will be made for these incidental items. 1-09.14(1) Basic Bid (New Section) This section is an outline of the basic bid items which will determine the low bidder for this project. Measurement and Payment, where described in a bid item, shall supercede Measurement and Payment listed in other sections of the Special Provisions and Standard Specifications. Bid Item 1: Mobilization (Lump Sum) Mobilization includes the complete cost of furnishing and installing, complete and in-place all work and materials necessary to move equipment and personnel to the job site, provide and maintain all necessary support facilities and utilities, obtain all necessary permits and licenses, prepare the site for construction operations, and maintain the site and surrounding areas during construction. The Contractor shall prepare a Mobilization Plan showing the proposed location for storage of all equipment and material proposed to be located at the site. Storage shall not interfere with use of the City ROW and commercial and residential access. Equipment and material shall not be stored on private property, outside the existing easements. For any proposed storage on private property outside the easement area the Contractor shall obtain a Temporary Use Permit for storage areas on private property. The Contractor H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2850 N 26th-ParkPL\I 141 FINAL Specs-2006\20b- Bid Section 1-09-14.doc Page I shall be responsible for all fees, applications, and work needed to obtain the permit. The Contractor shall allow 3 to 4 weeks to obtain the Temporary Use Permit from the City. Work hours shall be limited to weekdays only, between the hours of 7:00 a.m. and 6:00 ' p.m. unless otherwise approved in advance by the City. Machinery shall not be started before 7:00 a.m. Work on weekends will not be allowed, except as approved in writing by the Engineer. Working times and restrictions for work in the Belle Vista Apartment complex are shown on the plans. The Contractor shall prepare a Work Plan which shall include the following: A. Proposed Construction Sequence and Schedule for all major items of work. B. Mobilization Plan showing the proposed location for storage of all equipment and materials. C. Erosion Control Plan for all stages of the project. D. Traffic Control Plan, including provisions for cleaning and sweeping of any impacted roadways. F. Trench Excavation Safety Systems plan/provisions. The Work Plan shall be submitted to the City for review, revision, and approval within 14 days of the contract award. Final cleanup, dressing, and trimming the project area after construction, and removing all personnel and equipment off the site shall be included in this bid item, or in the Restoration bid item if one is included for the project. Payment for Mobilization will be made at the lump sum amount bid, which payment will be considered complete compensation for all materials, equipment, and labor required to complete this item of work in accordance with the Contract Documents. Seventy (70) percent of this item will be paid after the Contractor is fully in operation and construction has begun. The remaining 30% will paid in the Final Pay Estimate when the project is completed, cleanup and restoration is complete, and all items are to the satisfaction of the Owner. Bid Item 2: Construction Surveying, Staking, and As-built (Lump Sum) Surveying shall be per Special Provisions Section 1-05.4 and the City of Renton Surveying Standards in Special Provisions Section 1-11. The as-built survey shall be per Special Provisions Section 1-05.4(4). The surveyor shall provide the City with a set of redline drawings with the as-built locations and elevations of all new utilities and construction work. All work shall be located per the City of Renton Survey Control Network. Coordinates shall be given for the new and existing storm system structures. Measurement for construction surveying, staking and as-built information will be based on the percentage of work complete at the time of measurement. HA\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2850 N 26th-ParkPL\1 141 FINAL Specs-2006\20b- Bid Section 1-09-14.doc Page 2 Payment for construction surveying, staking and as-built information will be made at the measured percentage amount for the pay period times the unit bid price. 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-built information by the Engineer. Bid Item 3: Traffic Control (Lump Sum) The Contractor shall prepare a Traffic Control Plan for review and approval by the City. The plan shall address the proposed working area, signage, flaggers, contractor access to the working area, truck and equipment haul routes, and public access during construction. The Plan shall address any proposed lane and sidewalk closures needed for construction activities. Truck hauling shall be limited to the hours of 8:30 am to 3:30 PM on arterial streets. Truck hauling on N 26th St is limited to the west, as shown on the plans. Allowable work hours are given in Special Provisions Section 1-08, and as may be noted in the plans and specifications. Actual work hours will be approved in the Traffic Control Plan. The City may revise the work hours and Traffic Control Plan to address traffic problems or complaints. All adjustments to the work hours, the Traffic Control Plan, and signage are considered incidental and no additional payment will be made for adjustments. The Contractor is responsible for controlling mud and dust on any route used by trucks or equipment, as noted in Special Provisions Section 1-07.23. The Contractor shall be prepared to use sweeping, power sweepers, watering trucks, and other means necessary to avoid creating a nuisance. Any debris on the roads shall be cleaned immediately. Cleaning the road is considered incidental and no additional payment will be made for this work. Payment will be prorated over the construction period. Payment for traffic control for work will be made at the measured percentage amount for the pay period times the unit bid price, said payment will be complete compensation for all labor, materials, equipment, preparing and conforming to the approved Traffic Control Plan, provide for public convenience and safety, detours, flagging, barricades, sequential arrow boards, signs, traffic control devices, temporary striping, cleanup, etc. required to complete this item of work in conformance with the Contract Documents and the Manual on Uniform Traffic Control Devices (MUTCD). Bid Item 4: Erosion Control Lum Sum) ) no Erosion Control includes planning, installing, maintaining, and removing temporary erosion • control measures needed for project construction. Erosion control consists of all activities r needed to prevent soil erosion on the project site, creation of sediment laden water, and r II H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2850 N 26th-ParkPL\I 141 FINAL Specs-2006\20b- Bid Section 1-09-14.doc Page 3 ilm migration of sediment laden water into the City drainage system, other water courses, or j private property. For this type of project typical Erosion Control measures include catch basin protection, , cleaning catch basins, and filter fabric fencing, at a minimum. Other erosion control measures may be necessary depending on weather and site conditions, including but not limited to filter fabric protection for catch basins, catch basin inserts, filter fabric fences, hay bales, placement of plastic sheets over exposed soil and stockpiles, mulching, netting, etc., and any other activities needed to control erosion from the project. The Contractor shall develop a "red lined" erosion control plan and submit it to the City for review and approval. The plan shall be based on the King County Surface Water Design Manual, as adopted by the City of Renton, and proper construction practices. After the erosion control system is installed the Contractor shall make any field adjustments necessary to reduce or eliminate any erosion and discharge of sediment-laden water. All adjustments are considered incidental and no additional payment will be made for adjustments. Payment will be prorated over the construction period. Payment for Erosion Control will be made at the unit bid price, which payment will be considered complete compensation for all design, labor, equipment and materials required to complete this item of work in accordance with the Contract Documents. Bid Item 5: Trench Excavation Safety Systems (Lump Sum) The Contractor is responsible for providing adequate shoring and support for all excavations to provide safe access for workers, prevent soil stuffing, soil loss, damage to .► pavement, structures, utilities, and ground adjacent to the excavation. Trench Shoring and Excavation Safety System shall comply with WAC 296-155 Part N, Standard Specifications , Section 2-09.3(3), and all other applicable State and Federal regulations. The Contractor shall submit a Shoring Plan to the City showing how shoring will be accomplished and detailing the techniques and equipment that will be used. Shoring shall be capable of supporting all earthloads and traffic loads. This bid item shall apply to all excavations needed for the project. Measurement for trench excavation safety systems will be based on the percentage of new storm sewer pipelines installed divided by the total length of new storm 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 unit bid price, 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. H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2850 N 26th-ParkPL\1141 FINAL Specs-2006\20b- Bid Section 1-09-14.doc Page 4 i Bid Item 6: Project Sign (Each) This item includes all work needed to assemble, paint, letter, install, and remove a project sign for the project, as shown in the City Project Sign Detail and on the project plans. The project sign shall be installed the first day the Contractor mobilizes to the project site. The sign shall be removed at the end of the project as part of the final cleanup. Measurement for Project Sign shall be per each. Payment for Project Sign shall be per the unit bid price which shall be complete compensation for all materials, labor, tools, and equipment needed for the item as shown on the Plans and as required by the Engineer. Bid Item 7: Pothole Utility (Each) This item includes all work needed to pothole existing utilities as required on the plans, and as directed by the Engineer. Any other potholing not shown on the plans or directed by the Engineer shall be at the Contractors cost. Potholing includes excavation, identification, measurement, refilling the hole, and temporary patch. The Contractor shall identify the utility, pipe type and size, and provide accurate measurements from the ground surface to the top of the utility in writing to the Engineer per Special Provisions Section 1-07.17. If the native material is unsuitable to use to refill the pothole, imported backfill may be used. Imported backfill will be paid under a separate bid item. Permanent patch will be paid under a separate bid item. Prior to beginning construction of the new underground utility, the Contractor shall pothole the existing underground utilities at the locations shown on the plans, and any additional locations identified by the Engineer. The Contractor shall perform potholing a minimum of five working days prior to construction at the pothole location to allow for potential revisions. The Engineer may revise the design as needed if there is a conflict with existing utilities. The Contractor shall not have cause for claim of down-time or any other additional costs associated with "waiting" if the Engineer provides design revisions (related to the information supplied per this section) within five working days after the contractor provides the surveyed elevations. Measurement for Pothole Utility shall be per each. Payment for Pothole Utility shall be made at the unit contract price, which shall be complete compensation for all labor, tools, equipment, and materials required to complete the work in conformance with the contract Documents including but not limited to pavement and concrete cutting, excavation, dewatering, potholing for utility location, removal, hauling and disposal of all pavement, waste and excess materials, shoring, placement of backfill (native) material, compaction, water, grading, temporary patch, and cleaning. w r H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2850 N 26th-ParkPL\1 141 FINAL Specs-2006\20b- Bid Section 1-09-14.doc Page 5 Bid Item 8: Clearing —Area C, D (Lump Sum) This item includes all work needed to clear Areas C and D for construction of the new utility line. Clearing includes the items show or noted on the plan sheets, and any other items and work needed that may not be shown on the plan sheet or included in the description. Only the area and plants needed for construction shall be cleared. The Contractor is encouraged to inspect the clearing area to review the existing conditions and work that may be needed. Grubbing shall be performed only in the trench area for the new buried utility line. In other areas, trees and vegetation that interfere with construction shall be cleared down the ground surface, but not below. The Contractor shall stay within the Work Area Limits at all times. The Contractor shall be responsible for any damages, repairs, and restoration outside the Work Area Limits. All vegetation, wood debris, trees, and other material removed for clearing shall be disposed of at an off-site disposal facility per Standard Specification Section 2-03.3(7)C Contractor Provided Disposal Site. All cost for hauling and disposal shall be included in this bid item (no mileage cost). r.. Measurement for Clearing will be prorated for the area cleared at time of payment, as determined by the Engineer. Payment for Clearing shall be made at the unit bid price, which payment will be considered complete compensation for all labor, equipment and materials required to complete this item of work in accordance with the Contract Documents. Bid Item 9: Clearing —Area E (Lump Sum) This item includes all work needed to clear Areas E for construction of the new utility line. Clearing includes the items show or noted on the plan sheets, and any other items and work needed that may not be shown on the plan sheet or included in the description. Only the area and plants needed for construction shall be cleared. The Contractor is encouraged to inspect the clearing area to review the existing conditions and work that may be needed. In Area E the HDPE pipe will be placed above ground. The heavy growth of blackberries on the steep slope shall be cleared down the ground surface, but not below. The ground surface shall not be disturbed, and the areas shall not be grubbed. Trees and shrubs shall not be removed, except as approved by the Engineer. The Contractor shall allow the City three days after initial clearing to review the pipe location and adjust the pipe location, if needed. Tree Removal Penalty — The Contractor shall be penalized $1000 per tree for any tree j damaged or removed without written permission by the City. A tree defined as a living woody plant with a trunk 3-inches or greater in diameter measured 4 feet above ground. In addition to the penalty, the Contractor shall plant a new tree species approved by the City to replace any damaged or removed tree, at no cost to the City. H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2850 N 26th-ParkPL\1141 FINAL Specs-2006\20c- NEW-Bid Section 1-09-14.doc Page 6 w The Contractor shall stay within the Work Area Limits at all times. The Contractor shall be responsible for any damages, repairs, and restoration outside the Work Area Limits. All vegetation, wood debris, trees, and other material removed for clearing shall be disposed of at an off-site disposal facility per Standard Specification Section 2-03.3(7)C Contractor Provided Disposal Site. All cost for hauling and disposal shall be included in this bid item (no mileage cost). Measurement for Clearing will be prorated for the area cleared at time of payment, as determined by the Engineer. Payment for Clearing shall be made at the unit bid price, which payment will be considered complete compensation for all labor, equipment and materials required to complete this item of work in accordance with the Contract Documents. Bid Item 10: Clearing —Area F (Lump Sum) This item includes all work needed to clear Area F for construction of the new utility line. Clearing includes the items show or noted on the plan sheets, and any other items and work needed that may not be shown on the plan sheet or included in the description. Only the area and plants needed for construction shall be cleared. The Contractor is encouraged to inspect the clearing area to review the existing conditions and work that may be needed. The cost for removing three (3) trees at the edge of Area F and Area E shall be included in this bid item. The trees are approximately 4 to 8 inches in diameter. Grubbing shall be performed only in the trench area for the new buried utility line. In other areas, trees and vegetation that interfere with construction shall be cleared down the ground surface, but not below. The Contractor shall allow the City three days after initial clearing to review the pipe location and adjust the pipe location, if needed. Tree Removal Penalty — The Contractor shall be penalized $1000 per tree for any tree damaged or removed without written permission by the City. A tree defined as a living woody plant with a trunk 3-inches or greater in diameter measured 4 feet above ground. In addition to the penalty, the Contractor shall plant a new tree species approved by the City to replace any damaged or removed tree, at no cost to the City. The Contractor shall stay within the Work Area Limits at all times. The Contractor shall be responsible for any damages, repairs, and restoration outside the Work Area Limits. rr All vegetation, wood debris, trees, and other material removed for clearing shall be disposed of at an off-site disposal facility per Standard Specification Section 2-03.3(7)C Contractor Provided Disposal Site. All cost for hauling and disposal shall be included in this bid item (no mileage cost). Measurement for Clearing will be prorated for the area cleared at time of payment, as ` determined by the Engineer. H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2850 N 26th-ParkPL\1 141 FINAL Specs-2006\20c- NEW-Bid Section 1-09-14.doc Page 7 Payment for Clearing shall be made at the unit bid price, which payment will be considered complete compensation for all labor, equipment and materials required to complete this item of work in accordance with the Contract Documents. Bid item 11: Remove Tree (Each) This item includes all work needed to remove and dispose of any additional trees needed for project construction. Removal of additional trees shall only be as identified and approved of by the Engineer. Removing trees within the clearing areas is included as part of those bid items. All vegetation, wood debris, trees, and other material removed for clearing shall be disposed of at an off-site disposal facility per Standard Specification Section 2-03.3(7)C Contractor Provided Disposal Site. All cost for hauling and disposal shall be included in this bid item (no mileage cost). Measurement for Remove Tree shall be per each.. Payment for Remove Tree shall be made at the unit bid price, which payment will be considered complete compensation for all labor, equipment and materials required to complete this item of work in accordance with the Contract Documents. Bid Item 12: Catch Basin Type 1 (Each) Manholes and Catch Basins shall conform to Sections 7-05 and 9-12 of the Special Provisions and Standard Specifications. This item includes all the different types of frames and grates (standard, vaned, rolled curb, other) for CB's that may be show on the plans. Catch Basin Type I shall be per City of Renton Standard Detail B-01. Measurement for furnishing and installing Catch Basin Type 1 will be per each for each catch basin installed in conformance with the Contract Documents. Payment for furnishing and installing Catch Basin Type 1 will be made at the unit bid price per each, which payment will be complete compensation for all labor, equipment, materials hauling, pavement cutting, pavement removal (asphalt, concrete and brick), dewatering, potholing for utility location, excavation, removal and disposal of waste material including , existing pipes and structures in the excavation, foundation material, concrete base, precast concrete catch basin sections, gaskets, catch basin frame and lid, installation, adjustment of frames to grade, appurtenances, connections to new and existing pipes, placement of subsequent backfill (native) materials, compaction, water, cleaning, temporary pavement patching, and testing, etc. required to complete all catch basins in conformance with the Contract Documents. Imported Backfill materials are included in other bid items. Bid Item 13: Catch Basin Type II, 48-inch (Each) Manholes and Catch Basins shall conform to Sections 7-05 and 9-12 of the Special Provisions and Standard Specifications. This item includes all the different types of frames and grates (standard, vaned, rolled curb, other) for CB's that may be show on the plans. Catch Basin Type II shall be per WSDOT Standard Plan B-1 e. • HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2850 N 26th-ParkPL\1141 FINAL Specs-2006\20c- NEW-Bid Section 1-09-14.doc Page 8 Measurement for furnishing and installing Catch Basin Type II will be per each for each type catch basin installed in conformance with the Contract Documents. Payment for furnishing and installing Catch Basin Type II will be made at the unit bid price per each, which payment will be complete compensation for all labor, equipment, materials hauling, pavement cutting, pavement removal (asphalt, concrete and brick), dewatering, potholing for utility location, excavation, removal and disposal of waste material including existing pipes and structures in the excavation, foundation material, concrete base, precast concrete catch basin sections, gaskets, catch basin frame and lid, installation, adjustment of frames to grade, appurtenances, connections to new and existing pipes, placement of subsequent backfill (native) materials, compaction, water, cleaning, temporary pavement patching, and testing, etc. required to complete all catch basins in conformance with the Contract Documents. Imported Backfill materials are included in other bid items. Bid Item 14: Catch Basin Type II, 60-inch (Each) Manholes and Catch Basins shall conform to Sections 7-05 and 9-12 of the Special Provisions and Standard Specifications. This item includes all the different types of frames and grates (standard, vaned, rolled curb, other) for CB's that may be show on the plans. Catch Basin Type II shall be per WSDOT Standard Plan B-1 e. Measurement for furnishing and installing Catch Basin Type II will be per each for each type catch basin installed in conformance with the Contract Documents. Payment for furnishing and installing Catch Basin Type II will be made at the unit bid price per each, which payment will be complete compensation for all labor, equipment, materials hauling, pavement cutting, pavement removal (asphalt, concrete and brick), dewatering, potholing for utility location, excavation, removal and disposal of waste material including existing pipes and structures in the excavation, foundation material, concrete base, precast concrete catch basin sections, gaskets, catch basin frame and lid, installation, adjustment of frames to grade, appurtenances, connections to new and existing pipes, placement of subsequent backfill (native) materials, compaction, water, cleaning, temporary pavement patching, and testing, etc. required to complete all catch basins in conformance with the Contract Documents. Imported Backfill materials are included in other bid items. Bid Item 15: Core Drill Catch Basin (Each) This item includes all work needed to core drill manholes and catch basins for new or existing pipes as shown on the plans, or where required and approved of by the Engineer. Measurement for Core Drill Catch Basin shall be per each.. Payment for Core Drill Catch Basin shall be made at the unit bid price, which payment will be considered complete compensation for all labor, equipment and materials required to complete this item of work in accordance with the Contract Documents. H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2850 N 26th-ParkPLA 141 FINAL Specs-2006\20c- NEW-Bid Section 1-09-14.doc Page 9 .r Bid Item 16: Connect New Pipe to Existing Catch Basin (Each) This item includes all work needed to connect new storm pipes to existing catch basins and manholes as shown on the plans, or where required and approved of by the Engineer. Measurement for Connect New Pipe to Existing Catch Basin will be per each for connection made in conformance with the Contract Documents. Payment for Connect New Pipe to Existing Catch Basin 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 facilities, potholing for utility location, core drilling, rechanneling existing manholes (catch basins), removal and disposal of waste material including existing pipes and structures in the excavation„ materials hauling, adjustment of frames to grade, 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. Bid Item 17: Plug Existing Pipe (Each) Plugs shall be concrete per Standard Specifications Section 7-08.3(4), and as shown on the plans. Measurement for Plug Existing Pipe shall be per each plug installed in conformance with the Contract Documents." Payment for Plug Existing Pipe will be made at the unit bid price, which shall be complete compensation for all labor, tools, equipment, and materials required to complete the work in conformance with the Contract Documents, including but not limited to pavement and concrete cutting, excavation, dewatering, potholing for utility location, removal, hauling and disposal of all pavement, waste, and excess materials, cutting existing pipes, trimming, installation cement concrete, bedding and pipe zone fill material, placement of backfill (native) material, compaction, water, grading, and cleaning. Bid Item 18: 8-inch Dia. Ductile Iron Storm Pipe (Linear Foot) j Ductile Iron storm sewer pipe shall meet the specifications detailed in Section 9-05.13 of the Special Provisions and Standard Specifications. Ductile iron storm sewer pipe shall be Class 52. Watertight joints shall be furnished and installed. Pipe bedding shall be placed from a minimum of 6 inches below the pipe to 12 inches above the top of the pipe, and compacted to 95 percent of maximum density per ASTM D1557. The Contractor shall ensure proper placement and compaction of pipe bedding under the pipe haunches. Payment to furnish and install bedding material shall be included in the unit bid price bid for pipe in place. Suitable excavated soil shall be used as backfill for the project if it is a clean granular material meeting the general requirements for select borrow material, the maximum particle size shall not exceed 3 inches, and has a moisture content that will allow at least 95 H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2850 N 26th-ParkPL\1141 FINAL Specs-2006\20c- NEW-Bid Section 1-09-14.doc Page 10 percent compaction when placed. Payment for excavated trench backfill shall be included in the unit price bid for pipe in place. Excess and/or unsuitable excavated material will be loaded and disposed of offsite. This includes all soil, asphalt, concrete, existing storm sewer pipe, and other excavated material. Payment to haul and dispose of excavated material shall be included in the unit price bid for pipe in place. Import Trench Backfill shall be used only if native material is found to be unsuitable for use as backfill, and after approval by the City. Payment for Import Trench Backfill shall be paid under that bid item. Measurement of 8-inch Dia. Ductile Iron Storm Pipe shall be per linear foot will be based on lineal footage measured horizontally over the centerline of the installed pipe. Payment for furnishing and installing 8-inch Dia. Ductile Iron Storm Pipe shall be at the unit bid price per linear foot which shall be complete compensation shall be for all labor, materials, tools and equipment necessary to complete the installation, including all pavement removal and disposal; storm sewer trench excavation; dewatering (when required); furnishing and installing storm sewer pipe and fittings; pipe bedding; backfill with native material; compaction; connection to new or existing storm sewers and structures, all appurtenances (such as special fittings, bends, connections, catch basin connectors, etc.), adjusting inverts; haul and disposal of excess trench material including unsuitable material; cleaning and testing; and temporary patching asphalt to allow for the passage of traffic. Bid Item 19: 12-inch Dia. Ductile Iron Storm Pipe (Linear Foot) Ductile Iron storm sewer pipe shall meet the specifications detailed in Section 9-05.13 of the Special Provisions and Standard Specifications. Ductile iron storm sewer pipe shall be Class 52. Watertight joints shall be furnished and installed. Pipe bedding shall be placed from a minimum of 6 inches below the pipe to 12 inches above the top of the pipe, and compacted to 95 percent of maximum density per ASTM D1557. The Contractor shall ensure proper placement and compaction of pipe bedding under the pipe haunches. Payment to furnish and install bedding material shall be included in the unit bid price bid for pipe in place. Suitable excavated soil shall be used as backfill for the project if it is a clean granular material meeting the general requirements for select borrow material, the maximum particle size shall not exceed 3 inches, and has a moisture content that will allow at least 95 percent compaction when placed. Payment for excavated trench backfill shall be included in the unit price bid for pipe in place. Excess and/or unsuitable excavated material will be loaded and disposed of offsite. This includes all soil, asphalt, concrete, existing storm sewer pipe, and other excavated material. Payment to haul and dispose of excavated material shall be included in the unit price bid for pipe in place. Import Trench Backfill shall be used only if native material is found to be unsuitable for use as backfill, and after approval by the City. Payment for Import Trench Backfill shall be paid under that bid item. H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(C1P)\27-2850 N 26th-ParkPL\1141 FINAL Specs-2006\20c- NEW-Bid Section 1-09-14.doc Page 11 Measurement of 12-inch Dia. Ductile Iron Storm Pipe shall be per linear foot will be based on lineal footage measured horizontally over the centerline of the installed pipe. Payment for furnishing and installing 12-inch Dia. Ductile Iron Storm Pipe shall be at the unit bid price per linear foot which shall be complete compensation shall be for all labor, materials, tools and equipment necessary to complete the installation, including all pavement removal and disposal; storm sewer trench excavation; dewatering (when required); furnishing and installing storm sewer pipe and fittings; pipe bedding; backfill with native material; compaction; connection to new or existing storm sewers and structures, all appurtenances (such as special fittings, bends, connections, catch basin connectors, etc.), adjusting inverts; haul and disposal of excess trench material including unsuitable material; cleaning and testing; and temporary patching asphalt to allow for the passage of traffic. Bid Item 20: 12-inch Dia. CPEP Storm Pipe (Linear Foot) CPEP storm water pipe shall be smooth interior wall meeting the requirements of Special Provisions Section 9-05.19, and Standard Specs. Section 9-05.19 and 9-05.20. Water-tight joints shall be furnished and installed. Pipe bedding shall be placed from a minimum of 6 inches below the pipe to 12 inches above the top of the pipe, and compacted to 95 percent of maximum density per ASTM D1557. The Contractor shall ensure proper placement and compaction of pipe bedding under the pipe haunches. Payment to furnish and install bedding material shall be included in the unit price bid for pipe in place. Suitable excavated soil shall be used as backfill for the project if it is a clean granular material meeting the general requirements for select borrow material, the maximum particle size shall not exceed 3 inches, and has a moisture content that will allow at least 95 percent compaction when placed. Payment for excavated trench backfill shall be included in the unit price bid for pipe in place. Excess and/or unsuitable excavated material will be loaded and disposed of offsite. This includes all soil, asphalt, concrete, existing storm sewer pipe, and other excavated material. Payment to haul and dispose of excavated material shall be included in the unit price bid for pipe in place. Import Trench Backfill shall be used only if native material is found to be unsuitable for use `( as backfill, and after approval by the City. Payment for Import Trench Backfill shall be paid under that bid item. Measurement of 12-inch Dia. CPEP Storm Pipe shall be per linear foot will be based on I lineal footage measured horizontally over the centerline of the installed pipe. Payment for furnishing and installing 12-inch Dia. CPEP Storm Pipe shall be at the unit bid price per linear foot which shall be complete compensation shall be for all labor, materials, tools and equipment necessary to complete the installation, including all pavement removal and disposal; storm sewer trench excavation; dewatering (when required); furnishing and installing storm sewer pipe and fittings; pipe bedding; backfill with native material; compaction; connection to new or existing storm sewers and structures, all appurtenances H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(C1P)\27-2850 N 26th-ParkPL\1141 FINAL Specs-2006\20c- NEW-Bid Section 1-09-14.doc Page 12 s (such as special fittings, bends, connections, catch basin connectors, etc.), adjusting inverts; haul and disposal of excess trench material including unsuitable material; cleaning and testing; and temporary patching asphalt to allow for the passage of traffic. Bid Item 21: 18-inch Dia. CPEP Storm Pipe (Linear Foot) CPEP storm water pipe shall be smooth interior wall meeting the requirements of Special Provisions Section 9-05.19, and Standard Specs. Section 9-05.19 and 9-05.20. Water-tight joints shall be furnished and installed. Pipe bedding shall be placed from a minimum of 6 inches below the pipe to 12 inches above the top of the pipe, and compacted to 95 percent of maximum density per ASTM D1557. The Contractor shall ensure proper placement and compaction of pipe bedding under the pipe haunches. Payment to furnish and install bedding material shall be included in the unit price bid for pipe in place. Suitable excavated soil shall be used as backfill for the project if it is a clean granular material meeting the general requirements for select borrow material, the maximum particle size shall not exceed 3 inches, and has a moisture content that will allow at least 95 percent compaction when placed. Payment for excavated trench backfill shall be included in the unit price bid for pipe in place. Excess and/or unsuitable excavated material will be loaded and disposed of offsite. This includes all soil, asphalt, concrete, existing storm sewer pipe, and other excavated material. Payment to haul and dispose of excavated material shall be included in the unit price bid for pipe in place. Import Trench Backfill shall be used only if native material is found to be unsuitable for use as backfill, and after approval by the City. Payment for Import Trench Backfill shall be paid under that bid item. Measurement of 18-inch Dia. CPEP Storm Pipe shall be per linear foot will be based on lineal footage measured horizontally over the centerline of the installed pipe. Payment for furnishing and installing 18-inch Dia. CPEP Storm Pipe shall be at the unit bid price per linear foot which shall be complete compensation shall be for all labor, materials, tools and equipment necessary to complete the installation, including all pavement removal and disposal; storm sewer trench excavation; dewatering (when required); furnishing and installing storm sewer pipe and fittings; pipe bedding; backfill with native material; compaction; connection to new or existing storm sewers and structures, all appurtenances (such as special fittings, bends, connections, catch basin connectors, etc.), adjusting inverts; haul and disposal of excess trench material including unsuitable material; cleaning and testing; and temporary patching asphalt to allow for the passage of traffic. Bid Item 22: 12-inch Dia. HDPE Storm Pipe (Linear Foot) The 12-inch diameter HDPE (high density polyethylene ) pipe shall be HDPE, DR 17, Series 4100 IPS, black UV stabilized, as manufactured by Performance Pipe, or approved equal. All HDPE pipe and fittings shall be cut, fabricated, and installed in strict H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2850 N 26th-ParkPL\I 141 FINAL Specs-2006\20c- NEW-Bid Section 1-09-14.doc Page 13 �Ir conformance with the pipe manufacturers specifications and recommendations, and Special Provisions Section 9-05.21 High Density Polyethylene Pipe. All joints between pipes and fittings shall be heat fused butt joints. Fusing machinery and procedures shall follow the PPI (Plastic Pipe Institute) and the manufacturers procedures and specifications. Personnel fusing the pipe shall have shall have a certificate of training, issued with in the last 3 years, in the manufacturers fusing procedures on the equipment j that will be used, and shall have within current experience with pipe fusing of similar pipe types and sizes within the last year. 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. The Contractor may subcontract with a qualified HDPE pipe installer to perform HDPE pipe fusing and installation. If the Contractor proposes a different pipe manufacturer, he shall submit a material specification sheet and shall show that the proposed pipe specifications and quality is equal in all respects to the original pipe specifications. The unit bid price for the pipe shall not be changed if the Engineer does not approve a different pipe manufacturer. Pipe bedding shall be placed from a minimum of 6 inches below the pipe to 12 inches above the top of the pipe, and compacted to 95 percent of maximum density per ASTM D1557. The Contractor shall ensure proper placement and compaction of pipe bedding under the pipe haunches. Payment to furnish and install bedding material shall be included in the unit price bid for pipe in place. Suitable excavated soil shall be used as backfill for the project if it is a clean granular material meeting the general requirements for select borrow material, the maximum particle size shall not exceed 3 inches, and has a moisture content that will allow at least 95 percent compaction when placed. Payment for excavated trench backfill shall be included in the unit price bid for pipe in place. Excess and/or unsuitable excavated material will be loaded and disposed of offsite. This includes all soil, asphalt, concrete, existing storm sewer pipe, and other excavated material. Payment to haul and dispose of excavated material shall be included in the unit price bid for pipe in place. Import Trench Backfill shall be used only if native material is found to be unsuitable for use as backfill, and after approval by the City. Payment for Import Trench Backfill shall be paid under that bid item. Measurement of 12-inch Dia. HDPE Storm Pipe shall be per linear foot will be based on lineal footage measured horizontally over the centerline of the installed pipe. Payment for furnishing and installing 12-inch Dia. HDPE Storm Pipe shall be at the unit bid price per linear foot which shall be complete compensation shall be for all labor, materials, tools and equipment necessary to complete the installation, including all pavement removal and disposal; storm sewer trench excavation; dewatering (when required); furnishing and H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2850 N 26th-ParkPL\1141 FINAL Specs-2006\20c- NEW-Bid Section 1-09-14.doc Page 14 installing storm sewer pipe and fittings; pipe bedding; backfill with native material; compaction; connection to new or existing storm sewers and structures, all appurtenances (such as special fittings, bends, connections, catch basin connectors, etc.), adjusting inverts; haul and disposal of excess trench material including unsuitable material; cleaning and testing; and temporary patching asphalt to allow for the passage of traffic. Bid Item 23: 18-inch Dia. HDPE Storm Pipe (Linear Foot) The 18-inch diameter HDPE (high density polyethylene ) pipe shall be HDPE, DR 17, Series 4100 IPS, black UV stabilized, as manufactured by Performance Pipe, or approved equal. All HDPE pipe and fittings shall be cut, fabricated, and installed in strict conformance with the pipe manufacturers specifications and recommendations, and Special Provisions Section 9-05.21 High Density Polyethylene Pipe. All joints between pipes and fittings shall be heat fused butt joints. Fusing machinery and procedures shall follow the PPI (Plastic Pipe Institute) and the manufacturers procedures and specifications. Personnel fusing the pipe shall have shall have a certificate of training, issued with in the last 3 years, in the manufacturers fusing procedures on the equipment that will be used, and shall have within current experience with pipe fusing of similar pipe types and sizes within the last year. 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. The Contractor may subcontract with a qualified HDPE pipe installer to perform HDPE pipe fusing and installation. If the Contractor proposes a different pipe manufacturer, he shall submit a material specification sheet and shall show that the proposed pipe specifications and quality is equal in all respects to the original pipe specifications. The unit bid price for the pipe shall not be changed if the Engineer does not approve a different pipe manufacturer. Pipe bedding shall be placed from a minimum of 6 inches below the pipe to 12 inches above the top of the pipe, and compacted to 95 percent of maximum density per ASTM D1557. The Contractor shall ensure proper placement and compaction of pipe bedding under the pipe haunches. Payment to furnish and install bedding material shall be included in the unit price bid for pipe in place. Suitable excavated soil shall be used as backfill for the project if it is a clean granular material meeting the general requirements for select borrow material, the maximum particle size shall not exceed 3 inches, and has a moisture content that will allow at least 95 percent compaction when placed. Payment for excavated trench backfill shall be included in the unit price bid for pipe in place. Excess and/or unsuitable excavated material will be loaded and disposed of offsite. This includes all soil, asphalt, concrete, existing storm sewer pipe, and other excavated material. Payment to haul and dispose of excavated material shall be included in the unit price bid for pipe in place. MW H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2850 N 26th-ParkPL\I 141 FINAL Specs-2006\20c- NEW-Bid Section 1-09-14.doc Page 15 Import Trench Backfill shall be used only if native material is found to be unsuitable for use as backfill, and after approval by the City. Payment for Import Trench Backfill shall be paid under that bid item. Measurement of 18-inch Dia. HDPE Storm Pipe shall be per linear foot will be based on lineal footage measured horizontally over the centerline of the installed pipe. Payment for furnishing and installing 18-inch Dia. HDPE Storm Pipe shall be at the unit bid price per linear foot which shall be complete compensation shall be for all labor, materials, tools and equipment necessary to complete the installation, including all pavement removal and disposal; storm sewer trench excavation; dewatering (when required); furnishing and installing storm sewer pipe and fittings; pipe bedding; backfill with native material; compaction; connection to new or existing storm sewers and structures, all appurtenances (such as special fittings, bends, connections, catch basin connectors, etc.), adjusting inverts; haul and disposal of excess trench material including unsuitable material; cleaning and testing; and temporary patching asphalt to allow for the passage of traffic. Bid Item 24: HDPE Pipe Fittings (Lump Sum) This item included the complete costs to furnish and install all fittings needed for the 12- and 18-inch HDPE pipes including fittings, elbows, flanges, flange adapters, back-up rings, bolts, nuts, washers, and all other materials needed for construction as shown on the Detail Drawings and as may be needed for assembly of the pipe, fittings, and details. The Contractor shall verify that all fitting sizes and dimensions will work prior to purchase and assembly. All HDPE fittings shall be minimum DR 17, Series 4100 IPS, black UV stabilized, as «r manufactured by Performance Pipe, or approved equal. All HDPE pipe and fittings shall be cut, fabricated, and installed in strict conformance with the pipe manufacturers specifications and recommendations, and Special Provisions Section 9-05.21 High Density Polyethylene Pipe. All joints between pipes and fittings shall be heat fused butt joints. Fusing machinery and procedures shall follow the PPI (Plastic Pipe Institute) and the manufacturers procedures and specifications. Personnel fusing the pipe shall have shall have a certificate of training, issued with in the last 3 years, in the manufacturers fusing procedures on the equipment that will be used, and shall have within current experience with pipe fusing of the same pipe type and size within the last year. Measurement for HDPE Pipe Fittings will be prorated for the amount of work accomplished at time of payment, as determined by the Engineer. Payment for HDPE Pipe Fittings shall be made at the unit bid price, which payment will be considered complete compensation for all labor, equipment and materials required to complete this item of work in accordance with the Contract Documents. H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2850 N 26th-ParkPL\1141 FINAL Specs-2006\20c- NEW-Bid Section 1-09-14.doc Page 16 s Bid Item 25: Pipe Anchor Assembly (Each) This item included the complete costs to furnish and install the Pipe Anchor Assembly as shown on the Detail Drawings. This item includes all materials, fittings, fabrication, and labor needed to assemble and install each anchor assembly. Pipe Anchor Assembly includes of Grinnell Type 212 pipe clamps, or approved equal, manufactured of carbon steel with galvanized finish, 1/4—inch thick ASTM A36 steel plates, and six-foot long pin piles as shown on the detail, and as needed to complete the assembly. The Contractor shall submit cut sheets, details, and shop drawings confirming assembly material, dimensions, and fit for review and approval. Measurement for Pipe Anchor Assembly will be made for each. Payment for Pipe Anchor Assembly shall be made at the unit bid price, which payment will be considered complete compensation for all labor, equipment and materials required to complete this item of work in accordance with the Contract Documents. Bid Item 26: Chance Anchor Assembly (Each) This item included the complete costs to furnish and install the Change Anchor Assembly as shown on the Detail Drawings. This item includes two Chance Anchors, extensions, all materials, clamps, cable, shackles,fittings, fabrication, and labor needed to assemble and install each anchor assembly. The Chance Anchor shall be 1.5-inch diameter, single helix Chance SS5 C150-0002 anchor, or approved equal. Five-foot extensions shall be provided as required to achieve the specified pullout strength. Extensions shall be Chance C150-008 or approved equal. Chain shackles shall be Chance C150-0040 or approved equal. Steel cables shall be 3/8-inch diameter, galvanized, and flexible. Pipe clamps shall be galvanized. The Contractor shall submit cut sheets, details, and shop drawings confirming assembly material, dimensions, and fit for review and approval. Chance anchors shall be installed by workers experienced with installation of the specific components manufactured by A.B. Chance Co. Anchors shall be installed until a 5,000 pound pullout load is obtained for each anchor. Install the two Chance Anchors at a slight batter as required to avoid physical conflict between the helixes. If the Contractor proposes a different anchor manufacturer, he shall submit material specification sheets and shall show that the proposed specifications and quality is equal in all respects to the original specifications. The unit bid price shall not be changed if the Engineer does not approve a different manufacturer. Measurement for Chance Anchor Assembly will be made for each. H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2850 N 26th-ParkPL\1141 FINAL Specs-2006\20c- NEW-Bid Section 1-09-14.doc Page 17 r Payment for Chance Anchor Assembly shall be made at the unit bid price, which payment will be considered complete compensation for all labor, equipment and materials required to complete this item of work in accordance with the Contract Documents. Bid Item 27: SawCutting (Linear Foot) This item included the complete costs for SawCutting for the project including cuts for pipe installation, curb and gutter, final patch, and overlay. The City will allow one sawcut for pipe installation, and second sawcut for the final patch or overlay edge (if needed). Any additional sawcutting is incidental. The actual quantity used in construction may vary from the bid quantity. The unit price will not be adjusted if the actual quantity used varies by more than 25 percent. Measurement of "Sawcutting" shall be per linear foot of surface cut. Payment for furnishing and installing Sawcutting will be made at the unit bid price, which shall be full compensation for all materials, labor, tools, and equipment necessary to saw cut the existing asphalt concrete and cement concrete surfaces regardless of the depth encountered or the material to be sawcut, and including flushing of sawcuts with high pressure water as well as pollution control. No wastewater shall be released into the storm sewer system, drainage ditches, or onto private property. Bid Item 28: Quarry Spalls (Ton) Quarry Spalls shall consist of broken stone, sound and resistant to weathering. Broken concrete shall not be used. Quarry Spalls shall be 2" to 4" Quarry Spalls per Standard Spec. Section 9-13.6, or as shown on the plans. This item will be used for Quarry Spalls called out for use in the plans, or as directed by the Engineer. This item will also be used when the bottom of excavations and trenches does not present a stable surface for placement and compaction of backfill or pipe bedding, and over excavation is approved by the Engineer. Unsuitable excavated material will be disposed of offsite. This includes all soil, asphalt, concrete, and other excavated material. Payment to remove, haul, and dispose of unsuitable excavated material shall be included in the unit bid price. The actual quantity used in construction may vary from the bid quantity. The unit price will not be adjusted if the actual quantity used varies by more than 25 percent. Measurement for furnishing and placing quarry spalls will be based on actual tonnage weight as determined by measurement from a certified scale. Payment for Quarry Spalls will be made at the unit bid price, 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. H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2850 N 26th-ParkPL\l 141 FINAL Specs-2006\20c- NEW-Bid Section 1-09-14.doc Page 18 r Bid Item 29: Import Trench Backfill (Ton) Import Trench Backfill shall be Bank Run Gravel per Standard Spec. Section 9-03.19, or as shown on the plans. The actual quantity used in construction may vary from the bid quantity. The unit price will not be adjusted if the actual quantity used varies by more than 25 percent. Measurement for Import Trench Backfill, shall be 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 will be deducted from the certified tickets unless approved by the Engineer. Additionally, no payment shall be made for necessary compaction to correct backfilled areas, which are not compacted in accordance with these specifications Payment for select imported backfill will be made at the unit bid price, which payment will be complete compensation for all labor, materials, equipment, hauling, placement, water, compaction, removal and disposal of waste materials including existing pipes and structures in the excavation, etc. required to complete this item of work in conformance with the Contract Documents. Bid Item 30: Crushed Surfacing (Ton) This item includes Crushed Surfacing Top Course and Base Course. Crushed Surfacing shall be per Standard Spec. Section 9-03.9(3), or as shown on the plans. The actual quantity used in construction may vary from the bid quantity. The unit price will not be adjusted if the actual quantity used varies by more than 25 percent. Measurement for furnishing and installing Crushed Surfacing will be based on actual tonnage weight as determined by measurement from a certified scale. Certified weight tickets shall accompany each load, a copy of tickets shall be given to the Engineer daily. Payment for Crushed Surfacing shall be per the unit bid price which shall be complete compensation for all materials, labor, tools, and equipment necessary for the fulfillment of all requirements of Standard Specification Section 9-03.9(3) in the execution of the work shown in the Plans or as required by the Engineer. Any water added to the aggregate at the plant or in the field for placement and compaction shall be considered incidental to this item. Bid em 31: Hot Mix Asphalt (HMA) Class 1/2" PG-58-22 (Ton) This item includes all Hot Mix Asphalt (HMA) used for temporary patches, asphalt pavement, and overlays. All applications of HMA shall be per Special Provisions and Standard Specifications Section 5-04. The Contractor shall place the permanent trench patch per "Typical patch for Flexible Pavement" (City of Renton Detail H 032A) within 15 calendar days after first opening the fr. H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2850 N 26th-ParkPL\1141 FINAL Specs-2006\20c- NEW-Bid Section 1-09-14.doc Page 19 low trench. The Contractor shall plan the work to place permanent trench patches throughout project construction as the 15-day period for each section of trench approaches. Any delay of the permanent patch placement is subject to the Owner's approval. Any patches in the street that will not have the final patch placed within 15 days after opening the trench shall have a Temporary Hot Patch placed. Temporary Hot Patch will be paid under the bid item for Hot Mix Asphalt (HMA). Old asphalt, concrete, soil, and other excavated material shall be disposed of offsite. Payment to haul and dispose of old asphalt and other excavated material shall be included in the unit bid price for"Hot Mix Asphalt (HMA) Class 1/2" PG-58-22." Measurement of Hot Mix Asphalt (HMA) Class 1/2" PG-58-22 shall be per ton with no deduction being made for the weight of liquid asphalt, blending sand, mineral filler, or any other component of the mixture. Measurement for furnishing and installing HMA will be based on actual tonnage weight as determined by measurement from a certified scale. The quantity for this item is included to provide a common proposal for bid purposes. The actual quantity used in construction may vary from that amount. The unit price will not be adjusted if the actual quantity used varies by more than 25 percent. The unit Contract price per ton for Hot Mix Asphalt (HMA) Class 1/2" PG-58-22, shall be full compensation for all labor, materials, equipment, tools, and incidental costs necessary for placing, compacting and constructing asphalt pavement in and along the Project including asphalt concrete driveways, traffic islands, trench patching, sealing all cold joints, tack coat, raising shoulder to grade, asphalt sidewalk transitions, hauling, notifications, aggregate, sweeping, utility marking and adjustment, furnishing and preparing subgrade, removal of existing asphalt, cleanup, and all other incidentals necessary for a complete paving system to the lines, cross-section and grades as shown on the Plans. Bid Item 32: Grind and Remove Asphalt (Square Yard) This item includes 2-inch deep grinding, removal, hauling, and disposal of existing asphalt surfaces. The initial areas for Grind and Remove include parts of Park PL N and the parking lot in the apartment complex. The areas for the work are shown on the plans and may be revised by the Engineer as needed. All material removed for this item shall be disposed of at an off-site disposal facility per Standard Specification Section 2-03.3(7)C Contractor Provided Disposal Site. All cost for hauling and disposal shall be included in this bid item (no mileage cost). The actual quantity used in construction may vary from the bid quantity. The unit price will not be adjusted if the actual quantity used varies by more than 25 percent. Measurement for Grind and Remove Asphalt shall be in square yards horizontally over the area where asphalt is removed by grinding.. Payment for Grind and Remove Asphalt will be made at the amount bid per square yard, which payment will be complete compensation for all labor, grinding of existing asphalt H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2850 N 26th-ParkPL\1141 FINAL Specs-2006\20c- NEW-Bid Section I-09-14.doc Page 20 pavement, removal and disposal of all grinding spoils, appropriately maintaining roads between grind and overlay (IE cleaning of loose materials and protecting vehicles from exposed utilities) required to complete this item of work in conformance with the contract documents. No additional payment will be made for work necessary to correct a grind and / or overlay not performed in accordance with specifications. Bid Item 33• Remove Concrete Driveway (Square Yard) This item includes removing, hauling, and disposal of the concrete driveway at 2415 Park PL N. The areas for the work are shown on the plans and may be revised by the Engineer as needed. All material removed for this item shall be disposed of at an off-site disposal facility per Standard Specification Section 2-03.3(7)C Contractor Provided Disposal Site. All costs for hauling and disposal shall be included in this bid item (no mileage cost). The Contractor shall protect the driveway drains from damage during the construction work and driveway removal and replacement Any drains or drain lines broken or cracked by the Contractor will be repaired by the Contractor at his expense. The actual quantity used in construction may vary from the bid quantity. The unit price will not be adjusted if the actual quantity used varies by more than 25 percent. Measurement for Remove Concrete Driveway shall be in square yards horizontally over the area where the concrete is removed. Payment for Remove Concrete Driveway will be made at the amount bid per square yard, which payment will be complete compensation for all labor, removal and disposal of all material and spoils required to complete this item of work in conformance with the contract documents. Bid Item 34• Install Cement Concrete Driveway (Square Yard) This item includes all work needed to replace the concrete driveway at 2415 Park PL N. The new driveway shall match the size and shape of the existing driveway. The area for the work is shown on the plans and may be revised by the Engineer as needed. The new Cement Concrete Driveway shall have a washed (exposed) aggregate finish equal in appearance to the existing driveway. The new concrete driveway shall be a minimum of 6 inches thick, and shall be placed on 6 inches of crushed surfacing. The driveway shall be constructed with air entrained concrete Class 4000, and shall comply with Standard Specifications Section 8-06 Cement Concrete Driveway Entrances, and City Detail Drawing HR-22 Typical Patch for Rigid Pavement Patching and Restoration. Crushed Surfacing will be paid under a separate bid item. This item includes protecting, inspecting, cleaning, and repairing the private drains in the driveway. Accumulated material will be removed from the drains by hand, and the drain lines will be flushed to clean and verify proper functioning. r H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(C1P)\27-2850 N 26th-ParkPL\l 141 FINAL Specs-2006\20c- NEW-Bid 21 Section 1-09-14.doc Page The Contractor shall protect the drains from damage during the construction work and driveway removal and replacement Any drains or drain lines broken or cracked by the Contractor will be repaired by the Contractor at his expense. The actual quantity used in construction may vary from the bid quantity. The unit price will not be adjusted if the actual quantity used varies by more than 25 percent. Measurement for Install Concrete Concrete Driveway shall be in square yards horizontally over the area where the concrete is installed. Payment for Install Concrete Concrete Driveway will be made at the unit bid price, which payment will be complete compensation for all labor, equipment, materials, saw cutting, removing and disposal of waste material, materials hauling, preparation, imported material necessary to meet compaction requirements, forming, placement, finishing, cleanup, etc. required to compete this item in conformance with the Contract Documents. Bid Item 35:_ Remove and Replace Conc. Curb and Gutter (Linear Foot) This item includes all work needed to remove and replace the existing concrete curb and gutter needed for project construction. Concrete Curb and Gutter shall conform to City of Renton Standard Detail F-01 and FR05, and as is shown on the Plans. This item includes removing, hauling, and disposal of the waste material. All material removed for this item shall be disposed of at an off-site disposal facility per Standard Specification Section 2-03.3(7)C Contractor Provided Disposal Site. All cost for hauling and disposal shall be included in this bid item (no mileage cost). Crushed Surfacing and Sawcuttin will be aid under 9 p separate bid Items. The actual quantity used in construction may vary from the bid quantity. The unit price will not be adjusted if the actual quantity used varies by more than 25 percent. Measurement for Removal and Replace Concrete Curb and Gutter shall be in linear feet of new Concrete Curb and Gutter installed. Payment for Removal and Replacement Concrete Curb and Gutter will be made at the unit bid price, which payment will be complete compensation for all labor, equipment, materials, saw cutting, removing and disposal of waste material, materials hauling, preparation, imported material necessary to meet compaction requirements, forming, placement, finishing, cleanup, etc. required to compete this item in conformance with the Contract Documents. Bid Item 36: Restore Area C D E (Lump Sum) This item includes all work needed to restore Areas C, D, and E as show or noted on the plan sheets, and any other items and work needed that may not be shown on the plan sheet or included in the description. The work includes rebuilding the rockery as needed, replanting the salvaged plants, grading, raking and placement of fill soil, bark, and topsoil. Imported Fill, Beauty Bark, and Topsoil will be paid under separate bid items. H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2850 N 26th-ParkPL\1 141 FINAL Specs-2006\20c- NEW-Bid Section 1-09-14.doc Page 22 Measurement for Restore Area C, D, E will be prorated for the area restored at time of payment, as determined by the Engineer. Payment for Restore Area C, D, E shall be made at the unit bid price, which payment will be considered complete compensation for all labor, equipment and materials required to complete this item of work in accordance with the Contract Documents. Bid Item 37• Restore Area F (Lump Sum) This item includes all work needed to restore Areas F as show or noted on the plan sheets, and any other items and work needed that may not be shown on the plan sheet or included in the description. The work includes grading, raking, and placement of fill soil and topsoil. Imported Fill and Topsoil will be paid under separate bid items. Measurement for Restore Area F will be prorated for the area restored at time of payment, as determined by the Engineer. Payment for Restore Area F shall be made at the unit bid price, which payment will be considered complete compensation for all labor, equipment and materials required to complete this item of work in accordance with the Contract Documents. Bid Item 38• Abandon CB Restore Slope (Lump Sum) This item includes all work needed to abandon the catch basin in the backyard of 2415 Park PL N and restore the area. The catch basin shall be abandoned following the procedures in Standard Specifications Section 7-05.3(2) The catch basin shall be abandoned by removing the frame and grate, and any riser sections down at least 2 feet below ground surface. All pipe connections in the catch basin shall be plugged. The manhole shall be filled with imported backfill, and the area shall be brought up ground level. The slope restoration area shall be cleared of blackberries, shrubs, and other plants and debris. The area shall be restored by filling the erosion gully, placing topsoil, erosion fabric, stakes, plantings and hydroseeding as shown in the detail drawing. The size and extent of the area may be adjusted by the Engineer as needed. The erosion fabric shall be a natural coir fabric, 100% bio-degradable, open weave, estimated 4 to 6-year life, meeting the following: Weight: — 20 oz/sq yd Tensile strength, dry: — 1700 Ibs/ft machine direction 1100 Ibs/ft cross machine direction Thickness: — 0.3 to 0.4 inches Open Area —40 to 50 percent Erosion Fabric and plantings shall be submitted to the Engineer for approval. The catch basin area can be reached by a narrow path (approx. 6 to 8 foot wide) around the south side of the home. Materials will have to be transported by hand, wheelbarrow or small Bobcat type machines. Large machines shall not be brought to the area. The HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2850 N 26th-ParkPL\1141 FINAL Specs-2006\20c- NEW-Bid Section 1-09-14.doc Page 23 Contractor shall be responsible for repairing any damages to the path, patio, and backyard at no additional cost. Imported Fill, Topsoil, Bark, and Pipe Plugs will be paid under separate bid items. This item includes removing, hauling, and disposal of the waste material. All material removed for this item shall be disposed of at an off-site disposal facility per Standard Specification Section 2-03.3(7)C Contractor Provided Disposal Site. All cost for hauling and disposal shall be included in this bid item (no mileage cost). Measurement for Abandon CB, Restore Slope will be prorated for the area restored at time of payment, as determined by the Engineer. Payment for Abandon CB, Restore Slope will be made at the unit bid price, which payment will be complete compensation for all labor, equipment, materials, saw cutting, removing and disposal of waste material, materials hauling, preparation, imported material necessary to meet compaction requirements, forming, placement, finishing, cleanup, etc. required to compete this item in conformance with the Contract Documents. Bid Item 3%. Beauty Bark (Cubic Yard) This item includes purchasing, hauling and placing Beauty Bark mulch supplied by the Contractor from offsite sources, in all areas as shown on the plans, and as identified by the Engineer. Bark shall be derived from Douglass Fir, pine, or hemlock and shall be meet Type C per Standard Specifications Section 9-14.4(3). The actual quantity used in construction may vary from the bid quantity. The unit price will not be adjusted if the actual quantity used varies by more than 25 percent. Measurement for Furnish and Install Beauty Bark shall be per Cubic Yard in the haul conveyance at the point of delivery. The Contractor shall provide a material quantity ticket from the supplier giving the type and amount of material loaded for each load of material brought to the site. Payment for Furnish and Install Beauty Bark shall be complete compensation for all materials, tools, labor, equipment, haul and disposal of waste and excess material required to complete the work as shown on the Plans and specified in the contract documents and City Codes. Bid Item 40: Topsoil Type C (Cubic Yard) This item includes purchasing, hauling and placing imported topsoil supplied by the Contractor from offsite sources. Topsoil shall be Type C per Standard Specifications Section 9-14.1(3). The actual quantity used in construction may vary from the bid quantity. The unit price will not be adjusted if the actual quantity used varies by more than 25 percent. H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2850 N 26th-ParkPL\I 141 FINAL Specs-2006\20c- NEW-Bid Section 1-09-14.doc Page 24 Measurement of Topsoil Type C shall be per Cubic Yard in the haul conveyance at the point of delivery. The Contractor shall provide a material quantity ticket from the supplier giving the type and amount of material loaded for each load of material brought to the site. Payment for Topsoil Type C shall be complete compensation for all materials, tools, labor, equipment, haul and disposal of waste and excess material required to complete the work as shown on the Plans and specified in the contract documents and City Codes. Bid Item 41• Seeding, Fertilizing, and Mulching (Square Yard) �• This item includes restoration of all cleared areas and areas disturbed by construction with grass. All disturbed areas shall be raked smooth and shall be hydroseeded. The work includes all costs for spreading hydroseed, fertilizer, and mulch in Areas C, D, E, and F by machine. The work also includes all costs for hand spreading hydroseed, fertilizer, and mulch in Area E, and in any sections of Areas C, D, and F as needed. Hydroseed shall be as specified in the Plans, Special Provisions Section 9-14, and Standard Specification Section 9-14. The mix shall be submitted to the Engineer for review and approval, including the seed vendor's certification for the grass seed mixture indicating percentage by weight and percentages of purity, germination, and weed seed for each grass species. Hydroseeding shall be performed only after all work affecting ground surface has been completed. The topsoil in the areas to be seeded shall be loosened to minimum depth of 4 inches, graded to remove ridges and filled to remove depressions, as required to drain. The Contractor shall water as needed to maintain seeded areas in good condition until final acceptance. Water shall be free of substances harmful to plant growth. Water, hoses, and all equipment needed shall be furnished by the Contractor. Hydroseeded areas shall be inspected 1 week after germination to determine if coverage of seeding is acceptable. Hydroseed areas shall have a uniform stand of grass over 90 percent of seeded area. Areas which fail to provide a uniform stand of grass shall be reseeded. Areas reseeded will not be accepted until the required coverage is obtained. All areas that will be hydroseeded shall be reviewed and measured with the City inspector, and adjusted as directed, before the work occurs. Payment will be based on that measurement. Additional payment will not be made for any hydroseed outside of the .ft previously measured area, unless approved by the City. The actual quantity used in construction may vary from the bid quantity. The unit price will not be adjusted if the actual quantity used varies by more than 25 percent. Measurement of Seeding, Fertilizing, and Mulching shall be per Square Yard for the hydroseed area that is accepted by the City. Payment for Seeding, Fertilizing, and Mulching shall be complete compensation for all materials, tools, labor and equipment required to complete the work as shown on the Plans and specified in the contract documents and City Codes. H:Tile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2850 N 26th-ParkPL\1141 FINAL Specs-2006\20c- NEW-Bid Section 1-09-14.doc Page 25 Bid Item 42: Minor Changes (Lump Sum) At the discretion of the Contracting Agency, all or part of this lump sum may be used in lieu of the more formal procedure as outlined in Section 1-04.4 of the Standard Specifications. The unit contract price for Minor Changes is given in the Schedule of Prices and shall not be changed by the bidder. All work and payment under this item must be authorized in writing by the City Project Manager or Supervisor. Payment will be determined in accordance with Section 1-09.4 of the Standard Specifications. Payment for this item will only be for the changes and amounts approved b i pp y the City. If no changes are authorized under this bid item final payment for this item will be $0 (zero). H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2850 N 26th-ParkPL\1141 FINAL Specs-2006\20c- NEW-Bid Section 1-09-14.doc Page 26 s 1-10 TEMPORARY TRAFFIC CONTROL 1-10.1 General Section 1-10.1 is supplemented by adding the following: When the bid proposal includes an item for"Traffic Control," the work required for this item shall be all items described in Section 1-10, including,but not limited to: 1. Furnishing and maintaining barricades, flashers, construction signing and other channelization devices, unless a pay item is in the bid proposal for any specific device and the Special Provisions specify furnishing, maintaining, and payment in a different manner for that device; 2. Furnishing traffic control labor, equipment, and supervisory personnel for all traffic control labor; 3. Furnishing any necessary veh'icle(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 '!r City Shops or storing and reinstalling as directed by the Engineer. 7. Preparing a traffic control plan for the project and designating the person responsible for traffic control at the work site. The traffic control plan shall include descriptions of the traffic control methods and devices to be used by the prime contractor, and subcontractors, shall be submitted at or before the preconstruction conference, and shall be subject to review and approval of the Engineer. 8. Contacting police,fire, 911, and ambulance services to notify them in advance of any work that will affect and traveled portion of a roadway. 9. Assuring that all traveled portions of roadways are open to traffic during peak traffic periods, 6:30 a.m. to 8:30 a.m., and 3:00 p.m. to 6:00 p.m., or as specified in the special provisions, or as directed by the Engineer. !-n 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 maintenance and protection of traffic, then a new item or items may be established to pay for such 4 items. Further limitations for consideration of payment for these items are that they are not covered by other pay items in the bid proposal, they are not specified in the Special Provisions as incidental, and the accumulative cost for the use of each individual channelizing device, piece of equipment, or service must exceed $200 in total cost for the duration of their need. In the event of disputes, the Engineer will determine what is usually anticipated by a prudent contractor. The cost for these items will be by agreed price, price established by the Engineer, or by force account. Additional items -- required as a result of the contractors 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. L H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2850 N 26th-ParkPL\1141 FINAL Specs-2006\20a City Special Provs-2006-DCv02.doc40 All horizontal control for projects must be referenced to or in conjunction with a minimum of two of the City of Renton's Survey Control Network monuments. The source of the coordinate values used will be shown on the survey drawing per RCW 58.09.070. The horizontal component of all surveys shall meet or exceed the closure requirements of WAC 332-130-060. The control base lines for all surveys shall meet or exceed the requirements for a Class A survey revealed in Table 2 of the Minimum Standard Detail Requirements for ALTA/ACSM Land Title Surveys jointly established and adopted by ALTA and ACSM in 1992 or comparable classification in future editions of said document. The angular and linear closure and precision ratio of traverses used for survey control shall be revealed on the face of the survey drawing, as shall the method of adjustment. The horizontal component of the control system for surveys using global positioning system methodology shall exhibit at least 1 part in 50,000 precision in line length dependent error analysis at a 95 percent confidence level and performed pursuant to Federal Geodetic Control Subcommittee Standards for GPS control surveys as defined in Geometric Geodetic Accuracy Standards & Specifications for Using GPS Relative Positioning Techniques dated August 1, 1989 or comparable classification in future editions of said document. The vertical component of all surveys shall be based on NAVD 1988, the North American Vertical Datum of 1988, and tied to at least one of the City of Renton Survey Control Network benchmarks. If there are two such benchmarks within 3000 feet of the project site a tie to both shall be made. The benchmark(s) used will be shown on the drawing. If a City of Renton benchmark does not exist within 3000 feet of a project, one must be set on or near the project in 10 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. 1-11.1(3) Subdivision Information Those surveys dependent on section subdivision shall reveal the controlling monuments used and the subdivision of the applicable quarter section. Those surveys dependent on retracement of a plat or short plat shall reveal the controlling monuments, measurements, and methodology used in that retracement. 1-11.1(4) Field Notes Field notes shall be kept in conventional format in a standard bound field book with waterproof pages. In cases where an electronic data collector is used field notes must also be kept with a sketch and a record of control and base line traverses describing station occupations and what measurements were made at each point. Every point located or set shall be identified by a number and a description. Point numbers shall be unique within a complete job. The preferred method of point numbering is field notebook, page and point set on that page. Example: The first point set or found on page 16 of field book 348 would be identified as Point No. 348.16.01,the second point would be 348.16.02, etc. Upon completion of a City of Renton project, either the field notebook(s) provided by the City or the original field notebook(s) used by the surveyor will be given to the City. For all other work, surveyors will provide a copy of the notes to the City upon request. In those cases where an electronic data collector is used, a hard copy print out in ASCII text format will accompany the field notes. 1-11.1(5) Corners and Monuments Corner A point on a land boundary, at the juncture of two or more boundary lines. A monument is usually set at such points to physically reference a corner's location on the ground. Monument Any physical object or structure of record which marks or accurately references: H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2850 N 26th-ParkPL\1141 FINAL Specs-2006\20a City Special Provs-2006-DCv02.doc43 1-10 TEMPORARY TRAFFIC CONTROL 1-10.1 General Section 1-10.1 is supplemented by adding the following: When the bid proposal includes an item for"Traffic Control,"the work required for this item shall be all items described in Section 1-10, including, but not limited to: 1. Furnishing and maintaining barricades, flashers, construction signing and other channelization devices, unless a pay item is in the bid proposal for any specific device and the Special Provisions specify furnishing, maintaining, and payment in a different manner for that device; + 2. Furnishing traffic control labor, equipment, and supervisory personnel for all traffic control labor; 3. Furnishing any necessary vehicle(s) to set up and remove the Class B construction signs and other traffic control devices; 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 �r City Shops or storing and reinstalling as directed by the Engineer. 7. Preparing a traffic control plan for the project and designating the person responsible for traffic control at the work site. The traffic control plan shall include descriptions of the traffic control methods and devices to be used by the prime contractor, and subcontractors, shall be submitted at or before the preconstruction conference, and shall be subject to review and approval of the Engineer. 8. Contacting police, fire, 911, and ambulance services to notify them in advance of any work ... that will affect and traveled portion of a roadway. 9. Assuring that all traveled portions of roadways are open to traffic during peak traffic periods, 6:30 a.m. to 8:30 a.m., and 3:00 p.m. to 6:00 p.m., or as specified in the special provisions, or as directed by the Engineer. 10. Promptly removing or covering all 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 maintenance and protection of traffic, then a new item or items may be established to pay for such items. Further limitations for consideration of payment for these items are that they are not covered by other pay items in the bid proposal, they are not specified in the Special Provisions as incidental, ... and the accumulative cost for the use of each individual channelizing device, piece of equipment, or service must exceed $200 in total cost for the duration of their need. In the event of disputes, the Engineer will determine what is usually anticipated by a prudent contractor. The cost for these items will be by agreed price, price established by the Engineer, or by force account. Additional items required as a result of the contractor's modification to the traffic control plan(s) appearing in the contract shall not be covered by the provisions in this paragraph. If the total cost of all the work under the contract increases or decreases by more than 25 percent, an equitable adjustment will be considered for the item "Traffic Control" to address the increase or decrease. .a H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2850 N 26th-ParkPL\1141 FINAL Specs-2006\20a City Special Provs-2006-DCv02.doc40 ar 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 and the Manual on Uniform Trafc Control Devices. 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(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. 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 rrt after notification by the Engineer. 1-10.2(2) Traffic Control Plans Section 1-10.2(2) is supplemented as follows: !r► 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 ar the traffic control plan and take prompt action to correct any problems that become evident during operation. 1-10.3 Flagging, Signs, and All Other Traffic Control Devices 40 Section 1-10.3 is supplemented as follows: At the end of each working day, provisions shall be made for the safe passage of traffic and pedestrians during non-working hours. , Barricades shall be reflectorized as specified in Part VI of the MUTCD, and shall be 3M diamond grade or equivalent approved by Engineer. Barricades shall also be equipped with flashers. w 1-10.3(3) Construction Signs Section 1-10.3(3)paragraph 4 is supplemented as follows: >. No separate pay item will be provided in the bid proposal for Class A or Class B construction signs. All costs for the work to provide Class A or Class B construction signs shall be included in the unit contract price for the various other items of the work in the bid proposal. .r 1-10.4 Measurement Section 1-10.4 is replaced with: No specific unit of measurement will apply to the lump sum item of"Traffic Control". s 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: rrr H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2850 N 26th-ParkPL\1141 FINAL Specs-2006\20a City Special Provs-2006-DCO2.doc41 r i 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 +Y• manner as to maximize safety,and minimize disruption and inconvenience to the public. Progress payment for the lump sum 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 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. 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 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. 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(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. 1-11.1(2) Survey Datum and Precision The horizontal component of all surveys shall have as its coordinate base: The North American Datum of 1983/91. H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2850 N 26th-ParkPL\1141 FINAL Specs-2006\20a City Special Provs-2006-DCv02.doc42 rr All horizontal control for projects must be referenced to or in conjunction with a minimum of two of the City of Renton's Survey Control Network monuments. The source of the coordinate values used will be shown on the survey drawing per RCW 58.09.070. The horizontal component of all surveys shall meet or exceed the closure requirements of WAC 332-130-060. The control base lines for all surveys shall meet or exceed the requirements for a Class A survey revealed in Table 2 of the Minimum Standard Detail Requirements for ALTA/ACSM Land Title Surveys jointly established and adopted by ALTA and ACSM in 1992 or comparable classification in future editions of said document. The angular and linear closure so 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. 1-11.1(3) Subdivision Information Those surveys dependent on section subdivision shall reveal the controlling monuments used and the subdivision of the applicable quarter section. Those surveys dependent on retracement of a plat or short plat shall reveal the controlling monuments,measurements, and methodology used in that retracement. 1-11.1(4) Field Notes Field notes shall be kept in conventional format in a standard bound field book with waterproof pages. In cases where an electronic data collector is used field notes must also be kept with a sketch and a record of control and base line traverses describing station occupations and what measurements were made at each point. Every point located or set shall be identified by a number and a description. Point numbers shall be unique within a complete job. The preferred method of point numbering is field notebook, page and point set on that page. Example: The first point set or found on page 16 of field book 348 would be identified as Point No. 348.16.01,the second point would be 348.16.02, etc. Upon completion of a City of Renton project, either the field notebook(s) provided by the City or the original field notebook(s) used by the surveyor will be given to the City. For all other work, surveyors will provide a copy of the notes to the City upon request. In those cases where an electronic data collector is used, a hard copy print out in ASCII text format will accompany the field notes. 1-11.1(5) Corners and Monuments Corner A point on a land boundary, at the juncture of two or more boundary lines. A monument is usually set at such points to physically reference a corner's location on the ground. Monument Any physical object or structure of record which marks or accurately references: IK a HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2850 N 26th-ParkPL\1141 FINAL Specs-2006\20a City Special Provs-2006-DCv02.doc43 -Rr 7, 0 in MW • A corner or other survey point established by or under the supervision of an individual per section 1-11.1(1) and any corner or monument established by the General Land Office and its successor the Bureau of Land Management including section subdivision corners down to and including one-sixteenth corners; and • Any permanently monumented boundary, right of way alignment, or horizontal and vertical control points established by any governmental agency or private surveyor including street intersections but excluding dependent interior lot corners. .� 1-11.1(6) Control or Base Line Survey Control or Base Line Surveys shall be established for all construction projects that will create permanent structures such as roads, sidewalks, bridges, utility lines or appurtenances, signal or light poles, or any non-single family building. Control or Base Line Surveys shall consist of such number of permanent monuments as are required such that every structure may be observed for staking or "as-builting" while occupying one such monument and sighting another such monument. A minimum of two of these permanent monuments shall be existing monuments, recognized and on record with the City of Renton. The Control or Base Line Survey shall occupy each monument in turn, and shall satisfy all applicable requirements of Section IA 1.1 herein. aw The drawing depicting the survey shall be neat, legible, and drawn to an appropriate scale. North orientation should be clearly presented and the scale shown graphically as well as noted. The drawing must be of such quality that a reduction thereof to one-half original scale remains legible. If recording of the survey with the King County Recorder is required, it will be prepared on 18 inch by 24 inch mylar and will comply with all provisions of Chapter 58.09 RCW. A photographic mylar of the drawing will be submitted to the City of Renton and, upon their review and acceptance per the specific requirements of the project, the original will be recorded with the King County Recorder. If recording is not required, the survey drawing shall be prepared on 22 inch by 34 inch mylar, and the original or a photographic mylar thereof will be submitted to the City of Renton. The survey drawings shall meet or exceed the requirements of WAC 332-130-050 and shall +• conform to the City of Renton's Drafting Standards. American Public Works Association symbols shall be used whenever possible, and a legend shall identify all symbols used if each point marked by a symbol is not described at each use. An electronic listing of all principal points shown on the drawing shall be submitted with each drawing. The listing should include the point number designation (corresponding with that in the field notes), a brief description of the point, and northing, easting, and elevation (if applicable)values, all in ASCII format, on IBM PC compatible media. 1-11.1(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. 1-11.1(8) Radial and Station — Offset Topography Topographic surveys shall satisfy all applicable requirements of section 1-11.1 herein. H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2850 N 26th-ParkPL\1141 FINAL Specs-2006\20a City Special Provs-2006-DCv02.doc44 1W All points occupied or back sighted in developing radial topography or establishing baselines for so 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. 10 1-11.1(9) Radial Topography Elevations for the points occupied or back sighted in a radial topographic survey shall be determined either by 1)spirit leveling with misclosure not to exceed 0.1 feet or Federal Geodetic as Control Committee third order elevation accuracy specifications, OR 2) trigonometric leveling with elevation differences determined in at least two directions for each point and with misclosure of the circuit not to exceed 0.1 feet. r 1-11.1(10) Station--Offset Topography Elevations of the baseline and topographic points shall be determined by spirit leveling and shall satisfy Federal Geodetic Control Committee specifications as to the turn points and shall not exceed 0.1 foot's error as to side shots. 1-11.1(11) As-Built Survey All improvements required to be "as-built" (post construction survey) per City of Renton Codes, n! 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 w improvements should occur prior to backfilling. Close cooperation between the installing contractor and the "as-builting" surveyor is therefore required. All "as-built" surveys shall satisfy the requirements of section 1-11.1(1) herein and shall be iw based upon control or base line surveys made in conformance with these Specifications. The field notes for "as-built" shall meet the requirements of section 1-11.1(4) herein and submitted with stamped and signed "as-built" drawings which includes a statement certifying the accuracy of the "as built". The drawing and electronic listing requirements set forth in section ]-11.1(6) herein shall be observed for all "as-built" surveys. 1-11.1(12) Monument Setting and Referencing All property or lot corners,as defined in 1-11.1(5), established or reestablished on a plat or other recorded survey shall be referenced by a permanent marker at the corner point per 1-11.2(1). In situations where such markers are impractical or in danger of being destroyed, e.g., the front corners of lots, a witness marker shall be set. In most cases, this will be the extension of the lot line to a tack in lead in the curb. The relationship between the witness monuments and their respective corners shall be shown or described on the face of the plat or survey of record, e.g., "Tacks in lead on the extension of the lot side lines have been set in the curbs on the extension of said line with the curb." In all other cases the corner shall meet the requirements of section 1- 11.2(1)herein. All non corner monuments, as defined in 1-11.1(5), shall meet the requirements of section 1- 11.2(2) herein. If the monument falls 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. H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(C[P)\27-2850 N 26th-ParkPL\1141 FINAL Specs-2006\20a City Special Provs-2006-DCO2.doc45 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 shall be filled out and filed with the city. 1-11.2 Materials 1-11.2(1) Proper4Aot Corners Corners per 1-11.1(5) shall be marked in a permanent manner such as 1/2 inch diameter rebar 24 inches in length, durable metal plugs or caps, tack in lead, etc. and permanently marked or tagged with the surveyor's identification number. The specific nature of the marker used can be determined by the surveyor at the time of installation. 1-11.2(2) Monuments Monuments per 1-11.1(5) shall meet the requirements as set forth in City of Renton Standard Plans page H031 and permanently marked or tagged with the surveyor's identification number. 1-11.2(3) Monument Case and Cover Materials shall meet the requirements of section 9-22 and City of Renton Standard Plans page H031. VOL r M r. rn H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2850 N 26th-ParlcPL\1141 FINAL Specs-2006\20a City Special Provs-2006-DCO2.doc46 r 2-01 CLEARING, GRUBBING,AND ROADSIDE CLEANUP 2-01.1 Description Section 2-01.1 is supplemented as follows: Nc (RiRwt) The limits of clearing and grubbing (construction limits) shall be defined as being the construction limit lines as shown in the Plans. Where, in the opinion of the Engineer, any trees abutting or adjacent to the limits of clearing and grubbing are damaged and require removal, the Contractor shall as remove such trees. Any trees flagged by the Engineer to remain within the clearing and grubbing limits shall be left undamaged by the Contractor's operations. Any flagged trees which are damaged shall be replaced in kind at the Contractor's expense. Existing landscaping outside the construction limits, including but not limited to, sod, rockeries, beauty bark, decorative gravel or rock, bushes, and shrubbery shall be protected from damage. The property Y owners shall be responsible for removin g and/or relocating irrigation equipment, trees shrubs, curbing, ornamental plants, and any other decorative landscaping materials within the construction limits that they wish to save. The Contractor shall give property owners 10 days' written notice prior to removing landscaping materials. All landscaping materials that remain in the construction limits after that time period shall be removed and disposed of, by the Contractor, in accordance with Section 2-01 of the Standard Specifications,these Special Provisions, and the Plans. The Contractor shall receive approval from the Engineer prior to removal. 2-01.2 Disposal of Usable Material and Debris Section 2-01.2 is supplemented as follows: (RRRRRR) The Contractor shall dispose of all debris by Disposal Method No. 2—Waste Site. 2-01.5 Payment ; Section 2-01.5 is supplemented as follows: (RRii RR) � 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 A directed by the Engineer. 2-02 REMOVAL OF STRUCTURE AND OBSTRUCTIONS 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. mt The section is supplemented as follows: When an area where pavement, sidewalk, or driveway has been removed is to be opened to traffic ac before pavement patching has been completed, temporary mix asphalt concrete patch shall be required. Temporary patching shall be placed to a minimum depth of 2 inches immediately after backfilling and compaction are complete, and before the road is opened to traffic. MC cold mix or MC hot mix shall be used at the discretion of the Engineer. H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2850 N 26th-ParlcPL\1141 FINAL Specs-2006\20a City Special Provs-2006-DCO2.doc47 2-02.4 Measurement Section 2-02.4 replaces the existing vacant section: (i.kf.AF) ,M 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, but shall be included in other items of Work. .� 2-02.5 Payment Section 2-02.5 is supplemented by adding: "Saw Cutting",per Lineal Foot. "Remove Sidewalk", per Square Yard. "Remove Curb and Gutter", per Lineal Foot. "Cold Mix", per Ton "Remove Asphalt Concrete Pavement," per square yard. "Remove Cement Concrete pavement," per square yard. "Remove existing ," per .� All costs related to the removal and disposal of structures and obstructions including saw cutting, excavation, backfilling and temporary asphalt shall be considered incidental to and included in other items unless designated as specific bid items in the proposal. If pavements, sidewalks, or curbs lie within an excavation area and are not mentioned as separate pay items, their removal will be paid for as part of the quantity removed in excavation. If they are mentioned as a separate item in the proposal, they will be measured and paid for as provided under Section 2-02.5, and will not be included in the quantity calculated for excavation. 2-03 ROADWAY EXCAVATION AND EMBANKMENT 2-03.3 Construction Requirements Section 2-03.3 is supplemented by adding the following: Roadway excavation shall include the removal of all materials excavated from within the limits shown on the plans. Suitable excavated material shall be used for embankments, while surplus excavated material or unsuitable material shall be disposed of by the Contractor. Earthwork quantities and changes will be computed, either manually or by means of electronic data " processing equipment, by use of the average end area method. Any changes to the proposed work as directed by the Engineer that would alter these quantities shall be calculated by the Engineer and submitted to the Contractor for his review and verification. Any excavation or embankment beyond the limits indicated in the Plans, unless ordered by the Engineer, shall not be paid for. All work and material required to return these areas to their original conditions,as directed by the Engineer, shall be provided by the Contractor at his sole expense. 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. H:\File Sys\SWP-Surface Water Projects\SWP-27- Surface Water Projects(CIP)\27-2850 N 26th-ParkPL\1141 FINAL Specs-2006\20a City Special Provs-2006-DCv02.doc48 W 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. M Any native material used for fill shall be free of organics and debris and have a maximum particle size of 6 inches. It shall be the responsibility of the Contractor to prevent the native materials from becoming saturated 40 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. ,ter 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. 30 If subgrade trimmer is not required on the project, all portions of Section 2-03 shall apply as though a subgrade trimmer were specified. .�r If sufficient acceptable native soils, as determined by the Engineer, are not available to complete construction of the roadway embankment, Gravel Borrow meeting the requirements of Section 9- 03.14 of the Standard Specifications shall be used. 2-03.4 Measurement Section 2-03.4 is supplemented by adding the following: (******) . At the discretion of the engineer, roadway excavation, borrow excavation, and unsuitable foundation excavation- by the cubic yard (adjusted for swell) may be measured by truck in the hauling vehicle at the point of loading. The contractor shall provide truck tickets for each load removed. Each ticket shall have the truck number,time and date, and be approved by the engineer. 2-03.5 Payment Section 2-03.5 is revised as follows: (******) �e 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 nt 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 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. t W H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2850 N 26th-ParkPL\1141 FINAL Specs-2006\20a City Special Provs-2006-DCv02.doc49 to Payment for embankment compaction will not be made as a separate item.All costs for embankment compaction shall be included in other bid items involved. 2-04 HAUL 2-04.5 Payment Section 2-04.5 is revised and supplemented as follows: All costs for the hauling of material to, from, or on the job site shall be considered incidental to and included in the unit price of other units of work. 2-06 SUBGRADE PREPARATION 2-06.5 Measurement and Payment Section 2-06.5 is supplemented by adding the following: Subgrade preparation and maintenance including watering shall be considered as incidental to the .. construction and all costs thereof shall be included in the appropriate unit or lump sum contract bid prices. on 2-09 STRUCTURE EXCAVATION 2-09.1 Description Section 2-09.1 is supplemented by adding the following: This work also includes the excavation, haul, and disposal of all unsuitable materials such as peat, muck, swampy or unsuitable materials including buried logs and stumps. 2-09.3(1)D Disposal of Excavated Material Section 2-09.3(1)D is revised as follows: The second paragraph is replaced with: All costs for disposing of excavated material within or external to the project limits shall be included in the unit contract price for structure excavation, Class A or B. The third paragraph is replaced with: If the contract includes structure excavation, Class A or B, including haul, the unit contract price shall include all costs for loading and hauling the material the full required distance, otherwise all such disposal costs shall be considered incidental to the work. 2-09.4 Measurement Section 2-09.4 is revised and supplemented as follows: Gravel backfill. Gravel backfill except when used as bedding for culvert, storm sewer, sanitary sewer, manholes, and catch basins, will be measured by the cubic 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. s H:\File Sys\SWP-Surface Water Proiects\SWP-27-Surface Water Projects(CIP)\27-2850 N 26th-ParkPL\1141 FINAL Specs-2006\20a City Special Provs-2006-DCO2.doc50 r r 2-09.5 Payment Section 2-09.5 is revised and supplemented as follows: Payment will be made for the following bid items when they are included in the proposal: "Structure Excavation Class A",per cubic yard. M "Structure Excavation Class B",per cubic yard. "Structure Excavation Class A Incl. Haul",per cubic yard. "Structure Excavation Class B Incl. Haul",per cubic yard. Payment for reconstruction of surfacing and paving within the limits of structure excavation will be at the applicable unit prices for the items involved. If the Engineer orders the Contractor to excavate below the elevations shown in the plans, the unit contract price per cubic yard for "Structure Excavation Class A or B" will apply. But if the Contractor excavates deeper than the plans or Engineer requires,the Contracting Agency will not pay for material removed from below the required elevations. In this case, the Contractor, at no expense to the Contracting Agency, shall replace such material with concrete or other material the Engineer approves. The unit contract price per cubic yard for the bid items listed as 1 through 4 above shall be full pay for all labor, materials, tools, equipment, and pumping, or shall be included in the unit bid price of other items of work if "Structure Excavation" or "Structure Excavation Incl Haul" are not r 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 .r other work required when extra excavation is used in lieu of constructing shoring. If select backfill material is required for backfilling within the limits of the structure excavation, it shall also be required as backfill material for the extra excavation at the Contractor's expense. Any excavation or AK backfill material being paid by unit price shall be calculated by the Engineer only for the neat line measurement of the excavation and shall not include the extra excavation beyond the neat line. If there is no bid item for shoring or extra excavation Class B on a square foot basis and the nature of the excavation is such that shoring or extra excavation is required as determined by the Engineer, then shoring or extra excavation shall be considered incidental to the work involved and no further compensation shall be made. s "Gravel Backfill (Kind)for(Type of Excavation)",per cubic yard or per Ton. "Controlled Density Fill",per cubic yard. When gravel backfill is paid by the ton, the Contractor shall take care to assure to the satisfaction of the Engineer that such per ton backfill is only being used for the specified purpose and not for purposes where backfill is incidental or being paid by cubic yard. Evidence that per ton gravel backfill is not being used for its designated purpose shall be grounds for the Engineer to deny payment for such load tickets. H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2850 N 26th-ParkPL\1141 FINAL Specs-2006\20a City Special Provs-2006-DCv02.doc51 r 5-04 ASPHALT CONCRETE PAVEMENT 5-04.3(7)A Mix Design �. Item 2 is deleted and replaced with: i 1. Nonstatistical HMA Evaluation. The contractor shall submit a certification that the mix design submitted meets the requirements of Sections 9-03.8(2) and 9-03.8(6). The contractor must submit the mix design using DOT Form 350-042 EF. Verification of the mix design by the Contracting Agency is not needed. The Project Engineer will determine anti-strip requirements for the HMA. The mix design will be the initial job mix formula (JMF) for the class of mix. Any additional adjustments to the JMF will require the approval of the Project Engineer and may be made per Section 9-03.8(7). 5-04.3(8)A Acceptance Sampling and Testing HMA Mixture Item 1 is deleted and replaced with: 1. General. Acceptance of HMA shall be as provided under nonstatistical or commercial evaluation. Nonstatistical evaluation will be used for the acceptance of HMA. 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 •• 5-04.5(1)A Price Adjustments for Quality of HMA Section is deleted and replaced with: Statistical analysis of quality of gradation and asphalt content will be performed based on Section 1-06.2 using the following price adjustment factors: Table of Price Adjustment Factors Constituent Factor"17' A11 aggregate passing: 1 ''/2", 1", 3/4", ''/z", 3/8"and No. 4 sieves 2 Al l aggregate passing No. 8,No 16, No. 30,No. 50,No. 100 3 A11 aggregate passing No. 200 sieve 20 Asphalt binder 52 Aw H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2850 N 26th-ParkPL\1141 FINAL Specs-2006\20a City Special Provs-2006-DCv02.doc52 s r 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. w' When one or more constituents fall outside the nonstatistical acceptance tolerance limits in Section 9-03.8(7), the lot shall be evaluated in accordance with Section 1- 06.2 to determine the appropriate CPF. The nonstatistical tolerance limits will be it 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. so 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. we When one or more constituents fall outside the commercial acceptance tolerance limits in Section 9-03.8(7), the lot shall be evaluated to determine the appropriate CPF. The commercial tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples it of the existing sublots or samples from the street shall be tested to provide a minimum of three sets of results for evaluation. we 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 It 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. 10 If a constituent is not measured in accordance with these Specifications, its individual pay factor will be considered 1.00 in calculating the composite pay factor. 5-04.5(1)A 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. A HA File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2850 N 26th-ParkPL\1 141 FINAL Specs-2006\20a City Special Provs-2006-DCv02.doc53 5-06 TRENCH RESTORATION AND OVERLAY (moved from 8-20.3) New Section Added: CITY OF RENTON TRENCH RESTORATION AND STREET OVERLAY REQUIREMENTS Amended April 4,2005 by Ordinance 5131 SECTION 1 PURPOSE The purpose of this code section is to establish guidelines for the restoration of City streets disturbed by installation of utilities and other construction activities. Any public or private utilities, general «� contractors, or others permitted to work in the public right-of-way will adhere to the procedures set forth in this policy. SECTION 2 DEFINITIONS Engineer: The term engineer shall denote the City project manager, inspector and/or plan reviewer, or their designated representative. SECTION 3 HOURS OF OPERATIONS Hours for work within the roadway for asphalt overlays or trench restoration shall be as directed by the Traffic Control Plan requirements and as approved by the Traffic Operations Engineer. .. SECTION 4 APPLICATION 1. The following standards shall be followed when doing trench or excavation work within the paved portion of any City of Renton right-of-way. 2. Modifications or exemptions to these standards may be authorized by the s Planning/Building/Public Works Administrator, or authorized representative, upon written request by the permittee,their contractor or engineer and demonstration of an equivalent alternative. r. SECTION 5 INSPECTION The Engineer may determine in the field that a full street-width (edge-of-pavement to edge-of- pavement)overlay is required due to changes in the permit conditions such as, but not limited to the following: 1. There has been damage to the existing asphalt surface due to the contractor's equipment. 2. The trench width was increased significantly or the existing pavement is undermined or damaged. 3. Any other construction related activities that require additional pavement restoration. SECTION 6 CITY OF RENTON STANDARDS 1. All materials and workmanship shall be in accordance with the City of Renton Standard and Supplemental Specifications(current adopted version) except where otherwise noted in these Standards. Materials and workmanship are required to be in conformance with standards for the Standard Specifications for Road, Bridge, and Municipal Construction ML prepared by the Washington State Chapter of the American Public Works Association (APWA)and the Washington State Department of Transportation (WSDOT)and shall comply with the most current edition,as modified by the City of Renton Supplemental Specifications. An asphalt paver shall be used in accordance with Section 5-04.3(3) of Standard Specifications.A"Layton Box"or equal may be used in place of the power- propelled paver. Rollers shall be used in accordance with Section 5-04.3(4) of the Standard Specifications. "Plate Compactors"and "Jumping Jacks" SHALL NOT be used in lieu of rollers. 2. Trench backfill and resurfacing shal I be as shown in the City of Renton Standard Details, unless modified by the City Permit. Surfacing depths shown in the Standard Details are H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2850 N 26th-ParkPL\1141 FINAL Specs-2006\20a City Special Provs-2006-DCv02.doc54 minimums and may be increased by the Engineer to meet traffic loads or site conditions. SECTION 7 REQUIREMENT FOR PATCHING,OVERLAY,OVERLAY WIDTHS All trench and pavement cuts shall be made by sawcut or by grinding. Sawcuts or grinding shall be a minimum of one foot(F)outside the trench width. The top two inches(2")of asphalt shall be ground down to a minimum distance of one foot(1')beyond the actual outside edges of the trench and shall be replaced with two inches(2")of Class B asphalt, per City of Renton Standards. At the discretion of the engineer, a full street width overlay may be required. :. Lane-width or a full street-width overlay will be determined based upon the location and length of the proposed trench within the roadway cross-section. Changes in field conditions may warrant implementation of additional overlay requirements. 1. Trenches(Road Crossings): a The minimum width of a transverse patch(road crossing) shall be six and one-half r feet(6.5'). See City of Renton Standard Plan Drawing#HR—23 (SP Page: H032A). b Any affected lane will be ground down two inches(2")and paved for the entire width of the lane. c Patch shall be a minimum of one foot(1')beyond the excavation and patch length t shall be a minimum of an entire traveled lane. d If the outside of the trenching is within three feet(3')of any adjacent lane line,the entire adjacent traveled lane affected will be repaved e An area including the trench and one foot(l') on each side of the trench but not less than six and one half feet(6.5')total for the entire width of the affected traveled lanes will be ground down to a depth of two inches(2").A two-inch (2")overlay of Class B asphalt will be applied per City standards. 2. Trenches Running Parallel With the Street: a The minimum width of a longitudinal patch shall be four and one-half feet(4.5'). See City of Renton Standard Plan Drawing #HR-05 (SP Page H032). b If the trenching is within a single traveled lane, an entire lane-width overlay will be required. c If the outside of the trenching is within three feet(3')of any adjacent lane line,the entire adjacent traveled lane affected will be overlaid. d If the trenching is greater than, or equal to 30% of lane per block(660-foot maximum block length), or if the total patches exceed 12 per block, then the lanes affected will be overlaid. Minimum overlay shall include all patches within the block section. e The entire traveled lane width for the length of the trench and an additional ten feet (10')at each end of the trench will be ground down to a depth of two inches(2").A two-inch(2")overlay of Class B will be applied per City standards. 3. Potholing: Potholing shall meet the same requirements as trenching and pavement restoration. Potholing shall be a minimum of one foot(1')beyond the excavation. All affected lanes will be ground down to a depth of two inches(2") and paved not less than six and one half feet(6.5')wide for the entire width of the lane. Potholes greater than five feet(5') in length,width or diameter shall be restored to trench restoration standards. In all cases, potholes shall be repaired per Renton Standard Plan#HR05 (SP Page H032). Restoration requirements utilizing vactor equipment will be determined by the engineer. SECTION 8 PAVEMENT REMOVAL IN LIEU OF GRINDING The contractor in all cases can remove the pavement in the replacement area instead of grinding out the specified two inches(2")of asphalt. Full pavement replacement to meet or exceed the existing pavement depth will be required for the area of pavement removal. 1K H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2850 N 26th-ParkPL\1 141 FINAL Specs-2006\20a City Special Provs-2006-DCO2.doc55 SECTION 9 TRENCH BACKFILL AND RESTORATION CONSTRUCTION REQUIREMENTS 1. Trench restoration shall be either by a patch or overlay method, as required and indicated on City of Renton Standard Plans#HR-05,HR-23, and 14R-22(SP Pages#H032,H032A, and H033). 2. All trench and pavement cuts,which will not be overlaid, shall be made by sawcut or grinding. Sawcuts shall be a minimum of two feet(2')outside the excavated trench width. 3. All trenching within the top four feet(4')shall be backfilled with crushed surfacing materials conforming to Section 4-04 of the Standard Specifications. Any trenching over four feet(4')in depth may use materials approved by the Engineer or Materials Lab for backfilling below the four-foot(4')depth. If the existing material (or other material)is determined by the Engineer to be suitable for backfill, the contractor may use the native material, except that the top six inches(6") shall be crushed surfacing top course material. The trench shall be compacted to a minimum ninety-five percent(95%) density, as described in Section 2-03 of the Standard Specifications. In the top six feet (6)of any trench,backfill compaction shall be performed in eight to 12-inch(8-12") lifts. Any trench deeper than six feet(6)may be compacted in 24-inch lifts, up to the top six- foot(6)zone. All compaction shall be performed by mechanical methods. The compaction tests may be performed in maximum four-foot(4')vertical increments. The test results shall be given to the Engineer for review and approval prior to paving. The number and location of tests required shall be determined by the Engineer. 4. Temporary restoration of trenches for overnight use shall be accomplished by using MC mix(cold mix),Asphalt Treated Base(ATB),or steel plates, as approved by the Engineer. ATB used for temporary restoration may be dumped directly into the trench, bladed out and rolled. After rolling,the trench must be filled flush with asphalt to provide a smooth riding surface.If the temporary restoration does not hold up,the Contractor shall repair the patch within eight hours of being notified of the problem by the City.This requirement applies 24 hours per day, seven days a week. In the event that the City determines to repair the temporary patch, the contractor shall reimburse the City in an amount that is double the City's cost in repairing the patch,with the second half of the reimbursement to represent City overhead and hidden costs. 5. Asphalt Concrete Class E or Class B shall be placed to the compacted depth as required and indicated on City of Renton Standard Plans#HR-05, HR-23, and HR-22 (SP Pages #H032,H032A, and H033)or as directed by the Engineer. The grade of asphalt shall be AR-4000W. The materials shall be made in conformance with Section 9-02.1(4)of the Standard Specifications. 6. Tack coat shall be applied to the existing pavement at edge of saw cuts and shall be emulsified asphalt grade CSS-1,as specified in Section 9-02.1(6)of the Standard Specifications. Tack shall be applied as specified in Section 5-04 of the Standard Specifications. 7. Asphalt Concrete Class E or Class B, shall be placed in accordance with Section 5-04 of the Standard Specifications; except those longitudinal joints between successive layers of asphalt concrete shall be displaced laterally a minimum of twelve inches(12"), unless otherwise approved by the Engineer. Fine and coarse aggregate shall be in accordance with Section 9-03.8 of the Standard Specifications. All street surfaces,walks or driveways within the street trenching areas shall be feathered and shimmed to an extent that provides a smooth-riding connection and expeditious drainage flow for the newly paved surface. Feathering and shimming shall not decrease the minimum vertical curb depth below four inches(4")for storm water flow. The Engineer may require additional grinding to increase the curb depth available for storm water flow in areas that are inadequate. Shimming and feathering, as required by the Engineer, shall be accomplished by raking H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2850 N 26th-ParkPL\1141 FINAL Specs-2006\20a City Special Provs-2006-DCO2.doc56 96 out the oversized aggregates from the Class B mix as appropriate. Surface smoothness shall be per Section 5-04.3(13)of the Standard Specifications. The paving shall be corrected by removal and repaving of the trench only. Asphalt patch depths will vary based upon the streets being trenched. The actual depths of asphalt and the work to be performed shall be as required and indicated on City of Renton Standard Plans#HR-05,HR-23,and HR-22(SP Pages#H032, H032A, and H033). Compaction of all lifts of asphalt shall be a minimum ninety-two percent(92%)of wo density as determined by WSDOT Test Method 705. The number of tests required shall be determined by the Engineer. Testing shall be performed by an independent testing lab with the results being supplied to the Engineer. Testing is not intended to relieve the contractor from any liability for the trench restoration. It is intended to show the inspector,and the City,that the restoration meets these specifications. 8. All joints shall be sealed using paving asphalt AR-4000W. 9. When trenching within the unpaved roadway shoulder(s),the shoulder shall be restored to its original condition,or better. 10. The final patch or overlay shall be completed as soon as possible and shall not exceed fifteen 0 5)working days after first opening the trench. This time frame may be adjusted if delays are due to inclement paving weather or other adverse conditions that may exist. However, delaying of final patch or overlay work is subject to the Engineer's approval. The Engineer may deem it necessary to complete the work within the fifteen(15) working day time frame and not allow any time extension. Should this occur, the Contractor shall perform the necessary work, as directed by the Engineer. 11. A City of Renton temporary Traffic Control Plan (from Renton Transportation Engineering) shall be submitted and approved by the Engineer a minimum of three(3) working days prior to commencement of work. SECTION 10 REMOVAL OF UTILITY LOCATE MARKINGS FROM SIDEWALKS REQUIRED The Permittee will be required to remove utility locate marks on sidewalks only within the Downtown Core Area. The permittee shall remove the utility locate marks within 14 days of job completion. H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2850 N 26th-ParkPL\1141 FINAL Specs-2006\20a City Special Provs-2006-DCO2.doc57 s 7-01 DRAINS 7-01.2 Materials .. The second paragraph of Section 7-01.2 is revised as follows: Drain pipes may be concrete, zinc coated (galvanized) corrugated iron with Asphalt Treatment I, aluminum coated (aluminized) corrugated iron with Asphalt Treatment I, zinc coated (galvanized) ,., steel with Asphalt Treatment I, corrugated aluminum alloy, polyvinyl chloride (PVC), or corrugated polyethylene(PE)at the option of the Contractor unless the Plans specify the type to be used. 7-01.3 Construction Requirements r Section 7-01.3 is revised as follows: The second paragraph is revised as follows: 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 or ABS drain pipe shall be jointed with snap-on, screw-on, or wraparound coupling bands as recommended by the manufacturer of the tubing. The sixth paragraph is revised as follows: PVC 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 or ABS drainage tubing underdrain pipe shall be jointed with snap-on, screw-on, or wraparound coupling bands, as recommended by the manufacturer of the tubing. 7-01.4 Measurement Section 7-01.4 is supplemented adding the following: When the contract does not include "structure excavation Class B" or "Structure excavation Class B including haul" as a pay item all costs associated with these items shall be included in other contract pay items. 7-02 CULVERTS 7-02.2 Materials The second paragraph of Section 7-02.2 is revised and supplemented as follows: Where steel or aluminum are referred to in this Section in regard to a kind of culvert pipe, pipe arch, or end sections, it shall be understood that steel is zinc coated (galvanized) with Asphalt Treatment I or aluminum coated (aluminized) corrugated iron or steel, and aluminum is corrugated aluminum alloy as specified in Sections 9-05.4 and 9-05.5. Where plain or reinforced concrete, steel, or aluminum are referred to in Section 7-02 it shall be understood that reference is also made to PVC. 7-04 STORM SEWERS 7-04.2 Materials The second paragraph of Section 7-04.2 is revised replaced as follows: Where steel or aluminum are referred to in this Section in regard to a kind of storm sewer pipe, it shall be understood that steel is zinc coated (galvanized),Asphalt Treatment I Coated corrugated iron or steel and aluminum is corrugated aluminum alloy as specified in Sections 9-05.4 and 9-05.5. The Contractor shall require pipe suppliers to furnish certificates signed by their authorized representative, stating the specifications to which the materials or products were manufactured. The H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2850 N 26th-ParkPL\1141 FINAL Specs-2006\20a City Special Provs-2006-DCO2.doc58 Contractor shall provide 2 copies of these certifications to the Engineer for approval. Certificates showing nonconformance with the Contract shall be sufficient evidence for rejection. 1° Approval of certificates shall be considered only as tentative acceptance of the materials and products, and such action by Engineer will not relieve Contractor of his/her responsibility to perform field tests and to replace or repair faulty materials, equipment, and/or workmanship and Contractor's own expense. 7-04.4 Measurement The first paragraph of Section 7-04.4 is revised as follows: The length of storm sewer pipe will be the number of linear feet of completed installation measured along the invert and will include the length through elbows, tees, and fittings. The number of linear feet will be measured from the center of manhole or from the center of catch basin to center of catch basins and similar type structures. so 7-04.5 Payment The second and third paragraphs of Section 7-04.5 are revised as follows: The unit contract price per linear foot for storm sewer pipe of the kind and size specified shall be full pay for all work to complete the installation, including adjustment of inverts to manholes. When no bid item "gravel backfill for pipe bedding" is included in the Schedule of Prices, pipe bedding, as shown in the standard plans, shall be considered incidental to the pipe and no additional payment shall be made. Testing of storm sewer pipe, if required by the Engineer, shall be considered incidental to and ' included in the unit contract prices for other items. Cost of connecting pipe to structures shall be included in the various unit contract prices for storm sewer pipe, and no additional compensation will be allowed. , Abandonment and plugging of pipe shall be included in the lump sum contract price for"Removal of Structure and Obstruction". No separate payment will be made. 7-05 MANHOLES, INLETS,AND CATCH BASINS 7-05.3 Construction Requirements ' Section 7-05.3 is supplemented by adding the following: All manholes shall have eccentric cones and shall have ladders. Sanitary sewer pipe to manhole connections shall be"Kor-n-Seal"boot or approved equal. 7-05.3(1) Adjusting Manholes and Catch Basins to Grade Section 7-05.3(1)is replaced with: Where shown in the Plans or where directed by the Engineer, the existing manholes, catch basins, or ' inlets shall be adjusted to the grade as staked or otherwise designated by the Engineer. The existing cast iron ring and cover on manholes and the catch basin frame and grate shall first be removed and thoroughly cleaned for reinstalling at the new elevation. From that point, the existing structure shall be raised or lowered to the required elevation. The Contractor shall construct manholes so as to provide adjustment space for setting cover and casting to a finished grade as shown on the construction plans, Manhole ring and covers shall be adjusted to the finished elevations per standard detail BR29, SP Page 13074, prior to final acceptance of the work. Manholes in unimproved areas shall be adjusted to 6"above grade. H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2850 N 26th-ParkPL\1141 FINAL Specs-2006\20a City Special Provs-2006-DCv02.doc59 In unpaved streets: Manholes, catch basins and similar structures in areas to be surfaced with crushed rock or gravel shall be constructed to a point approximately eight inches below the subgrade and covered with a temporary wood cover. Existing manholes shall be cut off and covered in a similar manner. The contractor shall carefully reference each manhole so that they may be easily found upon completion of the street work. After placing the gravel or crushed stone surfacing, the manholes and manhole castings shall be constructed to the finished grade of the roadway surface. Excavation necessary for bringing manholes to grade shall center about the manhole and be held to the minimum .. area necessary. At the completion of the manhole adjustment, the void around the manhole shall be backfilled with materials which result in the section required on the typical roadway section, and be thoroughly compacted. In cement concrete pavement: Manholes, catch basins and similar structures shall be constructed and adjusted in the same manner as outlined above except that the final adjustment shall be made and cast iron frame be set after forms have been placed and checked. In placing the concrete pavement, extreme care shall be taken not to alter the position of the casting in any way. In asphalt concrete pavement: Manholes shall not be adjusted until the pavement is completed, at which time the center of each manhole shall be carefully relocated from references previously established by the contractor. The pavement shall be cut in a restricted area and base material be removed to permit removal of the cover. The manhole shall then be brought to proper grade utilizing the same methods of construction as for the manhole itself. The cast iron frame shall be placed on the concrete blocks and wedged up to the desired grade. The asphalt concrete pavement shall be cut and +• removed to a neat circle, the diameter of which shall be equal to the outside diameter of the cast iron frame plus two feet. The base materials and crushed rock shall be removed and Class 3000 or Commercial Portland Cement Concrete shall be placed so that the entire volume of the excavation is replaced up to 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 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 r 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. Adiustment of inlets: The final alignment and grade of cast iron frames for new and old inlets to be adjusted to grade will be established from the forms or adjacent pavement surfaces. The final adjustment of the top of the inlet will be performed in similar manner to the above for manholes. On asphalt concrete paving projects using curb and gutter section, that portion of the cast iron frame not embedded in the gutter section shall be solidly embedded in concrete also.The concrete shall extend a minimum of six inches beyond the edge of the casting and shall be left 2 inches below the top of the frame so that the wearing course of asphalt concrete pavement will butt the cast iron frame. The existing concrete pavement and edge of the casting shall be painted with hot asphalt cement. Adjustments in the inlet structure shall be constructed in the same manner and of the same material as that required for new inlets.The inside of the inlets shall be mortared and plastered. Monuments and cast iron frame and cover: Monuments and monument castings shall be adjusted to grade in the same manner as for manholes. Valve box castings: Adjustments of valve box castings shall be made in the same manner as for manholes. 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 ■w H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2850 N 26th-ParkPL\1141 FINAL Specs-2006\20a City Special Provs-2006-DCv02.doc60 • 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(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 r 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 r' "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. 7-05.3(5) Manhole Coatings ' Section 7-05.5 is an added new section: All new sanitary sewer manholes shall be coated as specified below. The following coating system ' specifications shall be used for coating (sealing) all interior concrete surfaces of sanitary sewer manholes. Coating Material: High Solids Urethane ' Surfaces: Concrete Surface Preparation: In accordance with SSPC SP-7 (Sweep of brush off blast) Application: Shop/Field r„ The drying time between coats shall not exceed 24 hours in any case System Thickness: 6.0 mils dry film Coatings: Primer: One coat of Wasser MC-Aroshield(2.0 mils DFT) Finish: Two or more coats of Wasser MC-Aroshield(min. 4.0 mils DFT) Color: White 7-05.4 Measurement Section 7-05.4 is revised and supplemented as follows: "r Manholes will be measured per each. Measurement of manhole heights for payment purposes will be the distance from finished rim elevation to the invert of the lowest outlet pipe. Adjustments of new structures and miscellaneous items such as valve boxes shall be considered incidental to the unit contract price of the new item and no further compensation shall be made. Adjustment of existing structures and miscellaneous items such as valve boxes shall be measured by "Adjust Existing 5 i 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. r .r H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2850 N 26th-ParkPL\1141 FINAL Specs-2006\20a City Special Provs-2006-DCO2.doc61 r r Connection to existing pipes and structures shall be measured per each. 7-05.5 Payment Section 7-05.5 is supplemented as follows: "Adjust Existing ,"per each. The unit contract price per each for "Adjust Existing shall be full pay for all costs necessary to make the adjustment including restoration of adjacent areas in a manner acceptable to the Engineer. If no bid item for Structure Excavation Class A or Structure Excavation Class B is included in the schedule of prices then the work will be considered incidental and its cost should be included in the cost of the pipe. "Connect to Existing Catch Basin,"per each. "Connect Structure to existing pipe,"per each. 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS 7-08.3(1)C Bedding the Pipe Section 7-08.3(1)C is supplemented by adding the following: +r Pipe bedding for PVC sewer pipe shall consist of clean, granular pea gravel consistent with section 9- 03.12(3). It shall be placed to a depth of 6" over and 6" under the exterior walls of the pipe. Hand compaction of the bedding materials under the pipe haunches will be required. Hand compaction shall be accomplished by using a suitable tamping tool to firmly tamp bedding material under the haunches of the pipe. Care shall be taken to avoid displacement of the pipe during the compaction effort. r 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. 7-08.3(2)B Pipe Laying—General Section 7-08.3(2)B is supplemented by adding the following: Checking of the invert elevation of the pipe may be made by calculations from measurements on the top of the pipe, or by looking for ponding of 1/2" or less, which indicates a satisfactory condition. At manholes, when the downstream pipe(s) is of a larger size, pipe(s) shall be laid by matching the (eight-tenths)flow elevation, unless otherwise approved by the Engineer. All pipe, fittings, etc. shall be carefully handled and protected against damage, impact shocks, and free fall. All pipe handling equipment shall be acceptable to the ENGINEER. Pipe shall not be placed directly on rough ground but shall be supported in a manner which will protect the pipe against injury whenever stored at the trench site or elsewhere. No pipe shall be installed where the lining or coating show defects that may be harmful as determined by the ENGINEER. Such damaged lining or coating shall be repaired, or a new undamaged pipe shall be furnished and installed. HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2850 N 26th-ParkPL\1141 FINAL Specs-2006\20a City Special Provs-2006-DCv02.doc62 irr r The CONTRACTOR shall inspect each pipe and fitting prior to installation to insure that there are not damaged portions of the pipe. Any defective, damaged or unsound pipe shall be repaired or replaced. All foreign matter or dirt shall be removed from the interior of the pipe before lowering into position in the trench. Pipe shall be kept clean during and after laying. All openings in the 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 by the ENGINEER, pipes shall be laid uphill on grades exceeding 10 percent. Pipe which is laid on a downhill grade shall be blocked and held in place until sufficient support is furnished by ' the following pipe to prevent movement. Unless otherwise required, all pipe shall be laid straight between the changes in alignment and at uniform grade between changes in grade. For concrete pipes with elliptical reinforcement, the pipe , shall be placed with the minor axis of the reinforcement in a vertical position. Immediately after the pipe joints has been made, proper gasket placement shall be checked with a feeler gage as approved by the pipe manufacturer to verify proper gasket placement. ' 7-08.3(2)E Rubber Gasketed Joints Section 7-08.3(2)E is supplemented as follows: ' Care shall be taken by the CONTRACTOR to avoid over pushing the pipe and damaging the pipe or joint system. Any damaged pipe shall be replaced by the Contractor at his expense. 7-08.3(2)H Sewer Line Connections , Section 7-04.3(2)H is supplemented by adding the following: (******) All connections not occurring at a manhole or catch basin shall be done utilizing pre-manufactured tee connectors or pipe sections approved by the Engineer. Any other method or materials proposed „r for use in making connections shall be subject to approval by the Engineer. Unless otherwise approved by the Engineer, all connections of lateral sewers to existing mains shall be made through a cast iron saddle secured to the sewer main with stainless steel bands. When the •� existing main is constructed of vitrified clay, plain or reinforced concrete, cast or ductile iron pipe,the existing main shall be core drilled. Connections (unless booted connections have been provided for) to existing concrete manholes shall no 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 we Engineer. 7-08.3(2)J Placing PVC Pipe Section 7-08.3(2)J is an added new section: (******) In the trench, prepared as specified in Section 7-02.3(1)PVC pipe shall be laid beginning at the lower end, with the bell end upgrade. Pea gravel will be used as the bedding material and extend from 6" i below the bottom of the pipe to 6" above the top of the pipe. When it is necessary to connect to a structure with a mudded joint a rubber gasketed concrete adapter-collar will be used at the point of connection. 7-08.4 Measurement The first paragraph of Section 7-08.4 is revised as follows: (******) Gravel backfill for foundations, or gravel backfill for pipe zone bedding when used for foundations, shall be measured by the cubic yard, including haul, as specified in 2-09, or by the TON. r H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2850 N 26th-ParkPL\1141 FINAL Specs-2006\20a City Special Provs-2006-DCO2.docO 7-08.5 Payment Section 7-08.5 is replaced with: Payment will be made in accordance with Section 1-04.1 for each of the following bid items that are included in the proposal: "Gravel Backfill for Foundations Class ", per cubic yard, or Ton. "Gravel Backfill for Pipe Zone Bedding", per cubic yard, or Ton. .. All costs associated with furnishing and installing bedding and backfill material within the pipe zone in the installation of culvert, storm sewer, and sanitary sewer pipes shall be included in the unit contract price for the type and size of pipe installed. "Plugging Existing Pipe",per each. "Commercial Concrete",per cubic yard. "Structure Excavation Class B", per cubic yard. "Structure Excavation Class B Incl. Haul", per cubic yard. Unless specifically identified and provided as separate items, structure excavation, dewatering and backfilling shall be incidental to pipe installation and no further compensation shall be made. All costs in jointing dissimilar pipe with a coupling or concrete collar shall be included in the unit contract price per foot for the size and type of pipe being jointed. ,.. "Shoring or Extra Excavation Class B", per square foot. If this pay item is not in the contract,then it shall be incidental. �. 7-09 PIPE AND FITTINGS FOR WATER MAINS 7-09.3(15)A Ductile Iron Pipe The first paragraph of Section 7-09.3(15)A is revised as follows: Long radius(500 feet or more)curves, either horizontal or vertical,may be laid with standard pipe by deflecting the joints. If the pipe is shown curved in the Plans and no special fittings are shown, the Contractor can assume that the curves can be made by deflecting the joints with standard lengths of pipe. If shorter lengths are required, the Plans will indicate maximum lengths that can be used. The amount of deflection at each pipe joint when pipe is laid on a horizontal or vertical curve shall not an exceed one half of the manufacturer's printed recommended deflections. 7-09.3(15)B Polyvinyl Chloride (PVC)Pipe(4 inches and Over) Section 7-09.3(15)B is supplemented as follows: Polyvinyl Chloride(PVC)Pipe shall not be used for water mains and appurtenances. 7-09.3(17) Laying Ductile Iron Pipe and Fittings with Polyethylene Encasement The title and text of section 7-09.3(17)has been revised as follows: The Contractor shall lay ductile iron pipe with a polyethylene encasement. Pipe and polyethylene encasement shall be installed in accordance with AWWA C105. The polyethylene encasement shall .. also be installed on all appurtenances, such as pipe laterals, couplings, fittings, and valves, with 8 mil. polyethylene plastic in accordance with Section 4-5 of ANSI 21.5 orAWWA C105. The polyethylene wrap shall be tube type and black color. Any damage that occurs to the wrap shall be repaired in accordance with AN SI/AW WA C 105/A21.5-93. Installation of the polyethylene encasement shall be considered incidental to the installation of the pipe and no additional payment shall be allowed. • H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2850 N 26th-ParkPL\1141 FINAL Specs-2006\20a City Special Provs-2006-DCv02.doc64 r .r 7-09.3(19)A Connections to Existing Mains Section 7-09.3(19)A is revised and supplemented as follows: The Contractor may be required to perform the connection during times other than normal working hours. The Contractor shall not operate any valves on the existing system . Water system personnel will operate all valves on the existing system for the contractor when required. , No work shall be performed on the connections unless a representative of the water department is present to inspect the work. When not stated otherwise in the special provisions or on the plans all connections to existing water mains will be done by City forces as provided below: City Installed connections: ' 1. Connections to existing piping and tie-ins are indicated on the drawings. The contractor must verify all existing piping, dimensions, and elevations to assure proper fit. 2. Connections to the existing water main shall not be made without first making the necessary arrangements with the Engineer in advance. ' A two-week advance notice shall be required for each connection which requires a cutting of the existing water mains or a shut-down of the existing water mains. The City reserves the right to re- , schedule the connection if the work area is not ready at the scheduled time for the connection. Work shall not be started until all the materials, equipment and labor necessary to properly complete the work are assembled on site. The Contractor shall provide all saw-cutting, removal and disposal of existing surface improvements, • excavation, haul and disposal of unsuitable materials, shoring, de-watering, foundation material, at the connection areas before the scheduled time for the connection by the City. The Contractor shall provide all materials necessary to install all connections as indicated on the construction plans, including but not limited to the required fittings, couplings, pipe spools, shackle materials to complete the connections. The Contractor shall provide and install concrete blocking, polywrap the piping at the connections, backfill and surface restoration at the locations shown on the plans for the connections to the existing water mains. The City will cut the existing main and assemble all materials. 7-09.3(21) Concrete Thrust Blocking and Dead-Man Block Section 7-09.3(21)has been supplemented by adding the following: Provide concrete blocking at all hydrants, fittings and horizontal or vertical angle points. Conform to The City of Renton standard details for general blocking, and vertical blocks herein. All fittings to be blocked shall be wrapped with 8-mil polyethylene plastic. Concrete blocking shall be properly formed with plywood or other acceptable forming materials and shall not be poured around joints. The forms shall be stripped prior to backfilling. Joint restraint (shackle rods), where required, shall .r be installed in accordance with section 7-11.3(15). Provide concrete dead-man blocks at locations shown on the plans. The dead-man block shall include - reinforcing steels, shackle rods, installation and removal of formwork. Blocking shall be commercial concrete(hand mixed concrete is not allowed)and poured in place. 7-09.3(23) Hydrostatic Pressure Test Section 7-09.3(23) is supplemented and revised as follows: A hydrant meter and a back flow prevention device will be used when drawing water from the City •� system. These may be obtained from the City by completing the required forms and making required H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2850 N 26th-ParkPL\1141 FINAL Specs-2006\20a City Special Provs-2006-DCv02.doc65 w security deposits. There will be a charge for the water used. Before applying the specified test pressure, air shall be expelled completely from the pipe, valves and hydrants. If permanent air vents are not located at all high points, the contractor shall install corporation cocks at such points so that the air can be expelled as the line is filled with water. After all the air has been expelled, the corporation cocks shall be closed and the test pressure applied. At the conclusion of the pressure test, the corporation cocks shall be removed and plugged. The quantity of water required to restore the pressure shall be accurately determined by either 1) w. pumping from an open container of suitable size such that accurate volume measurements can be made by the Owner or, 2)by pumping through a positive displacement water meter with a sweep unit pumping through a positive displacement water meter with a sweep unit hand registering 1 gallon per revolution. The meter shall be approved by the Engineer. Acceptability of the test will be determined by two factors, as follows: 1. The quantity of water lost from the main shall not exceed the number of gallons per hour as r listed in the following table. 2. The loss in pressure shall not exceed 5 psi during the 2 hour test period. All water used to perform hydrostatic pressure shall be charged a usage fee. ., Allowable leakage per 1000 ft. of pipeline* in GPH Nominal Pipe Diameter in inches PSI 6" 8" 10" 12" 16" 20" 24" r 450 0.95 1.27 1.59 1.91 2.55 3.18 3.82 400 0.90 1.20 1.50 1.80 2.40 3.00 3.60 350 0.84 1.12 1.40 1.69 2.25 2.81 3.37 275 0.75 1.00 1.24 1.49 1.99 2.49 2.99 250 0.71 0.95 1.19 1.42 1.90 2.37 2.85 225 0.68 0.90 1.13 1.35 1.80 2.25 2.70 200 0.64 0.85 1.06 1.28 1.70 2.12 2.55 ,,. *If the pipeline under test contains sections of various diameters, the allowable leakage will be the sum of the computed leakage for each size. For those diameters or pressures not listed the formula below shall be used: The quantity of water lost from the main shall not exceed the number of gallons per hour as determined by the formula L=N P 7400 ' in which: L= Allowable leakage,gallons/hour N= No. of joints in the length of pipeline tested D= Nominal diameter of the pipe in inches P= Average test pressure during the leakage test,psi The paragraph stating that"There shall not be an appreciable or abrupt loss in pressure during the 15 minute test eriod."Is deleted. Section 7-09.3(24)A shall be revised and supplemented as follows: (******) 7-09.3(24)A Flushing and "Poly-pigging" Sections of pipe to be disinfected shall first be poly-pigged to remove any solids or contaminated material that may have become lodged in the pipe. If the main cannot be "poly-pigged", then a tap shall be provided large enough to develop a velocity of at least 2.5 fps in the main. ,. The "Poly-pig" shall be equal to Girard Industries Aqua-Swab-AS, 2lb/cu-ft density foam with 90A durometer urethane rubber coating on the rear of the "Poly-pig" only. The "Poly-pig" shall be cylinder shaped with bullet nose or squared end. aw H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2850 N 26th-ParkPL\1141 FINAL Specs-2006\20a City Special Provs-2006-DCO2.doc66 L W The paragraph stating: "Where dry calcium hypochlorite is used for disinfection of the pipe, flushing 40 shall be done after disinfection."is deleted. ' Dechlorination of all water used for disinfection shall be accomplished in accordance with the City's standard detail. Water containing chlorine residual in excess of that carried in the existing water system, shall not be disposed into the storm drainage system or any water way. , 7-09.3(24)D Dry Calcium Hypochlorite Section 7-09.3(24)D has been replaced with: Dry calcium hypochlorite shall not be placed in the pipe as laid. 7-09.3(24)K Retention Period Section 7-09.3(24)K has been revised as follows: Treated water shall be retained in the pipe at least 24 hours but no long than 48 hours. After this period, the chlorine residual at pipe extremities and at other representative points shall be at least 25 mg/1. ' 7-09.3(24)N Final Flushing and Testing Section 7-093(24)N has been revised as follows: Before placing the lines into service, a satisfactory report shall be received from the local or State health department or an approved testing lab on samples collected from representative points in the new system. Samples will be collected and bacteriological tests obtained by the Engineer. , Section 7-09.3(25) is a new additional section: 7-09.3(25) Joint Restraint Systems , General_ Where shown on the plans or in the specifications or required by the engineer,joint restraint system (shackle rods) shall be used. All joint restraint materials used shall be those manufactured by star national products, 1323 Holly avenue PO box 258, Columbus Ohio 43216, unless an equal alternate is approved in writing by the engineer. r Materials: Steel types used shall be: High strength low-alloy steel(cor-ten),ASTM A242, heat-treated, superstar"SST" series. ' High strength low-alloy steel(cor-ten),ASTM A242, superstar "SS" series. Items to be galvanized are to meet the following requirements: , ASTM A153 for galvanizing iron and steel hardware. ASTM A123 for galvanizing rolled,pressed and forged steel shapes. Joint restrainer system components: Tiebolt: ASTM A242, type 2, zinc plated or hot-dip galvanized. SST 7:5/8" for 2" and 3" ■r mechanical joints, 3/4" for 4" to 12" mechanical joints,ASTM A325, type 3D, except tensile strength of full-body threaded section shall be increased to 40,000 lbs. minimum for 5/8" and 60,000 lbs. minimum for 3/4" by heat treating (quenching and tempering) to manufactures reheat and hardness specifications. SST 753: 3/4" for 14" to 24" mechanical joints. same • H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2850 N 26th-ParkPL\1141 FINAL Specs-2006\20a City Special Provs-2006-DCO2.doc67 r ASTM specification as SST 7. SST 77: 3/4" same as SST 7, except 1" eye for 7/8" rod. same ASTM specification as SST 7. Tienut: heavy hex nut for each tiebolt: SS8: 5/8" and 3/4",ASTM A563, grade C3, or zinc .. plated. S8: 5/8" and 3/4",ASTM A563, grade A, zinc plated or hot-dip galvanized Tiecoupling: used to extend continuous threaded rods and are provided with a center stop to aid installation, zinc plated or hot-dip galvanized. SS10: for 5/8" and 3/4" tierods, ASTM .. A563, grade C3. S10: for 5/8" and 3/4" tierods,ASTM A563, grade A. Tierod: continuous threaded rod for cutting to desired lengths, zinc plated or hot-dip galvanized. SS 12: 5/8" and 3/4" diameter, ASTM A242, type 2; ANSI 131.1. S 12: 5/8" and " 3/4" diameter,ASTM A36,A307. Tiewasher: round flat washers, zinc plated or hot-dip galvanized. SS17: ASTM A242, F436. S 17:ANSI B 18.22.1. Installation: Install the joint restraint system in accordance with the manufactures instructions so all joints .. are mechanically locked together to prevent joint separation. Tiebolts shall be installed to pull against the mechanical joint body and not the MJ follower. Torque nuts at 75-90 foot pounds for 3/4" nuts. Install tiecouplings with both rods threaded equal distance into tiecouplings. Arrange tierods symmetrically around the pipe. r Pipe Diameter Number of 3/4" s Tie Rods Required 411........................................2 6"........................................2 811........................................3 .. 10".......................................4 1211.......................................6 141t.......................................8 161t.......................................8 r 2011.......................................10 2411.......................................14 3011.......................................(16-7/8"rods) (24-7/8"rods) ++ Where a manufactures mechanical joint valve or fitting is supplied with slots for "T" bolts instead of holes, a flanged valve with a flange by mechanical joint adapter shall be used instead, so as to provide adequate space for locating the tiebolts. Where a continuous run of pipe is required to be restrained, no run of restrained pipe shall be greater than 60 feet in length between fittings. Insert long body solid sleeves as required on longer runs to keep tierod lengths to the 60 foot maximum. Pipe used in continuously restrained runs shall be ,. mechanical joint pipe and tiebolts shall be installed as rod guides at each joint. Where poly wrapping is required all tiebolts, tienuts, tiecouplings, tierods, and tiewashers, shall be galvanized. All disturbed sections will be painted, to the inspector's satisfaction, with koppers bitomastic no. 300-m, or approved equal. Where poly wrapping is not required all tiebolts, tienuts, tiecouplings, tierods and tiewashers may be galvanized as specified in the preceding paragraph or plain and painted in the entirety with koppers bitumastic no. 800-m, or approved equal. H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2850 N 26th-ParkPL\1141 FINAL Specs-2006\20a City Special Provs-2006-DCv02.doc68 ■r so Tiebolts, tienuts, tiecouplings, tierods, and tiewashers shall be considered incidental to installation of wo the pipe and no additional payment shall be made. 7-09.4 Measurement ' Section 7-09.4 is revised as follows: Measurement of bank run gravel for trench backfill will be by the cubic yard measured by the calculation of neat lines based on maximum trench width per Section 2-09.4 or by the ton, in accordance with Section 1-09. Measurement for payment of concrete thrust blocking and dead-man blocks will be per cubic-yard , when these items are included as separate pay items. If not included as separate pay items in the contract,then thrust blocking and dead-man blocks shall be considered incidental to the installation of the water main and no further compensation shall be made. Measurement for payment for connections to existing water mains will be per each for each , connection to existing water main(s)as shown on the plans. 7-09.5 Payment ' Section 7-09.5 is revised and supplemented as follows: Pipe for Water Main and Fittings In. Diam. , per lineal foot. for each size and kind of " Pie for Water Main _In. The unit contract price per linear foot o P Diam." shall be full pay for all work to complete the installation of the water main including but not limited to trench excavating, bedding, laying and jointing pipe and fittings, backfilling, concrete thrust blocking, installation of polyethylene wrap, cleaning by poly-pigs, vertical crosses for insertion and removal of poly-pigs, temporary thrust blocks and blow-off assemblies, testing, flushing, disinfecting the pipeline, shackle rods, abandoning and capping existing water mains, removing miscellaneous pipes,removing and salvaging existing hydrant assemblies, and other appurtenances to be abandoned as shown on the plans,and cleanup. • "Concrete Thrust Blocking and Dead-Man Blocks", per cubic yard. The unit contract price bid for "Concrete Thrust Blocking and Dead-Man Block" Shall be for the .r complete cost of labor, materials, equipment for the installation of the concrete thrust blocks and dead-man blocks, including but not limited to excavation, dewatering, haul and disposal of unsuitable materials, concrete, reinforcing steel, shackle rods and formwork. If this item is not included in the .r contract schedule of prices, then thrust blocking and dead-man blocks shall be considered incidental to the installation of the pipe and no further compensation shall be made. "Connection to Existing Water Mains", per each. .r The unit contract price per each connection to existing water mains shall be for complete compensation for all equipment, labor, materials required for the connections to the existing water mains. Payment for "removal and replacement of unsuitable material" will be considered incidental to or calculated under other bid items and no further compensation will be made. r "Bank Run Gravel for Trench Backfill",per cubic yard or ton. The unit contract price per cubic yard or ton for "Bank Run Gravel for Trench Backfill" shall be full pay for all work to furnish, place, and compact the material in the trench. Also included in the unit contract price is the disposal of excess and unusable material excavated from the trench. "Foundation Material", per ton or cubic yard. aw H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2850 N 26th-ParkPL\I 141 FINAL Specs-2006\20a City Special Provs-2006-13Cv02.doc69 rl Payment at the unit contract price for "foundation material" shall be full compensation for excavating and disposing of the unsuitable material and replacing with the appropriate foundation material per Section 9-30.713(1). 7-12 VALVES FOR WATER MAINS 7-12.3(1) Installation of Valve Marker Post Section 7-12.3(l)has been revised as follows: Where required, a valve marker post shall be furnished and installed with each valve. Valve marker posts shall be placed at the edge of the right-of-way opposite the valve and be set with 18 inches of " the post exposed above grade. The rest of this section is deleted. r Section 7-12.3(2) is a new section: 7-12.3(2) Adjust Existing Valve Box to Grade .� Valve boxes shall be adjusted to grade in the same manner as for manholes, as detailed in Section 7- 05.3(l) of the Renton Standards. Valve box adjustments shall include, but not be limited to, the locations shown on the Plans. .. Existing roadway valve boxes shall be adjusted to conform to final finished grades. The final installation shall be made in accordance with the applicable portions of Section 7-12. In the event that the existing valve box is plugged or blocked with debris, the Contractor shall use whatever means necessary to remove such debris, leaving the valve installation in a fully operable condition. The valve box shall be set to an elevation tolerance of one-fourth inch (1/4") to one-half inch (1/2") below finished grade. 7-12.4 Measurement +• Section 7-12.4 is supplemented by adding the following: Adjustment of existing valve boxes to grade shall be measured per each, if included as a separate pay item in the Contract; if not a separate pay item but required to complete the work, then value box adjustment shall be considered incidental. Hydrant auxiliary gate valve will be included in the measurement for hydrant assembly and will not be included in this measurement item. 7-12.5 Payment Section 7-12.5 is replaced with the following: "Gate Valve from 4 inch to 10 inch in diameter and Valve Box,"per each. The unit contract price per each for the valve of the specified size, shall be full pay for all labor, equipment and material to furnish and install the valve complete in place on the water main, including trenching,jointing, blocking of valve, painting, disinfecting, hydrostatic testing, cast-iron valve box and extensions as required, valve nut extensions, adjustment to final grade. 12 inch Gate Valve and Concrete Vault," per each. The unit contract price per each for the 12" gate valve assembly, shall be full pay for all labor, equipment and material to furnish and install the valve complete in place on the water main, including trenching, jointing, blocking of valve, by-pass assembly, cast-iron casting and cover, ladder rung, concrete risers as required, adjustment to final grade. L H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2850 N 26th-ParkPL\1141 FINAL Specs-2006\20a City Special Provs-2006-DCO2.doc70 irr 16 inch and larger Butterfly Valve and Concrete Vault," per each. r The unit contract price per each for the 16" and larger butterfly valve assembly, shall be full pay for all labor, equipment and material to furnish and install the valve complete in place on the water main, including trenching, jointing, blocking of valve, painting, disinfecting, hydrostatic testing, concrete vault, cast-iron casting and cover, ladder, concrete risers as required, adjustment to final grade. so "Blow-off assembly," per each. , The unit contract price per each for each blow-off assembly shall be for all, labor, equipment and material to complete the installation of the assembly per the City of Renton Water Standard Detail, latest revision. "Air-Release/Air-Vacuum Valve Assembly," per each. I The unit contract price per for air-release/air-vacuum valve assembly shall be for all, labor, equipment and material to complete the installation of the assembly including but not limited to, excavating, tapping the main, laying and jointing the pipe and fittings and appurtenances, backfilling, testing, flushing, and disinfection, meter box and cover, at location shown on the plans, and per City of Renton Standard Detail, latest revision. "Adjust Existing Valve Box to Grade(RC)," per each. The contract bid price for"Adjust Existing Valve Box to Grade" above shall be full compensation for all labor, material,tools and equipment necessary to satisfactorily complete the work as defined in the Contract Documents, including all incidental work. If not included as a separate pay item in the Contract,but required to complete other work in the Contract,then adjustment of valve boxes shall be considered incidental to other items of work and no further compensation shall be made. 7-14 HYDRANTS 7-14.3(1) Setting Hydrants ' Paragraph four and five of Section 7-14.3(1) is revised and the section is supplemented as follows: After all installation and testing is complete, the exposed portion of the hydrant shall be painted with two field coats.The type and color of paint will be designated by the Engineer. Any hydrant not in service shall be identified by covering with a burlap or plastic bag approved by the Engineer. Hydrants shall be installed in accordance with AWWA specifications C600-93, Sections 3.7 and 3.8.1 w and the City of Renton standard details. Hydrant and guard posts shall be painted in accordance with the water standard detail. Upon completion of the project, all fire hydrants shall be painted to The City of Renton specifications and guard posts painted with two coats of preservative paint NO. 43- 655 safety yellow or approved equal. Fire hydrants shall be of such length as to be suitable for r installation with connections to 6", 8" AND 10" piping in trenches 3 - 1/2 feet deep unless otherwise specified. The hydrant shall be designed for a 4-1/2 foot burial where 12" and larger pipe is shown unless otherwise noted on the plan. Fire hydrant assembly shall include: cast-iron or ductile iron tee (MJ x FL), 6" gate valve (FL x MJ), 6" DI spool (PE x PE), 5-1/4" MVO fire hydrant (MJ connection), 4" x 5" Stortz adapter, cast iron valve box and cover, 3/4" shackle rods and accessories, concrete blocks and two concrete guard posts (only if hydrants are outside right-of-way). .� Joint restraint(Shackle Rods) shall be installed in accordance with Section 7-11.3(15). r so H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2850 N 26th-ParlcPL\l 141 FINAL Specs-2006\20a City Special Provs-2006-DCv02.doc71 , f 7-14.3(3) Resetting Existing Hydrants Section 7-14.3(3) is supplemented by adding the following: .. All hydrants shall be rebuilt to the approval of the City(or replaced with a new hydrant). All rubber gaskets shall be replaced with new gaskets of the type required for a new installation of the same type. 7-14.3(4) Moving Existing Hydrants Section 7-14.3(4)is supplemented by adding the following: All hydrants shall be rebuilt to the approval of the City(or replaced with a new hydrant). All rubber gaskets shall be replaced with new gaskets of the type required for a new installation of the same type. 7-14.5 Payment Section 7-14.5 is revised as follows: Payment will be made in accordance with Section 1-04.1, for each of the following bid items that are .. included in the proposal: "Hydrant Assembly", per each. The unit contract price per each for"Hydrant Assembly" shall be full pay for all work to furnish and install fire hydrant assemblies, including all costs for auxiliary gate valve, shackles, tie rods, concrete blocks, gravel, and painting and guard posts required for the complete installation of the hydrant assembly as specified. The pipe connecting the hydrant to the main shall be considered incidental and no additional payment shall be made. "Resetting Existing Hydrants",per each. The unit contract price per each for "Resetting Existing Hydrant" shall be full pay for all work to reset the existing hydrant, including rebuilding (or replacement with a new hydrant), shackling, blocking, painting, and guard posts and reconnecting to the main. The new pipe connecting the hydrant to the main shall be considered incidental and no additional payment shall be made. . Guard posts, shown on the plans shall be incidental to the contract. "Moving Existing Hydrants",per each. The unit contract price per each for"Moving Existing Hydrant" shall be full pay for all work to move the existing hydrant, including new tee, rebuilding (or replacement with a new hydrant), shackling, blocking, painting, and guard posts and reconnecting to the main. The new pipe connecting the hydrant to the main shall be considered incidental and no additional payment shall be made . Guard posts, shown on the plans shall be incidental to the contract. 7-15 SERVICE CONECTIONS 7-15.3 Construction Details Section 7-15.3 is supplemented as follows: Pipe materials used to extend or replace existing water service lines shall be copper. Where installation is in existing paved streets, the service lines shall be installed by a trenchless percussion and impact method (hoe-hogging). If the trenchless percussion and impact method fails, .., regular open trench methods may be used. • H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2850 N 26th-ParkPL\1141 FINAL Specs-2006\20a City Special Provs-2006-DCv02.doc72 7-15.5 Payment Section 7-15.5 is revised as follows: Payment will be made in accordance with Section 1-04.1, for the following bid item when it is included in the proposal: "Service Connection In. Diam.", per each. The unit contract price per each for "Service Connection In. Diam." shall be full pay for all work to install the service connection, including but not limited to, excavating or (hoe-hogging), tapping the main, laying and jointing the pipe and fittings and appurtenances, backfilling, testing, flushing, and disinfection of the service connection. 7-17 SANITARY SEWERS r 7-17.2 Materials Section 7-17.2 is replaced with the following: (******) Pipe used for sanitary sewers may be: 'D Rigid Thermoplastic Concrete PVC (Polyvinyl Chloride) .r Ductile Iron All sanitary sewer pipe shall have flexible gasketed joints unless otherwise specified. It is not intended that materials listed are to be considered equal or generally interchangeable for all r applications. The Engineer shall determine from the materials listed those suitable for the project, and shall so specify in the specifications or plans. , Materials shall meet the requirements of the following sections. Plain Concrete Storm Sewer Pipe 9-05.7(1) Reinforced Concrete Storm Sewer Pipe 9-05.7(2) Solid Wall PVC Sanitary Sewer Pipe 9-05.12(1) Profile Wall PVC Sanitary Sewer Pipe 9-05.12(2) Ductile Iron Sewer Pipe 9-05.13 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(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. 7-17.3(2)H Television Inspection Section 7-17.3(2)H is supplemented by adding the following: Once the television inspection has been completed the contractor shall submit To the Engineer the written reports of the inspection plus the 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 will be run at standard speed SP(1 5/16 I.P.S.). HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2850 N 26th-ParkPL\1141 FINAL Specs-2006\20a City Special Provs-2006-DCO2.doc73 wr 7-17.4 Measurement Section 7-17.4 is supplemented as follows: Measurement of"Bank Run Gravel for Trench Backfill Sewer" will be determined by the cubic yard in place,measured by the neat line dimensions shown in the Plans, or by the Ton on truck tickets. 7-17.5 Payment Section 7-17.5 is revised and supplemented as follows: Payment will be made in accordance with Section 1-04.1, for each of the following bid items that are included in the proposal: "Plain Conc. Sewer Pipe_In. Diam.", per linear foot. "C1. Reinf. Conc. Sewer Pipe_In. Diam.", per linear foot. "PVC—Sanitary Sewer Pipe In. Diam.", per linear foot. "Ductile Iron Sewer Pipe In. Diam.",per linear foot. The unit contract price per linear foot for sewer pipe of the kind and size specified shall be full pay for furnishing, hauling, and assembling in place the completed installation including all wyes, tees, +r special fittings, joint materials, bedding material, and adjustment of inverts to manholes for the completion of the installation to the required lines and grades. "Testing Sewer Pipe", per linear foot. 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. r "Removal and Replacement of Unsuitable Material", per cubic yard. The unit contract price per cubic yard for "Removal and Replacement of Unsuitable Material" shall be full pay for all work to remove unsuitable material and replace and compact suitable material as .. specified in Section 7-08.3(1)A. "Bank Run Gravel for Trench Backfill Sewer", per cubic yard, or Ton. The unit contract price per cubic yard, or Ton for"Bank Run Gravel for Trench Backfill Sewer" shall be full pay for all work to furnish, place, and compact material in the trench. "Television Inspection",per linear foot. H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2850 N 26th-ParkPL\1141 FINAL Specs-2006\20a City Special Provs-2006-DCv02.doc74 it 8-09 RAISED PAVEMENT MARKERS 8-09.5 Payment Section 8-09.5 has been revised as follows: Payment will be made for each of the following bid items that are included in the proposal: "Raised Pavement Marker Type 1", per each. "Raised Pavement Marker Type 2", per each. "Raised Pavement Marker Type 3- In.",per each. "Recessed Pavement Marker",per each. The unit contract price per each for "Raised Pavement Marker Type I", "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. 8-13 MONUMENT CASES , 8-13.1 Description Section 8-13.1 is revised and supplemented as follows: (******) This work shall consist of furnishing and placing monument cases and covers, in accordance with the Standard Plans and these Specifications, in conformity with the lines and locations shown in the Plans or as staked by the Engineer or by the Contractor supplied surveyor. 8-13.3 Construction Requirements Paragraphs 2 and 3 of Section 8-13.3 is revised and supplemented as follows: The monument will be furnished and set by the Engineer or by the Contractor supplied surveyor. When existing monuments will be impacted by a project, the Contractor shall be responsible for assuring that a registered surveyor references the existing monuments prior to construction. After construction is complete, the monuments shall be re-established by the surveyor in accordance with RCW58.09.130. 8-13.4 Measurement .r Section 8-13.4 is supplemented by adding the following: All costs for surveying and resetting existing monuments impacted by construction shall be considered incidental to the contract unless specifically called out to be paid as a bid item. 8-13.5 Payment Section 8-13.5 is supplemented by adding the following: "Reset Existing Monument" per each. Resetting an existing monument impacted by construction shall be incidental unless included as a pay , item in the Schedule of Prices. ■r H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2850 N 26th-ParkPL\1141 FINAL Specs-2006\20a City Special Provs-2006-DCv02.doc75 ai 8-14 CEMENT CONCRETE SIDEWALKS 8-14.3(4) Curing rr Section 8-14.3(4) is replaced with: The curing materials and procedures outlined in Section 5-05.3(13) of the Standard Specifications shall prevail, except that white pigmented curing compound shall not be used on sidewalks. The ® curing agent shall be applied immediately after brushing and be maintained for a period of 5 days. The Contractor shall have readily available sufficient protective covering, such as waterproof paper or plastic membrane, to cover the pour of an entire day in the event of rain or other unsuitable weather. During the curing period, all traffic, both pedestrian and vehicular, shall be excluded. Vehicular traffic shall be excluded for such additional time as the Engineer may specify. The Contractor shall be responsible for barricading, patrolling, or otherwise protecting the newly r P laced concrete to prevent damage. Damaged, vandalized discolored stained or unsightly concrete shall be removed and replaced at the expense of the Contractor. �. 8-14.4 Measurement Section 8-14.4 is supplemented by adding the following: When the contract contains a pay item for"Curb Ramp, Cement Concrete," the per each measurement r shall include all costs for the complete installation per the plans and standard details including expansion joint material, curb and gutter and ramped sidewalk section. Sawcutting, removal and disposal of excavated materials including existing pavement and sidewalk, crushed surfacing base materials and all other work, materials and equipment required per Section 8-14 shall be included in the per each price for "Curb Ramp, Cement Concrete" unless any of these other items are listed and specified to be paid as separate pay items. If the contract does not provide a pay item for "Curb Ramp, Cement Concrete," but the plans call for such installation,then quantities shall be measured with and paid for under the bid items for Curb and Gutter and for Cement Concrete Sidewalk. When curb ramps are to be constructed of asphalt concrete, the payment shall be included in the pay item for "Miscellaneous and/or Driveway Asphalt Concrete." 8-14.5 Payment Section 8-14.5 is supplemented by adding the following: "Curb Ramp, Cement Concrete," per each. Payment for excavation of material not related to the construction of the sidewalk but necessary before the sidewalk can be placed, when and if shown in the Plans, will be made in accordance with the provisions of Section 2-03. Otherwise, the Contractor shall make all excavations including haul and disposal, regardless of the depth required for constructing the sidewalk to the lines and grades • shown, and shall include all costs thereof in the unit contract price per square yard for"Cement Conc. Sidewalk"and the per each contract price for"Curb Ramp, Cement Concrete." 8-17 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." H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2850 N 26th-ParkPL\1141 FINAL Specs-2006\20a City Special Provs-2006-DCv02.doc76 r no 8-20 ILLUMINATION,TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL 8-20.2(1) Equipment List and Drawings Paragraphs four of Section 8-20.2(1) are revised and supplemented with the following: „r The Contractor shall submit for approval six sets of shop drawings for each of the following types of standards called for on this project: 1. Light standards with or without pre-approved plans. 2. Signal standards with or without pre-approved plans. • 3. Combination Signal and lighting standards. 4. Metal Strain Poles. Paragraph five of Section 8-20.2(1) is deleted. Paragraph six of Section 8-20.2(1) is deleted. Section 8-20.2(1) is supplemented as follows: The Contractor also shall submit either on the signal standard shop drawings or attached to the signal standard shop drawings all dimensions to clearly show the specific mast arm mounting height and signal tenon locations for each signal pole to be installed. MOVED TO SECTION 5-06 Seetion 8 20.3(2)has been supplemented by ad ing the folio CITY OF RENTON TRENCH RESTORATION TION AND STREET !1[7E AV R 11U REMENTS 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, w hash marks, and other applications. Hash mark stripes shall be placed on 45-degree angle and 10 feet apart. H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2850 N 26th-ParkPL\1141 FINAL Specs-2006\20a City Special Provs-2006-DCO2.doc77 .s 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. Two Way Left Turn Line(Replacement) A SOLID YELLOW line, 4 inches wide, with a BROKEN YELLOW line, 4 inches wide, separated .• by a 4-inch space. The broken or "skip"pattern shall be based on a 24-foot unit consisting of a 9-foot line and a 15-foot space. The solid line shall be installed to the right of the broken line in the direction of travel. Crosswalk Line(Replacement) A SOLID WHITE line, 8 inches wide and 10 feet long, installed parallel to another crosswalk stripe and parallel to the direction of traffic flow and centered in pairs on lane lines and the center of lanes. See detail sheet. Stop Line(Replacement) A SOLID WHITE line 12, 18, or 24 inches wide as noted on the Contract plans. 8-22.3(5) Installation Instructions Section 8-22.3(5)is revised as follows: (******) A manufacturer's technical representative need not be present at the initial material installation to approve the installation procedure. 8-22.5 Payment Section 8-22.5 is supplemented as follows: (******) "Approach Stripe,"per linear foot. "Remove Paint Line ....."wide,"per linear foot.* "Remove Plastic Line ......" Wide," per linear foot.* 'Remove existing traffic markings, "per lump sum.* *The linear foot contract price for'Remove Paint Line' and 'Remove Plastic Line" and the lump sum contract price for 'Remove existing traffic markings shall be full compensation for furnishing all labor, tools, material, and equipment necessary for removal of existing traffic markings as per the plans, specifications and detail sheets. If these pay items do not appear in the contract schedule of prices, then the removal of old or conflicting traffic markings required to complete the channelization of the project as shown on the plans or detail sheets shall be considered incidental to other items in the contract and no further compensation shal I be made. 8-23 TEMPORARY PAVEMENT MARKINGS 8-23.5 Payment Section 8-23.5 is supplemented with the following: (******) If no pay item is included in the contract for installation or for removal of temporary pavement markings then all costs associated with these items are considered incidental to other items in the contract or included under"Traffic Control," if that item is included as a bid item. H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2850 N 26th-ParkPL\1141 FINAL Specs-2006\20a City Special Provs-2006-13CW2.doc78 r 8-24.3(1) Rock Wall Added SWP-27- Section 8-24.3(1) is supplemented with the following: 8-24.3(1)F Construction Requirements (new section) The rock unloading at the site will be done in such a manner as to segregate the rock by the size ranges indicated in the preceding paragraph. • The walls shall be started by excavating a trench, not less than 6 inches or more than one foot in depth below subgrade in excavation sections, or not less than 6 inches or more than one foot in depth below the existing ground level in embankment sections. Areas on which the rockery is to be placed shall be s trimmed and dressed to conform to the elevation or slope indicated. The rock wall construction shall start as soon as possible upon the completion of the cut or fill section. Rock selection and placement shall be such that there will be no open voids in the exposed face of the wall over 6 inches across in any direction. The rocks shall be placed and keyed together with a minimum of voids. Particular attention shall be given to the placing and keying together of the final course of all rockeries. The final course shall have a continuous appearance and be placed to minimize erosion of the backfill material. The larger rocks shall be placed at the base of the rockery s so that the wall will be stable and have a stable appearance. The rocks shall be carefully placed by mechanical equipment and in a manner such that the longitudinal axis if the rock shall be at right angles or perpendicular to the rockery face. The rocks shall have all inclining faces sloping to the - back of the rockery. Each row of rocks will be seated as tightly and evenly as possible on the rock below in such a manner that there will be no movement between the two. After setting a course of rock, all voids between the rocks shall be chinked on the back with quarry rock to eliminate any void sufficient to pass a 2 inch square probe. .. 8-24.3(1)F.1 Rockery Backfill The wall backfill shall consist of 1-1/2 inch minus crushed rock or gravel conforming to section 9- 03.9(3). This material will be placed to an 8 inch minimum thickness between the entire wall and the cut or fill material. The backfill material will be placed in lifts to an elevation approximately 6 inches below the course of rocks placed. The backfill will be placed after each course of rocks. Any backfill material on the bearing surface of the rock course will be removed before setting the next course. s 8-24.3(1)F.2 Drain Pipe A 4 inch diameter perforated pvc pipe shall be placed as a footing drain behind the rockeries as shown s in the standard plans, and connected to the storm drainage system where shown. 8-24.3(1)F.3 Rejection Of Material The inspector will have the authority to reject any defective material and to suspend any work that is being improperly done, subject to the final decision of the engineer. All rejected material will be removed from the construction site and any rejected work shall be repaired or replaced at no additional cost to the Owner. 8-24.3(1)G Measurement Measurement of the finished rock wall for payment will be made from the footing grade to the top of the wall and rounded to the nearest square yard. 8-24.3(1)H Payment Payment will be made under the item "rock retaining wall",per square yard. ar The unit price per square yard shall be full compensation for the rockery/rock retaining wall in place and shall include all work, materials, and equipment required to complete the installation, including drainage pipe and all other items. r .r H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2850 N 26th-ParkPL\1141 FINAL Specs-2006\20a City Special Provs-2006-DCO2.doc79 (January 5,2004) 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: ,.c 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: rr Nonstatistical Commercial Evaluation Evaluation Aggregate, percent passing 1", 3/4", '/2", and 3/8"sieves ±6% ±8% U.S.No. 4 sieve ±6% ±8% U.S.No. 8 sieve ±6% ±8% U.S.No. 16 sieve ±4% +6% U.S.No. 30 sieve ±4% ±6% U.S.No. 50 sieve ±4% +6% 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. 9-05 DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS 9-05.4 Steel Culvert Pipe and Pipe Arch (RC) Section 9-05.4 is revised as follows: Steel culvert pipe and pipe arch shall meet the requirements of AASHTO M 36, Type I and Type II. Welded seam aluminum coated (aluminized) corrugated steel pipe and pipe arch with metallized coating applied inside and out following welding is acceptable and shall be asphalt treatment coated. 9-05.7(2) Reinforced Concrete Storm Sewer Pipe (RC) Section 9-05.7(2)is replaced by the following: (******) Reinforced Concrete Storm Sewer pipe shall conform to the requirements ofASTM C-76 and shall be Class IV. Cement used in the manufacture of reinforced concrete pipe shall be Type II in conformance with ASTM C150. No admixture shall be used unless otherwise specified. H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2850 N 26th-ParkPL\I 141 FINAL Specs-2006\20a City Special Provs-2006-DCv02.doc80 W 9-05.7(2)A Basis for Acceptance(RC) M Section 9-05.7(2)A is supplemented by the following: All pipe shall be subject to (1) a three-edge-bearing strength (D-load) test in accordance with ASTM C76; and (2) a hydrostatic test of rubber gasket joints in accordance with ASTM C361 or AWWA C302 except test pressure shall be 5 psi. 9-05.7(3) Concrete Storm Sewer Pipe Joints (RC) Section 9-05.7(3) is replaced by the following: Joint assembly design shall be reinforced concrete bell and spigot type incorporating a fully retained single rubber gasket in accordance with ASTM C361 or AWWA C302. Rubber gasket material shall be neoprene. 9-05.7(4) Testing Concrete Storm Sewer Pipe Joints (RC) Section 9-05.7(4) is supplemented by the following: Hydrostatic testing of rubber gasket joints shall be performed in accordance with ASTM C361 or AWWA C302 except test pressure shall be 5 psi. 9-05.9 Steel Spiral Rib Storm Sewer Pipe (RC) Section 9-05.9 is replaced with: The manufacturer of spiral rib storm sewer pipe shall furnish the Engineer a Manufacturer's Certificate of Compliance stating that the materials furnished comply in all respects with these Specifications. The Engineer may require additional information or tests to be performed by the Contractor at no expense to the State. Unless otherwise specified, spiral rib storm sewer pipe shall be furnished with pipe ends cut perpendicular to the longitudinal axis of the pipe. Pipe ends shall be cut evenly. Spiral rib pipe shall be fabricated either by using a continuous helical lock seam or a continuous helical welded seam paralleling the rib. Steel spiral rib storm sewer pipe shall be manufactured of metallic coated (aluminized or galvanized) M corrugated steel and inspected in conformance with Section 9-05.4. The size, coating, and metal shall be as shown in the Plans or in the Specifications. For spiral rib storm sewer pipe, helical ribs shall project outwardly from the smooth pipe wall and we shall be fabricated from a single thickness of material. The ribs shall be essentially rectangular and shall be 3/4 inch plus two times the wall thickness (2t) plus or minus 1/8 inch (measured outside to outside) and a minimum of 0.95 inch high (measured as the minimum vertical distance from the outside of pipe wall immediately adjacent to the lockseam or stiffener to the top surface of rib). The maximum spacing of the ribs shall be 11.75 inches center to center(measured normal to the direction of the ribs). The radius of bend of the metal at the corners of the ribs shall be a minimum of 0.10 inch and a maximum of 0.17 inch. If the sheet between adjacent ribs does not contain a lockseam, a stiffener shall be included midway between ribs, having a nominal radius of 0.25 inch and a minimum height of 0.20 inch toward the outside of the pipe. Pipe shall be fabricated with ends that can be effectively jointed with coupling bands. When required, spiral rib or narrow pitch spiral rib pipe shall be bituminous treated or paved. The bituminous treatment for spiral rib pipe shall conform to the requirements of Sections 9-05.4(3) and 9-05.4(4). For narrow pitch spiral rib sewer pipe, the helical ribs shall project outwardly from the smooth pipe wall and shall be fabricated from a single thickness of material. The ribs shall be .375 inch+ 1/8 inch wide (measured outside to outside) and a minimum of .4375 inch high (measured as the minimum ,. vertical distance of ribs shall be 4.80 inches center to center(measured normal to the direction of the H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2850 N 26th-ParkPL\1141 FINAL Specs-2006\20a City Special Provs-2006-DCv02.doc81 ribs). The radius of bend of the metal at the corners of the ribs shall be 0.0625 inch with an allowable tolerance of+ 10 percent. 9-05.12(3) CPEP Sewer Pipe .. Section 9-05.12(3) is a new additional section: CPEP - Smooth interior pipe and fittings shall be manufactured from high density polyethylene resin which shall meet or exceed the requirements of Type 111, Category 4 or 5, Grade P33 or P34, Class C per ASTM D1248. In addition, the pipe shall comply with all material and stiffness requirements of AASHTO M294. 9-5.13 Ductile Iron Sewer Pipe Added Project SWP-27 Supplement this section with the following: Ductile iron pipe for storm sewers shall conform to ANSI/AWWA C151/A21.51-91 Standards, except the minimum nominal thickness shall be as follows: 8" = 0.33" (Class 52) 12" = 0.37" (Class 52) Grade of iron shall be 60-42-10. The pipe shall be cement lined and the exterior shall be coated with an asphaltic coating. Each length shall be plainly marked with the manufacturer's identification, year cast, thickness, class of pipe and weight. The pipe shall be furnished with mechanical joint or push-on joint, conforming to ANSI/AWWA C111/A21.11-85 Standards. The pipe manufacturer shall certify in writing that the inspection and all of the specified tests for both pipe and gaskets being supplied under this Contract have been made, and that the results thereof comply with the requirements of the Standard. Joints shall be "made up" in accordance with the manufacturer's recommendations. WW Standard joint materials, including rubber ring gaskets, shall be furnished with the pipe. Material shall be suitable for the specified pipe sizes. L All fittings shall be short-bodied ductile iron cement-mortar-lined, with a minimum rating of 250 psi working pressure, complying with ANSI/AWWA C110 or C153 Standards. The type of joint shall be "Tyton", mechanical joints. r 9-05.14 ABS Composite Sewer Pipe Section 9-05.14 is deleted 9-05.17 Aluminum Spiral Rib Storm Sewer Pipe Section 9-05.17 is replaced with: Unless otherwise specified, spiral rib storm sewer pipe shall be furnished with pipe ends cut perpendicular to the longitudinal axis of the pipe. Pipe ends shall be cut evenly. Spiral rib pipe shall be fabricated by using a continuous helical lock seam with a seam gasket. H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2850 N 26th-ParkPL\1141 FINAL Specs-2006\20a City Special Provs-2006-DCv02.doc82 For spiral rib storm sewer pipe, helical ribs shall project outwardly from the smooth pipe wall and shall be fabricated from a single thickness of material. The ribs shall be 3/4 inch wide by 3/4 inch deep with a nominal spacing of 7-1/2 inches center to center. Pipe shall be fabricated with ends that can be effectively jointed with coupling bands. r For narrow pitch spiral rib storm sewer pipe, helical ribs shall project outwardly from the smooth pipe wall and shall be fabricated from a single thickness of material. The ribs shall be 0.375 inch + 1/8 inch wide (measured outside to outside) and a minimum spacing of ribs shall be 4.80 inches center to center(measured normal to the direction of the ribs). The radius of bend of the metal at the corners of • the ribs shall be 0.0625 inch with an allowable tolerance of+ 10 percent. For wide pitch spiral rib storm sewer pipe, helical ribs shall project outwardly from the smooth pipe r wall and shall be fabricated from a single thickness of material. The ribs shall be 3/4 inch± 1/8 inch wide (measured outside to outside) and a minimum of 0.95 inch high (measured as the minimum vertical distance from the outside of pipe wall to top surface of the rib). The maximum spacing of ribs shall be 11.75 inches center to center (measured normal to the direction of the ribs). The radius of bend of the metal at the corners of the ribs shall be 0.0625 inch with an allowable tolerance of+ 10 percent. 9-05.19 Corrugated Polyethylene Culvert Pipe (CPEP) Added Project SWP-27 9-05.19(1) Description Corrugated Polyethylene Pipe (CPEP) shall be corrugated high-density polyethylene pipe with smooth internal wall manufactured by Advanced Drainage Systems (ADS), or approved equivalent. 9-05.19(2) Pipe Material and Fabrication CPEP shall be in conformance with the latest version of ASTM F 667 or AASHTO M 294, Type S. 9-05.19(3) Fittings and Gaskets .. Fittings shall be gasketed PVC fittings. Gaskets shall conform to ASTM F 477. Fittings shall conform to ASTM F 1536 or ASTM D 3212. Fittings shall be manufactured by Nyloplast USA, Inc., or approved equivalent. _ 9-05.19(4) Installation Pipe and fittings shall be installed per the manufacturer's recommendations. Lubricate gasket and fitting socket with manufacturer-approved lubricant prior to pushing pipe into fitting. .r ■r r H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2850 N 26th-ParkPL\1141 FINAL Specs-2006\20a City Special Provs-2006-DCv02.doc83 9-05.21 High Density Polyethylene Pipe (HDPE) (New Section) Project SWP-27 DRISCOPLEXTm 4000 and DRISCOPLEXTm 4100 High-density Polyethylene Piping 1 General Terms and Conditions 1.1 Scope - This specification covers requirements for DriscoPlexTm 4000 and DriscoPlexTM 4100 PE 3408 high-density polyethylene piping. All work shall be performed in accordance with these specifications. 1.2 Engineered and Approved Plans - Construction shall be performed in accordance with engineered construction plans for the work prepared under the direction of a Professional Engineer. 1.3 Referenced Standards - Where all or part of a Federal, ASTM, ANSI, AWWA, etc., standard specification is incorporated by reference in these Specifications, the reference standard shall be the latest edition and revision. 1.4 Licenses and Permits - A licensed and bonded Contractor shall perform all pipe construction work. The Contractor shall secure all necessary permits before commencing construction. 1.5 Inspections - All work shall be inspected by an Authorized Representative of the Owner 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 Project Engineer or his Authorized Representative, shall, by written notice, order further construction to cease until all deficiencies are corrected. 2 Polyethylene Pipe and Fittings 2.1 Qualifications of Manufacturers - The Manufacturer shall have manufacturing and quality assurance facilities capable of producing and assuring the quality of the pipe and fittings required by these Specifications. The Manufacturer's production facilities shall be open for inspection by the Owner or his Authorized Representative. The Project Engineer shall approve qualified Manufacturers. 2.3 Materials - Black PE materials used for the manufacture of polyethylene pipe and fittings shall be PE 3408 high density polyethylene meeting ASTM D 3350 cell classification 345464C and shall be Listed in the name of the pipe and fitting Manufacturer in PPI (Plastics Pipe Institute) TR-4 with a standard grade HDB rating of 1600 psi at 73°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 shall certify that the materials used to manufacture pipe and fittings meet these requirements. 2.4 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. H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2850 N 26th-ParkPL\1 141 FINAL Specs-2006\20a City Special Provs-2006-DCv02.doc84 2.9 Polyethylene Fittings & Custom Fabrications - Polyethylene fittings and custom fabrications shall be molded or fabricated by the Approved Pipe Manufacturer. All fittings and custom fabrications shall be pressure rated for the same internal pressure rating as the mating pipe. 2.10 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. 2.11 Fabricated Fittings - Fabricated fittings shall be made by heat fusion joining specially machined shapes cut from pipe, polyethylene sheet stock or molded fittings. Fabricated fittings shall be rated for internal pressure service at least equal to the full service pressure rating of the mating pipe. Fabricated fittings shall be tested in accordance with AWWA C906. 2.12 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. 2.13 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. 2.14 MJ Adapters - MJ Adapters 4" thru 16" may be provided with optional Stainless Steel Stiffener upon request. MJ Adapters 14 and above shall be provided with Heavy Duty Back-up Ring Kits. All MJ Adapters 18" and above must be provided with Stainless Steel stiffeners. 3 Joining 3.1 Heat Fusion Joining - Joints between plain end pipes and fittings shall be made by butt fusion. Joints between the main and saddle branch fittings shall be made using saddle fusion. The butt fusion and saddle fusion procedures used shall be procedures that are recommended by the pipe and fitting Manufacturer. The Contractor shall ensure that persons making heat fusion joints have receive training in the Manufacturer's recommended procedure. The Contractor shall maintain records of trained personnel, and shall certify that training was received not more than 12 months before commencing construction. External and internal beads shall not be removed. 3.2 Joining by Other Means - Polyethylene pipe and fittings may be joined together or to other materials by means of (a) flanged connections (flange adapters and back-up rings), (b) mechanical couplings designed for joining polyethylene pipe or for joining polyethylene pipe to another material, (c) MJ Adapters or (d) electrofusion. When joining by other means, the installation instructions of the joining device manufacturer shall be observed. 4 Installation .. H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2850 N 26th-ParkPL\1141 FINAL Specs-2006\20a City Special Provs-2006-DCO2.doc85 4.1 General - When delivered, a receiving inspection shall be performed and any shipping damage shall be reported to the manufacturer within 7 days. Installation shall be in accordance with ASTM D 2774, Manufacturer's recommendations and this specification. All necessary precautions shall be taken to ensure a safe working environment in accordance with all applicable safety codes and standards. 4.2 Excavation - Trench excavations shall conform to the plans and drawings, as authorized in writing by the Project Engineer or his Approved Representative and in accordance with all applicable codes. The Contractor shall remove excess groundwater. Where necessary, trench walls shall be shored or reinforced, and all necessary precautions shall be taken to ensure a safe working environment. 4.3 Large Diameter Fabricated Fittings - Not more than one plain-end connection of 16" IPS and larger fabricated directional fittings (elbows, tees, etc.) shall be butt fused to the end of a pipe length before placing the assembly into the trench. The remaining fitting connections shall be made in the trench using butt fusion, flange or other connection means in accordance with 3.2. Flange and other mechanical connections shall be assembled, and tightened in accordance with the connection manufacturer's instructions and 4.4. Handling, lifting, moving or lowering a 16" IPS or larger fabricated fitting that is connected to more than one pipe length is prohibited. The installing contractor at his expense shall correct fitting damage caused by such improper handling. 4.4 Mechanical Joint & Flange Installation - Mechanical joint and flange connections shall be installed in accordance with the Manufacturer's recommended procedure. MJ Adapters and flanges shall be centered and aligned to the mating component before assembling and tightening bolts. In no case shall MJ gland or flange bolts be used to draw the connection into alignment. Bolt threads shall be lubricated, and flat washers should be used under the nuts. Bolts shall be evenly tightened according to the tightening pattern and torque step recommendations of the Manufacturer. At least 1 hour after initial assembly, flange connections shall be re-tightened following the tightening pattern and torque step recommendations of the Manufacturer. The final tightening torque shall be as recommended by the Manufacturer. 4.6 Pipe Handling - When lifting with slings, only wide fabric choker slings capable of safely carrying the load shall be used to lift, move, or lower pipe and fittings. Wire rope and chain are prohibited. Slings shall be of sufficient capacity for the load, and shall be inspected before use. Worn or damaged equipment shall not be used. 4.7 Backfilling - Embedment material soil type and particle size shall be in accordance with ASTM D 2774. Embedment shall be placed and compacted to at least 90% Standard Proctor Density in 6" lifts to at least 6" above the pipe crown. During embedment placement and compaction, care shall be taken to ensure that the haunch areas below the pipe spring- line are completely filled and free of voids. 5 Testing .. H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2850 N 26th-ParkPLA 141 FINAL Specs-2006\20a City Special Provs-2006-DCv02.doc86 5.1 Fusion Quality - The Contractor shall ensure that field set-up and operation of the fusion equipment, and the fusion procedure used by the Contractor's fusion operator while on site. Upon request by the Owner, the Contractor shall verify field fusion quality by making and testing a trial fusion. The trial fusion shall be allowed to cool completely; then test straps shall be cut out and bent strap testing in accordance with ASTM D 2657. If the bent strap test of the trial fusion fails at the joint, the field fusions represented by the trial fusion shall be rejected. The Contractor at his expense shall make all necessary corrections to equipment, set-up, operation and fusion procedure, and shall re-make the rejected fusions. r r ,a j j l t H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Prgiects(CIP)\27-2850 N 26th-ParkPL\1141 FINAL Specs-2006\20a City Special Provs-2006-DCO2.doc87 a "' 9-08 PAINTS 9-08.8 Manhole Coating System Products „r Section 9-08.8 is a new section and subsections: 9-08.8(1) Coating Systems Specification r. A. High Solids Urethane Coating System: C 1 Coating Material: High Solids Urethane Surfaces: Concrete Surface In accordance with SSPC Preparation: SP-7(Sweep or brush off blast) Application: Shop/Field The drying time between coats shall not exceed 24hours in any case System Thickness: 6.0 mils dry film Coatings: Primer: One coat of Wasser MC-Aroshield high solids urethane(2.0 DFT)Finish: Two or more coats of Wasser MC-Aroshield(min. 4.0 DFT) Color: White r H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2850 N 26th-ParlcPL\1141 FINAL Specs-2006\20a City Special Provs-2006-DCv02.doc88 r 9-14 Hydroseed Bid Item (Added Section) Project SWP-27- Description Contractor shall Hydroseed all areas disturbed as a result of the construction activities. Seed (addition) Seed mix for hydroseeding shall be as follows: Meadow Seed Mix % Purity % Weight Germination Redtop or Oregon Bentgrass 40 92 85 Agrostis alba or Agrostis oregonensis Red Fescue 40 98 90 Festuca rubra White Dutch Clover 20 98 90 Trifolium repens Seed shall be applied at the rate of 120 pounds per acre. Fertilizer (addition) A commercial fertilizer shall be furnished. All fertilizer shall be pre-mixed prior to bringing on the job. Fertilizer shall be 10-20-20 N-K-P slow release rate. Fertilizer shall be applied at the rate of 90 pounds per acre. Mulch and Amendments (addition) Hydroseeded mulch shall be 100% wood fiber mulch manufactured by the defiberating process, from fir, hemlock, or alder. The mulch shall have a minimum of 77% of the total fiber exceeding 3.5 mm in length, and 60% of fibers 8.5mm or longer. Wood fiber mulch shall be uniform in weight with the unit weight displayed clearly on each package. Fiber shall be dyed green in color to provide visual metering of application. Tackifier shall be incorporated into the wood fiber in the drying process Mulch shall be applied at the rate of approx. 1,000-1,500 pounds per acre. Soil Binder or Tacking Agent (addition) HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2850 N 26th-ParkPL\1141 FINAL Specs-2006\20a City Special Provs-2006-DCO2.doc89 Tackifier shall be primarily composted of guar gum. Tackifier shall be incorporated into the wood fiber in the drying process. Percentage of tackifier shall not be less than 2% or greater than 10%, with the percentage used clearly labeled on the outside of package. Tackifier rates shall be adjusted by adding wood fiber mulch with tackifier and regular wood fiber mulch to provide tackifier rates equivalent to or greater than specified. Submittals Submit seed vendor's certification for required grass seed mixture, indicating percentage by weight, and percentages of purity, germination, and weed seed for each grass species. A. Perform seeding work only after planting and other work affecting ground surface has been completed. B. Restrict all disturbances or other activities in seeded areas until grass is established. Erect signs and barriers as required. C. Provide watering equipment as required. Installation A. Perform seeding work only after planting and other work affecting ground surface has been completed. B. Restrict all disturbances or other activities in seeded areas until grass is established. Erect signs and barriers as required. C. Provide watering equipment as required. D. Limit preparation to areas which will be immediately seeded. E. Loosen topsoil of areas to be seeded to minimum depth of 4 inches. F. Grade area to be seeded. Remove ridges and fill depressions as required to drain. G Seed immediately after preparation of bed. Spring seeding shall occur between April 1 and June 1 and fall seeding shall occur between August 15 and October 31 or at such other times acceptable to the City. H. Seed indicated areas within contract limits and areas adjoining contract limits disturbed as a result of construction operations. I. Perform seeding operations when the soil is dry and when winds do not exceed 5 miles per hour. Warranty Hydroseeding A. Hydroseeded areas will be inspected 1 week after germination to determine if coverage of seeding is acceptable. B. A uniform stand of grass and wildflowers over 90 percent of seeded area shall be obtained by watering and maintaining until final acceptance. Areas which fail to provide a uniform stand of grass shall be reseeded. Areas reseeded will not be accepted until the coverage required herein is obtained. 9-23 CONCRETE CURING MATERIALS AND ADMIXTURES 9-23.9 Fly Ash (RC) Section 9-23.9 is revised as follows: Fly ash shall not be used around water lines. H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(C1P)\27-2850 N 26th-ParkPL\1141 FINAL Specs-2006\20a City Special Provs-2006-DCv02.doc90 9-30 WATER DISTRIBUTION MATERIALS 9-30.1(1) Ductile Iron Pipe (RC) Section 9-30.1(1) is revised as follows: 1. Ductile iron pipe shall be centrifugally cast and meet the requirements of AWWA C 151. Ductile iron pipe shall have a cement-mortar lining meeting the requirements of AWWA C104. . All other ductile iron pipe shall be Standard Thickness Class 52 or the thickness class as shown in the Plans. 9-30.3(1) Gate Valves (3inches to 12 inches) Section 9-30.3(1) is replaced with: (******) Valves shall be designed for a minimum water operating pressure of 200 PSI. Gate valves shall be Iowa List 14, Mueller Company No.A23 80,Kennedy,or M&H. Approval of valves other than models specified shall be obtained prior to bid opening. All gate valves less than 12" in diameter shall include an 8" x 24" cast iron gate valve box and extensions, as required. All 12" diameter and larger gate valves shall be installed in a vault. See Water Standard Detail for 12" gate valve assembly vault and V bypass installation. Gate valves shall conform to AWWA C500 and shall be iron body, bronze-mounted, double disc with bronze wedging device and O-ring stuffing box. Resilient Seated Gate Valves: Resilient seated gate valves shall be manufactured to meet or exceed the requirements of AWWA Standard C509 latest revisions. All external and internal ferrous metal surfaces of the gate valve shall be coated for corrosion protection with fusion bonded epoxy. The epoxy coating shall be factory applied to all valve parts prior to valve assembly and shall meet or exceed the requirements of AWWA Standard C-550 latest rrtt revision. Valves shall be provided with two (2) internal O-ring stems seals. The valves shall be equipped with one (1)anti-friction washer. The resilient gate valve shall have rubber sealing surfaces to permit bi-directional flow. The stem shall be independent of the stem nut or integrally cast. Manufacturers of Resilient Seated gate Valves shall provide the City on request that the valve materials meet the City specifications. Valves shall be designed for a minimum water operating pressure of 200 psi. End connections shall be mechanical joints, flanged joints or mechanical by flanged joints as shown on the project plans. Resilient Seated Gate Valves shall be U.S. Metroseal 250, Clow, M&H Style 3067, Mueller Series 2370,Kennedy. Approval of valves other than model specified shall be obtained prior to bid opening. All gate valves less than 12 inches in diameter shall include an 8"x24" cast iron gate valve box and extensions, as required. All 12 inch diameter and larger resilient seated gate valves shall have a 1 inch by-pass assembly and shall be installed in a concrete vault per City of Renton Standard Details, latest revision. in 9-30.3(3) Butterfly Valves Section 9-30.3(3) is supplemented by adding the following: (******) Butterfly valves shall be Dresser 450 or Pratt Groundhog. n1 H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2850 N 26th-ParkPL\1141 FINAL Specs-2006\20a City Special Provs-2006-DCO2.doc91 , i 9-30.3(5) Valve Marker Posts Section 9-30.3(5)has been deleted and replaced with the following: The valve markers shall be fabricated and installed in conformance with the Standard Drawings. Valve markers shall be carsonite composite utility marker .375"x 6-0" or approved equal with blue label "water." .� 9-30.3(7) Combination Air Release/Air Vacuum Valves Section 9-30.3(7)has been supplemented as follows: Air and vacuum release valves shall be APCO- Valve and Primer Corp, "Heavy-Duty," combination air release valve,or equal. Installation shall be per the City of Renton Standard Detail, latest revision. Piping and fitting shall be copper or brass. Location of the air release valve as show on the plans is approximate. The installation shall be set at the high point of the line. ,,. 9-30.3(8) Tapping Sleeve and Valve Assembly Section 9-30.3(8) is revised as follows: Tapping sleeves shall be cast iron, ductile iron epoxy-coated steel, or other approved material. Section 9-30.3(9)is a new section: 9-30.3(9) Blow-Off Assembly Permanent blow-off assembly shall be #78 Kupferle Foundry Co. or approved equal. Installation of blow-off permanent blow-off assembly shall be per City of Renton Water Standard Detail, latest revision. Pipe and fittings shall be galvanized. Blow-off assembly shall be installed at location(s) shown on the plans. Temporary blow-off assembly on new dead-end water main shall be installed at location shown on the plans. Temporary blow-off assemblies for testing and flushing of the new water mains will not be included under this item and shall be considered incidental to the contract and no additional payment shall be made. 9-30.5 Hydrants Section 9-30.5 is supplemented by adding the following: Fire hydrants shall be Iowa, Corey Type(opening with the pressure)or approved equal conforming to AWWA C-502-85. Approval must be obtained prior to bid opening. Compression type fire hydrants (opening against pressure) shall be Clow Medallion, M&H 929, Mueller Super Centurion 200, conforming to AWWA C-502-85. 9-30.5(1) End Connections (RC) Section 9-30.5(1) is supplemented by adding the following: Hydrants shall be constructed with mechanical joint connection unless otherwise specified in bid proposal description. 9-30.5(2) Hydrant Dimensions Section 9-30.5(2)is replaced with the following: Fire hydrants shall be Corey type (opening with the pressure) or compression type (opening against pressure) conforming to AWWA C-502-85 with a 6 inch mechanical joint inlet and a main valve opening (M.V.O.) of 5 1/4 inches, two 2 1/2 inch hose nozzles with National Standard Threads 7 1/2 H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2850 N 26th-ParkPL\1 141 FINAL Specs-2006\20a City Special Provs-2006-13CW2.doc92 r ai6 threads per inch and one 4 inch pumper nozzles with the new Seattle Pattern 6 threads per inch, 60 s degrees V. Threads, outside diameter of male tread 4.875 and root diameter 4.6263. Hydrants shall have a 1-1/4" pentagon operating nut opened by turning counter clockwise(left). The two 2-1/2" hose nozzles shall be fitted with cast iron threaded caps with operating nut of the t same design and proportions as the hydrant stem nut. Caps shall be fitted with suitable neoprene gaskets for positive water tightness under test pressures. The 4 pumper nozzle shall be fitted with a Stortz adapter, 4" Seattle Thread x 5" Stortz. Stortz adapter shall be forged and/or extruded 6061-T6 aluminum alloy, hardcoat anodized. Threaded end portion shall have no lugs and 2 set screws 180 degrees apart. Stortz face to be metal, no gasket to weather. Stortz cap to have synthetic molded rubber gasket, and shall be attached to hydrant adapter with 1/8" coated stainless steel aircraft cable. Fire hydrants shall be installed per City of Renton Standard Detail for fire hydrants, latest revisions. 9-30.6(3)B Polyethylene Pipe Section 9-30.6(3)B has been modified as follows: Polyethylene pipe shall not be used. 9-30.6(4) Service Fittings Section 9-30.6(4)has been revised as follows: s Fittings used for copper tubing shall be compression type with gripper ring. 9-30.6(5) Meter Setters �. Section 9-30.6(5)has been supplemented as follows: Meter setters shall be installed per the City of Renton Standard Details for water meters, latest ■r. revision ar, s ■e is » r HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2850 N 26th-ParlcPL\1141 FINAL Specs-2006\20a City Special Provs-2006-DCv02.doc93 �Y 'ti o AT CITY OF RENTON SURVEY CONTROL NETWORK Vertical Control 3rd Order, 1st Class North American Vertical Datum 1988 Meters Horizontal Control 2nd Order, 1st Class North American Datum 1983/1991 Meters r., 1"Printing January 1995 2°d Printing January 1997 Revised & Reprinted May 2000 a r. TS_SERVER//SYS2\MAPS\83m\control\scn.doc Title 2 May,2000 ■s TABLE OF CONTENTS SECTION I SURVEY CONTROL NETWORK DESCRIPTION.................................. i SURVEYING STANDARDS ............................................................ 1-11-1 ,r MONUMENT CASE & COVER STANDARD PLAN.......................H031 SECTION 1I .. MAPS, DESCRIPTIONS & VALUES SectionIndex Map............................................................................... Index .. Section Township Range Page 13 T23N R4E WM..................................................................F2 14 T23N R4E WM..................................................................F1 " 24 T23N R4E WM....................... ........G2 ................................... 25 T23N R4E WM..................................................................H2 36 T23N R4E WM............................ 5 T22N R5E WM...................................................................J4 6 T22N R5E WM.................................................................. J5 3 T24N R5E WM..................................................................D6 4 T23N R5E WM..................................................................D5 5 T23N R5E WM..................................................................D4 7 T23N R5E WM..................................................................E3 8 T23N R5E WM..................................................................E4 ' 9 T23N R5E WM..................................................................E5 10 T23N R5E WM..................................................................E6 11 T23N R5E WM..................................................................E7 ' 14 T23N R5E WM..................................................................F7 15 T23N R5E WM..................................................................F6 16 T23N R5E WM.............................. 17 T23N R5E WM..................................................................F4 18 T23N R5E WM..................................................................F3 19 T23N R5E WM. ...............................G3 20 T23N R5E WM..................................................................G4 21 T23N R5E WM..................................................................G5 22 T23N R5E WM............................................................. .....G6 29 T23N R5E WM..................................................................H4 30 T23N R5E WM..................................................................H3 t31 T23N R5E WM...................................................................13 32 T23N R5E WM...................................................................I4 29 T24NR5E WM........................................ ..........B4 . ................ 31 T24N R5E WM..................................................................C3 32 T24N R5E WM...........................................• C4 ,j. ................... TS SERVER//SYS2W"S\83mlcontrollscn.doc Table of Contents 2 May 2000 CITY OF RENTON SURVEY CONTROL NETWORK The City of Renton Survey Control Network is the result of a three year project by the ' Technical Services Section of the Planning & Technical Services Division of the Planning/Building/Public Works Department and several private surveying firms working , for the city. The purpose of this network is to provide an accessible common datum for all public and private projects within the city. Thus facilitating city wide infrastructure management and analysis and assuring compatibility between the various utility systems ' and system projects. This project started in 1992 with the formation of a Horizontal and Vertical Control i Network Committee to prepare a plan for the development and maintenance of a Survey Control Network for the City. The committee members were: Robert Anderson PLS; Bush, Roed &Hitchings, Inc., Carrie Davis; Technical Services Section(Recorder), ' Abdoul Gafour; Utility Systems Division, Arneta Henninger; Plan Review Section, Development Services Division, Jae Lee; Transportation Systems Division, Robert Mac Onie; Technical Services Section(Chairman), Jon Warren PLS; Dodds Engineers, Inc., Dennis Wegenast; National Geodetic Survey. The committee developed the standards, specifications and phasing for all ensuing work. All survey work meets the requirements specified by the Federal Geodetic Control Committee in Standards and Specifications for Geodetic Control Networks dated September 1984. The project was split into three phases: 1) monument recovery, 2) horizontal control and 3)vertical control. The monument recovery project was performed by Dodds Engineers, Inc., under the direction of Jon Warren PLS in 1992 and early 1993. This project identified existing Public Land Survey System comer monuments and other monuments (NGS, C&GS, King County, City of Bellevue, major intersections and those located near current and proposed capital improvement projects) important to the development of a survey control network. In most cases, street centerline monuments were selected for both horizontal and vertical control due to stability and maintenance .. considerations. The second and third phases ran concurrently during 1993 & 1994. The horizontal r control phase was executed by Bush, Roed & Hitchings, under the direction of Robert Anderson PLS, using Global Positioning Systems (GPS) technology per the 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. This phase established NAD 1983/1991, Washington State Plane, 2nd Order, 1 st Class, northing and easting values for 122 monuments in and ar TS SERVER//SYS2\MAPS\83m\control\scn.doc i 2 May 2000 .. around the City. Four NAD 1983/1991 National Geodetic Survey (NGS) high precision geodetic network (HPGN) monuments (BROWN, PT B 1962, HAFF and MUD MTN) controlled the GPS survey. All coordinates show are "Washington Coordinate System of 1983/1991,North Zone." The vertical control phase was performed by Triad Associates, under the direction of Brad Freeman PLS, using a Wild NA2000 automatic auto reading level and Star*Lev adjustment software. This phase established NAVD 1988, 3rd Order, 1st Class, elevations on 190 monuments in and around the City with 70 of these being horizontal control monuments as well. The leveling project was divided into seven primary interdependent loops connected at a minimum of two points with common benchmarks. Additional legs were run across the primary loops tying into two benchmarks at both ends. A total of 15 NGS benchmarks were part of the network, four of which were held in the final adjustment (NGS Archive Numbers SY0232, SY0162, SY0163 and SY0617) .. and provided substantial agreement(less than or equal to 5mm)with 5 others. The City, in 1995, will have reference points set for all Survey Control Network street .. centerline monuments not currently referenced. Over the next several years monuments in need of upgrade will be reset as part of an ongoing maintenance program or where capital improvement projects would likely disturb them. As an adjunct to the Survey Control Network the city has developed the enclosed Surveying Standards. Al Hebrank of Hebrank & Associates developed the first draft of `r these standards which were modified to require the use of the Survey Control Network for all public and private development projects within the city and define the responsibilities of the surveyor in the establishment of new monuments and their associated records. The standards have been reviewed by at least ten licensed surveyors for completeness and suitability. The City of Renton and its urban growth area lie between latitudes 47° 25' North.to the south and 47° 32' 30" North to the north. In most cases the combined scale factor (elevation and grid scale) throughout this area can be treated as equal to 1.0000000. Table 1. shows the grid scale factors for each minute of latitude in the Renton area ' identified above. Please note that the relative accuracy for the grid scale factors is approximately 1 in 60,000 at 47° 25' N to the south and 1 in 111,000 at 47° 33' N to the north and thus for most survey work will have no impact on surveys covering less than 1.5 miles. T'S_SERVER//SYS2\MAPS\83m\control\scn.doc H 2 May 2000 lr TABLE 1. .. LAMBERT CONFORMAL CONIC PROJECTION TABLE Washington Coordinate System of 1983/1991,North Zone for Renton Tabular. Grid Latitude Radius Difference Scale for V of Lat. Factor ' 470 25' 5807452.516 30.88355 1.00001659 470 26' 5805599.504 30.88353 1.00001310 470 27' 5803746.492 30.88352 1.00000970 , 470 28' 5801893.480 30.88351 1.00000638 470 29' 5800040.470 30.88350 1.00000315 470 30' 5798187.460 30.88349 1.00000000 ' 470 31' 5796334.450 30.88349 0.99999693 470 32' 5794481.441 30.88349 0.99999395 470 33' 5792628.431 30.88349 0.99999105 The range of elevation in Renton is between 0 and 200 meters (0 and 656 feet). Table 2 shows the scale factor due to elevation. ' TABLE 2. , SEA LEVEL REDUCTION TABLE Renton Elevation Sea Level Feet Factor , Sea Level 1.0000000 500 0.9999761 1000 0.9999522 The worst case relative accuracy for an elevation of 650 feet with an interpolated scale factor of 0.99996893 is approximately 1 in 32,000. When combined with the worst case . grid scale factor of 0.99999195 it yields a combined factor of 0.99995998 for a relative accuracy of approximately 1 in 25,000. r It should be noted that Washington state uses the US survey foot and the conversion between feet and meters is 3937/1200 or 3.28083333 feet per meter. An analysis of the differences between NGVD 1929 and NAVD 1988 elevations in and around Renton yields a conversion factor of+1.092 meters going from NGVD 1929 to NAVD 1988. The information in this document has been extensively reviewed but there is always the .r possibility that some particulars of the monument locations, descriptions or values are either misleading or incorrect. If any such errors are found please contact the City of Renton's Mapping Supervisor at IS69. This document will be updated on an ongoing basis as monuments are upgraded, added or as corrections are made. .r TS SERVER//SYS2\MAPS\83m\control\scn.doc lil 2 May 2000 Renton Surveying Standards ' See City of Renton ' Special Provisions Section 1 -11 c; 0 M aj ui U > D z C9 o¢. V W 0 z N zzW < w_ v po and � w z sr -C Oi cr J o ' U O F- 1T t( 1 •e (� ti W FC-CC Z •� N.?\ ,� C> , o- �- G J v a X U ZO > oW � o � �aWWo i d Z W Q W z Q, U O NW°z h- (� u W>ti O U OQOU W kn V 16 `" Ln o Q 4Q °• OOJJ tj e/ .•� O S tL tNWO M>-LO ; V cc U S Q oC N N <. u •• W Z U tJ W V1 J -i > O U>W Q i \( O zOVr W U W Z CO C7 W O Z S G C7 J d i WSLCN O O u SN -•W3Z N F W O i Cl Z O W C F- \ CO tD Q W C.<d N cc _O 1-W F-W W T W C Q OO/-W•-•V) i Cl U U Z K U N III ' Z 'V OZ V O Ge�wW OWZ W'7 CGSOW O Lj r 531} 11 4 ; - _ -2.55UT "' *1 1177 2666 - , + +530 — ----- 1533 --- ..... 251 5 { >� I t17 +534 54g�+18� t . , •� iry + N-3 2nd 1 j I i�M ltl — +11 1176 L s 21 t +550 2 — I 527+ -- - r C i I E ; 1+536 +55—1`�`75`16+,813 -- -- — ., 45+ —' — — --- _ � ! —1 �i 3'0 - f y ; I �+537 +552 +5 ej Lir ; ? two +5'�$ +544 ' 1 1. Z tl$2 -513+11 + 1 _ i y +557 s .- 525`14 — — �_ +55 4 -- — j __ r + 5al t 181. i 1.7 y 559 L 560 559 29401 `+ 677 : .. .... _ --- \{X37 �g --- --- ` 253 84+'v+-+ 2539 '-- __. _ 253 _ -- ' �� �j�� t 1 ,4�4•, 254± j Y i ` 1 g I 8 + \ V4 749 + -1 \ � + --- 766', 2540+ r 1 — LEGEND �- CITY OF RENTON 1111 SURVEY CONTROL NETWORK ® Hori=ontd & verticd MONUMENTS & BENCHMARKS 2®2 Horizontd only .. •® TECHNICAL SERVICES 3333 • PLANNINGBUILDING/PUBLIC WORKS ® Vwflcd Only 01./14/00 ,$"°"J0 Morximent ® 450 ___ Renton City Limit= C3 1=54M 31 T24N R5E SE 1/4 C4 • 32 "LZ4N K5E SW 1/4 ' +554 +544 +555 1182+ �. 501 + + -'.----j+557 +556 343+ - ♦ ' '2768 558 28th! v ' ♦ i 118 ,* 2494'— +-563 2559 ti\ 56p �5g -= .— ` 29410 i y+ 677 �--- i L -- t— #( 2630 +' \ _—% 6r + 737 y, - JJ �� -� / 19 295;7 / �+5 _ �- -i+ -2539 — 2958 _....._ / 2538+} ` -- \��r7 �y 4 253x:�. -_+ / ! ..- ...__. �... i ♦ 44 O 254 65 R6:4�E 1399 _ � + \`748 74;9 + +561 .._.r it- 1 766/ 2540 ut 1 �� -- ro 65�� X566 i td -- 1 - - - ---- ` -1 \ 444 � 5 ' ±� C -2' 33 3 ! ? ! t C) i 00 , E t �2 11 294.4-- :+� -... --_.... .. ._ ` 5 T23N R5E SW 1/4 LEGEND CITY OF RENTON 1111 ® Horizontal & Vertical SURVEY CONTROL NETWORK 2222 MONUMENTS & BENCHMARKS ® Horizontal only ti Y o TECHNICAL SERVICES s®3 Vertical Only •®� pLANNINOBUILDINO/PUBLIC WORKS 02/14/00 -4-"°"-J° Morwnlent ® 450 9w Renton City L1m1 it s D4 1:54M 5 T23N R5E NW 1/4 SECTION 31 T24N R5E W.M. 28-Apr-00 Horizontal: NAD 1983/91 Meters Vertical: NAVD 1988 Meters 266 N 1/4 Corner 5 T23N R5E Location: Found a 1/8"copper pin on 5"diameter round concrete monument post down 0.2' in a monument case at the constructed intersection of NE 28th Street& Jones Avenue NE. See City of Renton monument reference card#266. Monument: 1/8 IN CU PIN ON 5 IN DIA. CONC MON, IN CASE, DN. 0.2' NORTHING: 58347.931 EASTING: 397335.034 ELEVATION: 75.552 334 Location: Top 1/8" brass nail set in concrete monument at intersection Jones Avenue N.E. and N.E. 24th Street. Monument: BRASS NAIL IN CONC MON !NORTHING: EASTING: ELEVATION: 74.475 V 341 Location: Top 5/8" steel rod set in concrete monument in case T east of centerline intersection Park Ave. North and N. 30th Street. Monument: 5/8 IN STEEL ROD IN CONC MON, IN CASE ' NORTHING: EASTING: ELEVATION: 61.343 ' C3-1 SECTION 31 T24N R5E W.M. 28-Apr-00 Horizontal: NAD 1983/91 Meters Vertical: NAVD 1988 Meters ' 526 Location: Top of hard nail 2' east of centerline intersection of Park Avenue North and ' North 33rd Place. Monument: TOP OF HARD NAIL , NORTHING: EASTING: ELEVATION: 55.501 1836 Location: Found a 1/8" bronze pin in a round concrete post monument down 0.4' in a monument case at the constructed intersection of N 30th Street & Burnett ' Avenue N. Monument: 118 IN BRONZE PIN ON CONC MON, IN CASE, DN. 0.4' , NORTHING: 58563.567 EASTING: 396538.792 ELEVATION: 36.586 1886 NW Corner 5 T23N R5E Location: A brass nail in concrete in a monument case on Burnett 125 feet south of ' North 28th Place. 0.76 feet below rim. Monument: BRASS NAIL ON CONC DN 0.76' IN MON, CASE , NORTHING: 58361.030 EASTING: 396532.414 ELEVATION: 31.919 C3-2 , r SECTION 5 T23N R5E W.M. 28-Apr-00 Horizontal: NAD 1983/91 Meters Vertical: NAVD 1988 Meters 1900 Location: Found a punched 1.5" brass disk in 10"monument case approximately 200' south of Ivar's resturant and 35'east of tide wall at Gene Coulon park Monument: 1.5 IN BRASS DISC W/PUNCH MK. IN MON. CASE NORTHING: 57214.409 FASTING: 396908.116 ELEVATION: 1934 Location: PK nail in paved shoulder of Sunset Blvd. N.E. on north side of street, 11'east of guard rail, 55'east of 1-405 overpass. Monument: PK NAIL NORTHING: EASTING: ELEVATION: 35.516 2117 Location: Set 3 1/2" brass disk stamped "City Of Renton BM" in the N.W. corner of concrete base of signal bridge at the railroad crossing at the north entrance of Coulon Park. signal bridge base is located south of the entrance road into Coulon Park and west of the railroad tracks. Monument: BRASS SURFACE DISC IN SIGNAL BRIDGE NORTHING: EASTING: ELEVATION: 11.355 D4-5 CITY ENGINEER'S OFFICE . RENTON, WASHINGTON 22Sav MUNICIPAL BUILDING 200 MILL AVENUE SOUTH RENTON.WASHINGTON 98055 • 235-2631 MONUMENT TIES SKETCH REFERENCE TEES FIELD COOK PAGE DATE MADE BY 2"vi"X104 c�r T—, 128 RP 2�' 9 / -�� LP 139 22 7—i1 L/—,p 5(2 �B n� Z6T" cST �O 4 ' / DES CRIOED BY . . . . ..phrll,P S. . . .. . . _--- C= ENGINEER'S OFFICE RENTON, WASHINGTON MUNICIPAL BUILDING 200 MILL AVENUE SOUTH RENTON.WASHINGTON 98055 • 235-2631 MONUMENT TIES SKETCH REFERENCE TIES ' )D•'00/ ?- � FIELD COOK PAGE DATE MADE ■Y b la ze f Up 20J5 3 �14 111-4Z' r woanuc!7-.�: 1 2� REP N1C�A/ 3 f 59 13 -�-- it f Q �) it DESCRI DED BY. . « P. . . . . . . . . . . . . . . . . . . . . . - _ r ��� .� _~~_���I�]����J OF INTERSECTION ��j�R�� - i ^�*^��v�xux�un Date ............. ` / ________�__°_�_�_'_ _____-_ 1-_�-_-_' �_�_�___________ ____.-------Coroor Typeminevourkoot ' - == �~L-'-'----- Section.................... ��n�oiol� zoa�kiouod - -~�- --------'-~'-'--'---'----'--'--------------------'- �avrmsb�� '����-'^/. | ................................... ........... ...................................................................... Raogu ----'.t5-A�' Method of locating old mark ------------'--_---_-----__-----'-------------'-------'-----------'-- ~-----------------....................................................-......-.............. ................................ �............................................... | Manner in which reset -'---'--'--_--'-----_'-'---------------------------'--'-'----'-'_,-----------' Deucrpdou -.--_---..--''--'------_--''---_.____________�_______________________________________ ! ................... ...'.......'.......'..... ...................................................................-_-............... ................. ........ —..____-_-----'--------- .--- � ... -------------_------'-'-----_---_-'---.—_--__._----.--'---- | ..........-'-............................................................................................... ...................................................................... ..�� . .-----------.. .............- .......... -. ! ._...................................................'.................................... ..........'................. ----------- _ ! -................. ..........--'-'.................................................... -----'--------------- ! — —'------' � ______________ � ---------..........................- ............----............................................................. --. ` | � / DES OF INTERSECTION MARK ��mte U / .................................................. ---------' ----'—'----~~^~^^ x � ��nmemioevvo�ar� oe� '� -~"- -'------'---- ------'------'-'---_-----------'----- �ec�Jno _-'�—_-__ / TypeoIm]dooazbfouod --' .....................___------------------------------------------ Tmv/oxhiy '��� ^/ - '--....................... ......-................. -........................'-............................ ..... Range.........�E'��__ Method of locating old mark .....-..| ----------------------------------------------------------------------- -------------------- ---------'-- � 8 ~----'---'----.. . . .. .. .... . ...... ...... .........-'--.. ...---------. .. ...-'. ...-. ... ... . .. .. ... . ... . | M��oner io w��icb reset /�/' -'------'----'---'-^=-'-'r�--------=-'-'.---��z---������'-/=����'-'��.-'-'--___ Description ........................../V�� _���+� _5/ ............._ ..............................._......__............................... .......... ' - ` _ --_- - -_�-' ---------------------------------- -------- ......... '- ........................ � .............................................................................................. - ............. --....................--____'....... ................... -- ------------'------------ --'---------'--'�----------'-- ------------------------------------------------------- .................................. ................ '�� ----�- -------_'--_-___---_'---'---------------.----.-'-_—._--'---- 0� ------------------------ --- '_'-__---- -------- ____------ _________--------- ------------------__-------------- __ � ...0.. ' ..........'.........'.........'....'..'.....'................................ ............. .............. ................................. ���� _'----_--------------- ---------- ------_-------------------- ---------------------.-------------'------------ -......--------- '- _--'---- ................... ................-'............. ................ ........... ............................. .....................................--- ........_ 1 77 CITY ENGINEER'S OFFICE RENTON, WASHINGTON MUNICIPAL BUILDING, RENTON, WASHINGTON "M BAIdwin $-=If EXT. NO MONUMENT TIES SKETCH REFERENCE TIES FIELD BOOK PAGE DATE MADE By Pt-fi�et 4 J— P -T'l 13 10 z 1-7%P Pnd ICV#Wow F10 irl?x 20 7- 5e. Yr, -aa-fd )Rai S•l8 77 meaJaw T A ve 14 0 o 37 40 -Raj-)jr Frio,pold G.cnlr Fr7d.Tree Gam! 5-/7-'7? N 5 DESCRID . . . . . . . . . . . . . . CITY ENGINEER'S OFFICE RENTON, WASHINGTON MUNICIPAL BUILDING, RENTON, WASHINGTON 9!055 • BAkWn 8-3310 o MONUMENT TIES SKETCH REFERENCE TIES MAVF-By FIELD BOOK PAGE- DATE K It- R Y-w7w s7t VO Fnd I 19-99'"r ar J- <z se 200, (ul dESCRIDED BY. . . . . . . . . . . . . . . . � -r� 4�` DESCRIPTION INTERSECTION MARK 76-15 �� �} - Date -.'�'|.�-�-����!��-^�-----_'---_'---'-'---'---_'----- -----' --------- - Typeofoenzourkaet -.- -_---- _ .......... -_---.-_--.-.-_-- --------- ---- Se*doo --'5--- - Type ofold zuurb found .......vt�(.' I5%'^�-__----_---_-_-------'-' TovvoxbiV -���.�� -'--''-'---------'-------'----------'---_--_-'- Ilmo�e -_----- = Method of locating old mark ----------------------------------------------------------------------------------------------------------------------------------- --'-`----'------`-----------`---`----- ---' -----'---'—'--------`------- [�> \ t - \ 1, ����-, 40 �x000r in vbiob Z� / �� Description -- - ������-�?Z-_.,<�^.���.-/--��'L�-�����^^~�,�-�---'--' ' �' ----- --------------------_----_--_------ --_-----. -- -----.. = ---------------------- ---- ------------------ _-----_ --------- ------------------------------------------- .. -------------- _-___------------- ... ...... ..... ----------------------------------'--'----'--- -------------------------------------------------- ---------------------------- -- -'---- =" = ik ` � DESCRIPTION OF INTERSECTION MARK Dote ---' .��......... ............ .................................. - .................... -.----. --Coruer Type of new mark uot -_ --__' __-�_.-__-___--------_-. Section -����i--- ' � Type ofold ruurk found -"���.�������n-.---------.-_--.--.-----.- Iovvosbip ,�.�4........ -----------'-----'-'-------------_--_--_.----- 11un8r -_ �-'- | N� Method of locating old mark --------- -------------------------------------------------------------------------------------------------------- ----------------- V� .........................._........................................................................._.......................... ....................'.................... ........'....' Mu000r in which reset -/ --_----_-__-'-----�-------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------� f Description --- � Z 0 ------------------_----- -_ ----- --------'—_---_---.--_--_--'___--_.-----_------. -- -----_ -- --- --------------- ~---------------- ----------------------------------------------------------------------- ------------- -------__-_............ ---' -- ---'----------'-------'------------'-----'---'----'------'-------'----- '—'--- _-------------'_------_---_-_----------.--'---__---.---_-_--.--_'_-----_— - -_--_'--_'_----_'-------'-_--_'__-____--_'_'--_-_-.-_----_--------._._- �w --.-'_-------_.--_'_''--'--_--_--------_-_-__.--'—_--_-._'-_---'---------'---'- ~ ---'_------'-_-----_--'__.-'_----'------.---_-_--_---.--_------_'--_---.---_- � �� ----.---_.---'_' --_---''-'---'----'_._' _'-- -- -'_--__-_-._--------_--_--_''-_-- TRAFFIC CONTROL INFORMATION CITY OF RENTON TRANSPORTATION SYSTEMS—TRAFFIC OPERATIONS TRAFFIC CONTROL PLAN CONSTRUCTION COMPANY: APPL. DATE: ADDRESS: PERMIT : PHONE ': ( ) CONSTRUCTION SUPERINTENDENT: MOB./CEL. ( ) PROJECT NAME: FAX : ( ) PROJECT LOCATION: N/E/S/W OF: WORK TIME: APPROVED BY: WORK DATE: APPROVAL DATE: NOTES: 1) WORK ZONE TRAFFIC CONTROL SHALL BE IN ACCORDANCE WITH MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (MUTCD). 2) CALL 911 (USING A LOCAL PHONE) OR 253-852-2121 (USING A CELL PHONE), FIRE, AND POLICE DEPARTMENTS BEFORE ANY CLOSURE WITHIN PUBLIC RIGHT OF WAY. 3) CALL METRO TRANSIT CONTROL CENTER AT (206) 684-2732 AT LEAST TWENTY—FOUR (24) HOURS BEFORE ANY STREET OR LANE CLOSURE AND 30 MINUTES BEFORE THE ACTUAL CLOSURE. 4) THIS PLAN MUST BE SUBMITTED AT LEAST THREE (3) WORKING DAYS PRIOR TO WORK. 5) APPROVED TRAFFIC CONTROL PLAN MUST BE AT THE WORK SITE DURING WORK HOURS. 6) ANY VEHICLE AND/OR EQUIPMENT TO BE USED FOR WORK WITHIN THE CITY RIGHT OF RAY MUST DISPLAY A COMPANY LOGO (ANY LEGALLY ACCEPTABLE SIGN SHOWING A COMPANY NAME, ADDRESS, AND TELEPHONE NUMBER) AT A CONSPICUOUS PLACE ON THE VEHICLE OR EQUIPMENT. COMMENTS: SKETCH I —NORTH— e OMCE COPY T- I have been informed of my responsibilities for traffic control and CONTRACTOR agree to comply with all traffic regulations of the City of Renton. DEV. SERWE. INSPECTION K. K1rrRlac/ DEV. SERVICE, PUN REVIEW SIGNATURE: DATE: POUCE KATIE McCUNCY FIRE JIM GRAY/STA. Ill G\Trctflc Ops t1m \Trotflc Cmtrd P'o McPfo l.dwg X42 ' .. I, representing agree to comply with all traffic regulations of the City of Renton. I shall prepare a traffic control plan and obtain City approval of that plan. That plan shall be implemented for all street and lane closures, and the plan shall be performed in compliance with the Manual on Uniform Traffic Control Devices. I shall notify emergency services twenty-four (24) hours before any street or lane closures. I understand any lane or street closures not in conformance with the approved traffic control plan and/or without notification of emergency services may result in my receiving a citation for violation of R.C.W. 47.36.200 through 47.36.220, 9A.36.050 Reckless Endangerment, and other applicable State and City codes. I certify I am responsible for the project and the responsible party to be cited for violation of R.C.W. 47.36.200 through 47.36.220 or 9A.36.050 Reckless Endangerment, and other applicable State and City codes. NAME: D.O.B.: HOME ADDRESS: WORK ADDRESS: WORK PHONE: HOME PHONE: COLOR EYES: WEIGHT: HEIGHT: COLOR HAIR: WASHINGTON STATE DRIVERS LICENSE NUMBER: CATraffic OperadonslTraffic Control Planitcpforml.doc Z Q) rr Q a- r r N 26th St NO TRUCK HAULING ALL O ED O N 26th z J � Q i Q� \ Project Location \ o Z U c a� Belle Vista \ -° Apts N 26th ST / PARK PL N 0' 100' STORM SYSTEM PROJECT N Scale: 1" = 100' City of Renton Surface Water Utility D. Carey 6/05 CITY OF RENTON DEPARTMENT OF PLANNING, BUILDING & PUBLIC WORKS R11-4 R114 UKJ­ROAD CLOSED ROAD CLOSED it TO TO THRU TRAFFIC THRU TRAFFIC TYPE III-1 TYPE III-1A TYPE III-1B R11-4 R11- ROAD CLOSED ROAD CLOSED TO TO THRU TRAFFIC THRU TRAFFIC DHOM oErouR MOO R1 114.10" TYPE III-2 TYPE III-2A TYPE III-213 R11,2 R11-2 R11-2 ROAD ROAD ROAD CLOSED CLOSED CLOSED DETOUR DETOUR M4 ta(R) 114-10(U TYPE IIW TYPE III-3A TYPE III-B DETOUR DTOM DETOUR µ119(U µ419(R) MOM ROAD CLOSED r, R11-2 W-Ba APPROVED BY: TYPE III, R11-2, R11-4, M4-10 (R)/(L), M4-9 (R)/(L) DATE: 06/22/00 SHEET: 1.0 C:\Traffic Operntlons\TCP\TYPE-9l dwq Z � U C _ O N = N � O Q N m O m e U _ O aC Q � O` r. O O O p O C w n015O .. r-1000 U O r z0) - � O c � Q _ c o 0 Cf) U co 0 Ll m � U Q U 0 L � � z OO o m m o� _ F - = C = Q0) U) a '� OC z O � I O � 3� - C CN o _ v = ^ o m m X C�C O J < O v Q Q Q � N G N C LU Q LL c� �t X Z} O J Q co Q C x v F E Y Q VO � x � � � = x p � OEE m LU ry z _Ile E 5 C _ X w Z -_ N N w C a L X C/� oO `_ N Q Q Q o 0 U O 00 X C srx� m J co Q iii c"� O w �� :o�r';� �� _; F- O = c "' u' Q ao O OC Q Q J O C `o O C �C O U Y O m O m ." O x C `J E— �_ w � N 0) X � � � m oU °° O U' Q °' � �CL- \/ � r O QQ X � QZZDQ � � =LU X Lu oO m 0 `r C L" U c Off = X ° gQ � O z -0 cC O O � o a (0 U .Y m C m m rr Z ao TU vD O O Q� w o x 00 0 o c ° O b� n�a �o o a JO v ti C O.L D E- uVl L N dpp Z o. <Uv�i .S v0.i O O J 0 C 0 4 J N N L ELU o o C 0 a' - E V o N t V V C L > O a D r U Or O N O v p O O U r C 4 L V VK O r m �� IL o • • Y OD r L N, 1. J N p2 O J 4m L 7 a w0 r r N r w; _ N c- O -N0w N o .. 0 L& o- •- J V n 0 Q L 3 N V -DD - - o r C -00- oO T N U Co. O U-t - V V O a - a -uo: - ry E '- p O N c r U L-r m 0 M- r C V L L Z V 4 O vni c N o W Y ow L>D J V (so O 4 F O m L O V l--V O E O C L -k-IF-O O CL m m O L L O -r 7 r L -t T L C t �N D ODO V N rP O. j t-m O -4 L OM 4- N y JO r- V D O. O L Z E r t L r 00 �. V N O vi °>E O.O O r Oo O >4 E =oL4-C -V W m oN L O -0 0- U O. >- a NO N •U3 E U•- o V -3 V- L C> r O 1- D Or L 'o 40 Cv V o 4 V V r O> C 4 L C ° ... N m 0 0 3 o w n 3 3 c u u L rn r oL V r O O 4 0 r DIN N 4 N V o 0 3 r J 0 •- N 0 3 C C a N t O O w C V W O 7 o C o0� W o Lo D L cow C J>.V C- � p 3 L L O 3 v C N U M o o U O V O 0 oJO G EEt•- 0�c L3 is O L P V O N c V L t o u 4 V- •- V r L-V r 0 •-r D O of V.-r O> .n E W o ` O 2 •+ N M v N t0 - D O N 0 o O `f\ O Al -O° � °s y 0 6 0 x A o 4, Y n o o °, dS N r \ N c 0 6� 0 -O O°,,` °O! a>i umi 00 pe C a U C U O - - � C 00 C OO` N C O C V O r d 0 3 v LC V > > O L O N Nd W4 0 0 O - t� UPl U S ¢N O N -•-Q V VP Q -L SV O N L OOO' O O V N W m r 0 000, �:o a r O r O'r N Q O a JW z o � . ' w o > O a u W Z w Z O F ¢ � OVZ w° W O LU o �z oo:u w ZW a o w0 4, z m° 0 d o F% O m O Q V Z y= e y awe U 0: a o E k VI W W U LL N Je _ z Jm zr o d I1► U Q Q U J Q V13 WW _ L� r J x �^ W �0 Q w W S W S^ ZOW w a Ul • 0- r2 Ow2 u �y V7 Q o:r In In F-- tnW i-«+O Zw ^2 Q=, W Y ti N O,_ O Z Ln Y W W WU Q m p p Qa zo x w I--o > w z Q LJ N Q < 4 w 7 J E •W Q U N -+ W W L N t LL O O W O x Q O ;�,w n ol 11 CL W O Ln Q W Z N 00 Z w OUO LLJ 0 Li N JO X W QJ^ L. W j 5�? z W W2 W tno Sw> W e p m m m > 'p ° g s Z N M P n W L, m � ZF =� o -u O N o N VI N < _ O ui w LA w O X ° Q \ ° Q¢w c m d Q cr z Q 00 ° C7 0 0 ° 3 m V a6 Q O y V U m � W�Q U + _O m Z �- L m a_m Q 3 / 2 �O �a p... N O t V 0 0 0 i L Z t C \/j�[J\ r W �' O °U w° O Q O O N+ u) O♦ W 2 • 3 d w d W v�wrz Lx; \ o r a° Z ¢ D:K m m m m r ¢ WQan OmrJU• Q� NCO ¢W C� O 0 0 0 0 P m a0 mW0 JZd O QJ OZ L .0 L L m Y N m O 'r rJW N 3a ¢ N C 7KK L¢m <J • N 1 cr fx ON * 3 WV1J= Q¢ CL ar ¢ °z�z ° ¢^ ¢ y,r x UInOZ U W Z Z r 3 p p E Q m l0 v F O� N .J.^WVl Ox O 3= N I C) o CLM Nfh,�J �. kb ° ao0N o I Z �'�0 3 \ 00 h ^c� O x. \ V). cm Y N w O � N Z 2 U 2 W • -- Jr x \ \ 9 �� U> > N °a Ur r w N ZW N N D_LLV Q� Z O ~ ZU p yJ° O U ¢x " N••° SWZ f O -zw z N m 3 a W Z W O z ZO 3 N N = ° Z U 3 J O O Z U Q LL O =O m p z Q w CL O a > U 0 <f F- 0 Y \ r N W U to Y O_ w 3 Q Y >W \7� U cr u - n 2 U O Q Z "n n Z w N ~ W d W ¢ ¢ \ p Y 00 O3 N OOw C a 0 ° r o i N O W i N = z S a y c LLI Lu z g a w a W Z m a a W ^- o Q N 0 0= E p 3 5 HI � a a 3 Q i ♦ ♦ a wo o v �� 3 P ^ CD uj a wz wr >cD � a- Z m< U =1 0 L~l1N 0 x W QN �N U It a m UV1 OW W LLB w -W EU a0 O O O QWUW -> QO .r+ ° CL z U W 2 W x x x p O 0 Ln X d a a I U-0-0 W J k Z m9 ZJ Q a_(D In E o o .-.ain rz az g�^ QC J O O UV7 WO - N • ZVIW OM JwonH Ln z Y� wJO Z HW Q--• ' Zco Ln,0 2z 3 g . u� o a co c�z Q H UUUI Q J m -Q aZ O N D 3 m Y - J= O U a JH U JCD + _oo a Ow20 ZY NN i " o Uar�na ..�`C. w a Q� PN '�aa Lnw a 0 W D p OW W0co Q W] =C aU1-Z 300 W^ 3 T I CD J Y J U W S Vl J_ p EJ(na�C Z0Z lnw Cr OQS -W J w0 m f) ZLO VI W Za a Q Za W j ♦ O r N � Q O W O (7N az (T]w�- J x D ZUOQU D]2 2 ozwa- r u wa "' 1 J-->OU1 OJ-- SE J o a cr m E o w a z ~o o<Wwz �_- wM E� o o O WEaHQ lnln< o m 0 Z O O O O 0 Z � o W W 2 �e U Q O Y 3 O Z o y - Z x+ _ _ aQ W ° _ N O x OV W wa Za zr- N Oz W 00 V E U II r,O a N H W U > u Q � H 0 V a 0 w zo- a s o z J Q I-W n Z n F z E O O a 0Y0 _ W E F- Z �:Ur ol ° o C 1 0 N j ♦ ♦ II � Q I a J Z Z O -V Q Q m N p oOW o m 0 0 0 U 3w3 aw o f N a 3 Q a ¢ O - V Q_O Q w OO V JZ J�O U N J t O a 3 U UZa Q a a r ¢ e a w 2 W 2 2 0 W N Z Z a C W W 3 W - o O O Q > >v a w Jx H 1- J W V W a N w i i a s a r >w >O LL Co O o I = > m °o o° oo a Z U U a -a ^ 2 co .�o 0 0 o W O O �- Q ,to -Q U p J J Z V UO- w W CD W Z WZS o W z z z a CD w i-w O= C:) a 3 a F-0 x in v) Ln - a a a w O a Q O a GEOTECHNICAL INFORMATION bw iw lw L SHANNON 6WILSON,INC. GEOTECHNICAL REPORT PARK PLACE NORTH STORM SEWER RENTON,WASHINGTON L 1.0 INTRODUCTION This report presents the results of subsurface explorations, laboratory testing, and geotechnical (� engineering studies for a portion of the proposed Park Place North storm system project in k�• Renton, Washington. The purpose of our geotechnical studies was to evaluate the subsurface conditions along the portion of the alignment that traverses the slope between an extension of Park Place North and the Belle Vista apartment complex, located down slope, and to provide recommendations for design of project elements associated with extending the pipeline down the steep slope. Our work was accomplished in general accordance with our scope of services outlined in the subconsultant agreement, dated April 22, 2005. 2.0 SITE AND PROJECT DESCRIPTION The project is located near the top of a west-facing slope overlooking the southern end of Lake Washington, as shown in the Vicinity Map, Figure 1. The overall project involves extending an existing stormwater main southward, across the slope along Park Place North and then westward down a steep slope to connect with an existing storm system serving an apartment complex. We Lo understand that the proposed pipeline will consist of a 12-inch-diameter, continuously fuse- welded, high-density polyethylene(HDPE)pipe. The portion of the proposed stormwater main that is aligned north-south extends along Park Place North and then along an existing utility easement that extends southward from the end of L. Park Place North. The utility easement lies along a narrow bench located on the upper portion of the overall slope. An existing sanitary sewer lies along the bench,parallel to the proposed ir alignment of the stormwater main. Several residences are located at the top of the slope east of the bench, upslope of the proposed storm system, and along Park Place North. Approximately 75 feet south of the end of the street pavement, the proposed storm line turns to the west and extends down a steep slope approximately 60 feet high that has an overall 21-1-20326-001-R1.doc/wp/LKD 21-1-20326-001 1 SHANNON 6WILSON,INC. inclination of about 32 degrees from the horizontal. The steep slope is wooded with small trees and brush. At the base of the steep slope,the ground flattens to a gentle slope and extends to a landscaped area and paved parking at the east edge of the Belle Vista Apartments. The steep slope portion of the site is shown in the Site and Exploration Plan,Figure 2. 3.0 SUBSURFACE EXPLORATION PROGRAM To evaluate soil conditions at the top of the steep slope near the location where a manhole would be needed, a boring was drilled to a depth of about 30 feet. The boring was drilled using a track- mounted rig under subcontract to Shannon &Wilson. To evaluate the thickness of colluvium on the steep slope, hand-boring probes were conducted using portable, hand-operated equipment. During the hand boring work, slope measurements were obtained to help construct a slope profile and to locate the borings. The locations of the borings are shown in Figure 2. The logs of the borings are presented in Appendix A. In addition to performing subsurface explorations at the site,we reviewed readily available information from previous subsurface investigations in the vicinity of the site to help understand subsurface conditions at the site. We reviewed a Shannon& Wilson report for a geotechnical study previously conducted east of the site. We also reviewed the logs of wells in the vicinity of the site available on the website of the Washington State Department of Ecology. We reviewed a geotechnical report by another consultant for the apartment development down slope of the site, and we conducted a geologic reconnaissance of the slope in the vicinity of the proposed pipeline and the wooded slope south of the site to look for evidence of past slope instability or erosion and for visual clues about subsurface conditions. 4.0 GEOTECHNICAL LABORATOR Y TESTING Laboratory tests were performed on selected samples retrieved from the borings to determine basic index and engineering properties of the soils present at the site. All geotechnical laboratory } testing was performed in our laboratory in Seattle. The testing program included visual classifications, water content, and grain size analyses. All laboratory testing was performed in general accordance with the American Society for Testing and Materials (ASTM) standard test procedures. A brief description of the test procedures is included in Appendix B. 21-1-20326-001 21-1-20326-001-R1.doe/wp/LKD 2 SHANNON&WILSON,INC. 5.0 GEOLOGY AND SUBSURFACE CONDITIONS 1. The Puget Lowland has been glaciated as many as six times, the most recent between about 15,000 and 13,000 years ago in the central part of the lowland. The topography and near-surface geology in the vicinity of the site is largely the product of the last glaciation(Vachon Stade of the Fraser glaciation). Sediments deposited during or prior to the advance of the Vashon ice sheet have been overridden by as much 3,000 feet of ice and have been compacted to a very dense or l� hard state. Published geologic maps indicate that the hillside upon which the project is located is underlain by pre-Vashon sand and gravel outwash overlain by Vashon till. Soil exposures in 30- to 40-foot-high cuts in the hillside approximately 1,000 feet south of the storm sewer alignment reveal a surficial layer of till approximately 15 feet thick overlying outwash sand and gravel. r These soil conditions are similar to those that underlie the site, based on the subsurface explorations performed at the site. Most of the steep slope portion of the alignment is underlain by very dense, gravelly, silty sand to silty, sandy gravel (till and till-like soils), as shown in the Generalized Subsurface Profile, Figure 3. The lowermost 15 vertical feet of the slope appears to be underlain by very dense, slightly silty to silty, fine to medium sand. The very dense soils are overlain by a relatively thin Jr layer of less dense soils. The steep slope has a layer of less dense colluvial soils approximately 1 to 3 feet thick. Colluvium is the loosened rind of soil mantling most steep slopes, which has moved down slope from the force of gravity. This layer consists of soils similar to the underlying soils from which they were derived. The bench at the top of the steep slope,which the proposed pipeline will descend, is underlain by fill. The fill was likely placed from a combination of past site grading associated with the residential development to the east and north, and with the installation of existing utilities along the bench. The fill encountered in boring B-1 and hand borings HB-1 and HB-2 generally consists of loose to medium dense, gravelly, silty sand with scattered to numerous organics. Although not encountered, the fill may contain cobbles,boulders, and wood or other debris. No seepage or vegetation indicative of perennial seepage was observed on the slope during our reconnaissance; however,wet conditions were encountered in the lowermost hand boring, HB-7. The sand layer encountered in that boring is interpreted to be wet; however, because of the wet weather in the days preceding our hand boring work,the wet soils observed may only reflect surficial wet conditions and not that the entire sand layer is wet. The fill that underlies the bench 21-1-20326-001-R 1.doc/wp/LKD 21-1-20326-001 3 SHANNON 6WILSON,INC. at the top of the steep slope and the thin layer of colluvium that mantles the steep slope are likely to be wet during periods of heavy precipitation. 6.0 SLOPE STABILITY Information obtained from the subsurface investigation, laboratory tests, field observations, and measurements was used to evaluate the stability of the slope at the project site. Preliminary slope stability analyses were performed. These stability analyses included estimating the engineering properties of the slope materials, identifying the approximate locations of the failure surfaces, and analyzing factors-of-safety(stability factors) for slope stability. 6.1 Slope Stability Observations While on site to conduct subsurface explorations,we performed a reconnaissance of the site and vicinity to look for evidence of past landsliding or conditions indicative of marginal instability. In general, only minor bowing of scattered trees was observed on the slope, an indication that creep is not a significant process on the slope. Evidence of past landsliding on the slope was not UL observed in the vicinity of the alignment except near the base of the slope. What appeared to be i scars of small slumps or set downs were observed at several locations along the lowermost portion of the slope, less than about 10 to 20 vertical feet above the parking areas along the 3 eastern side of the Belle Vista Apartments. Approximately 1,000 feet south of the alignment, extremely steep soil exposures approximately 30 to 40 feet high were observed. These slopes are likely.to be remnant cut slopes from a sand and gravel pit that once operated at this location. The slopes were estimated to be as steep as 70 degrees. Till overlying sand outwash was observed exposed on these bare faces, geology .n similar to that underlying the proposed alignment. No indications of instability were observed. 6.2 Slope Stability Analyses Stability analyses were conducted using the computer program PCSTABL5M/si. 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 Modified Janbu method to determine the stability of the existing slope. The effect of earthquakes was evaluated by calculating the factor-of-safety using the pseudo-static method. In the pseudo-static method, the earthquake inertial forces are 21-1-20326-001 21-1-20326-001-Rl.doc/wp/LKD 4 SHANNON&WILSON.INC. 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 l by a pseudo-static coefficient. Based on studies by Makdisi and Seed (1978), the appropriate F pseudo-static seismic coefficient is equal to about one-half of the peak ground acceleration L (PGA). A pseudo-static coefficient equal to 0.15g was used in the slope stability analyses. LThe stability program calculates the factor-of-safety against failure along either a specified slide plane or multiple potential slide planes. A factor-of-safety of 1.0 is generally considered L marginally stable. Higher values indicate greater stability, and lower values indicate instability or sliding. Generally, a factor-of-safety against sliding under static conditions of at least 1.3 is desirable. A factor-of-safety of at least 1.1 under seismic loading conditions is a generally acceptable value. The results of our study indicate that a small amount of sliding may occur under seismic conditions. However, the analysis indicates that the movement would be surficial in nature (limited to the upper 1 to 3 feet on the steepest portion of the slope) and would not directly impact the at-grade pipeline at its currently proposed location. L 7.0 ENGINEERING CONCLUSIONS AND RECOMMENDATIONS L7.1 General Based on the results of the subsurface explorations and our engineering analyses, we developed geotechnical recommendations to assist in the design of the proposed project. Based on our current understanding of the project, this report assumes that the pipeline for the majority of the alignment will be installed atgrade,with the exception of top and bottom of slope. The portion of the pipeline at the top and bottom of the slope transition to belowgrade and will be installed by trenching. Based on our slope stability analysis, it in our opinion that the slope could support the proposed stormwater pipeline and remain stable. The subsequent sections of this report present our conclusions and recommendations regarding on-grade pipeline, conventional trench excavations, pipe bedding and backfill, erosion control, and wet weather considerations. 7.2 High-density Polyethylene (HDPE) Pipe Preparation It is our opinion that because the proposed pipeline extends across steep terrain, it should consist of durable plastic pipe, such as HDPE pipe. The joints should also be durable and able to carry Wf 21-1-20326-001-R1.doe/wp/LKD FL 1 21-1-20326-001 5 let Z UK _._.._ ,�_._ 3 Z N a N CL 0 - i �._... r co Z Zw� Cs i Z N t3 CD _ �.... �`, Sal .__.s•-- i". ..,✓' 4i..,. N 7 = r u _._._,t._.�....-..-.:.ter :: ....., ti a7 L:))J p �r....._. ...... ,, O U to Q) 2 N ._.._--• N E C r ... ..__...... .._ �- c LU c v Q a' m 0 0 CL Cc r- ... 2 J mQ S cu Ucn � y _ r. S ,l J� e Q .`y r ......_. 0 CL /r-~c��" O - o Q LO y ui 1(1�1 .: fr,. ,r...� p C p .X LO cli m V i V r,,/ r,/ ci Jf/ J J U O — cu (2) � 0 ^/) :\ //'✓ O` N to N it" cn LLJ ol E c6 e o ° �jLl m co 0 m v O •/ m (If EnlL m tn -0 Ct :� FIG. 2 LL �- JGGA UI UOljena13 0 0 00 c0 N Q C) N { T T - �- O U. N W (l• i W N O C J O ' r _ ..... ......_.,._ .. _._,..._.._.. _......._ _ --�._...............-— o u. 1 r � w T m - I m N0 N W O i� O O O 49 i [ ig d i � V� U) ca CL ?N Lb (Qy7 U in r2 `E ! Z m W U O- f c 12. E i i c9 c O W LL o. .... _ �. w ... ----_._._..-......._._.-_....-_.....-- -...__.._.. + o >Q LL o > j O w cu ` a co � Lo v N � m CD C) 0.! Cl. z z L° E I i Cl) C Q d 8 i i i �_m � I U) L ....._...---.............................. O'...._.-._-_____._.__.._.._................._........_.._i._..._................... -...___._..-.._..__..+'----°.....-'---._...._.............._........... cD i + I /� L? T^ I ■■■r m i �� I i y E O Z 9 7d- ! N to C t0 co O C CL� 2 N U N@ w v ZC,Z ca N 2N O. i O C U N J .� - v E's CL LL Cn N 01 C ._.._..— _.._._.__...---.._..._..__ - �� O coo a a I L.. O p N � 0 0 0 ....__._..---..._.._..._._......__.____..._i__._.__._. ..... ,__J a 2 T� Z ° _ (D E c -i .0� N 4 d c. N 2 (7 y y c y U cp.a) 7L l J N Z do' c aNON c°, rE . I __i.._...... N O 7 f`0 � Q O O __._..___ ....._._-._..._._..__._...—._ + N d . O I cam' r O C C >. Op Co cu F- rn> E a. am y I Tm O T N Q I 2 > ' r I ! _ d [rr ¢ o —_..._........._._..._...._....- '-- —.—.... - .._._...-----_...1_—._...............-- .._.__.._.... _. _ C Ln i r.- T to N t O I I c0 O 03 O I j ❑. I Co m c+g (O N o i i y in 0 U) U ! i y o U U cu i i t O O U O -.._........ ...---.._._.. O _._._ c T I o� � O E m ` o N rn m:3 n a a vi w o v oU E o i I W and ° ° o o °' ° o 0 I J � O d O O CL O N m Q- (A cA Q m o a Q m f o ! I X O C- n 'j.....-..._______ j _________�._.._......___..._. _ i T Z a C) i 1 N O .i � Q O O O O O O d h N a0 c0 'd' N O T T T r T Jaaj UI U01lena13 FIG. 3 L I �I SHANNON&WILSON,INC. APPENDIX A SUBSURFACE EXPLORATIONS A.1 INTRODUCTION The subsurface exploration program for the Park Place North stormwater project consisted of drilling and sampling one boring and seven hand boring probes. The approximate exploration locations are shown in the Site and Exploration Plan (Figure 2) in the main text of the report. The approximate locations of the subsurface explorations were determined by measuring from existing site features and stationing stakes present in the field. Elevations shown on the boring logs were estimated by plotting the exploration locations on a topographic plan provided by Roth Hill Engineering Partners, LLC, and are approximate. All the boring locations and elevations should be considered accurate to the degree implied by the method used. A.2 SOIL CLASSIFICATION An engineer from Shannon&Wilson, Inc. was present throughout the current field exploration period 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 soil borings. The current boring logs in this report represent our interpretation of the contents of the field logs. A.3 SOIL BORINGS The subsurface explorations performed for this project consisted of drilling and sampling one boring using a track-mounted drill rig and advancing seven hand boring probes using portable, hand-operated equipment. The track-mounted boring is designated B-1 and was drilled to a depth of 31 feet. The hand borings are designated HB-1 through HB-7 and were advanced to depths ranging between 1.3 and 4.5 feet. The track-mounted boring was performed on May 11, 2005; the hand borings were advanced on May 10 and 18, 2005. The exploration logs are presented in Figures A-2 through A-9. 21-1-20326-001-RI-AA/wp/LKD 21-1-20326-001 A-1 r SHANNON 6WILSON,INC. An exploration log is a written record of the subsurface conditions encountered. It graphically illustrates the soils and geologic materials encountered in the boring and the USCS symbol of each soil layer. It also includes the natural water content, if measured, and blow counts. Other information shown on the boring logs includes groundwater observations made during drilling, approximate ground surface elevation, and types and depths of sampling. A.3.1 Drilling Procedures Holt Drilling, a division of Boart Longyear, of Fife, Washington, drilled boring B-1, under subcontract to Shannon& Wilson, Inc., using a track-mounted drill rig. Drilling was accomplished using a hollow-stem auger(HSA). HSA drilling consists of advancing continuous-flight augers to remove soil from the borehole. Soil samples are taken at the bottom of the boring by removing the center rod and lowering a split-spoon sampler through the hollow ( � stem. Upon completion of drilling and sampling, the boring was abandoned in accordance with l Washington State requirements. The spoils generated during drilling were drummed and removed from the site for disposal. A two-person crew from Shannon&Wilson, Inc. performed hand borings HB-1 through HB-7 with portable, hand-operated equipment. The hand borings were used more as probes to evaluate the thickness of less dense colluvium overlying very dense soils than as borings to obtained subsurface soil samples. Hand borings HB-1 through HB-4 were advanced with a hand auger and a split-spoon sampler. Hand borings HB-5 through HB-7 were advanced without auguring using a split-spoon sampler driven to refusal. The hand borings were terminated at shallow depths because of the very dense and gravelly nature of the soils. A.3.2 Soil Sampling Representative soil samples in boring B-1 were obtained in conjunction with 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 generally performed at 2.6-foot intervals down to 30 feet, and then at 6-foot intervals. The SPT consists of driving a 2-inch outside-diameter(O.D.), split-spoon sampler a distance of 18 inches into the bottom of the borehole with a 140-pound hammer falling 30 inches. The number of blows required for the last 12 inches of penetration is termed the Standard Penetration Resistance (N-value). This value is an empirical parameter that provides a means for evaluating the relative density, or compactness, of granular soils and the consistency, or stiffness, of cohesive soils. 21-1-20326-001-RI-AAI%vWLKD 21-1-20326-001 A-2 SHANNON 6WILSON,INC. These values are plotted at the appropriate depths on the boring logs included in this appendix. Generally,whenever 50 or more blows were required to cause 6 inches or less of penetration, the test was terminated, and the number of blows and the corresponding penetration was recorded. The N-values are plotted on the boring logs. To evaluate the relative density of soils encountered in the hand borings,Porter Ir Penetration Tests (PPTs)were performed. The PPT is a modification of the SPT. The PPT consists of driving a 1.5-inch O.D., split-spoon sampler a total distance of 18 inches into the bottom of the boring with a 45-pound hammer falling 18 inches. The number of blows required E; to drive the sampler for each of the last two 6-inch increments are approximately equivalent to an SPT value. Hand borings HB-5 through HB-7 were sampled using a modified PPT in that PPT N-values were recorded for each 6-inch increment while continuously driving the sampler. The sampler was emptied of accumulated soil for only the last sample increment to obtain a representative sample of the very dense soils underlying the layer of colluvium. The penetration resistance values were recorded by our field representative and are plotted on the boring logs. The SPT N-value and the equivalent PPT N-value are empirical parameters that provide a means of evaluating the relative density or compactness of cohesionless (granular) soils and the relative consistency(stiffness) of cohesive soils. The terminology used to describe the relative density or consistency of the soil is presented in Figure A-1. The split-spoon sampler used during the penetration testing recovers a relatively disturbed soil sample,which is useful for identification and classification purposes. The samples were classified and recorded on field logs by our representative. The samples obtained from our borings were evaluated for potential contamination based on visual appearance and odor and then sealed in jars and returned to our laboratory for testing. i 21-1-20326-001 21-1-20326-001-R I-AA/wp/LKD A-3 Shannon & Wilson, Inc. (S&W), uses a soil GRAIN SIZE DEFINITION classification system modified from the Unified DESCRIPTION SIEVE NUMBER AND/OR SIZE 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 r are based on visual-manual procedures(ASTM SAND' D 2488-93)unless otherwise noted. -Fine #200 to#40(0.08 mm) 2 -Medium #40 to#10(0.4 to 2 mm) ) -Coarse #10 to#4(2 to 5 mm) S&W CLASSIFICATION OF SOIL CONSTITUENTS GRAY - ine #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) 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. percent of the soil(i.e.,slightly silty SAND). • Trace constituents compose 0 to 5 percent of RELATIVE DENSITY/CONSISTENCY the soil (i.e.,slightly silty SAND,trace of rr gravel). 1 COARSE-GRAINED SOILS FINE-GRAINED SOILS N,SPT, RELATIVE N, SPT, RELATIVE MOISTURE CONTENT DEFINITIONS BLOWS/FT. DENSITY BLOWS/FT. CONSISTENCY r 1 Dry Absence of moisture,dusty,dry 0-4 Very loose Under 2 Very soft LI ; 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 p I Wet Visible free water,from below Over 50 Very dense 15-30 Very stiff water table Over 30 Hard I ABBREVIATIONS WELL AND OTHER SYMBOLS ATD At Time of Drilling t: ® Bent.Cement Grout �•.•;�• Surface Cement i Elev. Elevation Seal t ft feet ® Bentonite Grout Asphalt or Cap FeO Iron Oxide MgO Magnesium Oxide Bentonite Chips Slough HSA Hollow Stem Auger Silica Sand ® Bedrock ID Inside Diameter in inches FM PVC Screen Ibs pounds Vibrating Wire Mon. Monument cover m N Blows for last two 6-inch increments NA Not applicable or not available NP Non plastic OD Outside diameter OVA Organic vapor analyzer a PID Photo-ionization detector F- ppm parts per million PVC Polyvinyl Chloride 3 Park Place N.Storm Sewer 3 SS Split spoon sampler Renton,Washington SPT Standard penetration test a �? USC Unified soil classification oWLI Water level indicator SOIL CLASSIFICATION N AND LOG KEY June 2005 21-1-20326-001 Z SHANNON &WILSON, INC. FIG. A-1 Geotechnical and Environmental Consultants Sheet 1 of 2 m UNIFIED SOIL CLASSIFICATION SYSTEM(USCS) (From ASTM D 2487-98&2488-93) MAJOR DIVISIONS GROUPIGRAPHIC TYPICAL DESCRIPTION SYMBOL GW .'• Well- raded qravels,c]ravels, gravel/sand riiixtures,little or no fines Clean Gravels (less than 5% o o Poorly graded gravels,gravel-sand Gravels fines) GP mixtures,little or no fines (more than 50% ° of coarse fraction retained GM Silty gravels,gravel-sand-silt mixtures on No.4 sieve) Gravels with Fines (more than 12% Clayey gravels,gravel-sand-clay COARSE- fines) GC xt GRAINED mixtures SOILS (more than 50% Well-graded sands,gravelly sands, retained on No. SW little or no fines 200 sieve) Clean Sands (less than 5% fines) SP Poorly graded sand,gravelly sands, Sands little or no fines (50%or more of coarse fraction passes the No 4 Sands with SM sieve) Silty sands,sand-silt mixtures Fines (more than 12% fines) SC Clayey sands,sand clay mixtures Inorganic silts of low to medium ML plasticity,rock flour,sandy silts, gravelly silts,or clayey silts with slight lasticl Inorganic Silts and Clays Inorganic clays of low to medium li uid limit less CL plasticity,gravelly clays,sandy clays, (q than 5t l silty clays,lean clays FINE-GRAINED Or anic 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, Inorganic l elastic silt Silts and Clays Inorganic clays or medium to high (liquid limit 50 or CH plasficity, sandy fat clay,or gravelly fat more) y Organic clays of medium to high Organic OH /� plasticity,organic silts HIGHLY- Primarily organic matter,dark in PT Peat,humus,swamp soils with high ORGANIC color,and organic odor organic content(see ASTM D 4427) SOILS NOTE: No.4 size=5 mm; No.200 size=0.075 mm N iD Park Place N.Storm Sewer 3 Renton,Washington 3 NOTES 1.Dual symbols(symbols separated by a hyphen,i.e.,SP-SM,slightly silty fine SAND)are used for soils with between 5%and 12%fines SOIL CLASSIFICATION N or when the liquid limit and plasticity index values plot in the CL-ML AND LOG KEY N area of the plasticity chart. U) 2.Borderline symbols(symbols separated by a slash,i.e.,CUML,silty June 2005 21-1-20326-001 CLAY/clayey SILT GW/SW,sandy GRAVEUgravelly SAND) c' indicate that the soil may fall into one of two possible basic groups. SHANNON &WILSON, INC. I FIG. A-1 of z Geotechnical and Environmental consultants Sheet 2 of 2 o Co SOIL DESCRIPTION u o -o l% Standard Penetration Resistance E E o @ (140 lb.weight,30-inch drop) U) m ♦ Blows per foot Surface Elevation:Approx. 176.0 Ft. Q U) 0 0 20 40 60 Loose, brown, slightly gravelly to gravelly,silty SAND; moist to wet;scattered to abundant roots,wood,charcoal, and organics; iron-oxide staining; (Fill)SM. i - Layer of clean to slightly silty,fine to z 5 medium sand from 5 to 5.5 feet. Very dense,gray-brown to brown, silty, 8.0 31 • j 71 gravelly SAND to gravelly,silty SAND; moist; 10 _ scattered cobbles inferred from drill action; 4 1 65A L iron-oxide staining, slightly silty at 15 feet; s=*o 50/6"A k (Till-like) SM. i . 15 `o i sI t 63A k t w I • I 74A L l Very dense,gray-brown,silty,sandy GRAVEL 19.0 �1 2 to silty, gravelly SAND; moist;iron-oxide Z I 50/4" stained locally,weathered gravels; scattered a cobbles inferred from drill action; (Till-like) { GM/SM. V25 s= 7 *—----—5014 j 10 30 ---f--E 50/6"j L BOTTOM OF BORIN 3 '0 COMPLETED 5/11/200 35 --- it t Note: Samples S-2,S-4, S-8,and S-9 had a faint hydrocarbon odor. W 45 W I W I J LEGEND 0 20 40 60 Sample Not Recovered • %Water Content o = Standard Penetration Test Plastic Limit Natural Wes at r Content Limit 0 J ZPark Place N. Storm Sewer U) NOTES Renton,Washington 2 1.The boring was performed using drilling methods. N2.The stratification lines represent the approximate boundaries between soil types,and o the transition may be gradual. LOG OF BORING B-1 3.The discussion in the text of this report is necessary for a proper understanding of the p N nature of the subsurface materials. p 4.Groundwater level,if indicated above,is for the date specified and may vary. June 2005 21-1-20326-001 if w 5.Refer to KEY for explanation of symbols,codes and definitions. 6.USCS designation is based on visual-manual classification and selected lab testing. SHANNON &WILSON, INC. FIG. A-2 4 U) Geotechnical and Environmental Consultants L N o L Porter Penetration Resistance SOIL DESCRIPTION ° 0 a, y � a :3 lb weight, 18"drop) a) � o Blows per 6 inches Surface Elevation:Approx. 177 Ft. 0 20 40 60 Loose to medium dense,dark brown to brown, gravelly, silty SAND; moist to wet; numerous G Y. organics and charcoal; (Fill)SM. — 9 ; o i 21 ° z — --- --- 4 - 4.5 BOTTOM OF BORING , COMPLETED 5/10/2005 i g T- - --' — i 8 -- -- l , i i 12 i . 14 I t 16 —.... --._ n i 18 -- - -- w ----- i v ' w 0 20 40 60 LEGEND • %Water Content ® Grab Sample Plastic Limit Liquid Limit Z Porter Penetration Test Sample Natural Water Content >_J Park Place N. Storm Sewer 'a NOTES Renton,Washington 0 1.The boring was performed using drilling methods. 2.The stratification lines represent the approximate boundaries between soil types,and the transition may be gradual- LOG OF HAND BORING HB-1 0 0 3.The discussion in the text of this report is necessary for a proper understanding of the nature of the subsurface materials. 0 21-1-20326-001 z 4.Groundwater level,if indicated above,is for the date specified and may vary. .tune 2005 0 °m 5.Refer to KEY for explanation of symbols,codes and definitions. SHANNON &WILSON, INC. z 6.USCS designation is based on visual-manual classification and selected lab testing. Geotechnical and Environmental Consultants FIG.A'3 z x SOIL DESCRIPTION o a Porter Penetration Resistance E ° w (40 lb weight, 18"drop) Q. E o a Surface Elevation:Approx. 170 Ft. p� o ) Blows per 6 inches Loose to medium dense, brown,slightly 0 20 40 60 gravelly, silty SAND to silty SAND,trace of clay;moist; abundant organics; (Colluvium) G m SM. _ s � .. o a 2 N O 3.5 2 0 Dense, brown, silghtly gravelly,silty SAND, Z trace of clay; moist; iron-oxide staining; 4 0 4 - -- . . --------50/4" scattered or anics; Till SM. j 1 BOTTOM OF BORING f i COMPLETED 5/10/2005 6 — – E; E I : 10 – I 72 —� -- 14 I ° 16 ——— ,.. 18 — —----- LL 0 J I LEGEND 0 20 40 60 N ® Grab Sample 0 %Water Content o Plastic Limit i" Liquid Limit I Porter Penetration Test Sample Natural Water Content >_J M > Z Q Park Place N. Storm Sewer NOTES Renton,Washington 1.The boring was performed using drilling methods. 2.The stratification lines represent the approximate boundaries between soil types,and ry the transition may be gradual. p 3.The discussion in the text of this report is necessary for a proper understanding of the LOG OF HAND BORING H B-2 r nature of the subsurface materials. 0 4.Groundwater level,if indicated above,is for the date specified and ma y vary.ry- June 2005 21-1-20326-001 m 5.Refer to KEY for explanation of symbols,codes and definitions. °z 6.USCS designation is based on visual-manual classification and selected lab testing. SHANNON &WILSON, INC. FIG. Q_4 a Geotechnical and Environmental Consultants x $ o D Porter Penetration Resistance SOIL DESCRIPTIO N -0 a ° � (40 lb weight, 18"drop) a cn o A Blows per 6 inches Surface Elevation:Approx. 146 Ft. 0 0 20 40 60 Loose,gray-brown, silty,gravelly SAND,trace ti m of clay;we numerous roots and organics; 0.8 50/5" iron-oxide stained; Colluvium SM/GM. 2 Very dense,gray-brown,gravelly,silty SAND; 1.7 2 moist; iron-oxide stained; Till SM. ° BOTTOM OF BORING COMPLETED 5/10/2005 i i 6 ( —�— I I i 10 -- I 12 --+----- _ f I 14 _; -...._.__._._.__... 16 c wt W I J � W ° 0 20 40 60 LEGEND • %Water Content NQ Ground Water Level ATD � ® Grab Sample Plastic Limit F---4" Liquid Limit 0 T Porter Penetration Test Sample Natural Water Content J_ 3 Park Place N.Storm Sewer a NOTES Renton,Washington c� 1.The boring was performed using drilling methods. N 2.The stratification lines represent the approximate boundaries between soil types,and N LOG OF HAND BORING HB-3 the transition may be gradual. 0 3.The discussion in the text of this report is necessary for a proper understanding of the 0 nature of the subsurface materials. 0 21-1-20326-001 K 4.Groundwater level,if indicated above,is for the date specified and may vary. June 2005 a: 0 5.Refer to KEY for explanation of symbols,codes and definitions. SHANNON &WILSON, INC. F(G. A•5 ° 6.USCS designation is based on visual-manual classification and selected lab testing. Geolechnical and Environmental Coruuttanttt z a SOIL DESCRIPTION o a Porter Penetration Resistance ° E ' L (40 lb weight, 18"drop) Q E E o `° a Surface Elevation:Approx. 126 Ft. pa) C/) CD C� a)0 20 40 60 A Blows per 6 inches Loose, brown, silty SAND;wet; abundnat � organics; (Colluvium)SM. 1.0 Medium dense to very dense, brown, slightly G silty to silty,fine to medium SAND,trace of gravel;wet; abundant roots and organics near 2 - top; iron-oxide staining decreasing with depth; i (Outwash)SM/SP-SM. 4 BOTTOM OF BORING 4.5 2S 50/3" COMPLETED 5/10/2005 1 6 --. I I I I 10 - -- i l 12 14 --- 0 J LEGEND 0 20 40 60 ® Grab Sample EZ Ground Water Level ATD • %Water Content 1 Porter Penetration Test Sample Plastic Limit Liquid Limit Natural Water Content z y Park Place N. Storm Sewer NOTES Renton,Washington 1.The boring was performed using drilling methods. 0 N 2.The stratification lines represent the approximate boundaries between soil types,and pN the transition may be gradual. LOG OF HAND BORING HB-4 3.The discussion in the text of this report is necessary for a proper understanding of the nature of the subsurface materials. 0 4.Groundwater level,if indicated above,is for the date specified and may vary. June 2005 21-1-20326-001 m 5.Refer to KEY for explanation of symbols,codes and definitions. ° 6.USCS designation is based on visual manual classification and selected lab testing. SHANNON &WILSON, INC. FIG. /4.6 = Geolechnical and Environmental Consultants �R o F Porter Penetration Resistance SOIL DESCRIPTION E a o a (40 lb weight, 18"drop) Q T @ Blows per 6 inches [Surface Elevation:Approx. 165 Ft. p 0 2p 40 60 ! Loose, brown to gray-brown, silty,gravelly o SAND; moist; (Colluvium)SM. z 2 -- l 2.5 o I Dense to very dense,gray-brown,gravelly, N silty SAND; moist; iron-oxide staining; (Till) 33 t= z SM. 4 --- BOTTOM OF BORING ! �- COMPLETED 5/18/2005 6 — –` j I --. . i i 10 i 12 --------.._. j 4 I 14 -- f a 18 0 0 20 40 60 LEGEND • %Water Content I Porter Penetration Test Sample Plastic Limit Liquid Limit o Natural Water Content 0 J_> Park Place N.Storm Sewer 2 NOTES Renton,Washington 0 0 1.The boring was performed using drilling methods. N 2.The stratification lines represent the approximate boundaries between soil types,and LOG OF HAND BORING HB-5 N the transition may be gradual. 0 0 3.The discussion in the text of this report is necessary for a proper understanding of the J nature of the subsurface materials. 21-1-20326-001 cc K 4.Groundwater level,if indicated above,is for the date specified and may vary. June 20 it 0 5.Refer to KEY for explanation of symbols,codes and definitions. riotechnical ANNON &WILSON, INC. FIG. A'7 m ° 6.USCS designation is based on visual-manual classification and selected lab testing. and Environmental Consultants z a x SOIL DESCRIPTION o Cn _ Porter Penetration Resistance E E ED Co a S ' (40 lb weight, 18"drop) Surface Elevation:Approx. 154 Ft. p Blows per 6 inches 0 20 40 60 Loose to medium dense, brown to gray-brown, o gravelly, silty SAND; moist; (Colluvium)SM. Very dense,gray-brown,gravelly,silty SAND; 1.0 moist; Till SM. 1.3 g BOTTOM OF BORING z 2 COMPLETED 5/18/2005 � 1 I f I I !J a r � j J I I 10 ` 1 14 ---- I ---*— I + 0 16 � 1 i --- 0 J LEGEND 0 20 40 60 ° • % Water Content FI Porter Penetration Test Sample Plastic Limit o Liquid Limit �? Natural Water Content J z) Park Place N. Storm Sewer NOTES Renton,Washington m 1.The boring was performed using drilling methods. 2.The stratification lines represent the approximate boundaries between soil types,and N the transition may be gradual. LOG OF HAND BORING HB-6 0 3.The discussion in the text of this report is necessary for a proper understanding of the nature of the subsurface materials. z E 4.Groundwater level,if indicated above,is for the date specified and may vary. June 2005 21-1-20326-001 ° m 5.Refer to KEY for explanation of symbols,codes and definitions. ° 6.USCS designation is based on visual-manual classification and selected lab testing. HANNON &WILSON, INC. FIG. A-H =a, g. Geotechnical and Environmental Consultants � Porter Penetration Resistance SOIL DESCRIPTION L .0 a. : @ (40 lb weight, 18"drop) a� E ♦ Blows per 6 inches o U) U) o Surface Elevation:Approx. 136 Ft. m 0 20 40 60 Loose to medium dense,brown to gray-brown, o silty,gravelly SAND; moist; (Colluvium)SM. 1.0 z N Very dense,gray-brown,silty,gravelly SAND; 1.3 0 moist; Till SM. 2 ---- , - -t- BOTTOM OF BORING Z I COMPLETED 5/18/2005 12 7F7 i - i i s 1 l I i I 16 -- -- Y I J Q 18 � I 0 20 40 60 LEGEND • %Water Content Z Porter Penetration Test Sample Plastic Limit Liquid Limit o Natural Water Content 0 J_ 3 Park Place N.Storm Sewer a NOTES Renton,Washington 0 1.The boring was performed using drilling methods. N 2.The stratification lines represent the approximate boundaries between soil types,and N the transition may be gradual. LOG OF HAND BORING H13-7 0 3.The discussion in the text of this report is necessary for a proper understanding of the 0 nature of the subsurface materials. 21-1-20326-001 ? 4.Groundwater level,if indicated above,is for the date specified and may vary. June 2005 R .. 0 5.Refer to KEY for explanation of symbols,codes and definitions. SHANNON &WILSON,INC. FIG, A-9 z 6.USGS designation is based on visual-manual classification and selected lab testing. Geotechnicai and Environmental Consultants a cu z loss somms 11110 1 Nonni ooz ON oil oz ot Mill M ■ ■ IS NINON MINN MEN- SITE PHOTOS r N 26th Park PL N Page 1 Park PL N j r Looking South CB-7 toward CB-5 y CB-7 Park PL N i `y• � �k � �. •��i;per. Looking • ` Driveway @ #2415 Ua ..�... • • , 1 ..h 1 k� �x �+ i 7 4 Driveway Looking North � Back toward CB-5 and Park PL N N 26th I Park PL N Page 2 #2415 _ tt On Slope, - Looking NW Toward CB-4 4x -CB-4 -CB-3 AW On D. Slope Slope, Looking W Toward CB-3 and vegetaflon at 'f s ' --CB-3 f South of project Looking N Toward ex, CB and Steep Slope CB-3 ' Ex. CB R Sta.0+00 j - 26th I Park PL N Page ' / In #2415 Driveway Looking S Toward rockery on 'A east side of driveway x�- I� 4u s Looking NW >� S to be abancloned Vegetation near top of slope after clearing Olt, 01 . 17. 2005 ..fir- �0. ?.• ,, •` path for .� • •e will be at different location) Up slope " .• GCB-2 o �'� X57•''"-,a PI" . • s i �ia` � � 1 � I s55f�r PPWJ ir Ai w �• r Am N 26th I Park PI_ N Page 6 PHOTO 1 Tree G From parking lot Looking east kil.up the slope, .. some identified .� �. ;+ trees r: ,r � y •s �� i �R a: .*'�+►�. 4.r ti, wi��',r','�.�,�3� � �Ilf�,s..,S> �4.� .. .. Looking ast up the slope, some identified �, trees ' ` MANUFACTURER DETAILS, INFORMATION , AND SPECIFICATIONS v a C✓ xxxxxxxxxxxxxxxxx � p ti ca ca 11 , im N Y T <� Q iff a M. Yl Yom)11 1 Lo f" 'Fill � �X �W 3 - � ^N o m _ �t�l `V) 9 MIN �, ry_ N L �q} [,r V w OO �NQN SON V-RJ•[1q i.1 TIT V '£J V Sill w N � o� y W K �.�' i V O fU q 'O O O N E O Al O N z � `�URI W i V o �� .,j S .gyp rcics.. a s� y�. ti �ins"h�� W � i� gal ^NNv i #� 1 U�'1 1N-� I to it 1 T tl 1 N A 1 N (j w 2 'jC I N NNNNN M NN(n MN N W 93 W W co -O i"1 W(7 MIN W W = � w � SU M T in 0 I0-.Y.,m,n -O-»cue V r4 a a,:Ch 0 odoodroar,0U-)0) n,o.clwv rrnmmaoaIn maµ dddd 0000odo-�--atnitummm'M�ro-. h 000csodoo ooc00000000000 n ti I t 1 I I 1 1 1 1 i i I t. 1 E I t t l l i l l er- C7 . 000000000'00000000000000 :p.., Q to LO In U'1 in it')to to iti v7 tm to In 0 0 Ifl If)Ifs IC)W)In.n.. t, © z Y z t3 r a T 6© L� u Z U cow T C C``'s Q; r W w IW ti (� V 4?tA <-m 0 Q �J < z Ix ZOW.o w�- o wr a f CL jG V 0: WW U 4r (It 'aX Z yr c vi c� ci V q C t4 I-waW :cWW Z0 A r1r a �• c�u�a N ce a x to 0 0 �z a .toA NUtat Om ru I V) x 0 W WAQW _m= CL nz9am WJ LA)W Z(XZ LL)U p CL a �� 9_jQM .v0 T 0 [IGZ0 N ir• C"I p �y x x x x W U 0 p Z U Z Q � UINYWZSZW G7W ((rte,, N (�e ` Q'tr- 1-G1 X �"J) QQ CL O 0"'r Feu v \ \ \ � ca W Q.t")a W-Z" m F.-t- D 0 W ( 2 N W AI Zaw H-UEk _j L" �Z �II "'J ( a ^' tt' .._I j f t �}, R`'t i cl1s i� 4 < Q E-t??Z S Z►�..J t-- V!4 W <0 W�--� a NNtru n JO.« CtZ d �kEa > Q LL. 0 "' `� 7Ju,°z i a zzvt wz za U le o -7, Z s© a�c')o'<� - c�``i p�W , QZ I D0:X4EOr U UQJ ate- wt� taw 4001 o u WZW �-A 1 {jl ( T VimQ_ t--....txL <nt Z r� o Z U C4 w Nu 4 \ in 0 W G7 X'X Li r U U W o 1 Z W Q ky I W 7 W ,Q W ..t,W -rn W .JY J00. •ZZZQ ?q^ t t� � v + t`I � �+ E uwlxoxo wtY�wz WN Ito < 12 _ < i OJ.? F_ Q.VI Ck CY+-++ taJ W W Q v1 Q eiL... tn.crnmo v o x �ro r- >�q Z =Q O'D%DU?C J AZt?! t- \WCSQQ ZQ (/IN it []< WooczQ�mm_jxxW p F° Z sa¢ O O O Q O C1 at ..Vx k^Q+_7 !- C7 --J ¢ 11 1 E 1 w Vt I I E I [.:)w a J t-W Z Z �UF_ � •-� °��� ti t�0000 ' ZZpJ ..J .tn2Ta- i� .Q�WW- '� (� ' i17 U-s Itl to It's � Q W to Q -..Q N I--.•-,i— Q t-••.�J��� W {[ � ,_ r t.)t.?L)L r, _ JXt-QYNQJ 00<t..WX0 ¢>UTa �` .•••,,..•_....._�._ ' Iu< t_7 tY A•- E I t W W Q X F_ zCEI � vc gQcQZQl7 fL►- tmw J W 1: (,) tLZL. Tt- hZJWUJ J1aUWfnJ1- wqLAJ ¢ e �, cs i-I dxaJZw�o . U� TT� D m W J �'" F ¢°ac .►te ¢ JCnwol-.tom 1 , lYl^ QZt- =J(LoiLXCtUZAZU<<O< --QQ 0_.. OQ _j P PER.MiMAJV0APE A Donloff OF (stwt+r CImA a 1P www.performancepipe.com Table 4 DRISCOPLEV 4100 - IPS Pipe Sizing System Size DR 21 (80 psi PCt) DR 17(100 psi PC) DR 13.5(130 psi PC) DR 11 (160 psi PC) IPS Minimum Weigh it Minimum Weight, Minimum Weight, Minimum Weight, Pipe OD, in. Wall, in. Ib/ft Wall, in. Ib/ft Wall-, in. Ib/ft Wall, in. Ib/ft Size 3* 3.500 0.167 0.77 0.206 0.93 0.259 1.15 0.318 1.39 4** 4.500 0.214 1.26 0.265 1.54 0.333 1.90 0.409 2.29 6 6.625 0.315 2.73 0.390 3.34 0.491 4.13 0.602 4.97 8 8.625 0.411 4.64 0.507 5.65 0.639 7.00 0.784 8.42 10 10.750 0.512 7.21 0.632 8.78 0.796 1.087 0.977 13.09 12 12.750 0.607 10.23 0.750 12.36 0.944 15.29 1.159 18.41 14 14.000 0.667 12.22 0.824 14.91 1.037 18.44 1.273 22.20 16 16.000 0.762 15.96 0.941 19.46 1.185 24.09 1.455 29.00 18 18.000 0.857 20.19 1.059 24.64 1.333 30.48 1.636 36.69 20 20.000 0.952 24.93 1.176 30.41 1.481 37.63 1.818 45.30 22 22.000 1.048 30.18 1.294 36.80 1.630 45.56 2.000 54.82 24 24.000 1.143 35.91 1.412 43.81 1.778 54.21 2.182 65.24 26tt 26.000 1.238 42.14 1.529 51.39 1.926 63.62 2.364 76.55 28tt 28.000 1.333 48.86 1.647 59.62 2.074 73.78 2.545 88.79 30tt 30.000 1.429 56.12 1.765 68.45 2.222 84.69 32tt 32.000 1.524 63.84 1.882 77.86 2.370 96.35 36tt 36.000 1.714 80.78 2.118 98.57 2.667 121.98 42tt 42.000 2.000 109.97 2.470 134.15 48tt 48.000 2.286 143.65 54tt 54.000 2.571 181.80 t Pressure class ratings are for water at 80°F (27°C) or less. Pressure class ratings can vary for other fluids and service temperatures. *3"IPS OD and minimum wall thickness per AWWA C901. **4" IPS and larger OD and minimum wall thickness per AWWA C906. For flow calculations,Avg.ID may be estimated by: Avg. ID=OD Size-(2.12 x min.wall). Consult AWWA C906 for tolerances and other factors affecting actual pipe ID. t Pipe weight calculated per PPI TR-7. tt 26"IPS and larger sizes subject to minimum order quantities. Pressure Rating Water system piping must be designed for the continuous internal pressure and for transient (surge) pressures imposed by the particular application. DriscoPlex'"' PE 3408 high-density polyethylene pipe provides a unique balance of properties that are especially well suited for water distribution and transmission. DriscoPlex- PE 3408 HDPE pipe has outstanding long-term strength that provides durability for long-term continuous internal pressure service. DriscoPlex- PE 3408 HDPE pipe also r. provides exceptional ductile elastic properties that provide exceptional fatigue resistance and reserve strength necessary for recurrent or intermittent pressure surges. Continuous Internal Pressure The continuous internal pressure, exclusive of transient pressure surges, is defined as "working pressure". A pipe's working pressure capacity is a function of the allowable hoop stress and pipe thickness. Allowable hoop stress is determined by testing plastic pipe at various internal pressures, analyzing the test data, and categorizing the result. The categorized result is defined as the hydrostatic design basis (HDB). The HDB is used in the pressure rating equations that follow. Bulletin:PP 501 March 2002 Supercedes all previous publications Page 6 of 16 0 2002 Chevron Phillips Chemical Company LP For more information and technical assistance contact: AyMr ,Mtr,Ml11 Peiforrrarce Pipe.a division o Chevron Phillips Chemical Company LP : till P.D.Box 269006 Plano,TX 75026.9006 800.527 n6A2 ri le PE 3408 r Piping Systems Typical Material Physical Properties of DriscoPle)e HDPE High Density Polyethylene}Materials .................................. °------..............°.--........ Material Designation -- ASTM F x.12 PE 9q p8 ........................................................................................................................................................................... ............................................." ! Cell r assificatirm s ? ASTM D-3350 .�....._.. 3454640(black) _-- s 345464E(color) . ,m3 Density gfr f ASTM D-1505 0.955(black) 0.947 color Melt Index j g%10 minutes ASTM D-1238 1 0.1 Flexural Modulus psi ASTM D-790 > 130,000 Tensile Strength psi ASTAA D-638 3200 SCG(PENT) s hours ASTM F-147,3 > 100 ..........;^.......... ...................... .......................................ii............... HDB at 73.4°F(23°C) psi ASTM D-2637 ii 1600 Color;UV Stabilizer -- ASTM D-3350 Black A th minimum 2%carbon black Color;UV Stabilizer -- ASTM D-3350 J Color with UV stabilizer Linear Thermal Expansion inchllnchl°F ASTM D-696 9 x 10"$ EEastic Modulus ps` .........:.:.....::.......... : : s i ASTM Ct-638 110,800 :........_....... ......_ :::u::::::::::::.: . Brittleness Temperature I °F('C) ASTM D-746 <-980(a-118) .... ........................................................................................4........................................ ....................................... ....... . ......................................................................................: Hardness Shore D ASTM D­2240 65 Members Of: 11111*;j r, iulietln: �? Revision Date October, 2002 Before using the pip;r:;product the user is advised and cautioned to make its own reterminat;or ar:c assessment of the sate?v art.lla suitability of the piping product for the specific use in question and is further advised against relying on the information cr.,n:tained herein as r.:ay relate to any specific use or application.;t is the ultimate responsibility,of the user to ensure that the pipirr�r rcduc s suited and the •.. ,. inf�rrna?li,n Is appiicabtr:to tL•t:use Specific appticatlon.This data sheet provides typical physical pn:pel?y in?on :etion for poiye hylene ^^ ' '� �""'"' resins used to manufacture.the piping product.It i intended for nor.:,hrlrr •,oE eth ,:f)!Ping resins.It is r o?a s rodur SpC:crrcatlon,ar,d F a, l yler=. l 9 does nisi estabiish rrunimum or rnaxinu:m values or manufacturing to:erances frr resins rr for the piping pr riuct.Titase typed Physical Lion property values:vere deterniired using compresslan-molded plaques prepared fronn resin.Values obtained front tests of specimens taken frorrr the piping product can vary from these typical values.Performance Pipa nor s not make,and expressly disclalrtis,all><arranfies,of merchantability or Fitness for a particular purpose,regardless of whether oral or s,vvitter„express ai.implied,or allegedly arising trim any wage of trade or from any course of deaiire in connection with the use of irrfprrnation contained herein or ttie piping product itself.The use expressly assumes all risk and Eiabllity,YA-wther haser in contract,tort or othervrise.in connectipn tint the use of the information contained herein or the piping product itself.Further,information contained herein is given wfthwt reference to arty intellectual property issues,as ere as federal,state,or!goat laws%%h;ch may be encountered in the use thereof.Such questions should be investigated by the user. ME A Dmsw or Oxrvtox raNutrrs OHtm ut Couraxr tP www.performancepipe.com Flange Adapter g p ,. _ _________ _ B ALL FLANGE ADAPTERS 211 - 24" NOW PRODUCED TO AWWA 0906-99 & D2513 AT NO ADDITIONAL COST .. C Nominal Size DR/Pressure Dimensions Dimension Package Package Std. FM Reference Actual Size Class(psi) B x C in T m Qty- Weight(Ibs.) Item Plant ++r -� �� �L 150 200 Code " DR 0.4 4 11/2 DR 9 9 3 1/8 x 6 0.3 10 6 Y BF *M014*ADFL* DR 7 1.900" 2" DR9 33/4x6 0.4 6 Y x BF 15 *M020*ADFL* 2.375" DR 11 3 3/4 x 6 1/8 0.3 5 x BF DR 17 N DR 7 14 3" DR9 45/8x6 0.6 12 Y x BF 12 *M030*ADFL* 3.500" DR 17 4 5/8 x 6 1/8 0.4 10 N x BF 4„ DR9 6x6 0.8 21 Y x BF DR 11 10 17 x *M040*ADFL* 4.500" DR 17 6 x 7 1/8 0.5 13 N BF 6„ DR 9 8 1/8 x 8 1/8 1.1 10 66 Y x BF DR 11 60 x *M060*ADFL* 6.625" DR 17 8 1/8 x 8 0.7 12 50 N BF DR 21 DR9 103/8x85/8 1.4 10 Y x BF 8" DR 11 1 9 x *M080*ADFL* 8.625" DR 21 10 3/8 x 11 0.9 5 N BF DR 26 3 DR 123/4x83/4 1.7 15 Y x BF 101, 1 11 x *M100*ADFL* DR 17 8 ' 10.750" 12 3/4 x 12 1.1 BF DR 21 7 N DR 26 6 DR 9 15 1/2 x 9 1/8 2.1 22 Y x BF 12" DR 11 1 17 x *M120*ADFL*DR 17 12.750" DR 21 15 1/2 x 12 1.3 11 N BF DR 26 9 t -Fittings 26"-42"are produced to dimensional requirements of F-714 and can be manufactured to meet AWWA standards for a premium. x -Indicates certification/approval for application or test. Dimensions and weights are approximate and subject to change. Drawing No.CU70D275 ilk Bulletin:PP 1.1 July 2005 Supercedes all previous publications Page 1 of 2 0 2002-2004 Chevron Phillips Chemical Company LP Performance Pipe,a division of PO Box 269006 Phone: 800-527-0662 +� Chevron Phillips Chemical Company LP Plano,TX 75026-9066 Fax: 972-599-7348 AAFORMANCEPME A Urrismx or Qrnxorr Am Lips Cyimui losirasr tP www.performancepipe.com � -I 1-T Flange Adapter g p B ALL FLANGE ADAPTERS 211 - 24" NOW PRODUCED TO AWWA 0906-99 & D2513 AT NO ADDITIONAL COST i• c Nominal Size DR/Pressure Dimensions Dimension Package Package Std. FM Reference Actual Size Class(psi) B x C in Tin Qty- Weight lbs. Item 150 200 Plant Code DR9 17x12 2.3 35 Y x 14" DR 11 1 26 x BF *M140*ADFL*DR 17_rr 14.000" DR 21 17 x 11 1/2 1.5 18 N DR 26 17 DR 9 19 1/2 x 12 2.6 45 x 16" DR 11 33 Y x DR 17 19 1/2 x 11 1/2 1.7 1 25 BF M160*ADFL* 16.000" DR 21 22 N DR 26 18 18„ DR 11 41 Y x DR 17 DR 21 20 1/8 x 11 1/2 1.9 1 25 N BF *M180*ADFL* 18.000" DR 26 20 20" 80 ' 100 23 1/4 x 12 2.1 1 56 N BF *F20*ADFL* 20.000" 128 160 Y x 50 22" 65 N 100 25 1/4 x 12 2.3 1 68 Y BF *F22*ADFL* 22.000" 128 N 160 Y x 50 24" 65 N 100 7 3/4 x 12 2.5 1 83 Y BF *F24*ADFL* 24.000" 128 N 160 Y x t -Fittings 26"-42"are produced to dimensional requirements of F-714 and can be manufactured to meet AWWA standards for a premium. x -Indicates certification/approval for application or test. Dimensions and weights are approximate and subject to change. Drawing No.CU70D275 Bulletin:PP 1.1 July 2005 Supercedes all previous publications Page 2 of 2 C 2002-2004 Chevron Phillips Chemical Company LP Performance Pipe,a division of PO Box 269006 Phone: 800-527-0662 w Chevron Phillips Chemical Company LP Plano,TX 75026-9066 Fax: 972-599-7348 Fittings Index I Search a Armoo of frerno 1094011(RA-M Pft T wvvw.performancepipe.com - i Convoluted Ductile Iron* IPS Back-up Ring Nominal Size Pressure Dimensions Std. Weight per Bolt Bolt Bolt FM Part Actual OD Class(psi) B.C.x T(in) Item Item lbs. Length Diameter Number 150 200 Number 1 '/2 11 267 2.38 x.5 N 1.0 4.5 1/2 4 1006763 1.900" 2 2.375" 267 4.75 x 0.75 Y 3.0 4.5 5/8 4 x x 1006773 3" 3.5 267 6.00 x 0.94 Y 4.0 5.0 5/8 4 x x 1006779 4' 4.500 267 7.50 x 0.94 Y 5.5 5.5 5/8 8 x x 1006787 " 6" 6.6" 267 9.50 x 1.00 Y 7.0 6.5 3/4 8 x x 1070540 8.625" 267 11.75 x 1.12 Y 11.0 7.5 3/4 8 x x 1070539 10" 160 14.25 x 0.98 Y 12.0 7.0 7/8 12 1064909 10.750" 267 14.25 x 1.19 Y 16.0 8.5 7/8 12 x x 1006829 12" 160 117.00 x 1.25 Y 20.0 7.5 7/8 12 1064910 12.750" 267 117.00 x 1.50 Y 23.0 9.0 7/8 12 x x 1009830 14" 160 118.75 x 1.38 Y 30.0 8.5 1 1 12 1064911 14.000" 267 118.75 x 1.63 1 Y 37.0 10.0 1 12 x x 1009831 16" 160 121.25 x 1.651 Y 40.0 9.0 1 16 1064952 16.000" 267 121.25 x 1.881 Y 49.0 10.5 1 16 1 x x 1009832 18" 160 122.75 x 1.67 1 Y 45.0 9.5 1 1/8 16 1064953 18.000" 200 22.75 x 1.80 N 48.0 1 11.5 1 1 1/8 16 x x 1009833 20" 160 25:00 x 1.81 Y 55.0 10.5 1 1 1/8 20 1036802 20.000" 200 25.00 x 2.06 N 61.0 12.5 1 1/8 20 x x 1009847 w 22" 160 27.25 x 2.00 Y 65.0 12.0 1 1/4 20 1064954 22.000" 200 27.25 x 2.13 N 72.0 14.5 1 1/4 20 x x 1009849 24" 160 29.50 x 2.13 Y 80.0 11.5 1 1/4 20 1036732 24.000" 200 29.50 x 2.17 N 91.0 14.5 1 1/4 20 x x 1009851 26" 100 31.75 x 2.00 N 83.0 12. 1 1/4 24 1071425 160 31.75 x 2.38 N 104.0 12.5 1 1/4 24 1009854 26.000" 267 31.75 x 2.53 N 109.0 15.5 1 1/4 24 1071426 28° 100 34.00 x 2.06 N 92.0 13.0 1 1/4 28 1071427 160 134.00 x 2.50 N 116.0 13.0 1 1/4 28 1 1 1009855 28.000" 200 34.00 x 2.60 N 126.0 16.0 1 1/4 28 1071428 ' -Carbon steel at the same pressure may be substituted. x -Indicates certification/approval for appropriate application or test. Dimensions and weights are approximate and subject to change. Drawing No.-CU7013959 I Bulletin:PP 13 July 2004 Supercedes all previous publications Page 1 of 2 ©2002-2004 Chevron Phillips Chemical Company LP Performance Pipe,a division of PO Box 269006 Phone: 800-527-0662 Chevron Phillips Chemical Company LP Plano, TX 75026-9066 Fax: 972-599-7348 Fittings Index I Search � r IPM www.performancepipe.com T HDPE Blind Flange Liner B.C. NON PRESSURE Nominal Pressure Dimensions Std. Weight per Bolt Bolt Bolt 1 Reference Cl Size ass(psi) B.C. x T(in) It Item Ibs Length Diameter Number lant Number 2" Non Pressure 4 3/4 x 1 N 2 31/4 5/8 4 WX OF*LINER 2.375" 3" Non Pressure 6 x 1 N 2 31/2 5/8 4 WX OF*LINER 3.500" 4» 4.500" Non Pressure 7 1/2 x 1 N 3 31/2 5/8 8 WX OF*LINER 6" Non Pressure 9 1/2 x 1 N 4 41/8 3/4 8 WX OF*LINER 6.625" 8" Non Pressure 11 3/4 x 1 N 6 43/8 3/4 8 WX OF*LINER* 8.625" 10" Non Pressure 14 1/4 x 1 N 9 47/8 7/8 12 WX OF*LINER 10.750" 12" Non Pressure 17 x 1 N 13 51/4 7/8 12 WX OF*LINER* 12.750" 14" Non Pressure 18 3/4 x 1 N 15 55/8 1 12 WX OF*LINER 14.000" 16" Non Pressure 21 1/4 x 1 N 19 6 1 16 WX OF*LINER r 16.000" 18" Non Pressure 22 3/4 x 1 N 22 61/2 1 1/8 16 WX OF*LINER* 18.000" 20" Non Pressure 25 x 1 N 20 63/4 1 1/8 20 WX OF*LINER* 20.000" 22 Non Pressure 27 1/4 x 1 N 30 71/4 1 1/4 20 WX OF*LINER* 22.000" 24 Non Pressure 29 1/2 x 1 N 36 75/8 1 1/4 20 WX OF*LINER* 24.000" ' 26" Non Pressure 31 3/4 x 1 1/2 N 61 83/8 1 1/4 24 WX OF*LINER" 26.000" 28 Non Pressure 34 x 1 1/2 N 69 83/4 1 1/4 28 WX OF*LINER* 28.000" Dimensions and weights are approximate and subject to change. Drawing No.-CU70B577 Bulletin:PP 1.9 July 2004 Supercedes all previous publications Page I of 2 C 2002-2004 Chevron Phillips Chemical Company LP Performance Pipe,a division of PO Box 269006 Phone: 800-527-0662 Chevron Phillips Chemical Company LP Plano,TX 75026-9066 Fax: 972-599-7348 ...---�"""" ...---Wl► I Fittings Index I Search PEJ OCIRMA/� PIPE A Drvmm orCxreeo#P ium 0 aaucar CompAkr 1P www.perfonnancepipe.com K 2-Segment 30 Ell Fabricated IPS 2-Se a � g _ ALL M&I ELBOWS 2" - 24" NOW PRODUCED TO AWWA C906-99 & D2513 AT NO ADDITIONAL COST vl+ i Nominal Size Pressure Feed Dimensions Std. Weight per FM Plant Reference Actual OD Class(psi) Stock R x C x B(in) Item Item lbs. 150 200 Code 2„ 100 DR 11 1 128 DR 11 1 67/8x4 x 4 3/8 N WX *F02*L30D* 2.375" 160 DR 9 1 x 200 DR 7 1 x 100 DR 11 1 3" 128 DR 11 1 7 3/8 x 4 x 4 1/2 N WX *F.3*L30D* 3.500" 160 DR 9 2 x 200 DR 7 2 x 100 DR 11 2 4" 128 DR 11 2 7 7/8 x 5 x 5 5/8 N WX *F04*L30D* 4.500" 160 DR 9 3 x 200 DR 7 3 x 100 DR 11 6 6" 128 DR 11 6 ' 12 5/8 x 6 x 6 7/8 N WX *F06*L30D* 6.625" 160 DR 9 7 x 200 DR 7 8 x 100 DR 11 11 8„ 128 DR 11 11 13 5/8 x 6 1/2 x 7 5/8 N WX *F08*L30D* 8.625" 160 DR 9 13 x 200 DR 7 15 x 80 DR 17 12 01, 100 DR 11 18 10.750" 128 DR 11 16 1/2x6 1/2x 8 N 18 WX *F10*L30D* 160 DR 9 22 x 200 DR 7 26 x 80 DR 17 21 12" 100 DR 11 32 128 DR 11 19 1/8 x 8 x 9 3/4 N 32 x WX *F12*L30D* 12.750" 160 DR 9 38 x 200 DR 7 45 t -Fittings 28"-42"are produced to dimensional requirements of F-714 and can be manufactured to meet AWWA standards for a premium. x -Indicates certification/approval for application or test r Dimensions and weights are approximate and subject to change. Drawing No.-CU7013414 Bulletin: PP 3.10 March 2005 Supercedes all previous publications Page 1 of 3 ©2002-2005 Chevron Phillips Chemical Company LP Performance Pipe,a division of PO Box 269006 Phone: 800-527-0662 Chevron Phillips Chemical Company LP Plano,TX 75026-9066 Fax: 972-599-7348 Fittings Index I Search ,ERFO MA1'ftlPM A D147SlkN of txrr$oa YNRUPS tr+F�rcac taurwr LJ' www.performancepipe.com R Fabricated IPS 2-Segment 30 Ell ALL M&I ELBOWS 2" - 24" NOW PRODUCED TO G AWWA C906-99 & D2513 AT NO ADDITIONAL COST C _1 Nominal Size Pressure Feed Dimensions Std. Weight per FM Reference Actual OD Class(psi) Stock R x C x B(in) Item Item lbs. 150 Plant 200 Code 80 DR 17 27 14" 100 DR 11 40 128 DR 11 21 x 8 x 9 7/8 N 40 x WX *F14*L30D* 14.000" 160 DR 9 48 x 200 DR 7 58 80 DR 17 37 16" 100 DR 11 55 128 DR 11 24 x 8 x 10 1/8 N 55 x WX *F16*L30D* 16.000" 160 DR 9 66 x 200 DR 7 79 80 DR 17 47 18" 100 DR 11 70 128 DR 11 27 x 8 x 10 1/2 N 70 WX *F18*L30D* 18.000" 160 DR 9 83 x 200 DR7 100 x ' 80 DR 17 60 * * 20" 100 DR 11 90 128 DR 11 30 x 8 x 10 3/4 N 90 WX *F20 L30D ' 20.000" 160 DR 9 108 x 200 DR 7 129 x 80 DR 17 76 r 22" 100 DR 11 114 128 DR 11 33x 8 x 11 N 114 WX *F22*L30D* 22.000" 160 DR 9 136 x 200 DR 7 162 x 80 DR 17 94 24" 100 DR 11 141 128 DR 11 36 x 8 x 11 1/4 N 141 WX *F24*L30D* 24.000" 160 DR 9 168 x 200 DR 7 201 x p 80 DR 17 198 28"t 100 DR 11 295 42 x 14 x 17 3/4 N WX *F28*L30D* 28.000" 128 DR 11 295 I 160 DR 9 353 t -Fittings 28"-42"are produced to dimensional requirements of F-714 and can be manufactured to meet AWWA standards for a premium. x -Indicates certification/approval for application or test t Dimensions and weights are approximate and subject to change. i Drawing No.-CU70B414 Bulletin: PP 3.10 March 2005 Supercedes all previous publications Page 2 of 3 ©2002-2005 Chevron Phillips Chemical Company LP Performance Pipe,a division of PO Box 269006 Phone: 800-527-0662 Chevron Phillips Chemical Company LP Plano,TX 75026-9066 Fax: 972-599-7348 11. to ow r to aw STANDARD DETAILS r rw ir. r r ft fto No CITY OF RENTON 1 DEPARTMENT OF PLANNING, BUILDING & PUBLIC WORKS J 2" N N , & PROJECT NAME 2° -19WE"ATENTR 4„ 8" FImm BY: CITY OF i Oabi TI m SYSTEMS 3" CITY C ACT: ( L. 3" C CTm 3" SCH16*, 0INTH/YEAR TO mwrwYE - 3" I \ I 8" L12- 4'-0'x8'-0"x1/2" EXTERIOR PLYWOOD (SMOOTH BOTH SIDES, ABX) } 2"x4" DIAGONAL BRACE a DOUGLAS FIR STD. OR _z o BETTER o 0 I j 4"x4"x14'-0" mVERTICAL POST TREATED (TYP.) 0 I i7 NOTES: 1. PAINTING. THE FACE AND EDGES OF THE 1/2 INCH PLYWOOD SIGN BOARD SHALL HAVE ONE PRIME COAT AND TWO COATS OF EXTERIOR ENAMEL THE POSTS. BRACES AND BACK OF SIGN BOARD SHALL HAVE ONE COAT OF PRIMER AND EXTERIOR ENAMEL THE BACKGROUND COLOR IS WHITE. 2• LETTER TYPES. THE LETTER TYPE SHALL BE SOLID HELVETICA MEDIUM EXCEPT THE LOGO WHICH WILL BE PROVIDED BY THE CITY. ALL LETTERS AND NUMBERS WILL BE BLACK. 3• LETTER SIZE. 4" LETTERS ARE 1/2' WIDE; 3" LETTERS ARE 3/8" WIDE; 2" LETTERS ARE 1/4" WIDE. APPROVED BY: PROJECT SIGN DETAIL DATE: 04/10/06 1 SHEET: 1.0 J 40 UOW L z r LO 1- WN O Fn m J Q U O Q F=- O W S Iw- m Z ~ CL w �_ 2 F- Q O w W O W S O> ~ W p p C7 Li. w O w _Z w _Z Q d Q LL O U z_ NFo L?0J w ' W ~ W w O w i W m � p w Ca m r J ") m < p > m U _ IS- F-WzD �oN Iw-- JJ Z p rn Frr U Q S > QO S > O >- UQQ W E- � , N U w CAW= � F- OzJ wp2 W Caw a � V) = Z U) w x c� 30 � C) p wmZ ZQ� aO as o{Q� r � W W mp JQ J Mw � Q] JQ d Ca U;� d G, d O 4 z J z Q d W J O W J Q W Ir C4 N cn Q 0E-cLnZ. U -jdd J W m O U) J U) U) Q Q J Q W Q p )- F wo W w w Of m > c=naw U=iQZ ..I � w z z vi Q 4 � O ° w OF- F �00 mX w-i°' V) w O �� z LL F- Q' w W N JO UwU) UQJ �'' WOE N OD O� Qw <W wcwn= w _ZW �f< 71 ,w C� d W N z d~ N = W = Q W Q Q J 4 p C:f u,. O W W QWw w U F- ~ J U)� U)W FS-W O U � m = Q of of m mUp-r-� 0 W Z �^ ' � Z U x LO w w b- w Lj SLLJ D(n :DW oWpDO d U) � OJSF- �w � pWO � �Op d W > _I W W J W' O X W Xw � QOQ W < F- W' U) F- F._ OW Q O W Q Z Q S M S S S Q J W W J w X F- LL U) J � F- U)N F- F- p L�U) S L� Q W m Z N Ln LD S U z w af U F- O O M N I N Q In > r w M CC U)S LL m U O J OD �FF-- W O Q O Z I W 3 F~- LO N _Z FO > m Q OCR U � �W 00 O cDZ W < � J O M:2 O Q W N �� mOf I <Of Q ----- --_- V w O W N Li I U) u V) I J W U) a_ Elf O m-i I Q � U Q N Lim~ I ow m z w V)WU-, I X Q W pp w F- Li.J m I Q _> Ln J � ✓' JNa I U = U)O � D c0 Fr r O J U cn Q:' Q me YOB m .. m L` iv O in U m Q w — m0� J mm of ILj U Q W 0 >z z W I \QQIwiQ �UU Of L� wpzwaf pWW_J U) O Lp 5; a: I I U N F- W N rZ �ZOF= N N - 0 I Ln N Zaa Li W S W W Z W p 2 F- Q N W 3 =SJ -�LnZW W Li o>v3N O~�F-W3Z wOR NmF'°� �V) L 0- LIZ QOZ ZN�NWQ Z"It 0 Lj a =0W>� z 0 mF-0 aQQNKZ:I i 0 0 33m�N Nd~a�- W L+ Zo3L� [ H<LJ W �U z (L O {Yi L 3 ci a m U)LLI E O(Dm OZ W OUO'^O0Z cz Z(A I-N LLI.4 U 0 W m U W N F-ZF-QW0 ���_ Z a U ice-O W f--i —� (�� —iL V — — — — — � 1=III=III= � a — _ w Q v U N H � " Z ° o �. Ln c W O a Z A m = N U � o a = U r � a W Z U — — — OC — — � (�- OQ OJ Z aW a00: v0 i3 pM- Q F- � III—I I i—I I 'o i N O N 41 N 3 W CL 0 N � ¢ � e - .� o 0 o m m`3 � ° m �nQ W i aai 6 0 f• Q ¢ O >0 8 H � N o-'a r U E ZE10 W Mn y Ear o.a y � F o c p m o m m m ]U��wuue 03a V m TW WD�mt") O 2y U W W lSa mOm2 © W C 5 N�d W E U 'O W W E 0 iNprn V mO _ m m� BEY _ N O n Wo m o m m °in m mad 2 6 ak O Q <zY OJ Z .- N Ii v U m_U J Q < W w ¢w a �+ k��33 aY a w o N 3 V a ¢ a •- U 0 u g ¢ X U = p B B O U m ¢ ©� 0 rY� W QrQ K pZ (7 p O W WU "vwi >p wz OV �W O WQ N� °' W ? ¢ z 5w o a z =z = Z� S O O U� O rU FQQ- ~ 2 UO S ¢O LL f W H K 1 1 W r -j U) LU ° __________ __________ 0 y Q F •G v m (D� v F- W G. U N -. a F . a ¢ n. W w� �.° y s a . / o (d�U L a 0o z� L no 'NIW.01 'Xb'W.9L rn N G W N LU o i Z r m F ¢Z mN W J Wj. .......... .......... 0 CF w K oLL w Na J V1Q Z � M T �H 0 tn go +o W G�a c�,-�° c �q a� oL Z 3 �. o? f y U3 � oa <uh 9 h t Qj Q U N Tp O O N D E II t0 i 11 J V)CO N N O L E+ cv XVN ,b > v._._ _ LEI wo O — L Ui D x 3 F- u z 0 o L _ O 0 0 L N O L4--Q D O 7— x m g c aCO(n N L O 0-C Q N E U) fV O 4. m +O — 3 W + y tL (n+ 0 0 D O .� CL L4-DL c c c N U/O U) T L a' - U c+ O N ° 1n U N C U 7 E t O C 00 010t0 D (1)•- O D O $ (1) —4- UN O L L ,C L a Ic — N } O O C+ N N 8 O L U N (nE O O O g g T� C+C C + a� L O •-+ O C N N F 8 O— VI O in.- •- U UI + O a+ U 7 NU D— NO U O - O+ L C N aN U' N N C OD L O O + 0— C N T ° L- o o- m a n o VI as ULOa O QE W Ui ` Q ~ y v o Z N v E W +O O 2 v NIN N m �i6 C9 vvi ] Z Z O L m 1 ] s \ Z o m �`g ri �I < Q ° II N I� N CL V N I w w O W W O NIN U „/9 z/i6 In \ Q _ U o z O z Z+ d i J s CD N -] F- Z „£ Q „9 = = U � F- Q U L W W L v c c > WOO U U U N OZ N L W L t d ~ EX c > c > +O W N 0 0 v 0 0 EX EOM V) Z[ O+:_ o 0 µ N 0 a t I I LDL L.OL O + ° .0 F- m '3 m oc a m 3-j o LO IL N LO ° U Oa NLY OY oa OI- NOH � L} N 4u~ U U U � o m w > a ra d o z rn 00 N W Caw an Q M \ m d Hw °aF CL o o a Q N m r-�. O z ° ao it d q a E- jI c� w < Ul) _ _ O O �n`3 0-1 cD n M -. F x m C'4 cv \ cv to U U z w w * W 'wr I �4 z LO 1 Z Q r' W L O a w M Q ° d ow Ln Y U1 p Z Vl Z m ^ u r � O W �' WO r-) (� o CO W Z �- w O O d W OZ 3: Z U J Z �. �O O O W Y LL)U) ti ^ (n N_ LLI x i U I Q p p v x Ln ZO N v Z x Z UQ Z NOf Q O W 0 Z U C Z U 0 cn Q Z p F- m O UO U o C� r7 N Z � O O o U o Q U j 0 0 Z)=0 on Q O � n 0°0°0 >Q 0 D= � W op C7 of OUP W OZ� ^ � U p�0� 00 � Q m Z O O p- O ^U r�OZ� U 10- _n of �2en M w Lo o a F} Q d >- Z U- W !r N Q ~ U m of O a w Q \ p m ZpvQ m Q WO::):2 3:0 Of fl)m Z \\ J N C) Y �p OZ U mUN U Z O O Y or LL.3 \ ~ O vwi0wv``ii z :D in 00 O O \ O�U�' Z ^ W z c) r U-�Zw w Q 0(D<m > -JZW� Q a °Z°OQ w OONQ Z WLL �cn N rm Li t- � O Z E ~ V 0 E o w c N c o L n c o Q• O a ri a dl p L Z)-- N C L L N(n 0. • N En p ,^ C P. O N t TO p D 4- V, Q U to +- C - L i- Vol L Q O d O C O( + L K - Sol Y to t- r + + •U O U V O - O V to 0 J•- N U3 k C N v 4- O-L L IV L (n .0 W+ V7 L V Q a O O L U D O L W p R1 0+ } 4- Z) to C O L•- + O ._ ea NO 0J -+(AN + Q OY U O - N O E (n O 47 U 4) L a 4,D O N C D UC L _N L V (n Y aD O.O to U + (n- O OC L T NDNO 4-- a)r E (n•- + 0 DO- U O.Z Ltn 43 E + } O w0 4- W 4 0 4- T S N '0 1 C 0(n .i. Lv O'v 0W 7 - CO L- N U C E C, E to 0-- O•L N O E O • Cl ] + E- O (Ad(A Etn LU IV a }Y + + L - 4) W 'C+ N + U > > o �x atn 0 a) 0-.0 D L Y NY N E L 3 + UO.UE 4) N E+ + y 0000 N > 4) v+ Otn ° W •-•C F-Q Y N.Y H C f-L ti U 0 t- O O N V C m tT m U W O � p O a v C 0 _O + °u t c C:N_0 O O + L }O d^ 4- + W USN L'- t/01 to dl p D o O Q L in C C y O v O C L 0 0'O N to m 4) W + E to LO cr � (n o4- o p 0+ = p O O tL W tD N N a O iD O �O \\ / L:a D h h P — V DD =S °aa0 =a r — =a =a C =a — tn a a O o S L s L L N T N 0 LO LO qty V C n 3 m m t (!1 O L U p a ■ L O N O L N N L p O m L m O M co M a a C; o W m E w 0 z >- n a rr p w E- N w - N w W 04 C\2 V) co U �' z z rn z �N -7}�� Z LLJ Xa Z E..., Cz7 ,-� q wx n. O I 1 O W '� E.. E-U. F Z Z z 0 c� a w a O In a = U U O H 3 Z U [ = Q� -C co „n Q = _ J w Q zv ¢� v3 a CO Of of U U a O 6 m ° Z _ n ¢ \\ < m m ¢ v a a c: u f' \J ch cn w cn N ^ \\ V o: c- U m � m � m � J + 4 0 a a J U W � D � � a o a Z ° om f= 3: " 0 0 W � OD > cn ") ,n _J °a Q a x E— O z� I �_ � o ~ > iII I m J Oo \ I V�. ,Onn �^Ly � f I V/ , 0 to I W N m U 0 i W O 0 O LLI tr �f a W Q w L, 88no Ol Y w o J U O W L--j' r O0 N Z: p� N 0 O\O D i N o a r z x ° ° a Q \ z M w o 0 an -4\ uj ;10 ' _ z _w w_ LL F ° p Q rr > \ O O ui O m — i — — — p M — LO U') z d �� M N Q Li LIJ J � O N O pm Z O V) a o t r- r- Of U t=WUNj n � U N ZZO ti 0JgOWZU D Z m W Q o°CL a m:2 ppJOC�(n W ¢ J l L � W =OO tis dAl _ O = cnUZ < LO <n O J ¢ ¢W W ¢ z N in o Q N m Om •d U J W cv � , •_ '1 � w � O Q W � N a W a o o a o m I w m � z v d� � � Of i � I m m m m z m O I z :D cn O rn w w CD w I " I 1 m ° x 4 ' q' o/�o Q Li v o I v ¢ �(\ z z z --- Q X �' �tJ ,I 3 00 I w F- U w + o x w z w _J Li Of v a a- m z 0 j Cif n w a Li Li L J = F- z Q Q 3 D F- V) _ ^ ^ V) w Z d y�". W J z O I _ Jm rm z ¢ �0 N �0 N N I Q 00 DO N x x x > O LLJ -j ,n V CO: tO "t: "0 0 N w I Z w H ON - - v _ O�ut D M. V fF L6 Z 0 <a\ 0 0 a a o J m O 0 � Ow 0--Ir uj Q O V 0 0 2z �� w aZ N O O a J 0 aa� r o Z oo�-zo zL,< :D "\ a=Uwo ow V) o cn a Q w U Q V a Q \ a V a )- F O w a O W N G w f > �a- w X NLJ w w V) J•d af-a W- ckf O In w V7 L, M _ O Z n 1 1/16 � � O 4 3/4 o O N 4 1/2 0 17 3/4 o Ln 4 1I/2 1� 2 3/4 � o � --� 1 1/2 23 3/4 1 5/8 w NOTES: DAM 8/28/97 *MATERIAL; DUCTILE IRON ASTM OLYMPIC FOUNDRY INC. A536, CL 80-55-06 ' 117 3/4 X 23 3/4" 2-WAY VANED GRATE APPROXIMATE WEIGHT: 75 LBS. RATING: H-20 PART NO. SM50 2VG / \ / z Q \ / i 7 \ L ®\ ' d z) )\\ bQ- / c ao cc @ u m o z ® / \ 2 2[ -C§ \ / / E 0 0 + + :2 z \ / o z z / E q m d Ld c \ / / 7 F- 8 Cl % \ ® < Of z cO �® \ \ / D 2 � j z A a § � / \ ` , . . � ! tl< <\ j = e 3 , ! / f \ ' / 3 , z > ® LLJ/ \ \\§ /% F- o z, Of z= u u @ o teeƒ <& 2 Pee //k/ f\\ Qfƒ%\% V) LAJ � ee= � . . r � N C� r, W N Z O m ` ►- Wix .� J m z W 1-W LLJ cr - - . mU _ Um � — WW r- n ZW ►Zrw �— F-M VO n 3 - wo \ „1 „Z WQ l--� ,J 2 = mU N W WtN Q ♦ '� c+°c F-F- W= V= 2 2 x ° [DU V ffe71 � O vn U ° Fa J ♦ ¢ u- 1 = : W O Jm 2 w a 2 °t a rc W ' N O u o° m r Zit �-,Z ZU c a Y m OU "b OW p° m n wZ OF- ►0} w u v - ~ - - : m WU as of OV ' mW „Z WZ _ UOZ "� 'i mF- J W Q U : W� C7� lL \ \ . F-Q + Z W F- u+ iO W p WZ m0 Qkz o NU „Z Jw I. .• UZ a 6 O i V) J �w z 3 O Uz pao p 0 Zi pxvi �W JN� W a~ O\0 Q ~UJ aNx d a x wx ^ m1w a (n J30 �WW 1= Q o0a <x x z 3 z m Zw cnmz `` W ° z U mm w ZU cr OU'- w A Q n' UNZ O °w �w d , O Z J a W Z ° E•Low aC)wa z a M O ° w°Wm aZ� N V [aF 6F 04 UWO W a W a Q U (F..] 0 LL OI C>aaa z W L' F w� o3x a z o~ x cc + w Z�Q aCjm� W 0` Mo Q. w°z°o w a'x ' mo a �+ H Z Qaz UoIr n w v ",o W KOv -� O N f aV) ' xwwm a m J + 4 Q ww° ' >�n x a c� mzo HOmWN O �UU ZU>J 4 Z a<wU x O -j x w 6(L 4 c_n o a V)Z< awQO ommo 0 ° CL CL Z p UJWZ o a 0- Onw <a<w 0 J Q }Z a w J w m m W m te=a mam° < J p N W rW 0 0 Z O m /-W J x > x N Q � Nw� a a m m w u-, o2N= S Z d F- a z J r 0 a a n C, omN3 3FnW0 m a v d O Z Wzzod °a ax w m w O O Z r Jpmm NX�O W p op (n Uw Of Q Q C7. < FW�p U w v � Z c ''d xp in 0U z0 < F Z W CD O Er Z mow• � w04 U U U W U U > D w U vrS�w �wuxi v= vwi Q ZQ U N Q 0 m O d m U m � � N U z a O \ f= U5 dlZIlS ONUNVI U w cn a M Q d d O w Z N m Q Z U) Q Z W (A m Q Z F _t Z x :2 Z_ Z)- N a_ O O_ A z wQQ 0� NO w Q O Z N O CL a a.x� Q U W W ui F- W W�xmLd > cr z 0- Q Q Q D Q O w t �_ N U F-w U-Z W N O Z Z � �- o xQp N w F x Q W Q X X w D d \ \\ O U x \ N V)O \\ aw an .. Im .. CONSTRUCTION PLANS Reduced 11" x 17" Also Separate Full Size Plans, 22" x 34" O � \ 6 N U W a W U � W W ui � Z _ W zg O Z a a CL a 0. o ._ c N N Z c� ry Q o z 39 w � oo� W CD oov) N w s LLJ � � c=i-) � JZCncn +lye g U U w Y Z W � > 0 Q € o O Q O C) w 0 � U � O Q U � 4- �+�' X 0 o CD CL W Lj Zw � N � � ry� O U U) V 2 Z N d' OQQ ODD m V z �p 00 �± M S W� a 50b-I 50b-I 41 iFat w V� _ O M 3 U i GAV MOPSON d U' CA J TN O � w LXLJ Us w m� J O oNp+ PJe��Ap5 � Z L _vw 00 = e+h O �t Z v J Q i Z � U Q U b Z w w 8n 0 ~ �Z O 0 68 058Z-LZ-dMS w■... ll . wmw. r....r .�... ....r• ...r. +..... «.... .err mom" . eoumw .NN.. .r...r ....rr ""llmow ",NOW Ktomm"No ls\w r�rrroww ............................... Ld Hl ON d N + �� � � C + lT ' c w' W + .......... .'.......................... ..... ............ ............i.. .............. (L �1 s <; ��o� as I C a aO lN.,m ~( tNf� p W: a N�p6 I Wi ' rt11 m "o 10 '110 3dW il0 V�1 1- wl wl w' W\\ S3NON1-SI Xddv S3NONI- l xddV -! xddv / :..... z...........fir.:....................�.w.IL.. ...Z........ m �:N. ..................................�.............. } WWc ..:... c i 3dld 3 3)1VNS did 3)fVNS m a s a n lyl' U bl mUry �i 0`vI�v = w w mwUUIIZ Ir?': Win: ' W - 1 Id ONf10N0 1� °y G� v: N w m t: U w—Z. \ 1 11lVIS X +1 YJS +OYJS d O � x:�-^-z $ O i - .. ..... .i..................: I of W Ir ' a ....�'..` ..J....rz.................w:awz3z + f11 U tlWl 3dld 110N 3dld 1N dt1S - pl M106'13 .9C 30NVN �7 i p ..l Z .a S CL Un-e _� 1 , .aaX se '�_`-�--^ __^ a ' ............ ............ .............. .............. .......... ............. ............. a CL O O'Q Q Q? a< I I .... ... ....I Q u 11 . yA� dw.ot I IQo 1 i i i 1 '1 I a 11 1r) S33iLL { t ZL Q Uld v_r.............................................................. �..I...................!...o n...........; p � ......... i i m l dw.zL 1031A11d d., o-, 1 w ONfItlNO 3AABV : - N si Z I I I li i it I In / I �, 0 XddV m g g�i: i =d w Z NN ✓' } 0 4j "� m m "N: •I I i �� a� I O rx &urz; j ' 00 a N U>3U> I uj .......... ......... 3_ g owl / kLZI 1�Lytil �( C `I \\ zNM tV �"j �:'��j N-o: / 7� �: N1AN0 n •; yl �• � Ll �........... ................�,OI.�.W.�.r.....�`.5................K=............. .I....... t.ri............. ......; gel+ 353NVd�'1' w w .............. b i dt 10" I n I O 2 0 �i d 4 .1 F �I I.� 3$3N4dVrl I 1 I p } Z I �w•N £� •t� I //},..o. .. ±-/ Q� U K ZNW :x �� I y/�W •� 1 I r C \\\ &( ` Z .� s a K O O I Loa a 1 U }' °moo i 4a - 2 \ Y' K; s� ° o LnY �.g.g. ................... " ds.o I " .......... .... ..... �........ ................... i N Uv /LI _ w o �.O .............. n M �+ � yy &°w'w' I �i pOnn1g yt�Y N w o o i1 ww I -:O s .............. ........... r•' �: w w ..1... i i'• mm m.NN o. I I �, r .�^ :J — �'i IJi ;, ..b "3 �. I 1 m.w zrn HK s W"sa I I r I`,/ w3 ; I w -------------- I 1 I ............. .............. .... ...,........... ....�.._....:m. ..........�+ -�-- ' �l ........................ ...:... :... ... �. �;.. N 35 X11 .un 13 i 3 Q, ,wn tt •.l--j i-J w ( . I "�°. ..........1/1... 'n.m........:.......................................:........ �5 ...... .............. 3dO15 I� &}d m r' L-.•. '�.�:, ¢it i... m .1 n C .. .. ...�.. n I I I Z �L? ��NM O t t HO aa�.3rvvs I °.f ` $ i; I ,r�,aay ss 9 N n ryn ro q F / '� hn Y Y to / 3131 �. •} .............. .... 7i .. .u�. X.... .............................. ttSS ...,'... . A 10 Lo CL 1 i/ - / mnn �,q N 111 N In ZN l.r0 1`J Q 1r`/ .........:.......... ...... ............. ......... ...... ... ............�................. ��� `' NW rob ,�•'_� /ll) - O C'4 0- d i m� - I �° 11� r- ---- � �� w w i 4�_��iMr���_[: o Nnnn 1r ?� gxaa �c� 1 1 N i I•I`1 _ x�11 S m It Z,roro ��.. Y........Q....... .a.. ............. ........ ......... .............. ............. Il wl ww atil , �` Uw',.,N Ort 1 I ... .. CID �J _ 4'. X�.-.- :Nn�m r • N 00 C O"9p�a y2pJ N O wZw3 NOr r)o;.:flr Xeam i it /i I II(N•CX,rA,t _ ' is Ic 'Ja u=1 ri aOnW o O _ w w w;s %I t1_ s3soa I Y - _ I C. N^ .. ............... M.J.�L/._............ ......... ...�.............;........ ....... „` `- 11 ....................m w n W N N F q U�K N W� a ao6Mt ............ .............. .... oo g .......................... / R� ....................... T .�a.....!...T � p Z8 O O m 0 z°x C vi � II ........... ... ..... i ............... i ............. ............... 41 II UI; / i Z I... i i OD 3 C� m I N �....... ........... . ......I.....�...I.......... ............. .............. 3 Z c_J N v : S W .� i J o 1 3 d 0 0 CID I I I n 13'.......i...................i.........................................................i................... i........ ��•• _ �1 .................. W RR6 p U I, c w i w 31 ;,I, x N L♦y t ; ON O M� {� p' ...............:.Lo 4r I jf �I M Z O L� OO_U. ..,..._....... .�........... .............. .............. ............. .............. Z WM mOJ ZI <MOI�'O u ayy�lo UZL) � o > a0NVH I a.......i ....�....... ..... ............... .............. .............. ............... / a n�� x mod• �m m���;IS....................sS.....° q a �.Z;�. F m:3 .� > v a Grin O - _U__ i s W 200 ouNi Dn Mnw.11�� <�< T// �` /�i I U •OiY,. .. ... .......i.. ...gy..... .0 .... .............. ............... .............. .............. I .. ..... 0 (1a X ��O'• (A r a,M S Y OD I�00 La 'I \\ Z IODD Imo ... O Munn am o,o,:a 8 I Z7 F J E MM MM',M ' � G o I 1 �• M O m N N OD-: GI lL.......................................................................................� � - pppp��pp NN ee .•Z� ..._.. In°N N :ONDN O� �U2 ` ........................................................................................ �l.7 f C y� z °n n��a z zY 7cWi 0 p 9Z F 0899 =gn _ zm z o� wZ YI < ++++ v++k5t5� a zv ���' 1 <00-e 10-KKm m C7 d m 0 ci ul 058Z-LZ-dMS rrrmr im l 1� WW~ *snow msvv r Mummu / "Womr ammorr low l NIAWA 11 r1mum (IIIILIom vomm MENAM r�fi o `D I� g !r lit a ye a. o d�pxj !�} $ 6 it O fA li O ao' cii GGpl1 `� W a J z O W C� U9 lo < O$ 1"# € 10.a W� Z m� 7 zj Wl$0 3 - 7� 13 3 3 X � z o of isms �g (`I J j U 25 � 200 Eoautrn MYN�a �( �Z U J N U R} aa � �cNVn� tO• 'ro � � p � � � ( Wz Q E CL ��t <� L.4�r O MOW 'C4 00;8 y 25yy1� J oZ y0 j FF--�''[�7']] . U ` ZODM M NW 01^OWi �rW y� W o �{7y s 3 O Y2 !• W WO1 O/ = O � m O 11 O Z O �Od �W S Q� pW Ir c E pO loo h 17S pp $Q y� Qj y� t� IV7y11 3 q C Z ZO =O N NN N11 - w F �Q1 OrLWN{� s O �ZN s�oo 68 On a O O x d 6 6 c tAj � 1 I r�r 8 � S g � .............................. :....................................................................................... M 7 2411 I 7 !� o c. en CT N Garde CT N I Garden CT ..................f...................I...................I...................I............... CONC.PAO : •••U WORK AREA .'''/EX.C8 RIM_183.40 LIMITS(MAX) EX.0 RIM-176.35 E 12"CMP IE-179.48 N; Y1 r o \\ S 4" PVC IE-171.73 N 12"CM IE-172.25 i W ^ 7N ,..•,.,..,•„ ,,,,•,. .,,,.,. N 12 CIA IE-171.65 d �� w IE-175.6 rLUGGED ..'..µ..µ..I4.:............p...................... ............. ...79...i ...... FO ����VVyyff��4i E 6" PVC IE-17220 ..��p ——,——— <_______-_IW .. _ -- �wZ it } ----' - -- -- tea. �+ 0 H CL r ---� .............. ............ a _ - - CL ONC DRIVE � ,V / 4 \\ O p ... ; •''/ '' SSMH RIM-176.02 ' o i �yy .....:........ ......:. .. ........., .......tv IE-170.32 v �' y / (I/�� W ff77ll ppppO Z R GRAIN(10"X10°� o O — - _ ' _p ........... ..... .................:......N a O .......... ...: .. ... 171.63 I ....... �.....,... t� �.Cl,�...:... S. D w/ DEBRIS __—__ I I �. ^ Z FLOOR AIN (10"X10" �-- - I Z 2 :U<� 1 RIM= . 'g t O I 0 N.V., Z O O IE- 1104593"A N) I I H : r N W N ,I .+ ZOO S O op 'L N �_--C5 - ...... ...�................ + 1 t+do iii .o o N WORK AREA_ ,_ 1 I o w p 2 ;y LIMITS(MAX) '—�I A I m e LO 2 _' w II ................................... �... ...o.........., c>z / ^ t zz a $ 1 F 00 _ n e 1 j _ o Q UAPIPE Q 1 1 4 a t�.�n.................................................................................. ............... ^.. ....... m GRATE ly - w N 1, C3 1� (O ^a i i ST /� 11 P ..............._.. . ............ ........... ...... ............ .... ....`... 0 O: _ LU o IY - N II�I N '. / / ........0.........:...................:...................�...........&.... ............. .............. .............. J� IV . ........:... mI �W W p C 4 m a � M wsnzv; i\`�`Gl L�' U :U O —�— 0+00 �........g T It n I 4 B—LINE * ... * W 3 l e bN .' NO1o�i� o . ry W �.ittwZ / \C' �'' C4 Y �:OW Ne w :...................:...................:................. :m.d.= .�. ....N.o w: ....... ..... LL ............. O / P b -� t 0. xx oc U,G(L W'..i W.......... ........ ..... ..................................................................................... ...... z \ / ...�0 — i W ov / �e LLF ............. ............. .............. ...... .............. s till ` ` I 1 �'��,' � � E ♦ ;fiw3 ,,,b11/ 2 _ y ...............:.... o z :...................:...................:...................:...................:...................:...................:.......... .........:.................... 058Z-LZ-dMS wwowwr lwr 10 n ww llw a wrw.wr wr mom" mmmmw Loom" 1 omw ealllww wwwnrlr o w sown" momm ..\wrw"aot Domewolkw m\wwwww � � 6 ° L L(7 w 00 W cd wi a ° a 177 _ a co Ln 0 to � � S= �� °�i 4417 C8 wy0.0 y4j wy ` a °, 4.4 W C9Qj} Z1Fp� a'pO (zip Z aaj J d' �IYjj of=W S aC 41 ry, rd Z G WaU WIp- a � ZCt a p� a Z cc vZ O Y pm W n 5 aU° �U C " SY �< ° ; 9 �p g9W NC p Y Z az r p ? p Qw" tiiwwiw �x `� g as jUI'^ cox �d3� ? r GGGZ777 J O Ill S � z wrl- z p� 2 ` SZ � �e g R !�JJT� U ZI a< j 8 r7 0� � 2$ �qq UzQ1 FF rc a a U }ZS5�yy z ° 3 1•- p Ire P; �ee � G'i z N � (�<� ����N QJ57 1�7QJ5� �j Z V_ O '�1m. O 3 S {p�u 4�d71Or- �pt/7 t�� �I f..l i r-W S < ZO p°I4SO Vj1 U Z U w 7< Il �w= U� a w Gi t7O U w`Z �Q ; Q V1 w < O Y to U' Cy Z CD m 0 �Zy7�� rnin� _� 0�<Um QZ W 5 5 41 7U<Z� n Vl� 7m� 7� �YYj w�p�} KC3]UU— u'f 9 w l-w <2 � �;% � 'll .� W <uZU` m V ] � w W0,��j LL ; i�-< Z5 m yyo Ll Vym� IHN v KJ a �aiFNwOS U �'�i fA9: 1- K C 8 w o V �� �<a <r; z b^_ f wzdz�iC z My Rut I ' OI 1 �`� I Z I (`— — -- --- —a — — — --- W 1 dYl.011 z1':r:T:,l ?e,//�I Y I I I I I ,r ad.9\'' \\`'r� \`, •�w ui :is�i :f �� (�/JJdw.zt _'., q, 14 a, 1 I` \�'.'�' (XVW)911W K Z 4't :I.a:'v' 'fir 1 \ `'oy � • `� \/ '1�r3 � Y ygy�WZ( > Olt-�� I :;m:;: so �+ ,1 I 353NVd�'I' Q e L2 Y a. ✓ J '•i 1 I �•Q C CL "7 I d i 3P.9.I I 3 a; ,«In OWN 1 I sun A»do,a 1 1 l I 3d0IS 3a3A00 i MI N CL ♦� 1 i nfa 11( �, to O 'i I HDA N J�^ 4 00 m,r I Li - 1 �Q a 1 ad.ol 058Z-LZ-dMS ...,...__""'L 0014\f_^' •--.s\W�,.. ....--'1Y rmmrr muss rr imam" 91urww awl/ ammom won"* 09000 smamm i 9w m r wommumm rr.rar o z Un Nu W C) m I N a � N I 0 � n nNm Z W t0 N O m ui W t` O N W (n J O C0 Q z o0 CL w wa F- \ oN N i \` m _J i caw Z a� Z2 ¢ YOC N I o o Q a6 , �Cn C tu Q 0_I p w V) Z I-i.VIW LLJ r O00 QI o o LO 823 O wN �¢ ZO CL m Q W W C) J w1 W Z F- NI W I WQ� w L ° Z i F-�z¢O 8 O z Z i Z�NW Q° JO ma I o _ j utK m mo W w Z U = m _mo d v, aion W fo p Q wm ° W....Q� to �UmV) Lu -,w ,,, mzzo; I I C^ Ci �i v W �3zwm z LL o �°w� 3-., I'm m ---------------------------------- 00 Y O ¢ vi 6 o;x Q U a U U Z In - °� JU a0mz �'^^�'' o a) S®®wmo I a m� - 0 O d w ,,,moo LL,—_—_—_—_—_—_—_—_—_—_—_—_—_—_—_—_—_� _ x z y Q �� m III CL ° a o w CL Z -Z w Z d -m I Z= U U 0 W Z;-,o U, = w w� (nN rog �� -IIII z Z C m 60 7 O OO Z 0_ �� - m U °2 Z L -�i Q W �! m U Z N J 2 M O t O lL> 8 o Z O ■ l g ° o o °z°z a J V' Z 2 0 Q z o o o Jm W N W p 0 V)w < aa o o d Z W go Q0 Q --0 O I w N W a W Ld I Z I. I �� z^ - i, 3'm U I wawmo y g� o� �Q� Z a�� N �� �Lq w tL° m= 0 wpW CL 1 o.o o IDt0 0 �� W.. a V-) O ' S-J 0nQ mxfWKw Nm I 3wW a0^,)[ �=m>Z co W ��► W woo U J 0 V)� 3i I -.L�i W 't ¢ F-7U 0Z) m 0iA o:Fm 0 my co W ° ; O Z F- M J W O a 00_N J N t-- 0 o O U�3 I.j I O_OH d II II 2 02 -' J �w woo ° Y wn w U w 8 W d2a Upp w ? z^ �. . �3 00_�i ova Zrlrn m0 = m U= 7i T UN� I Sm ^^ Um U) v �m� I0 Q� r z Eon OU Zx dF- Z2Q L e V Z I U Q d .°-eVx u0 s ' N H —_—_—_—_—_—_—_—_—_—_—_—_—_—_—_—_—_ _—_—_—_—_—_—_—_—_—_—-—_—_—_—_—_—_—__ LLLLt M ¢ - 2 ZO Go Z Y N=N V Z -Jjj WEIa ro Jw Q z d g H fU W0_ 0 wa w a a - m jz_�J gi N Z W U w w N p d J rw co = 6U�pU W UV1 = Q.W I L% m W La N ¢Ug00 U }lil I > W J 00 N m ,_, �yQ,l d Q �c rm U vQ J .J. n n .�. W U. OU boa o 3 U� ^ ova Q o I \ a g �w � w� m� `` ° Nao maQ\J� QQ � �m I W a.- w� LX o- JU.J W W > 0 a o N �0m Q mK oZ :r 0 -WZ Q � U _ �r1 0 CL C \ WO= I dN0 w� m3 \` g o - U J U N z d o \D w _ Z¢ F- W N MZ`-_ d 0 L'i Q> 0 0 mN w Z do . 0 2 �� zo U?cn Q I ENV m F mp o o II� = o U W wag wa cvi Z I w'�a + w a Q w N'oJ U Q IOU pw w a:� U i = �� z �F'z _j M a �a0 mw CL 5 zw vo-�'� w° oa �U� w6 m W aH Qoaczi o Ncn g as I / aN m cn n U 6 m U >_j g ° I a o � I_ �// to ZZ I� �D C0U Q vl- _Zz x a0 O m I X° (L 0 W • N w ^¢ M -i Q¢ 03 No 098Z-LZ-dMS vmr wwwwr "ammo m ammow rwrr womma moon" wmm� llr��u0"'0 u woa-�:-•rr1� '�* �"rwr�w o 'O C.0 b C Lt- w o w w `� I (V�`- d ? W lL z 0� Mm v a = a a w to Za a o 00 a Y Z< wf 0 u zaV U ~ U W w iw oa a}F} Z wx F F maW a m �a Nm Jw� voi°°za = I Qa� o a�` m�W 000 �m I�-� LU 0)w �� o °wYYt�S a 0 w�0 Z I V2Cj� D J 2F- �a oaf 0 I r� Q w°i zpm FQ mo< N� Z NUJ > li0 2UW I z° w Y. F= wma 3 0CLUCFi uj ?ai Z � w aaw CL w xwaw MMa Q fn mzV� as z w°mV1 Q oU2 Q m rnQ� 0 W w 0 w LLJ m z ° ZNJ N< ° a I Ow< 6X ° I �ZQ a°I U a ° ° a CLXm�O- z l 8 > ° ° � Z0UZ W Liz u0 ° ° ��o}JZJ I 00 ; W� d ° ° I �Z ~a3 �- y d ° OwUWO [�r+ a FFFrF-+1 U ° ° zaa�m� _1 I V W - ° OQr°V1 Q i C WF- UF-OW 5;00.w =/f 0 z 3Q wl CL XLLZ z�cvri v a I � � �E o--—-—-—-—-—-— —-— —-—-—-—-—-—-—-—-—-—-—-�-—-—-—-—-—-—-—-—-—-—-—-—-—-—-—-— a Z I K W W W d Y J _J li a s ■Ln WW 46 J Z J O O x Z d I a(nM >tr0 < maw 0 OZv) So Zma !E�y J w - a U JQ V) C_ t°fl y.U W Om N Z w� 2 J� q C.1 O`Sw °N W 4I O�O �O mWm 6 (Wy G7U NO 00 H�U �� WWW frj °°� mo �W oo �a �aa W W U 0o € st st sYt I Ua wm �3� w Z �° NQ I riac� N N a.0 0 i U Zia Z�V) Z a m m 0. J V)a O Q° w J J w J •wa wU0° Z Z v C a� a,z Z Jt0 QZO(D / ��In z��0—~ NOT ao OHO ' rim wa� Z v°�� ONN0 �v Uwe m -- va a� 3�r4 U ca< 0 ri -Liz J H a Nv> I Z L.Li I w Q V) maw W m¢ � o° w 0 j I ti 0- La1 W V) W� Q NZ W \ V) ZQ vmi v(n = W Uw — Vl a a\aw Ick: =N U aoQU �_ W �o I W J a Z 0 c 5 J a Y 1 0- J NU a N a (na m ma Z �� N 0 W m JCL Z W X Um �� �� a J za i,�a �Zi?o Z WJ �N U° mr- a V p J a a z 11 a U OR Q J g mg a} 4� a as ------—-—-—-—-—-—-—-—-—-—-—-—-—-—-—-—-—-i-—-—-—-—-—-—-—-—-—-—-—-—-—-—-N-— ro N w F I m yr/ Z _ O LIZ V ' FVIW O W � (L C5 M<WZ O 3} N Z �� d �Z o a LLJ Q p = Z I Q�°}° U (VZ°OU m Yx W J =a° o °<J �- N �� W Nf5 H W x%OZa Z rt_ ° OX CL W C=J?� F OXO� WC — VI G U U� 0 W I vai<a w romw � LLJ v U J C7 iX)z iA N rL'n 00�- 0 W I az O �Z Z W N Zw Q zom �o U I zC) �a off° J Z_ \ Q2� ° aw I1W/� I zc=i k'z zoz FU- m(n C� LJ.. wZ UU FUo NU Q0 O I W I a V) i U(� Oj w�a A U Vf 099Z-LZ-dMS "'\�eNM WM4 GOI I\OWL-[L-M1S\✓8 M11\�N B/MU61 V ammew NW~ vmww� farm" I� vmmm� "Nomw somma NUNN" W� ommmum