Loading...
HomeMy WebLinkAboutContract Award Date: Q/24�200.7 CAG .0"t~ 14 Awarded to: T. Bailey, Inc. 12441 Bartholomew Rd. Anacortes, WA 98221 $5,404,265.96 �Y ti O Bidding Requirements, City of Renton Forms, Contract Forms, Conditions of ba the Contract, Plans and Specifications N iO City of Renton Construction of Hazen Reservoir PROJECT NO. WTR-27-3214 City of Renton RH2 Engineering,Inc. 1055 South Grady Way 12100 NE 195th Street, Suite 100 Renton WA 98057 Bothell, Washington 98011 General Bid Information: 425-430-7200 Project Engineer: Project Manager: Mark Miller,P.E. 425-951-5372 Tom Malphrus, P.E. 425-430-7313 City of Renton 1055 South Grady Way ® Printed on Recycled Paper / y@ E E E E E E E E E a a , S S S S S S S U./ g .U. .. . � I 7377 « / \ \ \ / \ / / ffi E \ y \ f 2 e G 5 2 3 E J 0 / E ® 2 � g / / / e % 2 y ® 9 / / / % 6 er A % \ R \ \ / % % 2 \ / § r # a 0 ° ^ % M % % 2 % / $ \ \ / \ 3QV ® � 9 3 ® \ \ k \ \ \\f \ 2 \ \ \ U / 3 A G ■ m # ® t ] % % \ @ � / / \ / s 5 b 3 C © ? 7 o \ o / # § 9 $ \ \ \ - CC) o ) ± >1 co / £ � / .> \ . Q� \ .gt £ .. 2 ® EEG / / �co / EE < \ ~ U) / j } t } 2 ƒ*� m Q �/ \ 2 % / \ \ { \ T � e I / f E 0 ' /§ \ \ \ \/ \\ \ \ ) a _ G a & e z ¥ u / k I & _ � 6 » f >LO 4a - k / \ / CU LO m = _ �m - Et § / /Ln—b < = / f o = = / 2 = oozy k % / / M \ Q) © < @ Eg % ae / w \ / f \ \ f \ R / z26 $ / � \ et 0) 3:0 \ o m \ / / m i m / i m m \ \ / j \ \ \ o � z ± � mP � < I- Q) ) ~ > > > c > > a > m \ \ LL \ % ® \ m \ / z ƒ y \ m $ & % y ¢ b 3 E \ 2 CO \ 0 � k CD \ k _\ 3 % t 0 a g / [ 2 � M / � » n o } ƒ ƒ \ 2 LO \ W / $ \ $ > 4 w % 7 1 r Q)/ �\& m ## © ± / \ CN o § ¢ q (N 0 \ � / U ke & ƒ � / m o g 2 [ 2 0 $ / O 2 / 2 ƒ � � / * U / ) 0 o k , _ w ` @ OE000002 c 020002 / ƒ m / / mm2 / m co / | # ® © a > -i m �, c ©%@\ e :E §t z e & o $ © § » \ g k % # E e22 # E � o \ m06 c« ® � 2 � Q2 0 � a * *--Q co® / mt © m CL\ et # & � \ � 3 » Cl) � \ 2 9t � ! � DEPARTMENT OF LABOR AND INDUSTRIES REGISTERED AS PROVIDED BY LAW AS CONST CONT GENERAL REGIST. ## EXP. DATE CC01 TBAILI*044CB 09/12/2009 EFFECTIVE DATE 02/02/1996 { T BAILEY INC lyr i 12441 BARTHOLOMEW RD ANACORTES WA 98221 F625-052-000(8/97) Detach And Display Certificate REGISTERED AS PROVIDED BY LAW AS CONST CONT GENERAL #Oar R� fO REGIST. # EXP. DATE CC01 TBAILI*044CB 09/12/2009 And Sign EFFECTIVE DATE 02/02/1996 Identification C-rd B e}orc T BAILEY INC king In 12441 BARTHOLOMEW RD Billfold ANACORTES WA 98221 ' Signaiure Issued by DEPARTMENT OF LAB'O Z .nND INDUSTRIES ' F625-052-000(8/97) l 09/27/2007 THU 11: 11 FAX 4254306955 City Of Renton -Finance ®001/001 Y o� CITY OF RENTON BUSINESS LICENSE Expiration Date + A + Finance Division 9/30/2008 1055 South Grady Way �ZN,rOm Renton, WA 98057 Issued Date: License# (425)430-6851 9/24/2007 BL.024642 Business Location 12441 BARTHOLOMEW RD Billing Code: ocl_a ANACORTES, WA 98221 Licensee has applied for a City of Renton business license in accordance with Renton Municipal Code(the Code), Title V Business, Chapter 5 Business Licenses. The Licensee 12441 BARTHOLOMEW RD T BAILEY agrees to comply with all requirements of the ANACORTES, WA 98221 Code, as well as State laws and regulations applicable to the business activity licensed. Post this License at the place of business. OFFICER •• CERTIFICATION The undersigned, as President of T Bailey, Inc. hereby certifies that the attached document is a true and correct copy of the Unanimous Action of the Board of Directors, executed by the Directors of T Bailey, Inc. on September 4t', 2007 and has not been amended, altered or revoked. T BAILEY, INC. 1 By ne Tanaka President 1 1 1 1 1 rr UNANIMOUS ACTION OF THE BOARD OF DIRECTORS OF T BAILEY, INC. The undersigned being all the Directors of T Bailey, Inc. , a Washington corporation, ("the Corporation") acting unanimously and without a meeting, DO HEREBY ADOPT the following resolution and DO HEREBY CONSENT to the taking of the actions therein set forth: ' RESOLVED: That Gene Tanaka, President and Darrell L. Lehmann, Vice President, or either of them shall have ' individual authority to execute any and all contracts, agreements and documents on behalf of the Corporation. The execution of this document shall constitute a written waiver of any notice required by the Washington Business Corporation Act and this Corporation' s Articles of Incorporation and Byl ws . ' Dated this 4th day of September, 2007 . DIRECT 1 Gene Tanaka r r City of Renton Hazen Reservoir Project No. WTR-27-3214 ADDENDUM NO. 1 August 21, 2007 To all Contract Document Holders: .. You are hereby notified that the bid opening for the City of Renton Hazen Reservoir project has been extended. SEALED BIDS WILL BE RECEIVED UNTIL 2:30 P.M., THURSDAY,AUGUST 23, 2007, AT THE CITY CLERK'S OFFICE, 7TH FLOOR AND WILL BE OPENED AND PUBLICLY READ IN CONFERENCE ROOM 511 ON THE 5TH FLOOR,RENTON CITY HALL, 1055 SOUTH GRADY WAY, RENTON WA 98057. I In addition, please note the following changes, deletions, additions, corrections and clarifications to the plans, specifications and other documents comprising the Contract Documents for the City of Renton Hazen Reservoir project. Technical Specifications 1. Division 9, Section 15. Warranty ADD THE FOLLOWING SENTENCE FOR CLARIFICATION.- "The coating applicator shall provide the coating system warranty for the first two years. The coating supplier shall provide the warranty for the coating system from the end of year two to the end of year five." ' 2. Division 15, Section 10.A. Altitude Valve THE LAST SENTENCE CURRENTLYREADS.• "Valve shall be Cla-Val Model 210-16 altitude valve for 2-way flow No substitutions." ' REVISE THE LAST SENTENCE TO READ: "Valve shall be Cla-Val Model 210-G-47BY altitude valve for 2-way flow No substitutions." 3. Division 15, Section 10.13. Seismic Control Valve ' ADD THE FOLLOWING SENTENCE. "Valve shall be provided with latching solenoids." 4. Division 18, Section 1, Bid Item No. 2, Site Work Remove pre-cast electrical building from the list of items as it is covered elsewhere. S:\Data\REN\105-049\SDB\Addendum No 1-Final.doc Addendum No. 1 August 21,2007 Page 2 of 4 5. Division 18, Section 1, Bid Item No. 8, Reservoir Earthwork DELETE THE FINAL PARAGRAPH AND REPLACE WITH THE FOLLOWING SENTENCE.• "The structural fill in, under, and around the reservoir foundation and reservoir subgrade preparation shall be included in this bid item." L 6. Division 18, Section 1, Bid Item No. 16, Finishes THE FIRST SENTENCE CURRENTLYREADS.• "The lump sum price shown shall cover the complete cost of providing all labor, materials, and equipment necessary for painting and coating all surfaces of the improvements as shown on the Plans and detailed in the specifications." REVISE THE FIRST SENTENCE TO READ: "The lump sum price shown shall cover the complete cost of providing all labor, materials, 1 and equipment necessary for preparing, painting, and coating of all surfaces of the improvements as shown on the Plans and detailed in the specifications including the provisions for full containment of dust or coating overspray to the project site by use of control equipment, enclosures, and wet (or chemical) suppression techniques designed to prevent airborne emissions." 7. Division 18, Section 1, Bid Item No. 17, Environmental Control THE SECOND SENTENCE CURRENTLYREADS. "This bid item may not be required if coating preparation and coating is completed during the dry weather conditions." 1 REVISE THE SECOND SENTENCE TO READ: "In the event that the reservoir is coated during dry weather conditions and the coating inspector does not require environmental control, this bid item will be deleted from the contract." Plans Item No. 1. DWG S01,STEEL COURSES FROM EL 513.00'TO EL 529.001: CHANGE THE GRADE OF STEEL AT THESE TWO COURSES FROM A36 TO A131 GR.B Item No. 2. DWG S08,DETAIL 507,ROOF JOINTS: CONTRACTOR MAY BUTT WELD OR LAP WELD ROOF JOINTS. S:\Data\REN\105-049\SDB\Addendum No 1 -Final.doc EXHIBIT A r 7" 12„ 4,> PL 34"x12"x7" ' III III 3-3/4" 2-5/8" TYP. 1/2" --� Y 3'-0" Y Y' i ' r-T_J i CLIP TO ANNULAR RING 7 1/2" 3" ACCOMMODATE SHELL WELD jELEVATION SECTION ANCHOR BOLT CHAIR 508 NOT TO SCALE ' J:\0ATA\ADDENDUTA_1_EX-A City of Renton BID PROPOSAL, CONTRACT DOCUMENTS, AND SPECIFICATIONS FOR: � Haze.n Reservoir Project No. WTR-27-3214 Volume 1 of 2 Summer 2007 THE CONTENT OF THIS DOCUMENT AS A MEANS OF PROFESSIONAL SERVICE,IS PROTECTED BY 17 U.S.C.§101.ET SEQ.AS SUCH,IT SHALL NOT BE USED,IN WHOLE OR IN PART,FOR ANY OTHER PROJECT OR PURPOSE WITHOUT WRITTEN AUTHORIZATION FROM THE OWNER OR RH2 ENGINEERING.0 2006 RH2 ENGINEERING,INC. W A 16727 A 38613 G I S T 1F F ANAL E��� �� NA /0��2/0 7 �D�z 7 7/15/07 I EXPIRES 8/2/08 -- -.___ _-_ us i' CITY OF RENTON WTR-27-3214 Hazen Reservoir ,.� CONTRACT DOCUMENT TABLE OF CONTENTS Summary of Fair Practices Policy _ Summary of Americans with Disability Act Policy Scope of Work Vicinity Map Instructions to Bidders Call for Bids *Proposal &Combined Affidavit&Certificate Form: Non-Collusion Anti-Trust Claims Minimum Wage Form *Bid Bond Form *L&I Certificate of Registration *Schedule of Prices **Subcontractors List ❖Bond to the City of Renton ❖Fair Practices Policy Affidavit of Compliance ❖Contract Agreement(Contracts other than Federal -Aid FHWA) •• ❖City of Renton Insurance Information Form ❖City of Renton Standard Endorsement Form Prevailing Minimum Hourly Wage Rates(New job classifications) ,. Statement of Intent to Pay Prevailing Wages Affidavit of Prevailing Wages Paid Certificate of Payment of Prevailing Wages a, WSDOT Amendments Special Provisions Technical Specifications Geotechnical Report Standard Details—Available on City of Renton web site at: http://rentonwa.gov/business/default.aspx?id=1020 Documents marked as follows must be submitted at the time noted and must be executed by the Contractor, President and Vice President or Secretary if corporation by-laws permit. All pages must be signed. In the event another person has been duly authorized to execute contracts, a copy of the corporation minutes establishing this authority must be attached to the bid document. * Submit with Bid ** Submit with Bid or within 1 hour of Bid ❖ Submit at Notice of Award CITY OF RENTON Planning/Building/Public Works Department 1055 South Grady Way Renton, Washington 98055 ' Contents\ No Aw CITY OF RENTON SUMMARY OF FAIR PRACTICES POLICY ADOPTED BY RESOLUTION NO. 3229 It is the policy of the City of Renton to promote and provide equal treatment and service to all citizens and to ensure equal employment opportunity to all persons without regard to race, color, national origin, ethnic background, gender, marital status, religion, age or disability, when the City of Renton can reasonably accommodate the disability, of employees and applicants for employment and fair, non- discriminatory treatment to all citizens. All departments of the City of Renton shall adhere to the following guidelines: r (1) EMPLOYMENT PRACTICES - The City of Renton will ensure all employment related activities included recruitment, selection, promotion, demotion, training, retention and separation are conducted in a manner which is based on job-related criteria which does not discriminate against women, minorities and other protected classes. Human resources decisions will be in accordance with individual performance, staffing requirements, governing civil service rules, and labor contract agreements. (2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton will cooperate fully with all organizations and commissions organized to promote fair practices and equal opportunity in employment. (3) AFFHtMATIVE ACTION PLAN - The City of Renton Affirmative Action Plan and Equal Employment Program will be maintained and administered to facilitate equitable s representation with the City work force and to assure equal employment opportunity to all. It shall be the responsibility of elected officials, the Mayor, the Affirmative Action Officer, department administrators,managers, supervisors, Contract Compliance Officers and all employees to carry out the policies, guidelines and corrective measures set forth in the Affirmative Action Plan and Equal Employment Program. 1 (4) CONTRACTORS' OBLIGATIONS - Contractors, sub-contractors, consultants and suppliers conducting business with the City of Renton shall affirm and subscribe to the Fair Practices and Non-discrimination policies set forth by the law and in the City's Affirmative Action Plan and Equal Employment Program. Copies of this policy shall be distributed to all City employees, shall appear in all operational documentation of the City, including bid calls, and shall be prominently displayed in appropriate city facilities. CONCURRED IN by the City Council of the City of RENTON, Washington,this 7thday of October, 1996. CITY OF RENTON: RENTON CITY COUNCIL: N(ayor Council President IAttest: \ ' City Clerl L SumFairPrac\ CITY OF RENTON SU!&MRY OFAWXCANS WITH DLSu4BH.I77ESACT POLICY ADOPTED BY RESOL U17ON No. 3007 The policy of the City of Renton is to promote and afford equal trmtrient 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 selection, promotion,termination and training shall be conducted in a non- discriminatory manner. Personnel decisions will be based on individual performance, staffing requirements, and in accordance with the Americans With Disabilities Act and other applicable laws and regulations. (2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton will cooperate fully with all organizations and commissions organized to promote fair practices and equal opportunity for persons with disabilities in employment and receipt of City services, activities and programs. (3) AMERICANS WITH DISABILITIES ACT POLICY-The City of Renton Americans With Disabilities Act Policy will be maintained to facilitate equitable representation within the City work force and to assure equal employment opportunity and equal access to City services, activities and programs to all people with disabilities. It shall be the responsibility and the duty of all City officials and employees to carry out the policies and guidelines as set forth in this policy (4) CONTRACTORS' OBLIGATION - Contractors, subcontractors, consultants and suppliers conducting business with the City of Renton shall abide by the requirements of the Americans With Disabilities Act and promote access to services, activities and programs for people with disabilities. Copies of this policy shall be distributed to all City employees, shall appear in all operational documentation of the City, including bid calls,and shall be prominently displayed in appropriate City facilities. CONCURRED IN by the City Council of the City of Renton, Washington, this 4th. day of October 1993. 1 CnTQW RENTON RENTON CITY COUNCIL: Mayor ncil President Attest: 1 . . City Cleric CITY OF RENTON WTR-27-3214 Hazen Reservoir SCOPE OF WORK The work involved under the terms of this contract document shall be full and complete installation of r the facilities, as shown on the plans and as described in the construction specifications, to include but not be limited to: ., Construction of a 4.2 MG welded steel tank; site work including excavation, grading, construction of a detention pond, reservoir access road, landscaping and site fencing; utilities including storm water conveyance system, control valve vault, flow meter vault, 16" DI water main and 12" DI water main; electrical power and controls; electrical building, and the installation of an altitude valve and flowmeter in a vault at the City of Renton's Highlands Reservoir. Any contractor connected with this project shall comply with all Federal, State, County, and City codes and regulations applicable to such work and perform the work in accordance with the plans and specifications of this contract document. A total of two hundred twenty five(225)working days will be allowed for the completion of this project. 1 ScopeOfWork\ L I�^ f _j v o �2 AV 43L*l 61 3S na 4391 l W U) z C/) y W �S 2 � � UO � Z C NvWiW 4 $ yQ � IZ �� s ~ bS'�3s nn v� �� 62 CX 142nd AV SE 3S AV PUZ*l N d 3s nv r � 0 nvnnD r o N y 3S AV 438E l 35 Aa 438E l --35 w N ANACOR3ES AV NE b3 Pik S3LWOM ANACORIES '~^ Yk111NAN ✓ .� 3S AV 439 § N NOHSYA �5 3N AV 14011345 3N AY }� N0173HS REDMOND AV H N = T bi �J H N33Oo REDMOND AV WEEN AV NE $ N o v O $ 1261h AV o = _ ! F PIERCE ' w M CD Lr) V SE Q Id I 125 A s d OLYNPIA ' § y 124th AV 308NOR li��_ !?JL___�!.! YONROE AV �I = (� AIONROE AV NE r, y W �I 3N Q'V ao,uon � LYNNOOD AV '15Ni H031 NO1N3t1- Z O y ONV D1211H t�� KIRKLAND AY NE y D l EFFFRSON r JEFFERSON i W W 3N AV ONYJA `' PL NL (} or v`` MDEX Sl ('� W = h JEFFERSON AV INDEX AV N019NIMyy H O R131 ' AV 1401 O N019NaH ON 11�YH NOlAva N N01AV0 AAY Y$yO BYO �1 N . �+ 3N $i Aa�� f N3302138a N AV I 1433058"j-_ ON3EIV NOMI NOPUNN3A �— l L 3 E N —I AV S3NOr N GPR� f� a i i .. INSTRUCTIONS TO BIDDERS 1. Sealed bids for this proposal will be received by the City of Renton at the office of the Renton City Clerk,Renton City Hall,until the time and date specified in the Call for Bids At this time the bids will be publicly opened and read, after which the bids will be considered and the award made as early as practicable. No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall be submitted on the forms attached hereto. 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. w 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 1 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. LRevised:04/06 bh MW 13. The contractor, prior to the start of construction, shall provide the City of Renton a detailed bar chart type construction schedule for the project. .. 14 Before starting work under this contract, the Contractor is required to supply information to the City of Renton on all chemical hazards Contractor is bringing into the work place and potentially exposing City of Renton Employees. 15. Payment ofretainage shall be done in accordance with Section 1-09.9(1) "Retainage. 16. Basis For Approval The construction contract will be awarded by the City of Renton to the lowest, responsible, responsive 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. ,r 17. Trench Excavation Safety Systems As required by RCW 39.04.180, on public works projects in which trench excavation will exceed a depth of four feet, any contract therefor shall require adequate safety systems for the trench excavation that meet the requirements of the Washington Industrial Safety and Health Act, Chapter 49.17 RCW. These requirements shall be included in the Bid Schedule as a separate item. The costs of trench safety systems shall not be considered as incidental to any other contract item and any attempt to include the trench safety systems as an incidental cost is prohibited. 18. Payment of Prevailing Wages In accordance with Revised Code of Washington Chapters 39.12 and 49.28 as amended or supplemented herein, there shall be paid to all laborers, workmen or mechanics employed on this i• 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 1 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. LRevised:04/06 bh 20. Standard Specifications All work under this contract shall be performed in accordance with the following standard specifications except as may be exempted or modified by the City of Renton Special Provisions, Technical Provisions or other sections of these contract documents. These standard specifications are hereby made a part of this contract and shall control and guide all activities within this project whether referred to directly,paragraph by paragraph, or not. 1. WSDOT"2006 Standard Specifications for Road,Bridge and Municipal Construction"hereinafter referred to by the abbreviated title "Standard Specifications." A. Any reference to "State," "State of Washington," "Department of Transportation," "WSDOT," or any combination thereof in the WSDOT standards shall be modified to read "City of Renton,"unless specifically referring to a standard specification or test method. B. All references to measurement and payment in the WSDOT standards shall be deleted and the measurement and payment provisions of Division 18 of the Technical Specifications shall govern. .,� 21. If a soils investigation has been completed, a copy may be included as an appendix to this document. If one has not been provided for this project by the City or Engineer, the Bidders shall familiarize themselves adequately with the project site and existing subsurface condition as needed to submit their ,. bid. Upon approval of the City, the Bidder may make such subsurface explorations and investigations as they see fit. The Bidder shall be responsible for protection of all existing facilities, utilities and other buried or surface improvements and shall restore the site to the satisfaction of the City. 22 Bidder's Checklist ❑ It is the responsibility of each bidder to ascertain if all the documents listed on the attached index are included in their copy of the bid specifications. If documents are missing, it is the sole 1 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 completed the L &I Certificate of Registration? ❑ 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 Revised:04/06 bh r CAG-07-141 CITY OF RENTON CALL FOR BIDS err Hazen Reservoir Construction Project WTR-27-3214 �r. Sealed bids will be received until 2:30 p.m., Tuesday, August 21, 2007, at the City Clerk's office, 7"' floor, and will be opened and publicly read in conference room 511 on the 5"' floor, Renton City Hall, irr 1055 South Grady Way, Renton WA 98057, for the Hazen Reservoir Construction Project. The work to be performed within two hundred twenty five (225) working days from the date of commencement under this contract shall include,but not be limited to: Construction of a 4.2 MG welded steel tank; site work including excavation, grading, construction of a detention pond, reservoir access road, landscaping and site fencing; utilities including storm water conveyance system, control valve vault, flow meter vault, 16" DI water main and 12" DI water main; electrical power and controls; electrical building, and the installation of an altitude valve and flowmeter in a vault at the City of Renton's Highlands Reservoir. LThe City reserves the right to reject any and/or all bids and to waive any and/or all informalities. Approved plans and specifications and contract forms may be obtained from the City of Renton, Planning/Building/Public Works Department, sixth floor Customer Service Counter, 1055 South Grady Way, Renton, WA 98055. There is a non-refundable fee of $55.10 plus $4.90 Tax (Total $60.00) for each set. If ordered by mail, add $5.00 for postage, which is also non-refundable. No telephone orders will be accepted. Questions regarding this call for bids or the plan holders lists should be directed to the Public Works Customer Service Counter at the above address or at (425) 430-7200. If a bidder has any questions regarding the project, please contact the Project Manager, Thomas Malphrus, at 1055 South Grady Way, Renton, WA 98055 or(425)430-7313. 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 July 24, 2007 ' Daily Journal of Commerce August 7, 2007 I ON CallForBid.DOC\ L CITY OF RENTON WTR-27-3214 .Hazen Reservoir TO THE CITY OF RENTON RENTON, WASHINGTON Ladies and/or Gentlemen: %P The undersigned hereby certify that the bidder has examined the site of the proposed work and have read and thoroughly understand the plans, specifications and contract governing the work embraced in this improvement, and the method by which payment will be made for said work, and hereby propose to undertake and complete the work embraced in this improvement, or as much thereof as can be completed with the money available, in accordance with the said plans, specifications and contract and the following schedule of rates and prices: (Note: Unit prices for all items, all extensions,and total Lamount of bid should be shown. Show unit prices both in writing and in figures.) The undersigned certifies and agrees to the following provisions: w NON-COLLUSION AFFIDAVIT Being duly sworn, deposes and says, that he is the identical person who submitted the foregoing proposal or bid, and that such bid is genuine and not sham or collusive or made in the interest or on behalf of any person not therein named, and further, that the deponent has not directly induced or solicited any other Bidder on the foregoing work or equipment to put in a sham bid, or any other person or corporation to refrain from bidding, and that deponent has not in any manner sought by collusion to secure to himself or to any other person any advantage over other Bidder or Bidders. AND CERTIFICATION RE: ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER Vendor and purchaser recognize that in actual economic practice overcharges resulting from anti-trust violations are in fact usually borne by the purchaser. Therefore, vendor hereby assigns to purchaser any and all claims for such over-charges as to goods and materials purchased in connection with this order or contract, except as to overcharges resulting from anti-trust violations commencing after the date of the bid, quotation, or other event establishing the price under this order or contract. In addition, vendor warrants and represents that such of his suppliers and subcontractors shall assign any and all such claims to purchaser, subject to the aforementioned exception. AND MINIMUM WAGE AFFIDAVIT FORM I, the undersigned, having been duly sworn, deposed, say and certify that in connection with the performance of the work of this project, I will pay each classification of laborer, workman, or mechanic employed in the performance of such work; not less than the prevailing rate of wage or not less than the minimum rate of wages as specified in the principal contract: that I have read the above and foregoing statement and certificate, .. know the contents thereof and the substance as set forth therein is true to my knowledge and belief. FOR: PROPOSAL, NON COLLUSION AFFIDAVIT, ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER AND MINIMUM WAGE AFFIDAVIT Name of Bidder's Firm Printed Name Signature n-0 Address: � y y4nol(mnxfL .) or . �Y-occy-4 I, 6?3;P Names of Members of Partnership: OR •. � Name of President of Corporation n o6w_..'t,// Name of Secretary of Corporation , ( L. � 1�►� Corporation Organized under the laws of With Main Office in State of Washington at Subscribed and sworn to before me on this day of ` , 2 1 A.8,9 O Nota Public in an for State ashington Z_co.U� 04ARY '�s Notary(Print) n� 2ya if N v,; PUB00 o: �# My appointment expires: ��i9T NVARY 10;2�1��` 0F r BID BOND FORM Herewith find deposit in the form of a certified check, cashier's check, cash, or bid bond in the amount of$ which amount is not less than five percent of the total bid. Signature Know All Men by These Presents: That we, T Bailey, Inc. as Principal, and Fidelity_and_Deposit Company of Maryland as Surety, are held and firmly bound unto the City of Renton, as Obligee, in the penal sum of Five Percent (5%) of Total Bid Amount Dollars, for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns,jointly and severally,by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for t Hazen Reservoir, WTR-27-3214 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 F Sureties approved by the Obligee; or if the Principal shall, in case of failure to do so, pay and forfeit to the Obligee the. enal amount of the deposit specified in the call for bids,then this obligation shall b ',null and void; f rwise it shall be and remain in full force and effect and the I Surety shall forthwith ay and forfei he Obligee, as penalty and liquidaZdamage amount of this bond. �� iw� �. SIGNED, SEALED AND DATED THIS 21st DAY OF ust T Bailey Inc. 1 B . Principal —WYWk, MiG�Ei't�' Fideli nd D po 't Comp o Maryl d By: ' Surety Julie M. Glover, Attorney-in-Fact tReceived return of deposit in the sum of S BidBond\ Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND ' KNOW ALL MEN BY THESE PRESENTS:That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND,a corporation of the State of Maryland,by FRANK E.MARTIN JR.,Vice President,and GREGORY E.MURRAY,Assistant ' Secretary, in pursuance of authority granted by Article V1,Section 2,of the By-Laws of say,which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the d ereby nominate, constitute and appoint Nancy J.OSBORNE,Darlene JAKIELSKI,Ju ' nd�a A.LAMB,all of Bothell,Washington, EACH its true and lawful agent and a w d deliver,for,and on its behalf as surety,and as its act and deed: any an n xecution of such bonds or undertakings in pursuance of these prese 1 ° - in ii � g ,as fully and amply,to all intents and purposes,as if they had been d t h 'ac"kn h�kh9 arly elected officers of the Company at its office ° P Y in Baltimore,Md., ' p per f attorney revokes that issued on behalf of Nancy J. ' OSBORNE,Darlen , �,Viki BAUM,Theresa A.LAMB,dated February 14,2006. The said Assistant ° s ereby certify that the extract set forth on the reverse side hereof is a true copy of Article VI, ' Section 2,of the By-L s said Company,and is now in force. IN WITNESS WHEREOF, the said Vice-President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 23rd day of May, A.D.2007, ATTEST: FIDELITY AND DEPOSIT COMPANY OF MARYLAND rp DEPps P , f By: Gregory E. Murray Assistant Secretary Frank E. Martin Jr. Vice President ' State of Maryland i ss: City of Baltimore f On this 23rd day of May, A.D. 2007, before the subscriber, a Notary Public of the State of Maryland, duly ' commissioned and qualified, came FRANK E. MARTIN JR., Vice President, and GREGORY E. MURRAY, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers described in and who executed the preceding instrument,and they each acknowledged the execution of the same, and being by me duly sworn,severally and each for himself deposeth and saith,that they are the said officers of the Company ' aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. ' IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. ' O Z wu Dennis R. Hayden Notary Public My Commission Expires: February 1,2009 ir. POA-F 180-2466A EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice-President, or any of the Senior ' Vice-Presidents or Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice-Presidents, Assistant Vice-Presidents and Attorneys-in-Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, ' policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix the seal of the Company thereto." CERTIFICATE ' 1,the undersigned,Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND,do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that the Vice-President who executed the said Power of Attorney was one of the additional Vice-Presidents specially authorized ' by the Board of Directors to appoint any Attorney-in-Fact as provided in Article VI, Section 2, of the By-Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." ' IN TESTIMONY WHEREOF,I have hereunto subscribed my name and affixed the corporate seal of the said Company, this 21st day of August 2007 t Assistant Secretary 1 t Department of Labor and Industries Certificate of Registration ., Registration No. ` aw Expiration Date: I D77 ar �r r t Hazen Reservoir Schedule of Prices Item Description Units Quantit Unit Price Total Price 1. Mobilization, Demobilization, Site LS 1 paratlo�a°d<2 le-wo up 0, 000 = 2-010 00 +� Price in Words / 2 n tl�tr�J rl../ C/ LS 1 vc'� C/e�4&pw Price in Words $ 1 nOO $ ` Z�� vOv 3, NE 12 n Access Road Improvem$nt, LS 1 Price in Words 000 1�'� vc�0 4. Maintenance of NE 12 n Access oad LS 1 �7� � Ooh _ S- vov .. Price in Words $ $ 5. Lan�ap���a�c c✓�4r/� LS 1 �. I = f G?j 0 0 0 = lot OO CD Price in Words $ $ 'ps , / 6. Site liti V1AW� LS 1 Z/00) O O cD _ Z�D 016 O C7 Price in Words $ $ 7. Stormwater Detention Pond Retai ing L 1 Wa 4 C/ V C Price in Words g. Reservoir arthwor LS 1 Price in Words $ $ g. Unschedule Excrqtion CY 355 V co S07S7 Price in Words $ $ 1 10. Bac� Lj -701 pO L = 70, 0c>6 Price in Words $ $ rr. f"" Hazen Reservoir Schedule of Prices Item Description Units Quantity Unit Price Total Price 00 11. Unscheduled Backfill CY 160 � � a $ 3u =$ ov Price in Words 12. Dewatering LS 1 Price in Words $ $ 13. Reservoir F/ooundafpn _ _ f LS 1 7 (900 = 77S� vov Price in Words $ $ 14. Aeservoir��Fk�or, Shell and Roof L 1 Price in Words $ $ 15. Reservoir Stairs nd Landings LS 1 ; � L 5 7o, 000 70, 00c P 1 rice in Words $ $ r.. 16. Fishes / J LS 1 = 3001 o0o _ 300, 000 Price in Words $ $ 17. Environmental Control LS 1 vov Price in Words $ $ 18. Reservoir Mechanical LS 1 6(s��. C16--uevilo = 7S, 000 �S! coo v Price in Words $ $ 19. Electrical,and TelE)rnet LS 1 D 0 0 Price in Words $ / $ Zp. Ele�ailding�tr re cc�n.- LS 1 N cc�� eve/ _ 10/ 000 _ �0, ��� Price in Words $ $ 21. Shori% LS 1 mi,9, , Price in Words $ $ Hazen Reservoir Schedule of Prices Item Description I Units IQuantity7 Unit Price Total Price 22. IIhtil/Iron F}ipe � F 916 U 0(J.l.�i� /lJ.•�e �N�"` `-r �w i9/y c� a uc = Z O, 0o Price in Words $ $ 23. 12 Inch Gate\Isolation Valy EA 4 65 1� w6�a� Price in Words $ $ 24. Fire Hydrant Assembly EA 1 = J ov O o 0 C—) Price in Words $ $ 25. Connection to Existing Water Main EA 2 �Z�l��o = 1. 0 o = o0 0 Price in Words $ $ 26. Highlands Reservoir LS 1 vAR I.�L,,�,� d -&4.1 Y �� d6&yv = 1,30000 _ /So, ooa Price in Words $ $ 27. Highlands Electrical and Telemetry LS 1 Price in Words $ $ 28. Hydroseed and Revegetation LS 1 i oue d �A�d = Sj 0 00 _ t> 00 ce in Words $ $ 29. As-builts LS 1 Ten Thousand Dollars =$10,000 =$10,000 Price in Words SUBTOTAL (Items 1-29) $ Washington State Sales Tax @ 8.9% $ TOTAL AMOUNT BID $ Sj /o q, ZfoS r 1�' 1Mr SUBCONTRACTOR LIST .. RCW 39.30-060 requires that for all public works contracts exceeding $1,000,000 that the bidder submit the names of all heating, ventilation and air conditioning, and plumbing subcontractors as described in chapter �.r 18.106 RCW, and electrical subcontractors as described in chapter 19.28 RCW (this also includes the control system integrator subcontractor as well as other electrical subcontractors). If the subcontractors names are not submitted with the bid, or within one (1) hour after the published bid submittal time OR if two or more subcontractors are named to perform the same work, then the bid shall be considered nonresponsive and ,therefore, void. Complete the following: If awarded the contract, will contract with the following .� subcontractors for the performance of heating,ventilation and air conditioning,plumbing, and electrical (including automatic controls)work: Bid Item(s) .Zv /"� >it c c b e Subcontractor Name IDO ry> +� Address -Rt l LLe l C.— Phone No. i5ZL State Contractor's License No. ?V/--f - 7-V$P6 Bid Item(s) _Pl U V"�D , Yn-S Subcontractor Name Q t l "IM SF m L , ,2c Address �e-�V'-c7✓+ 4 L.- Al- Phone No. q?_9 8P-.,)3 JOD-7 State Contractor's License No. /du 'hl 1Dztit0 Bid Item(s) 1 2o, Z"7 LSubcontractor Name }��r a VYL 0 L vti C I Address 7- LCO evL-C.... (,�6_ L Phone No. 2S'3 272- V7,& ' State Contractor's License No. pAR M-r-_ C SS24* Os Bid Item(s) bw Subcontractor Name Address Phone No. State Contractor's License No. Bid Item(s) Subcontractor Name Address Phone No. State Contractor's License No. Lq:\data_center\forms\city\contracts\bidspecs\12_sub.doc Revised 9/2006 September 27,2006 Page 2 Vw _ Bid Item(s) Subcontractor Name Address Phone No. State Contractor's License No. �.► Signature of Authorized Re resentative of Bidder Subscribed and sworn to be before me on this day of 200 . `Notary is in a r I� the State of Washington r. \�1��it�ititr>>i l I� N\E,A Notary(Print)� '� 1A A wssIotiF 0��.�� Residing at ci • typTgAy My appointment expires: Uo; pt1BL,C ' ���� .qRY 10.2 •���� I;,OleeWAS q:\data center\forms\city\contracts\bidspecs\12_sub.doc Revised 9/2006 i�r i fi BOND TO THE CITY OF RENTON Bond No. 08898645 s KNOW ALL MEN BY THESE PRESENTS: „* That we,the undersigned T Bailey, Inc. +� as principal, and Fidelity and Deposit Company of Maryland corporation organized and existing under the laws of the State of Maryland as a surety corporation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal „ aw corporations, as surety are jointly and severally held and firmly bound to the City of Renton in the penal sum of$ 5,404,265.96 for the payment of which sum on demand we bind ourselves and our successors,heirs,administrators or person representatives,as the case maybe. i This obligation is entered into in pursuance of the statutes of the State of Washington, the Ordinance of the City of Renton. /� Dated at Anacortes ,Washington,this 17"0 day of ola%t1 2007. Nevertheless,the conditions of the above obligation are such that: i WHEREAS, under and pursuant to Public Works Construction Contract CAG- WTR-27-3214 providing for construction of Hazen Reservoir r the principal is required to furnish a bond for the faithful performance of the contract; and • i WHEREAS, the principal has accepted, or is about to accept, the contract, and undertake to perform the work therein provided for in the manner and within the time set forth; •• NOW, THEREFORE,, if the principal shall faithfully perform all of the provisions of said contract in the manner and within the time therein set forth, or within such extensions of time as may be granted under said contract, and shall pay all laborers, mechanics, subcontractors and materialmen, and all i 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 i' of Renton harmless from any damage or expense by reason of failure of performance as specified in the contract or from defects appearing or developing in the material or workmanship provided or performed under the contract with' iod of one year after its acceptance thereof by the City of i Renton, then and in that event s obligation shall be void;but otherwise it shall be and remain in full force and effect. T Bailey, Inc. Fidelity and Deposit Company of Maryland Principal Surety Signature 1G``(��1'�l{^-�c� Si ire Julie M. Glover \LEY Attorney—in—Fact i �gP , / ORq� -itle Title SEAL 1991 �LgsHING\ I Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND KNOW ALL MEN BY THESE PRESENTS:That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND,a corporation of the State of Maryland,by FRANK E.MARTIN JR.,Vice President,and GREGORY E.MURRAY,Assistant ' Secretary,in pursuance of authority granted by Article VI,Section 2,of the By-Laws of said ny,which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the d ereby nominate, constitute and appoint Nancy J.OSBORNE,Darlene JAKIELSKI,Ju ' nd a A.LAMB,all of Bothell,Washington, EACH its true and lawful agent and a U p d deliver,for,and on its behalf as surety,and as its act and deed: any an n xecution of such bonds or undertakings in pursuance of these prese 1 in c� as fully and amply,to all intents and purposes,as if they had been d Mpp 2), ac n h gularly elected officers of the Company at its office in Baltimore,Md., attorney revokes that issued on behalf of Nancy J. OSBORNE,Darlen Viki BAUM,Theresa A.LAMB,dated February 14,2006. The said Assistant ° s e eby certify that the extract set forth on the reverse side hereof is a true copy of Article VI, Section 2,of the By- s said Company,and is now in force. IN WITNESS WHEREOF, the said Vice-President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 23rd day of May, A.D.2007. ATTEST: FIDELITY AND DEPOSIT COMPANY OF MARYLAND ' p DEPpsf, By: Gregory E.Murray Assistant Secretary Frank E. Martin Jr. Vice President ' State of Maryland i ss: City of Baltimore f On this 23rd day of May, A.D. 2007, before the subscriber, a Notary Public of the State of Maryland, duly ' commissioned and qualified, came FRANK E. MARTIN JR., Vice President, and GREGORY E. MURRAY, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn,severally and each for himself deposeth and saith,that they are the said officers of the Company ' aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. ' IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. .�w.nwo ' ~~ Dennis R.Hayden Notary Public My Commission Expires: February 1,2009 r►^ POA-F 180-2466A EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of the Board, or the President,or any Executive Vice-President, or any of the Senior ' Vice-Presidents or Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice-Presidents, Assistant Vice-Presidents and Attorneys-in-Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, ' policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix the seal of the Company thereto." ' CERTIFICATE ' I,the undersigned,Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND,do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate;and I do further certify that the Vice-President who executed the said Power of Attorney was one of the additional Vice-Presidents specially authorized i by the Board of Directors to appoint any Attorney-in-Fact as provided in Article VI, Section 2, of the By-Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." ' IN TESTIMONY WHEREOF,I have hereunto subscribed my name and affixed the corporate seal of the said Company, n , this /7 day of 001 G Assistant Secretary .. y CITY OF RENTON FAIR PRACTICES POLICY NTV� AFFIDAVIT OF COMPLIANCE Kn hereby confirms and declares that (Name of contractor/subcontractor/consultant) L It is the policy of l_��'1 I 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. complies with all applicable ' (Name of contractor/subcontractor/consultant) federal, state and local laws governing non-discrimination in employment. ' III. When applicable, 1 l (�J� ' will seek out and (Name of contractor/subcontractor/consultant) negotiate with minority and women contractors for the award of subcontracts. Prmt Agent/Representattve s Name C� Print Agen re entati ttle\ 1 J ' Agent/Representative's Signature (-&--7 I(77 ' Date Signed HAFile Sys\WTR-Drinking Water Utility\WTR-27-Water Project Files\WTR-27-3214 Construct 565 Zone ' Reservoir\ContractDocuments\FairPractices.DOC\ L CONTRACTS OTHER THAN FEDERAL-AID FHWA THIS AGREEMENT, made and entered into this 177* day of A ,2007,by and between THE CITY OF RENTON, Washington, a municipal corporation of the State of } Washington, hereinafter referred to as "CITY" and hereinafter referred to as "CONTRACTOR." ' WITNESSETH: 1) The Contractor shall within the time stipulated, (to-wit: within 225 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. WTR-27-3214 for improvement by construction and installation of: Hazen 565 Zone Reservoir Work as described in"Scope of Work"attached hereto. All the foregoing shall be timely performed, furnished, constructed, installed and completed in strict conformity with the plans and specifications, including any and all addenda issued by the City and all other documents hereinafter enumerated, and in full compliance with all applicable codes, ordinances and regulations of the City of Renton and any other governmental authority having jurisdiction thereover. It is further agreed and stipulated that all of said labor, materials, appliances, machines, tools, equipment and services shall be furnished and the construction installation performed and completed to the satisfaction and the approval of the City's Public Works Director as being in such conformity with the plans, ' specifications and all requirements of or arising under the Contract. The Contractor agrees to use recycled materials whenever practicable. 2) The aforesaid Contract, entered into by the acceptance of the Contractor's bid and signing of ' this agreement, consists of the following documents, all of which are component parts of said Contract and as fully a part thereof as if herein set out in full, and if not attached, as if hereto attached. ' a) This Agreement b) Instruction to Bidders c) Bid Proposal d) Specifications e) Maps and Plans ' f) Bid g) Advertisement for Bids h) Special Provisions ' i) Technical Specifications j) Addenda, if any ' 3) If the Contractor refuses or fails to prosecute the work or any part thereof, with such diligence as will insure its completion within the time specified in this Contract, or any extension in writing thereof, or fails to complete said work with such time, or if the Contractor shall be adjudged a bankrupt, or if he should make a general assignment for the benefit of his creditors, or if a receiver shall be appointed on account of the Contractor's L insolvency, or if he or any of his subcontractors should violate any of the provisions of this Contract, the City may then serve written notice upon him and his surety of its intention to terminate the Contract, and unless within ten(10) days after the serving of such notice, such violation or non-compliance of any provision of the Contract shall cease and satisfactory arrangement for the correction thereof be made, this Contract, shall, upon the expiration of said ten (10) day period, cease and terminate in every respect. In the event of any such termination, the City shall immediately serve written notice thereof upon the surety and the Contractor and the surety shall have the right to take over and perform the Contract, provided, however, that if the surety within fifteen (15) days after the serving upon it of such notice of termination does not perform the Contract or does not commence performance thereof, the City itself may take over the work under the Contract and prosecute the same to completion by Contract or by any other method it may deem advisable, for the account and at the expense of the Contractor, and his surety shall be liable to the City for any excess cost or other damages occasioned the City thereby. In such event, the City, if it so elects, may, without liability for so doing, take possession of and utilize in completing said Contract such materials, machinery, appliances, equipment, plants and other properties belonging to the Contractor as may be on site of the project and useful therein. 4) The foregoing provisions are in addition to and not in limitation of any other rights or �l remedies available to the City. 5) Contractor agrees and covenants to hold and save the City, its officers, agents, representatives and employees harmless and to promptly indemnify same from and against any and all claims, actions, damages, liability of every type and nature including all costs ' and legal expenses incurred by reason of any work arising under or in connection with the Contract to be performed hereunder, including loss of life,personal injury and/or damage to property arising from or out of any occurrence, omission or activity upon, on or about the ' premises worked upon or in any way relating to this Contract. This hold harmless and indemnification provision shall likewise apply for or on account of any patented or unpatented invention, process, article or appliance manufactured for use in the performance ' of the Contract, including its use by the City, unless otherwise specifically provided for in this Contract. The Contractor agrees to name the City as an additional insured on a noncontributory ' primary basis. In the event the City shall, without fault on its part, be made a party to any litigation commenced by or against Contractor, then Contractor shall proceed and hold the City harmless and he shall pay all costs, expenses and reasonable attorney's fees incurred or ' paid by the City in connection with such litigation. Futhermore, Contractor agrees to pay all costs,expenses and reasonable attorney's fees that may be incurred or paid by City in the enforcement of any of the covenants,provisions and agreements hereunder. Nothing herein shall require the Contractor to indemnify the City against and hold harmless the City, from claims, demands or suits based solely upon the conduct of the City, its officers or employees and provided further that if claims or suits are caused by or result from the concurrent negligence of(a)the Contractor's agents or employees and(b) the City, its agents, officers and employees, and involves those actions covered by RCW 4.24.115, 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. HAFile Dr'S s\WTR - y Drinking Water Utility\WTR-27 Water Project Files\WTR-27-3214 Construct 565 Zone Reservoir\ContractDocuments\ContractHazen Res.doc 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 225 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 nor 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 there from, 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. 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. HAFile Sys\WTR - Drinking Water Utility\WTR-27 - Water Project Files\WTR-27-3214 Construct 565 Zone Reservoir\Con tractDocuments\ContractHazen Res.doc w 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 w 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 t G ((��-� numbers kxX ffii i i Cy—) t'1 i Y10 ICY r7.1'f X c -tYn.ter' -9Vif V- written words �(�fn f j,r plus Washington State Sales Tax. Payments will be made to Contractor as specified in the "Special Provisions"&"Technical Specifications"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 ��p,\LEY, /N above-written. ORqT�` SEAL � IiE 1991 ONTRA R CITY OF RENTON �4SHING resident/Partner/Owner �','Q �-,G� Mayor thy Keolker ATTEST Secretary r✓e11 nn Bonnie I. Walton City Clerk dba (L Firm Name check one ❑ Individual ❑ Partnership Corporation Incorporated in 1 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. ' HAFile Sys\WTR - Drinking Water Utility\WTR-27 - Water Project Files\WTR-27-3214 Construct 565 Zone Reservoir\ContractDocuments\ContractHazen Res.doc INSURANCE DOCUMENTS AND INFORMATION i i CITY OF RENTON CONSTRUCTION CONTRACTS +� INSURANCE AND RELATED REQUIREMENTS MINIMUM INSURANCE COVERAGES AND REQUIREMENTS w 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 i (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 i • Owned Vehicles • Non-Owned Vehicles • Hired Vehicles i (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. Insurancepk.doc\ LIMITS REQUIRED �. The(CONTRACTOR)shall carry the following limits of liability as required below: Commercial General Liabilitv 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 ,r Stop Gap Liability $ 1,000,000 *General Aggregate to apply per project(ISO Form CG2503 or equivalent) 'w Automobile Liability Bodily Injury/Property Damage $ 1,000,000 •m (Each Accident) Workers'Compensation ap Coverage A(Workers'Compensation)-Show WA L&I Number U_ mbrella Liability Each Occurrence Limit $ 1,000,000 General Aggregate Limit $ 1,000,000 Products/Completed Operations Aggregate $ 1,000,000 IProfessional Liability(If required) Each Occurrence/Incident/Claim $ 1,000,000 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 I Per Loss $ 1,000,000 Aggregate $ 1,000,000 L .. 1 Insurancepk.doc\ 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: I) Be on a primary basis nor contributory with any other insurance coverages and/or self-insurance carried by CITY OF RENTON. r 2) Include a Waiver of Subrogation Clause. ow 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. 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 fiunish 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. Insurancepk.doO ACORO. CERTIFICATE OF LIABILITY INSURANCE OP ID LS DATE(MWDD/YYYY) TBAIL-1 1 09/26/07 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Hub International Northwest HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR P. 01 Box 3 018 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 'Bothell WA 98041-3018 Phone: 425-489-4500 Fax:425-489-4501 INSURERS AFFORDING COVERAGE NAIC# INSURED INSURERA: Security National Ins. Co. T INSURER B: Lexington Ins Co T Bailey Inc.Moe Israel INSURER C: Evanston Ins. Co. 12441 Bartholomew Rd. INSURER D: Anacortes WA 98221 INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. P LILY EFFE TIVE P LI Y XPIRATION LTR NSR TYPE OF INSURANCE POLICY NUMBER DATE MWDD/YY DATE MM/DD/YY LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 B X X COMMERCIAL GENERAL LIABILITY 7354973 09/01/07 09/01/08 PREMISES(Ea occurence) $ 100,000 CLAIMS MADE [k] OCCUR MED EXP(Any one person) $ PER PROJECT AGGREGATE PERSONAL&ADV INJURY $ 1,000,000 X Wa Stop Gap SUBJECT TO $4,000,000 GENERAL AGGREGATE $2,000,000 GENT AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $2,000,000 POLICY X ECT LOC Em Ben. 1,000,000 AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT A X ANY AUTO CAP0005122-02 09/01/07 09/01/08 (Ea accident) $1,000,000 ALL OWNED AUTOS BODILY INJURY $ SCHEDULED AUTOS (Per person) X HIRED AUTOS BODILY INJURY $ X NON-OWNED AUTOS (Per accident) PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC $ AUTO ONLY: AGG $ EXCESS/UMBRELLA LIABILITY EACH OCCURRENCE $ 1,000,000 B X OCCUR CLAIMS MADE 7022232 09/01/07 09/01/08 AGGREGATE $ 1,000,000 DEDUCTIBLE X RETENTION $10,000 $ WORKERS COMPENSATION AND - EMPLOYERS'LIABILITY TORY LIMITS ER ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? If yes,describe under E.L.DISEASE-EA EMPLOYEE $ SPECIAL PROVISIONS below E.L.DISEASE-POLICY LIMIT $ OTHER C Professional 07CPLM00013 09/01/07 09/01/08 Each Occ. $1,000,000 Pollution ADD'L INSD DOESN'T APPLY Aggregate $2,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS .THE CITY OF RENTON IS ADDED AS ADDITIONAL INSURED AS REQUIRED BY WRITTEN ONTRACT. COVERAGE IS PRIMARY & NON CONTRIBUTORY, WAIVER OF SUBROGATION APPLIES SEE ATTACHED ENDORSEMENTS. E: HAZEN RESERVIOR PROJECT CERTIFICATE HOLDER CANCELLATION CIRENTO SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,THE ISSUING INSURER WILL MMXJW0W=MAIL 30 DAYS WRITTEN CITY OF RENTON NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT L 1055 S. GRADY WAY IMPOSE 019 9B60GATIGN i Tenn iry no _ _ vrc RENTON WA 98055 aEPRESerorzmvrs. AUTHORIZED REPRESENTATIVE Dale G. Ahrens i aCORD 25(2001/08) ©ACORD CORPORATION 1988 r POLICY NUMBER: 7354973 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - DESIGNATED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART. SCHEDULE Name of Person or Organization: WHEN REQUIRED BY WRITTEN CONTRACT r (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement) WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule as an insured but only with respect to liability arising out of your operations or premises owned by or rented to you. CG 20 26 11 85 Copyright, Insurance Services Office, Inc., 1984 LX5184 L r • ENDORSEMENT r This endorsement, effective 12:01 AM Forms a part of policy no.: 7354973 Issued to:T. BAILEY, INC. (SEE ENDORSEMENT) By: LEXINGTON INSURANCE COMPANY PRIMARY WORDING/NON-CONTRIBUTING It is further agreed that such insurance as is afforded by the policy r for the benefit of the additional insureds shall be primary insurance, but only as respects any claims, loss or liability arising out of the Named Insureds operations and any insurance maintained by the Additional Insured shall be non-contributory. r All other terms and conditions remain unchanged. Authorized Representative OR LEXD00O21 Countersignature (In states where applicable) LX0404 POLICY NUMBER: 7354973 COMMERCIAL GENERAL LIABILITY CG 24 04 10 93 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: WHERE REQUIRED BY WRITTEN CONTRACT (If no entry appears above, information required to complete this endorsement will be shown in the r Declarations as applicable to this endorsement) The TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US Condition (Section IV - COM- MERCIAL GENERAL LIABILITY CONDITIONS) is amended by the addition of the following: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or oranization and included in the "products-completed operations hazard". This waiver applies only to t9e person or organization shown in the Schedule above. a CG 24 04 10 93 Copyright, Insurance Services Office Inc. 1992 LX7127 City of Renton ij Human Resources & Risk Management Department Insurance Information Form FOR: PROJECT NUMBER: STAFF CONTACT: r■ Certificate of Insurance indicates the coverages/limits specified in B Yes ❑ No contract? r Are the following coverages and/or conditions in effect? Yes ❑ No The Commercial General.Liability policy form is an ISO 1993 ❑ Yes No Occurrence Form or Equivalent? LX 9 6 4 rr (If no,attach a copy of the policy with required coverages clearly identified) CG 0043 Amendatory Endorsement provided?* ❑ Yes No rr General Aggregate provided on a"per project basis(CG2503)?* Rk Yes ❑ No LX 9 4 9 3 Additional Insured wording provided?* Rk Yes ❑ No r Coverage on a primary basis and non-contributing basis?* Rk Yes ❑ No Waiver of Subrogation Clause applies?* [k Yes ❑ No Severability of Interest Clause(Cross Liability)applies? [k Yes ❑ No Notice of Cancellation/Non-Renewal amended to 45 days?* ak Yes ❑ No *To be shown on certificate of insurance* r * Coverage is not written on std ISO policy forms. Please see attached copv of AM BEST'S RATING VOR CARRI Ricy. GL A+XV Auto AXII Umb A+XV Professional AXIII ' This Questionnaire is issued as a matter of information. This questionnaire is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies indicated on the attached CERTIFICATE OF INSURANCE. The CITY OF RENTON, at its option, shall obtain copies of the policies and/or specific ' declaration pages FROM awarded bidder prior to execution of contract.. Hub International Northwest Linda Sturrock-Burger ' AgencyfBroker Completed By(Type or Print Name) PO BOX 3018 Bothell, WA ,if 1�.�� �r Address Com feted By(Signature) ,m& � l W c Li'3cla Stu__ 425-489-4514 Name of person to contact Telephone Number ' NOTE: THIS OUESTIONNAIRE MUST BE COMPLETED FOR EAC11 LINE OF COVE-RAGE AND ATTACHED TO CERTIFICATE OF INSURANCE LEXINGTON INSURANCE COMPANY Administrative Offices: 100 Summer Street, Boston, Massachusetts 02110-2103 (hereinafter called the Company) COM.v Dr 1AL GENE-PAL LIABILITY POLICY OCCURRENCE FORM Declarations Policy Number: 7 3 5 4 9 7 3 Renewal of: 4 134860 Item 1. Named Insured: T. BA LEY, INC. (SEE ENDORSEMENT #013) , Address: 12441 BARTHOLOMEW ROAD ' ANACORTESj WA 98221 The Named Insured is: ' Individual �] Partnership ❑ Joint Venture ❑ Limited liability Company Organization (other than a Partnership or Joint Venture) E Trust The Business of the Named Insured is: STORAGE TANK FABRICATION & SERVICE ' Item 2. Policy Period: From:O 9/01/0 7 To: 09/01/08 12:01 A-M., standard time at the address of the Named Insured as stated herein. ' Ito i� v. Limits of Insurance: Each Occurrence Limit $ 1 ,000,000 Damage to Premises Rented to you Limit $ 100,000 - Any one premises Personal & Advertising injury Limit $ 1 ,000,000 - Any one person or organization General Aggregate Limit $2,000,000 Products-Completed Operations Aggregate Limit $2,000,000 Item A. Premium: A. Total Advance Premium: $ 170,000 B. annuals Minimum Premium: S170,000 .w C. Minimum Earned Premium at inception: $59,500 Item S. Audit Period: ANNUAL " ir. The ee poiicji Is Civet°P iaGd of this rt` ecaarations page, to poI;cy form anus tulle sihtelds,.Plca and endorsements, if any, attached at Inception or during the Policy Period. "This contract is registered and delivered as a ., su lus line coverage under tie insurance code r� of the state of Washington,enacted in 1947. It l is not issued by a company regulated by the Washington State Insur6nee Commissioner and s T9 is not protected by any Washington State Guaranty Fund Law." f HUB international N.W.,LLC ,' � J SLA Drokers#158 Authorized Representative OR -// Countersignature (In states where applicable) OCC-G L LX9640(09(04) J +or: LEXINGTON INSURANCE COMPANY Administrative Offices: 100 Summer Street, Boston, Massachusetts 02110-2103 (hereinafter called the Company) COMMERCIAL uNcR�L LIABILITY f- i E %J OCCURRENCE FORM Declarations Policy Number: Renewal of: 4134868 Item 1. Named Insured: T. BA LEY, INC. (SEE ENDORSEMENT #013) Address: 12441 BARTHOLOMEW ROAD ANACORTES, WA 08221 The Named Insured is: j�] Individual iD Partnership Ci Joint Venture [ Limited Liability Company X Organization (other than a Partnership or Joint Venture) [ Trust The Business of the Named Insured is: STORAGE TANK FABRICATION & SERVICE Item 2. Policy Period: From: To: „r 12:01 A.M., standard time at the address of the Named Insured as stated herein. Item 3. Limits of Insurance: Each Occu r om e I imit $ n00,000 Damage to Premises Rented to you Limit $ 100,000 - Ajiy one premises ' Personal & Advertising Injury Limit $ 1 ,000,000 - Any one person or organization General Aggregate Limit $2,000,000 Products-Completed Operations Aggregate Limit $2,000,000 Item 4. Premium: A. Total Advance Premium:: $ 170,000 B. Annual Minimum Premium: $ 170,000 C. Minimum Earned Premium at Inception: $59,500 Itern 5. Audit Period: ANNUAL ! isced .mss h:t policy form. �� d The policy :� c;vriopoia� -vi t1Y5� Declarations page, �`9e �zsaacy iie�'o"�`e z.�`aL^ `xs`'�� 3vh:o°��.s`=:gym sage endorsements, if any, attached at inception or during the Policy Period. "This contract is registered and delivered as a yt rrp�'us line coverage under the insurance code of the state of Washington,enacted in 1947. It is not issued by a company regulated by the Washington State Insurance Commissioner and is not protected by any Washington State . , Guaranty Fund Law." :4U13 International N.W.,LLC Authorized Representative d3 - SI..�Brokers#158 � ', p Countersignature (in states where applicable) OCC-GL LX9640(09/04) FORMS SCHEDULE Named Insured: T. BATLEY, INC. ' Effective Date: 09/01/2006 Policy No: 7351398 Form Number Edition Date Endorsement Number Title ' LX9104 07/97 CGL RATE SCHEDULE Lx964o 09/04 CGL OCCURRENCE DEC ' Lx9641 10/05 CGL OCCURRENCE TEXT , LX9593 04/03 001 DEDUCTIBLE LIABILITY INSURANCE LX5184 11/85 002 A. I . DESIGNATED PERSON OR ORG LX9827 01/05 003 TERRORISM PREMIUM CHARGE END LX9568 01/03 004 ACCIDENT INSURANCE ENDORSEMENT ' LX9608 06/03 005 CONTINUING DAMAGES END LEXOCC229 04/90 006 STOP GAP LIABILITY ' LX7127 10/93 007 WAIVER TRANSFER RIGHTS CG2404 L �m 9838 08/0 5 0000 Pe1MARY/NON-COhTRiBUTORY ENDT � LX9493 02/04 009 AGGREGATE LIMITS PER LOCATION LX9606 06/03 010 EMPLOYEE BENEFITS LIAB CO:° LX9845 05105 Oil SPAM ANL� FAX EXCLUSION Oil AUDIT MARGIN CLAUSE NAMEINSD 02/94 013 NAMED INSURED AMENDMENT LEXCME016 09/00 014 AIRCRFT PROD S GROUNDING EXCL LX7i)3z 01/96 015 TOTAL POLLUTION EXCL, CG2i49 LX7030 11/85 016 INTERCO PROD SUITS EXCL CG2i41 D00018(Ed.12/87) , LX0295 SCHEDULE Commercial General Liability Schedule of Rates/Advance Premium �r Premium Advance/Deposit Classification Description Basis` hate Premium � STORAGE TANK FABRICATION/SERVICE PER (EXP. BASE -- $40,000,000) $1 ,000 SALES I Ir i 11w irr (s) per $1,000 sales (p) per $1,000 payroll (x) other (specify) aw 6 CGL SCH LX9104 (ED. 07197) v i POLICYHOLDER NOTICE Thank you for purchasing insurance from a member company of American , international group, Inc, (Alr_) The AIG member companies Qenerally pay compensation to brokers and independent agents, and may have paid compensation in connection with your policy. You can review and obtain , information about the nature and range of compensation paid by AIG member companies to brokers and independent agents in the United States by visiting 1 our website at www.aigproducercompensation.com or by calling AIG at 1-800-706-3102. 1 i 1 1 1 1 1 1 91222 (7/06) , LEXINGTON INSURANCE COMPANY ANY REFERENCE IN THE POLICY FORM TO CONTACT IN WRITING THE COMPANY'S CLAIM OR LEGAL DEPARTMENTS SHOULD USE THE ADDRESSES PROVIDED BELOW. Attn: Claim Department Lexington Insurance Company 100 Summer Street Boston, Massachusetts 02110-2103 Attn: Legal Department Lexington Insurance Companv 100 Summer Street Boston, Massachusetts 02110-2103 i 1 f LEXINGTON INSURANCE COMP^NY Administrative Of; ,s: 100 Summer Street, Boston, Massa a,:�etts 02110-2103 COMMERCIAL GENERAL LIABILITY POLICY OCCURRENCE FORM Various provisions in this policy restrict coverage. Read the entire policy carefully to determine .rights, duties and what is and is not covered. Throughout this policy the words "you" and "your" refer to the Named Insured shown in the Declarations, and any other person or organization qualifying as a Named Insured under this policy. The words "we", "us" and "our" refer to the companv providing this insurance. The word "insured" means any person or organization qualifying as such under SECTION II - WHO IS AN INSURED. Other words and phrases that appear in quotation marks have special meaning. Refer to SECTION IV DEFINITIONS. SECTION I - COVERAGES COVERAGE A. BODILY INJURY AND PROPERTY DAMAGE LIABILITY t 1. Insuring Agreement a. We will pay those sums that the insured becomes legally obligated to pay as damages because of "bodily injury" or "properly damage" to which this insurance applies. We will have the right and duty to defend the insured against any "suit" seeking those damages. However, we will have no duty to defend the insured against any `suit" seeking damages because of "bodily injury" or "property damage" to which this insurance does not apply. We may, at our discretion, investigate any "occurrence" and settle any claim or "suit" that may result. But: (1) The amount we will pay for damages is limited as described in SECTION III - LIMITS OF INSURANCE; and (2) Our right and duty to defend end when we have used up the applicable limit of insurance in the payment of judgments or settlements under Coverages A. or B. No other obligation or liability to pay sums or perform acts or services is covered unless explicitly provided for under SUPPLEMENT ARY PAYMENTS-COVERAGES A PsD B. b. This insurance applies to "bodily injury" and "property damage" only if: , (1) The "bodily injury" or "property, damage" is caused by an "occurrence" that takes place in the "coverage territory"; (2) The "bodily injury" or "property damage" occurs during the policy period; and (3) Prior to the policy period, no Insured described in Paragraph 1 of SECTION ll - WHO IS AN INSURED and no "employee" authorized by you to give or receive notice of an "occurrence", claim or "suit", knew that the "bodily injury" or .'property damage" had occurred. in whole or in part. If such a listed insured or authorized "employee" knew, prior to the policy period, that the "bodily injury" or "property damage" occurred, then any continuation, change or resumption of such "bodily injury" or "property damage" during or after the policy period will be deemed to have been known prior to the "policy period". C. "Bodily injury" or "property damage" which occurs during the policy period and was not, prior to the policy period, known i to have occurred by any insured listed under Paragraph 1. of SECTION II. WHO IS AN INSURED or any "employee" authorized by you to give or receive notice of an "occurrence" claim, or "suit", includes any continuation, change or resumption of that "bodily injury" or "property damage" after the end of the policy period. d. "Bodily injury" or "property damage" will be deemed to have been known to have occurred at the earliest time when any insured listed under Paragraph 1. of SECTION it - WHO IS AN INSURED or any "employee" authorized by you to give or receive notice of an "occurrence", claim or "suit": (1) Reports all, or any part, of the "bodily injury" or "property damage" to us or any other insurer, ' (2) Receives a written or verbal demand or claim for damages because of the "bodily injury" or "property damage"; or (3) Becomes aware by any other means that "bodily injury" or "property dam- age" has occurred or has begun to occur. OCC-CL Includes Copyrighted information of Insurance Services Offices, Inc.with its permission. All Rights Reserved. LX9541 f1Q/05) 1 e. Damages because of "bodily injury" include damages claimed by any person or organization for care, loss of services, loss of consortium or death resulting at any time from the "bodily injury". 2. Exclusions This insurance does not apply to: a. Expected or Intended Injury "Bodily injury" or "property damage" expected or intended from the standpoint of the insured. This exclusion does not apply to "bodily injury" resulting from the use of reasonable force to protect persons or property. b. Contractual Uability "Bodily injury" or "property damage" for which the insured is obligated to pay damages by reason of the assumption of liability in a contract or agreement. This exclusion does not apply to liability for damages: (1) Tliat 'the insured would have in the absence of u e Conuact or agreement; or (2) Assumed in a contract or agreement that is an "insured contract", provided the :....::off a:�u:y ys r;:�r-:,� mac::�nyv w�.�:a o::v-=,'`i--.:. ev u:v`� ex�.uui•,, _.f i..p contract or agreement. Solely for the purposes of liability assumed in an "insured contract", reasonable attorney fees and necessary litigation expenses incurred by or for a party other than an insured are deemed to be damages because of "bodily injury" or "property damage", provided: r (a) Liability to such party for, or for the cost of, that party's defense has also been assumed in the same "insured contract"; and (b) Such attorney fees and litigation expenses are for defense of that party against a civil or alternative dispute resolution proceeding in which damages to which this insurance applies are alleged_. c. Uquor Uabilit°, "Bodily injury" or "property damage" for which any insured may be held liable by reason of: (1) Causing or contributing to the intoxication of any person; (2) The furnishing of alcoholic beverages to a person under the legal drinking age or under the influence of alcohol: or (3) Any statute, ordinance or regulation relating to the sale, gift, distribution or use of alcoholic averages. i ` applies 4y y • ess of manufaciiring, distributiting, This exctU�i©iii Pico only �i OU are in i�w aiuSii 7 selling, serving or furnishing alcoholic beverages. d. Workers Compensation and Similar Laws Any obligation of the insured under a workers compensation, disability benefits or unei-iiploymient compensations law or any simular law. e. Employer's Uability (1) "Bodily injury" to an "employee" of the insured arising out of and in the course of: (a) Employment by the insured; or (b) Performing duties related to the conduct of the insured's business; or (2) Any claim or "suit" brought by the spouse, child, parent, brother or sister of that ..employee" as a consequence of paragraph (1) above. I his exclusion applies: (1) Whether the insured may be liable as an employer or in any other capacity; and f (2) To any obligation to share damages with or repay someone else who must pay damages because of the injury. OCGGL includes Copyrighted Information of Insurance Services Offices, Inc.with its permission. All Rights Reserved. LX9641 (10/05) 2 This exclusion does not apply to liability assumed by the insured under an "insured contract". f. Pollution (1) "Bodily injury" or "property damage" arising out of the actual, alleged or threatened discharge, dispersal, seepage, migration, release or escape of ..pollutants": (a) At or from any premises, site or location, which is or was at any time ' owned or occupied by, or rented or loaned to, any insured. However, this subparagraph does not apply to: 0) "Bodily injury" if sustained within a building and caused by smoke, fumes, vapor or soot produced by or originating from equipment that is used to heat, cool or dehumidify the building, or equipment that is used to heat water for personal use by the building's occupants or their guests; 04 "Bodily injury" or "property damage" for which you may be held , liable, if you are a contractor and the owner or lessee of such nrnmicne cif coon L. LYCM JJ_J r..,...�.., -, ..S ^vr IoL auvi� 11as b e e l added to your policy as an additional insured with respect to your ongoing operations performed for that additional insured at that premises, site or location and such premises, sight or location is not and never was owned or occupied by, or rented or loaned to, any insured, other than that additional insured; or (iii) "Bodily injury" or "property damage" arising out of heat, smoke or fumes from a "hostile fire"; (b) At or from any premises, site or location which is or was at any time , used by or for any insured or others for the handling, storage, disposal, processing or treatment of waste; (sr) Which are or were at any time transported, handled, stored, treated, disposed of, or processed as waste by or for: (i) Any insured; or Any person or organization for whom you may be legally responsible; or (d) At or from any premises, site or location, on which any insured or any contractors or subcontractors working directly or indirectly on any insured's behalf are performing operations if the "pollutants" are brought on or to the premises, site or location in connection with such operations by such insured, contractor or subcontractor. However, this subparagraph does not apply to: (i) "Bodily injury" or "property damage" arising out of the escape of fuels, lubricants or otter operating fluids which are needed to perform the normal electrical, hydraulic or mechanical functions necessary for the operation of "mobile equipment" or its parts, if such fuels, lubricants or other operating fluids escape from a vehicle part designed to hold, store or receive them. This exception does not apply if the "bodily injury- or "property damage" arises out of the intentional discharge, dispersal or release of the fuels, lubricants or other operating fluids, or if such fuels, lubricants or other operating fluids are brought on or to the premises, site or location with the intent that they be discharged, dispersed or released as part of the operations being performed by such insured, contractor or subcontractor; 04 "Bodily injury" or "property damage" sustained within a building �. and caused by the release of gases, fumes or vapors from materials brought into that building in connection with operations being performed by you or on your behalf by a contractor or subcontractor; or OCC-GL includes Copyrighted Information of Insurance Services Offices,Inc.with its permission. All Rights Reserved. Lx9641 (10105) INSURED'S COPY (iii) "Bodily injury" or "property damage" arising out of heat, smoke or fumes from a "hostile fire". (e) At or from any premises, site or location on which any insured or any contractors or subcontractors working directly or indirectly on any insured's behalf are performing operations if the operations are to test for, monitor, clean up, remove, contain, treat, detoxify or neutralize, or in any way respond to, or assess the effect of "pollutants". (2) Any loss, cost or expense arising out of any: (a) Request, demand or order that any insured or others test for, monitor, clean up, remove, contain, treat, detoxify or neutralize, or in any way respond to, or assess the effects of "pollutants"; or (b) Claim or "suit" by or on behalf of a governmental authority for damages because of testing for, monitoring, cleaning up, removing, containing, treating, detcxrhying or ne:?*r?lizir g, or in any Ray responding ±o; or assess: g the effects of "pollutants". However, this paragraph does not apply to liability for damages because of "nrnrwrty rinrnnne" not otherWicn excluded that the insured would have in thA absence nce of such request, demand, order or statutory or regulatory requirement, or such claim or "suit" by or on be:aa,f of a governmental authority. g. Aircraft, Auto or Watercraft "Bodily injury" or "property damage" arising out of the ownership, maintenance, use nr entrustment to others of any aircraft, "auto" or watercraft owned or operated by or rented or loaned to any insured. Use includes operation and "loading or unloading". ' This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employ:rent, training or nonitoring of others by that insured, 4 the "occurrence" which caused the "bodily injury" or "property damage" involved the ownership, maintenance, use or entrustment to others of any aircraft, "auto" or watercraft that is owned or operated by or rented or loaned to any insured. This exclusion does not apply to: (1) A watercraft while ashore on premises you own or rent; (2) A watercraft you do not own that is: (a) Less than 26 feet long; and tv) Not being used to carry persons or property for a charge; (3) Parking an "auto" on or on the ways next to premises you own or rent, provided the "auto" is not owned by or rented or loaned to you or any insured; (4) Liability assumed under any "insured contract" for the ownership, maintenance or use of aircraft or watercraft; or (5) "Bodily injury" or "property damage" arising out of: (?1 The operation of m anhinery or e—quipp went that is attached to, or cart of. a land vehicle that would qualify under the definition of "mobile equipment" if it were not subject to a compulsory or financial responsibility law or other motor vehicle insurance law in the state where it is licensed or principally garaged; or (b) The operation of any of the machinery or equipment listed in paragraph f.(2) or f./P) of Page of the definition of "mobile r�mi:nment", h. Mobile Equipment "Bodily injury" or "property damage" arising out of: (1) The transportation of "mobile equipment" by an "auto" owned or operated by or rented or loaned to any insured; or (2) The use of "mobile equipment" in, or while in practice for, or while being prepared for, any prearranged racing, speed, demolition, or stunting activity. OCp.C„t Inciudes Copyrighted Information of Insurance Services Offices, Inc. with its permission. All Rights Reserved. UC9641 (11(1105) 4 hr 1. War "Bodily injury" or "property damage", however caused, arising directly or indirectly out of: ' (1) War, including undeclared or civil war; or (2) Warlike action by a military force, including action in hindering or defending against an actual or expected attack, by any government, sovereign or other authority using military personnel or other agents; or (3) Insurrection, rebellion, revolution, usurped power, or action taken by governmental authority in hindering or defending against any of these. , This exclusion does not apply to the use or threaten use of "terrorism". As used in this exclusion, "terrorism" means the use or threatened use of force or , violence against person or property, or commission of an act dangerous to human life or property, or commission of an act that interferes with or disrupts an electronic or co►tir-riunicaiioni System, undertaken by any person or group, whether or not acting on behalf of or in any connection with any organization, government, power, authority or military force, when the effect is to intimidate, coerce or harm: (1) A government; , (2) The civilian populations of a country, state or community; or (3) To disrupt the economy of a country, state or community. So long as the Terrorism Risk Insurance Act of 2002 (the "Act") is in effect. , "terrorism" includes an act of terrorism as de frined by Section 102. Definitions of the Act and any revisions or amendments thereto. j. Damage to Property "Property damage" to: (1) Property you own, rent or occupy, including any costs or expenses incurred by you, or any other person, organization or entity, for repair, replacement, en�hanceo n ont, rea yr cation, or mainten Dance of such prW--e s for any reason; including prevention of injury to a person or damage to another's property; (2) Premises you sell, give away or abandon, if the "property damage" arises out of any part of those premises; (3) Property loaned to you; (4) Personal property in the care, custody or control of the insured; (5) That parficular part of real property on which you or any contractors or Ilr subcontractors working directly or indirectly on your behalf are performing operations, if the "property damage" arises out of those operations; or (6) That particular part of any property that must be restored, repaired or replaced be°;ause "your work" `:gas incorrectly performed o n Paragraph (1), (3) and (4) of this exclusion do not apply to "property damage" (other u-tail dart lay"e by fiFEi) to promises,�IseS, ii iiiuuing a i8 contents G'i such prc i dSeS, r endvu to you for a period of 7 or fewer consecutive days. However, a separate Limit of Insurance applies to Damage To Premises Rented To You as described in SECTION M _ LIMITS nP INSURANCE Paragraph (2) of this exclusion does not apply if the premises are "your work" and were never occupied, rented or held for rental by you. Paragraphs (3), (4), (5) and (6) of this exclusion do not apply to liability assumed under a sidetrack agreement. Paragraph (6) of this exclusion does not apply to "property damage" included in the "products-corripleted operations hazard". liic Darniage to Your Product "Property damage" to "your product" arising out of it or any part of it. w OCC-GL Includes copyrighted Information of Insurance SerAces Office,Inc.with its permission. All Rights Reserved. 1X9641 (10105) 5 r I. Damage to Your Work "Property damage" to "your work" arising out of it or any part of it and included in the "products-completed operations hazard." This exclusion does not apply if the damaged work or the work out of which the damage arises was performed on your behalf by a subcontractor. M. Damage to Impaired Property or Property Not Physically Injured "Property damage" to "impaired property" or property that has not been physically injured, arising out of: (1) A defect, deficiency, inadequacy or dangerous condition in "your product" or "your work"; or (2) A delay or failure by you or anyone acting on your behalf to perform a contract or agreement in accordance with its terms. This exclusion does not apply to the loss of use of other property arising out of sudden and accidental physical injury to "your product" or "your work" after it has been put to its intended use. n. Recall of Products, Work or Impaired Property Damages claimed for any loss, cost or expense incurred by you or others for the loss of use, withdrawal, recall, inspection, repair, replacement, adjustment, removal or disposal of: (1) "Your product"; (2) "Your work"; or (3) "Impaired property"; if such product, :Cork or property is withdrawn or recalled from the market or from use by any person or organization because of a known or suspected defect, deficiency, inadequacy or dangerous condition in it. o. Personal And Advertisir)g Injury "Bodily injury". arising out of "personal and advertising injury::. p. Electronic Data Damages arising out of the loss of, loss of use of, damage to, corruption of, inability to access, or inability to manipulate electronic data As used in this exclusion, electronic data means information, facts or programs stored as or on, created or used on, or transmitted to or from computer software, including systems and applications software, hard or floppy disks, CD-ROMS, tapes, drives, cells, data processing devices or any other media which are used with electronically controlled equipment. q. Funaus/M.old "Bodily injury" or "property damage" or any other loss, cost or expense, including, but not limited to losses, costs or expenses related to, arising from or associated `with clean-up, remediation, containment, removal or abatement, caused directly or indirectly, in whole or in part, by: (i) " mvi ' iJ � -r yva`tAny fungus(iy , u k � iiv v un (2) Any "spore(s)" or toxins created or produced by or emanating from such "fungus(i)", "mold(s)", mildew or yeast, or (3) Any substance, vapor, gas, or other emission or organic or inorganic body substance produced by or arising out of any "fungus(i)", "mold(s)", mildew or yeast, or (4) Any material, product, building component, building or structure, or any con- , centration of moisture, water or other liquid within such material, product, t building component, building or structure, that contains, harbors, nurtures or acts as a medium for any "fungus(i)", "mold(s)", mildew, yeast or "spore(s)" or toxins emanating therefrom, OCC-GL Includes Copyrighted Information of Insurance Services Offices, Inc.with its permission. All Rights Reserved. LX9641 (10/05) 6 regardless ut any other cause, event, material, product and/or building component that 1 contributed concurrently or in any sequence to that "bodily injury" or "property damage", loss, cost or expense. For the purpose of this exclusion, the following definitions are added to the Policy: "Fungus(i)" includes, but is not limited to, any of the plants or organisms belonging to the major group fungi, lacking chlorophyll, and including molds, rusts, mildews, smuts, and mushrooms. "Mold(sl" includes: but is not limited to, any superficial Growth produced on damp or decayinq oraanic matter of on living organisms, and fungi that produce molds. "Spore(s)" 'means any dormant or reproductive body produced by or arising or emanating out of any "fungus(i)", "mold(s)°, mildew, plants, organisms or microorganisms. r. Employment Related Practices Any claim or "suit" alleging or asserting in any respect loss, injury, or damage (including consequential bodily injury) in connection with "wrongful termination`: and/or "discrimination" and/or "sexual harassment". The following definitions apply to this exclusion: "Wrongful termination" means termination of an employment relationship in a manner which is against the lam', wrongful, or in brunch of an Implied or written agreermi3nt continue employment. "Discrimination" means termination of an employment relationship or a demotion, or a failure or refusal to hire or promote an individual because of race, color, religion, age, sex, disability, pregnancy, national origin, sexual orientation or other protected category or characteristic established pursuant to any applicable United States federal, state, or loyal law, regulation or ordinance. , "Sexual harassment" means unwelcome sexual advances and/or requests for sexual Ie9VVlS and/or VU+t?i `v i3r iioi or pilysi%-7 %vi+uuE i o! a jvi\iiw nature u"'L "I are +i+�iiia u condition of employment and/or (2) are used as a basis for employment decisions and/or (3) create a work environment that interferes with performance. S. d W es vs '•` (1) "Bodily injury" in any way arising out of the use by any person or organization of or exposure to asbestos, asbestos products, asbestos fibers or asbestos dust; (2) "Property damage" to real property arising out of the use by any person or organization of asbestos, asbestos products, asbestos fibers, asbestos dust, including without limitation the costs incurred with respect to the removal or abaterlieni of asbestos, asbestos pi Wdurcis, asbestos fibers or asbe Los du-'A from or in such real property; (3) Any obligation of the insured to indemnify any parry because of damages arising out of such "property damage", "bodily injury", sickness, disease, occupational disease, disability, shock, death, mental anguish or mental injury, at any time as a result of the manufacture of, mining of, use of, sale of, removal of, distribution of, or exposure to asbestos, asbestos products, asbestos fibers or asbestos dust; or (4) Any obligation to defend any "suit" or claim against the insured alleging "bodily injury", sickness, disease, occupational disease, disability, shock, dead i, rnental Qiy 5lsth vne. mental i.t e.y yr "-prvYv„sh d---ages" v suia:„g- ft®m Gr conttibw te en , by any and all manufacture of, mining of, use of, sale of, removal of, distribution of, or exposure to asbestos, asbestos products, asbestos fibers or asbestos dust. f:. Lead (1) "Bodily injury" or "property damage", for past, present or future claims arising in µ,hole or in part, either directly or indirectly, out of the rn-anuf?cture, distribution, sale, resale, re-branding, installation, repair, removal, encapsulation, abatement, replacement or handling of, exposure to, ingestion of or testing for, lead whether or not the lead is or was at any time airborne as a particle, contained in a product, carried on clothing, inhaled, transmitted in any .r fashion or found in any form whatsoever; Occ-Gl- Includes Copyrighted information of insurance Services Office's,Inc. with Its permission. All Rights Reser4ed. LX9641 (10(05) T (2) The costs of clean up or removal of lead or products and materials containing lead; (3) The costs of such actions as may be necessary to monitor, assess and evaluate the release or threat of same, or lead or products and material containing lead; (4) The cost of disposal of lead substances or the taking of such other action as may be necessary to temporarily or permanently prevent, minimize or mitigate damage to the public health or welfare or to the environment, which may otherwise result; (5) The cost of compliance with any law or regulation regarding lead. U. Nuclear (1) "Bodily injury" or "property damage": (a) With respect to which an insured under this policy is also an insured under a nuclear energy liability policy issued by Nuclear Energy Liability Insurance Association, fylubjal Atomic Energy Liability Underwriters, Nuclear Insurance Association of Canada or any such policy but for its termination upon exhaustion of its limit of liability; or (b) Resulting from the "hazardous properties" of "nuclear material" and with respect to which () any person or organization is required to maintain financial protection pursuant to the Atomic Energy Act of 1954, or any law amendatory thereof, or (ii) the insured is or, had this policy not been issued, would be entitled to indemnify from the United States of America, or any agency thereof, under any agreement entered into by the United States of America, or any agency thereof with any person or organization. (2) "Bodily injury" or "property damage" resulting from the "hazardous properties" of "nuclear material", if: (a) The "nuclear material" (i) is at any "nuclear facility" owned by, or operated by or on behalf of, an insured or (i's) has been discharged or disr►ersed therefrom- 1b) The "nuclear material" is contained in "spent fuel" or "waste" at anytime possessed, handled, used, processed, stored, transported or disposed of by or on behalf of the insured; or (c) The "bodily injury" or ..proper'ty damage" arises out of uie furnishing by an insured of services, materials, parts or equipment in connection with the planning, construction, maintenance, operation or use of any "nuclear facility", but if such facility is located within the United States of America, its territories or possessions of Canada, this subparagraph (2) (c) applies only to "property damage" to such "nuclear facility" and any property thereat. (3) "Bodily injury" or "property damage" resulting from the intentional or unintentional detonation of any nuclear bomb or nuclear device. (4) As used in this exclusion, the following definitions apply; (a) "Hazardous properties" include radioactive, toxic or explosive properties. (b) "Nuclear material" means "source material", "special nuclear material" or "by-product material"; (c) "Source material" "special nuclear material" and "by-product material" have the meanings given them in Atomic Energy Act of 1954 or in any law amendatory thereof; (d) "Spent fuel" means any fuel element of fuel component, solid or liquid which has been used or exposed to radiation in a "nuclear reactor"; OCC-GL Includes Copyrighted Information of Insurance Services OffkxM Inc.with its permission. All Rights Reserved. LX9641 (10/05) 8 (e) "Vvdste" means any waste material (i) containing "by-product material" other than the tailings or wastes produced by the extraction or concentration of uranium or thorium form any ore processed primarily for its "source material" content, and (ii) resulting from the operation by any person or organization of any "nuclear facility" included under the first two paragraphs of the definition of "nuclear facility". (f) "Nuclear facility" means: (i) Any "nuclear reactor"; (it) Any equipment or device designed or used for (a) separating the isotopes or uranium or plutonium, (b) processing or utilizing "spent , fuel", or (c) handling, processing or packaging "waste"; (iii) Any equipment or device used for the processing, fabricating or alloying of "special nuclear material" if at any time the total amount of such material in the custody of the insured at the premises where such equipment or device is located consists of or contains more than 25 grams of plutonium or uranium 233 or any combination thereof, or more that 250 g'ra�iis of uranium 235; (iv) Any structure, basin, excavation, premises or place prepared or used for the 5tornn nr dicninS..al of "wa_Qte"; and inr-hirias ina site on which any of the foregoing is located, all operations conducted on such site and all premises used for such operations. V. Securities and Financial Interest (1) A.ny violation of any securities law or similar law or any regulation promulgated thereunder; (2) The purchase, sale, offer of sale or solicitation of any security, debt, insurance policy, bank deposit or financial interest or instrument; (3) Any representation made at any time in relation to the price or value of any security, debt, insurance policy, bank deposit or financial interest or instrument; or (4) Any depreciation or decline in price or value of any security, debt, insurance policy, ' tt nk deposit or financial Interest or instrurnialu W. Silica JIM (1) "Bodily injury", sickness, disease, occupational disease, disability, shock, death, mental anguish or mental injury, and/or any other type of injury, loss, cost, damage, or expense sustained by any person for the real or alleged emergence, contraction, aggravation or exacerbation of any form of silicosis or anv other disease of the human body caused by, arising out of, or resulting from the manufacture, mining, use, sale, removal, or distribution by any person or organization of silica, silica products, silica fibers or silica dust, or the exposure to silica, silica products, silica fibers or silica dust; or (2) Any obligation of the insured to defend and/or indemnify any party because of damages arising out of such "bodily injury", sickness, disease, occupational disease, disability, shock, death, mental anguish or mental injury, at any time caused by, arising out of, or resulting from the manufacture of, rnining of, use of, sale of, removal of, distribution of, or exposure to silica, silica products, silica fibers or silica dust. X. Violation of Statutes In Connection With Sending, T"ransmtWng or Communicating Any Material or Information Any claim or "suit" alleging or asserting that any act or omission violates any statute, ordinance or regulation of any federal, state or local government, including any amendment of or addition to such la:vs, that includes, addresses or applies to the sending, transmitting or communicating of any material or information, by any means whatsoever. COVERAGE B. PERSONAL AND ADVERTISING INJURY LiABILFFY f. Insuring Agreement OCC-GL Includes Copyrighted information of Insurance services offices,Inc.with its permission. All Rights Reserved. LX9641 (VY05) 9 r a. We will pi . .nose sums that the insured becomes lecj_y obligated to pay as damages because of "personal and advertising injury" to which this insurance applies. We will have the right and duty to defend the insured against any "suit" seeking those damages. However, we will have no duty to defend the insured against any "suit" seeking damages for "personal and advertising injury" to which this insurance does not apply. We may, at our discretion, investigate any offense and settle any claim or "suit" that may result. But: (1) The amount we will pay for damages is limited as described in SECTION III - LIMITS OF INSURANCE and (61. Our rigid and duty to defend end who n, cdo na:vo used up the appl;—kin v i;— vt insurance in ...e payment of judgments or settlements under Coverages A or B. No other obligation or liability to pay sums or perform acts or services is covered unless explicitly provided for under SUPPLEMENTARY PAYMENTS-COVERAGES A AND B. b. This insurance applies to "personal and advertising injury" caused by an offense arising out of your business but only if the offense was committed in the "coverage territory" during the policy period. Exclusions This insurance does not apply to: a. Knowing Violation Of Rights Of Mother "Personal and advertising injury" caused by or at the direction of tie insured with the knowledge that the act would violate the rights of another and would inflict "personal and advertising injury" b. Material Published With Knowledge Of Falstt; "Personal and advertising injury" arising out of oral or written publication of material, if done by or at the direction of the insured with knowledge of its falsity. C_ Material Published Prior To Policy PerW_1 "Personal and advertising injury" arising out of oral or written publication of material whose first publication took place before the beginning of the policy period. "Personal and advertising injury" arising out of a criminal act committed by or at the direction of the insured. Contractual i:evil "Personal and advertising injury" for which the insured has assumed liability in a contract or agreement. This exclusion does not apply to liability for damages that the insured would have in the absence of the contract or agreement. f. Breach Of Contra "Personal and advertising injury" arising out of a breach of contract, except an implied contra to use another's advertising idea in your "advertisement". g. Quality Or Performance Of Goods - Failure To Conform To Statements "Personal and advertising injury" arising out of tie failure of goods, products or services to conform with env ztatemont pf ei iality or narfnrmanra maricz in V^ur "advertisement". h. Wrong Description Of Prices "Personal and advertising injury" arising out of the wrong description of the price of goods, products or services stated in your "advertisement°. 1. Infringement Of Copyright Patent, Trademark Or Trade Secret "Personal and advertising injury" arising out of the infringement of copyright, patent, trademark, trade secret or other intellectual property rights. f However, this exclusion does not apply to infringement, in your "advertisement", of copyright, trade dress or slogan. OCC-GL Includes Copyrighted Information of Insurance Services Offices, Inc.with Its permission. All Rights Reserved. LX9541 (1(1105) 10 J. Insureds In Media And Internet Type Businesses "Personal and advertising injury" committed by an insured whose business is: (1) Advertising, broadcasting, publishing or telecasting; (2) Designing or determining content of web-sites for others; or (3) An internet search, access, content or service provider. However, this exclusion does not apply to Paragraphs 14. a., b. and c. of the definition of "rPeKsenal and advertising injury" in SECTION IV - DEFINITIONS_ For the purposes of this exclusion, the placing of frames, borders or links, or advertising, for you or others anywhere on the Internet, is not by itself, considered the business of advertising, broadcasting, publishing or telecasting. k Electronic Chatrooms Or Bulletin Boards "Personal and advertising injury" arising out of an electronic chatroom or bulletin board the insured hosts, owns, or over which the insured exercises control. 1. Unauthorized Use Of Another's Name Or Product °Personal and advertising injury" arising out of the unauthorized use of another's name or product in your e-mail address, domain name or metatag, or any ottier similar tactics t.^ ..,,sl.^ad another's potential customers. M. Pollution "Personal and advertising injury" arising out of the actual, alleged or threatened discharge, dispersal, seepage migration, release or escape of "pollutants" at any time. n. Pollution-Related Any loss, cost or expense arising out of any: [11 Request, demand, order; or statutory or regulatory requirement that any insured or others test for, monitor, clean up, remove, contain, treat, detoxify or neutralize, or in any way respond to, or assess the effects of, "pollutants"; or , (2) Claim or "suit" by or on behalf oat 4 governmental authority for oarnage.0 because of testing for, monitoring, cleaning up, removing, containing, treating, detoxifying or neutralizing, or in any way responding to, or assessing the effects of, "pollutants". Exclusions 1. `vlai, q. Ir-Lingus/Mold, r. Employment nelated Practices, s. Asbestos, t. Lcod, u. Nuclear, v. Securities and Financial Interest, w. Silica and x. Violation of Statutes in Connection With Sending, Transmitting or Communicating Any Material or Information pertaining to "bodily injury" and 'property damage" under COVERAGE A. BODILY INJURY AND PROPERTY DAMAGE LIABILITY shall apply equally to "personal and advertising injury" under this COVERAGE B. PERSONAL AND ADVERTISING INJURY LIABILITY. SUPPLEMENTARY PAYMENTS - COVERAGES A AND B K 1. We will pay, with respect to any claim we investigate or settle, or any "suit" against an insured we defend: a. All expenses we incur. for. to $25v f cost of ball bonds required because of accidents or traffic law vio,au-.,S b. up ­4 of the use of any veh;„ In !n ish;_ h the �iiy Inl11� I inhhility r.A%Arann � applies. We do not have to furnish these bonds. C. The cost of bonds to release attachments, but only for bond amounts within the applicable limit of insurance. vve do not have to furnish these bonds. d. All reasonable expenses incurred by the insured at our request to assist us in the investigation or defense of the claim or "suit", including actual loss of earnings up to $250 a day because of time off from work. e. All costs taxed against the insured in the "suit". f. Prejudgment interest awarded against the insured on that part of the judgment we pay. If we make an offer to pay the applicable limit of insurance, we will not pay any prejudgment interest based on that period of time after the offer. .• OCC-GL Includes Copyrighted Information of Insurance Services Offices, Inc.with Its permission. All Rights Reserved. LX9641 (10/05) 91 r 9• Interest or, .eat part of any judgment we pay that accrues after entry of the judgment and before we have paid, offered to pay, or deposited in court the part of the judgment that is within the applicable limit of insurance. These payments will not reduce the limits of insurance. 2 . If we defend an insured against a "suit" and an indemnitee of the insured is also named as a party to the "suit", we will defend that indemnitee if all of the following conditions are met: a. The "suit" against the indemnitee seeks damages for which the insured has assumed the "o-ability, of the indemnitee in a contract or agreement that 1S an "insured contract"; b. This insurance applies to such liability assumed by the insured; C. The obligation to defend, or the cost of the defense of, that indemnitee, has also been assumed by the insured in the same "insured contract"; d. The allegations in the "suit" and the information we know about the "occurrence" are such that no conflict appears to exist between the interests of the insured and the interests of the indemnitee; e. T?;e indemnitee and the insured ask us to conduct and control the defense of that indemnitee against such "suit" and agree that we can assign the same counsel to defend the insured and the indemnitee; and f. The indemnitee: (1) Agrees in writing to: (a) Cooperate with us in the investigation, settlement or defense of the „suit (b) Immediately send us copies of any demands, notices, summonses or legal papers received in connection with the "suit"; (c) Nodi'y any oilier insurer whose uoverage is available to Me indemnitt-Ma; A-� ^^^-^a^ + ,r.1 4n coordinating other annlnahle tup ka V. ntv iilu I iii �niu 1 i a$W�a w �.O'). rdi��uu�.y v ..p.�..: .e.,. insurance available to the indemnitee; and j (2) Provides us with written authorization to: (a) Obtain records and other information related to the "suit"; and (b) Conduct and control the defense of the indemnitee in such "suit". Go long as the -above conditions are met, attorneys fees incurred by us in the defense of that indemnitee, necessary litigation expenses incurred by us and necessary litigation expenses incurred by the indemnitee at our request will be paid as Supplementary Payments. Notwithstanding the provisions of paragraph 2.b.(2) of SECTION I COVERAGES - COVERAGE A. BODILY INJURY AND PROPERTY DAMAGE LIABILITY, such payments will not be deemed to be darnages for "bodily injury" and "property damage" and will not reduce the Limits of Insurance. Our obligation to defend an insured's indemnitee and to pay for attorneys fees and necessary litigation expenses as Supplementary Payments ends when: a. YYe have used lip the applicable L71111it GI a insurance IVV mill a Iv payment CI judgments or sv'Weeilollts; or I b. The conditions set forth above, or the terms of the agreement described in subparagraph 2. f . above, are no longer met. SECTION 11 - WHO IS AN INSURED 1. 11 you are Ut7Jig11aiCiU in the LJCSI.laf ativl lJ aJ. a. An individual, you and your spouse are insureds, but only with respect to the conduct of a business of which you are the sole owner. q b. A partnership or joint venture, you are an insured. Your members, your partners, and their spouses are also insureds, but only with respect to the conduct of your business. OCC-GL Includes Copyrighted Information of Insurance SerAces Offices, Inc.wfth Its permission. All Rights Reserved. f LX96411 (110105) 12 C. A limited liability company, you are an insured. Your members are also insureds, but , only with respect to the conduct of your business. Your managers are insureds, but only with respect to their duties as your managers. d. An organization other than a partnership, joint venture or limited liability company, you are an insured. Your "executive officers" and directors are insureds, but only with respect to their duties as your officers or directors. Your stockholders are also insureds, but only with respect to their liability as stockholders. e. A trust, you are an insured. Your trustees are also insureds, but only with respect to their duties as trustees. 2. Each of the following is also an insured: ' a. Your "volunteer workers" only while performing duties related to the conduct of your business, or your "employees", other than either your "executive officers" (if you are an organization other than a partnership, joint venture or limited liability company) or your managers (if you are a limited liability company), but only for acts within the scope of their employment by you or while performing duties related to the conduct of your business. However, none of these "employees" or "volunteer workers" is an insured for: (1) "Bodily injury" or "personal and advertising injury": (a) To you, to your partners or members (if you are a partnership or joint venture), to your members (if you are a limited liability company), or to a co"employee" while that co"employee" is either in the course of his or her employment or performing duties related to the conduct of your business, or to your other "volunteer workers" while performing duties related to the conduct of your business, or to any claim or "suit" brought by the spouse, child, parent, brother or sister of that co"employee" or "volunteer worker" as a consequence of such injury. (b) For which there is any obligation to share damages with or repav someone else who must pay damages because of the injury described in paragraphs (1 ) (a), above; or Arising out of his or her providing or failing to pr^.vi^e professional health care services. (2) "Property damage" to property: (a) Owned, occupied or used bv; (b) Rented to, in the care, custody or control of, or over which physical control is being exercised for any purpose by; 1 you, any of your "employees", or "voluntary workers"; or any partner or member (if you are a partnership or joint venture), or any member (if you are a limited liability company). b. Any person (other than your "employee" or "volunteer worker"), or any organization while acting as your real estate manager. C. Any person or organization having proper temporary custody of your property if you die, but only: (1) 'Afiith respect to liability arising out of the maintenance or use of that, property; anti (2) Until your legal representative has been appointed. d. Your legal represents±i 4 you R die, but only with respect to di nicks as such. That representative will have all your rights and duties under this Policy. 3. Any organization you newly acquire or form, other than a partnership, joint venture or limited! liability company, and over which you maintain ownership or majority interest, will qualify as a Nai-ned Insured if there is no other similar insurance available to that organization. However: a. Coverage under this provision is afforded only until the 90th day after you acquire or form the organization or the end of the policy period, whichever is earlier; OCC-GL Includes Copyrighted Information of Insurance Services Offices, Inc.with its permission. All Rights Reserved. LX9641 (10105) 13 b. Coverage A does not apply to "bodily injury" or "property damage" that occurred before you acquired or formed the organization. C. Coverage B does not apply to "personal injury" or "advertising injury" arising out of an offense committed or before you acquired or formed the organization. No person or organization is an insured with respect to the conduct of any current or past partnership, joint venture or limited liability company that is not shown as a Named Insured in the Declarations. SECTION III - LIMITS OF INSURANCE 1. The Limits of Insurance shown in the Declarations and the rules below establish the most we will pay regardless of the number of: a. Insureds; b. Claims made or "suits" brought; or C. Persons or organizations making claims or bringing "suits". 2 The General Aggregate Limit is the most we will pay for the sum of: a. Damages under Coverage A. except damages because of "bodily injury" or "property damage" included in the "products-completed operations hazard"; and b. Damages under Coverage B. 3. The Products-Completed Operations Aggregate Limit is the most we will pay under Coverage A for damages because of "bodily injury" and "property damage" included in the "products-completed operations hazard". 4. Subject to 2. above, the Personal and Advertising Injury Limit is the most we will pay under Coverage B for the sum of all damages because of all "personal and advertising injury" sustained by any one person or organization. 5. Subject to 2. or 3. above, whichever applies, the Each Occurrence Lirni is the most we will pay for damages under Coverage A because of all "bodily injury" and "property damage" arising out of any one "occurrence". 6. Subject to b. above, the Damage To Premises Rented To You Limit Is the most we will pay under Coverage A for damages because of "property damage" to premises, while rented to you, or in the case of a fire, while rented to you or temporarily occupied by you with permission of the owner. The Limits of Insurance of this Policy apply separately to each consecutive annual period and to any remaining period of less than 12 months, starting with the beginning of the policy period shown in the Declarations, unless the policy period is extended after issuance for an additional period of less than 12 months. In that case, the additional period will be deemed part of the last preceding period for purposes of determining the Limits of Insurance. SECTION IV- DEFINITIONS 1. "Advertisement' means a notice that is broadcast or published to the general public or specific market segments about your goods, products or services for the purpose of attracting customers or supporters. For the purposes of this definition: a. Notices that are published include material placed on the Internet or on similar electronic means of communication; and F.v. 7wgarding web_­Gs,, vly t4 t ^f +6n+ ;c n :rf yn.v nralc nrr%rli ie-tc nr r U1 ia a. , a ^ u 1-1 w . V---, V............ services for the purposes of attracting customers or supporters is considered an advertisement. 2. "Auto" means: a. A land motor vehicle, trailer or semitrailer designed for travel on public roads, including any attached machinery or equipment; or b. Any other land vehicle that is subject to a compulsory or financial responsibility law or other motor vehicle insurance law in the state where it is licensed or principally garaged. However, "auto" does not include "mobile equipment". OCC-GL Includes Copyrighted Information of insurance Services Offices, Inc.with Its permission. All Rights Reserved. LX9641 (10/05) 14 3. "Bodily injury" means bodily injury, sickness or disease sustained by a person, including death resulting from any of these at any time. 4. "Coverage territory" means: a. The United States of America, including its territories and possessions, Puerto Rico and Canada; or b. Anywhere else in the world with the exception of any country or jurisdiction which is subject to trade or other economic sanction or embargo by the United States of 4merica_: if the in;-i or damage arises out of: (1) Goods or products made or sold by you in the territory described in a. above; ' (2) The activities of a person whose home is in the territory described in a. above, but is away for a short time on your business; and (3) "Personal and advertising injury" offenses that take place through the Internet or similar electronic means of communication provided the insured's responsibility to pay damages is determined in a "suit°' on me merits, in the territory described in a. above or in a settlement we agree to. If coverage for a claim under this policy is in violation of any United States of America's economic or trade sanction, including, but not limited to, sanctions administered and enforced by the coverage U.S.U.s. I reasury [�epartrne;it's ice of Foreign Assets Control ("JPA ") then cove,��v for that claim shall be null and void. 5. "Employee" includes a "leased worker". "Employee" does not include a "temporary worker". 6. "Executive officer" means a person holding any of the officer positions created by your charter, constitution, bylaws or any other similar governing document. 7. "Hostile fire" means one which becomes uncontrollable or breaks out from where it was intended to be. 8. "Impaired property" means tangible property, other than "your product" or "your work", that cannot be used or is less useful because; a. It incorporates "your product' or "your work" that is known or thought to be defe•' i:�e, .� deficient, inadequate or dangerous; or b. You have failed to fulfill the terms of a contract or agreement; if such property can be restored to use by: a. The repair, replacement, adjustment or removal of "your product" or "your work"; or b. •o::r ttslf!ling the terms of the contract act or agreement. 9. "Insured contract" means: a. A contract for a lease of premises. However, that portion of the contract for a lease of premises that indemnifies any person or organization for damage by fire to premises while rented to you or temporarily occupied by you with l permission s of the owner is not an "insured contract"; b. A sidetrack agreement; C. Any easement or license agreement, except in connection with construction or demolition operations on or within 50 feet of a railroad; d. An obligation, as required by ordinance, to indemnify a municipality, except in connection with work for a municipality; e. An elevator maintenance agreement; f. That part of any other contract or agreement pertaining to your business (including an indemnification of a municipality in connection with work performed for a municipality) under :which you assume the tort liability of another party to pay for "bodily injury" or "property damage" to a third person or organization. Tort liability means a liability that would be imposed by law in the absence of any contract or agreement. Paragraph f. does not include that part of any contract or agreement: OCC-GL Includes Copyrighted Information of Insurance Services Offices,Inc.with its permission. All Rights Reserved. LX9641 (1 0/05) 15 r (1) That indemnifies a railroad for "bodily injury" or "property damage" arising out of construction or demolition operations within 50 feet of any railroad property and affecting any railroad bridge or trestle, tracks, roadbeds, tunnel, underpass or crossing; (2) That indemnifies an architect, engineer or surveyor for injury or damage arising out of: (a) Preparing, approving, or failinn to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders; change orders or drawings and specifications; or (b) Giving directions or instructions, or failing to give them, if that is the primary cause of the injury or damage; or (3) Under which the insured, if an architect, engineer or surveyor, assumes liability for an injury or damage arising out of the insured's rendering or failure to render professional services, including those listed in (2) above and supervisory. ii�spe-uon, a:chic- r?l or engineering g activities. 10. "Leased worker" means a person leased to you by a labor leasing firm under an agreement between you and the labor laaS;ng fpm to parfnrm duties rotated to the co du Ct of V1 our business. "Leased worker" does not include a "temporary worker". 11. "Loading or unloading" means the handling of property: a. After 0 is moved from the place where it is accepted for movement into an aircraft, watercraft or '.auto b. While it is in or on an aircraft, watercraft or "auto"; or C. While it is being moved from an aircraft, watercraft or "auto" to the place where it is finally delivered; Butt "loading or unloading" does not include tut-le m ovement of property by means o a mechanical device, other than a hand truck, giat is not attached to the aircraft, watercraft or "auto". s 12 "Mobile equipment" means any of the following types of land vehicles, including any attached machinery or equipment: a. Bulldozers, farm machinery, forklifts and other vehicles designed for use principally off public roads; I b. Vehicles maintained for use solely on or next to premises you own or rent; C. Vehicles that travel on crawler treads; d. Vehicles, whether self-propelled or not, maintained primarily to provide mobility to permanently mounted: (1) rower cranes, shovels, loaders, diggers or drills; or (2) Road construction or resurfacing equipment such as graders, scrapers or rollers; e. Vehicles not described in a., b., c. or d. above that are not self-propelled and are maintained primarily to provide mobility to permanently attached equipment of the following types: (1) Air compressors, pumps and generators, including spraying, welding, building cleaning, geophysical exploration, lighting and well servicing equipment; or (2) sherry pickers and similar devices used to raise or lower workers; f. Vehicles not described in a., b., c. or d. above maintained primarily for purposes other than the transportation of persons or cargo. However, self-propelled vehicles with the following types of permanently a—ttached equipment are not "mobile equipment" but will be considered "autos": Ilk OCC-GL Includes Copyrighted Information of Insurance Services Offices,Inc.with its permission. All Rights Reserved. LX9641 (10105) 16 (1) Equipment designed primarily for: (a) Snow removal; (b) Road maintenance, but not construction or resurfacing; or (c) Street cleaning; (2) Cherry pickers and similar devices mounted on automobile or truck chassis and used to raise or lower workers; and (3) Air compressors, pumps and generators, including spraying, welding, building cleaning, geophysical exploration, lighting and well servicing equipment. , However, "mobile equipment" does not include land vehicles that are subject to a compulsory or financial responsibility law or other motor vehicle insurance law in the state where it is licensed or principally garaged. Land vehicles subject to a compulsory or financial responsibility law or other motor vehicle insurance law are considered "autos". 13. "Occurrence" means an accident, including continuous or repeated exposure to substantially the came general harmful conditions. In the event of continuing or progressively deteriorating damage over any length of time, such damage shall be deemed to be one "occurrence", and shall be deemed to occur only when such damage first commences. 14. "Personal and advertising injury" means injury, including consequential "bodily injury", arising out of one or more of the following offenses: a. False arrest, detention or imprisonment; b. Malicious prosecution; C, The wrongful eviction from, wrongful entry into, or invasion of the right of private occupancy of a room, dwelling or premises that a pnyrs--n occup1eC by or on behalf of its owner, landlord or lessor; d. Oral or written 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 or written publication of material that violates a person's right of privacy. f. The use of another's advertising idea in your "advertisement"; or g. Infringing upon another's copyright, trade dress or slogan in your "advertisement". 15. "Pollutants" means any solid, liquid, gaseous or thermal irritant or contaminant, including smoke, vapor, soot, fumes, acids, alkalis, chemicals and waste. Waste includes materials to be recycled, reconditioned or reclaimed. 16. "Products-completed operations hazard": a. Includes all "bodily injury" and "property damage" occurring away from premises you own or rent and arising out of "your product" or "your work" except: (1) Products that are still in your physical possession; or (2) Work that has not vet been completed or abandoned. However. "your work" will be deemed completed at the earliest of the following times: (a) When all of the work calied for in your contract has been completed. (b) When all of the work to be done at the job site has been completed if your contract calls for work at more than one job site. (c) 104i lei i ti'iat pig t of the work done at a job site has Zvi s put 10 5 intended use by any person or organization other than another .µ contractor or subcontractor working on the same project. Work u at may nt`iv-'tJ service, maintenance,�eenailce, cUrrfiction, repair or replacement,iibi it, i~7ui Fif ii..lh is otherwise complete, will be deemed as completed. w b. Does not include "bodily injury" or "property damage" arising out of: OCC-GL Includes Copyrighted Information of Insurance Services Offices, Inc.with its permission. All Rights Reserved. LX9641 (111105) 17 Wr (1) The transportation of property, unless the injury or damage arises out of a condition in or on a vehicle not owned or operated by you, and that condition was created by the "loading or unloading" of that vehicle by any insured; 121 The existence of tools, uninstalled equipment or abandoned or unused materials; or (3) Products or operations for which the classification, listed in the Declarations or in a policy schedule, states that products-completed operations are subject to the General Aggregate Limit. 17. "Prope iy daiiiage" means: a. Physical injury to tangible property, including all resulting loss of use of that property. All such loss of use shall be deemed to occur at the time of the physical injury that caused it; or be deemed to occur at the time of the "occurrence" that caused it. b. Loss of use of tangible property that is not physically injured. All such loss of use shall be deemed to occur at the time of the "occurence" that caused it. For the purposes of this insurance, electronic data is not tangible property. As used in this definition, electronic data means information, facts or programs stored as or on, created or used on, or transmitted to or from computer software, including systems and applications software, hard or floppy disks, CD-ROMS, tapes, drives, cells, data processing devices or any other media which are used with electronically controlled equipment. 18. "Suit" means a civil proceeding in which damages because of "bodily injury", "property damage", "personal and advertising injury" to which this insurance applies are alleged. "Suit" includes: a. An arbitration proceeding in which such damages are claimed and to which the insured must submit or does submit with our consent; or b. Any other alternative dispute resolution proceeding in which such damages are claimed and to which the insured submits with our consent. 19. "Temporary worker" means a person who is furnished to you to substitute for a permanent ..employee" on leave or to meet seasonal or shortterm workload conditions. 20 —Volunteer worker" means a person who is not your "employee", and who donates his or har work and acts at the direction of and within the scope of duties determined by you, and is not paid a fee, salary or other compensation by you or anyone else for their work performed for you. 21. "Your product' a. Means: (1) Any goods or products, other than real property, manufactured, sold, handled, distributed or disposed of by: (a) You; (b) Others trading under your name; or (c) A person or organization whose business or assets you have acquired; and (2) Containers (other than vehicles), materials, parts or equipment furnished in connection with such goods or products. b. Includes: (1) Warranties or representations made at any time with respect to the fitness, quality, durabili y, per orimnanie or use of "your product"; and (2) The providing of or failure to provide warnings or instructions. Does not in vending machines or offer property rented to or located for the use of ou Mere but not sold. OCC-GI_ Includes Copyrighted Information of Insurance Services Offices,Inc.with its permission. Ali Rights Reserved. LX9641 (10/05) 18 22. "Your work" p a_. IrAlear�iJ: (1) Work or operations performed by you or on your behalf; and (2) Materials, parts or equipment furnished in connection with such work or operations. er. includes: (1) Warranties or representations made at any time with respect to the fitness, , quality, durability, performance or use of "your work"; and (2) The providing of or failure to provide warnings or instructions. SECTION V - CONDITIONS 1. 03ankruptcv Bankruptcy or insolvency of the insured or of the insured's estate will not relieve us of our obligations under this Policy. 2. Duties in The Event Of Occurrence, Offense, Claim Or Suit a. You must see to it that we are notified as soon as practicable of an "occurrence" or an offense which may result in a claim. To the extent possible, notice should include: (1) How, when and where the "occurrence" or offense took place; (2) The names and addresses of any injured persons and witnesses; and (3) The nature and location of any injury or damage arising out of the "occurrence" or offense. b. If a claim is made or "suit" is brought against any insured; you must: (1) Immediately record the specifics of the claim or "suit" and the date received; and (2) Notify us as soon as practicable. You must see to it that we receive written notice of the claim or "suit" as soon as practicable. C. You and any other involved insured must: (1) Immediately send us copies of any demands, notices, summonses or legal papers received In connection with the claim or "suit"; (2) Authorize us to obtain records and other information; (3) Cooperate with us in the investigation or settlement of the claim or defense against the "suit"; and (4) Assist us, upon our request, in the enforcement of any right against any person or organization which may be liable to the insured because of injury or damage to which tf'iis insurance may also apply. d. No insured will, except at that insured's own cost, voluntarily make a payment, assume any obligation, or incur any expense, other then for first aid, without our consent. 3. Legal Action Against Us No person or organization has a right under this Policy: a. To join us as a party or otherwise bring us into a "suit" asking for damages from an insured; or d. To sue us on this Policy unless all of its terms have been fully complied with. OCC-GL Includes Copyrighted Information of insurance Services Offices,Inc.with its permission. All Rights Reserved. LX9641 (10/05) 19 A person or organization may sue us to recover on an agreed settlement or on a final judgment against an insured obtained after an actual trial; but we will not be liable for damages that are not payable under the terms of this Policy or that are in excess of the applicable Limit of Insurance. An agreed settlement means a settlement and release of liability signed by us, the insured and the claimant or the claimant's legal representative. 4. Other Insurance If other valid and coiiectible insurance is available to the insured for a loss we cover under Cove►aces A or B of this Policv. our oblicatons are limited as follows: a. Primary Insurance This insurance is primary except when b. Excess Insurance, below, applies. If this insurance is primary, our obligations are not affected unless any of the other insurance is also primary. Then, we will share with all that other insurance by the method described in c. Method of Sharing, below. b. Excnae Insurance This insurance is excess over: (1) Any of the other insurance, whether primary, excess, contingent or on any- other basis: (a) That is Fire, Extended Coverage, Builder's Risk, Installation Risk or similar coverage for "your work"; (b) That is Fire insurance for premises rented to you or temporarily occupied by you with permission of the owner; (c) That is insurance purchased by you to your cover liability as a tenant for "property damage" to premises rented to you or temporarily occupied by you with permission of the owner: or (d) If tho loss arises out of the maintenance or use of aircraft, "autos" or watercraft to the extent not subject to Exclusion g. of SECTION I - COVERAGES, COVERAGE A. BODILY INJURY AND PROPERTY DAMAGE LIABILITY. T`. (2) Any other primary insurance available to you covering liability for damages arising out of the premises or operations or the "products-completed operations hazard" for which you have been added as an additional insured by attachment of an endorsement. When this insurance is excess, we will have no duty under Coverages A or B to defend lie insured against any "suit" if any other insurer has a duty to defend the insured against that "suit". If no other insurer defends, we will undertake to do so, but we will be entitled to the insured's rights against all those other insurers. . I en this insurance is excess over other insurance, we will pay only our share of the amount of the loss, if any, that exceeds the sum of: (1) The total amount that all such other insurance would pay for the loss in the absence of this insurance: and (2) The total of all deductible and self-insured amounts under all that other insur- ance. We will share the remaining loss, if any, with any other insurance that is not described in this Excess Insurance provision and was not bought specifically to apply in excess of the Limits of Insurance shown in the Declarations of this Policy. C. Method of Sharing If all of the other insurance permits contribution by equal shares, we will follow this method also. Under this approach each insurer contributes an equal amount until iR has paid its applicable limit of insurance or none of the loss remains, whichever comes first. If all of the other insurance permits contribution by equal shares, we will follow this method also. Under this approach each insurer contributes an equal amount until it has paid its applicable limit of insurance or none of the loss remains, whichever comes first. OC -GL Includes Copyrighted Information of Insurance Servk*s Offices, Inc.with its permission. All Rights Reserved. LX9641 (10/05) 20 5. Premium and Auolt a. We will compute all premiums for this Policy in accordance with our rules and rates. b. If the premium for this policy is a flat premium, it is not subject to adjustment, except , that additional premiums may be required for any additional exposure and/or insureds, or as provided for in Condition 9 Cancellation. The Premium shown in Item 4. A. of the Declarations as the Total Advance Premium is a deposit premium only. if the policy is subject to audit adjustment, the actual exposure base will be used to compute the earned premium. If the earned premium is- greater than the Total Advance Premium, the first Named Insured will pay the , difference to us due and payable upon notice. Subject to the Annual Minimum Premium shown in Item 4. B. of the Declarations, if the earned premium is less than the Total Advance Premium, we will return the difference to the first Named Insured. C. The first Named Insured must keep records of the information we need for premium computation, and send us copies at such times as we may request. The first Named ! _,�::a c!:-:;L;n nn thA r1ar-Inrawinnc is racninncihla fnr thn navinent rif all n: rnn and 11 1., i ed -1 r 1-1. r� will be the payee for any return premiums we pay. By accepting this policy, you agree that: a. The statements in the Declarations are accurate and complete; b. Those statements are based upon representations you made to us; and C. We have issued this policy in reliance upon your representations. 7. Separation Of Insureds , Except with respect to the Limits of Insurance, and any rights or duties specifically assigned in this Policy to the first Named Insured, this insurance applies: a. As if each Named Insured were the only Named Insured; and b. Separately to each insured against whom claim is made or "suit" is brought. 8. Transfer Of Rights Of Recovery Against Others To Us If the insured has rights to recover all or part of any payment we have made under this Policy, those rights are transferred to us. The insured must do nothing after foss to impair them. At our request, the insured will bring "suit" or transfer those rights to us and help us enforce them. 9. Cancellation a. The first Named Insured shown in the Declarations may cancel this policy by mailing or delivering to us advance written notice of cancellation. b. We may cancel this policy by mailing or delivering to the first Named Insured written notice of cancellation at least: (; 10 days before the effective date of cancellation if we cancel for nonpayment of premium; or (ii) 30 days before the effective date of cancellation if we cancel for any other reason. n eA:.. II it deliver ti tO +Lhe F.c-+ Al�r.,or•! I c red's l�ct m fling address VVE) ,7Ro IlOall VI Ua11Va1 VUI notice lV U10 III J\ I�ua IIVV Ii1J\l1 V4 known to us. taw d• Notice oil cancellation I will state the effective date of cancellation. The policy period will end on that date. OCC-GL Includes Copyrighted information of insurance Services Offices,Inc.with its permission. All Rights Reserved. LX9641 (1Q(05) 21 ,.r e. If this policy is canceled, we will send the first Named Insured any premium refund due. If we cancel, the refund will be pro rata. If the first Named Insured cancels, earned premium will be calculated in accordance with the customary short-rate table and procedure, or the Minimum Earned Premium at inception of the policy shown in Item 4. c. of the Declarations, which ever is greater. The cancellation will be effective even if we have not made or offered a refund. f. If notice is mailed, proof of mailing will be sufficient proof of notice. a-es This policy contains all the agreements between you and us concerning the insurance afforded. The first Named Insured shown in the Declarations is authorized to make changes in the terms of this policy with our consent. This policy's terms can be amended or waived only by endorsement issued by us and made a part of this policy. 11. Examination of your Books and Records We may examine and audit your books and records as tfiey relate to this policy at any time . . , y 3; . e_ rwarU. 12 Change In Control a. If the first "Named Insured" designated in Item 1 of the Declarations consolidates with or merges into, or sells all or substantially all of its assets to any person or entity; or b. If any person or entity acquires an amount of the outstanding ownership interests representing more than 50% of the voting or designation power for the election of directors of the first "Named Insured" designated in Item 1 of the Declarations; or acquires the voting or designation rights of such an amount of ownership interests; this policy will continue in full force and effect as to "bodily injury" and "property damage" that occur prior to the effective date of such transaction and "personal and advertising injury" caused by an "occurrence" that takes place prior to the effeccrve date of such transamion. There will be no ---verage afforded by this polls for "bodily injury" or "p°o^°-'y damage" that occurs on or after the effective date such transaction and "personal and advertising injury" caused by an "occurrence" that takes place on or after the effective date of such transaction. 13. Inspections and Surveys We have the right but are not obligated to: " a. Make inspections and surveys at any time; b. Give you reports on the conditions we find; and C. (Recommend changes. Any inspections, surveys, reports or recommendations relate only to insurability and the premiums to be charged. We do not make safety inspections. We do not undertake to perform the duty of any person or organization to provide for the health or safety of workers or the public, and we do not warrant that conditions: a. Are safe or healthful: or b. Comply with laws, regulations, codes or standards. This condition applies not only to us, 'Out a;so to any rating ad.�:�+,. raar. sard' n or so 'ior org am nizat o- y, ., ashirh mwl;e .. insurance inspections, surveys, reports or recommendations. 1 14. Transfer of vour Rights and Duties Under This Policv Your rights and duties under this policy may not be transferred without our written consent except in the case of death of an individual Named Insured. If you die, your rights and duties will be transferred to your !—all representative, but only while acting within the scope of du`�ies as your legal representative. Until your representative is appointed, anyone having proper temporary custody of your property will have your rights and duties but only with respect to that 1P property. OCC-GL inciudes Copyrighted Information of Insurance Services Offices,Inc.with its permission. All Rights Reserved. LX9641 (10105) 22 15. Service Of Suit In the event of the failure of the Company to pay any amount claimed to be due hereunder, we, at the request of the Insured , will submit to the jurisdiction of a court of competent jurisdiction within the United States. Nothing in this condition constitutes or should be understood to constitute a waiver by us or our rights to commence an action in any court of competent jurisdiction in the , United States to remove an action to a United States District Court or to seek a transfer of a case to another court as permitted by the laws of the United States or of any state in the United States. It is filrUOer agreed that ccn,iCe of prL-eSS lie StlCh Slit Tray r,.^v rnada i n^� ::��nS�i, Le��Ipartment; -r-.. Lexington� –n .-- - y, V °n°,^^ Massachusetts, 0-2 3 r o �..-^--^e C<^rrp�ar; 100 Summer Spree_; .�.,,,... ; 0211 10 o his r her representative, and that in any suit instituted us upon this policy, we will abide by the final decision of such court or of any appellate court in the event of an appeal. Further, pursuant to any statute of any state, territory, or district of the United States which makes provision therefor, we hereby designate the Superintendent, Commissioner or Director of Insurance, or other officer specified for that purpose in the statute, or his or her successor or successors in office as our true and lawful attorney upon whom may be served any lawful process in any action, suit, or proceeding instituted by or on behalf of the Insured or any beneficiary hereunder arising out of this policy of insurance, and 'hereby designates the above named COunsei Legal Department, Lexington Insurance Company,pany, 100 Summer Street, Boston, MA 02110-2103, as the person to whom the said officer is authorized to mail such process or a true copy thereof. 15. Arbitration Notwithstanding Condition 15. Service of Suit, above, in the event of a disagreement as to the interpretation of this policy (except with regard to whether this policy is void or voidable), it is mutually agreed that such dispute shall be submitted to binding arbitration before a panel of three (3) Arbitrators consisting of two (2) party-nominated (non-impartial) Arbitrators and a third (impartial) Arbitrator (hereinafter "umpire") as the sole and exclusive remedy. The party desiring arbitration of a dispute shall notify the other party, said notice including the name, address and occupation of the Arbitrator nominated by the demanding party. The other party shall, within 30 days following receipt of the demand, notify in writing the demanding party of the name, " b tratR n b —e `:i` arbi'ra tors so s l w shill address Qi d o.,:,upa':ion c� the rti i....:,r nom i,j; ��. ���� two (�) � .-, ee„ .�., within 30 days of the appointment of the second Arbitrator, select an umpire. If the Arbitrators are unable to agree upon an umpire, the selection of the umpire shall be submitted to the Judicial Arbitration and Mediation�� Serv.^_es (hereinafter, '�JA"vlS"). The umpire shall be selected to accordance with Rule 15 (as may be amended from time to time) of the JAMS Comprehensive Arbitration Rules and Procedures for the selection of a sole arbitrator. The parties shall submit their cases to the panel by written and oral evidence at a hearing time and place selected by the umpire. Said hearings shall be held within 30 days of the selection of the - umpire. The panel shall be relieved of all judicial formality, shall not be obligated to adhere to the strict rules of law or of evidence, shall seek to enforce the intent of the parties hereto and may refer to, but are not limited to, relevant legal principles. The decision of at least two (2) of the three (3) panel members shall be binding and final and not subjei► to appeal except for grounds of fraud and gross misconduct by the Arbitrators. The award will be issued within 30 days of the close of the hearings. Each party shall bear expenses of its designated Arbitrator and shall jointly and equally share with the other the expense of the umpire and the arbitration. The arbitration proceeding shall take place in the vicinity of the first Named Insured's mailing .� address as shown in the Declarations or such other place as may be mutually agreed by the first Named Insured and us. The procedural rules applicable to this arbitration shall, except as provided ohle w aSe hAr in be in •a-co Aa n �:Ha the JAMS `OM-rehens.ve G.rhitrafiAn ni iin z and � Cae.wry anvt4+ _ Procedures. IN WITNESS WHEREOF, the Company has caused this policy to be executed and attested, but this policy sflaii not be valid unless l VtJI lterSigiied in ilia veClaraiivi S by a duly auti 1 IZUV i Qprasen.Qi;vo �. u .. Company. ■ s _it's till' % —1114MONOW Secretary Chairman of the Board and CEO OCC-GL Includes Copyrighted Information of Insurance Services Offices.,Inc.with its permission. All Rights Reserved. LX9641 (10/05) 23 M r ENDORSEMENT # 001 This endorsement, effective 12:01 AM 09/01/2006 Forms a part of policy no.: 7351398 I.. uped to: T BA!LEY., I ur By: LEXINGTON INSURANCE COMPANY DEDUCTIBLE LIABILITY INSURANCE k: This endorsement odifies the insurance provided by the policy. SCHEDULE w. COVERAGES AMOUNT AND BASIS OF DEDUCTIBLE COVERAGE A Per Claim or Per Occurrence Bodily Injury Liability $ $ IP Or Property Damage Liability $ $ Or Bodily Injury and Property Damage Liability Combined $ 4 101000 COVERAGE B Personal and Advertising Injury Liability $ $ 10,000 ALLOCATED EXPENSES (all coverages) You are responsible for "Allocated Expenses" according to your election as indicated by an "X" below. If no election is indicated, election i. shall apply. i,. i. All "Allocated E=xpenses" up to the deductible amount. However, the most you are responsible for with respect to damages and ".a located expenses" combined shall riot exceed the deductible amount. U ii. A part of "Allocated Expenses". That part will be calculated by dividing the smaller of the deductible amount or the damages by the damages. If we pay no damages you are responsible for all "allocated expenses". U iii. All "Allocated Expenses". It is further agreed and understood that for the purposes of this endorsement, the following definition is added: LX9593 (04103) "Allocated Expenses" means all fees for service of process and court costs and court expenses; I pre-and post-judgement interest; attorneys' fees; cost of undercover operative and detective services; costs of employing experts; costs for legal transcripts, copies of any public records, and costs of depositions and court reported or recorded statements; costs and expenses of subrogation; and any ' similar fee, cost or expense reasonably chargeable to the investigation, negotiation, settlement or defense of a loss or a claim or "suit" against the insured, or for the protection and perfection of the insured's or the Company's subrogation rights. , "A_llocated Expenses" shall not include the insured's or the Company's general overhead, the salary anei arnnlnvag bnnafitcz of any of the Company's employ,--es, nor the fees of any attorney who Is the Company's employee or under the Company's permanent retainer; nor the fees of any attorney the Company retains to provide counsel to the Company about the Company's obligations, if any, under any policy issued by the Company, with respect to a claim or "suit" against the insured. I. A. Our obligation to pay damages on your behalf applies only to the amount of damages in excess of any deductible amounts stated in the Schedule as applicable to such coverages. B- `You may Select a deductibl-e amlount -- e,her a per claim or a per "occurrence" basis. Your selected deductible applies to the coverage option and to the basis of the deductible indicated by the placement of the deductible amount in the Schedule. The deductible amounts stated in the Schedule applies as follows: 1. PER CLAIM BASIS. If the deductible amount indicated in the Schedule is on a per claim basis, that deductible applies as follows: a. Under Bodily Iniury Liability Coverage, to all damages sustained by any one person because of "bodily injury"; b. Under Property Damage liability Coverage, to all damages sustained by any one , person� because of "property damage"; or c• Under Bodily Injury Liability and Property Damage Liability Coverages combined, to all damages sustained by any one person because of (i) "Bodily injury"; (ii) "Property damage"; or (iii) "Bodily injury" and "property damage" combined a-z thn rg-1K of any one °occurrence". If damages are claimed for care, loss of services or death resulting at any time from "bodily injury", a separate deductible amount will be applied to each person making a claim for such damages. With respect to "property damage", person includes an organization. d. Under Coverage B, to all damages sustained by any one person because of "personal " and or advertising injury" as the result of any one claim or "occurrence". PER OCCURRENCE RAMC, If the deductible amount indicted in the S-chedule is on a per "occurrence" basis, that deductible amount applies as follows: a• Under Bodily Injury Liability to all damages because of "bodily injury"; b. Under Property Damage Liability Coverage to all damages because of "property damage"; or C. Under Bodily Injury Liability and Property Damage Liability Coverages combined, to all damages because of (i) "Bodily injury`; (ii) "Property damage"; or (iii) "Bodily injury" and "property damage" combined Ut3593(04/03) 2 as the result of any one "occurrence", regardless of the number of persons or organizations who sustain damages because of that "occurrence". d. Under Coverage B, to all damages because of "personal and advertising injury" as the result of any one "occurrence"regardless of the number of persons or organizations who sustain damages because of that "occurrence". II. The terms of this insurance, including those with respect to: 1. Our riahts and duty to defend the insured against any "suits" seeking those damages; and 2. Your duties in the event of art "occurrence", clam, or "suit' apply irrespective of the application of the deductible amount. III. We may pay any part or all of the deductible amount to effect settlement of any claim or "suit' and, upon notification of the action taken, you shall promptly reimburse us for such part of the deductible amount as has been paid by us. All other terms and conditions remain unchanged. Y yx- W. YY 79 Authorized Representative OR Countersignature (In states where applicable) r LX9593(04/03) 3 POLICY NUMBER: 7351 398 ENDORSEMENT# 002 COMMERCIAL GENERAL LIABILITY ' H,.c, ENCI ORSENE T CHA�"JGES THE POLICY. PLEASE READ !T CA.Rt'�LL�r. 1 ADDITIONAL INSURED - DESIGNATED PERSON OR ' This endorsement modifies insurance provided under the following COMMERCIAL GENERAL LIABILITY COVERAGE PART. SCHEDULE Name of Person or Organization: WHEN REQUIRED BY WRITTEN CONTRACT (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as zppl!_-qh'a to this endorsement) WHO IS AN INSURED (Section 11) is amended to include as an insured the person or organization shown in the Schedule as an insured but only with respect to liability arising out of your operations or premises owned by or rented to you �r CG 20 26 11 85 Copyright, Insurance Services Office, Inc., 1984 LX5184 r ENDORSEMENT # 003 This endorsement, effective 12:01 AM 09/01/2006 Forms a part of policy no.: 1351398 lssjcd t^' T. 3A I L E Y: I c!C< By: LEXINGTON INSURANCE COMPANY TERRORISM PREMIUM CHARGE ENDORSEMENT The "Terrorism" charge is $4 t 951 and is included in the Policy Premium shown on the .. Declarations Page of this policy. DEFINITION _ The following definition of terrorism shall apply: "Tsr o oris " means the use or threatened use of force or violence against person or pro or em pe.,,�.. party, commission of an act dangerous to human life or property, or commission of an act that interferes with or disrupts an electronic or communication system, undertaken by any person or group, whether or not acting on behalf of or in any connection with any organization, government, power, authority or military force, w- the effect is to intimidate, coerce or harm: (1) A government; (2) The civilian population of a country, state or community; or (3) To disrupt the economy of a country, state or community. So long as the Terrorism Risk Insurance Act of 2002 (fie "Act") is in effect, "Terrorism" includes a certified acf, of terrorism defined. by Section 102. Definitions, of the Act and any revisions or amen:dments thereto. All other terms and conditions of the policy are the same. r. Authorized Representatie OR Countersignature (in states where applicable) LX9827(01/05) ENDORSEMENT # 004 This endorsement, effective 12:01 AM 09/01/2006 Forms a part of policy no.: 7351398 .--und BA II I Ev I Nr._ L_. ._ , By: LEXINGTON INSURANCE COMPANY I THIS ENDORSEMENT ADDS ACCIDENT INSURANCE TO THE POLICY, PLEASE READ IT CAREFULLY. ACCIDENT INSURANCE ENDORSEMENT The Policy is amended as follows: I. ACCIDENT .'_.—.am_�_ �E(_- RATI0NS - The f^llovwinn declarations are added to the policy � ®� .Aa_f6 c=va�_ and apply only with respect to the coverage provided by this endorsement: (a) Accident Insurance Effective Date: Same as Policy Effective Date (b) Classification of Eligible Persons: All Employees of the Named Insured working at least 20 - hours per week and who are permanently employed inside the U.S. (c) Covered Activity (les): Coverage is provided for Injury sustained by a Covered Person while then� -a upe rsoon actively —rf 2ha d rtie e € his or her occu t;csn for the Nae:a^d ir�`w°ci� r c��v�i is r`!.C�if�:` � —r forming�`i3n-`�� a�v uu u"v.a .iii Insured. ;d) Prie;c-6C i S_— amnaint (per Covere,: i°eFson): $50,00 4„ (e) Accident Insurance Aggregate Limit: $250,000 per accident Words and phrases inat appear in bold face print in ulls endorsealaeall have special meaning within this endorsement. Refer to the Accident Insurance Declarations above and the definitions section below. THIS ENDORSEMENT PROVIDES ACCIDENT ONLY COVERAGE. IT DOES NOT COVER SICKNESS OR DISEASE. LX9568(01ro3) 11. ACCIDENT INSURANCE - The following Accident Insurance Coverage is added to the Policy. The provisions hereunder apply only with respect to the Accident Insurance provided by this endorsement: A. ACCIDENT INSURANCE INSURING; AGREEMENT We will pay a benefit to the Covered Person (or, in the event of death, to the Covered Person's beneficiary) if that Covered Person suffers a loss covered under this endorsement arising from an Injury that results from an accident that occurs on or after the Accident Insurailc.e Ciiective Date and during a Covered P%.UvSLY. Tito Principal Su::: A.:..^.. and the Covered Activityjiesj applicable to each Covered Person are set out I I ule Schedule. The benefit amount payable is subject to the Accident Insurance Reduction Schedule found below. Accidental Death & Dismemberment and Paralysis Benefit if Injury to a Covered Person results, within 365 days of the date of the accident that caused the Injury, in that Covered Person suffering any one of the losses or any type of paralysis specified below, the benefit we '" lb e; base; upon I t he indicated percentage of the Principal Surrn Ai,iount shown wall pay will ..n pv below for that loss or paralysis: For Loss of: Percentage of P I,—, i SUm Amount rayabiv Life....__......... _... _ 100% Both Hands or Both Feet ............... 100% Sight of Both Eyes . . _ ........ 100% One Hand and One Foot 100% .....-.... One Hand and the Sight of One Eye ....... ..................................................100°/0 One Foot and the Sight of One Eye ..... ------------ ............................. 1000/0 Speech and Hearing in Both Ears ................................................ .....100% One Hand or One Foot -. ...... .............. 50°!0 Sight of One Eye ....................................... 5 Speech or Hearing in Both Ears ........ .................. ....... 500/0 Hearingin One Ear...... . ........... . ................................ ------------------------------ 25% Thur-b aid Index Finger @f Shoe I-ianrd' 25% ............. .................. .................... Quadriplegia ....... ..................... ................................................... ......... 100% Paraplegia ............. 500/6 Hemiplegia _....................... .......... ............................................. ......... 25% Loss of a hand or foot means complete severance through or above the wrist or ankle joint. Loss of sight of an eye means total and irrecoverable loss of the entire sight in that eye. Loss of hearing in an ear mean^s total and irrecoverable loss of the entire ability to hear in that ear. Loss of speech means total and irrecoverable loss of the entire ability to speak. Loss of thumb and index finger means complete severance through or above the metacarpophalangeal joint of both digits. if more than one loss or paralysis is sustained uy a Covered Person as a result of ute same accident, only one amount, the largest, will be paid. S. ACCIDENT INSURANCE EXCLUSIONS No coverage shall be provided under this endorsernent and no payment shall be ,�(lade for any loss resulting in whole or in part from, or contributed to by, or as a �latural and probable consequence of any of the following excluded risks even if the proximate or precipitating cause of the loss is an accidental bodily injury: 1. suicide or any attempt at suicide or intentionally self-inflicted Injury or any attempt at intentionally self-inflicted Injury or any act of autoeroticism. 2. sickness or disease, or mental incapacity or bodily infirmity whether the loss results directly or indirectly from any of these. 3. the Covered Person's commission of or attempt to commit a crime. LX9568 (01103) 2 4. declared or un-_.;tared war, or any act of declared or undlo_,ared war regardless of whether the Policy to which this endorsement is attached provides such coverage. 5. infections of any kind regardless of how contracted, except bacterial infections that are directly caused by botulism, ptomaine poisoning or an accidental cut or wound independent ' and in the absence of any underlying sickness, disease or condition including but not limited to diabetes. 6. full-time active duty in the armed forces, National Guard or organized reserve corps of any country or internatio=1 a u eori;y. (Unearned premium, for any peri^d for which the insured is not covered due to his or her active dU y status will be refunded) (Loss caused while on short-term National Guard or reserve duty for regularly scheduled training purposes is not excluded). 7. travel or flight in or on (including getting in or out of, or on or off of) any vehicle used for aerial navigation, if the Covered Person is: al riding as a passenger in any aircraft not intended or licensed for the transportation of passengers; or b) W, or,m,icg, learning to perform or instructing others to perform as a pilot or crew cr member of any airaft; or c) riding as a passenger in an aircraft owned, leased or operated by the Named Insured or the Covered Person's employer. 8. the Covered Person being under the influence of intoxicants. 9. the Covered Person being under the influence of drugs unless taken under the advice of and as specified by a Physician. 10. the medical or surgical treatment of sickness, disease, mental ir city or bodily infirl-1111y whether the loss results directly or indirectly from the treatment. 11. stroke or cerebr ovascular accident or event; cardiovascular accident or event; myocardial infarction or heart attack; coronary thrombosis; aneurysm. 12. the Covered Person riding in or driving any type of motor vehicle as part of a speed contest or scheduled race, including testing cU_h vahi_le on a track, speedway or provin€l ground. C. ACCIDENT IIt?SURANCE LIMITATIONS Accident Insurance Aggregate Umlt - The maximum amount payable under the Accidental Death & Dismemberment and Paralysis Benefit may be reduced if more than one Covered Person suffers a loss or paralysis as a result of the same accident. The maximum amount .. payable for all such losses and fyp of paralysis for all Covered Person-- will not exceed tine amount shown as the Accident Insurance Aggregate Limit in the Schedule. ff the combined max;r•"um amount otherwise payable for all[ Covered Persons must be reduced to comply w;.h this provision, the reduction will be taken by applying the same percentage of reduction to the —im, m amount otherwise payable for each Cove read Person for all such inccgc individual ,,,�...,,,,,.,,, - w U iyrv3 - _ _.._i _ General Aggregate Limit. L.X9568(01/03) 3 Accident Insurant- Reduction Schedule - The amount paya-,e for a loss will be reduced if a Covered Person is age 70 or older on the date of the accident causing the loss. The amount payable for that Covered Person's loss is a percentage of the amount that would otherwise be payable, according to the following schedule: AGE ON DATE OF ACCIDENT PERCENTAGE OF AMOUNT OTHERWISE PAYABLE 70-74 65% 75-79 45% 80-84 30% 85 and older 15% Premium for a Covered Person age 70 or older is based on 100% of the coverage that would be in effect the Covered Person were under age 70. D. ACCIDENT INSURANCE DEFINITIONS Covered Acu'vny (ieS) - means u11 aCuviti6S set out as wVcrcu e'a uAlft des) iii ttiv" Schedule with respect to which Covered Persons are provided coverage under this endorsement. C-overed Person - moms a person: (1) who is a member of an eligible class of persons as described in the Classification of Eligible Persons section of the Schedule; (2) for whom premium has been paid; and (3) while such person's coverage under this endorsement is in force. Hemiplegia means the complete and irreversible paralysis of the upper and lower Limbs of the same side of the body. Immediate Family Member - means a person who is related to the Covered Person in any of the following ways: spouse, brother-in-law, sister-in-law, sons-in-law, daughter-intiaw, mother-in-law, father-in-law, parent (includes stepparent), brother or sister (includes stepbrother or stepsister), or child (includes legally adopted or stepchild). Injury - means an injury to the body: (1) which is sustained as a direct result of an unintended, unanticipated accident that is external to the body and that occurs while the injured person's accident coverage is in force; (2) which occurs under the circumstances described in a Covered Activity applicable to that person; and (3) which directly (independent of sickness, disease, mental incapacity, bodily infirmity or any other cause) causes a covered loss under this endorsement. Limb means entire arm or entire leg. Paraplegia means the complete and irreversible paralysis of both lower Limbs. Physician - rneans a licensed pracuuoner of the healing arts acting within the scope of his or her license who is not: (1) the Covered Person; (2) an Immediate Family Member; or (3) retained by the Na:- d. ed insure r?uadriplegia means the cmplete and irreversible paralysis of both upper and both lower 1 Imhc Schedule - means the Accident insurance Declarations section of this endorsement. E. ACCIDENT INSURANCE CLAIMS PROVISIONS Notice of Claim. Written notice of a claim for benefits must be given to us within 20 days after a Covered Person's loss, or as soon thereafter as reasonably possible. Notice given by or one behalf of the claimant to us in care of AIG Claim Services, P.O. Box 15701, Wilmington, DE 19850-571,01, or by calling~ 1-800-55 1-0824 w� h information Su'fficiont to Identify the Covered Person, is deemed notice to us. LX9568 (01/03) 4 Claim Forms. W- will send claim forms to the claimant up,., receipt of a written notice of claim. If such forms are not sent within 15 days after the giving of notice of a claim, the claimant will be deemed to have met the proof of loss requirements upon submitting, within the time fixed herein for filing proof of loss, written proof covering the occurrence, the character and the extent of the loss for which claim is made. The notice should include the Covered Person's name, the Named Insured's name and the Policy number. Proof of Loss. Written proof of loss must be furnished to us within 90 days after the date of the loss. If the loss is one for which this endorsement requires continuing eligibility for periodic benefit payrTients, subsequent writteii� proofs of e1igibliicy rigust be curnis hw at such inl e ia,s as we may reasonably require. Failure to furnish proof within the time required neither invalidates , nor reduces any claim if it was not reasonably possible to give proof within such time, provided such proof is furnished as soon as reasonably possible and in no event, except in the absence of legal capacity of the claimant, later than one year from the time proof is otherwise required. Payment of Claims. Upon receipt of due written proof of death, payment for loss of life of a Covered Person will be made, in equal shares, to the survivors in the first surviving class of those that fr`Ilo: ^e ^,yered Per&on!s W, spouse; (2) Ch:ldran; [-Ti parents; or (4) brotnerg and sisters. If no class has a survivor, the beneficiary is the C=overed Person's estate. Upon receipt of due written proof of loss, payments for all losses, except loss of life, will be *o (or on behalf of, if applicable) the Covered Person suffering the lose. If a Covered Person dies before all payments due have been made, the amount still payable will be paid as described above for loss of life. If any payee is a minor or is not competent to give a valid release for the payment, the payment will be made to the legal guardian of the payee's property. If the payee has no legal guardian for his or her property, a payment not exceeding $1,000 may be made, at our option, to any relative by blood or connection by marriage of the payee, who, in our opinion, has assumed tie custody and support of the minor or responsibility for the incompetent person's affairs. Any payment we make in good faith fully discharges our liability to the extent of the payment made. Time of Payment of Claim_. Bene-fits payable for any loss other than loss for which this endorsement provides any periodic payment will be paid immediately upon our receipt of due written proof of the loss. Subject to our receipt of due written proof of loss, all accrued benefits for loss for which this endorsement provides periodic payment will be paid at the expiration of each month during the continuance of the period for which we are liable and any balance remaining unpaid upon tern i i nathon of liability will be paid immediately upon receipt of such proof. Physical Examination and Autopsy. We at our own expense have the right and opportunity to examine the person of any individual whose loss is the basis of claim hereunder when and as often as we may reasonably require during the pendency of the claim and to make an autopsy in case of death where it is not forbidden by law. Fe ACCIDENT INSURANCE ADDITIONAL PROVISIONS ,r Covered Person's Effective Date. A Covered Person's coverage under this endorsement begins on the latest of: (1) the Accident Insurance Effective Date; (2) the date the person becomes a member of an eligible class of persons as described in the C=lassification of Eligible Persons section of the Schedule; or (3) the date the appropriate premium is paid for the Covered Person. Covered Person Termination Date. A Covered Person's coverage under this endorsement .k ends on the earliest of: (1) the date the Policy is terminated; (2) the date this endorsement is �r - CA-We red ♦.arr.^.n Ceases to be a member ni any aiiginie Glass ni ter�iii atue, L ( ) 'the daty the CA- er°..`d . persons as described in the Classification of Eligible Persons section of the Schedule. am LX9568(01103) 5 MW Termination of coverage will not affect a claim for a covered loss that occurred while the Covered Person's coverage under this endorsement was in force. All other terms, conditions, and exclusions of the Policy shall remain unchanged. Opli r �y Authorised Representative R Countersignature (in states where applicable) LX9568 (01/03) 6 ENDORSEMENT # 005 This endorsements effective 12:01 AM 09/01/2006 Forms a part of policy no.: 7351398 By: LEXINGTON INSURANCE COMPANY CONTINUING OR PROGRESSIVELY DETERIORATING DAMAGES ENDORSEMENT The definition of "Occurrence" in the Section titled DEFINITIONS is deleted in its entirety and replaced by the following: "Occurrence" means an accident, including continuous or repeated exposure to substantially the same general harmful. co diiiivi l.. In the event of continuing or progressively deteriorating damage over any length of time, such damage shall be deemed to be one "occurrence", and shall be deemed to occur only when such damage first commences. i Authorized Representative OR Cou ntersl g nature (In states where applicable) LX9608 (06/03) ..w ENDORSEMENT # 006 This endorsement, effective 12:01 AM 09/01/2006 Forms a part of policy no.: 7351398 Issued to: T. 9A1LE", By: LEXINGTON INSURANCE COMPANY STOP GAP LIABILITY 1. Agreements With respect to any employment by the Insured named in the policy to which this endorsement is attached (hereinafter called insured) which comes within the purview of the worker's comr—nesa inn laws it Ic anr• ed (and made a condition of this Inc°oranrol that (1) the Insured has complied with all provisions of such laws; and (2) the Insured is contributing to and will continue to contribute to the respective state compensation, accident or medical fund by declaring to the department, commission or board prescribed by such laws, the remuneration, "Worker's Hours" or other required basis of premium of all his employees whose employment is subject to such laws. Insuring Clauses - The Company agrees with the Insured: 1. To pay on behalf of the Insured all sums which the Insured shall become legally obligated to pay as damages because of Bodily Injury by accident or disease, including death at any time resulting therefrom, sustained in the United States of America, its territories or possessions, or in Canada, by any employee of the Insured described in the agreements I.-..e 1� t �'r n.J m� a a nd o n 5.ate ::o:.�r�e of him n r°"--r 01 tparagrapil ) of this undo °v nc, arising out v° and B employment by the Insured. 2. Limits of I-Jabilitt' - The words °'Dannages because of Bodily Injury by accident or disease, including death at any time resulting therefrom". include damages for care and loss of services and damages for which the Insured is liable by reason of suits or claims brought against the Insured by others to recover the damages obtained from such others because of such Lily Injury sustained by employees of the Insured arising out of and in the course of their employment. The limit of the Company's liability is $ 1 ,000,000 for all damages because of Bodily Injury by accident, including death at any time resulting Char efro„°, sustained by one er f 7ployee in any one accident; and, subject to the foregoing provision respecting each employee, the total limit of the Company's liability is $ 1 ,000,000 for all damages because of Bodily Injury by accident, including death at any time resulting therefrom, sustained by two or more employees in any one accident. The limit of the Company's liability is $ 1 ,000,000 for all damages because of Bodily Injury by disease, including death at any time resulting therefrom, sustained by one employee; and, subject to the foregoing provision respecting each employee; the total limit of the Company's liability for all damages because of Bodily Injury by disease, ii iCiuull I�J death at any time, resulting therefrom, sustained by employees in operations in any one state or in operations necessary or incidental thereto is $ 1 ,000,000 . The inclusion herein of more than one insured shall not operate to increase the limits of the Company's liability. H. Defense, Settlement, Supplementary Payments As respects tie insurance al1orded by the other terms of this endorsement the Company shall: IP 1. Defend any proceeding against the insured seeking such benefits and any suit against the Insured h. alleging such injury and seeking damages on account thereof, even it al lch proceeding or suits is groundless, false or fraudulent; but the Company may make such investigation, negotiation and settlement of any claim or suit as it deems expedient; LEDCOCC229 (04/90) 1 1.x0480 2. pay all premiums on bonds to release attachments for an amount not in excess of the applicable limit of liability of this endorsement, all premiums on appeal bonds required in any such defended proceeding or suit, but without any obligation to apply for or furnish such bonds; 3. pay all expenses incurred by the Company, all costs taxed against the Insured in any such proceeding or suit and all interest accruing after entry of judgment until the Company has paid or tendered or deposited in court such part of such Judgment as does not exceed the limit of the Company's liability thereon; 4. reimburse the Insured for all reasonable expenses, other than loss of earnings, incurred at the Company's request. The amounts incurred under this insuring agreement, except settlements of claims and suits, are payable by the Company as a part of the amounts payable under the applicable ii it Iiabi ` a; described h erein. III. Exclusions - Such insurance as is afforded by this endorsement does not apply: 1. to Bodily Injury or death resulting therefrom caused intentionally by or at the direction of the Insured; 2. to liability assumed by the Insured under any contract or agreement; 3. to any obligation for which the Insured or any carrier as his insurer may be held liable under any worker's compensation or occupational disease law, any unemployment compensation or disability benefits law, or under any similar law; 4. to (c1) punitive or exemplary damages on account of Bodily Injury, diseases or$ death l U Ii3r�7[I VIII of aiiy alilNlgy6e p11iplVyed In violaU011 VI lut1, yr (2) WiU IvJp3.:t i:% -..P:,,Jr employee employed in violation of law with the knowledge or acquiescence of the Insured or any executive officer thereof; s 5. to any claim brought against the Insured by or on behalf of any employee for Bodily I„Ium or death resulting therefrom (1) if benefits therefore under any worker's compensation or occupational disease law are accepted by or on behalf of such employee or (2) with respect to which th? Insured's defenses have been abrogated by reason of the Insured's failure to comply with the provisions of any worker's compensation or occupational disease law; 6. to Bodily Injury or death resulting therefrom (1) sustained by any member of the flying crew of an aircraft, (2) sustained by a master or member of the crew of any vessel, (3) sustained by any employee of the Insured in the course of an employment subject to the Federal Employer's Liability Act, U.S. Code (1946) Title 45, Section 51-60; (4) sustained by any emiployee not described in a ie agreements (paragraph� 1) of this endorsement, ON (5) sustained by any employee whose remuneration has not been included in the total remuneration upon rh:_h the prerm._... for thiq -ndorse!;!ent is based; ..: 7. to Bodily Injury by disease or death resulting therefrom unless prior to thirty-six months after the end of the policy period written Claim is made or suit is brought against the Insured for damages because of such injury or death resulting therefrom; .� IV. Definitions 1 Bodily Injury by Accident: Bodily Injury by Disease - The contraction of disease is not an .. accident within the meaning of the word "Accident" in the term "Bodily Injury by accident" ande.: ., ., .:..cam p 1eG'ISn -!.--- t..��,.� Q 161 I.� F,, ani idnnt i.q nclu!ded wit in n11y Sunh H; � _ �l t a =Nee Ink _i �•_n�c�e!. __ _. the term "Bodily injury by accident". The term "Bodily Injury by disease" includes only such disease as is not included within the term "Bodily Injury by Accident". LEXOCC229 (04190) 2 LX0480 2. Assault and Battery - Assault and Battery shall be deemed an accident unless committed by or at the direction of the Insured. 3. Application of Endorsement - This endorsement applies only to injury (1) caused by accident occurring during the policy period, or (2) by disease caused or aggravated by exposure of which the last day of the last exposure, in the employment of the Insured, to conditions causing the disease occurs during the policy period. V. Conditions The "Insuring Agreements", "Limits of Liability" and "Exclusions" of the policy of which this endorsement is made a part shall not apply to the insurance afforded by this endorsement. Otherwise all other terms and conditions of such policy, so far as the same are not inconsistent with the expressed obligations of this endorsement, are hereby made a part of this endorsement as fully an completely as though written or printed herein. i 1 �- 4,z b, Authorized Representative OR Countersignature (in states where applicable) r LEXOCC229 (04/90) 3 LX0480 POLICY NUMBER 7351398 ENDORSEMENT # 007 COMMERCIAL GENERAL LIABILITY CG 24 04 10 93 THIS ENDORSEMENT CHANCES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST 0-IT HERS TO US i This endorsement modifies insurance provided under the following COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: WHERE REQUIRED BY WRITTEN CONTRACT iif no entry appears above, information required to complete this endorsement wilt' be shown in the Declarations as applicable to this endorsement) The TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US Condition (Section Iii - COM- MERCIAL GENERAL LIABILITY CONDITIONS) is amended by the addition of the following We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products-completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. 1 ri' F CG 24 04 10 93 Copyright, Insurance Services Office, Inc., 1992 LX7127 ENDORSEMENT # 008 This endorsement, effective 12:01 AM 09/01/2006 Forms a part of policy no.: 7351398 Issuedto: T. BAILEY: INC. By: LEXINGTON INSURANCE COMPANY PRIMARYINON CONTRIBUTORY ENDORSEMENT This endorsement modifies insurance provided by the policy: Notwithstanding any other provision of the policy to the contrary, the insurance afforded by this policy for the benefit of the Additional insured shall be primary insurance, but only With respect to any claim, loss or liability arising out of the Named Insured's operations; and any insurance maintained by the Additional Insured shall be non-contributing. All other terms and conditions of the policy remain the same. Authorized Representative OR°- Countersignature (In states where applicable) LX9a38(08/05) ENDORSEMENT # 009 This endorsement, effective 12:01 AM 09/01/2006 i Forms a part of policy no.: 7351398 ISS::gnA .o: T. 621ft I I CV 7 {iu.r• By: LEXINGTON INSURANCE COMPANY AGGREGATE LIMITS OF INSURANCE - PER LOCATION AMENDMENT AND OVERALL GENERAL AGGREGATE LIMIT This endorsement modifies insurance provided under the policy: Subject to the Overall General Aggregate Limit stated in Item 3 of the Declarations, the General Aggregate Limit under LIMITS OF INSURANCE (Section iii) applies separately to each of your "locations". it is further understood and agreed that the following changes are made to the policy: (1) Item 3, Limits of Insurance in the Declarations is amended by the addition thereto of the following Limit: Overall General Aggregate Limit - $4,000,000 (2) SECTION III-LIMITS OF INSURANCE is amended by the addition thereto of the following paragraph under paragraph 6. 7. The Overall General Aggregate Limit is the most we will pay under Coverages A and B for the sum of all Limits of Insurance as provided in this SECTION ill regardless of the number of your "locations"; except for damages because of "bodily injury" and "property damage" included in the "products-completed operations hazard". For the purpose of this endorsement, "locations" mews premises involving the same lot, or connecti ng an lots or premises whose connection is interrupted only by a street, roadway, waterway or right-of-way of a railroad. Ali other terms and conditions remain unchanged. .r Authorized Representative 6R Countersignature (In states where applicable) LX9493(Ed.02/04) POLICY NUMBER: 7351398 ENDORSEMENT # 010 EMPLOYEE BENEFITS LIABILITY COVERAGE THIS ENDORSEMENT PROVIDES CLAIMS-MADE COVERAGE. PLEASE READ THE ENTIRE ENDORSEMENT CAREFULLY. This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Coverage Limit Of Insurance Deductible =Premium -^ Employee Benefits Programs $1 ,000,000 each $1,000 each $ iNLLuutu employe-6 1 employee 1 ,000,000 aggregate Retroactive Date: 1 09 / 01 / 2003 (if no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) A. The following is added to Section 1 - Ccverages: 11,40 offer obligation or liability to pay sums COVERAGE - EMPLOYEE BE•_5S9TS or perform acts or services is covered LIABILITY unless explicitly provided for under Supple- mentary Payments. `v 1. Insuring Agreement b. This insurance applies damages only if: a. We will pay those sums that the insured The act error or omission, is r-� becomes legally obligated to pay as (1) &gli- gently c damages because of any act, error or your d in the "administra- tion" of your omission, of the insured, or of any other "employee benefit pro- person for whose acts the insured is gram"; legally liable, to which this insurance (2) The act, error or omission, did not applies. We will have the right and duty take place before the Retroactive r- to defend the insured against any "suit" [l. c e seeking hose damages. However, we late, i� any, shown in the Schedule 9 9 nor after the end of the policy period; will have no duty to defend the insured and against any "suit" seeking damages to which this insurance does not apply. We (Ji A "claim" for damages, because of an may, at our discretion, investigate any _c4 error or omission, is first made report of an act, error or omission and against any insured, in accordance settle any "claim" or "suit" that may with Paragraph c. below, during the w cult But: ! _ 2 ! ! ^ n_ policy period of air Ckianuau icF,v�. (1) The amount we will pay for damages ing Period we provide under Para- is limited as described in Paragraph E. graph G. of this endorsement. (Section (II - Limits Of Insurance); and c. A "claim" seeking damages will be (2) Our right and duty to defend ends deemed to have been made at the earlier when we have used up the applicable of the following times: limit of insurance in the payment of (1) When notice of such "claim" is re- judgments or settlements. ceived and recorded by any insured or by us, whichever comes first; or I � LX9606 (06/03) Includes copyrighted Information of the Insurance Services Offices, 1 Inc., with its permission. All rights reserved. ccor- f. Workers' Compensation(2) When we make settlement in a And Similar Laws P dance with Paragraph 1.a. above. Any "claim" arising out of your failure to A "claim" received and recorded by the comply with the mandatory provisions of insured within 60 days after the end of any workers' compensation, unemploy- the policy period will be considered to ment compensation insurance, social have been received within the policy security or disability benefits law or any period, if no subsequent policy is similar law. available to cover the claim. a. ERISA U. Aii "c1a:ms" for dammages made by an Damagyes for which any insured is liable "employee" because of any act, error or because of liability imposed on a fiduciary omission, or a series of related acts, errors by the Employee Retirement Income or omissions, including damages claimed by Security Act of 1974, as now or here- such "employee's" dependents and ben- after amended, or by any similar federal, eficiaries, will be deemed to have been state or local laws. made at the time the first of those "claims" is made against any insured. h. Available Benefits 2, Exclusions Any 'ciaim" for benefits to the extent that such benefits are available, with This insurance does not apply to: reasonable effort and cooperation of the a. Dishonest, Fraudulent, Criminal Or insured, from the applicable funds °`aiicic5i3w A insurance.accrued or other collectible insurance. Damages arising out of any intentional, L Taxes, Fines Or Penalties dishonest, fraudulent, criminal or mali- Taxes, fines or penalties, including those cious act, error or omission, committed imposed under the Internal Revenue Code by any insured, including the willful or or any similar state or local law. reckless violation of any statute. b. Bodily Injury, Property Damage, Or j• Employment-Related Practices P. ear.s_-c1: A_d Ad- P% : D amages arising out of wrongful PG rmin ation - of emplo-ment, discrimination, or °Bodily injury" 'property damage" or other employment-related practices. "personal and advertising injury". /� ^ B. For the purposes of the coverage provided -- F-Miure To Perform A Contract act by this endorsement: Bs e.Id`..sement: Damages arising out of failure of per- formance of contract by any insurer. 1. All references to Supplementary Pay- ments - Coverages A and B are replaced d. Insufficiency Of Funds by Supplementary Payments - Coverages A, 1 U and Employee Svene is Uab;l:ty. Damages arising out of an insufficiency of funds to meet any obligations under 2. Paragraphs 1.b. and 2. of the Supple- any plan included in the "employee mentary Payments provision do not benefit program". apply. a. Inadequacy Of Performance Of C. For the purposes of the coverage provided Investment/Advice Given With Respect by this endorsement, Paragraphs 2. and 4. To Participation of Section II — Who Is An insured are replaced by the follcv.ing: Any "claim" based upon: (1) Failure of any investment to perform; 2. Each of the following is also an insured: a. Each of your "employees" who is or (2) Errors in providing information on was authorized to administer your past performance of investment "employee benefit program". Y�1II l,IG J, lIl b. Any persons, organizations or "em- (3) Advice given to any person with ployees" having proper temporary respect to that person's decision to authorization to arirtainister your "em participate or not to participate in any ployee benefit program" if you die, plan included in the "employee benefit but only until your legal representa- ` program". tive is appointed. LX9606 (06/03) Includes copyrighted Information of the Insurance Services Offices, 2 Inc., with its permission. All rights reserved. c. Your legal representative if you die, but negligently committed in the "administra- only with respect to duties as such. That tion"of your "employee benefit program". representative will have all your rights and duties under this Endorsement. However, the amount paid under this endorsement shall not exceed, and will 4. Any organization you newly acquire or form, be subject to, the limits and restrictions other than a partnership, joint venture or that apply to the payment of benefits in limited liability company, and over which any plan included in the "employee you maintain ownership or majority interest, benefit program". will qualify as a Flamed Insured if no other similar insurance applies to that organiza- The Limits of Insurance of this endorsement tion. However: apply separately to each consecutive annual period and to any remaining period of less a. Coverage under this provision is afforded than 12 months, starting with the beginning only until the 90th day after you acquire of the policy period shown in the or form the organization or the end of the Declarations of the policy to which this policy period, whichever is earlier. endorsement is attached, unless the policy ti Covers o c nrnvici� does period is extended after issuance for an -- _ -- .�g under this ,.,u:,z.,_,,. _.o�s net c l -z additional period vi ies5 ii ia'i� i� iTionthS. In V apply to any act, error or omission that that case, the additional period will be was committed before you acquired or deemed part of the last preceding period for fr%r-nad the organization. purposes of determining the Limits Of D. For the purposes of the coverage provided by Insurance, this endorsement, Paragraph 3. of Section II — 2. Deductible Who Is An Insured does not apply. a. Our obligation to pay damages on behalf E. For the purposes of the coverage provided by of the insured applies only to the amount this endorsement, Section III — Limits Of In- of damages in excess of the deductible surance is replaced by the following: amount stated in the Schedule as applica- ble to Each Employee. The limits of 1. Limits Of Insurance insurance shall not be reduced by the amount of this deductible. a. The Limiter of iisi.irafiLe shown in the Schedule and the rules below fix the b. The deductible amount stated in the most we will pay regardless of the Schedule applies to all damages number of: sustained by any one "employee", (1) Insureds; including such "employee's" dependents and beneficiaries, because of all acts, (2) "Claims" made or "suits" brought; errors or omissions to which this insurance applies. (3) Persons or organizations making "claims" or bringing suits"; c• The terms of this insurance, including g g " those with respect to: (4) Acts, errors or omissions; or (1) Our right and duty to defend any (5) Benefits included in your "employee "suits" seeking those damages; and benefit program". (2) Your duties, and the duties of any b• The Aggregate Limit is the most we will other involved insured, in the event of pay for all damages because of acts, an act, error or omission, or "claim" errors or omissions negligently committed in the "administration" of your "employee apply irrespective of the application of benefit program`.. the deductible amount. c. Subject to the Aggregate VLimitVthe Each d. We may pay any part or all of the deducti- Gm^lo„ee i ir„it - ,he ,-, , ° ,.,ail ble amount to effect settlement of any r , - � .. "rte i for all damages sustained by any one " "claim" or "suit" and, upon notification of employee", including damages sustained the action taken, you shall promptly by such "employee's" dependents and reimburse us for such part of the deducti- ,,, beneficiaries, as a result of: ble amount as we have paid. (1) An act, error or omission; or (2) A Series of related acts, arroFs, or omissions LX9606 (06/03) Includes copyrighted Information of the Insurance Services Offices, 3 Inc., with its permission. All rights reserved. F. For the purposes of the coverage provided by a. Primary Insurance this endorsement, Conditions 2. and 4. of This insurance is primary except Section IV - Conditions are replaced by the when b. below applies. If this in- ' following: surance is primary, our obligations are not affected unless any of the other 2. Duties In The Event Of An Act, Error Or insurance is also primary. Then, we Omission, Or "Claim" Or "Suit" will share with all that other insurance a. You must see to it that we are notified as by the method described in c. below. soon as practicable of an act, error or omission which. may result in a "claim". b. Excess Insurance To the extent possible, notice should in- (1) This insurance is excess over any clude: of the other insurance, whether (1) What the act, error or omission was primary, excess, contingent or on and when it occurred; and any other basis that is effective prior to the beginning of the (2) The names and addresses of anyone policy period shown in the who may suffer damages as a result Schedule of this insurance and of the act, error or omission. that applies to an act, error or omission on other than a b. If a "claim" is made or "suit" is brought claims-made basis, if: against any E^.sure, you must: (a) No Retroactive Date is shown (1) immediately record the specifics of in the Schedule of this in- the "claim" or "suit" and the date surance; or received; and (b)The other insurance has a (2) Notify us as soon as practicable. policy period which continues You must see to it that we receive after the Retroactive Date written notice of the "claim" or "suit" as shown in the Schedule of this insurance. soon as practicable. `.. d, nv other in olve✓ insured mist' (') ��r E this insiiiance ES excess, 'oL "" "' ' "' we will have no duty to defend (1) Immediately send us copies of any the insured against any "suit" if demands, notices, summonses or any other insurer has a duty to legal papers received iii connection defend the insured against that with the "claim" or "suit"; "suit". if no other insurer defends, we will undertake to do so, but (2) Authorize us to obtain records and we will be entitled to the other information; insured's rights against all those (3) Cooperate with us in the investigation other insurers. or settlement of the "claim" or (3) When this insurance is excess def®rise against the "suit"; and over other insurance, we will pay (4) Assist us, upon our request, in the only our share of the amount of enforcement of any right against any the loss, if any, that exceeds the sum of the total amount that al! person or organization which may be liable to the insured because of an such other insurance would pay .W act, error or omission to which this Tor the loss in absence of this insurance may also apply. insurance; and the total of all de- insurance and self-insured amounts d. No insured will, except at that insured's under all that other insurance. own cost, voluntarily make a payment, assume any obligation or incur any (4) We will share the remaining loss, expense vdiii vut Dili CvilSoeit. 1T any, with any nthar inSllranCE3 that is not described in this 4. Other Insurance Excess Insurance provision and ll_.bile was not bought specifically to If other valid and l:Viit7l.C�v�a insurance is apply In eXCe55 of the Limits Of available to the insured for a loss we cover Insurance shown in the Schedule under this endorsement, our obligations are of this endorsement. limited as follows: f LX9606 (06/03) Includes copyrighted Information of the Insurance Services Offices, 4 Inc., with its permission. All rights reserved. c. Method Of Sharing a. The "employee benefit programs" insured; If all of the other insurance permits b. Previous types and amounts of in- contribution by equal shares, we will surance; follow this method also. Under this approach each insurer contributes equal c. Limits of insurance available under this amounts until it has paid its applicable endorsement for future payment of limit of insurance or none of the loss damages; and remains, whichever comes first. d. Other related factors. if any of the other insurance does not The additional y premium will not exceACi permit contribution by equal shares, we 100% of the annual premium for this will contribute by limits. Under this endorsement. method, each insurer's share is based on the ratio of its applicable limits of The Extended Reporting Period endorse- insurance of all insurers. ment applicable to this coverage shall set forth the terms, not inconsistent with this G. For the purposes of the coverage provided by Section, applicable to the Extended Report- this 6ndorsemen*, '-a followina Enien. e.4 ing Period, including a provision to the Reporting Period provision are added, or, if this effect that the insurance afforded for endorsement is attached to a claims-made "claims" first received during such period is ?age Par;, replaces any similar Section in excess over ally other 'valid aid collectible that Coverage Part: insurance available under policies in force after the Extend®d Reporting Period starts. EXTENDED REPORTING PERIOD H. For the purposes of the coverage provided by 1. You will have the right to purchase an Ex- this endorsement, the following definitions are tended Reporting Period, as described added to the Definitions Section: below, if: 1. "Administration" means: a• This endorsement is canceled or not renewed; or a. Providing information to "employees", in- b. We renew or reolace this endorsement cludiing their dependents and benefici- with insurance that: aries, with respect to eligibility for or scope of "employee benefit programs"; (1) Has a Retroactive Date later than the date shown in the Schedule of this h- Handling records in connection with the endorsement; or "employee benefit program"; or (2) Does not apply to an act, error or c. Effecting, continuing or terminating any omission on a claims-made basis. "employee's" participation in any benefit included in the "employee benefit 2. The Extended Reporting Period does not program". extend the policy period or change the scope of coverage provided. It applies only However, "administration" does not include to "claims" for acts, errors or omissions that handling payroll deductions. were first committed before the end of the policy period but not before the Retroactive Date, if any, shown in the Schedule. Once in effect, the Extended Reporting Period may not be canceled. 3. An Extended Rep,i_ing Pncd of five years is available, but only by an endorsement and for an extra charge_ You must give us a written request for the endorsement within 60 days after the end of the policy period. The Extended Reporting Period will not go into effect unless you pay the additional premium promptly when due. We will determine the additional premium in �a accordance with otir rules and rates. In 2 f f doing so, we may take into account the followini LX9606 (06/03) Includes copyrighted Information of the Insurance Services Offices, 5 Inc., with its permission. All rights reserved. ii plans, including buy and sell Vacation 2. "Cafeteria plans" means plans authorized by d. P applicable law to allow employees to elect programs; leave of absence programs, to pay for certain benefits with pre-tax including military, maternity, family, and dollars. civil leave; tuition assistance plans; transportation and health club subsidies; 3. "Claim" means any demand, or "suit", made and by an "employee" or an "employee's" dependents and beneficiaries, for damages e• Any other similar benefits designated i as the result of an art, errnr or crr;ission. the Schedule or added thereto by endorsement. 4. "Employee benefit program" means a all of the I• For the purposes of the coverage provided by program providing some or a this endorsement, Definitions 5. and 18. in the following benefits to "employees",ll whether Definitions Section are replaced by the provided through a "cafeteria plan" or otherwise: following: "Employee" means a person actively a. (;coup life insurance; group accident or 5. employed, formerly employed, on leave of health insurance; dental, vision and hear- b l absence or disauieu, or rotired. "Employee" ing plans; and flexible spending accounts; includes a "leased worker". "Employee" provided that no one other than an does not include a "temporary worker". "grnployee" may subscribe to such benefits and such benefits are made 18. "Suit" means a civil proceeding in which generally avaiiable to those "employees" damages because of an act, error or who satisfy the plan's eligibility require- omission to which this insurance applies are ments; alleged. "Suit" includes: b. Profit sharing plans, employee savings A;, arbitration proceeding in which such plans, employee stock ownership plans, damages are claimed and to which the pension plans and stock subscription insured must submit or does submit with plans, provided that no one other than an our consent; or "employee" may subscribe to such benefits and such benefits are made h_ env other alternative_ dispute resolution generally available to all "employees" proceeding in which such damages are who are eiigible under the plan for such claimed and to which the insured submits benefits; with our consent. c. Unemployment, insurance, social security benefits, workers' compensation and disability benefits; T LX9606 (06103) Includes copyrighted Information of the Insurance Services Offices, 6 Inc., with its permission. All rights reserved. ENDORSEMENT # 011 This endorsement, effective 12:01 AM 09/01/2006 Forms a part of policy no.: 7351398 :v i?=ij __. T. PA1LEy; INC: By: LEXINGTON INSURANCE COMPANY EXCLUSION -VIOLATION OF STATUTES IN CONNECTION WITH SENDING, TRANSMITTING OR COMMUNICATING ANY MATERIAL OR INFORMATION This endorsement modifies insurance provided by the policy: This insurance does not apply to any loss, injury, damage, claim, suit, cost or expense arising out of or resulting from, caused directly or indirectly, in whole or in part by, any act that violates any staiute, ordinance or regula`ion of any federal, smote or local government, including any amendment of or addition to such laws, that includes, addresses or applies to the sending, transmitting or communicating of any material or information, by any means whatsoever. ira To the extent any coverage may otherwise be available vender this policy, the provisions of this exclusion shall supersede the same and exclude such coverage. Fail other terms and conditions of the policy remain the same. . 4 ° & Authorized Representative OR Countersignature (In states where applicable) LX9845 (05/05) Includes copyrighted information of the Insurance Services Offices, Inc. with its permission. All rights reserved ENDORSEMENT # 012 This endorsement, effective 12:01 AM 09/01/2006 f Forms a part of policy no.: 7351398 Issued to: T. B" I i G`v, i k,r By: LEXINGTON INSURANCE COMPANY AUDIT MARGIN CLAUSE It is agreed that Section IV - Conditions, 5. is amended to include: The premium for this policy will not be subject to adjustment unless the earned premium is more than 15% greater than the deposit premium. All other terms and conditions remain unchanged. i Authorized Representative OR LEXDOG021 Countersignature (In states where applicable) i LX0404 i ENDORSEMENT # 013 This endorsement, effective 12:01 AM 09/01/2006 Forms a part of policy no.: 7351398 By: LEXINGTON INSURANCE COMPANY NAMED INSURED AMENDMENT In consideration of the premium charged, it is understood and agreed that Item 1 of the Policy Declara- tions -- Named Insured -- is amended to read as follows: T. BAILEY, INC. ; QUATTRO PROPERTIES, LLC; T. BAILEY INC. 401K PLAN; SAN JUAN BLAST CLEANINGS 6 COATINGS, INC. ; KATANA INDUSTRIES, INC. .,d010 - elp Authorized Representative OR Countersignature (in states where applicable) NAMEINSD (Ed. 02/94) LX6184 ENDORSEMENT # 014 This endorsement, effective 12:01 AM 09/01/2oo6 Forms a part of policy no.: 7351398 aiied to: By: LEXINGTON INSURANCE COMPANY AIRCRAFT PRODUCTS AND GROUNDING LIABILITY EXCLUSION It is agreed that the insurance afforded by this policy shall not apply with respect to liability arising out of aircraft products or reliance upon any representation or warranty made with respect thereto, or to any liability arising out of the grounding or any aircraft. "Grounding" shall mean the withdrawal of one or more aircraft from flight operations or the imposition of speed, passenger or load restrictions on such aircraft, by reason of the existence of or alleged or suspected existence of any defect, fault or condition in such aircraft or any part thereof sold, handled or distributed by the "insured" or manufactured, assembled or processed by any other person or organization according to specifications, plans, suggestions, orders or drawings of the "insured" or with tools, machinery or other equipment furnished to such persons or organizations by the "insured", whether such aircraft so withdrawn are owned or operated by the same or different persons or organizations. it is further agreed that this poll--V shall not amply to "personal injury" or "property damage" included within the "products-completed operations hazard" wti-i res:,tan�t to "aircraft products The term "aircraft products" means: . ii1 � i SJIeS �r $ acecratt a:c d any around SUpport or sn. 3. cauipMent airua", iiiUi i 6 - therewith; 2. any article furnished by or on behalf of the "insured" and installed in aircraft or used in connection with aircraft or for spare or replacement parts for aircraft, including ground handling tools and equipment; 3. trainina aids, instructions, manuals, blueprints, engineering or other advice and services and labor relating to such aircraft or articles. i y tir 23.v �e Authorized Representative OR Countersignature (In states where applicable) LEXCME016 (Ed.0900) LX0021 so POLICY NUMBER 7351398 ENDORSEMENT # 015 COMMERCIAL GENERAL LIABILITY CG 21 49 01 96 THIS ENDORSEMNT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TOTAL POLLUTION EXCLUSION ENDORSEMENT This endorsement modifies insurance provided under the following COMMERCIAL GENERAL LIABILITY COVERAGE PART Exclusion f. under paragraph 2., Exclusions of (b) Claim or suit by or on behalf of a COVERAGE A - BODILY INJURY AND PROPERTY governmental authority for damages DAMAGE LIABILITY (Section I - Coverages) is because of testing for, monitoring, replaced by the following cleaning up, removing, containing, This insurance does not apply to: treating, detoxifying° or ne°utr .'zing, or in any wa responding to, or assessing f. Pollution the effec& of pollutants. (1) "Bodily injury"' or "property J-----e" which Pollutants means any solid, liquid', gaseous, would not have occurred m whole or part or thermal irritant or contaminant including but for the actuai, alleged or threatened smoke, vapor, soot, fumes, acid, alkalis, discharge, dispersal, seepage, migration, chemicals and waste. Waste includes material release or escape of pollutants at any to be recycled, reconditioned or reclaimed time. (2) Any loss, cost or expense arising out of any. (a) Request, demand or order that any insured or others test for, monitor, clean up, remove, contain, treat, detoxify or neu. line, or in IA13V respond to, or assess the effects o� pollutants; or A d� h , s CG 21 49 01 96 Copyright, Insurance Services Office, Inc., 1994 Page 1 of 1 ❑ LX7032 POLICY NUMBER- 7351398 ENDORSEMENT # 016 COMMERCIAL GENERAL LIABILITY THS ENDORSEIM'ENT CHANGES T111E POLICY. PLEASE READ IT CAREFULLY. EXCLUSION - INTERCOMPANY PRODUCTS SUITS This endorsement modifies insurance provided under the following: r-nh Aft A=�rlAL GENERAL LIABILITY COVERAGE PeRT a. Ivnvlu 1� 1 PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART This insurance does not apply to any claim for damages by any Named Insured against another Named Insured because of "bodily injury" or 11 propert damage" arising out of "your products" and included within the "products - completed operations hazard" q F VS. i r CG 21 41 11 85 Copyright, Insurance Services Office, Inc., 1984 0 LX7030 PREVAILING MINIMUM HOURLY WAGE RATES r 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 1 M 5A CABINET MAKERS(IN SHOP) JOURNEY LEVEL $16.67 1 CARPENTERS ACOUSTICAL WORKER $41.43 1M 5D BRIDGE,DOCK AND WARF CARPENTERS $41.33 1M 5D CARPENTER $41.27 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 5D STATIONARY POWER SAW OPERATOR $41.40 1M 5D STATIONARY WOODWORKING TOOLS $41.40 1M 5D CEMENT MASONS JOURNEY LEVEL $42.26 1M 5D DIVERS&TENDERS DIVER $85.75 1M 5D 8A DIVER TENDER $44.22 1M 5D 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 DRYWALLTAPERS JOURNEYLEVEL $41.14 1E 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 1 D 5A CABLE SPLICER(TUNNEL) $56.21 1 D 5A CERTIFIED WELDER $50.53 1D 5A CERTIFIED WELDER(TUNNEL) $54.26 1 D 5A CONSTRUCTION STOCK PERSON $27.32 1 D 5A JOURNEY LEVEL $48.75 1 D 5A JOURNEY LEVEL(TUNNEL) $52.30 1 D 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 FENCELABORER $12.77 1 , FLAGGERS JOURNEY LEVEL $29.68 1 M 5D GLAZIERS JOURNEY LEVEL $42.41 1H 5G , HEAT&FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $45.13 is 5J HEATING EQUIPMENT MECHANICS MECHANIC $33.65 1 ' HOD CARRIERS&MASON TENDERS JOURNEY LEVEL $34.84 1 M 51D INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC $15.65 1 INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL $9.10 1 INLAND BOATMEN CAPTAIN $38.04 1K 513 COOK $31.90 1 K 56 DECKHAND $31.59 1K 5B ENGINEER/DECKHAND $34.37 1K 5B MATE, LAUNCH OPERATOR $36.02 1K 513 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 IM 5D BURNERS $34.36 1M 5D CARPENTER TENDER $34.36 1M 5D CASSION WORKER $35.20 1M 5D CEMENTDUMPER/PAVING $34.84 1M 5D CEMENT FINISHER TENDER $34.36 1M 5D CHANGE-HOUSE MAN OR DRY SHACKMAN $34.36 IM 5D CHIPPING GUN(OVER 30 LBS) $34.84 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 1M 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 1M 5D EROSION CONTROL WORKER $34.36 IM 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 KING COUNTY Effective 03-03-07 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code GUARDRAIL ERECTOR $34.36 1M 5D HAZARDOUS WASTE WORKER LEVEL A $35.20 1M 5D ' HAZARDOUS WASTE WORKER LEVEL B $34.84 1M 5D HAZARDOUS WASTE WORKER LEVEL C $34.36 1 M 5D HIGH SCALER $35.20 IM 5D HOD CARRIER/MORTARMAN $34.84 1M 5D , JACKHAMMER $34.84 1M 5D LASER BEAM OPERATOR $34.84 1 M 5D MANHOLE BUILDER-MUDMAN $34.84 1M 5D MATERIAL YARDMAN $34.36 1 M 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 IM 5D PILOT CAR $29.68 1M 5D PIPE POT TENDER $34.84 1 M 5D PIPE RELINER(NOT INSERT TYPE) $34.84 1M 5D PIPELAYER&CAULKER $34.84 1M 5D , PIPELAYER&CAULKER(LEAD) $35.20 1 M 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 IM 5D RAILROAD SPIKE PULLER(POWER) $34.84 IM 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 1 M 5D , SIGNALMAN $34.36 1 M 5D SLOPER(OVER 20") $34.84 1M 5D SLOPER SPRAYMAN $34.36 1M 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 IM 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 1 M 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 GENERAL LABORER $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 JOURNEY LEVEL $41.31 1M 5D METAL FABRICATION(IN SHOP) FITTER $15.86 1 LABORER $978 1 MACHINE OPERATOR $13.04 1 PAINTER $11.10 1 WELDER $15.48 1 MODULAR BUILDINGS CABINET ASSEMBLY $11.56 1 ELECTRICIAN $11.56 1 EQUIPMENT MAINTENANCE $11.56 1 PLUMBER $11.56 1 PRODUCTION WORKER $9.26 1 TOOL MAINTENANCE $11.56 1 UTILITY PERSON $11.56 1 WELDER $11.56 1 PAINTERS JOURNEY LEVEL $33.16 2B 5A PLASTERERS JOURNEY LEVEL $41.23 1R 5A PLAYGROUND&PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $8.42 1 PLUMBERS&PIPEFITTERS JOURNEY LEVEL $55.34 1G 5A POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $39.57 1M 5D 8L BACKHOE,EXCAVATOR,SHOVEL (3 YD&UNDER) $42.35 1M 5D 8L BACKHOE,EXCAVATOR,SHOVEL (OVER 3 YD&UNDER 6 YD) $42.84 IM 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 IM 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 5D 8L CHIPPER $42.35 1M 5D 8L COMPRESSORS $39.57 IM 5D 8L CONCRETE FINISH MACHINE-LASER SCREED $39.57 1M 5D 8L CONCRETE PUMPS $41.93 1M 5D 8L CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $42.35 1M 5D 8L CONVEYORS $41.93 1M 5D 8L Page 5 rr KING COUNTY Effective 03-03-07 ***************************************************************************************************************** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code CRANES, THRU 19 TONS,WITH ATTACHMENTS $41.93 1 M 5D 8L CRANES, 20-44 TONS,WITH ATTACHMENTS $42.35 IM 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 1M 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 1 M 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 1M 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 1M 5D 8L DRILLING MACHINE $42.35 1M 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 1 M 5D 8L , FORK LIFTS,(UNDER 3000 LBS) $39.57 1 M 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 1 M 5D 8L HORIZONTAUDIRECTIONAL DRILL OPERATOR $42.35 1 M 5D 8L HYDRALIFTS/BOOM TRUCKS(10 TON&UNDER) $39.57 1 M 5D 8L , HYDRALIFTS/BOOM TRUCKS(OVER 10 TON) $41.93 1 M 5D 8L LOADERS,OVERHEAD(6 YD UP TO 8 YD) $42.84 IM 5D 8L LOADERS,OVERHEAD(8 YD&OVER) $43.39 IM 5D 8L LOADERS,OVERHEAD(UNDER 6 YD),PLANT FEED $42.35 1 M 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 1 M 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 1 M 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 1 M 5D 8L POSTHOLE DIGGER,MECHANICAL $39.57 1M 5D 8L POWER PLANT $39.57 1M 5D 8L PUMPS,WATER $39.57 1M 5D 8L aa 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 1 M 5D 8L REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $42.84 1M 5D 8L EQUIP RIGGER AND BELLMAN $39.57 1M 5D 8L ROLLAGON $42.84 1 M 5D 8L ROLLER,OTHER THAN PLANT ROAD MIX $39.57 IM 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 IM 5D 8L OFF-ROAD EQUIPMENT(UNDER 45 YD) SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $42.84 1M 5D 8L OFF-ROAD EQUIPMENT(45 YD AND OVER) SCRAPERS,CONCRETE AND CARRY ALL $41.93 IM 5D 8L SCREED MAN $42.35 1M 5D 8L SHOTCRETE GUNITE $39.57 1M 5D 8L SLIPFORM PAVERS $42.84 1M 5D 8L SPREADER,TOPSIDE OPERATOR-BLAW KNOX $42.35 1M 5D 8L SUBGRADE TRIMMER $42.35 1 M 5D 8L TOWER BUCKET ELEVATORS $41.93 IM 5D 8L TRACTORS,(75 HP&UNDER) $41.93 1M 5D 8L TRACTORS,(OVER 75 HP) $42.35 1M 5D 8L TRANSFER MATERIAL SERVICE MACHINE $42.35 1M 5D 8L TRANSPORTERS,ALL TRACK OR TRUCK TYPE $42.84 IM 5D 8L TRENCHING MACHINES $41.93 1M 5D 8L TRUCK CRANE OILER/DRIVER(UNDER 100 TON) $41.93 1M 5D 8L TRUCK CRANE OILER/DRIVER(100 TON&OVER) $42.35 IM 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 JOURNEY LEVEL $27.89 1H 5G Page 7 r KING COUNTY Effective 03-03-07 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code RESIDENTIAL INSULATION APPLICATORS JOURNEY LEVEL $17.60 1 RESIDENTIAL LABORERS JOURNEY LEVEL $18.12 1 RESIDENTIAL PAINTERS JOURNEY LEVEL $18.36 1 , RESIDENTIAL PLUMBERS&PIPEFITTERS JOURNEY LEVEL $22.95 1 RESIDENTIAL REFRIGERATION&AIR CONDITIONING JOURNEY LEVEL $53.01 1G 5A RESIDENTIAL SHEET METAL WORKERS ' JOURNEY LEVEL(FIELD OR SHOP) $19.48 1 RESIDENTIAL SOFT FLOOR LAYERS JOURNEY LEVEL $33.76 1B 5A RESIDENTIAL SPRINKLER FITTERS(FIRE PROTECTION) JOURNEY LEVEL $29.76 1B 5C RESIDENTIAL TERRAZZO/TILE FINISHERS JOURNEY LEVEL $26.30 1 RESIDENTIAL TERRAZZO/TILE SETTERS JOURNEY LEVEL $40.33 1B 5A , ROOFERS JOURNEY LEVEL $35.78 1R 5A USING IRRITABLE BITUMINOUS MATERIALS $38.78 1R 5A SHEET METAL WORKERS ' JOURNEY LEVEL(FIELD OR SHOP) $49.97 1E 6L SIGN MAKERS&INSTALLERS(ELECTRICAL) SIGN INSTALLER $23.36 1 SIGN MAKER $16.84 1 ' SIGN MAKERS&INSTALLERS(NON-ELECTRICAL) SIGN INSTALLER $17.31 1 SIGN MAKER $15.61 1 SOFT FLOOR LAYERS JOURNEY LEVEL $33.76 1B 5A , SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL $12.44 1 5S SPRINKLER FITTERS(FIRE PROTECTION) JOURNEY LEVEL $53.24 1X 5C ' STAGE RIGGING MECHANICS(NON STRUCTURAL) JOURNEY LEVEL $13.23 1 SURVEYORS CHAIN PERSON $9.35 1 ' INSTRUMENT PERSON $11.40 1 PARTY CHIEF $13.40 1 TELECOMMUNICATION TECHNICIANS TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $22.76 1 , TELEPHONE LINE CONSTRUCTION-OUTSIDE CABLE SPLICER $29.89 2B 5A HOLE DIGGER/GROUND PERSON $16.81 2B 5A INSTALLER(REPAIRER) $28.68 2B 5A JOURNEY LEVEL TELEPHONE LINEPERSON $27.82 2B 5A ' SPECIAL APPARATUS INSTALLER 1 $29.89 2B 5A SPECIAL APPARATUS INSTALLER II $29.30 26 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 26 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 16 5A TILE,MARBLE&TERRAZZO FINISHERS FINISHER $34.16 1B 5A TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $34.90 1K 5A TRUCK DRIVERS ASPHALT MIX(TO 16 YARDS) $39.04 1T 5D 8L ASPHALT MIX(OVER 16 YARDS) $39.62 1T 5D 8L DUMP TRUCK $39.04 1T 5D 8L DUMP TRUCK&TRAILER $39.62 1T 5D 8L OTHER TRUCKS $39.62 1T 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. 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 s 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 ur 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 w (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 r CALENDAR WEEKDAY IN A FOUR-TEN HOUR SCHEDULE, SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. an 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 �r 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 rr HOURS WORKED OVER TEN (10) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. K. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. L. ALL HOURS WORKED IN EXCESS OF TEN(10)HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS 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 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 r. RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS, HOLIDAYS AND AFTER TWELVE (12) HOURS, MONDAY THROUGH FRIDAY,AND AFTER TEN(10)HOURS ON SATURDAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. P. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF CIRCUMSTANCES WARRANT) AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. rl 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 t 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- ++r 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. r 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. M. ALL HOURS WORKED ON SATURDAYS,SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. 0. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. rr 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 r DOUBLE THE HOURLY RATE OF WAGE. HOLIDAY CODES +� 5. A. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(7). B. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY ar AFTER THANKSGIVING DAY,THE DAY BEFORE CHRISTMAS,AND CHRISTMAS DAY(8). C. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). D. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AND SATURDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). E. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, PRESIDENTIAL ELECTION DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). F. HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(11). ' G. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY(7). H. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY,AND CHRISTMAS(6). I. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY(6). J. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS EVE DAY,AND CHRISTMAS DAY(7). N. HOLIDAYS: NEW YEAR'S DAY,PRESIDENTS'DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,VETERANS' 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). r BENEFIT CODE KEY-EFFECTIVE 03-03-07 -5- Ar 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 i OR MORE: OVER 50'TO 100'-$1.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100'TO 175'-$2.25 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 175'TO 250'-$5.50 PER FOOT FOR EACH FOOT OVER 175 FEET OVER 250'-DIVERS MAY NAME THEIR OWN PRICE,PROVIDED IT IS NO LESS THAN THE SCALE LISTED FOR 250 FEET 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: m OVER 50'TO 100'-$1.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100'TO 150'-$1.50 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 150'TO 200'-$2.00 PER FOOT FOR EACH FOOT OVER 150 FEET OVER 200'-DIVERS MAY NAME THEIR OWN PRICE ar 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. a m rr m r 11r r Department of Labor and Industries Prevailing Wage STATEMENT OF INTENT TO ,tys*^l`o (360)902-5335 Y PAY PREVAILING WAGES r www.Ini.wa.gov//TradesLicensing/PrevailingWage Public Works Contract $25.00 Filing Fee Re uired .r • 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 a roved our form will be posted online at the above website. APPROVED FORM WILL BE MAILED TO THIS ADDRESS Vr Address Contractor,company or agency name,address,city,state&ZIP+4 City State ZIP+4 r. Awarding Agency Project Contact Person Phone# County where work was performed City where work was performed aw Bid due date (mm/dd/yy) Date contract awarded (mm/dd/yy) r 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? rr Yes LJ 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 rr wo Company P Y 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 Ontj Check Number: ❑ $25 or $ For L&I Use Only Issued By: APPROVED: Department of Labor and Industries By Industrial Statistician F700-029-000 statement of intent to pay prevailing wages 12-04 After APPROVAL,send white copy to Awarding Agency. Canary copy—L&I Statement of Intent to Pay Prevailing Wages Page 1 of 1 Prevailing Wage Section ' Department of Labor& E - _ Statement of Intent to Pay Industries �4 Prevailing Wage PO Box 44540 Olympia, WA 98504-4540 (360) 902-5335 Received: Intent Id: Status: 09/26/2007 166880 Approved on 09/26/2007 COMPANY Company T BAILEY INC Information: TBAILI*044CB 601 351 925 License History 906,119-00 Industrial Insurance 12441 BARTHOLOMEW RD Premium Status ANACORTES, WA 98221 (360)293-0682 Payment Type: Electronic Company Signature: Electronic PROJECT Public Agency: RENTON, CITY OF 1055 S GRADY WAY RENTON, WA 98055 County: KING Multiple Counties? No City: Renton Project Name: Hazen Reservoir Contract Number: WTR-27-3214 Bid Due Date: 08/23/2007 Award Date: 09/24/2007 Prime Contractor: T BAILEY INC TBAILI*044CB (360) 293-0682 Does Your Company intend To Hire Subcontractors To Perform All Work? No Does Your Company Intend To Hire Any Subcontractors? Yes apprentices? No 6 Amount: $4,962,595.00 Time and Materials No Number of Owners 0 riled by: Bonnie A Brodie EMPL O YEES' WA GES Jou-mey Level Trades/Occupations County Trade Occupation Wage Fringe # Workers KING BOILERMAKERS JOURNEY LEVEL $33.32 $0.00 7 KING CARPENTERS CARPENTER $41.33 $0.00 4 KING LABORERS GENERAL LABORER $34.36 $0.00 2 KING POWER EQUIPMENT BACKHOE, EXCAVATOR, $42.35 $0.00 2 OPERATORS SHOVEL (3 YD & UNDER) r.. https://fortress.wa.g,ov/1ni/pwiapub/IntentPrint.asp?ID=166880 9/26/2007 How to expedite the processing of your form: REQUIRED FOR PROCESSING ERRORS THAT CAUSE REJECTION Filing Fee No fee or wrong amount. $25.00 filing fee required. Bid Due Date and Date Contract Awarded Missing. Award date is before bid due date. Prevailing Wage is based on the date bids from prime contractor were due to the contract awarding agency. Craft/trade/occupation Craft not listed, not specific, or does not match prevailing wage occupation listings. Owner/Operators: If the work will be performed by owners/partners, state"Owner/Operator" under the"Craft"section, and the wage and fringe need not be completed. Do list the number of owners on the job. (Individuals who own less than 30%of the company are not considered to be owner/operators and must be paid prevailing wage.) All work subcontracted: If all work will be performed by subcontractors, check the appropriate box on the form. Rate of Hourly Pay Missing or incorrect wages. Enter the rate of hourly pay and rate of qualified hourly fringe benefits, as defined by RCW 39.12.010, that you will actually provide to the workers. The amount listed for"Rate of Hourly Pay"plus the amount listed for the"Rate of Hourly Fringe Benefits", if any, must equal or exceed the Prevailing Wage rate. Estimated number of workers Missing Total Dollar Amount of Your Contract Missing—Enter"time and materials"if applicable. The exact dollar amount will be required on the Affidavit of Wages Paid form. Contractor Registration No. or UBI Missing or not registered. Companies not required to obtain a contractor's registration number need only indicate UBI (i.e.,janitorial, surveying,truck driving). Signature Missing—Intent must be signed by an authorized representative. Apprentices: Do not list apprentices or apprenticeship wages on this Statement of Intent. If you use apprentices on this project, they must be listed on the Affidavit of Wages Paid form (F700-007-000), and registered with the Washington State Apprenticeship and Training Council within 60 days of hire. Any workers not registered as such must be paid prevailing journey level wages. Call (360) 902-5323 to verify registration. Electrical and Plumber trainees registered with the Department of Labor and Industries MUST ALSO be registered with the Washington State Apprenticeship and Training Council to qualify for apprentice rates. If there is not enough space to list all required information on one form, use additional Intent forms as needed. Please indicate at the top of each form"Page 1 of 2", "Page 2 of 2", etc. No additional fee is required. No other attachments will be accepted. Approval of this Intent will be based on the information provided by the contractor/subcontractor. It does not signify approval of the classifications of labor used by the contractor/subcontractor. L&I will mail the approved white copy of this Intent to the organization provided on the front of this form. Make a copy for your records. A copy of the approved Intent form for each employer must be posted at the jobsite for contracts in excess of$10,000.00. Prevailing wage rates are available on the Internet at www.Lni.wa.qov rFradesLicensing/PrevailinoWage Submit both copies (white and canary) and the $25.00 filing fee to: MANAGEMENT SERVICES Please fold in thirds so the address DEPT. OF LABOR AND INDUSTRIES will show in a window envelope PO BOX 44835 .. OLYMPIA, WASHINGTON 98504-4835 For questions call (360) 902-5335 F700-029-000 statement of intent to pay prevailing wages—backer 12-04 Department of Labor and Industries Prevailing Wage sT�rBO AFFIDAVIT OF WAGES PAID o A, (360)902-5335 Public Works Contract http://www.Ini.wa.gov/TradesLicensingfPrevailingWage �� g�ao° $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 TIHS 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. Address I hereby certify that the above information is correct and that all -� workers I employed on this Public Works Project were paid no less City State ZIP+4 than the Prevailing Wage Rate(s) as determined by the Industrial Statistician of the Department of Labor and Industries Contractor Registration No. UBI Title Signature Industrial Insurance Account Number Email address Phone number For L&I Use Only Check Number: ❑ $25 or S For L&I Use Only Issued By: APPROVED: Department of Labor and Industries By Industrial Statistician F700-007-000 affidavit of wages 10-06 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 contractors 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 iournev 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:/fwviw.ini,wa.gov,TradesLicen;sing/PrevailingyVace Submit both copies (white and canary) and the $25.00 filing fee to: MANAGEMENT SERVICES Please fold in thirds so the address DEPT. OF LABOR AND INDUSTRIES will show in a window envelope PO BOX 44835 OLYMPIA, WASHINGTON 98504-4835 For questions call (360) 902-5335 F700-007-000 affidavit of wages -backer 10-06 a.r am CERTIFICATION OF PAYMENT OF PREVAILING WAGES „,. Date: Project CAG No. This is to certify that the prevailing wages have been paid to our employees and our subcontractors' employees for the period from through in accordance with the Intents to Pay Prevailing Wage filed with the Washington State Department of Labor & Industries. This form will be executed and submitted prior to or with the last pay request. Company Name By: Title: w rr r r w err w 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 1 46 1-06.1 Approval of Materials Prior To Use 47 The second sentence in the first paragraph is revised to read: 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 1 ' 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(PFi) + f2(PF2) +•••+ fi(PF) 8 If. 9 i = 1 to 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 April 2, 2007 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 Request for Authorization of Additional Classification and Rate, available at 34 http://www.wdol.-gov/docs/sfl444.pdf,, and submitting it to the Project Engineers' office 35 for further action. 36 37 1-07.10 Worker's Benefits 38 The fourth paragraph is revised to read: 39 40 The Public Works Contract Division of the Washington State Department of Labor and 41 Industries will provide the Contractor with applicable industrial insurance and medical 42 aid classification and premium rates. After receipt of Revenue Release from the 43 Washington State Department of Revenue, the contracting agency will verify through the 44 Department of Labor and Industries that the Contractor is current with respect to the 45 payments of industrial insurance and medical aid premiums. 46 47 1-07.15 Temporary Water Pollution/Erosion Control 48 The first paragraph is revised to read: 1 2 In an effort to prevent, control, and stop water pollution and erosion within the project, 3 thereby protecting the work, nearby land, streams, and other bodies of water, the 4 Contractor shall perform all work in strict accordance with all Federal, State, and local 5 laws and regulations governing waters of the State, as well as permits acquired for the 6 project. I 7 8 1-07.17 Utilities and Similar Facilities 9 This section is revised to read: , 10 11 The Contractor shall protect all private and public utilities from damage resulting from 12 the Work. Among others, these utilities include: telephone, telegraph, and power lines; 13 pipelines, sewer and water lines; railroad tracks and equipment; and highway lighting 14 and signing systems. All costs required to protect public and private utilities shall be at 15 the Contractor's expense, except as provided otherwise in this section. 16 17 Chapter 19.122 of the Revised Code of Washington (RCW) relates to underground 18 utilities. In accordance with this RCW, the Contractor shall call the One-Number 19 Locator Service for field location of utilities. If no locator service is available for the 20 area, notice shall be provided individually to those owners of utilities known to, or 21 suspected of, having underground facilities within the area of the proposed excavation. 22 23 This section is supplemented with the following two new sub-sections: 24 25 1-07.17(1) Utility Construction, Removal or Relocation by the Contractor 26 If the Work requires removing or relocating a utility, the contract will assign the task to 27 the Contractor or the utility owner. When the task is assigned to the Contractor it shall 28 be performed in accordance with the Plans and Special Provisions. New utility 29 construction shall be performed according to the appropriate contract requirements. 30 31 To ease or streamline the Work for its own convenience, the Contractor may desire to ' 32 ask utility owners to move, remove, or alter their equipment in ways other than those 33 listed in the Plans or Special Provisions. The Contractor shall make the arrangements 34 and pay all costs that arise from work performed by the utility owner at the Contractor's ' 35 request. Two weeks prior to implementing any such utility work, the Contractor shall 36 submit plans and details to the Engineer for approval describing the scope and schedule 37 of all work performed at the Contractors request by the utility owner. 38 39 In some cases, the Plans or special provisions may not show all underground facilities. 40 If the Work requires these to be moved or protected, the Engineer will assign the task to ' 41 others or issue a written change order requiring the Contractor to do so as provided in 42 Section 1-04.4. 43 44 1-07.17(2) Utility Construction, Removal or Relocation by Others 45 Any authorized agent of the Contracting Agency or utility owners may enter the highway 46 right-of-way to repair, rearrange, alter, or connect their equipment. The Contractor shall 47 cooperate with such efforts and shall avoid creating delays or hindrances to those doing 48 the work. As needed, the Contractor shall arrange to coordinate work schedules. 49 50 If the contract provides notice that utilities will be adjusted, relocated, replaced, or , 51 constructed by others during the prosecution of the work, the Special Provisions will 52 establish the utility owners anticipated completion. The Contractor shall carry out the t 1 Work in a way that will minimize interference and delay for all forces involved. Any 2 costs incurred prior to the utility owners anticipated completion (or if no completion is 3 specified, within a reasonable period of time) that results from the coordination and 4 prosecution of the Work regarding utility adjustment, relocation, replacement, or 5 construction shall be at the Contractor's expense as provided in Section 1-05.14. 6 7 When others delay the Work through late removal or relocation of any utility or similar 8 facility, the Contractor shall adhere to the requirements of Section 1-04.5. The 9 Contracting Agency will either suspend Work according to Section 1-08.6, or order the 10 Contractor to coordinate the Work with the work of the utility owner in accordance with 11 Section 1-04.4. When ordered to coordinate the Work with the work of the utility owner, 12 the Contractor shall prosecute the Work in a way that will minimize interference and 13 delay for all forces involved. 14 15 SECTION 1-08, PROSECUTION AND PROGRESS 16 December 4, 2006 17 1-08.1 Subcontracting 18 The eighth paragraph (beginning with - On all projects funded with both Contracting Agency 19 funds and Federal assistance ...) is supplemented with the following: 20 21 The Contractor has the option of submitting actual MBE/WBE or DBE payment data, on 22 Federally assisted, Federally assisted and Contracting agency funded, and Contracting 23 Agency funded only contracts to the contracting agency on a monthly basis using the 24 Contract Monitoring and Tracking System (CMATS) through the BizWeb application 25 located at http://www.omwbe.wa.gov/bizwebatwashington Use of CMATS will become a 26 requirement for all contractors effective January 7, 2008. 27 28 1-08.3 Progress Schedule 29 Section 1-08.3 and all subsections are deleted in their entirety and replaced with the 30 following: 31 32 1-08.3 Progress Schedule 33 1-08.3(1) General Requirements 34 The Contractor shall submit Type A or Type B Progress Schedules and Schedule 35 Updates to the Engineer for approval. Schedules shall show work that complies 36 with all time and order of work requirements in the contract. Scheduling terms and 37 practices shall conform to the standards established in Construction Planning and 38 Scheduling, Second Edition, published by the Associated General Contractors of 39 America. Except for Weekly Look-Ahead Schedules, all schedules shall meet 40 these General Requirements, and provide the following information: 41 43 1. Include all activities necessary to physically complete the project. 44 2. Show the planned order of work activities in a logical sequence. 45 46 3. Show durations of work activities in working days as defined in Section 1- `' 47 08.5. 48 49 4. Show activities in durations that are reasonable for the intended work. 50 1 5. Define activity durations in sufficient detail to evaluate the progress of 2 individual activities on a daily basis. 3 4 6. Show the physical completion of all work within the authorized contract 5 time. 6 7 The Contracting Agency allocates its resources to a contract based on the total 8 time allowed in the contract. The Contracting Agency may accept a Progress 9 Schedule indicating an early physical completion date but cannot guarantee the ' 10 Contracting Agency's resources will be available to meet an accelerated schedule. 11 No additional compensation will be allowed if the Contractor is not able to meet 12 their accelerated schedule due to the unavailability of Contracting Agency's 13 resources or for other reasons beyond the Contracting Agency's control. 14 15 If the Engineer determines that the Progress Schedule or any necessary Schedule 16 Update does not provide the required information, then the schedule will be 17 returned to the Contractor for correction and resubmittal. 18 19 The Engineer's approval of any schedule shall not transfer any of the Contractor's 20 responsibilities to the Contracting Agency. The Contractor alone shall remain 21 responsible for adjusting forces, equipment, and work schedules to ensure 22 completion of the work within the time(s) specified in the contract. 23 24 1-08.3(2) Progress Schedule Types 25 Type A Progress Schedules are required on all projects that do not contain the bid , 26 item for Type B Progress Schedule. Type B Progress Schedules are required on all 27 projects that contain the bid item for Type B Progress Schedule. Weekly Look- 28 Ahead Schedules and Schedule Updates are required on all projects. 29 30 1-08.3(2)A Type A Progress Schedule 31 The Contractor shall submit five copies of a Type A Progress Schedule no later , 32 than 10 days after the date the contract is executed, or some other mutually 33 agreed upon submittal time. The schedule may be a critical path method 34 (CPM) schedule, bar chart, or other standard schedule format. Regardless of 35 which format used, the schedule shall identify the critical path. The Engineer 36 will evaluate the Type A Progress Schedule and approve or return the schedule 37 for corrections within 15 calendar days of receiving the submittal. 38 , 39 1-08.3(2)B Type B Progress Schedule 40 The Contractor shall submit a preliminary Type B Progress Schedule no later 41 than five calendar days after the date the contract is executed. The 42 preliminary Type B Progress Schedule shall comply with all of these 43 requirements and the requirements of Section 1-08.3(1), except that it may be 44 limited to only those activities occurring within the first 60 working days of the 45 project. 46 47 The Contractor shall submit five copies of a Type B Progress Schedule no later 48 than 30 calendar days after the date the contract is executed. The schedule 49 shall be a critical path method (CPM) schedule developed by the Precedence 50 Diagramming Method (PDM). Restraints may be utilized, but may not serve to 51 change the logic of the network or the critical path. The schedule shall display 52 at least the following information: 11 1 2 Contract Number and Title 3 Construction Start Date 4 Critical Path 5 Activity Description 6 Milestone Description 7 Activity Duration 8 Predecessor Activities 9 Successor Activities 10 Early Start (ES) and Early Finish (EF) for each activity 11 Late Start (LS) and Late Finish (LF) for each activity 12 Total Float (TF) and Free Float (FF)for each activity 13 Physical Completion Date 14 Data Date 15 16 The Engineer will evaluate the Type B Progress Schedule and approve or 17 return the schedule for corrections within 15 calendar days of receiving the 18 submittal. 19 20 1-08.3(2)C Vacant 21 22 1-08.3(2)D Weekly Look-Ahead Schedule 23 Each week that work will be performed, the Contractor shall submit a Weekly 24 Look-Ahead Schedule showing the Contractor's and all subcontractors' 25 proposed work activities for the next two weeks. The Weekly Look-Ahead 26 Schedule shall include the description, duration and sequence of work, along 27 with the planned hours of work. This schedule may be a network schedule, 28 bar chart, or other standard schedule format. The Weekly Look-Ahead 29 Schedule shall be submitted to the Engineer by the midpoint of the week 30 preceding the scheduled work or some other mutually agreed upon submittal 31 time. 32 33 1-08.3(3) Schedule Updates 34 The Engineer may request a Schedule Update when any of the following events 35 occur: 36 37 1. The project has experienced a change that affects the critical path. 38 39 2. The sequence of work is changed from that in the approved schedule. 40 ' 41 3. The project is significantly delayed. 42 43 4. Upon receiving an extension of contract time. 44 r, 45 The Contractor shall submit five copies of a Type A or Type B Schedule Update 46 within 15 calendar days of receiving a written request, or when an update is 47 required by any other provision of the contract. A "significant" delay in time is 48 defined as 10 working days or 10 percent of the original contract time, whichever is 49 greater. 50 51 In addition to the other requirements of this Section, Schedule Updates shall reflect 52 the following information: 1 2 1. The actual duration and sequence of as-constructed work activities, 3 including changed work. 4 5 2. Approved time extensions. 6 7 3. Any construction delays or other conditions that affect the progress of the 8 work. 9 10 4. Any modifications to the as-planned sequence or duration of remaining 11 activities. 12 ,13 5. The physical completion of all remaining work in the remaining contract 14 time. 15 16 Unresolved requests for time extensions shall be reflected in the Schedule Update 17 by assuming no time extension will be granted, and by showing the effects to 18 follow-on activities necessary to physically complete the project within the currently 19 authorized time for completion. 20 21 1-08.3(4) Measurement 22 No specific unit of measurement shall apply to the lump sum item for Type B , 23 Progress Schedule. 24 25 1-08.3(5) Payment , 26 Payment will be made in accordance with Section 1-04.1, for the following bid item 27 when it is included in the proposal: 28 r 29 "Type B Progress Schedule", lump sum. 30 31 The Lump Sum price shall be full pay for all costs for furnishing the Type B , 32 Progress Schedule and preliminary Type B Progress Schedule. 33 34 Payment of 80 percent of the lump sum price will be made upon approval of the , 35 Progress Schedule. 36 37 Payment will be increased to 100 percent of the lump sum price upon completion of 38 80 percent of the original total contract award amount. 39 40 All costs for providing Type A Progress Schedules and Weekly Look-Ahead 41 Schedules are considered incidental to other items of work in the contract. 42 43 No payment will be made for Schedule Updates that are required due to the 44 Contractors operations. Schedule Updates required by events that are attributed to 45 the actions of the Contracting Agency will be paid for in accordance with Section 1- 46 09.4. 47 48 1-08.4 Prosecution of Work 49 The first sentence is revised to read: 50 51 The Contractor shall begin work within 21 calendar days from the date of execution of 52 the contract by the Contracting Agency, unless otherwise approved in writing. 1 2 1-08.5 Time for Completion 3 This section is revised to read: 4 5 The Contractor shall complete all physical contract work within the number of "working 6 days" stated in the Contract Provisions or as extended by the Engineer in accordance 7 with Section 1-08.8. Every day will be counted as a "working day" unless it is a 8 nonworking day or an Engineer determined unworkable day. A nonworking day is 9 defined as a Saturday, a Sunday, a whole or half day on which the contract specifically 10 prohibits work on the critical path of the Contractor's approved progress schedule, or 11 one of these holidays: January 1, the third Monday of January, the third Monday of 12 February, Memorial Day, July 4, Labor Day, November 11, Thanksgiving Day, the day 13 after Thanksgiving, and Christmas Day. When any of these holidays fall on a Sunday, 14 the following Monday shall be counted a nonworking day. When the holiday falls on a 15 Saturday, the preceding Friday shall be counted a nonworking day. The days between 16 December 25 and January 1 will be classified as nonworking days. 17 18 An unworkable day is defined as a half or whole day the Engineer declares to be 19 unworkable because of weather or conditions caused by the weather that prevents 20 satisfactory and timely performance of the work shown on the critical path of the 21 Contractor's approved progress schedule. Other conditions beyond the control of the 22 Contractor may qualify for an extension of time in accordance with Section 1-08.8. 23 24 Contract time shall begin on the first working day following the 21st calendar day after 25 the date the Contracting Agency executes the contract. If the Contractor starts work on 26 the project at an earlier date, then contract time shall begin on the first working day 27 when onsite work begins. The contract provisions may specify another starting date for 28 contract time, in which case, time will begin on the starting date specified. 29 30 Each working day shall be charged to the contract as it occurs, until the contract work is 31 physically complete. If substantial completion has been granted and all the authorized 32 working days have been used, charging of working days will cease. Each week the 33 Engineer will provide the Contractor a statement that shows the number of working 34 days: (1) charged to the contract the week before; (2) specified for the physical 35 completion of the contract; and (3) remaining for the physical completion of the contract. 36 The statement will also show the nonworking days and any half or whole day the 37 Engineer declares as unworkable. Within 10 calendar days after the date of each 38 statement, the Contractor shall file a written protest of any alleged discrepancies in it. 39 To be considered by the Engineer, the protest shall be in sufficient detail to enable the 40 Engineer to ascertain the basis and amount of time disputed. By not filing such detailed 41 protest in that period, the Contractor shall be deemed as having accepted the statement 42 as correct. 43 44 The Engineer will give the Contractor written notice of the physical completion date for 45 all work the contract requires. That date shall constitute the physical completion date of 46 the contract, but shall not imply the Secretary's acceptance of the work or the contract. 47 48 The Engineer will give the Contractor written notice of the completion date of the 49 contract after all the Contractor's obligations under the contract have been performed by 50 the Contractor. The following events must occur before the Completion Date can be 51 established: 52 1 1. The physical work on the project must be complete; and 2 3 2. The Contractor must furnish all documentation required by the contract and 4 required by law, to allow the Contracting Agency to process final acceptance of 5 the contract. The following documents must be received by the Project 6 Engineer prior to establishing a completion date: , 7 8 a. Certified Payrolls (Federal-aid Projects) 9 b. Material Acceptance Certification Documents 10 c. Annual Report of Amounts Paid as MBE/WBE Participants or 11 Quarterly Report of Amounts Credited as DBE Participation, as 12 required by the Contract Provisions. , 13 d. FHWA 47 (Federal-aid Projects) 14 e. Final Contract Voucher Certification 15 ,16 1-08.8 Extensions of Time 17 Section 1-08.8 is revised to read: 18 '19 The Contractor shall submit any requests for time extensions to the Engineer in writing 20 no later than 10 working days after the delay occurs. The requests for time extension 21 shall be limited to the affect on the critical path of the Contractor's approved schedule 22 attributable to the change or event giving rise to the request. 23 24 To be considered by the Engineer, the request shall be in sufficient detail (as determined 25 by the Engineer) to enable the Engineer to ascertain the basis and amount of the time 26 requested. The request shall include an updated schedule that supports the request 27 and demonstrates that the change or event: (1) had a specific impact on the critical 28 path, and except in cases of concurrent delay, was the sole cause of such impact, and 29 (2) could not have been avoided by resequencing of the work or by using other 30 reasonable alternatives. If a request combined with previous extension requests, 31 equals 20 percent or more of the original contract time then the Contractor's letter of , 32 request must bear consent of Surety. In evaluating any request, the Engineer will 33 consider how well the Contractor used the time from contract execution up to the point 34 of the delay and the effect the delay has on any completion times included in the special 35 provisions. The Engineer will evaluate and respond within 15 calendar days of 36 receiving the request. 37 '38 The authorized time for physical completion will be extended for a period equal to the 39 time the Engineer determines the work was delayed because of: 40 41 1. Adverse weather causing the time requested to be unworkable, provided that 42 the Engineer had not already declared the time to be unworkable and the 43 Contractor has filed a written protest according to Section 1-08.5. 44 '45 2. Any action, neglect, or default of the Contracting Agency, its officers, or 46 employees, or of any other contractor employed by the Contracting Agency. 47 48 3. Fire or other casualty for which the Contractor is not responsible. 49 50 4. Strikes. ' 51 1 5. Any other conditions for which these Specifications permit time extensions 2 such as: 3 4 a. In Section 1-04.4 if a change increases the time to do any of the work 5 including unchanged work. 6 7 b. In Section 1-04.5 if increased time is part of a protest that is 8 found to be a valid protest. 9 10 c. In Section 1-04.7 if a changed condition is determined to exist that 11 caused a delay in completing the contract. 12 13 d. In Section 1-05.3 if the Contracting Agency does not approve properly 14 prepared and acceptable drawings within 30 calendar days. 15 16 e. In Section 1-07.13 if the performance of the work is delayed as a 17 result of damage by others. 18 19 f. In Section 1-07.17 if the removal or the relocation of any utility by 20 forces other than the Contractor caused a delay. 21 22 g. In Section 1-07.24 if a delay results from all the right of way 23 necessary for the construction not being purchased and the special 24 provisions does not make specific provisions regarding unpurchased 25 right of way. 26 27 h. In Section 1-08.6 if the performance of the work is suspended, 28 delayed, or interrupted for an unreasonable period of time that proves 29 to be the responsibility of the Contracting Agency. 30 31 i. In Section 1-09.11 if a dispute or claim also involves a delay in 32 completing the contract and the dispute or claim proves to be valid. 33 34 j. In Section 1-09.6 for work performed on a force account basis. 35 36 6. If the actual quantity of work performed for a bid item was more than the 37 original plan quantity and increased the duration of a critical activity. 38 Extensions of time will be limited to only that quantity exceeding the original 39 plan quantity. 40 41 7. Exceptional causes not specifically identified in items 1 through 6, provided the 42 request letter proves the Contractor had no control over the cause of the delay 43 and could have done nothing to avoid or shorten it. 44 45 Working days added to the contract by time extensions, when time has overran, shall 46 only apply to days on which liquidated damages or direct engineering have been 47 charged, such as the following: 48 49 If substantial completion has been granted prior to all of the authorized working 50 days being used, then the number of days in the time extension will eliminate an 51 equal number of days on which direct engineering charges have accrued. If the 52 substantial completion date is established after all of the authorized working days 1 have been used, then the number of days in the time extension will eliminate an 2 equal number of days on which liquidated damages or direct engineering charges 3 have accrued. 4 The Engineer will not allow a time extension for any cause listed above if it resulted 5 from the Contractor's default, collusion, action or inaction, or failure to comply with 6 the contract. , 7 The Contracting Agency considers the time specified in the special provisions as 8 sufficient to do all the work. For this reason, the Contracting Agency will not grant a 9 time extension for: 10 11 0 Failure to obtain all materials and workers unless the failure was the result of 12 exceptional causes as provided above in subsection 7; 13 14 0 Changes, protests, increased quantities, or changed conditions (Section 1-04) 15 that do not delay the completion of the contract or prove to be an invalid or , 16 inappropriate time extension request; 17 18 0 Delays caused by nonapproval of drawings or plans as provided in Section ' 19 1-05.3; 20 21 • Rejection of faulty or inappropriate equipment as provided in Section 1-05.9; 22 23 0 Correction of thickness deficiency as provided in Section 5-05.5(1)B. 24 25 The Engineer will determine whether the time extension should be granted, the reasons , 26 for the extension, and the duration of the extension, if any. Such determination will be 27 final as provided in Section 1-05.1. 28 '29 SECTION 1-09, MEASUREMENT AND PAYMENT 30 December 4, 2006 31 1-09.6 Force Account , 32 The last paragraph under "3. For Equipment" is revised to read: 33 '34 Copies of the AGC/WSDOT Equipment Rental Agreement will be maintained on the 35 Contracting Agency's web site at www.wsdot.wa.gov. 36 37 1-09.9(1) Retainage 38 The fourth paragraph is revised to read: 39 40 Release of the retainage will be made 60 days following the Completion Date (pursuant 41 to RCW 39.12, and RCW 60.28) provided the following conditions are met: 42 '43 1. On contracts totaling more than $20,000, a release has been obtained from the 44 Washington State Department of Revenue. 45 ' 46 2. Affidavits of Wages Paid for the Contractor and all Subcontractors are on file 47 with the Contracting Agency (RCW 39.12.040). 48 49 3. A certificate of Payment of Contributions Penalties and Interest on Public ' 50 Works Contract is received from the Washington State Employment Security 51 Department. 1 2 4. Washington State Department of Labor and Industries (per section 1-07.10) 3 shows the Contractor is current with payments of industrial insurance and 4 medical aid premiums. 5 6 5. All claims, as provided by law, filed against the retainage have been resolved. 7 In the event claims are filed and provided the conditions of 1, 2, 3 and 4 are 8 met, the Contractor will be paid such retained percentage less an amount 9 sufficient to pay any such claims together with a sum determined by the 10 Contracting Agency sufficient to pay the cost of foreclosing on claims and to 11 cover attorney's fees. 12 13 SECTION 2-02, REMOVAL OF STRUCTURES AND OBSTRUCTIONS 14 April 2, 2007 15 2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters 16 Item 3. is revised to read: 17 18 3. Make a vertical full depth saw cut between any existing pavement, sidewalk, curb, 19 or gutter that is to remain and the portion to be removed. For portland cement 20 concrete pavement removal, a second vertical full depth relief saw cut offset 12 21 inches to 18 inches from and parallel to the initial saw cut is also required, unless 22 the Engineer approves otherwise. 23 24 SECTION 2-03, ROADWAY EXCAVATION AND EMBANKMENT 25 August 7, 2006 26 2-03.3(2) Rock Cuts 27 This section is revised to read: 28 29 1. Preserving Rock Below Subgrade. The Contractor shall take care not to break 30 down, loosen, or damage the rock under the subgrade line, except as provided by 31 Section 2-03.3(3). Normally cuts will be made from the top, lift by lift, to protect the 32 rock bench that will remain. The Contractor shall be responsible for methods used 33 and for any damage caused to the roadbed, regardless of any previous approvals 34 by the Engineer. 35 36 2. Scaling and Dressing. To leave rock cuts in a safe, stable condition, the 37 Contractor shall scale and dress them, removing all loose fragments and rocks not 38 firmly fastened to the rock slope. The Contractor shall also remove any 39 overhanging rock the Engineer sees as a hazard to roadway users. 40 ■ 41 If the Engineer requires it, the Contractor shall remove loose fragments and rocks w 42 lying outside the slope stakes. Payment for such extra work shall be by force 43 account as provided in Section 1-09.6. The Contracting Agency will pay for loading 44 and hauling these materials at the unit contract prices that apply or as provided in 45 Section 1-04.4. 46 47 3. Drilling and Blasting. Not less than two weeks prior to commencing drilling and 48 blasting operations or at any time the Contractor proposes to change the drilling 49 and blasting methods, the Contractor shall submit a blasting plan to the Engineer 50 for review. The blasting plan shall contain the full details of the drilling and blasting r 1 patterns and controls the Contractor proposes to use for both the controlled and 2 production blasting. The blasting plan submittal is required for all blasting 3 operations and shall contain the following minimum information: 4 5 a) Station limits of proposed shot. 6 '7 b) Plan and section views of proposed drill pattern including free face, 8 burden, blast hole spacing, blast hole diameter, blast hole angles, lift 9 height, and subdrill depth. ' 10 11 c) Loading diagram showing type and amount of explosives, primers, 12 initiators, and location and depth of stemming. ' 13 14 d) Initiation sequence of blast holes including delay times and delay system. 15 '16 e) Manufacturer's data sheets for all explosives, primers, and initiators to be 17 employed. 18 '19 Review of the blasting plan by the Engineer shall not relieve the Contractor of the 20 responsibility for the accuracy and adequacy of the plan when implemented in the 21 field. 22 '23 When blasting to establish slopes '/z to 1 or steeper, and more than 10 feet high, 24 the Contractor shall use controlled blasting. The Engineer may require the 25 Contractor to use controlled blasting to form the faces of other slopes, even if the 26 slopes could be formed by nonblasting methods. 27 28 Controlled blasting refers to the controlled use of explosives and blasting 29 accessories in carefully spaced and aligned drill holes to provide a free surface or 30 shear plane in the rock along the specified backslope. Controlled blasting 31 techniques covered by this specification include presplitting and cushion blasting. ' 32 33 In addition to the blasting plan submittal, when using controlled blasting the 34 Contractor shall: ' 35 36 a) Prior to commencing full-scale blasting operations, the Contractor shall 37 demonstrate the adequacy of the proposed blast plan by drilling, blasting, 38 and excavating short test sections, up to 100 feet in length, to determine 39 which combination of method, hole spacing, and charge works best. 40 When field conditions warrant, the Contractor may be ordered to use test 41 section lengths less than 100 feet. 42 43 Unless otherwise approved by the Engineer, the Contractor shall begin the 44 tests with the controlled blast holes spaced 30-inches apart, then adjust if 45 needed, until the Engineer approves the spacing to be used for full-scale 46 blasting operations. 47 48 b) The Contractor shall completely remove all overburden soil and loose or 49 decomposed rock along the top of the excavation for a distance of at least 50 30 feet beyond the end of the production hole drilling limits, or to the end 51 of the cut, before drilling the presplitting holes. 52 1 c) The controlled blast holes shall be not less than 21/2 inches nor more than 2 3 inches in diameter. 3 4 d) The Contractor shall control drilling operations by the use of the proper 5 equipment and technique to ensure that no hole shall deviate from the 6 plane of the planned slope by more than 9 inches either parallel or normal 7 to the slope. Drill holes exceeding these limits shall not be paid for unless 8 satisfactory slopes are being obtained. 9 10 e) Controlled blast holes shall extend a minimum of 30 feet beyond the limits 11 of the production holes to be detonated, or to the end of the cut as 12 applicable. 13 14 f) The length of controlled blast holes for any individual lift shall not exceed 15 20 feet unless the Contractor can demonstrate to the Engineer the ability 16 to stay within the above tolerances and produce a uniform slope. If 17 greater than 5 percent of the presplit holes are misaligned in any one lift, 18 the Contractor shall reduce the height of the lifts until the 9-inch alignment 19 tolerance is met. Upon satisfactory demonstration, the length of holes 20 may be increased to a maximum of 60 feet with written approval of the 21 Engineer. 22 23 g) When the cut height requires more than one lift, a maximum 2-foot offset 24 between lifts will be permitted to allow for drill equipment clearances. The 25 Contractor shall begin the control blast hole drilling at a point that will 26 allow for necessary offsets and shall adjust, at the start of lower lifts, to 27 compensate for any drift that may have occurred in the upper lifts. 28 29 h) Before placing charges, the Contractor shall determine that the hole is free 30 of obstructions for its entire depth. All necessary precautions shall be 31 exercised so that the placing of the charges will not cause caving of 32 material from the walls of the holes. 33 34 i) The maximum diameter of explosives used in presplit holes shall not be 35 greater than 1/2 the diameter of the presplit hole. 36 37 j) Only standard explosives manufactured especially for controlled blasting 38 shall be used in controlled blast holes, unless otherwise approved by the 39 Engineer. Bulk ammonium nitrate and fuel oil (ANFO) shall not be allowed 40 to be loaded in the presplit holes. 41 42 k) If fractional portions of standard explosive cartridges are used, they shall 43 be firmly affixed to the detonating cord in a manner that the cartridges will 44 not slip down the detonating cord nor bridge across the hole. Spacing of 45 fractional cartridges along the length of the detonating cord shall not 46 exceed 30 inches center to center and shall be adjusted to give the 47 desired results. 48 49 1) Continuous column cartridge type of explosives used with detonating cord 50 shall be assembled and affixed to the detonating cord in accordance with 51 the explosive manufacturer's instructions, a copy of which shall be 52 furnished to the Engineer. 1 2 m) The bottom charge of a presplit hole may be larger than the line charges 3 but shall not be large enough to cause overbreak. The top charge of the 4 presplitting hole shall be placed far enough below the collar, and reduced 5 sufficiently, to avoid overbreaking and heaving. 6 ' 7 n) The upper portion of all presplit holes, from the top most charge to the 8 hole collar, shall be stemmed. Stemming materials shall be sand or other 9 dry angular material, all of which passes a 3/8-inch sieve. 10 11 o) If presplitting is specified, the detonation of these holes shall be fired first. 12 13 p) If cushion blasting is specified, the detonation of these holes shall be fired 14 last on an instantaneous delay after all other blasting has taken place in 15 the excavation. ' 16 17 q) Production blast holes shall not be drilled closer than 6 feet to the 18 controlled blast line, unless approved by the Engineer. The bottom of the , 19 production holes shall not be lower than the bottom of the controlled blast 20 holes. Production holes shall not exceed 6 inches in diameter, unless 21 approved by the Engineer. Detonation of production holes shall be on a , 22 delay sequence toward a free face. 23 24 r) The use of horizontal blast holes for either production or controlled 25 blasting is prohibited. 26 27 SECTION 2-09, STRUCTURE EXCAVATION 28 April 2, 2007 29 2-09.3(1)E Backfilling 30 Paragraphs three through nine including the Controlled Density Fill (CDF) chart are deleted ' 31 and replaced with the following: 32 33 Alternative Sources. When material from structure excavation is unsuitable for use as 34 backfill, the Engineer may: 35 36 1. require the Contractor to use other material covered by the contract if such 37 substitution involves work that does not differ materially from what would 38 otherwise have been required; 39 40 2. require the Contractor to substitute selected material in accordance with 41 Section 2-03.3(10), 42 43 3. require the Contractor to use Controlled Density Fill (CDF) also known as 44 Controlled Low Strength Material (CLSM)), or; 45 46 4. require the Contractor to obtain material elsewhere. Material obtained 47 elsewhere will be paid for in accordance with Section 1-04.4. 48 49 Controlled Density Fill (CDF) or Controlled Low-Strength Material (CLSM). CDF is 50 a self compacting, cementitious, flowable material requiring no subsequent vibration or 51 tamping to achieve consolidation. The Contractor shall provide a mix design in writing t 1 to the Engineer on WSDOT Form 350-040 and utilize ACI 229 as a guide to develop the 2 CDF mix design. No CDF shall be placed until the Engineer has reviewed the mix 3 design. CDF shall be designed to have a minimum 28-day strength of 50 psi and a 4 maximum 28-day strength not to exceed 300 psi. The CDF consistency shall be 5 flowable (approximate slump 3 to 10 inches). 6 7 The following testing methods shall be used by the Contractor to develop the CDF mix 8 design: 9 10 28 day compressive strength -ASTM D 4832, 11 Unit weight, yield, and air content–ASTM D 6023, 12 Test for slump shall be in accordance with WSDOT FOP for AASHTO T 119. 13 14 The water/cement ratio shall be calculated on the total weight of cementitious material. 15 The following are considered cementitious materials: Portland cement, fly ash, ground 16 granulated blast furnace slag and microsilica fume. 17 18 Admixtures used in CDF shall meet the requirements of Section 9-23.6, Admixtures for 19 Concrete, and foaming agents, if used, shall meet the requirements of ASTM C 869. 20 Admixtures shall be used in accordance with the manufacturer's recommendations and 21 non-chloride accelerating admixtures may be used to accelerate the hardening of CDF. 22 23 CDF shall meet the requirements of Section 6-02.3(5)C and shall be accepted based on 24 a Certificate of Compliance. The producer shall provide a Certificate of Compliance for 25 each truckload of CDF in accordance with Section 6-02.3(5)B. 26 27 Item 1 of the first paragraph under Compaction is revised to read: 28 29 1. Backfill supporting roadbed, roadway embankments, or structures, including backfill 30 providing lateral support for noise barrier wall foundations, luminaire poles, traffic 31 signal standards, and roadside and overhead sign structure foundations — placed 32 in horizontal layers no more than 6 inches thick with each layer compacted to 33 95 percent of the maximum density determined by the Compaction Control Test, 34 Section 2-03.3(14)D. 35 36 2-09.3(3)B Excavation Using Open Pits — Extra Excavation 37 This section is revised to read: 38 i 39 The Contractor may dig open pits or perform extra excavation without shoring or ' 40 cofferdams, if: 41 42 1. Footings can be placed in dry material away from running water. 43 44 2. The integrity of the completed structure and its surroundings is not reduced. 45 46 3. Worker safety is ensured as required by law. 47 48 4. The excavation does not disturb the existing pavement or any other adjacent 49 structural elements. r 50 w 51 If a slide occurs in an open pit, the Contractor shall remove the slide material. If the 52 slide disturbs an area over which a highway will be built, the Contractor shall backfill 1 and compact the site to the original ground line as approved by the Engineer. If the slide 2 damages an existing facility such as a roadway or structure, the Contractor shall repair 3 the damage caused by the slide. The Contractor shall pay all costs related to removing 4 slide material and restoring the slide area, including the repair of any pavement or 5 structural elements damaged by the slide. 6 '7 The Contractor shall drain or pump any water from the pit, taking care not to stir up or 8 soften the bottom. If equipment in the pit or inadequate water removal makes the 9 foundation material unstable, the Contractor shall, at no expense to the Contracting , 10 Agency, remove and replace it with material the Engineer approves. 11 12 When the Engineer believes ground water flow may impair a concrete footing, the 13 Contractor shall place under it a layer of gravel at least 6 inches thick. Before placing 14 the gravel, the Contractor shall excavate to whatever grade the Engineer requires. This 15 provision shall not apply to the building of concrete seals. 16 17 The Contractor may omit forms when the earthen sides of a footing excavation will 18 stand vertically. In this case, the Contractor may excavate to the neat line dimensions of 19 the footing and pour concrete against the undisturbed earth. If the hole is larger than 20 neat line dimensions, the Contractor shall bear the cost of the extra concrete. 21 22 For open temporary cuts, the following requirements shall be met: 23 24 1. No vehicular or construction traffic, or construction surcharge loads will be 25 allowed within a distance of 5-feet from the top of the cut. , 26 27 2. Exposed soil along the slope shall be protected from surface erosion. 28 29 3. Construction activities shall be scheduled so that the length of time the 30 temporary cut is left open is reduced to the extent practical. 31 32 4. Surface water shall be diverted away from the excavation. 33 34 Submittals and Design Requirements. The Contractor shall submit working drawings 35 and calculations showing the geometry and construction sequencing of the proposed 36 excavation slopes. The Contractor shall not begin excavation operations until receiving 37 the Engineer's approval of the excavation submittal. 38 39 The excavation stability design shall be conducted in accordance with the WSDOT 40 Geotechnical Design Manual (M46-03). The stability of the excavation slopes shall be 41 designed for site specific conditions which shall be shown and described in the working ' 42 drawings. Examples of such items that shall be shown on the excavation submittal and 43 supported by calculations include, but are not limited to, the following: 44 45 1. Excavation geometry and controlling cross sections showing adjacent existing 46 foundations, utilities, site constraints, and any surcharge loading conditions 47 that could affect the stability of the slope; 48 49 2. A summary clearly describing subsurface soil and groundwater conditions, 50 sequencing considerations, and governing assumptions; ' 51 1 3. Any supplemental subsurface explorations made to meet the requirements for 2 geotechnical design of excavation slopes, in accordance with the WSDOT 3 Geotechnical Design Manual; 4 5 4. Supporting geotechnical calculations used to design the excavation, the soil 6 and material properties selected for design, and the justification for the 7 selection for those properties, in accordance with the WSDOT Geotechnical 8 Design Manual; 9 10 5. Safety factors, or load and resistance factors used, and justification for their 11 selection, in accordance with the WSDOT Geotechnical Design Manual, and 12 referenced AASHTO design manuals; 13 14 6. Location and weight of construction equipment adjacent to the excavation top, 15 and location of adjacent traffic; and, 16 17 7. A monitoring plan to evaluate the excavation performance throughout its 18 design life. 19 20 2-09.3(3)D Shoring and Cofferdams 21 Paragraphs one through seven are revised to read: 22 23 Definitions. Structural shoring is defined as a shoring system that is installed prior to 24 excavation. Structural shoring shall provide lateral support of soils and limit lateral 25 movement of soils supporting structures, roadways, utilities, railroads, etc., such that 26 these items are not damaged as a result of the lateral movement of the supporting soils. 27 28 Structural shoring systems includes driven cantilever sheet piles, sheet piles with 29 tiebacks, sheet pile cofferdams with wale rings or struts, prestressed spud piles, 30 cantilever soldier piles with lagging, soldier piles with lagging and tiebacks, and multiple 31 tier tieback systems. 32 33 Trench boxes, sliding trench shields, jacked shores, shoring systems that are installed 34 after excavation, and soldier pile, sheet pile, or similar shoring walls installed in front of 35 a pre-excavated slope, are not allowed as structural shoring. 36 37 A cofferdam is any watertight enclosure, sealed at the bottom and designed for the 38 dewatering operation, that surrounds the excavated area of a structure. The Contractor 39 shall use steel sheet pile or interlocking steel pile cofferdams in all excavation that is ' 40 under water or affected by ground water. 41 42 Submittals and Design Requirements. The Contractor shall submit working drawings 43 and calculations showing the proposed methods and construction details of structural 44 shoring or cofferdams in accordance with Sections 6-01.9 and 6-02.3(16). The w 45 Contractor shall not begin construction of structural shoring or cofferdams, nor begin 46 excavation operations, until approval of the structural shoring submittal has been given 47 by the Project Engineer. 48 49 Structural shoring and cofferdams shall be designed for conditions stated in this Section ' 50 using methods shown in Division I Section 5 of the AASHTO Standard Specifications for 51 Highway Bridges Seventeenth Edition - 2002 for allowable stress design, or the 52 AASHTO LRFD Bridge Design Specifications, Third Edition, 2004 and current interims n ' 1 for load and resistance factor design. The USS Steel Sheet Piling Design Manuals, 2 published by United States Steel, may be used for shoring walls that do not support 3 other structures and that are 15 feet in height or less. Allowable stresses for materials 4 shall not exceed stresses and conditions allowed by Section 6-02.3(17)B. The shoring 5 design shall also be in compliance with the WSDOT Geotechnical Design Manual (M46- 6 03). In the case of conflict or discrepancy between manuals, the Geotechnical Design ' 7 Manual shall govern. 8 9 For open temporary cuts associated with a shoring system, the requirements for open ' 10 temporary cuts specified in Section 2-09.3(3)B shall be met. 11 12 The structural shoring system shall be designed for site specific conditions which shall 13 be shown and described in the working drawings. The structural shoring system design 14 shall include the design of the slopes for stability above and below the shoring system. 15 Except as otherwise noted, the design height of all structural shoring in design 16 calculations and working drawings shall be for the depth of excavation as required by 17 the Plans, plus an additional 2 feet to account for the possibility of overexcavation. If 18 the Contractor provides written documentation to the satisfaction of the Engineer that 19 the soil conditions at the site are not likely to require overexcavation, the Engineer may 20 waive the requirement for two feet of overexcavation design height. 21 22 Examples of such items that shall be shown on the structural shoring submittal and ' 23 supported by calculations include, but are not limited to, the following: 24 25 1. Heights; soil slopes; soil benches; and controlling cross sections showing 26 adjacent existing foundations, utilities, site constraints, and any surcharge 27 loading conditions that could affect the stability of the shoring system, including 28 any slopes above or below the shoring. 29 30 2. A summary clearly describing performance objectives, subsurface soil and 31 groundwater conditions, sequencing considerations, and governing 32 assumptions. 33 34 3. Any supplemental subsurface explorations made to meet the requirements for ' 35 geotechnical design of excavation slopes, shoring walls, and other means of 36 ground support, in accordance with the WSDOT Geotechnical Design Manual. 37 38 4. Supporting geotechnical calculations used to design the shoring system, 39 including the stability evaluation of the shoring system in its completed form as 40 well as intermediate shoring system construction stages, the soil and material 41 properties selected for design, and the justification for the selection for those 42 properties, in accordance with the WSDOT Geotechnical Design Manual. 43 44 5. Safety factors, or load and resistance factors used, and justification for their 45 selection. 46 47 6. Location and weight of construction equipment adjacent to the excavation; 48 location of adjacent traffic; and structural shoring system material properties, 49 spacing, size, connection details, weld sizes, and embedment depths. 50 51 7. Structural shoring installation and construction sequence, procedure, length of 52 time for procedure and time between operations; proof load testing procedure r 1 if any; deadman anchor design and geometry; no load zones; grouting material 2 and strengths; and a list of all assumptions. 3 4 8. Methods and materials to be used to fill voids behind lagging, when soldier 5 piles with lagging are used as structural shoring. 6 7 9. A monitoring/testing plan to evaluate the performance of the 8 excavation/shoring system throughout its design life, and 9 10 10. An estimate of expected displacements or vibrations, threshold limits that 11 would trigger remedial actions, and a list of potential remedial actions should 12 thresholds be exceeded. Thresholds shall be established to prevent damage 13 to adjacent facilities, as well as degradation of the soil properties due to 14 deformation. 15 16 SECTION 2-12 CONSTRUCTION GEOTEXTILE 17 August 7, 2006 18 The section title is revised to read: 19 20 CONSTRUCTION GEOSYNTHETIC 21 22 2-12 CONSTRUCTION GEOTEXTILE 23 This heading is revised to read: 24 25 2-12 CONSTRUCTION GEOSYNTHETIC 26 27 2-12.1 Description 28 The word geotextile is revised to geosynthetic. 29 30 2-12.2 Materials 31 In the first and second paragraphs geotextile is revised to geosynthetic. 32 •� 33 2-12.3 Construction Requirements 34 In the first, second, and third paragraphs geotextile is revised to geosynthetic. ' 35 36 SECTION 3-01, PRODUCTION FROM QUARRY AND PIT SITES 37 August 7, 2006 38 3-01.4(1) Acquisition and Development 39 The first paragraph is revised to read: 40 41 If, under the terms of the Contract, the Contractor is required to provide a source of 42 materials, or if the Contractor elects to use materials from sources other than those ' 43 provided by the Contracting Agency, the Contractor shall, at no expense to the 44 Contracting Agency, make all necessary arrangements for obtaining the material and 45 shall ensure the quantity of suitable material is available. Preliminary samples shall be 46 taken by or in the presence of the Engineer or a designated representative unless the ' 47 Engineer permits otherwise. Approval of the source does not relieve the Contractor 48 from meeting these specification requirements, nor does it guarantee that the material 1 will meet these requirements without additional or proper processing. The Engineer 2 may require additional preliminary samples at any time. 3 4 SECTION 5-01, CEMENT CONCRETE PAVEMENT REHABILITATION 5 April 2, 2007 6 5-01.3(2)B Portland Cement Concrete ' 7 The third paragraph beginning with "Acceptance testing" is supplemented with the following: 8 '9 The Contractor shall provide cure boxes in accordance with Section 6-02.3(5)H, and 10 protect concrete cylinders in cure boxes from excessive vibration and shock waves 11 during the curing period in accordance with Section 6-02.3(6)D. Payment for cure 12 boxes shall be in accordance with Section 6-02.5. 13 14 5-01.3(4) Replace Portland Cement Concrete Panel 15 The fourth sentence in the second paragraph is revised to read: 16 17 A vertical full depth saw cut is required along all longitudinal joints and at transverse 18 locations and, unless the Engineer approves otherwise, an additional vertical full depth 19 relief saw cut located 12 inches to 18 inches from and parallel to the initial longitudinal 20 and transverse saw cut locations is also required. 21 22 The third paragraph is revised to read: 23 24 When new concrete pavement is to be placed against existing cement concrete 25 pavement, epoxy coated tie bars and epoxy coated dowel bars shall be drilled and 26 grouted into the existing pavement with either Type I or IV epoxy resin as specified in 27 Section 9-26. Tie bars are not required for panel replacement less than a full panel. ' 28 29 The seventeenth paragraph is revised to read: 30 31 The Contractor shall place polyethylene film or building paper in accordance with 32 AASHTO M 171 along all existing concrete surfaces and between the bottom of the slab 33 and treated bases prior to placing concrete. 34 35 5-01.3(5) Partial Depth Spall Repair 36 The fifth paragraph is revised to read: 37 38 When a partial depth repair is placed directly against an adjacent longitudinal joint, 39 polyethylene film or building paper in accordance with AASHTO M 171 shall be placed 40 between the existing concrete and the area to be patched. 41 42 5-01.3(6) Dowel Bar Retrofit 43 The fourth and fifth sentences in the second paragraph are revised to read: 1 44 45 When gang saws are used, slots that are not used shall be cleaned and sealed with 46 either Type I or IV epoxy resin as specified in Section 9-26. 47 48 The sixth paragraph is revised to read: 49 50 All slot surfaces shall be cleaned to bare concrete by sand blasting. The cleaning shall 51 remove all slurry, parting compound, and other foreign materials prior to installation of 1 the dowel. Any damage to the concrete shall be repaired by the Contractor at no cost to 2 the Contracting Agency. Traffic shall not be allowed on slots where concrete has been 3 removed. 4 5 5-01.3(10) Pavement Smoothness 6 This section is revised to read: 7 8 Perform the work described in Section 5-05.3(12), and the following: 9 10 Where the pavement is ground, calculation of the profile index shall exclude dips 11 and depressions in the existing roadway. The profilograph generated reports shall 12 be provided to the Engineer prior to payment. 13 14 5-01.5 Payment 15 This section is revised as follows: 16 17 The paragraph following "Replace Cement Concrete Panel", per square yard, is revised 18 to read: 19 20 The unit contract price per square yard shall be full payment for all costs to 21 complete the work as specified, including saw cutting full depth, removal and 22 disposal of the existing panels off of the Contracting Agency's right-of-way, 23 preparing the surfacing below the new panel, provide, place and compact the 24 crushed surfacing or hot mix asphalt, furnishing and placing polyethylene film or 25 building paper, furnishing and placing the portland cement concrete, drilling the 26 holes, providing and anchoring the dowel bars and tie bars, and for all incidentals 27 required to complete the work as specified. 28 29 In the 15th paragraph for Sealing Transverse and Longitudinal Joints, delete "Cement 30 Concrete Pavement Grinding", per square yard. 31 32 At the top of the 16th paragraph add "Cement Concrete Pavement Grinding", per 33 square yard. 34 35 The second sentence in the 16th paragraph is revised to read: 36 1 37 The costs of any additional pavement grinding and profiling required to complete 38 the work as specified is also included in this payment. 39 40 The 18th paragraph for Replace Uncompactable Material is supplemented with the 41 following: 42 43 All costs associated with the containment, collection and disposal of concrete slurry 44 and grinding residue shall be included in the applicable concrete grinding or cutting 45 items of work. 46 47 SECTION 5-04, HOT MIX ASPHALT 48 April 2, 2007 ' 49 5-04.3(1) HMA Mixing Plant 50 The first paragraph is supplemented with the following: 51 1 4. Sampling HMA. The HMA plant shall provide for sampling HMA by one of the 2 following methods: 3 4 a. A mechanical sampling device attached to the HMA plant. 5 b. Platforms or devices to enable sampling from the hauling vehicle without 6 entering the hauling vehicle. 7 8 5-04.3(8)A Acceptance Sampling and Testing—HMA Mixture 9 Item 3 in this section is revised to read: 10 11 3. Sampling. Samples for acceptance testing shall be obtained by the Contractor 12 when ordered by the Engineer. The Contractor shall sample the HMA mixture in 13 the presence of the Engineer and in accordance with WSDOT FOP for 14 WAQTC/AASHTO T 168. 15 16 5-04.3(10)6 Control 17 The second paragraph in item 3. is revised to read: 18 19 For compaction lots falling below a 1.00 pay factor and thus subject to price reduction or 20 rejection, the Contractor may request that cores be used for acceptance of HMA 21 compaction. When cores are taken by the Contracting Agency at the request of the 22 Contractor, they shall be requested by noon of the next workday after receiving the test 23 results. The cores will be taken at approximately the same locations as the nuclear 24 density gauge tests in the compaction lot being challenged. When the CPF for the lot 25 based on the results of the HMA cores is less than 1.00, the cost for the coring will be 26 deducted from any monies due or that may become due the Contractor under the 27 contract at the rate of$125 per core. 28 29 SECTION 5-05, CEMENT CONCRETE PAVEMENT 30 April 2, 2007 31 5-05.3(4)A Acceptance of Portland Cement Concrete Pavement 32 The ninth paragraph beginning with "Acceptance testing for compliance" is supplemented 33 with the following: 34 35 The Contractor shall provide cure boxes in accordance with Section 6-02.3(5)H, and 36 protect concrete cylinders in cure boxes from excessive vibration and shock waves 37 during the curing period in accordance with Section 6-02.3(6)D. Payment for cure 38 boxes shall be in accordance with Section 6-02.5. 39 40 5-05.3(6) Subgrade 41 The first sentence in the second paragraph is revised to read: 42 43 The subgrade shall be prepared and compacted a minimum of 3 feet beyond each edge 44 of the area which is to receive concrete pavement in order to accommodate the slip- 45 form equipment. 46 47 5-05.3(7) Placing, Spreading, and Compacting Concrete 48 The second paragraph is revised to read: 49 ' 1 The average density of the cores shall be at least 97 percent of the approved mix 2 design density or the actual concrete density when determined by the Contractor using 3 AASHTO T 121 with no cores having a density of less than 96 percent. 4 5 5-05.3(8)A Contraction Joints 6 The fifth paragraph is revised to read: 7 8 When cement concrete pavement is placed adjacent to existing cement concrete 9 pavement, the vertical face of all existing working joints shall be covered with 10 polyethylene film or building paper in accordance with AASHTO M 171. 11 12 5-05.3(10) Tie Bars and Dowel Bars 13 The second sentence in the seventh paragraph is revised to read: 14 15 The epoxy-bonding agent shall be either Type I or IV epoxy resin as specified in Section 16 9-26. 17 18 5-05.3(12) Surface Smoothness 19 The first sentence in the first paragraph is revised to read: 20 21 The pavement smoothness will be checked with equipment furnished and operated by 22 the Contractor, under supervision of the Engineer, within 48 hours following placement 23 of concrete. 24 25 5-05.4 Measurement 26 Item 3. is revised to read: 27 28 3. The depth will be determined from the reference cores. The depth utilized to 29 calculate the volume shall not exceed the plan depth plus 0.04 feet. 30 31 SECTION 6-02, CONCRETE STRUCTURES 32 April 2, 2007 33 6-02.3(2) Proportioning Materials 34 The third paragraph is revised to read: 35 36 The use of fly ash is required for Class 4000D and 4000P concrete, except that ground 37 granulated blast furnace slag may be substituted for fly ash at a 1:1 ratio. The use of fly 38 ash and ground granulated blast furnace slag is optional for all other classes of 39 concrete. 40 41 6-02.3(2)A Contractor Mix Design 42 The first paragraph is revised to read: 43 44 The Contractor shall provide a mix design in writing to the Engineer for all classes of 45 concrete specified in the Plans except for those accepted based on a Certificate of 46 Compliance. No concrete shall be placed until the Engineer has reviewed the mix 47 design. The required average 28 day compressive strength shall be selected per ACI 48 318, Chapter 5, Section 5.3.2. ACI 211.1 and ACI 318 shall be used to determine 49 proportions. The proposed mix for Class 4000P shall provide a minimum fly ash or 50 ground granulated blast furnace slag content per cubic yard of 100 pounds, and a 1 minimum cement content per cubic yard of 600 pounds. The proposed mix for Class 2 4000D shall provide a minimum fly ash or ground granulated blast furnace slag content 3 per cubic yard of 75 pounds, and a minimum cement content per cubic yard of 660 4 pounds. All other concrete mix designs, except those for lean concrete and commercial 5 concrete, shall have a minimum cementitious material content of 564 pounds per cubic 6 yard of concrete. ' 7 8 The first sentence of the second paragraph is revised to read: 9 10 The Contractor's submittal of a mix design shall be on WSDOT form 350-040 and shall 11 provide a unique identification for each mix design and shall include the mix proportions 12 per cubic yard, the proposed sources, the average 28 day compressive strength for 13 which the mix is designed, the fineness modulus, and the water cement ratio. 14 15 The following new sentence is inserted after the first sentence in the fourth paragraph. 16 17 An alternate combined aggregate gradation conforming to Section 9-03.1(5) may also 18 be used. 19 20 6-02.3(4)A Qualification of Concrete Suppliers 21 The first paragraph and the entire second paragraph (1 through 4) are deleted and replaced 22 with the following: 23 24 Batch Plant Prequalification may be obtained through one of the following methods: 25 26 1. Certification by the National Ready Mix Concrete Association (NRMCA). 27 Information concerning NRMCA certification may be obtained from the NRMCA 28 at 900 Spring Street, Silver Springs, MD 20910 or online at www.nrmca.org. , 29 The NRMCA certification shall be good for a two year period. When this 30 method of certification is used the following documentation shall be submitted 31 to the project engineer. 32 33 a. A copy of the current NRMCA Certificate of Conformance, the 34 concrete mix design(s) (WSDOT Form 350-040), along with copies of ' 35 the truck list, batch plant scale certification, admixture dispensing 36 certification, and volumetric water batching devices (including water 37 meters) verification. 38 39 2. Independent evaluation certified by a Professional Engineer using NRMCA 40 checklist. The Professional Engineer shall be licensed under title 18 RCW, 41 state of Washington, qualified in civil engineering. The independent certification 42 using the NRMCA checklist 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 engineer. 45 46 a. A copy of the Professional Engineer's stamped and sealed NRMCA 47 Verification of Inspection and Application for Certificate page from the 48 NRMCA checklist, the concrete mix design(s) (WSDOT Form 350- 49 040), along with copies of the truck list, batch plant scale certification, 50 admixture dispensing certification, and volumetric water batching 51 devices (including water meters) verification. 52 1 3. Inspection conducted by the Plant Manager, defined as the person directly 2 responsible for the daily plant operation, using the NRMCA Plant Certification 3 checklist. The Plant Manager certification shall be done prior to the start of a 4 project, and every six months throughout the life of the project, and meet the 5 following requirements: 6 7 a. The Agreement to Regularly Check Scales and Volumetric Batching 8 Dispensers page in the NRMCA Plant Certification checklist shall be 9 signed by the Plant Manager and notarized. 10 11 b. The signed and notarized Agreement to Regularly Check Scales and 12 Volumetric Batching Dispensers page and a copy of the NRMCA 13 Plant Certification checklist cover page showing the plant designation, 14 address and Company operating plant shall all be submitted to the 15 Project Engineer with the concrete mix design (WSDOT Form 350- 16 040), along with copies of the truck list, batch plant scale certification, 17 admixture dispensing certification, and volumetric water batching 18 devices (including water meters) verification. 19 20 c. The NRMCA Plant Certification checklists shall be maintained by the 21 Plant Manager and are subject to review at any time by the 22 Contracting Agency. 23 24 e. Volumetric water batching devices (including water meters) shall be 25 verified every 90 days. 26 27 6-02.3(5)C Conformance to Mix Design 28 Item 2 under the first paragraph is revised to read: 29 30 2. Fly ash and ground granulated blast furnace slag weight plus or minus 5 percent of 31 that specified in the mix design. 32 33 6-02.3(5)H Sampling and Testing for Compressive Strength 34 This section including title is revised to read: 35 36 6-02.3(5)H Sampling and Testing for Compressive Strength and Initial 37 Curing 38 Acceptance testing for compressive strength shall be conducted at the same frequency 39 as the acceptance tests for temperature, consistency, and air content. I 40 41 The Contractor shall provide, and maintain cure boxes for curing concrete cylinders. 42 The Contractor shall also provide, maintain and operate all necessary power sources 43 and connections needed to operate the curing box. Concrete cylinders shall be cured in 44 a cure box in accordance with WSDOT FOP for AASHTO T 23. The cure boxes shall 45 maintain a temperature between 60°F and 80°F for concrete with specified strengths 46 less than 6000 psi and between 68°F and 78°F for concrete with specified strengths of 47 6000 psi and higher. A minimum/maximum thermometer shall be installed to measure 48 the internal temperature of the cure box. The thermometer shall be readable from 49 outside of the box and be capable of recording the high and low temperatures in a 24- 50 hour period. The cure boxes shall create an environment that prevents moisture loss ikW 51 from the concrete specimens. The top shall have a working lock and the interior shall be 52 rustproof. A moisture-proof seal shall be provided between the lid and the box. The cure 1 box shall be the appropriate size to accommodate the number of concrete acceptance 2 cylinders necessary or the Contractor shall provide additional cure boxes. Once 3 concrete cylinders are placed in the cure box, the cure box shall not be moved until the 4 cylinders have been cured in accordance with these specifications. When concrete is 5 placed at more than one location simultaneously, multiple cure boxes shall be provided. 6 ,7 The Contractor shall protect concrete cylinders in cure boxes from excessive vibration 8 and shock waves during the curing period in accordance with Section 6-02.3(6)D. 9 10 6-02.3(6)A Weather and Temperature Limits to Protect Concrete 11 The section Cold Weather Protection is revised to read: 12 13 NOTE: Table 6-02.3(6) "Surface Evaporation from Concrete", remains unchanged. 14 15 Cold Weather Protection 16 This Specification applies when the weather forecast predicts air temperatures below 17 35° F at any time during the seven days following concrete placement. Weather 18 forecast is based on predictions from the Western Region Headquarters of the National ' 19 Weather Service. This forecast can be found at http://www.wrh.noaa.gov/. 20 21 To achieve adequate curing, the temperature of the concrete shall be maintained above ' 22 50° F during the entire curing period or seven days, whichever is greater. The concrete 23 temperature shall not be allowed to fall below 35 ° F during this time. Prior to placing 24 concrete in cold weather, the Contractor shall provide a written procedure for cold 25 weather concreting to the Engineer. The procedure shall detail how the Contractor will 26 adequately cure the concrete and prevent the concrete temperature from falling below 27 35° F. Extra protection shall be provided for areas especially vulnerable to freezing 28 (such as exposed top surfaces, corners and edges, thin sections, and concrete placed ' 29 into steel forms). Concrete placement will only be allowed if the Contractor's cold 30 weather protection plan has been approved by the Engineer. 31 32 The Contractor shall not mix nor place concrete while the air temperature is below 35° F, 33 unless the water or aggregates (or both) are heated to at least 70° F. The aggregate 34 shall not exceed 150° F. If the water is heated to more than 150° F, it shall be mixed with 35 the aggregates before the cement is added. Any equipment and methods shall heat the 36 materials evenly. Concrete placed in shafts and piles is exempt from such preheating 37 requirements. 38 39 The Contractor may warm stockpiled aggregates with dry heat or steam, but not by 40 applying flame directly or under sheet metal. If the aggregates are in bins, steam or 41 water coils or other heating methods may be used if aggregate quality is not affected. 42 Live steam heating is not permitted on or through aggregates in bins. If using dry heat, 43 the Contractor shall increase mixing time enough to permit the super-dry aggregates to 44 absorb moisture. 45 46 The Contractor shall provide and maintain a maturity meter sensor, continuously 47 recording time and temperature during the curing period, in the concrete at a location 48 specified by the Engineer for each concrete placement. The Contractor shall also 49 provide recording thermometers or other approved devices to monitor the surface 50 temperature of the concrete. During curing, data from the maturity meter and recording 51 thermometer shall be readily available to the Engineer. The Contractor shall record time 1 and temperature data on hourly intervals. Data shall be provided to the Engineer upon 2 request. 3 4 Starting immediately after placement, the concrete temperatures measured by the 5 maturity meter and recording thermometer shall be maintained at or above 50° F and 6 the relative humidity shall be maintained above 80%. These conditions shall be 7 maintained for a minimum of seven days or for the cure period required by Section 6- 8 02.3(11), whichever is longer. During this time, if the temperature falls below 50° F on 9 the maturity meter or recording thermometer, no curing time is awarded for that day. 10 Should the Contractor fail to adequately protect the concrete and the temperature of the 11 concrete falls below 35° F during curing, the Engineer may reject it. 12 13 The Contractor is solely responsible for protecting concrete from inclement weather 14 during the entire curing period. Permission given by the Engineer to place concrete 15 during cold weather will in no way ensure acceptance of the work by the Contracting 16 Agency. Should the concrete placed under such conditions prove unsatisfactory in any 17 way, the Engineer shall still have the right to reject the work although the plan and the 18 work were carried out with the Engineer's permission. 19 20 6-02.3(6)D Protection Against Vibration 21 The last sentence in the second paragraph is revised to read: 22 23 See the Shaft Special Provision, and Section 6-16 respectively for shaft installation, and 24 soldier pile shaft installation operations. 25 26 The first sentence in number 3 under Prescriptive Safe Distance Method is revised to read: 27 28 (3) Equipment Class H (High Vibration) shall include pile drivers, machine operated 29 impact tools, pavement breakers, and other large pieces of equipment. 30 31 6-02.3(11) Curing Concrete 32 In item 1. under the first paragraph, "box culvert tops" is deleted. 33 34 The second paragraph is supplemented with the following: 35 36 Runoff water shall be collected and disposed of in accordance with all applicable 37 regulations. In no case shall runoff water be allowed to enter any lakes, streams, or 38 other surface waters. 39 I 40 6-02.3(16) Plans for Falsework and Formwork 41 The address for FEDEX delivery following the fourth paragraph is revised to read: 42 43 Washington State Department of Transportation 44 Bridge and Structures Engineer 45 7345 Linderson Way SW 46 Tumwater, WA 98501-6504 47 48 6-02.3(16)A Nonpreapproved Falsework and Formwork Plans 49 The address for FEDEX delivery following the first paragraph is revised to read: 50 51 Washington State Department of Transportation 52 Bridge and Structures Engineer 1 7345 Linderson Way SW t 2 Tumwater, WA 98501-6504 3 4 6-02.3(16)B Preapproved Formwork Plans 5 The address for FEDEX delivery following the second paragraph is revised to read: 6 7 Washington State Department of Transportation 8 Bridge and Structures Engineer 9 7345 Linderson Way SW , 10 Tumwater, WA 98501-6504 11 12 6-02.3(17)N Removal of Falsework and Forms 13 The second through the fifth paragraphs are revised to read: 14 Concrete Placed In Percent of Specified Number , Minimum Compressive of Days Strength Columns, walls, non-sloping box girder — 3 webs, abutments, footings, traffic and pedestrian barriers, and any other side form not supporting the concrete weight. Crossbeams, pier caps, struts, inclined 80 5 columns and inclined walls.' Roadway slabs supported on wood or 80 10 ' steel stringers or on steel or prestressed concrete girders.'2 Box girders, T-beam girders, and flat- 80 14 , slab superstructure.1,2 Arches.1,2 — 21 15 16 'Where forms support the concrete weight. 17 18 2Where continuous spans are involved, the time for all spans will be determined by 19 the last concrete placed affecting any span. 20 21 Before releasing supports from beneath beams and girders, the Contractor shall remove 22 forms from columns to enable the Engineer to inspect the column concrete. 23 24 The Contractor may remove the side forms of footings 24 hours after concrete 25 placement if a curing compound is applied immediately. This compound shall not be 26 applied to that area of the construction joint between the footing and the column or wall. 27 28 The Contractor may remove side forms not supporting the concrete weight 24 hours 29 after concrete placement if the concrete reaches a compressive strength of 1400 psi 30 before form removal. This strength shall be proved by test cylinders made from the last 31 concrete placed into the form. The cylinders shall be cured according to WSDOT FOP 32 for AASHTO T 23. 33 34 6-02.3(24)C Placing and Fastening 35 The 14th paragraph is revised to read: 1 2 Clearances shall be at least: 3 4 4-inches between: Main bars and the top of any concrete masonry 5 exposed to the action of salt or alkaline water. 6 7 3-inches between: Main bars and the top of any concrete deposited 8 against earth without intervening forms. 9 10 21/2-inches between: Adjacent bars in a layer. Roadway slab bars and the 11 top of the roadway slab. 12 13 2-inches between: Adjacent layers. Main bars and the surface of concrete 14 exposed to earth or weather (except in roadway slabs). 15 Reinforcing bars and the faces of forms for exposed 16 aggregate finish. 17 18 1 1/2-inches between: Main bars and the surface of concrete not exposed to 19 earth or weather. Slab bars and the top of the slab 20 (except roadway slabs). Barrier and curb bars and the 21 surface of the concrete. Stirrups and ties and the 22 surface of the concrete exposed to earth or weather. 23 24 1-inch between: Slab bars and the bottom of the slab. Stirrups and ties 25 and the surface of the concrete not exposed to earth or 26 weather. 27 28 6-02.3(24)E Welding Reinforcing Steel 29 This section is revised to read: 30 31 Welding of steel reinforcing bars shall conform to the requirements of ANSI/AWS D1.4 32 Structural Welding Code - Reinforcing Steel, latest edition, except where superseded by 33 the Special Provisions, Plans, and these Specifications. 34 35 Before any welding begins, the Contractor shall obtain the Engineer's approval of a 36 written welding procedure for each type of welded splice to be used, including the weld 37 procedure specifications and joint details. The weld procedure specifications shall be 38 written on a form taken from AWS D1.4 Annex A, or equivalent. Test results of tensile 39 strength, macroetch, and visual examination shall be included. The form shall be signed 40 and dated. 41 42 Welders shall be qualified in accordance with AWS D1.4. The Contractor shall be 43 responsible for the testing and qualification of welders, and shall submit welder ' 44 qualification and retention records to the Engineer for approval. The weld joint and 45 welding position a welder is qualified in shall be in accordance with AWS D1.4. The 46 welder qualifications shall remain in effect indefinitely unless, (1) the welder is not ' 47 engaged in a given process of welding for which the welder is qualified for a period 48 exceeding six months, or(2) there is some specific reason to question a welder's ability. 49 50 Filler metals used for welding reinforcing bars shall be in accordance with AWS D1.4 51 Table 5.1. All filler metals shall be low-hydrogen and handled in compliance with low- 52 hydrogen practices specified in the AWS code. r 1 2 All welding shall be protected from air currents, drafts, and precipitation to prevent loss 3 of heat or loss of arc shielding. Short circuiting transfer with gas metal arc welding will 4 not be allowed. Slugging of welds will not be allowed. 5 6 The minimum preheat and interpass temperature for welding shall be in accordance 7 with AWS D1.4 Table 5.2 and mill certification of carbon equivalence, per lot of 8 reinforcing. Preheating shall be applied to the reinforcing bars and other splice 9 members within 6-inches of the weld, unless limited by the available lengths of the bars ' 10 or splice member. 11 12 Generally, post heating of welded splices is only required for direct butt welded splices 13 of AASHTO M 31/ASTM A 615 Grade 60 bars size No. 9 or larger and shall be done 14 immediately after welding before the splice has cooled to 700°F. Post heating shall not 15 be less than 800°F nor more than 1,000°F and held at this temperature for not less than 16 10 minutes before allowing the splice to cool naturally to ambient temperature. 17 18 For the purpose of compatibility with AWS D1.4, welded lap splices for spiral or hoop , 19 reinforcing shall be considered Flare-V groove welds, indirect butt joints. 20 21 The Contractor is responsible for using a welding sequence that will limit the alignment 22 distortion of the bars due to the effects of welding. The maximum out-of-line permitted 23 will be 1/4-inch from a 3.5-foot straight-edge centered on the weld and in line with the 24 bar. 25 '26 The following procedure for welding steel reinforcing bars is recommended: 27 28 Sheared bar ends shall be burned or sawed off a minimum Of /z-inch to completely 29 remove the ruptured portion of the steel shear area prior to welding butt splices. 30 Surfaces to be welded shall be smooth, uniform, and free from fins, tears, cracks, 31 and other defects. Surfaces to be welded and surfaces adjacent to a weld shall also 32 be free from loose or thick scale, slag, rust, moisture, grease, paint, epoxy 33 covering, or other foreign materials. All tack welds shall be within the area of the 34 final weld. No other tack weld will be permitted. Double bevel groove welds require 35 chipping, grinding, or gouging to sound metal at the root of the weld before welding 36 the other side. Progression of vertical welding shall be upward. The ground wire 37 from the welding machine shall be clamped to the bar being welded. 38 39 Should the Contractor elect to use a procedure which differs in any way from the 40 procedure recommended, the Contractor shall submit the changes, in writing, to the 41 Engineer for approval. Approved weld procedures shall be strictly followed. 42 43 6-02.3(26)A Shop Drawings 44 The address for FEDEX delivery under Item 1 in the first paragraph is revised to read: 45 46 Washington State Department of Transportation 47 Bridge and Structures Engineer 48 7345 Linderson Way SW 49 Tumwater, WA 98501-6504 50 51 6-02.3(28)A Shop Drawings 52 The first paragraph is revised to read: 1 2 Before casting the structural elements, the Contractor shall submit: 3 4 1. Seven sets of shop drawings for approval by the Department of Transportation 5 Bridge and Structures Engineer, Construction Support, addressed as follows: 6 7 If sent via US Postal Service: 8 9 Washington State Department of Transportation 10 Bridge and Structures Engineer, Construction Support 11 P. O. Box 47340 12 Olympia, WA 98504-7340 13 14 If sent via Fed Ex: 15 16 Washington State Department of Transportation 17 Bridge and Structures Engineer, Construction Support 18 7345 Linderson Way SW 19 Tumwater, WA 98501-6504; and 20 21 2. Two sets of shop drawings to the Project Engineer. 22 23 6-02.4 Measurement 24 This section is supplemented with the following: 25 26 No specific unit of measure will apply to the lump sum item for cure box. 27 28 6-02.5 Payment 29 This section is supplemented with the following: 30 31 "Cure Box", lump sum. 32 The lump sum contract price for "Cure Box" shall be full pay for all costs for providing, 33 operating, maintaining, moving and removing the cure boxes and providing, maintaining 34 and operating all necessary power sources and connections needed to operate the 35 curing boxes. 36 37 SECTION 6-03, STEEL STRUCTURES 38 April 2, 2007 39 6-03.3(7) Shop Plans 40 The first two sentences in the first paragraph are revised to read: 41 42 The Contractor shall submit for approval all shop detail plans for fabricating the steel. 43 These shall be sent to the Department of Transportation Bridge and Structures 44 Engineer, Construction Support, addressed as follows: 45 46 If sent via US Postal Service: 47 48 Washington State Department of Transportation 49 Bridge and Structures Engineer, Construction Support r,. 50 R O. Box 47340 51 Olympia, WA 98504-7340 1 2 If sent via Fed Ex: ' 3 4 Washington State Department of Transportation 5 Bridge and Structures Engineer, Construction Support 6 7345 Linderson Way SW , 7 Tumwater, WA 98501-6504 8 9 6-03.3(21)A Web Plates 10 This section is revised to read: 11 12 If web plates are spliced, gaps between plate ends shall be set at shop assembly to 13 measure 1/4-inch, and shall not exceed 3/8-inch. 14 15 6-03.3(33) Bolted Connections 16 The first sentence in the second paragraph is revised to read: 17 18 All bolted connections are slip critical. 19 20 SECTION 6-05, PILING 21 August 7, 2006 ' 22 6-05.3(11)H Pile Driving From or Near Adjacent Structures 23 The second paragraph is revised to read: 24 ' 25 Freshly placed concrete in the vicinity of the pile driving operation shall be protected 26 against vibration in accordance with Section 6-02.3(6)D. 27 28 The third paragraph is deleted. 29 30 6-05.5 Payment , 31 The paragraph following "Furnishing St. Piling", per linear foot is revised to read: 32 33 The unit contract price per linear foot for "Furnishing (type) Piling ( )" shall be full , 34 pay for furnishing the piling specified, including fabricating and installing the steel 35 reinforcing bar cage, and casting and curing the concrete, as required for concrete 36 piling. Such price shall also be full pay, when measurement includes, for piling length 37 ordered but not driven. 38 39 SECTION 6-07, PAINTING 40 August 7, 2006 , 41 6-07.2 Materials 42 The first sentence in the second paragraph is revised to read: 43 44 Material used for field abrasive blasting shall meet Military Specification MIL-A- 45 22262B(SH) as listed on QPL-22262-28 as maintained by the Department of the Navy. 46 47 6-07.3(2)A Bridge Cleaning 48 In the third paragraph under Pressure Flushing, the US Sieve size for Apparent opening ' 49 size (ASTM D4751) is revised to read: 1 2 #100 US Sieve 3 4 SECTION 6-09, MODIFIED CONCRETE OVERLAYS 5 April 2, 2007 6 6-09.3(2) Submittals 7 Number 3. is revised to read: 8 9 3. The Runoff Water Disposal Plan (if a hydro-demolition machine is used). The 10 Runoff Water Disposal Plan shall describe all provisions for the containment, 11 collection, filtering, and disposal of all runoff water and associated contaminants 12 and debris generated by the hydro-demolition process, including containment, 13 collection and disposal of runoff water and debris escaping through breaks in the 14 bridge deck. 15 16 Number 7. is revised to read: 17 18 7. Paving equipment specifications and details of the screed rail support system, 19 including details of anchoring the rails and providing rail continuity. 20 21 6-09.3(6) Further Deck Preparation 22 This section is revised to read: 23 24 Once the lane or strip being overlaid has been cleaned of debris from scarifying, the 25 Contractor, with the Engineer, shall perform an inspection of the completed work and 26 the Contractor shall mark those areas of the existing bridge deck that are authorized by 27 the Engineer for further deck preparation by the Contractor. When hydro-demolition is 28 used as the method of scarification, the inspection for further deck preparation shall take 29 place after one pass of the hydro-demolition machine. 30 31 Further deck preparation will be required when any one of the following conditions is 32 present: 33 34 1. Unsound concrete. 35 2. Lack of bond between existing concrete and reinforcing steel. 36 3. Exposure of reinforcing steel to a depth of one-half of the periphery of a bar for 37 a distance of 12-inches or more along the bar. 38 4. Existing non-concrete patches as authorized by the Engineer. 1 39 40 Further deck preparation performed beyond the areas authorized by the Engineer will 41 be at the Contractor's expense in accordance with Section 1-05.7. If the concrete I 42 overlay is placed on a bridge deck as part of the same contract as the bridge deck 43 construction, then all work associated with the further deck preparation shall be 44 performed at no additional expense to the Contracting Agency. 45 ' 46 6-09.3(6)C Placing Deck Repair Concrete 47 This section is revised to read: 48 49 Deck repair concrete for modified concrete overlays shall be either modified concrete or 50 concrete Class M. 51 1 Before placing any deck repair concrete, the Contractor shall flush the existing concrete 2 in the repair area with water and make sure that the existing concrete is well saturated. 3 The Contractor shall remove any freestanding water prior to placing the deck repair 4 concrete. The Contractor shall place the deck repair concrete onto the existing concrete 5 while it is wet. 6 '7 All deck repairs with exposed bottom layer steel reinforcing bars, all full depth deck 8 repairs, and all deck repairs of an area greater than ten square feet (measured at the 9 top layer of steel reinforcement) shall be repaired, and wet cured for 42 hours in 10 accordance with Section 6-09.3(13), prior to placing the concrete overlay. During the 11 curing period, all vehicular and foot traffic shall be prohibited on the repair area. 12 13 Small deck repairs, defined as those of an area equal to or less than ten square feet 14 (measured at the top layer of steel reinforcement), shall be filled with concrete overlay 15 material during the placement of the concrete overlay. 16 17 6-09.3(14) Checking for Bond 18 The first paragraph is revised to read: 19 20 After the requirements for curing have been met, the entire overlaid surface shall be 21 sounded by the Contractor, in a manner approved by and in the presence of the 22 Engineer, to ensure total bond of the concrete to the bridge deck. Concrete in unbonded 23 areas shall be removed and replaced by the Contractor with the same modified 24 concrete as used in the overlay. Removal and replacement of the overlay in unbonded 25 areas shall be performed at the expense of the Contracting Agency, except as specified , 26 in Section 6-09.3(6) when the overlay is placed on a bridge deck as part of the same 27 contract as the bridge deck construction. All cracks, except those that are significant 28 enough to require removal, shall be thoroughly filled and sealed as specified in Section , 29 6-09.3(12). 30 31 6-09.4 Measurement 32 The last paragraph is revised to read: 33 34 When further deck preparation is measured by volume, it will be measured by the cubic 35 foot of material removed from the deck repair locations. The depth measurement at 36 each deck repair location will be the average depth beneath a straightedge placed at the 37 level of the existing deck surface. The area measurement at each deck repair location 38 will be the surface area of the removed concrete. 39 40 6-09.5 Payment 41 The paragraph following "Modified Conc. Overlay", per cubic foot, is revised to read: ' 42 43 The unit contract price per cubic foot for "Modified Conc. Overlay" shall be full pay for 44 furnishing the modified concrete overlay, including the overlay material placed into small 45 deck repairs in accordance with Section 6-09.3(6)C. 46 47 SECTION 6-10, CONCRETE BARRIER ' 48 December 4, 2006 49 6-10.2 Materials 50 The fourth paragraph is revised to read: 51 1 Connecting pins, drift pins and steel pins for type 3 anchors shall conform to Section 9- 2 06.5(4) and be galvanized in accordance with AASHTO M 232. All other hardware shall 3 conform to Section 9-06.5(1) and be galvanized in accordance with AASHTO M 232. 4 5 SECTION 6-11, PRECAST CONCRETE RETAINING WALL STEMS 6 April 2, 2007 7 This section including title is revised to read: 8 9 SECTION 6-11, REINFORCED CONCRETE WALLS 10 6-11.1 Description 11 This work consists of constructing reinforced concrete retaining walls, including those 12 shown in the Standard Plans, L walls, and counterfort walls. 13 14 6-11.2 Materials 15 Materials shall meet the requirements of the following sections: 16 17 Cement 9-01 18 Aggregates for Portland Cement Concrete 9-03.1 19 Gravel Backfill 9-03.12 20 Premolded Joint Filler 9-04.1(2) 21 Steel Reinforcing Bar 9-07.2 22 Epoxy-Coated Steel Reinforcing Bar 9-07.3 23 Concrete Curing Materials and Admixtures 9-23 24 Fly Ash 9-23.9 25 Water 9-25 26 27 Other materials required shall be as specified in the Special Provisions. 28 29 6-11.3 Construction Requirements 30 31 6-11.3(1) Submittals 32 The Contractor shall submit all excavation shoring plans to the Engineer for approval in 33 accordance with Section 2-09.3(3)D. 34 35 The Contractor shall submit all falsework and formwork plans to the Engineer for 36 approval in accordance with Sections 6-02.3(16)and 6-02.3(17). 37 38 If the Contractor elects to fabricate and erect precast concrete wall stem panels, the 39 following information shall be submitted to the Engineer for approval in accordance with 40 Sections 6-01.9 and 6-02.3(28)A: 41 42 1. Working drawings for fabrication of the wall stem panels, showing dimensions, 43 steel reinforcing bars, joint and joint filler details, surface finish details, lifting 44 devices with the manufacturer's recommended safe working capacity, and 45 material specifications. 46 47 2. Working drawings and design calculations for the erection of the wall stem 48 panels showing dimensions, support points, support footing sizes, erection 49 blockouts, member sizes, connections, and material specifications. 50 1 3. Design calculations for the precast wall stem panels, the connection between 2 the precast panels and the cast-in-place footing, and all modifications to the 3 cast-in-place footing details as shown in the Plans or Standard Plans. 4 5 The Contractor shall not begin excavation and construction operations for the retaining 6 walls until receiving the Engineer's approval of the above submittals. 7 8 6-11.3(2) Excavation and Foundation Preparation 9 Excavation shall conform to Section 2-09.3(3), and to the limits and construction stages 10 shown in the Plans. Foundation soils found to be unsuitable shall be removed and 11 replaced in accordance with Section 2-09.3(1)C. 12 13 6-11.3(3) Precast Concrete Wall Stem Panels 14 The Contractor may fabricate precast concrete wall stem panels for construction of 15 Standard Plan Retaining Wall Types 1 through 6 and 1 SW through 6SW. Precast 16 concrete wall stem panels may be used for construction of non-Standard Plan retaining 17 walls if allowed by the Plans or Special Provisions. Precast concrete wall stem panels 18 shall conform to Section 6-02.3(28), and shall be cast with Class 4000 concrete. 19 20 The precast concrete wall stem panels shall be designed in accordance with the 21 requirements for Load Factor Design in the following codes: 22 23 1. For all loads except as otherwise noted -AASHTO Standard Specifications for 24 Highway Bridges, latest edition and current interims. The seismic design shall 25 use the acceleration coefficient and soil profile type as specified in the Plans. , 26 27 2. For all wind loads - AASHTO Guide Specifications for Structural Design of 28 Sound Barriers, latest edition and current interims. , 29 30 The precast concrete wall stem panels shall be fabricated in accordance with the 31 dimensions and details shown in the Plans, except as modified in the shop drawings as 32 approved by the Engineer. 33 34 The precast concrete wall stem panels shall be fabricated full height, and shall be 35 fabricated in widths of 8 feet, 16 feet, and 24 feet. 36 37 The construction tolerances for the precast concrete wall stem panels shall be as 38 follows: 39 40 Height ±1/4 inch 41 Width ±1/4 inch 42 Thickness +1/4 inch 43 -1/8 inch 44 Concrete cover for steel reinforcing bar +3/8 inch 45 -1/8 inch 46 Width of precast concrete wall stem panel joints ±1/4 inch 47 Offset of precast concrete wall stem panels ±1/4 inch 48 (Deviation from a straight line extending 5 feet on each side of the panel joint) 49 50 The precast concrete wall stem panels shall be constructed with a mating shear key ' 51 between adjacent panels. The shear key shall have beveled corners and shall be 1-1/2 52 inches in thickness. The width of the shear key shall be 3-1/2 inches minimum and 5- 1 1/2 inches maximum. The shear key shall be continuous and shall be of uniform width 2 over the entire height of the wall stem. 3 4 The Contractor shall provide the specified surface finish as noted, and to the limits 5 shown, in the Plans to the exterior concrete surfaces. Special surface finishes achieved 6 with form liners shall conform to Sections 6-02.2 and 6-02.3(14) as supplemented in the 7 Special Provisions. Rolled on textured finished shall not be used. Precast concrete wall 8 stem panels shall be cast in a vertical position if the Plans call for a form liner texture on 9 both sides of the wall stem panel. 10 11 The precast concrete wall stem panel shall be rigidly held in place during placement and 12 curing of the footing concrete. 13 14 The precast concrete wall stem panels shall be placed a minimum of one inch into the 15 footing to provide a shear key. The base of the precast concrete wall stem panel shall 16 be sloped '/2 inch per foot to facilitate proper concrete placement. 17 18 To ensure an even flow of concrete under and against the base of the wall panel, a form 19 shall be placed parallel to the precast concrete wall stem panel, above the footing, to 20 allow a minimum one foot head to develop in the concrete during concrete placement. 21 22 The steel reinforcing bars shall be shifted to clear the erection blockouts in the precast 23 concrete wall stem panel by 1-1/2 inches minimum. 24 25 All precast concrete wall stem panel joints shall be constructed with joint filler installed 26 on the rear (backfill) side of the wall. The joint filler material shall extend from two feet 27 below the final ground level in front of the wall to the top of the wall. The joint filler shall 28 be a nonorganic flexible material and shall be installed to create a waterproof seal at 29 panel joints. 30 31 The soil bearing pressure beneath the falsework supports for the precast concrete wall 32 stem panels shall not exceed the maximum design soil pressure shown in the Plans for 33 the retaining wall. 34 35 6-11.3(4) Cast-In-Place Concrete Construction 36 Cast-in-place concrete for concrete retaining walls shall be formed, reinforced, cast, 37 cured, and finished in accordance with Section 6-02, and the details shown in the Plans 38 and Standard Plans. All cast-in-place concrete shall be Class 4000. 39 40 The Contractor shall provide the specified surface finish as noted, and to the limits 41 shown, in the Plans to the exterior concrete surfaces. Special surface finishes achieved 42 with formliners shall conform to Sections 6-02.2 and 6-02.3(14) as supplemented in the 43 Special Provisions. ' 44 45 Cast-in-place concrete for adjacent wall stem sections (between vertical expansion 46 joints) shall be formed and placed separately, with a minimum 12 hour time period ' 47 between concrete placement operations. 48 49 Premolded joint filler, 1/2" thick, shall be placed full height of all vertical wall stem 50 expansion joints in accordance with Section 6-01.14. 51 1 6-11.3(5) Backfill, Weepholes and Gutters 2 Unless the Plans specify otherwise, backfill and weepholes shall be placed in 3 accordance with Standard Plan D-4 and Section 6-02.3(22). Gravel backfill for drain 4 shall be compacted in accordance with Section 2-09.3(1)E. Backfill within the zone 5 defined as bridge approach embankment in Section 1-01.3 shall be compacted in 6 accordance with Method C of Section 2-03.3(14)C. All other backfill shall be compacted 7 in accordance with Method B of Section 2-03.3(14)C, unless otherwise specified. 8 9 Cement concrete gutter shall be constructed as shown in the Standard Plans. 10 11 6-11.3(6) Traffic Barrier and Pedestrian Barrier 12 When shown in the Plans, traffic barrier and pedestrian barrier shall be constructed in 13 accordance with Sections 6-02.3(11)A and 6-10.3(2), and the details shown in the Plans 14 and Standard Plans. 15 16 6-11.4 Measurement 17 Concrete Class 4000 for retaining wall will be measured as specified in Section 6-02.4. 18 19 Steel reinforcing bar for retaining wall and epoxy-coated steel reinforcing bar for 20 retaining wall will be measured as specified in Section 6-02.4. 21 22 Traffic barrier and pedestrian barrier will be measured as specified in Section 6-10.4 for 23 cast-in-place concrete barrier. 24 25 6-11.5 Payment 26 Payment will be made in accordance with Section 1-04.1 for each of the following bid 27 items when they are included in the proposal: 28 ,29 "Conc. Class 4000 For Retaining Wall", per cubic yard. 30 All costs in connection with furnishing and installing weep holes and premolded 31 joint filler shall be included in the unit contract price per cubic yard for "Conc. Class 32 4000 for Retaining Wall". 33 34 "St. Reinf. Bar For Retaining Wall", per pound. , 35 "Epoxy-Coated St. Reinf. Bar For Retaining Wall", per pound. 36 37 "Traffic Barrier', per linear foot. 38 "Pedestrian Barrier", per linear foot. 39 The unit contract price per linear foot for "_ Barrier' shall be full pay for 40 constructing the barrier on top of the retaining wall, except that when these bid , 41 items are not included in the proposal, all costs in connection with performing the 42 work as specified shall be included in the unit contract price per cubic yard for 43 "Conc. Class 4000 For Retaining Wall", and the unit contract price per pound for 44 Bar For Retaining Wall". 45 46 SECTION 6-12, NOISE BARRIER WALLS 47 April 2, 2007 48 6-12.3(6) Precast Concrete Panel Fabrication and Erection 49 Item 5 following the first paragraph of Section 6-12.3(6) is renumbered to item 7. 50 51 The below new items 5 and 6 are is inserted ahead of renumbered item 7: 1 2 5. Precast concrete panels shall not be erected until the foundations for the panels 3 have attained a minimum compressive strength of 3,400 psi. 4 5 6. The bolts connecting the precast concrete panels to their foundation shall be 6 tightened to "snug tight" as defined in Section 6-03.3 (32). 7 8 SECTION 6-13, STRUCTURAL EARTH WALLS 9 April 2, 2007 10 6-13.3(2) Submittals 11 The fifth paragraph is revised to read: 12 13 The design calculation and working drawing submittal shall include detailed design 14 calculations and all details, dimensions, quantities, and cross-sections necessary to 15 construct the wall. The calculations shall include a detailed explanation of any symbols, 16 design input, material property values, and computer programs used in the design of the 17 walls. All computer output submitted shall be accompanied by supporting hand 18 calculations detailing the calculation process. If MSEW 3.0, or a later version, is used 19 for the wall design, hand calculations supporting MSEW are not required. 20 21 The sixth paragraph is supplemented with the following: 22 23 6. The minimum soil reinforcement length shall be the greater dimension of the 24 following: 25 26 a. 0.7 times the wall design height H. 27 b. 6'-0". 28 c. That required by design to meet internal stability design requirements, soil 29 bearing pressure design requirements, and constructability requirements. 30 31 6-13.3(6) Welded Wire Faced Structural Earth Wall Erection 32 This section is supplemented with the following: 33 34 Geosynthetic reinforcing, when used, shall be placed in accordance with Sections 2- 35 12.3 and 6-13.3(5). 36 37 6-13.3(7) Backfill 38 Under number 4 in the fifth paragraph, the words "light mechanical tampers" are revised to 39 "a plate compactor". 40 41 6-13.3(9) SEW Traffic Barrier and SEW Pedestrian Barrier 42 This Section is revised to read: 43 44 The Contractor, in conjunction with the structural earth wall manufacturer, shall design 45 and detail the SEW traffic barrier and SEW pedestrian barrier in accordance with 46 Section 6-13.3(2) and the above ground geometry details shown in the Plans. The 47 barrier working drawings and supporting calculations shall include, but not be limited to, 48 the following: 49 50 1. Complete details of barrier cross section geometry, including the portion below 51 ground, and accommodations necessary for bridge approach slabs, PCCP, 1 drainage facilities, underground utilities, and sign support, luminaire pole, 2 traffic signal standard, and other barrier attachments. 3 4 2. Details of the steel reinforcement of the barrier, including a bar list and bending 5 diagram in accordance with Section 6-02.3(24), and including additional 6 reinforcement required at sign support, luminaire pole, traffic signal standard, 7 and other barrier attachment locations. 8 9 3. Details of the interface of, and the interaction between, the barrier and the top 10 layers of structural earth wall reinforcement and facing. 11 12 4. When the Plans specify placement of conduit pipes through the barrier, details 13 of conduit pipe and junction box placement. 14 15 SEW traffic barrier and SEW pedestrian barrier shall be constructed in accordance with 16 Sections 6-02.3(11)A and 6-10.3(2), and the details in the Plans and in the structural 17 earth wall working drawings as approved by the Engineer. 18 19 SECTION 6-14, GEOSYNTHETIC RETAINING WALLS 20 December 4, 2006 21 6-14.3(2) Submittals 22 Item 2 is revised to read: 23 24 2. The Contractor's proposed wall construction method, including proposed forming , 25 systems, types of equipment to be used, proposed erection sequence and details 26 of how the backfill will be retained during each stage of construction. 27 ,28 6-14.3(4) Erection and Backfill 29 The first sentence in the eighth paragraph is revised to read: 30 ,31 The Contractor shall place and compact the wall backfill in accordance with the wall 32 construction sequence detailed in the Plans and Method C of Section 2-03.3(14)C, 33 except as follows: , 34 35 Under number 5 in the eighth paragraph, the words "light mechanical tempers" are revised 36 to "a plate compactor". , 37 38 6-14.4 Measurement 39 The first three paragraphs are revised to read: 40 41 Permanent geosynthetic retaining wall and temporary geosynthetic retaining wall will be 42 measured by the square foot of face of completed wall. Corner wrap area and 43 extensions of the geosynthetic wall beyond the area of wall face shown in the Plans or ' 44 staked by the Engineer are considered incidental to the wall construction and will not be 45 included in the measurement of the square foot of face of completed geosynthetic 46 retaining wall. 47 48 Gravel borrow for geosynthetic retaining wall backfill will be measured as specified in 49 Section 2-03.4. 50 1 Shotcrete facing and concrete fascia panel will be measured by the square foot surface 2 area of the completed facing or fascia panel, measured to the neat lines of the facing or 3 panel as shown in the Plans. When a footing is required, the measurement of the fascia 4 panel area will include the footing. 5 6 6-14.5 Payment 7 The bid item "Borrow for Geosynthetic Wall Incl. Haul" and subsequent paragraph are 8 revised to read: 9 10 "Gravel Borrow for Geosynthetic Ret. Wall Incl. Haul", per ton or per cubic yard. 11 All costs in connection with furnishing and placing backfill material for temporary or 12 permanent geosynthetic retaining walls as specified shall be included in the unit contract 13 price per ton or per cubic yard for"Gravel Borrow for Geosynthetic Ret. Wall Incl. Haul". 14 15 SECTION 6-15, SOIL NAIL WALLS 16 August 7, 2006 17 6-15.3(8) Soil Nail Testing and Acceptance 18 The first sentence in the fourth paragraph is revised to read: 19 20 The pressure gauge shall be graduated in increments of either 100 psi or two percent of 21 the maximum test load, whichever is less. 22 23 SECTION 6-16, SOLDIER PILE AND SOLDIER PILE TIEBACK WALLS 24 August 7, 2006 25 6-16.3(5) Backfilling Shaft 26 The first and second paragraphs are revised to read: 27 28 The excavated shaft shall be backfilled with either controlled density fill (CDF), or 29 pumpable lean concrete, as shown in the Plans and subject to the following 30 requirements: 31 32 1. Dry shaft excavations shall be backfilled with CDF. 33 34 2. Wet shaft excavations shall be backfilled with pumpable lean concrete. 35 36 3. Pumpable lean concrete shall be a Contractor designed mix providing a 37 minimum 28 day compressive strength of 100 psi. Acceptance of pumpable 38 lean concrete will conform to the acceptance requirements specified in Section 39 2-09.3(1)for CDF. 40 41 4. A wet shaft is defined as a shaft where water is entering the excavation and 42 remains present to a depth of six inches or more. 43 44 5. When the Plans or test hole boring logs identify the presence of a water table 45 at or above the elevation of the bottom of soldier pile shaft, the excavation 46 shall be considered as wet, except as otherwise noted. Such a shaft may be 47 considered a dry shaft provided the Contractor furnishes and installs casing 48 that is sufficiently sealed into competent soils such that water cannot enter the • 49 excavation. 50 �r. 1 Placement of the shaft backfill shall commence immediately after completing the shaft 2 excavation and receiving the Engineer's approval of the excavation. CDF or pumpable 3 lean concrete shall be placed in one continuous operation to the top of the shaft. 4 Vibration of shaft backfill is not required. 5 6 6-16.3(6) Installing Timber Lagging and Permanent Ground Anchors 7 The first paragraph is revised to read: 8 9 The excavation and removal of CDF and pumpable lean concrete for the lagging 10 installation shall proceed in advance of the lagging, and shall not begin until the CDF 11 and pumpable lean concrete are of sufficient strength that the material remains in 12 placed during excavation and lagging installation. If the CDF or pumpable lean concrete 13 separates from the soldier pile, or caves or spalls from around the pile, the Contractor 14 shall discontinue excavation and timber lagging installation operations until the CDF and 15 pumpable lean concrete is completely set. The bottom of the excavation in front of the , 16 wall shall be level. Excavation shall conform to Section 2-03. 17 18 SECTION 6-17, PERMANENT GROUND ANCHORS , 19 August 7, 2006 20 6-17.3(8) Testing and Stressing 21 The first sentence in the third paragraph is revised to read: , 22 23 The pressure gauge shall be graduated in increments of either 100 psi or two percent of , 24 the maximum test load, whichever is less. 25 26 SECTION 7-01, DRAINS 27 August 7, 2006 , 28 7-01.3 Construction Requirements 29 This section is revised to read: ' 30 31 A trench of the dimensions shown in the Plans or as specified by the Engineer shall be 32 excavated to the grade and line given by the Engineer. 33 34 Section 7-01.3 is supplemented with the following new sub-sections: 35 36 7-01.3(1) Drain Pipe 37 Drain pipe shall be laid in conformity with the line and grades as shown in the Plans. 38 The drain pipe shall be laid with soiltight joints unless otherwise specified. Concrete 39 drain pipe shall be laid with the bell or larger end upstream. PVC drain pipe shall be 40 jointed with a bell and spigot joint using a flexible elastomeric seal as described in 41 Section 9-04.8. The bell shall be laid upstream. PE drain pipe shall be jointed with 42 snap-on, screw-on, bell and spigot, or wraparound coupling bands as recommended by 43 the manufacturer of the tubing. 44 45 7-01.3(2) Underdrain Pipe 46 When underdrain pipe is being installed as a means of intercepting ground or surface 47 water, the trench shall be fine-graded in the existing soil 3 inches below the grade of the 48 pipe as shown in the Plans. Gravel backfill shall be used under the pipe. Gravel backfill ' 49 shall be placed to the depth shown in the Plans or as designated by the Engineer. All 1 backfill shall be placed in 12-inch maximum layers and be thoroughly compacted with 2 three passes of a vibratory compactor for each layer. The Contractor shall use care in 3 placing the gravel backfill material to prevent its contamination. 4 5 Class 2 perforations shall be used unless otherwise specified. When Class 1 6 perforations are specified the perforated pipe shall be laid with the perforations down. 7 Upon final acceptance of the work, all drain pipes shall be open, clean, and free 8 draining. Perforated pipe does not require a watertight joint. PVC underdrain pipe shall 9 be jointed using either the flexible elastomeric seal as described in Section 9-04.8 or 10 solvent cement as described in Section 9-04.9, at the option of the Contractor unless 11 otherwise specified in the Plans. The bell shall be laid upstream. PE drainage tubing 12 underdrain pipe shall be jointed with snap-on, screw-on, bell and spigot, or wraparound 13 coupling bands, as recommended by the manufacturer of the tubing. 14 15 SECTION 7-02, CULVERTS 16 January 3, 2006 17 7-02.2 Materials 18 The fifth and seventh paragraphs are deleted: 19 20 SECTION 7-04, STORM SEWERS 21 January 3, 2006 22 7-04.2 Materials 23 The fourth and sixth paragraphs are deleted: 24 25 SECTION 8-01, EROSION CONTROL AND WATER POLLUTION CONTROL 26 December 4, 2006 27 8-01.3(1) General 28 The eighth paragraph, beginning with "In western Washington, erodible soil", is deleted and 29 replaced with the following: 30 31 Erodible soil not being worked, whether at final grade or not, shall be covered within the 32 following time period, using an approved soil covering practice, unless authorized 33 otherwise by the Engineer: 34 35 In western Washington (west of the Cascade Mountain crest): 36 ' 37 October 1 through April 30 2 days maximum 38 May 1 to September 30 7 days maximum 39 ' 40 In eastern Washington (east of the Cascade Mountain crest.): 41 42 October 1 through June 30 5 days maximum ' 43 July 1 through September 30 10 days maximum 44 45 8-01.3(1)6 Erosion and Sediment Control (ESC) Lead 46 This section is revised to read: 47 1 The Contractor shall identify the ESC Lead at the preconstruction discussions and in the 2 TESC plan. The ESC Lead shall have, for the life of the contract, a current Certificate of 3 Training in Construction Site Erosion and Sediment Control from a course approved by r 4 the Washington State Department of Ecology. The ESC Lead shall be listed on the 5 Emergency Contact List required under Section 1-05.13(1). 6 7 The ESC Lead shall implement the Temporary Erosion and Sediment Control (TESC) 8 plan. Implementation shall include, but is not limited to: 9 ,10 1. Installing and maintaining all temporary erosion and sediment control Best 11 Management Practices (BMPs) included in the TESC plan to assure continued 12 performance of their intended function. Damaged or inadequate TESC BMPs 13 shall be corrected immediately. 14 15 2. Updating the TESC plan to reflect current field conditions. , 16 17 When a TESC plan is included in the contract plans, the Contractor shall inspect all on- 18 site erosion and sediment control BMPs at least once every calendar week and within ' 19 24 hours of runoff events in which stormwater discharges from the site. Inspections of 20 temporarily stabilized, inactive sites may be reduced to once every calendar month. 21 The Erosion and Sediment Control Inspection Form (Form Number 220-030 EF) shall 22 be completed for each inspection and a copy shall be submitted to the Engineer no later ' 23 than the end of the next working day following the inspection. 24 25 8-01.3(2)E Tacking Agent and Soil Binders , 26 The third paragraph, (PAM) is revised to read: 27 28 Soil Binding Using Polyacrylamide (PAM) 29 The PAM shall be applied on bare soil completely dissolved and mixed in water or 30 applied as a dry powder. Dissolved PAM shall be applied at a rate of not more than 2/3 31 pound per 1,000 gallons of water per acre. A minimum of 200 pounds per acre of ' 32 cellulose fiber mulch treated with a non-toxic dye shall be applied with the dissolved 33 PAM. Dry powder applications may be at a rate of 5 pounds per acre using a hand-held 34 fertilizer spreader or a tractor-mounted spreader. ' 35 36 8-01.3(2)F Dates for Application of Final Seed, Fertilizer, and Mulch 37 The second paragraph under East of the summit of the Cascade Range, beginning with "The ' 38 Contractor will be responsible", is deleted. 39 40 8-01.3(9)A Silt Fence , 41 The fifth paragraph is revised to read: 42 43 Posts shall be either wood or steel. Wood posts shall have minimum dimensions of 1 44 1/4 inches by 1 1/4 inches by the minimum length shown in the Plans. Steel posts shall , 45 have a minimum weight of 0.90 lbs/ft 46 47 8-01.4 Measurement ' 48 This section is supplemented with the following: 49 50 Coir log will be measured by the linear foot along the ground line of the completed 51 installation. 52 1 8-01.5 Payment 2 The following bid item is inserted after"Compost Sock", per linear foot: 3 4 "Coir Log", per linear foot 5 6 This section is supplemented with the following: 7 8 "Mowing", per acre. 9 10 SECTION 8-02, ROADSIDE RESTORATION 11 April 3, 2006 12 8-02.3(8) Planting 13 The seventh and eighth paragraphs are deleted and replaced with the following: 14 15 All burlap, baskets, string, wire and other such materials shall be removed from the hole 16 when planting balled and burlapped plants. The plant material shall be handled in such 17 a manner that the root systems are kept covered and damp at all times. The root 18 systems of all bare root plant material shall be dipped in a slurry of silt and water 19 immediately prior to planting. The root systems of container plant material shall be 20 moist at the time of planting. In their final position, all plants shall have their top true root 21 (not adventitious root) no more than 1" below the soil surface, no matter where that root 22 was located in the original root ball or container. After planting, the backfill material and 23 root ball shall be thoroughly watered in within 24 hours. 24 25 8-02.3(9) Pruning, Staking, Guying, and Wrapping 26 The first paragraph is revised to read: 27 28 Plants shall be pruned at the time of planting, only to remove minor broken or damaged 29 twigs, branches or roots. Pruning shall be done with a sharp tool and shall be done in 30 such a manner as to retain or to encourage natural growth characteristics of the plants. 31 All other pruning shall be performed only after the plants have been in the ground at 32 least one year. 33 34 SECTION 8-04, CURBS, GUTTERS, AND SPILLWAYS 35 December 4, 2006 36 8-04.3(2) Extruded Asphalt Concrete Curbs, and Gutters 37 The first paragraph is supplemented with the following: tl ' 38 low 39 Just prior to placing the curb, a tack coat of asphalt shall be applied to the existing 40 pavement surface at the rate ordered by the Engineer. ' 41 42 8-04.4 Measurement 43 The first paragraph is revised to read: 44 45 All curbs, gutters, and spillways will be measured by the linear foot along the line and 46 slope of the completed curbs, gutters, or spillways, including bends. Measurement of ' 47 cement concrete curb and cement concrete curb and gutter, when constructed across 48 driveways or sidewalk ramps, will include the width of the driveway or sidewalk ramp. 49 1 SECTION 8-06, CEMENT CONCRETE DRIVEWAY ENTRANCES 2 April 2, 2007 3 8-06.2 Materials 4 The second paragraph is deleted. 5 6 8-06.3 Construction Requirements 7 The following new paragraph is inserted in front of existing paragraph one. 8 9 Cement concrete driveway approaches shall be constructed with air entrained concrete 10 Class 4000 conforming to the requirements of Section 6-02 or Portland Cement 11 Concrete Pavement conforming to the requirements of Section 5-05. 12 13 SECTION 8-08, RUMBLE STRIPS 14 April 3, 2006 15 8-08.1 Description 16 The first sentence is revised to read: ' 17 18 This work consists of constructing centerline and shoulder rumble strips by grinding hot 19 mix asphalt. , 20 21 8-08.3 Construction Requirements 22 The first sentence in the first paragraph is revised to read: 23 24 The equipment shall have a rotary type cutting head or series of cutting heads capable 25 of grinding one or more recesses in the hot mix asphalt as detailed in the Standard ' 26 Plans. 27 28 The third sentence in the third paragraph is revised to read: , 29 30 All cuttings and other debris shall become the property of the Contractor and be 31 disposed of outside the project limits. 32 '33 SECTION 8-09, RAISED PAVEMENT MARKERS 34 April 3, 2006 35 8-09.3(5) Recessed Pavement Marker ' 36 This section is revised to read: 37 ,38 Construct recesses for pavement markers by grinding the pavement in accordance with 39 the dimensions shown in the Standard Plans. This work shall include cleanup and 40 disposal of cuttings and other resultant debris. Prepare the surface in accordance with 41 Section 8-09.3(1). Install Type 2 markers in the recess in accordance with the Standard 42 Plans and Section 8-09.3(4). 43 44 SECTION 8-11, GUARDRAIL 45 April 2, 2007 46 8-11.3(1)A Erection of Posts 47 The second sentence of the second paragraph is revised to read: 1 2 The length of the posts for beam guardrail with long posts shall be as specified in the 3 Plans. 4 5 8-11.3(1)C Erection of Rail 6 The first paragraph is supplemented with the following: 7 8 Except in Weathering Steel Beam Guardrail, all holes shall be painted with 2 coats of 9 galvanizing repair paint Formula A-9-73 meeting the requirements of Section 9-08.2. 10 11 8-11.3(4) Removing Guardrail 12 This section including title is revised to read: 13 14 8-11.3(4) Removing Guardrail and Guardrail Anchor 15 Removal of the various types of guardrail shall include removal of the rail, cable 16 elements, hardware, and posts, including transition sections, expansion sections and 17 terminal sections . Removal of the various types of guardrail anchors shall include 18 removal of the anchor assembly in its entirety, including concrete bases, rebar, and steel 19 tubes and any other appurtenances in the anchor assembly. All holes resulting from the 20 removal of the guardrail posts and anchors shall be backfilled with granular material in 21 layers no more than 6-inches thick and compacted to a density similar to that of the 22 adjacent material. The removed guardrail items shall become the property of the 23 Contractor. 24 25 8-11.3(5) Raising Guardrail 26 This section is revised to read: ' 27 28 For raising guardrail anchors and raising guardrail terminals, the existing guardrail posts 29 shall be raised to attain the guardrail height shown in the Plans, measured from the top 30 of the rail to the finished shoulder surface. The material around each post shall be 31 tamped to prevent settlement of the raised post. 32 33 For raising all other guardrail, the existing guardrail posts shall not be raised to attain 34 the new mounting height. The existing rail elements and blocks shall be removed from 35 the guardrail post. The Contractor shall field drill new 3/4" diameter holes in the existing 36 posts to accommodate the 5/8" diameter button head bolts. When existing guardrail 37 posts are galvanized steel, the new drill holes shall be painted with two coats of 38 galvanizing repair paint, Formula A-9-73, meeting the requirements of Section 9-08.2. 39 The Contractor shall then reinstall the guardrail block and rail element at the new 40 mounting height shown in the Plans, measured from the top of the rail to the finished 41 shoulder surface. The new position of the top of the block shall not be more than four 42 inches above the top of the guardrail post. 43 44 The Contractor shall remove and replace any existing guardrail posts and blocks that 45 are not suited for re-use, as staked by the Engineer. The void caused by the removal of 46 the post shall be backfilled and compacted. The Contractor shall then furnish and install 47 a new guardrail post to provide the necessary mounting height. 48 49 8-11.4 Measurement ' 50 The first paragraph is revised to read: 51 1 Measurement of beam guardrail and beam guardrail with long posts will be by the linear 2 foot measured along the line of the completed guardrail, including expansion section, 3 and will also include the end section for F connections. 4 5 The last sentence of the last paragraph is revised to read: 6 7 This will include transition sections, expansion sections, anchors, and terminal sections, 8 and replacement of any hardware that is damaged or missing but is required to provide 9 a complete installation. 10 11 This section is supplemented with the following: 12 ,13 Measurement of beam guardrail post used for raising guardrail will be per each. 14 15 Measurement of beam guardrail blocks used for raising guardrail will be per each. 16 17 8-11.5 Payment 18 This section is supplemented with the following, to be inserted after "Beam Guardrail Type 1- ' 19 Ft. Long Post", per linear foot.: 20 21 "Beam Guardrail Type 31- Ft. Long Post", per linear foot. 22 23 The paragraph following "Weathering St. Beam Guardrail Type ", per linear foot, is 24 revised to read: 25 '26 The unit contract price per linear foot for "Beam Guardrail Type ", "Beam Guardrail 27 Type 1- Ft. Long Post", "Beam Guardrail Type 31- Ft. Long Post", or 28 "Weathering St. Beam Guardrail Type " shall include all CRT posts, additional rail ' 29 elements when nested rail is required, and connection to concrete masonry structures. 30 31 This section is supplemented with the following, to be inserted after "Raising Existing Beam , 32 Guardrail", per linear foot: 33 34 The unit contract price per linear foot for "Raising Existing Beam Guardrail", per linear 35 foot shall be full pay for raising existing posts, compacting existing material, field drilling 36 existing posts, raising guardrail and blocks, furnishing and installing new bolts, painting 37 galvanized steel posts with galvanizing paint, and replacing any hardware that is 38 damaged or missing but is required to provide a complete installation. 39 40 This section is supplemented with the following: 41 42 "Beam Guardrail Post", per each. 43 The unit contract price per each for "Beam Guardrail Post" shall include furnishing and 44 installing the new post, removal and disposal of the existing post, and backfilling and ' 45 compacting the void created by the post removal. 46 47 "Beam Guardrail Block", per each. 48 The unit contract price per each for "Beam Guardrail Block" shall include furnishing and 49 installing the new block, and removal and disposal of the existing block. 50 , 1 SECTION 8-14, CEMENT CONCRETE SIDEWALKS 2 April 2, 2007 3 8-14.2 Materials 4 The second paragraph is deleted. 5 6 8-14.3 Construction Requirements 7 This section is supplemented with the following new paragraph: 8 9 The concrete in the sidewalks shall be air entrained concrete Class 3000 in accordance 10 with the requirements of Section 6-02. 11 12 8-14.5 Payment 13 In the paragraph following "Cement Conc. Sidewalk Ramp Type _", per each, the second 14 sentence is revised to read: 15 16 Otherwise, the Contractor shall make all excavations including haul and disposal, 17 regardless of the depth required for constructing the sidewalk to the lines and grades 18 shown, and shall include all costs thereof in the unit contract price per square yard for 19 "Cement Conc. Sidewalk.", "Cement Conc. Sidewalk with Raised Edge", "Monolithic 20 Cement Conc. Curb and Sidewalk", or"Cement Conc. Sidewalk Ramp Type 21 22 SECTION 8-16, CONCRETE SLOPE PROTECTION 23 August 7, 2006 24 8-16.2 Materials 25 The material "Concrete Class 3000" and referenced section "6-02" are revised to read: 26 27 Commercial Concrete 6-02.3(2)B 28 29 8-16.3(3) Poured in Place Cement Concrete 30 In the second paragraph, the words "Class 3000 cement" are revised to read "commercial". 31 32 SECTION 8-20, ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND 33 ELECTRICAL 34 December 4, 2006 35 8-20.3(2) Excavating and Backfilling 36 The third paragraph is revised to read: 37 38 The excavations shall be backfilled in conformance with the requirements of Section 2- 39 09.3(1)E, Structure Excavation. 40 41 8-20.3(4) Foundations 42 The second paragraph is revised to read: 43 44 The bottom of concrete foundations shall rest on firm ground. If the portion of the 45 foundation beneath the existing ground line is formed or cased instead of being cast + 46 against the existing soil forming the sides of the excavation, then all gaps between the 47 existing soil and the completed foundation shall be backfilled and compacted in 48 accordance with Section 2-09.3(1)E. 1 2 The thirteenth paragraph is revised to read: 3 4 Both forms and ground which will be in contact with the concrete shall be thoroughly 5 moistened before placing concrete; however, excess water in the foundation excavation 6 will not be permitted. Foundations shall have set at least 72 hours prior to the removal 7 of the forms. All forms shall be removed, except when the Plans or Special Provisions 8 specifically allow or require the forms or casing to remain. 9 10 8-20.3(9) Bonding, Grounding 11 The first, second, and fourth paragraphs are revised to read: 12 13 All metallic appurtenances containing electrical conductors (luminaires, light standards, 14 cabinets, metallic conduit, etc.) shall be made mechanically and electrically secure to 15 form continuous systems, that shall be effectively grounded. 16 17 Where conduit is installed, the installation shall include an equipment ground conductor, 18 in addition to the conductors noted in the contract. Bonding jumpers and equipment ' 19 grounding conductors shall be installed in accordance with Section 9-29.3 and NEC. 20 Where existing conduits are used for the installation of new circuits, an equipment- 21 grounding conductor shall be installed unless an existing equipment ground conductor, 22 which is appropriate for the largest circuit, is already present in the existing raceway. 23 The equipment ground conductor between the isolation switch and the sign lighter 24 fixtures shall be a minimum of a 14 AWG stranded copper conductor. Where parallel 25 circuits are enclosed in a common conduit, the equipment-grounding conductor shall be 26 sized by the largest overcurrent device serving any circuit contained within the conduit. 27 28 Supplemental grounding shall be provided at light standards, signal standards, 29 cantilever and sign bridge structures. Steel sign posts which support signs with sign 30 lighting or flashing beacons shall also have supplemental grounding. The supplemental 31 ground conductor shall be connected to the foundation rebar (all rebar crossings shall 32 be wire tied) by means of a grounding connector listed for use in concrete, and lead up 33 directly adjacent to a conduit installed within the foundation. The free end of the 34 conductor shall be terminated to the ground terminal, with an approved clamp, within 35 the pole. If no ground terminal is provided, bond to standard or post. Three feet of 36 slack shall be provided inside the standard. Where a concrete and rebar foundation is 37 not used the supplemental ground shall be a grounding electrode placed in the hole 38 next to the post prior to back fill. For light standards, signal standards, cantilever and 39 sign bridge structures the supplemental grounding conductor shall be a non-insulated 4 40 AWG stranded copper conductor. For steel sign posts which support signs with sign 41 lighting or flashing beacons the supplemental grounding conductor shall be a non- 42 insulated 6 AWG stranded copper conductor. 43 44 8-20.3(14)E Signal Standards ' 45 The second paragraph is revised to read: 46 47 Signal standards shall not be erected on concrete foundations until the foundations 48 have attained 2400 psi or 14 days after concrete placement. Signal standards without 49 mast arms may be erected after 72 hours. Type IV and V strain pole standards may be 50 erected but the messenger cable (span wire) shall not be placed until the foundation has 51 attained 2400 psi or 14 days after concrete placement. 52 1 SECTION 8-21, PERMANENT SIGNING 2 January 3, 2006 3 8-21.3(9)F Bases 4 The second paragraph is revised to read: 5 6 The excavation and backfill shall be in conformance with the requirements of Section 2- 7 09.3(1)E. 8 9 The fifth paragraph is revised to read: 10 11 The bottom of concrete foundations shall rest on firm ground. If the portion of the 12 foundation beneath the existing ground line is formed or cased instead of being cast 13 against the existing soil forming the sides of the excavation, then all gaps between the 14 existing soil and the completed foundation shall be backfilled and compacted in 15 accordance with Section 2-09.3(1)E. 16 17 The fourteenth paragraph is revised to read: 18 19 Both forms and ground which will be in contact with the concrete shall be thoroughly 20 moistened before placing concrete; however, excess water in the foundation excavation 21 will not be permitted. Forms shall not be removed until the concrete has set at least 22 three days. All forms shall be removed, except when the Plans or Special Provisions 23 specifically allow or require the forms or casing to remain. 24 25 SECTION 8-22, PAVEMENT MARKING 26 April 2, 2007 27 8-22.1 Description 28 This section is revised to read: 29 30 This work consists of furnishing, installing, and removing pavement markings upon the 31 roadway surface in accordance with the Plans, Standard Plans, the FHWA publication 32 Standard Alphabet for Highway Signs and Pavement Markings and these Specifications, 33 at locations shown in the Contract or as ordered by the Engineer in accordance with 34 Section 1-04.4. 35 36 Pavement Markings may be either Longitudinal (long) Line Markings or Transverse 37 Markings. Longitudinal line markings are generally placed parallel and adjacent to the 38 flow of traffic. Transverse markings are generally placed perpendicular and across the 39 flow of traffic. Word and symbol markings are classified as transverse markings. 40 Traffic letters used in word messages shall be 8-feet high with the exception of the "R" 41 in the railroad crossing symbol which shall be as shown in the Standard Plans. 42 43 8-22.2 Materials 44 This section is revised to read: 45 46 Material for pavement marking shall be paint or plastic as noted in the bid item meeting 47 the requirements of Section 9-34. Glass beads for paint shall meet the requirements of 48 Section 9-34.4. Glass beads for plastic shall be as recommended by the material 49 manufacturer. 50 1 8-22.3(2) Preparation of Roadway Surfaces 2 The following new sentence is inserted after the first sentence in the second paragraph: ' 3 4 The temperature requirement may be superseded by the material manufacturers written 5 installation instructions. 6 '7 The last sentence in the third paragraph is revised to read: 8 9 These cure periods may be reduced if the manufacturer performs a successful bond 10 test and approves the reduction of the pavement cure period. 11 12 8-22.3(3) Marking Application 13 This section is revised to read: 14 15 Marking colors 16 Lane line and right edge line shall be white in color. Center line and left edge line shall 17 be yellow in color. Transverse markings shall be white, except as otherwise noted in the 18 Standard Plans. 19 20 Line Patterns 21 Solid line —a continuous line without gaps. 22 23 Broken line —a line consisting of solid line segments separated by gaps. 24 25 Dotted line — a broken line with noticeably shorter line segments separated by 26 noticeably shorter gaps. 27 28 Line Surfaces 29 Flat Lines — Pavement marking lines with a flat surface. 30 31 Profiled Marking —A profiled pavement marking is a marking that consists of a base line 32 thickness and a profiled thickness which is a portion of the pavement marking line that is 33 applied at a greater thickness than the base line thickness. Profiles shall be applied 34 using the extruded method in the same application as the base line. The profiles may 35 be slightly rounded provided the minimum profile thickness is provided for the length of 36 the profile. See the Standard Plans for the construction details. 37 38 Embossed Plastic Line — Embossed plastic lines consist of a flat line with transverse 39 grooves. An embossed plastic line may also have profiles. See the Standard Plans for 40 the construction details. 41 42 Line Applications 43 Surface line —a line applied directly to the pavement surface. 44 45 Grooved Line —A line constructed by grinding or saw cutting a groove into the pavement 46 surface and spraying, extruding or gluing pavement marking material into the groove. 47 The groove depth is dependent upon the material used, the pavement surface and 48 location. See the project Plans and Special Provisions. 49 50 Two applications of paint will be required to complete all paint markings. The second 51 application of paint shall be squarely on top of the first pass. The time period between 1 paint applications will vary depending on the type of pavement and paint (low VOC 2 waterborne, high VOC solvent, or low VOC solvent) as follows: 3 Pavement Type Paint Type Time Period Bituminous Surface Low VOC Waterborne 4 hours min., Treatment 48 hours max. Hot Mix Asphalt Pavement Low VOC Waterborne 4 hours min., 30 days max. Cement Concrete Low VOC Waterborne 4 hours min., Pavement 30 days max. Bituminous Surface High and Low VOC Solvent 40 min. min., Treatment 48 hrs. max. Hot Mix Asphalt Pavement High and Low VOC Solvent 40 min. min., 30 days max. Cement Concrete High and Low VOC Solvent 40 min. min., Pavement 30 days max. 4 5 Centerlines on two lane highways with broken line patterns, paint or plastic, shall be 6 applied in the increasing mile post direction so they are in cycle with existing broken line 7 patterns at the beginning of the project. Broken line patterns applied to multi-lane or 8 divided roadways shall be applied in cycle in the direction of travel. 9 10 Where paint is applied on centerline on two-way roads with bituminous surface 11 treatment or centerline rumble strips, the second paint application shall be applied in the 12 opposite (decreasing mile post) direction as the first application (increasing mile post) 13 direction. This will require minor broken line pattern corrections for curves on the 14 second application. 15 16 Application Thickness 17 Pavement markings shall be applied at the following base line thickness measured 18 above the pavement surface or above the groove bottom for grooved markings in 19 thousandths of an inch (mils): 20 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 A—grooved/flat/long line extruded 230 230 230 Type B -flat/transverse &symbols heat 125 125 125 fused Type C-2 -flat/transverse & symbols adhesive 90 90 NA ' Type C-1 & 2 -flat/long line adhesive 60 60 NA Type C-1 -grooved/flat/long line adhesive 60 60 NA Type D-flat/transverse &symbols spray 120 120 120 Type D -flat/transverse & symbols extruded 120 120 120 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—grooved/flat/long line extruded 230 230 230 1 2 Liquid pavement marking material yield per gallon depending on thickness shall not 3 exceed the following: 4 Mils thickness Feet of 4" Square feet/gallon line/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 5 6 Solid pavement marking material (Type A) yield per 50 pound bag shall not exceed the 7 following: 8 Mils thickness Feet of 4" line/50# bag Square feet/50# bag 30-flat 358 120 45-flat 240 80 60-flat 179 60 90-flat 120 40 90-flat with profiles 67 23 120-flat 90 30 120-flat with profiles 58 20 �. 125-embossed 86 29 125-embossed with 58 20 profiles 230-flat grooved 47 15 9 10 All grooved plastic lines shall be applied into a groove cut or ground into the pavement. 11 For Type A or D material the groove shall be cut or ground with equipment to produce a 12 smooth square groove 4-inches wide. For Type C-1 material the groove shall be cut , 13 with equipment to produce a smooth bottom square groove with a width in accordance 1 with the material manufacturer's recommendation. The groove depth for Type C-1 2 material shall be 100 mils, plus or minus 10 mils. The groove depth for Type A or D 3 material shall be as shown in the Plans. After grinding, clean the groove by a method 4 approved by Engineer. Immediately before placing the marking material clean the 5 groove with high pressure air. 6 7 Section 8-22.3 is supplemented with the following new sub-section. 8 9 8-22.3(3)A Glass beads 10 Top dress glass beads shall be applied to all spray and extruded pavement marking 11 material. Glass beads shall be applied by a bead dispenser immediately following the 12 pavement marking material application. Glass bead dispensers shall apply the glass 13 beads in a manner such that the beads appear uniform on the entire pavement marking 14 surface with 50 to 60% embedment. Hand casting of beads will not be allowed. 15 16 Glass beads shall be applied to 10 or 15 rnil thick paint at a minimum application rate of 17 7 pounds per gallon of paint. For plastic pavement markings, glass beads shall be 18 applied at the rate recommended by the marking material manufacturer. 19 20 When two or more spray applications are required to meet thickness requirements for 21 Type A and Type D materials, top dressing with glass beads is only allowed on the last 22 application. The cure period between successive applications shall be in accordance 23 with the manufacturer's recommendations. Any loose beads, dirt or other debris shall 24 be swept or blown off the line prior to application of each successive application. 25 Successive applications shall be applied squarely on top of the preceding application. 26 27 8-22.3(5) Installation Instructions 28 This section including title is revised to read: 29 30 8-22.3(5) Plastic Installation Instructions 31 Installation instructions for plastic markings shall be provided for the Engineer. All .. 32 materials including glass beads shall be installed according to the manufacturer's 33 recommendations. A manufacturer's technical representative shall be present at the 34 initial installation of plastic material to approve the installation procedure or the material 35 manufacturer shall certify that the Contractor will install the plastic material in 36 accordance with their recommended procedure. 37 38 8-22.4 Measurement 39 This section is revised to read: 40 41 Center line, center line with no pass line, double center line, double lane line, edge line, 42 solid lane line, dotted extension line, lane line, reversible lane line, and two-way left turn 43 center line will be measured by the completed linear foot as "Paint Line", "Plastic Line", 44 "Embossed Plastic Line", "Profiled Plastic Line", "Profiled Embossed Plastic Line", 45 "Inlaid Plastic Line" or"Grooved Plastic Line". 46 ' 47 The measurement for "Paint Line" will be based on a marking system capable of 48 simultaneous application of three 4-inch lines with two 4-inch spaces. No deduction will 49 be made for the unmarked area when the marking includes a broken line such as center 1 50 line, dotted extension line, center line with no-pass line, lane line, reversible lane line, or 51 two-way left turn center line. No additional measurement will be made when more than 1 1 one line can be installed on a single pass such as center line with no-pass line, double 2 center line, double lane line, reversible lane line, or two-way left turn center line. 3 4 The measurement for "Plastic Line", "Embossed Plastic Line", "Profiled Plastic Line", 5 "Profiled Embossed Plastic Line", "Inlaid Plastic Line" or "Grooved Plastic Line" will be 6 based on the total length of each 4-inch wide plastic line installed. No deduction will be ' 7 made for the unmarked area when the marking includes a broken line such as, center 8 line, dotted extension line, center line with no-pass line, lane line, reversible lane line, or 9 two-way left turn center line. 10 11 The measurement for "Painted Wide Lane Line", "Plastic Wide Lane Line", "Profiled 12 Plastic Wide Lane Line", "Painted Wide Line", "Plastic Wide Line", "Painted Barrier 13 Center Line", "Plastic Barrier Center Line", "Painted Stop Line", or "Plastic Stop Line", 14 will be based on the total length of each painted, plastic or profiled plastic line installed. 15 No deduction will be made for the unmarked area when the marking includes a broken 16 line such as, wide broken lane line, drop lane line, or wide dotted lane line. The 17 measurement for double wide lane line will be based on the total length of each wide 18 lane line installed. 19 20 No additional measurement for payment will be made for the required second 21 application of paint. No additional measurement for payment will be made for additional 22 applications required to meet thickness requirements for plastic markings. 23 24 Diagonal and chevron-shaped lines used to delineate medians, gore areas, and parking 25 stalls are constructed of painted or plastic 4 inch or 8 inch lines in the color and pattern 26 shown in the Standard Plans. These lines will be measured as "Painted Line", "Plastic 27 Line", "Painted Wide Line" or "Plastic Wide Line" by the linear foot of line installed. 28 Crosswalk line will be measured by the square foot of marking installed. 29 30 Traffic arrows, traffic letters, access parking space symbols, HOV symbols, railroad 31 crossing symbols, drainage markings, bicycle lane symbols, aerial surveillance full, and 32 1/2 markers, yield line symbols, yield ahead symbols, and speed bump symbols will be 33 measured per each. Type 1 through 6 traffic arrows will be measured as one unit each, 34 regardless of the number of arrow heads. 35 36 Removal of lines, 4-inches, 8-inches, 18 inches and 20-inches in width will be measured 37 by the linear foot, with no deduction being made for the unmarked area when the 38 marking includes a gap. 39 40 Removal of traffic arrows, traffic letters, access parking space symbol, HOV lane 41 symbol, railroad crossing symbol, bicycle lane symbols, drainage markings, aerial 42 surveillance full and 1/2 markers, yield line symbol, yield ahead symbol, and speed 43 bump symbol will be measured per each. Removal of crosswalk lines will be measured 44 by the square foot of lines removed. 45 46 8-22.5 Payment 47 This section is revised to read: ' 48 49 Payment will be made in accordance with Section 1-04.1, for each of the following bid 50 items that are included in the proposal: 51 52 "Paint Line", per linear foot. 1 "Plastic Line", per linear foot. 2 "Embossed Plastic Line", per linear foot. 3 "Profiled Plastic Line", per linear foot. 4 "Profiled Embossed Plastic Line", per linear foot. 5 "Inlaid Plastic Line", per linear foot. 6 "Grooved Plastic Line", per lineal foot. 7 "Painted Wide Lane Line", per linear foot. 8 "Plastic Wide Lane Line", per linear foot. 9 "Profiled Plastic Wide Lane Line", per linear foot. 10 "Painted Wide Line", per linear foot. 11 "Plastic Wide Line", per linear foot. 12 "Painted Barrier Center Line", per linear foot. 13 "Plastic Barrier Center Line", per linear foot. 14 "Painted Stop Line", per linear foot. 15 "Plastic Stop Line", per linear foot. 16 "Painted Crosswalk Line", per square foot. 17 "Plastic Crosswalk Line", per square foot. 18 "Painted Traffic Arrow", per each. 19 "Plastic Traffic Arrow", per each. 20 "Painted Traffic Letter", per each. 21 "Plastic Traffic Letter', per each. 22 "Painted Access Parking Space Symbol", per each. 23 "Plastic Access Parking Space Symbol", per each. 24 "Painted Railroad Crossing Symbol", per each. 25 "Plastic Railroad Crossing Symbol", per each. 26 "Painted Bicycle Lane Symbol", per each. 27 "Plastic Bicycle Lane Symbol", per each. 28 "Painted Drainage Marking", per each. 29 "Plastic Drainage Marking", per each. 30 "Painted Aerial Surveillance Full Marker', per each. 31 "Plastic Aerial Surveillance Full Marker', per each. 32 "Painted Aerial Surveillance 112 Marker", per each. 33 "Plastic Aerial Surveillance 1/2 Marker", per each. 34 "Painted Access Parking Space Symbol with Background", per each. 35 "Plastic Access Parking Space Symbol with Background", per each. 36 "Painted HOV Lane Symbol", per each. 37 "Plastic HOV Lane Symbol", per each. 38 "Painted Yield Line Symbol", per each. 39 "Plastic Yield Line Symbol", per each. 40 "Painted Yield Ahead Symbol", per each. 41 "Plastic Yield Ahead Symbol", per each. 42 "Painted Speed Bump Symbol", per each. 43 "Plastic Speed Bump Symbol", per each. 44 "Removing Paint Line", per linear foot. 45 "Removing Plastic Line", per linear foot. 46 "Removing Painted Crosswalk Line", per square foot. 47 "Removing Plastic Crosswalk Line", per square foot. 48 "Removing Painted Traffic Marking", per each . 49 "Removing Plastic Traffic Marking", per each . 50 1 t 1 SECTION 9-00, DEFINITIONS AND TESTS 2 January 3, 2006 3 9-00.8 Sand Equivalent 4 The second paragraph is revised to read: ' 5 6 For acceptance, there must be a clear line of demarcation. If no clear line of 7 demarcation has formed at the end of a 30 minute sedimentation period, the material 8 will be considered as failing to meet the minimum specified sand equivalent. 9 10 SECTION 9-01, PORTLAND CEMENT 11 April 2, 2007 12 9-01.2(1) Portland Cement 13 The second sentence in the first paragraph is revised to read: 14 15 The total amount of processing additions used shall not exceed 1% of the weight of 16 portland cement clinker and up to 3.0% cement kiln dust by mass of the cement as long 17 as it complies with the requirements of ASTM C-465. 18 19 9-01.2(4) Blended Hydraulic Cement 20 The first paragraph is revised to read: 21 22 Blended hydraulic cement shall be either Type I (MS), Type I (SM) (MS) or Type I (PM) 23 (MS) cement conforming to AASHTO M 240, except that the content of alkalis shall not 24 exceed 0.75 percent by weight calculated as Na20 plus 0.658 K20 and except that the 25 content of Tricalcium aluminate (CA shall not exceed 8 percent by weight calculated 26 as 2.650AI203 minus 1.692Fe203, and meet the following additional requirements: 27 28 SECTION 9-02, BITUMINOUS MATERIALS 29 January 3, 2006 30 9-02.1(4) Asphalt Binders 31 This section including title is revised to read: 32 33 9-02.1(4) Performance Graded Asphalt Binder(PGAB) 34 PGAB meeting the requirements of AASHTO M 320 Table 1 of the grades specified in the 35 contract shall be used in the production of HMA. The Direct Tension Test (AASHTO T 36 314) of M 320 is not a specification requirement. 37 38 9-02.1(4)A Performance Graded Asphalt Binder 39 This section including title is revised to read: 40 41 9-02.1(4)A Quality Control Plan 42 The Asphalt Supplier of PGAB shall have a Quality Control Plan (QCP) in accordance 43 with WSDOT QC 2 "Standard Practice for Asphalt Suppliers That Certify Performance 44 Graded Asphalts". The Asphalt Supplier's QCP shall be submitted and approved by the 45 WSDOT State Materials Laboratory. Any change to the QCP will require a new QCP to 46 be submitted. The Asphalt Supplier of PGAB shall certify through the Bill of Lading that 47 PGAB meets the specification requirements of the contract. 48 1 9-02.1(6)A Polymerized Cationic Emulsified Asphalt CRS-2P 2 This section is revised to read: 3 4 The asphalt CRS-2P shall be a polymerized cationic emulsified asphalt. The polymer 5 shall be milled into the asphalt or emulsion during the manufacturing of the emulsion. 6 The asphalt CRS-2P shall meet the following specifications: 7 AASHTO Test Specifications Method Minimum Maximum Viscosity @1220F, SFS T 59 100 400 Storage Stability 1 day % T 59 --- 1 Demulsibility 35 ml. 0.8% Dioctyl T 59 40 --- Sodium Sulfosuccinate Particle Charge T 59 positive --- Sieve Test % T 59 --- 0.30 Distillation Oil distillate by vol. of emulsion % T 59note 1 0 3 Residue T 59 note 1 65 --- Test on the Residue From Distillation Penetration @770F T 49 100 250 Torsional Recovery % note 2 18 --- or oughness/Tenacity in-lbs note 3 50/25 --- 8 9 note 'Distillation modified to use 300 grams of emulsion heated to 350°F ± 9°F and 10 maintained for 20 minutes. 11 12 note 2The Torsional Recovery test shall be conducted according to the California 13 Department of Transportation Test Method No. 332. The residue material for this 14 test shall come from California Department of Transportation Test Method No. 331. 15 16 note 3Benson method of toughness and tenacity; Scott tester, inch-pounds at 770F, 17 20 in. per minute pull. Tension head 7/8 in. diameter. 18 19 At the option of the supplier the Benson Toughness/Tenacity test can be used in lieu of 20 Torsional Recovery based on type of modifier used. If the Benson Toughness/Tenacity 21 method is used for acceptance the supplier must supply all test data verifying 22 specification conformance. 23 1 SECTION 9-03, AGGREGATES 2 April 2, 2007 3 9-03.1(4)A Deleterious Substances 4 The reference to "AASHTO PT 61" in the second paragraph is revised to "AASHTO TP 61 5 6 9-03.4(2) Grading and Quality 7 The reference to "AASHTO PT 61" in the fourth paragraph is revised to "AASHTO TP 61". 8 9 9-03.8(2) HMA Test Requirements 10 In the first paragraph, item 2. and the associated graph are revised to read: 11 12 2. The fracture requirements for the combined coarse aggregate shall apply to the 13 material retained on the U.S. No. 4 sieve and above, when tested in accordance 14 with FOP for AASHTO TP 61. 15 ESAL's #Fractured % Fracture (millions) Faces < 10 1 or more 90 > 10 2 or more 90 16 17 9-03.9(3) Crushed Surfacing 18 The reference to "AASHTO PT 61" in the fourth paragraph is revised to "AASHTO TP 61". 19 20 9-03.20 Test Methods for Aggregates 21 The test method for Percent of Fracture in Aggregates is revised from "AASHTO PT 61" to 22 "AASHTO TP 61". 23 24 SECTION 9-05, DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS 25 April 2, 2007 26 9-05.1(1) Concrete Drain Pipe 27 This section is revised to read: 28 29 Concrete drain pipe shall meet the requirements of ASTM C 118, heavy duty drainage 30 pipe. 31 32 9-05.1(6) Corrugated Polyethylene Drainage Tubing Drain Pipe 33 This section including title is revised to read: 34 35 9-05.1(6) Corrugated Polyethylene Drain Pipe (up to 10-inch) 36 Corrugated polyethylene drain pipe shall meet the requirements of AASHTO M 252 type 37 C (corrugated both inside and outside) or type S (corrugated outer wall and smooth 38 inner liner). The maximum size pipe shall be 10 inches in diameter. 39 40 9-05.2(3) Perforated Bituminized Fiber Underdrain Pipe 41 This section including title is revised to read: 42 43 9-05.2(3) Vacant 44 1 9-05.1(7) Corrugated Polyethylene Drain Pipe 2 This section including title is revised to read: 3 4 9-05.1(7) Corrugated Polyethylene Drain Pipe (12-inch through 60-inch) 5 Corrugated polyethylene drain pipe, 12-inch through 60-inch -diameter maximum, shall 6 meet the minimum requirements of AASHTO M 294 Type S or 12-inch through 24 inch 7 diameter maximum shall meet the minimum requirements of AASHTO M 294 Type C. 8 9 9-05.2(7) Perforated Corrugated Polyethylene Drainage Tubing Underdrain 10 Pipe 11 This section including title is revised to read: 12 13 9-05.2(7) Perforated Corrugated Polyethylene Underdrain Pipe (Up to 10- 14 inch) 15 Perforated corrugated polyethylene underdrain pipe shall meet the requirements of 16 AASHTO M252, Type CP or Type SP. Type CP shall be Type C pipe with Class 2 17 perforations and Type SP shall be Type S pipe with either Class 1 or Class 2 18 perforations. Additionally, Class 2 perforations shall be uniformly spaced along the 19 length and circumference of the pipe. The maximum size pipe shall be 10-inch diameter. 20 21 9-05.2(8) Perforated Corrugated Polyethylene Underdrain Pipe 22 This section including title is revised to read: 23 24 9-05.2(8) Perforated Corrugated Polyethylene Underdrain Pipe (12-inch 25 through 60-inch) 26 Perforated corrugated polyethylene underdrain pipe, 12-inch through 60-inch diameter 27 maximum, shall meet the requirements of AASHTO M 294 Type CP or Type SP. Type 28 CP shall be Type C pipe with Class 2 perforations and Type SP shall be Type S pipe 29 with either Class 1 or Class 2 perforations. Additionally, Class 2 perforations shall be 30 uniformly spaced along the length and circumference of the pipe. 31 32 9-05.3(1)A End Design and Joints 33 The second paragraph is revised to read: 34 35 The plane of the ends of the pipes shall be perpendicular to their longitudinal axes. 36 37 9-05.4(3) Protective Treatment 38 In Treatment 1 and 2, the reference to 9-05.4(6) is revised to read 9-05.4(5). 39 40 9-05.12(1) Solid Wall PVC Culvert Pipe, Solid Wall PVC Storm Sewer Pipe, and 41 Solid Wall PVC Sanitary Sewer Pipe 42 The first paragraph is revised to read: 43 44 Solid wall PVC culvert pipe, solid wall PVC storm sewer pipe, and solid wall PVC 45 sanitary sewer pipe and fittings shall be solid wall construction and shall conform to the 46 following requirements: 47 48 For pipe sizes up to 15 inches: ASTM D 3034 SDR 35 49 50 For pipe sizes from 18 to 48 inches: ASTM F 679 using a minimum pipe stiffness of 115 51 psi in accordance with Table 1. 1 2 9-05.12(2) Profile Wall PVC Culvert Pipe, Profile Wall PVC Storm Sewer Pipe, 3 and Profile Wall PVC Sanitary Sewer Pipe 4 The first paragraph is revised to read: 5 6 Profile wall PVC culvert pipe and profile wall PVC storm sewer pipe shall meet the 7 requirements of ASTM F 794 Series 46, or ASTM F 1803. Profile wall PVC sanitary 8 sewer pipe shall meet the requirements of ASTM F 794 Series 46, or ASTM F 1803. The 9 maximum pipe diameter shall be as specified in the Qualified Products List. 10 11 The fifth paragraph is revised to read: 12 13 Fittings for profile wall PVC pipe shall meet the requirements of ASTM F 794 Series 46, 14 or ASTM F 1803. 15 16 9-05.15 Metal Castings 17 This section is revised to read: 18 19 For all metal castings the producing foundry shall provide certification stating the 20 country of origin, the material meets the required ASTM or AASHTO specification noted 21 in the subsections below. The producing foundry shall detail all test results from 22 physical testing to determine compliance to the specifications. The test reports shall 23 include physical properties of the material from each heat and shall include tensile, 24 yield, and elongation as specified in the appropriate ASTM or AASHTO specification. 25 For AASHTO M 306, Section 8, Certification is deleted and replaced with the above 26 certification and testing requirements. 27 28 Metal castings for drainage structures shall not be dipped, painted, welded, plugged, or 29 repaired. Porosity in metal castings for drainage structures shall be considered a 30 workmanship defect subject to rejection by the Engineer. Metal castings made from 31 gray iron or ductile iron shall conform to the requirements of AASHTO M 306, and metal ' 32 castings made from cast steel shall conform to the requirements of Section 9-06.8. All 33 metal castings shall meet the proof load testing requirements of AASHTO M 306. 34 '35 9-05.15(1) Manhole Ring and Cover 36 This section is revised to read: 37 38 Castings for manhole rings shall be gray iron or ductile iron and covers shall be ductile 39 iron. 40 41 All covers shall be interchangeable within the dimensions shown in the Standard Plans. 42 All mating surfaces shall be machine finished to ensure a nonrocking fit. 43 44 The inside vertical recessed face of the ring and the vertical outside edge of the cover 45 shall be machined or manufactured to the following tolerances: 46 47 Ring +3/32 inch to -3/32 inch 48 Cover +3/32 inch to -3/32 inch 49 50 All manhole rings and covers shall be identified by the name or symbol of the producing 51 foundry and country of casting origin. This identification shall be in a plainly visible 52 location when the ring and cover are installed. Ductile iron shall be identified by the 1 following, "DUC" or "DI." The producing foundry and material identification shall be 2 adjacent to each other and shall be minimum '/Z inch to maximum 1 inch high letters, 3 recessed to be flush with the adjacent surfaces. 4 5 9-05.15(2) Metal Frame, Grate and Solid Metal Cover for Catch Basins or Inlets 6 The first and second paragraphs are revised to read: 7 8 Castings for metal frames for catch basins and inlets shall be cast steel, gray iron, or 9 ductile iron, and as shown in the Standard Plans. 10 11 Castings for grates and solid metal covers for catch basins and inlets shall be cast steel 12 or ductile iron and as shown in the Standard Plans. Additionally, leveling pads are 13 allowed on grates and solid metal covers with a height not to exceed 1/8 inch. The 14 producing foundry's name and material designation shall be embossed on the top of the 15 grate. The material shall be identified by the following: "CS" for cast steel or "DUC" or 16 "DI" for ductile iron and shall be located near the producing foundry's name. 17 18 9-05.15(3) Cast Metal Inlets 19 The first sentence is revised to read: 20 21 The castings for cast metal inlets shall be cast steel or ductile iron, and as shown in the 22 Standard Plans. 23 24 9-05.19 Corrugated Polyethylene Culvert Pipe 25 The first paragraph is revised to read: 26 27 Corrugated polyethylene culvert pipe shall meet the requirements of AASHTO M 294 28 Type S or D for pipe 12-inch to 60-inch diameter with silt-tight joints. 29 30 SECTION 9-06, STRUCTURAL STEEL AND RELATED MATERIALS 31 December 4, 2006 32 9-06.5(4) Anchor Bolts 33 The first and second paragraphs are revised to read: 34 35 Anchor bolts shall meet the requirements of ASTM F 1554 and, unless otherwise 36 specified, shall be Grade 105 and shall conform to Supplemental Requirements S2, S3, 37 and S4. 38 39 Nuts for ASTM F 1554 Grade 105 black anchor bolts shall conform to AASHTO M 291, 40 Grade D or DH. Nuts for ASTM F 1554 Grade 105 galvanized bolts shall conform to 41 AASHTO M 291, Grade DH and shall conform to the lubrication requirements in Section 42 9-06.5(3). Nuts for ASTM F 1554 Grade 36 or 55 black or galvanized anchor bolts shall 43 conform to AASHTO M 291, Grade A. Washers shall conform to ASTM F 436. 44 45 9-06.9 Gray Iron Castings 46 The AASHTO requirement is revised to read "AASHTO M 306". 47 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 9-08, PAINTS 13 April 2, 2007 14 9-08.2 Paint Formulation – General 15 In Formula C-11-99 — Top Coat Single Component, Moisture Cured Polyurethane, the 16 federal standard for Color is revised to read: 17 18 Color: Match Federal Standard 595B 19 20 SECTION 9-09, TIMBER AND LUMBER 21 August 7, 2006 22 9-09.2(3) Inspection 23 This section is revised to read: 24 25 Timber and lumber requiring a grade stamp shall be marked with a certified lumber 26 grade stamp provided by one of the following agencies: 27 28 West Coast Lumber Inspection Bureau (WCLIB) 29 Western Wood Products Association (WWPA) 30 Pacific Lumber Inspection Bureau (PLIB) 31 Any lumber grading bureau certified by the American Lumber Standards Committee 32 33 Timber and Lumber requiring a grading certificate shall have a certificate that was 34 issued by either the grading bureau whose stamp is shown on the material, or by the 35 lumber mill, which must be under the supervision of one of the grading bureaus listed 36 above. The certificate shall include the following: 37 38 Name of the mill performing the grading 39 The grading rules being used 40 Name of the person doing the grading with current certification 41 Signature of a responsible mill official 42 Date the lumber was graded at the mill 43 Grade, dimensions, and quantity of the timber or lumber 44 45 For Structures: 46 All material delivered to the project shall bear a grade stamp and have a grading 47 certificate. The grade stamp and grading certificate shall not constitute final acceptance r r u. 1 of the material. The Engineer may reject any or all of the timber or lumber that does not 2 comply with the specifications or has been damaged during shipping or upon delivery. 3 4 For Guardrail Posts and Blocks, Sign Posts, Mileposts, Sawed Fence Posts, and 5 Mailbox Posts: 6 Material delivered to the project shall either bear a grade stamp on each piece or have a 7 grading certificate. The grade stamp or grading certificate shall not constitute final 8 acceptance of the material. The Engineer may reject any or all of the timber or lumber 9 that does not comply with the specifications or has been damaged during shipping or 10 upon delivery. 11 12 9-09.3(1) General Requirements 13 The last sentence in the first paragraph is revised to read: 14 15 Unless otherwise specified in the contract, all timber and lumber shall be treated in 16 accordance with Sections U1 and T1 of the latest edition of the AWPA standards. 17 18 SECTION 9-10, PILING 19 December 4, 2006 20 9-10.2(2) Reinforcement 21 This section is revised to read: 22 23 Reinforcement shall meet the requirements of Section 9-07. 24 25 SECTION 9-12, MASONRY UNITS 26 August 7, 2006 27 9-12.7 Precast Concrete Drywells 28 The third sentence is revised to read: 29 30 Each seepage port shall provide a minimum of 1 square inch and a maximum of 7 31 square inches for round openings and 15 square inches for rectangular openings. 32 33 SECTION 9-13, RIPRAP, QUARRY SPALLS, SLOPE PROTECTION, AND ROCK 34 WALLS 35 April 2, 2007 JrN 36 9-13 Riprap, Quarry Spalls, Slope Protection, And Rock Walls 37 The requirements for Quality following the first paragraph are revised to read: �r• 38 39 Aggregate Property Test method Requirement 1 40 Degradation Factor WSDOT T 113 15 minimum 41 Los Angeles Wear, 500 Rev. AASHTO T 96 50% maximum 42 Specific Gravity AASHTO T 85 2.55 minimum 43 44 9-13.5(2) Poured Portland Cement Concrete Slope Protection 45 The first paragraph is revised to read: 46 47 Cement concrete for poured concrete slope protection shall be commercial concrete in 48 conformance with Section 6-02.3(2)B. 1 2 SECTION 9-14, EROSION CONTROL AND ROADSIDE PLANTING 3 April 2, 2007 4 9-14.2 Seed 5 This section is revised to read: 6 7 Grasses, legumes, or cover crop seed of the type specified shall conform to the 8 standards for "Certified" grade seed or better as outlined by the State of Washington 9 Department of Agriculture "Rules for Seed Certification," latest edition. Seed shall be 10 furnished in standard containers on which shall be shown the following information: 11 12 (1) Common and botanical names of seed, 13 (2) Lot number, 14 (3) Net weight, 15 (4) Pure live seed 16 17 All seed installers and vendors must have a business license issued by the Washington 18 State Department of Licensing with a "seed dealer" endorsement. Upon request, the 19 contractor shall furnish the Engineer with copies of the applicable licenses and 20 endorsements. 21 22 Upon request, the Contractor shall furnish to the Engineer duplicate copies of a 23 statement signed by the vendor certifying that each lot of seed has been tested by a 24 recognized seed testing laboratory within six months before the date of delivery on the 25 project. Seed which has become wet, moldy, or otherwise damaged in transit or storage 26 will not be accepted. 27 28 9-14.4(1) Straw 29 This section is revised to read: 30 31 All straw material shall be in an air dried condition free of noxious weeds and other 32 materials detrimental to plant life. Straw mulch so provided shall be suitable for 33 spreading with mulch blower equipment. 34 35 9-14.4(3) Bark or Wood Chips 36 This section is supplemented with the following: 37 38 Sawdust shall not be used as mulch. 39 40 9-14.4(4) Sawdust 41 This section including title is revised to read: 42 '43 9-14.4(4) Vacant 44 45 9-14.4(8) Compost 46 This section is revised to read: 47 48 Compost products shall be the result of the biological degradation and transformation of 49 plant-derived materials under controlled conditions designed to promote aerobic 50 decomposition. Compost shall be stable with regard to oxygen consumption and carbon 1 dioxide generation. Compost shall be mature with regard to its suitability for serving as 2 a soil amendment or an erosion control BMP as defined below. The compost shall have 3 a moisture content that has no visible free water or dust produced when handling the 4 material. 5 6 Compost production and quality shall comply with Chapter 173-350 WAC. 7 8 Compost products shall meet the following physical criteria: 9 10 1. Compost material shall be tested in accordance with Testing Methods for the 11 Examination of Compost and Composting (TMECC) Test Method 02.02-B, 12 "Sample Sieving for Aggregate Size Classification". 13 14 Fine Compost shall meet the following: 15 16 Min. Max. 17 Percent passing 2" 100% 18 Percent passing 1" 99% 100% 19 Percent passing 5/8" 90% 100% 20 Percent passing %" 75% 100% 21 Maximum particle length of 6 inches 22 23 Coarse Compost shall meet the following: 24 Min. Max. 25 Percent passing 3" 100% 26 Percent passing 1" 90% 100% 27 Percent passing 3/4" 70% 100% 28 Percent passing 1/4" 40% 60% 29 Maximum particle length of 6 inches 30 31 2. The pH shall be between 6.0 and 8.5 when tested in accordance with TMECC 32 04.11-A, 1:5 Slurry pH". 33 34 3. Manufactured inert material (plastic, concrete, ceramics, metal, etc.) shall be 35 less than 1.0 percent by weight as determined by TMECC 03.08-A"percent dry 36 weight basis". 37 38 4. Minimum organic matter shall be 40 percent dry weight basis as determined by 39 TMECC 05.07A, "Loss-On-Ignition Organic Matter Method". 40 41 5. Soluble salt contents shall be less than 4.Ommhos/cm tested in accordance 42 with TMECC 04.10-A, 1:5 Slurry Method, Mass Basis". 43 44 6. Maturity shall be greater than 80% in accordance with TMECC 05.05-A, 45 "Germination and Vigor". 46 1 47 7. Stability shall be 7 or below in accordance with TMECC 05.08-B, Carbon 48 Dioxide Evolution Rate" 49 50 8. The compost product must originate a minimum of 65 percent by volume from 51 recycled plant waste as defined in WAC 173-350 as "Type 1 Feedstocks." A 52 maximum of 35 percent by volume of other approved organic waste and/or 1 biosolids may be substituted for recycled plant waste. The supplier shall 2 provide written verification of feedstock sources 3 4 9. The Engineer may also evaluate compost for maturity using the Solvita 5 Compost Maturity Test. Fine Compost shall score a number 6 or above on the 6 Solvita Compost Maturity Test. Coarse Compost shall score a 5 or above on 7 the Solvita Compost Maturity Test. 8 9 The compost supplier will test all compost products within 90 calendar days prior to 10 application. Samples will be taken using the Seal of Testing Assurance (STA) sample 11 collection protocol. (The sample collection protocol can be obtained from the U.S. 12 Composting Council, 4250 Veterans Memorial Highway, Suite 275, Holbrook, NY 11741 13 14 Phone: 631-737-4931, www.compostingcouncil.org). The sample shall be sent to an 15 independent STA Program approved lab. The compost supplier will pay for the test. A 16 copy of the approved independent STA Program laboratory test report shall be 17 submitted to the Contracting Agency prior to initial application of the compost. Seven 18 days prior to application, the Contractor shall submit a sample of each type compost to 19 be used on the project to the Engineer. 20 21 Compost not conforming to the above requirements or taken from a source other than 22 those tested and accepted shall be immediately removed from the project and replaced 23 at no cost to the Contracting Agency. 24 25 The Contractor shall either select a compost supplier from the Qualified Products List, or 26 submit the following information to the Engineer for approval: 27 28 1. A Request for Approval of Material Source. 29 30 2. A copy of the Solid Waste Handling Permit issued to the supplier by the 31 Jurisdictional Health Department as per WAC 173-350 (Minimum Functional 32 Standards for Solid Waste Handling). 33 34 3. The supplier shall verify in writing, and provide lab analyses that the material 35 complies with the processes, testing, and standards specified in WAC 173-350 36 and these specifications. An independent STA Program certified laboratory 37 shall perform the analysis. 38 39 4. A list of the feedstock by percentage present in the final compost product. 40 41 5. A copy of the producer's Seal of Testing Assurance certification as issued by 42 the U.S. Composting Council. 43 44 Acceptance will be based upon a satisfactory Test Report from an independent STA , 45 program certified laboratory and the sample(s) submitted to the Engineer. 46 47 9-14.5(2) Erosion Control Blanket 48 Footnote 1 is revised to read: 49 50 'UV stability shall be 80% strength retained min., after 500 hours in a xenon arc device 51 as per ASTM D4355. 52 1 9-14.5(5) Wattles 2 This section is revised to read: 3 4 Wattles shall consist of cylinders of biodegradable plant material such as straw, coir, 5 compost, or wood shavings encased within biodegradable or photodegradable netting. 6 Wattles shall be at least 5 inches in diameter, unless otherwise specified. Encasing 7 material shall be clean, evenly woven, and free of encrusted concrete or other 8 contaminating materials such as preservatives. Encasing material shall be free from 9 cuts, tears, or weak places and shall have a lifespan greater than 6 months. 10 11 Compost filler shall meet the material requirements as specified in Section 9-14.4(8), 12 and shall be Coarse Compost. 13 14 9-14.5(6) Compost Sock 15 This section is revised to read: 16 17 Biodegradable fabric for compost sock and compost wattle shall be clean, evenly 18 woven, and free of encrusted concrete or other contaminating materials and shall be 19 free from cuts, tears, broken or missing yarns and thin, open, or weak places. Fabric for 20 compost sock shall consist of extra heavy weight biodegradable fiber which has not 21 been treated with any type of preservative. Compost for compost socks shall meet the 22 material requirements as specified in Section 9-14.4(8), and shall be Coarse Compost 23 24 Wood stakes for compost sock and wattles shall be made from Douglas-fir, hemlock, or 25 pine species. Wood stakes shall be 2 inch by 2 inch nominal dimension and 36 inches in 26 length, unless otherwise indicated in the Plans. 27 28 Section 9-14.5 is supplemented with the following new section. 29 30 9-14.5(7) Coir Log 31 Coir log: Logs shall be made of 100% durable coconut (coir) fiber uniformly compacted 32 within an outer netting. Log segments shall have a maximum length of 20 feet, with a 33 minimum diameter as shown in the Plans. Logs shall have a density of 7 Ibs/cf or greater. 34 35 Coir logs shall be manufactured with a woven wrapping netting made of bristle coir twine 36 with minimum strength of 80 lbs tensile strength. The netting shall have nominal 2 inch by 2 37 inch openings. 38 39 Stakes shall conform to the requirements of Section 9-09. Cedar wood stakes shall have a 40 notch to secure the rope ties. Rope ties shall be one-quarter inch diameter commercially 41 available hemp rope. 42 43 9-14.6(1) Description 44 This section is revised to read: 45 46 Bareroot plants are grown in the ground and harvested without soil or growing medium 47 around their roots. 48 49 Container plants are grown in pots or flats that prevent root growth beyond the sides 50 and bottom of the container. 51 1 Balled and burlapped plants are grown in the ground and harvested with soil around a 2 core of undisturbed roots. This rootball is wrapped in burlap and tied or placed in a wire 3 basket or other supportive structure. 4 5 Cuttings are live plant material without a previously developed root system. Source 6 plants for cuttings shall be dormant when cuttings are taken. All cuts shall be made with 7 a sharp instrument. Written permission shall be obtained from property owners and 8 provided to the Engineer before cuttings are collected. The Contractor shall collect 9 cuttings in accordance with applicable sensitive area ordinances. For cuttings, the 10 requirement to be nursery grown or held in nursery conditions does not apply. Cuttings 11 include the following forms: 12 13 A. Live branch cuttings shall have flexible top growth with terminal buds and may 14 have side branches. The rooting end shall be cut at an approximate 45 degree 15 angle. 16 17 B. Live stake cuttings shall have a straight top cut immediately above a bud. The 18 lower, rooting end shall be cut at an approximate 45degree angle. Live stakes 19 are cut from one to two year old wood. Live stake cuttings shall be cut and 20 installed with the bark intact with no branches or stems attached, and be '/2 to 21 1 '/2 inch in diameter. 22 23 C. Live pole cuttings shall have a minimum 2inch diameter and no more than 24 three branches which shall be pruned back to the first bud from the main stem. 25 26 D. Rhizomes shall be a prostrate or subterranean stem, usually rooting at the 27 nodes and becoming erect at the apex. Rhizomes shall have a minimum of two 28 growth points. 29 30 E. Tubers shall be a thickened and short subterranean branch having numerous 31 buds or eyes. 32 33 9-14.6(2) Quality 34 This section is revised to read: 35 36 All plant material furnished shall meet the grades established by the latest edition of the 37 American Standard for Nursery Stock, (ASNS)ANSI Z60.1 shall conform to the size and 38 acceptable conditions as listed in the contract, and shall be free of all foreign plant 39 material. 40 41 All plant material shall comply with State and Federal laws with respect to inspection for 42 plant diseases and insect infestation. 43 44 All plant material shall be purchased from a nursery licensed to sell plants in 45 Washington State. 46 47 Live woody or herbaceous plant material, except cuttings, rhizomes, and tubers, shall 48 be vigorous, well formed, with well developed fibrous root systems, free from dead 49 branches, and from damage caused by an absence or an excess of heat or moisture, 50 insects, disease, mechanical or other causes detrimental to good plant development. 51 Evergreen plants shall be well foliated and of good color. Deciduous trees that have 52 solitary leaders shall have only the lateral branches thinned by pruning. All conifer trees 1 shall have only one leader (growing apex) and one terminal bud, and shall not be 2 sheared or shaped. Trees having a damaged or missing leader, multiple leaders, or Y- 3 crotches shall be rejected. 4 5 Root balls of plant materials shall be solidly held together by a fibrous root system and 6 shall be composed only of the soil in which the plant has been actually growing. Balled 7 and burlapped rootballs shall be securely wrapped with jute burlap or other packing 8 material not injurious to the plant life. Root balls shall be free of weed or foreign plant 9 growth. 10 11 Plant materials shall be nursery grown stock. Plant material, with the exception of 12 cuttings, gathered from native stands shall be held under nursery conditions for a 13 minimum of one full growing season, shall be free of all foreign plant material, and meet 14 all of the requirements of these Specifications, the Plans, and the Special Provisions. 15 16 Container grown plants must be plants transplanted into a container and grown in that 17 container sufficiently long for new fibrous roots to have developed so that the root mass 18 will retain its shape and hold together when removed from the container, without having 19 roots that circle the pot. Plant material which is root bound, as determined by the 20 Engineer, shall be rejected. Container plants shall be free of weed or foreign plant 21 growth. 22 23 Container sizes for plant material of a larger grade than provided for in the container 24 grown specifications of the ASNS shall be determined by the volume of the root ball 25 specified in the ASNS for the same size plant material. 26 27 All bare root plant materials shall have a heavy fibrous root system and must be 28 dormant at the time of planting. 29 30 Average height to spread proportions and branching shall be in accordance with the 31 applicable sections, illustrations, and accompanying notes of the ASNS. 32 33 Plants specified or identified as "Street Tree Grade" shall be trees with straight trunks, 34 full and symmetrical branching, central leader, and be developed, grown, and 35 propagated with a full branching crown. A "Street Tree Grade" designation requires the 36 highest grade of nursery shade or ornamental tree production which shall be supplied. 37 38 Trees with improperly pruned, broken, or damaged branches, trunk, or root structure 39 shall be rejected. In all cases, whether supplied balled and burlapped or in a container, 40 the root crown (top of root structure) of the tree shall be at the top of the finish soil level. 41 Trees supplied and delivered in a nursery fabric bag will not be accepted. 42 43 Plants, which have been determined by the Engineer to have suffered damage as the 44 result of girdling of the roots, stem, or a major branch; have deformities of the stem or 45 major branches; have a lack of symmetry; have dead or defoliated tops or branches; or 46 have any defect, injury, or condition which renders the plant unsuitable for its intended 47 use, shall be rejected. 48 49 Plants that are grafted shall have roots of the same genus as the specified plant. 50 51 9-14.6(3) Handling and Shipping 52 The last sentence in the sixth paragraph is deleted. 1 2 9-14.6(6) Substitution of Plants 3 The second paragraph is revised to read: 4 5 Container or balled and burlapped plant material may be substituted for bare root plant 6 material. Container grown plant material may be substituted for balled and burlapped 7 plant materials. When substitution is allowed, use current ASNS standards to determine 8 the correct rootball volume (container or balled and burlapped) of the substituted 9 material that corresponds to that of the specified material. These substitutions shall be 10 approved by the Engineer and be at no cost to the Contracting Agency. 11 12 9-14.6(7) Temporary Storage 13 The third paragraph is revised to read: 14 15 Cuttings shall continually be shaded and protected from wind. Cuttings must be 16 protected from drying at all times and shall be heeled into moist soil or other insulating 17 material or placed in water if not installed within 8 hours of cutting.Cuttings to be stored 18 for later installation shall be bundled, laid horizontally, and completely buried under 19 6 inches of water, moist soil or placed in cold storage at a temperature of 34 F and 90% 20 humidity. Cuttings that are not planted within 24 hours of cutting shall be soaked in 21 water for 24 hours prior to planting. Cuttings taken when the temperature is higher than 22 50°F shall not be stored for later use. Cuttings that already have developed roots shall 23 not be used. 24 25 The fourth paragraph is deleted. , 26 27 SECTION 9-15, IRRIGATION SYSTEM 28 August 7, 2006 , 29 9-15.1 Pipe, Tubing, and Fittings 30 The second paragraph is revised to read: 31 32 Copper pipe or tubing shall be annealed, seamless, and conform to the requirements of 33 ASTM B 88, and shall be a minimum of Type L rating. 34 35 SECTION 9-16, FENCE AND GUARDRAIL 36 April 3, 2006 37 9-16.1(1)A Post Material for Chain Link Fence 38 The two references in the second paragraph to "Standard Plan L 2" are revised to "ASTM 39 F1043". 40 41 Under Roll Form Material, the reference in the third paragraph to "Standard Plan L 2" is 42 revised to "ASTM F1043". 43 44 SECTION 9-22, MONUMENT CASES 45 August 7, 2006 46 9-22.1 Monument Cases, Covers, and Risers 47 The AASHTO requirement is revised to read "AASHTO M 306". 48 r 1 SECTION 9-23, CONCRETE CURING MATERIALS AND ADMIXTURES 2 April 2, 2007 3 9-23.6 Admixture for Concrete 4 The footnote for Accelerating Admixture is revised to read: 5 6 Accelerating admixtures are only allowed for use in the following applications: In 7 Controlled Density Fill (also known as Controlled Low Strength Material) in 8 accordance with Section 2-09.3(1)E Backfilling, in Portland Cement Concrete 9 Pavement in accordance with Section 5-05, and in Section 5-05.3(1) Concrete Mix 10 Designs for Paving. 11 12 SECTION 9-28, SIGNING MATERIALS AND FABRICATION 13 August 7, 2006 14 9-28.14(1) Timber Sign Posts 15 The last sentence is revised to read: 16 17 Preservative and retention shall be as shown in Section 9-16.2 for sawn posts. 18 19 SECTION 9-29, ILLUMINATION, SIGNAL, ELECTRICAL 20 December 4, 2006 21 9-29.2 Junction Boxes 22 Section 9-29.2 including title is revised to read: 23 24 9-29.2 Junction Boxes, Cable Vaults and Pull Boxes 25 9-29.2(1) Standard Junction Box 26 This section including title is revised to read: 27 28 9-29.2(1) Standard Duty and Heavy Duty Junction Boxes 29 For the purposes of this specification concrete is defined as Portland Cement 30 Concrete and non-concrete is all others. 31 32 Standard Duty Junction Boxes are defined as Type 1, 2, 7 and 8, and Heavy Duty 33 Junction Boxes are defined as Type 4, 5, and 6. 34 35 The contractor shall provide shop drawings if their manufacturing process or 36 standard production model includes any deviation from the Standard Plan. For 1 37 each type of junction box, or whenever there is a design change to the junction box, 38 a proof test, as defined in this specification, shall be performed once in the 39 presence of the Engineer. 40 41 This section is supplemented with the following new subsections: 42 43 9-29.2(1)A Standard Duty Junction Boxes 44 All Standard Duty Junction Boxes shall have a minimum load rating of 22,500 pounds 45 and be tested in accordance with 9-29.2(1)C. A complete Type 7 or Type 8 Junction 1 46 Box includes the spread footing shown in the Standard Plans. 47 1 Concrete Junction Boxes 2 The Standard Duty Concrete Junction Box steel frame, lid support, and lid shall be 3 painted with a black paint containing rust inhibiters or painted with a shop applied, 4 inorganic zinc primer in accordance with Section 6-07.3, or hot dip galvanized in 5 accordance with ASTM A 111. 6 7 Concrete used in Standard Duty Junction Boxes shall have a minimum 8 compressive strength of 6000 psi when reinforced with a welded wire hoop, or 4000 9 psi when reinforced with welded wire fabric or fiber reinforcement. The frame shall 10 be anchored to the box by welding the wire fabric to the frame or by welding 11 headed studs 3/8 inch x 3 inches long, as specified in section 9-06.15, to the frame. 12 The wire fabric shall be attached to the studs and frame with standard tie practices. 13 The box shall contain ten studs located near the centerline of the frame and box 14 wall. The studs shall be placed one anchor in each corner, one at the middle of 15 each width and two equally spaced on each length of the box. 16 17 Material for Type 1, 2, 7 and 8 Concrete Junction Boxes shall conform to the 18 following: 19 20 Concrete Section 6-02 21 Reinforcing Steel Section 9-07 22 Fiber Reinforcing ASTM C 1116, Type III , 23 Lid ASTM A786 diamond plate steel 24 Frame ASTM A786 diamond plate steel or 25 ASTM A36 flat steel 26 Lid Support & Handle ASTM A36 steel 27 Anchors (studs) Section 9-06.15 28 '29 Non-concrete Junction Boxes 30 Material for the non-concrete junction boxes shall be of a quality that will provide for 31 a similar life expectancy as Portland Cement Concrete in a direct burial application. , 32 33 Type 1, 2, 7, and 8 non-concrete junction boxes shall have a Design Load of 34 22,500 lbs. and shall be tested in accordance with 9-29.2(1)C. Non-concrete 35 junction boxes shall be gray in color and have an open bottom design with 36 approximately the same inside dimensions, and present a load to the bearing 37 surface that is less than or equal to the loading presented by the concrete junction 38 boxes shown in the Standard Plans. Non-concrete junction box lids shall include a , 39 pull slot and shall be secured with two 1/2 inch stainless steel hex-head bolts factory 40 coated with anti-seize compound and recessed into the cover. The tapped holes 41 for the securing bolts shall extend completely through the box to prevent 42 accumulation of debris. Bolts shall conform to ASTM F 593, stainless steel. 43 44 9-29.2(1)6 Heavy Duty Junction Boxes , 45 Heavy Duty Junction Boxes shall be concrete and have a minimum vertical load rating 46 of 46,000 pounds without permanent deformation and 60,000 pounds without failure 47 when tested in accordance with 9-29.2(1)C . 48 49 The Heavy Duty Junction Box steel frame, lid support and lid shall be painted with a 50 shop applied, inorganic zinc primer in accordance with Section 6-07.3 , 51 1 The concrete used in Heavy Duty Junction Boxes shall have a minimum compressive 2 strength of 4000 PSI. 3 4 Material for Type 4, 5, and 6 Concrete Junction Boxes shall conform to the following: 5 6 Concrete Section 6-02 7 Reinforcing Steel Section 9-07 8 Lid ASTM A786 diamond plate steel, rolled 9 from plate complying with ASTM A572, 10 grade 50 or ASTM A588 with min. CVN 11 toughness of 20 ft-lb at 40 degrees F 12 Frame and stiffener plates ASTM A572 grade 50 or ASTM A588, both with 13 min. CVN toughness of 20 ft-lb at 40 degrees F 14 Handle ASTM A36 steel 15 Anchors (studs) Section 9-06.15 16 Bolts, Nuts, Washers ASTM F 593 or A 193, type 304 or 316 17 18 The lid stiffener plates shall bear on the frame, and be milled so that there is full even 19 contact, around the perimeter, between the bearing seat and lid stiffener plates, after 20 fabrication of the frame and lid. The bearing seat and lid perimeter bar shall be free 21 from burrs, dirt and other foreign debris that would prevent solid seating. Bolts and nuts 22 shall be liberally coated with anti-seize compound. Bolts shall be installed snug tight. 23 The bearing seat and lid perimeter bar shall be machined to allow a minimum of 75% of 24 the bearing areas to be seated with a tolerance of 0.0 to 0.005 inches measured with a 25 feeler gage. The bearing area percentage will be measured for each side of the lid as it 26 bears on the frame. 27 28 9-29.2(1)C Testing Requirements 29 Junction boxes shall be tested by an independent materials testing facility, and a test 30 report issued documenting the results of the tests performed. 31 32 For concrete junction boxes the independent testing lab shall meet the requirements of 33 AASHTO R 18 for Qualified Tester and Verified Test Equipment. The test shall be 34 conducted in the presence of and signed off by the Engineer or a designated 35 representative. The Contractor shall give the Engineer 30 days notice prior to testing. 36 One copy of the test report shall be furnished to the Contracting Agency certifying that 37 the box and cover meet or exceed the loading requirements for a concrete junction box, 38 and shall include the following information: 39 40 1. Product identification. 41 2. Date of testing. 42 3. Description of testing apparatus and procedure. 43 4. All load deflection and failure data. 44 5. Weight of box and cover tested. 45 6. Upon completion of the required test(s) the box shall be loaded to failure. 46 7. A brief description of type and location of failure. 47 48 For non-concrete junction boxes the testing facility shall be a Nationally Recognized 49 Testing Laboratory (witnessing is not required). One copy of the test report shall be 50 furnished to the Contracting Agency certifying that the box and cover meet or exceed 51 the loading requirements for a non-concrete junction box, and shall include the following 52 information: 1 2 1. Product identification. 3 2. Date of testing. 4 3. Description of testing apparatus and procedure. 5 4. All load deflection data. 6 5. Weight of box and cover tested. 7 8 Testing for Standard Duty Concrete Junction Boxes 9 Standard Duty Concrete Junction Boxes shall be load tested to 22,500 pounds. , 10 The test load shall be applied uniformly through a 10-inch x 10inch x 1 inch steel 11 plate centered on the lid. The test load shall be applied and released ten times, 12 and the deflection at the test load and released state shall be recorded for each 13 interval. At each interval the junction box shall be inspected for lid deformation, 14 failure of the lid/frame welds, vertical and horizontal displacement of the lid/frame, 15 cracks, and concrete spalling. ' 16 17 Concrete junction boxes will be considered to have withstood the test if none of the 18 following conditions are exhibited: 19 20 1. Permanent deformation of the lid or any impairment to the function of the 21 lid. 22 2. Vertical or horizontal displacement of the lid frame. 23 3. Cracks wider than 0.012 inches that extend 12 inches or more. 24 4. Fracture or cracks passing through the entire thickness of the concrete. 25 5. Spalling of the concrete. 26 27 Testing for the Standard Duty non-concrete Junction Boxes 28 Non-concrete Junction Boxes shall be tested to a minimum of 22,500 Ibs as defined 29 in the ANSI/SCTE 77-2002 Tier 15 test method. In addition the contractor shall 30 provide a Manufacture Certificate of Compliance for each non-concrete junction 31 box installed. 32 33 Testing for Heavy Duty Junction Boxes 34 Heavy Duty Junction Boxes shall be load tested to 46,000 pounds. The test load 35 shall be applied vertically through a 10-inch x 20-inch x 1-inch steel plate centered 36 on the lid with an orientation both on the long axis and the short axis of the junction 37 box. The test load shall be applied and released ten times on each axis. The 38 deflection at the test load and released state shall be recorded for each interval. At 39 each interval the test box shall be inspected for lid deformation, failure of the lid or 40 frame welds, vertical and horizontal displacement of the lid frame, cracks, and 41 concrete spalling. After the twentieth loading interval the test shall be terminated 42 with a 60,000 pound load being applied vertically through the steel plate centered 43 on the lid and with the long edge of steel plate orientated parallel to the long axis of 44 the box. 45 46 Heavy Duty Junction Boxes will be considered to have withstood the 46,000 47 pounds test if none of the following conditions are exhibited: , 48 49 1. Permanent deformation of the lid or any impairment to the function of the 50 lid. 51 2. Vertical or horizontal displacement of the lid frame. 52 3. Cracks wider than 0.012-inches that extend 12-inches or more. r 1 4. Fracture or cracks passing through the entire thickness of the concrete. 2 5. Spalling of the concrete. 3 4 Heavy Duty Junction Boxes will be considered to have withstood the 60,000 5 pounds test if all of the following conditions are exhibited: 6 7 1. The lid is operational. 8 2. The lid is securely fastened. 9 3. The welds have not failed. 10 4. Permanent dishing or deformation of the lid is 1/4 inch or less. 11 5. No buckling or collapse of the box. 12 13 9-29.2 (2) Vacant 14 This section including title is revised to read: 15 16 9-29.2(2) Standard Duty and Heavy Duty Cable Vaults and Pull Boxes 17 Standard Duty and Heavy Duty Cable Vaults and Pull Boxes shall be constructed as a 18 concrete box and as a concrete lid. The lid for the Heavy Duty and Standard Duty Cable 19 Vaults and Pull Boxes shall be interchangeable and both shall fit the same box as 20 shown in the Standard Plans. 21 22 The Contractor shall provide shop drawings if their manufacturing process or standard 23 production model includes any deviation from the Standard Plan. For each type of box 24 or whenever there is a design change to the Cable Vault or Pull box, a proof test, as 25 defined in this specification, shall be performed once in the presence of the Engineer. 26 27 This section is supplemented with the following new sections: 28 29 9-29.2(2)A Standard Duty Cable Vaults and Pull Boxes 30 Standard Duty Cable Vaults and Pull boxes shall be concrete and have a minimum load 31 rating of 22,500 pounds and be tested in accordance with 9-29.2(1)C for concrete 32 Standard Duty Junction Boxes. 33 34 Concrete for standard duty cable vaults and pull boxes shall have a minimum 35 compressive strength of 4000 psi. The frame shall be anchored to the vault/box by 36 welding the wire fabric to the frame or by welding headed studs 3/8 inch x 3 inches long, 37 as specified in Section 9-06.15, to the frame. The wire fabric shall be attached to the 38 studs and frame with standard tie practices. The vault/box shall contain ten studs 39 located near the centerline of the frame and wall. Studs shall be placed one anchor in 40 each corner, one at the middle of each width and two equally spaced on each length of 41 the vault/box. The steel frame, lid support, and lid shall be painted with a black paint 42 containing rust inhibiters or painted with a shop applied, inorganic zinc primer in 43 accordance with Section 6-07.3 or hot dip galvanized in accordance with ASTM A 111. 44 45 Material for Standard Duty Cable Vaults and Pull Boxes shall conform to the following: 46 47 Concrete Section 6-02 48 Reinforcing Steel Section 9-07 49 Lid ASTM A786 diamond plate steel 50 Frame ASTM A786 diamond plate steel or 51 ASTM A36 flat steel 52 Lid Support & Handle ASTM A36 steel 1 Anchors (studs) Section 9-06.15 2 Bolts, Nuts, Washers ASTM F593 or A 193, type 304 or 316 3 4 9-29.2(2)B Heavy Duty Cable Vaults and Pull Boxes 5 Heavy Duty Cable Vaults and Pull Boxes shall be constructed of concrete having a 6 minimum compressive strength of 4000 psi, and have a minimum vertical load rating of 7 46,000 pounds without permanent deformation and 60,000 pounds without failure when 8 tested in accordance with Section 9-29.2(1)C for Heavy Duty Junction Boxes. 9 10 Material for Heavy Duty Cable Vaults and Pull boxes shall conform to the following: 11 12 Concrete Section 6-02 13 Reinforcing Steel Section 9-07 14 Cover Section 9-05.15(1) 15 Ring Section 9-05.15(1) 16 Anchors (studs) Section 9-06.15 17 Bolts, Nuts, Washers ASTM F593 or A193, type 304 or 316 18 19 9-29.2(4) Cover Markings 20 The first sentence of the first paragraph is revised to read: 21 22 Junction boxes, cable vaults, and pull boxes with metallic lids shall be 23 marked with the appropriate legend in accordance with the bead weld details 24 in the Standard Plans. Non-metallic lids shall be embossed with the 25 appropriate legend and a non-skid surface. Legends for metallic lids and 26 non-metallic lids shall be 1-inch nominal height. 27 28 The first sentence of the second paragraph is revised to read: , 29 30 Junction boxes, cable vaults and pull boxes shall be marked or embossed , 31 for use in accordance with the plans and following schedule: 32 33 9-29.6(2) Slip Base Hardware 34 The last sentence in the first paragraph is revised to read: 35 36 Plate washers shall conform to ASTM A 36, and also shall conform to the flatness 37 tolerances specified in AASHTO M 293 for circular washers. 38 39 9-29.6(5) Foundation Hardware 40 The second and third paragraphs are revised to read: 41 42 Anchor bolts, and associated nuts and washers, for Type CCTV, II, III, IV, and V signal 43 standards and luminaire poles shall conform to Section 9-06.5(4). Anchor rods 44 conforming to ASTM A 449 may be substituted, provided that the galvanized ASTM A 45 449 anchor rods having an ultimate tensile strength above 145 ksi shall be tested for 46 embrittlement in accordance with either ASTM A 143 (if the rod length is equal to or 47 greater than five times the bolt diameter) or ASTM F 606 Section 7 (if the rod length is 48 less than five times the nominal bolt diameter). 49 1 All foundation hardware shall be 100% hot-dipped galvanized in accordance with 2 AASHTO M 111 and AASHTO M 232. 3 4 SECTION 9-30, WATER DISTRIBUTION MATERIALS 5 August 7, 2006 6 9-30.6(3)A Copper Tubing 7 This section is revised to read: 8 9 Copper pipe or tubing shall be annealed, seamless, and conform to the requirements of 10 ASTM B 88, Type K rating. 11 12 SECTION 9-33, CONSTRUCTION GEOTEXTILE 13 August 7, 2006 14 Section 9-33 including title is revised in its entirety to read: 15 16 SECTION 9-33, CONSTRUCTION GEOSYNTHETIC 17 18 9-33.1 Geosynthetic Material Requirements 19 The term geosynthetic shall be considered to be inclusive of geotextiles, geogrids, and 20 prefabricated drainage mats. 21 22 Geotextiles, including geotextiles attached to prefabricated drainage core to form a 23 prefabricated drainage mat, shall consist only of long chain polymeric fibers or yarns 24 formed into a stable network such that the fibers or yarns retain their position relative to 25 each other during handling, placement, and design service life. At least 95 percent by 26 weight of the material shall be polyolefins or polyesters. The material shall be free from 27 defects or tears. The geotextile shall also be free of any treatment or coating which 28 might adversely alter its hydraulic or physical properties after installation. 29 30 Geogrids shall consist of a regular network of integrally connected polymer tensile 31 elements with an aperture geometry sufficient to permit mechanical interlock with the 32 surrounding backfill. The long chain polymers in the geogrid tensile elements, not �- 33 including coatings, shall consist of at least 95 percent by mass of the material of 34 polyolefins or polyesters. The material shall be free of defects, cuts, and tears. 35 66 36 Prefabricated drainage core shall consist of a three dimensional polymeric material with 37 a structure that permits flow along the core laterally, and which provides support to the 38 geotextiles attached to it. 39 40 The geosynthetic shall conform to the properties as indicated in Tables 1 through 8 in 41 Section 9-33.2, and additional tables as required in the Standard Plans and Special 42 Provisions for each use specified in the Plans. Specifically, the geosynthetic uses 43 included in this section and their associated tables of properties are as follows: 44 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. 1 2 Geogrid and geotextile reinforcement in geosynthetic retaining walls shall conform to the 3 properties specified in the Standard Plans for permanent walls, and Table 10 for 4 temporary walls. 5 6 For geosynthetic retaining walls that use geogrid reinforcement, the geotextile material 7 placed at the wall face to retain the backfill material as shown in the Plans shall conform 8 to the properties for Construction Geotextile for Underground Drainage, Moderate 9 Survivability, Class A. 10 11 Thread used for sewing geotextiles shall consist of high strength polypropylene, 12 polyester, or polyamide. Nylon threads will not be allowed. The thread used to sew 13 permanent erosion control geotextiles, and to sew geotextile seams in exposed faces of 14 temporary or permanent geosynthetic retaining walls, shall also be resistant to 15 ultraviolet radiation. The thread shall be of contrasting color to that of the geotextile , 16 itself. 17 '18 9-33.2 Geosynthetic Properties 19 9-33.2(1) Geotextile Properties 20 Table 1: Geotextile for underground drainage strength properties for survivability. ' 21 ASTM Geotextile Property Requirements Test Low Moderate Method Survivability Survivability Geotextile Property Woven Nonwoven Woven Nonwoven Grab Tensile D 4632 180 lb 115 lb min. 250 lb 160 lb min. Strength, in min. min. machine and x-machine direction IN Grab Failure D 4632 < 50% > 50% < 50% >50% Strain, in machine and x-machine direction Seam D 4632 160 lb 100 Ib 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 Ib min. 40 Ib min. 80 Ib 50 Ib 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 Pro ert Re uirements Property Test Se aration Soil Stabilization Method Z Woven Nonwoven Woven Nonwoven AIDS 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—46327250 Ib min. 160 Ib min. 315 lb min. 200 lb min. Strength, in machine and x-machine direction Grab Failure —54632 < 50% > 50% < 50% > 50% Strain, in machine and x-machine direction Seam Breaking 64632' 220 lb min. 140 lb min. 270 lb min. 180 lb min. Strength Puncture D 6241 495 Ib 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 7 ' 8 Table 4: Geotextile for permanent erosion control and ditch lining. 9 Geotextile I 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 46323 220 lb 140 lb 270 lb 180 lb 220 lb 140 lb ' Breaking min. min. min. min. min. min. Strength Puncture D 6241 495 lb 310 lb 620 lb 430 lb 495 lb 310 lb Resistance min. min. min. min. min. min. ' Tear D 4533 80 lb 50 lb 112 lb 79 lb 80 lb 50 lb Strength, min. min. min. min. min. min. in machine and x-machine direction Ultraviolet D 4355 70% strength retained min., (UV) after 500 hours in xenon arc device Radiation , Stability 1 2 Table 5: Filtration properties for geotextile for permanent erosion control. ' 3 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 4 5 Table 6: Geotextile for temporary silt fence. 6 Geotextile Property I ASTM Geotextile Property Requirements' Test Unsupported Supported Between Method2 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., 1 Radiation Stability after 500 hours in xenon arc device 2 9-33.2(2) Geosynthetic Properties For Retaining Walls and Reinforced Slopes 3 Table 7: Minimum properties required for geotextile reinforcement used in 4 geosynthetic reinforced slopes and retaining walls. 5 Geotextile Property ASTM Geotextile Pro ert 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 -64632 3'4 160 lb min. 100 lb min. Strength Puncture Resistance D 6241 370 lb min. 220 lb min. Tear Strength, D 4533 63 lb min. 50 lb min. in machine and x-machine direction Ultraviolet(UV) D 4355 70% (for polypropylene and polyethylene) Radiation Stability and 50% (for polyester) Strength Retained min., after 500 hours in a xenon arc device 6 7 9-33.2(3) Prefabricated Drainage Mat 8 Prefabricated drainage mat shall have a single or double dimpled polymeric core 9 with a geotextile attached and shall meet the following requirements: 10 11 Table 8: Minimum properties required for prefabricated drainage mats. 12 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 gal/min./ft. 1 2 'All geotextile properties in Tables 1 through 8 are minimum average roll 3 values (i.e., the test results for any sampled roll in a lot shall meet or exceed 4 the values shown in the table). , 5 6 2The test procedures used are essentially in conformance with the most 7 recently approved ASTM geotextile test procedures, except for geotextile 8 sampling and specimen conditioning, which are in accordance with WSDOT 9 Test Methods T 914, Practice for Sampling of Geotextiles for Testing, and T 10 915, Practice for Conditioning of Geotextiles for Testing, respectively. Copies ' 11 of these test methods are available at the State Materials Laboratory P.O. Box 12 47365, Olympia, WA 98504-7365. 13 ,14 3With seam located in the center of 8-inch long specimen oriented parallel to 15 grip faces. 16 17 4Applies only to seams perpendicular to the wall face. 18 19 9-33.3 Aggregate Cushion of Permanent Erosion Control Geotextile 20 Aggregate cushion for permanent erosion control geotextile, Class A shall meet the 21 requirements of Section 9-03.9(2). Aggregate cushion for permanent erosion control 22 geotextile, Class B or C shall meet the requirements of Section 9-03.9(3) and 9-03.9(2). 23 24 9-33.4 Geosynthetic Material Approval and Acceptance 25 9-33.4(1) Geosynthetic Material Approval 26 If the geosynthetic source material has not been previously evaluated, or is not 27 listed in the current WSDOT Qualified Products List (QPL), a sample of each 28 proposed geosynthetic shall be submitted to the State Materials Laboratory in 29 Tumwater for evaluation. Geosynthetic material approval will be based on 30 conformance to the applicable properties from the Tables in Section 9-33.2 or in the 31 Standard Plans or Special Provisions. After the sample and required information for 32 each geosynthetic type have arrived at the State Materials Laboratory in Tumwater, 33 a maximum of 14 calendar days will be required for this testing. Source approval 34 shall not be the basis of acceptance of specific lots of material delivered to the 1 Contractor unless the roll numbers of the lot sampled can be clearly identified as 2 the rolls tested and approved in the geosynthetic approval process. 3 4 For geogrid and geotextile products proposed for use in permanent geosynthetic 5 retaining walls or reinforced slopes that are not listed in the current QPL, the 6 Contractor shall submit test information and the calculations used in the 7 determination of Ta, performed in accordance with WSDOT Standard Practice T 8 925, Standard Practice for Determination of Long-Term Strength for Geosynthetic 9 Reinforcement, to the State Materials Laboratory in Tumwater for evaluation. The 10 Contracting Agency will require up to 30 calendar days after receipt of the 11 information to complete the evaluation. 12 13 The Contractor shall submit to the Engineer the following information regarding 14 each geosynthetic material proposed for use: 15 16 Manufacturer's name and current address, 17 Full product name, 18 Geosynthetic structure, including fiber/yarn type, 19 Geosynthetic polymer type(s) (for temporary and permanent geosynthetic 20 retaining walls), 21 Proposed geosynthetic use(s), and 22 Certified test results for minimum average roll values. 23 24 9-33.4(2) Vacant 25 26 9-33.4(3) Acceptance Samples 27 When the quantities of geosynthetic materials proposed for use in the following 28 geosynthetic applications are greater than the following amounts, acceptance shall 29 be by satisfactory test report: 30 Application Geosynthetic Quantity Underground Drainage 600 sq. yd. Temporary or Permanent Geosynthetic All quantities 31 Retaining Walls 32 The samples for acceptance testing shall include the information about each ' 33 geosynthetic roll to be used as stated in 9-33.4(4). 34 35 Samples will be randomly taken by the Engineer at the job site to confirm that the ' 36 geosynthetic meets the property values specified. 37 38 Approval will be based on testing of samples from each lot. A"lot" shall be defined 39 for the purposes of this specification as all geosynthetic rolls within the 40 consignment (i.e., all rolls sent the project site) that were produced by the same 41 manufacturer during a continuous period of production at the same manufacturing 42 plant and have the same product name. After the samples have arrived at the 43 State Materials Laboratory in Tumwater, a maximum of 14 calendar days will be 44 required for this testing. 45 ' 46 If the results of the testing show that a geosynthetic lot, as defined, does not meet 47 the properties required for the specified use as indicated in Tables 1 through 8 in 48 Section 9-33.2, and additional tables as specified in the Special Provisions, the roll 1 or rolls which were sampled will be rejected. Geogrids and geotextiles for 2 temporary geosynthetic retaining walls shall meet the requirements of Table 7, and 3 Table 10 in the Special Provisions. Geogrids and geotextiles for permanent 4 geosynthetic retaining wall shall meet the requirements of Table 7, and Table 9 in 5 the Special Provisions, and both geotextile and geogrid acceptance testing shall 6 meet the required ultimate tensile strength T,,,t as provided in the current QPL for 7 the selected product(s). If the selected product(s) are not listed in the current QPL, 8 the result of the testing for T,,,t shall be greater than or equal to Tu,t as determined 9 from the product data submitted and approved by the State Materials Laboratory 10 during source material approval. 11 12 Two additional rolls for each roll tested which failed from the lot previously tested 13 will then be selected at random by the Engineer for sampling and retesting. If the 14 retesting shows that any of the additional rolls tested do not meet the required 15 properties, the entire lot will be rejected. If the test results from all the rolls retested , 16 meet the required properties, the entire lot minus the roll(s) that failed will be 17 accepted. All geosynthetic that has defects, deterioration, or damage, as 18 determined by the Engineer, will also be rejected. All rejected geosynthetic shall be 19 replaced at no additional expense to the Contracting Agency. 20 21 9-33.4(4) Acceptance by Certificate of Compliance , 22 When the quantities of geosynthetic proposed for use in each geosynthetic 23 application are less than or equal to the following amounts, acceptance shall be by 24 Manufacturer's Certificate of Compliance: 25 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 26 27 The Manufacturer's Certificate of Compliance shall include the following information 28 about each geosynthetic roll to be used: 29 30 Manufacturer's name and current address, 31 Full product name, 32 Geosynthetic structure, including fiber/yarn type, 33 Geosynthetic Polymer type (for all temporary and permanent geosynthetic 34 retaining walls only), 35 Geosynthetic roll number(s), 36 Geosynthetic lot number(s), 37 Proposed geosynthetic use(s), and 38 Certified test results. 39 40 9-33.4(5) Approval of Seams 41 If the geotextile seams are to be sewn in the field, the Contractor shall provide a 42 section of sewn seam that can be sampled by the Engineer before the geotextile is 43 installed. 44 1 The seam sewn for sampling shall be sewn using the same equipment and 2 procedures as will be used to sew the production seams. If production seams will 3 be sewn in both the machine and cross-machine directions, the Contractor must 4 provide sewn seams for sampling which are oriented in both the machine and 5 cross-machine directions. The seams sewn for sampling must be at least 2 yards 6 in length in each geotextile direction. If the seams are sewn in the factory, the 7 Engineer will obtain samples of the factory seam at random from any of the rolls to 8 be used. The seam assembly description shall be submitted by the Contractor to 9 the Engineer and will be included with the seam sample obtained for testing. This 10 description shall include the seam type, stitch type, sewing thread type(s), and 11 stitch density. 12 13 SECTION 9-34, PAVEMENT MARKING MATERIAL 14 April 3, 2006 15 9-34.2 Paint 16 This section is revised to read: 17 18 White and yellow paint shall comply with the specifications for high volatile organic 19 compound (VOC) solvent based paint, low VOC solvent based paint or low VOC 20 waterborne paint. Blue paint for "Access Parking Space Symbol with Background" shall 21 be chosen from a WSDOT QPL listed Manufacturer. The blue color shall match Fed 22 Standard 595, color 15090 and the tolerance of variation shall match that shown in the 23 FHWA"Highway Blue Color Tolerance Chart." 24 25 9-34.3 Plastic 26 This section is revised to read: 27 28 White and yellow plastic pavement marking materials shall comply with the 29 specifications for: 30 31 Type A— Liquid hot applied thermoplastic 32 Type B — Pre-formed fused thermoplastic 33 Type C— Cold applied pre-formed tape 34 Type D — Liquid cold applied methyl methacrylate 35 36 Blue plastic pavement marking material for "Access Parking Space Symbol with 37 Background" shall be chosen from a WSDOT QPL listed Manufacturer. The blue color 38 shall match Fed Standard 595, color 15090 and the tolerance of variation shall match 39 that shown in the FHWA"Highway Blue Color Tolerance Chart." 40 41 9-34.4 Glass Beads 42 In the first sentence the reference to AASHTO M 247-81, Type 1 is revised to AASHTO M 43 247, Type 1. 44 45 SECTION 9-35, TEMPORARY TRAFFIC CONTROL MATERIALS 46 April 3, 2006 47 9-35.2 Construction Signs 48 The first paragraph is supplemented with the following: 49 1 Post mounted Class A construction , o signs shall conform to the. requirements of this 2 section and additionally shall conform to the requirements stated in section 9-28. 3 ,4 The second paragraph is revised to read: 5 6 Aluminum sheeting shall be used to fabricate all construction signs. The signs shall , 7 have a minimum thickness of 0.080-inches and a maximum thickness of 0.125-inches. 8 9 The first sentence in the fourth paragraph is revised to read: ' 10 11 The use of plywood, composite, fiberglass reinforced plastic, new fabric rollup signs, 12 and any other previously approved sign materials except aluminum is prohibited. Any 13 sign which otherwise meets the requirements of this section and was purchased prior to 14 July 1, 2004, may be utilized until December 31, 2007. If a fabric sign is used, it shall 15 have been fabricated with Type VI reflective sheeting. ' 16 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 1-02.1 Prequalification of bidders.............................................................................................11 1-02.2 Plans and Specifications.................................................................................................11 1-02.5 Proposal Forms...............................................................................................................12 AN 1-02.6 Preparation of Proposal.................................................................................................12 1-02.6(1) Proprietary Information............................................................................................13 1-02.7 Bid Deposit......................................................................................................................13 1-02.9 Delivery of Proposal.......................................................................................................13 1-02.12 Public Opening of Proposals........................................................................................13 1-02.13 Irregular Proposals.......................................................................................................13 1-02.14 Disqualification of Bidders...........................................................................................14 1-02.15 Pre Award Information................................................................................................14 1-03 AWARD AND EXECUTION OF CONTRACT..............................................................15 1-03.1 Consideration of bids......................................................................................................15 1-03.2 Award of Contract..........................................................................................................15 1-03.3 Execution of Contract.....................................................................................................15 1-03.4 Contract Bond.................................................................................................................15 s 1-03.7 Judicial Review...............................................................................................................16 1-04 SCOPE OF WORK...........................................................................................................16 1-04.2 Coordination of Contract Documents..........................................................................16 1-04.3 Contractor-Discovered Discrepancies...........................................................................16 1-04.4 Changes............................................................................................................................17 w1-04.8 Progress Estimates and Payments.................................................................................17 1-04.11 Final Cleanup................................................................................................................17 1-05 CONTROL OF WORK.....................................................................................................17 ' 1-05.4 Conformity With and Deviation from Plans and Stakes.............................................17 1-05.4(3) Contractor Supplied Surveying................................................................................18 ' 1-05.4(4) Contractor Provided As-Built Information.............................................................19 1-05.7 Removal of Defective and Unauthorized Work............................................................19 1-05.10 Guarantees....................................................................................................................20 ' 1 1-05.11 Final Inspection.............................................................................................................20 • 1-05.11(1) Substantial Completion Date...................................................................................20 1-05.11(2) Final Inspection and Physical Completion Date....................................................21 1-05.11(3) Operational Testing..................................................................................................21 1-05.12 Final Acceptance...........................................................................................................22 1-05.13 Superintendents,Labor and Equipment of Contractor............................................22 1-05.14 Cooperation with Other Contractors..........................................................................22 t 1-05.16 Water and Power..........................................................................................................23 1-05.17 Oral Agreements...........................................................................................................23 1-05.18 Contractor's Daily Diary..............................................................................................23 1-06 CONTROL OF MATERIAL............................................................................................24 ' 1-06.1 Approval of Materials Prior to Use...............................................................................24 1-06.2(1) Samples and Tests for Acceptance............................................................................24 1-06.2(2) Statistical Evaluation of Materials for Acceptance.................................................24 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC.......................24 1-07.1 Laws to be Observed......................................................................................................24 1-07.2 State Sales Tax.................................................................................................................25 1-07.6 Permits and Licenses......................................................................................................26 , 1-07.9 Wages...............................................................................................................................27 1-07.9(5) Required Documents..................................................................................................27 1-07.11 Requirements for Non-Discrimination........................................................................27 1-07.11(11) City of Renton Affidavit of Compliance...............................................................27 1-07.12 Federal Agency Inspection...........................................................................................27 1-07.13 Contractor's Responsibility for Work.........................................................................27 1-07.13(1) General......................................................................................................................27 1-07.15 Temporary Water Pollution/Erosion Control.............................................................27 1-07.16 Protection and Restoration of Property .........27 1-07.16(1) Private/Public Property...........................................................................................28 1-07.17 Utilities and Similar Facilities......................................................................................29 .s 1-07.17(1) Interruption of Services...........................................................................................30 1-07.18 Public Liability and Property Damage Insurance.....................................................30 1-07.22 Use of Explosives...........................................................................................................33 1-07.23 Public Convenience and Safety....................................................................................33 1-07.23(1) Construction Under Traffic.....................................................................................33 1-07.23(2) Construction and Maintenance of Detours............................................................34 2 , 1-07.24 Rights of Way................................................................................................................35 1-08 PROSECUTION AND PROGRESS................................................................................35 .. 1-08.0 Preliminary Matters.......................................................................................................35 1-08.0(1) Preconstruction Conference......................................................................................36 1-08.0(2) Flours of Work............................................................................................................37 1-08.0(3) Reimbursement for Overtime Work of Contracting Agency Employees..............37 r 1-08.1 Subcontracting................................................................................................................37 1-08.2 Assignment......................................................................................................................38 1-08.3 Progress Schedule...........................................................................................................38 1-08.4 Notice to Proceed and Prosecution of the Work...........................................................39 1-08.5 Time For Completion.....................................................................................................39 1-08.6 Suspension of Work.................................................. 1-08.7 Maintenance During Suspension...................................................................................41 1-08.9 Liquidated Damages.......................................................................................................41 1-08.11 Contractor's Plant and Equipment.............................................................................41 .. 1-08.12 Attention to Work.........................................................................................................41 1-09 MEASUREMENT AND PAYMENT...............................................................................42 .. 1-09.1 Measurement of Quantities............................................................................................42 1-09.3 Scope of Payment............................................................................................................43 1-09.6 Force Account..................................................................................................................43 1-09.7 Mobilization....................................................................................................................43 1-09.9 Payments..........................................................................................................................44 Ir. 1-09.9(1) Retainage....................................................................................................................45 1-09.9(2) Contracting Agency's Right to Withhold and Disburse Certain Amounts...........45 1-09.11 Disputes and Claims......................................................................................................47 1-09.11(2) Claims........................................................................................................................47 1-09.11(3) Time Limitations and Jurisdiction..........................................................................47 1-09.13 Claims and Resolutions.................................................................................................47 1-09.13(3) Claims$250,000 or Less ' 1-09.13(3)A Administration of Arbitration..............................................................................47 1-09.13(3)B Procedures to Pursue Arbitration........................................................................47 1-10 TEMPORARY TRAFFIC CONTROL............................................................................48 ' 1-10.1 General............................................................................................................................48 1-10.2(1)B Traffic Control Supervisor.....................................................................................49 1-10.2(2) Traffic Control Plans.................................................................................................49 ' 3 1-10.3(3) Construction Signs.....................................................................................................49 .. 1-10.4 Measurement...................................................................................................................50 ' 1-10.5 Payment...........................................................................................................................50 1-11 RENTON SURVEYING STANDARDS...........................................................................50 2-01 CLEARINGS GRUBBING,AND ROADSIDE CLEANUP............................................53 , 2-01.1 Description......................................................................................................................53 2-01.2 Disposal of Usable Material and Debris.......................................................................54 2-01.5 Payment...........................................................................................................................54 2-02 REMOVAL OF STRUCTURE AND OBSTRUCTIONS...............................................54 , 2-02.3(3) Removal of Pavement,Sidewalks,and Curbs.........................................................54 2-02.4 Measurement...................................................................................................................54 2-02.5 Payment...........................................................................................................................54 2-03 ROADWAY EXCAVATION AND EMBANKMENT.....................................................55 2-03.3 Construction Requirements...........................................................................................55 2-03.4 Measurement...................................................................................................................56 2-03.5 Payment...........................................................................................................................56 2-04 HAUL..................................................................................................................................56 2-04.5 Payment...........................................................................................................................56 ' 2-06 SUBGRADE PREPARATION.........................................................................................56 2-06.5 Measurement and Payment..........................................................................................57 2-09 STRUCTURE EXCAVATION..........................................................................................57 2-09.1 Description......................................................................................................................57 2-09.3(1)D Disposal of Excavated Material.............................................................................57 2-09.4 Measurement...................................................................................................................57 2-09.5 Payment...........................................................................................................................57 5-04 ASPHALT CONCRETE PAVEMENT............................................................................58 , 5-04.2 Materials..........................................................................................................................58 5-04.3 Construction Requirements...........................................................................................58 5-06 TEMPORARY RESTORATION IN PAVEMENT AREAS...........................................61 7-01 DRAINS..............................................................................................................................63 7-01.2 Materials..........................................................................................................................63 ' 7-01.3 Construction Requirements...........................................................................................63 7-01.4 Measurement...................................................................................................................64 7-02 CULVERTS........................................................................................................................64 7-02.2 Materials..........................................................................................................................64 4 , 7-04 STORM SEWERS.............................................................................................................64 7-04.2 Materials..........................................................................................................................64 �. 7-04.4 Measurement...................................................................................................................64 7-04.5 Payment...........................................................................................................................64 7-05 MANHOLES,INLETS,AND CATCH BASINS............................................................65 7-05.3(1) Adjusting Manholes and Catch Basins to Grade....................................................65 7-05.3(2) Abandon Existing Manholes.....................................................................................66 7-05.3(2)A Abandon Existing Sanitary Sewer Pipes...............................................................66 7-05.3(3) Connections to Existing Manholes............................................................................66 ar 7-05.4 Measurement...................................................................................................................67 7-05.5 Payment...........................................................................................................................67 'r 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS...............................................68 7-08.3 Construction Requirements...........................................................................................68 7-08.3(1)C Bedding the Pipe......................................................................................................68 7-08.3(1)D Pipe Foundation.....................................................................................................68 .. 7-08.3(2)A Survey Line and Grade...........................................................................................68 7-08.3(2)B Pipe Laying-General.............................................................................................68 .. 7-08.3(2)E Rubber Gasketed Joints..........................................................................................69 7-08.3(2)H Sewer Line Connections.........................................................................................69 7-08.3(2)J Placing PVC Pipe.....................................................................................................69 7-08.3(3)A Backfilling Sanitary Sewer Trenches.....................................................................69 7-08.4 Measurement...................................................................................................................70 7-08.5 Payment...........................................................................................................................70 7-09 PIPE AND FITTINGS FOR WATER MAINS................................................................71 7-09.3(15)A Ductile Iron Pipe.............................................. 7-09.3(15)B Polyvinyl Chloride(PVC)Pipe(4 inches and Over)..........................................71 7-09.3(17) Laying Ductile Iron Pipe and Fittings with Polyethylene.....................................71 7-09.3(19)A Connections to Existing Mains.............................................................................71 7-09.3(21) Concrete Thrust Blocking and Dead-Man Block..................................................72 7-09.3(23) Hydrostatic Pressure Test........................................................................................72 7-09.3(24)A Flushing and. .73 7-09.3(24)D Dry Calcium Hypochlorite...................................................................................73 ' 7-09.3(24)K Retention Period....................................................................................................73 7-09.3(24)N Final Flushing and Testing...................................................................................74 ' 7-09.3(25) Joint Restraint Systems...........................................................................................74 ' 5 7-09.4 Measurement...................................................................................................................75 7-09.5 Payment...........................................................................................................................76 ' 7-12 VALVES FOR WATER MAINS.......................................................................................76 7-12.3(1) Installation of Valve Marker Post.............................................................................76 7-12.3(2) Adjust Existing Valve Box to Grade.........................................................................76 , 7-12.4 Measurement...................................................................................................................77 7-12.5 Payment...........................................................................................................................77 7-14 HYDRANTS.......................................................................................................................77 7-14.3(1) Setting Hydrants........................................................................................................77 7-14.3(3) Resetting Existing Hydrants.....................................................................................78 7-14.3(4) Moving Existing Hydrants........................................................................................78 7-14.5 Payment...........................................................................................................................78 7-15 SERVICE CONECTIONS................................................................................................78 7-15.3 Construction Details.......................................................................................................78 7-15.5 Payment...........................................................................................................................78 7-17 SANITARY SEWERS.......................................................................................................79 7-17.2 Materials..........................................................................................................................79 7-17.3 Construction Requirements...........................................................................................79 ' 7-17.3(1) Protection of Existing Sewerage Facilities...............................................................79 7-17.3(2)H Television Inspection...............................................................................................79 7-17.4 Measurement...................................................................................................................79 7-17.5 Payment...........................................................................................................................80 8-09 RAISED PAVEMENT MARKERS..................................................................................80 8-09.5 Payment...........................................................................................................................80 8-13 MONUMENT CASES.......................................................................................................80 8-13.1 Description......................................................................................................................80 8-13.3 Construction Requirements...........................................................................................81 8-13.4} Measurement.................................................................................................................81 8-13.5} Payment..........................................................................................................................81 8-14 CEMENT CONCRETE SIDEWALKS...........................................................................81 8-14.3(4) Curing.........................................................................................................................81 ' 8-14.4 Measurement...................................................................................................................81 8-14.5 Payment...........................................................................................................................82 8-17 IMPACT ATTENUATOR SYSTEMS..............................................................................82 8-17.5 Payment...........................................................................................................................82 , 6 , ow 8-20 ILLUMINATION,TRAFFIC SIGNAL SYSTEMS,AND ELECTRICAL.................82 8-20.2(1) Equipment List and Drawings..................................................................................82 .. 8-22 PAVEMENT MARKING..................................................................................................82 8-22.1 Description......................................................................................................................83 .. 8-22.3(5) Installation Instructions............................................................................................83 8-22.5 Payment...........................................................................................................................83 8-23 TEMPORARY PAVEMENT MARKINGS.....................................................................84 8-23.5 Payment...........................................................................................................................84 9-03.8(2) HMA Test Requirements............................................................................................84 9-05 DRAINAGE STRUCTURES, CULVERTS,AND CONDUITS....................................85 9-05.4 Steel Culvert Pipe and Pipe Arch(RC).........................................................................85 9-05.7(2) Reinforced Concrete Storm Sewer Pie C 85 9-05.7(2)A Basis for Acceptance(RC)......................................................................................85 ow 9-05.7(3) Concrete Storm Sewer Pipe Joints C 85 9-05.7(4) Testing Concrete Storm Sewer Pipe Joints(RC).....................................................85 .. 9-05.9 Steel Spiral Rib Storm Sewer Pipe(RC).......................................................................85 9-05.12(3) CPEP Sewer Pipe.....................................................................................................86 d 9-05.14 ABS Composite Sewer Pipe..........................................................................................86 9-05.17 Aluminum Spiral Rib Storm Sewer Pipe....................................................................86 9-05.22 High Density Polyethylene Piping...............................................................................87 9-08 PAINTS...............................................................................................................................88 9-08.8 Manhole Coating System Products...............................................................................88 9-23 CONCRETE CURING MATERIALS AND ADMIXTURES.......................................89 9-23.9 Fly Ash(RC)....................................................................................................................89 9-30 WATER DISTRIBUTION MATERIALS........................................................................89 i 9-30.3(1) Gate Valves (3inches to 12 inches)............................................................................89 I�. 9-30.3(3) Butterfly Valves..........................................................................................................90 9-30.3(5) Valve Marker Posts....................................................................................................90 9-30.3(7) Combination Air Release/Air Vacuum Valves.........................................................90 9-30.3(8) Tapping Sleeve and Valve Assembly.........................................................................90 9-30.3(9) Blow-Off Assembly.....................................................................................................90 9-30.5 Hydrants..........................................................................................................................91 ' 9-30.5(1) End Connections(RC)...............................................................................................91 9-30.5(2) Hydrant Dimensions..................................................................................................91 9-30.6(3)B Polyethylene Pipe.....................................................................................................91 7 ar 9-30.6(4) Service Fittings...........................................................................................................91 rr 9-30.6(5) Meter Setters..............................................................................................................91 1 �1 i I 1 1 r s 8 r r SPECIAL PROVISIONS 1-01 DEFINITIONS AND TERMS 1-01.1 General .. Section 1-01.1 is supplemented with: Whenever reference is made to the State, Commission, Department of Transportation, Secretary of Transportation, Owner, Contracting Agency or Engineer, such reference shall be deemed to mean the City of Renton acting through its City Council, employees, and duly authorized representatives for all contracts administered by the City of Renton. All references to "State Materials Laboratory" shall be revised to read "Contracting Agency designated location". 1-01.3 Definitions Section 1-01.3 is revised and supplemented by the following: Act of god "Act of God" means an earthquake, flood, cyclone, or other cataclysmic phenomenon of nature. A rain, windstorm,high water or other natural phenomenon of unusual intensity for the specific locality of the work, which might reasonably have been anticipated from historical records of the general locality of the work, shall not be construed as an act of god. Consulting Engineer The Contracting Agency's design consultant, who may or may not administer the construction program for the Contracting Agency. Contract Documents See definition for"Contract" "" Contract Price Either the unit price,the unit prices, or lump sum price or prices named in the proposal, or in properly executed change orders. Contract Time The period of time established by the terms and conditions of the contract within which the work must be physically completed. Dates Bid Opening Date: The date on which the Contracting Agency publicly opens and reads the bids. Award Date: The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive Bidder for the work. Contract Execution Date: The date the Contracting Agency officially binds the agency to the Contract. Notice to Proceed Date: The date stated in the Notice to Proceed on which the Contract Time begins. ' Substantial Completion Date: The day the Engineer determines the Contracting Agency has full and unrestricted use and benefit of the facilities, both from the operational and safety standpoint, and only minor incidental work, replacement of temporary substitute facilities, or 1 correction or repair remains for the physical completion of the total contract. 1 9 1 t Contract Completion Date: The date by which the work is contractually required to be physically completed. The Contract Completion Date will be stated in the Notice to Proceed. , Revisions of this date will be authorized in writing by the Engineer whenever there is an extension to the contract time. Completion Date: The day all the work specified in the contract is completed and all the obligations of the Contractor under the contract are fulfilled by the Contractor. Final Acceptance Date: The date the Contracting Agency accepts the work as complete per the contract requirements. Day Unless otherwise designated, day(s) as used in the Contract Documents, shall be understood to mean working days. Engineer The City Engineer or duly authorized representative,or an authorized member of a licensed consulting firm retained by Owner for the construction engineering of a specific public works project. Inspector Owner's authorized representative assigned to make necessary observations of the work performed or being performed, or of materials furnished or being furnished by Contractor. Notice of Award: The written notice from the Contracting Agency to the successful bidder signifying the Contracting Agency's acceptance of the bid. Notice to Proceed: The written notice from the Contracting Agency or engineer to the Contractor authorizing and directing the Contractor to proceed with work and establishing the date on which the contract time begins. Or Equal Where the term "or equal" is used herein, the Contracting Agency, or the Contracting Agency on recommendation of the engineer, shall be the sole judge of the quality and suitability of the proposed substitution. The responsibility and cost of furnishing necessary evidence, demonstrations, or other information required to obtain the approval of alternative materials or processes by the Owner shall be entirely borne by the Contractor. Owner The City of Renton or its authorized representative also referred to as Contracting Agency. Performance and Payment Bond Same as"Contract Bond"defined in the Standard Specifications. Plans .. The contract plans and/or standard plans which show location, character, and dimensions of prescribed work including layouts, profiles, cross-sections, and other details. Drawings may either be bound in the same book as the balance of the Contract Documents or bound in separate sets, and are a part of the Contract Documents,regardless of the method of binding. The terms "Standard Drawings" •• or "Standard Details" generally used in specifications refers to drawings bound either with the specification documents or included with the Plans or the City of Renton Standard Plans. 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. wr 10 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. Aw 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 r Contractor shall include all costs of doing this work within the bid prices. State The state of Washington acting through its representatives. The State shall also refer to The City of Renton and its authorized representatives where applicable. Supplemental Drawings and Instructions Additional instructions by Engineer at request of Contractor by means of drawings or documents necessary,in the opinion of Engineer, for the proper execution of the work. Such drawings and instructions are consistent with the Contract Documents. Traffic Both vehicular and non-vehicular traffic, such as pedestrians,bicyclists,wheelchairs, and equestrian traffic. �n Utility Public or private fixed improvement for the transportation of fluids, gases,power, signals,or communications and shall be understood to include tracks, overhead and underground wires, cables, pipelines, conduits, ducts, sewers, or storm drains. 1-02 BID PROCEDURES AND CONDITIONS 1-02.1 Prequalification of bidders Delete this section and replace it with the following: Bidders shall be qualified by experience, financing, equipment, and organization to do the work called for in the Contract Documents. The Contracting Agency reserves the right to take whatever action it deems necessary to ascertain the ability of the bidder to perform the work satisfactorily. 1-02.2 Plans and Specifications Delete this section and replace it with the following: Information as to where Bid Documents can be obtained or reviewed will be found in the Call for Bids(Advertisement for Bids)for the work. it Ali After award of the contract, plans and specifications will be issued to the Contractor at no cost as detailed below: To Prime Contractor No.of Sets Basis of Distribution , Reduced plans (11" x 17") and 4 Furnished automatically contract provisions upon award Large plans(22"x 34") 4 Furnished only upon ' request Additional plans and Contract Provisions may be purchased by the Contractor by payment of the cost stated in the Call for Bids. 1-02.5 Proposal Forms Delete this section and replace it with the following: At the request of the bidder, the Contracting Agency will provide a proposal form for any project on which the bidder is eligible to bid The proposal form will identify the project and its location and describe the work. It will also list P P fY P J estimated quantities, units of measurement, the items of work, and the materials to be furnished at the unit bid prices. The bidder shall complete spaces on the proposal form that call for, but are not limited to, unit bid prices; extensions; summations; the total bid amount; signatures; date; and, where applicable, retail sales taxes and acknowledgement of addenda; the bidder's name, address, telephone number, and signature; and a State of Washington Contractor's Registration Number. Bids shall be completed by typing or shall be printed in ink by hand, preferably in black ink. The required certifications are included as part of the proposal form. The Contracting Agency reserves the right to arrange the proposal forms with alternates and additives, if such be to the advantage of the Contracting Agency. The bidder shall bid on all alternates and additives set forth in the proposal forms unless otherwise specified. Any correction to a bid made by interlineations, alteration, or erasure, shall be initialed by the signer ' of the bid. The bidder shall make no stipulation on the Bid Form,nor qualify the bid in any manner. A bid by a corporation shall be executed in the corporate name, by the president or a vice president (Or other corporate officer accompanied by evidence of authority to sign). A bid b a partnership shall be executed in the partnership name and signed b a partner. A co of as Y P P P P � gn Y P PY the partnership agreement shall be submitted with the Bid Form if any DMINBE requirements are to be satisfied through such an agreement. A bid by a joint venture shall be executed in the joint venture name and signed by a member of the joint venture. A copy of the joint venture agreement shall be submitted with the Bid Form if any D/W/MBE requirements are to be satisfied through such an agreement. 1-02.6 Preparation of Proposal The second paragraph is revised as follows: (******) All prices shall be in legible figures and words written in ink or typed.The proposal shall include: 1. A unit price for each item (omitting digits more than four places to the right of the decimal point), each unit price shall also be written in words; where a conflict arises the written words shall prevail. 1-02.6(1)is a new section. (******) 12 1-02.6(1) Proprietary Information 1-02.6(1) is a new section. Vendors should, in the bid proposal, identify clearly any material(s)which constitute "(valuable) formula, designs drawings, and research data" so as to be exempt from public disclosure, RCW 42.17.310, or any materials otherwise claimed to be exempt, along with a Statement of the basis for such claim of exemption. The Department (or State) will give notice to the vendor of any ,. request for disclosure of such information received within 5 (five) years from the date of submission. Failure to so label such materials or failure to timely respond after notice of request for public disclosure has been given shall be deemed a waiver by the submitting vendor of any claim that such materials are, in fact, so exempt., 1-02.7 Bid Deposit Section 1-02.7 is supplemented with the following: Bid Bonds shall contain the following: 1. Number assigned to the project by the Contracting Agency; w. 2. Name of the project; 3. The Contracting Agency named as obligee; 4. The amount of the bid bond stated either as a dollar figure or as a percentage which represents five percent of the maximum bid amount that could be awarded; ' 5. Signature of the bidder's officer empowered to sign official statements. The signature of the person authorized to submit the bid should agree with the signature on the bond, and the title of the person must accompany said signature; 6. The signature of the surety's officer empowered to sign the bond form included in the Contract Provision. 1-02.9 Delivery of Proposal Revise the first paragraph to read: Each proposal shall be submitted in a sealed envelope, with Project Name and Project Number as stated in the Advertisement for Bids clearly marked on the outside of the envelope Or as otherwise stated in the Bid Documents,to ensure proper handling and delivery. 1-02.12 Public Opening of Proposals Section 1-02.12 is supplemented with the following: The Contracting Agency reserves the right to postpone the date and time for bid opening. Notification to bidder will be by addenda. 1-02.13 Irregular Proposals Revise item I to read: 1. Aproposal will be considered irregular and will be rejected if: a. The bidder is not prequalified when so required; b. The authorized proposal form furnished by the Contracting Agency is not used or is altered; C. The complete proposal form contains any unauthorized additions, deletions, alternate bids, or conditions; d. The bidder adds provisions reserving the right to reject or accept the award, or enter into the contract; e. A price per unit cannot be determined from the bid proposal; f. The proposal form is not properly executed; g. The bidder fails to submit or properly complete a subcontractor list, if applicable, as required in Section 1-2.6 13 0 h. The bidder fails to submit or properly complete a Disadvantaged, Minority or W Women's Business Enterprise Certification, if applicable, as required in Section 1- 02.6; or i. The bid proposal does not constitute a definite and unqualified offer to meet the material terms of the bid invitation. 1-02.14 Disqualification of Bidders Delete this section and replace with the following: 1. A bidder will be deemed not responsible and the proposal rejected if the bidder does not meet ' the responsibility criteria in RCW 39.04. 2. A bidder may be deemed not responsible and the proposal rejected if: a. More than one proposal is submitted for the same project from a bidder under the same or different names; b. Evidence of collusion exists with any other bidder or potential bidder. Participants in collusion will be restricted from submitting further bids; c. The bidder,in the opinion of the Contracting Agency, is not qualified for the work or to the full extent of the bid, or to the extent that the bid exceeds the authorized prequalification amount as may have been determined by a prequalification of the bidder; ' d. An unsatisfactory performance record exists based on past or current Contracting Agency work or for work done for others, as judged from the standpoint of conduct of the work; workmanship;progress; affirmative action; equal employment opportunity practices; or Disadvantaged Business Enterprise,Minority Business Enterprise,or Women's Business Enterprise utilization; e. There is uncompleted work(Contracting Agency or otherwise)which might hinder or prevent the prompt completion of the work bid upon; f. The bidder failed to settle bills for labor or materials on past or current contracts; g. The bidder has failed to complete a written public contract or has been convicted of a crime arising from a previous public contract; h. The bidder is unable, financially or otherwise,to perform the work; or i. There are any other reasons deemed proper by the Contracting Agency. 1-02.15 Pre Award Information Revise this section to read: Before awarding any contract, the Contracting Agency may require one or more of these items or actions of, 1. A complete statement of the origin, composition, and manufacture of any or all materials to be used; 2. Samples of these materials for quality and fitness tests; 3. A progress schedule (in a form the Contracting Agency requires) showing the order of time required for the various phases of work; 4. A breakdown of costs assigned to any bid item; 5. Attending at a conference with the Engineer or representatives of the Engineer; 6. Obtain and furnish a copy of a business license to do business in the city of county where the work is located; 7. A copy of State of Washington Contractor's Registration; or 8. Any other information or action taken that is deemed necessary to ensure that the bidder is the lowest responsible bidder. 14 11� �.. 1-03 AWARD AND EXECUTION OF CONTRACT 1-03.1 Consideration of bids Section 1-03.1 is supplemented with the following: All bids will be based on total sum of all schedules of prices. No partial bids will be accepted unless «r so stated in the call for bids or special provisions. The City reserves the right however to award all or any schedule of a bid to the lowest bidder at its discretion. 1-03.2 Award of Contract Section 1-03.2 is supplemented with the following: The contract, bond form, and all other forms requiring execution, together with a list of all other r. forms or documents required to be submitted by the successful bidder, will be forwarded to the successful bidder within 10 days of the award. The number of copies to be executed by the Contractor shall be determined by the Contracting Agency. ,,. 1-03.3 Execution of Contract Section 1-03.3 is revised and supplemented as follows: Within 10 calendar days after receipt from the City of the forms and documents required to be completed by the Contractor, the successful bidder shall return the signed Contracting Agency- prepared contract,an insurance certification as required by Section 1-07.18, and a satisfactory bond as required by law and Section 1-03.4. Before execution of the contract by the Contracting Agency, the successful bidder shall provide any pre-award information the Contracting Agency may require under Section 1-02.15. Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor r.r 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. 1-03.4 Contract Bond Revise the first paragraph to read: The successful bidder shall provide an executed contract bond for the full contract amount. This contract bond shall: 1. Be on Contracting Agency-furnished form; 2. Be signed by an approved surety(or sureties)that: a. Is registered with the Washington State Insurance Commissioner, and 15 b. Appears on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner; 3. Be conditioned upon the faithful performance of the contract by the Contractor within the , prescribed time; 4. Guarantee that the surety shall indemnify, defend, and protect the Contracting Agency against any claim of direct or indirect loss resulting from the failure: a. Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors ' of the Contractor)to faithfully perform the contract,or b. Of the Contractor (subcontractors, or lower tier subcontractors of the Contractor) to pay all laborers, mechanics, subcontractors, lower tie subcontractors, material person, or any other person who provides supplies or provisions for carrying out work; 5. Be accompanied by a power of attorney for the Surety's officer empowered to sign the bond; and 6. Be signed by an officer of the Contractor empowered to sign official statements (sole proprietor or partner). If the Contractor is a corporation, the bond must be signed by the president or vice-president, unless accompanied by a written proof of the authority of the individual signing the bond to bind the corporation (i.e., corporate resolution, power of attorney or a letter to such effect by the president or vice-president). ' 1-03.7 Judicial Review Revise the last sentence to read: The venue of all causes of action arising from the advertisement, award, execution, and performance of the contract shall be in the Superior Court of the County where the Contracting Agency's headquarters are located. 1-04 SCOPE OF WORK 1-04.2 Coordination of Contract Documents, Plans, Special Provisions Specifications, and Addenda Revise the second paragraph to read: Any inconsistency in the parts of the contract shall be resolved by following this order of precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 1. Addenda, ' 2. Proposal Form, 3. 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 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 16 . rr 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: aw 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. 1 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. ' 17 Any claim by the Contractor for extra compensation by reason of alterations or reconstruction work allegedly due to error in the Engineer's line and grade, will not be allowed unless the original control points set by the Engineer still exist, or unless other satisfactory substantiating evidence to prove the error is furnished the Engineer. Three consecutive points set on line or grade shall be the minimum points used to determine any variation from a straight line or grade. Any such variation shall, upon discovery,be reported to the Engineer. In the absence of such report the Contractor shall be liable for any error in alignment or grade. The Contractor shall provide all surveys required other than those to be performed by the Engineer. All survey work shall be done in accordance with Section 1-11 SURVEYING STANDARDS of these specifications. 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. ' 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. 1 18 MW aw Payment per Section 1-04.1 for all work and materials required for the full and complete survey work required to complete the project and as-built drawings shall be included in the lump sum price for "Construction Surveying, Staking, and As-Builts." ow 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 aw 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 +W signature certifying its accuracy. All costs for as-built work shall be included in the contract item "Construction Surveying, Staking, ay and As-Builts",lump sum. 1-05.7 Removal of Defective and Unauthorized Work Section 1-05.7 is supplemented as follows: (******) Upon written notice from the Engineer,the Contractor shall promptly replace and re-execute work by Contractor forces, in accordance with the intent of the Contract and without expense to Owner, and shall bear the expense of making good all work of other contractors destroyed or damaged by such aw removal or replacement. If Contractor does not remove such condemned work and materials and commence re-execution of the work within 7 calendar days of written notice from Engineer, or fails to perform any part of the work required by the Contract Documents, Owner may correct and remedy such work as may be identified in the written notice, with Contracting Agency forces or by such other means as the Contracting Agency may deem necessary. In that case, Owner may store removed material. Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from monies due, or to become due, the Contractor. Such direct and indirect costs shall include in particular, but without limitation, compensation for additional professional services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized work. If sufficient funds do not remain in the contract and the Contractor does not pay the cost of such removal and storage within 10 calendar days from the date of the notice to Contractor of the fact of such removal, Owner may, upon an additional 10 calendar days'written notice, sell such materials at public or private sale, and deduct all costs and expenses incurred from 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. ' 19 If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation,the Engineer may have the defective and unauthorized work corrected immediately,have the rejected work removed and replaced, or have work the Contractor refuses to ' perform completed by using Contracting Agency or other forces. An emergency situation is any situation when,in the opinion of the Engineer,a delay in its remedy could be potentially unsafe, or might cause serious risk of loss or damage to the public, Property Owner and Property Owner's , property. No adjustment in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the Contracting Agency's rights provided by this Section. The rights exercised under the provisions of this section shall not diminish the Contracting Agency's right to pursue any other avenue for additional remedy or damages with respect to the Contractor's failure to perform the work as required. 1-05.10 Guarantees Section 1-05.10 is supplemented as follows: , If within one year after the Acceptance Date of the Work by the Contracting Agency, defective and/or unauthorized Work is discovered, the Contractor shall promptly, upon written order by the Contracting Agency, return and in accordance with the Engineer's instructions, either correct such Work, of if such Work has been rejected by the Engineer, remove it from the Project Site and replace it with non-defective and authorized Work, all without cost to the Contracting Agency. If the Contractor does not promptly comply with the written order to correct defective and/or unauthorized Work, or if an emergency exists, the Contracting Agency reserves the right to have defective and/or unauthorized 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 rr 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. ve 1-05.11 Final Inspection 1-05.11(1) Substantial Completion Date • Section 1-05.11(1) is anew section: When the Contractor considers the work to be substantially complete, the Contractor shall so notify the Engineer and request the Engineer establish the Substantial Completion Date. The Engineer will schedule an inspection of the work with the Contractor to determine the status of completion. ,i Sri 20 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 aw 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 j physical completion of the work. �r The above process shall be repeated until the Engineer establishes the Substantial Completion Date and the Contractor considers the work physically complete and ready for Final Inspection. 1-05.11(2) Final Inspection and Physical Completion Date Section 1-05.11(2)is a new section: When the Contractor considers the Work physically complete and ready for Final Inspection, the Contractor,by Written Notice, shall request the Engineer to schedule a final inspection. The Engineer will set a date for Final Inspection.The Engineer and the Contractor will then make a final Inspection and the Engineer will notify the Contractor in writing of all particulars in which the Final Inspection revels the Work incomplete 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 convect the listed deficiencies is not initiated within 7 days after receipt of the Written Notice listing the deficiencies, the Engineer may,upon Written Notice to the Contractor, take whatever steps are necessary to correct those deficiencies pursuant to Section 1-05.8. The Contractor will not be allowed an extension of contract time because of a delay in the performance of the work attributable to the exercise of the Engineer's right hereunder. Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting Agency, in writing, of the date upon which the Work was considered physically complete, that date shall constitute the Physical Completion Date of the Contract, but shall not imply all the obligations of the Contractor under the Contract have been fulfilled. ' 1-05.11(3) Operational Testing Section 1-05.11(3)is a new section: Unless otherwise noted in the Contract Documents, Contractor shall give Engineer a minimum of 3 working days'notice of the time for each test and inspection. If the inspection is by another authority than Engineer, Contractor shall give Engineer a minimum of 3 working days' notice of the date fixed for such inspection. Required certificates of inspection by other authority than Engineer shall be secured by Contractor. 21 It is the intent of the Contracting Agency to have at the Physical Completion Date a complete and operable system. Therefore when the work involves the installation of machinery or other mechanical equipment; street lighting, electrical distribution or signal systems; irrigation systems;buildings; or other similar work it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the physical completion date. Whenever items of work are listed in the Contract Provisions for operational testing they shall be fully tested , under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. During and following the test period,the Contractor shall correct any items of workmanship,materials, or equipment which prove faulty, or that are not in first class operating condition. Equipment, electrical controls,meters,or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. The costs for power, gas,labor,material, supplies,and everything else needed to successfully complete operational testing, shall be included in the unit contract prices related to the system being tested,unless specifically set forth otherwise in the proposal. Operational and test periods,when required by the Engineer, shall not affect a manufacturer's ' guaranties or warranties furnished under the terms of the contract. 1-05.12 Final Acceptance ' The third and fourth sentences in paragraph 1 are deleted and replaced with: The Final Acceptance date shall be that date in which the Renton City Council formally approves acceptance of the Contract 1-05.13 Superintendents,Labor and Equipment of Contractor Revise the seventh paragraph to read: Whenever the Contracting Agency evaluates the Contractor's qualifications pursuant to Section 1- 02.1,the Contracting A eg ncy will take these performance reports into account. ' 1-05.14 Cooperation with Other Contractors Section 1-05.14 is supplemented as follows: (******) Contractor shall afford Owner and other contractors working in the area reasonable opportunity for the introduction and storage of their materials and the execution of their respective work and shall properly connect and coordinate Contractor's work with theirs. Other utilities,districts,agencies, and contractors who may be working within the project area are: 1. Puget Sound Energy(gas and electric) 2. AT&T Broadband 3. QWest Communications 4. City of Renton(water, sewer, transportation) 5. Soos Creek Sewer and Water District 6. Cedar River Sewer and Water District 7. Skyway Sewer and Water District 8. Private contractors employed by adjacent property owners 22 .r aw The Contractor shall coordinate with City of Renton on tying into any existing electrical service cabinet. 1-05.16 Water and Power Section 1-05.16 is a new section: The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work,unless the contract includes power and water as a pay item. �. 1-05.17 Oral Agreements Section 1-05.17 is a new section: No oral agreement or conversation with any officer, agent, or employee of the Contracting Agency, +■ either before or after execution of the contract, shall affect or modify any of the terms or obligations contained in any of the documents comprising the contract. Such oral agreement or conversation shall be considered as unofficial information and in no way binding upon the Contracting Agency, �.. unless subsequently put in writing and signed by the Contracting Agency. 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 aw 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. IM 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. ,r 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 .r 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. 23 Contractor may use additional sheets separate from the diary book if necessary to provide a complete diary record,but they must be signed, dated, and labeled with project name and number. It is expressly agreed between Contractor and Owner that the Daily Diary maintained by Contractor shall be the "Contractor's Book of Original Entry" for the documentation of any potential claims or disputes that might arise during this Contract. Failure of Contractor to 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. 1-06 CONTROL OF MATERIAL ' 1-06.1 Approval of Materials Prior to Use Section 1-06.1 is supplemented as follows: (******) The materials and equipment lists submitted to Engineer at the Preconstruction Conference shall include the quantity, manufacturer and model number, if applicable, of materials and equipment to be installed under the Contract. This list will be checked by Engineer as to conformity with the Contract Documents. Engineer will review the lists within 10 working days, noting required corrections. Contractor shall make required corrections and file 2 corrected copies with Engineer within one week after receipt of required corrections. Engineer's review and acceptance of the lists shall not relieve , Contractor from responsibility for suitability for the intended purpose, nor for deviations from the Contract Documents. 1-06.2(1) Samples and Tests for Acceptance , Section 1-06.2(1)is supplemented a follows: The finished Work shall be in accordance with approved samples. Approval of samples by Engineer does not relieve Contractor of responsibility for performance of the Work in accordance with the Contract Documents. 1-06.2(2) Statistical Evaluation of Materials for Acceptance Section 1-06.02(2)is supplemented by adding the following: Unless stated otherwise in the special provisions, statistical evaluation will not be used by the City of Renton. 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.1 Laws to be Observed +� Section 1-07.1 is supplemented as follows: (******) Contractor shall erect and properly maintain, at all times, as required by the conditions and progress of the work, all necessary safeguards for protection of workers and the public; shall post danger signs warning against known or unusual hazards; and shall designate as Safety Supervisor a responsible employee on the construction site whose duty shall be the enforcement of safety. The name and position of such person so designated shall be reported in writing to Engineer by Contractor. Contractor shall, at all times, enforce strict discipline and good order among all employees and shall not employ any person unfit or not skilled in the work assigned to him/her. Necessary sanitation conveniences for the use of the workers on the job, properly secluded from public observation, shall be provided and maintained by Contractor. , 24 w In cases of conflict between different safety regulations,the more stringent regulation shall apply. •. The Washington State Department of Labor and Industries shall be the sole and paramount administrative agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA). The Contractor shall maintain at the project site office,or other well known place at the project site, all articles necessary for providing first aid to the injured. The Contractor shall establish,publish, and w make known to all employees,procedures for ensuring immediate removal to a hospital,or doctor's care,persons, including employees,who may have been injured on the project site. Employees should not be permitted to work on the project site before the Contractor has established and made known procedures for removal of injured persons to a hospital or a doctor's care. w The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the Contractor's plant,appliances, and methods, and for any damage or injury resulting from their failure, " or improper maintenance,use, or operation. The Contractor shall be solely and completely responsible for the conditions of the project site,including safety for all persons and property in the performance of the work. This requirement shall apply continuously, and not be limited to normal +� working hours. The required or implied duty of the Engineer to conduct construction review of the Contractor's performance does not, and shall not, be intended to include review and adequacy of the Contractor's safety measures, in, on, or near the project site. w 1-07.2 State Sales Tax Delete this section,including its sub-sections, in its entirety and replace it with the following: 1-07.2(1) General The Washington State Department of Revenue has issued special rules on the State sales tax. Sections 1-07.2(1)through 1-07.2(4) are meant to clarify those rules. The Contractor should contact the Washington State Department of Revenue for answers to questions in this area. The Contracting ' Agency will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability. The Contractor shall include all Contractor-paid taxes in the unit bid prices or other contract amounts. In some cases,however, state retail sales tax will not be included. Section 1-07.2(3)describes this exception. The Contracting Agency will pay the retained percentage only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all contract-related taxes have been paid(RCW 60.28.050). The Contracting Agency may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue, whether the amount owed relates to this contract or not. Any amount so deducted will be paid into the proper State fund. ' 1-07.2(2) State Sales Tax—Rule 171 WAC 458-20-171, and its related rules, apply to building,repairing, or improving streets,roads, etc., which are owned by a municipal corporation, or political subdivision of the state, or by the United States, and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included as part of the street or road drainage system and power lines when ' such are part of the roadway lighting system. For work performed in such cases, the Contractor shall 25 include Washington State Retail Sales Taxes in the various unit bid item prices,or other contract amounts, including those that the Contractor pays on the purchase of the materials, equipment,or supplies used or consumed in doing the work. 1-07.2(3) State Sales Tax—Rule 170 WAC 458-20-170, and its related rules,apply to the constructing and repairing of new or existing ' buildings, or other structures,upon real property. This includes,but is not limited to,the construction of streets,roads,highways, etc.,owned by the state of Washington; water mains and their appurtenances; sanitary sewers and sewage disposal systems unless such sewers and disposal systems are within, and a part of,a street or road drainage system; telephone,telegraph,electrical power distribution lines, or other conduits or lines in or above streets or roads,unless such power lines become a part of a street or road lighting system; and installing or attaching of any article of tangible personal property in or to real property,whether or not such personal property becomes a part of the realty by virtue of installation. For work performed in such cases,the Contractor shall collect from the Contracting Agency,retail sales tax on the full contract price. The Contracting Agency will automatically add this sales tax to each payment to the Contractor. For this reason,the Contractor shall not include the retail sales tax in the unit bid item prices,or in any other contract amount subject to Rule 170,with the following exception. Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or a , subcontractor makes on the purchase or rental of tools,machinery, equipment,or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit bid item prices , or in any other contract amount. 1-07.2(4) Services The Contractor shall not collect retail sales tax from the Contracting Agency on any contract wholly for professional or other services(as defined in Washington State Department of Revenue Rules 138 and 244). .r 1-07.6 Permits and Licenses Section 1-07.6 is supplemented as follows: The permits, easements, and right of entry documents that have been acquired are available for inspection and review. Contractor shall be required to comply with all conditions of the permits, easements, and rights of entry, at no additional cost to Owner. Contractor is required to indemnify Owner from claims on all easements and rights of entry. All other permits, licenses, etc., shall be the responsibility of Contractor. Contractor shall comply 40 with the special provisions and requirements of each. Permits, permission under franchises, licenses and bonds of a temporary nature necessary for and go 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. .r ar 26 rr .. 1-07.9 Wages 1-07.9(5) Required Documents .r Delete the first sentence of the third paragraph, and replace it with the following: Contractor must submit weekly-certified payrolls for the Contractor and all subcontractors and lower tier subcontractors,regardless of project's funding source. 1-07.11 Requirements for Non-Discrimination 1-07.11(11) City of Renton Affidavit of Compliance Section 1-07.11(11)is new: Each Contractor, Subcontractor, Consultant, and or Supplier shall complete and submit a copy of the "City of Renton Fair Practices Policy Affidavit of Compliance". A copy of this document will be bound in the bid documents. 1-07.12 Federal Agency Inspection Section 1-07.12 is supplemented with the following: Required Federal Aid Provisions The Required Contract Provisions Federal Aid Construction Contracts (FHWA 1273) and the amendments thereto supersede any conflicting provisions of the Standard Specifications and are made a part of this contract; provided, however, that if any of the provisions of FHWA 1273, as amended, are less restrictive than Washington State Law, then the Washington State Law shall prevail. The provisions of FHWA 1273, as amended, included in this contract require that the Contractor insert the FHWA 1273 and amendments thereto in each subcontract, together with the wage rates which are part of the FHWA 1273, as amended. Also, a clause shall be included in each subcontract requiring the subcontractors to insert the FHWA 1273 and amendments thereto in any lower tier subcontracts, together with the wage rates. The Contractor shall also ensure that this section, REQUIRED FEDERAL AID PROVISIONS, is inserted in each subcontract for subcontractors and lower tier subcontractors. For this purpose, upon request to the Project Engineer, the Contractor will be provided with extra copies of the FHWA 1273, the amendments thereto, the applicable wage rates, and this Special Provision. 1-07.13 Contractor's Responsibility for Work 1-07.13(1) General Section 1-07.13(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. 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 1 work in strict accordance with all Federal, State, and local laws and regulations governing waters of the State, as well as permits acquired for the project. 1-07.16 Protection and Restoration of Property 27 r 1-07.16(1) Private/Public Property Section 1-07.16(1) is supplemented by adding the following: The Contracting Agency will obtain all easements and franchises required for the project. The contractor shall limit his operation to the areas obtained and shall not trespass on private property. The Contracting Agency may provide certain lands, as indicated in connection with the work under the contract together with the right of access to such lands. The contractor shall not unreasonably encumber the premises with his equipment or materials. The contractor shall provide, with no liability to the Contracting Agency, any additional land and , access thereto not shown or described that may be required for temporary construction facilities or storage of materials. He shall construct all access roads, detour roads, or other temporary work as required by his operations. The contractor shall confine his equipment, storage of material, and operation of his workers to those areas shown and described and such additional areas as he may provide. A. General. All construction work under this contract on easements,right-of-way, over private property or franchise, shall be confined to the limits of such easements,right-of-way or franchise. All work shall be accomplished so as to cause the least amount of disturbance and a minimum amount of damage. The contractor shall schedule his work so that trenches across easements shall not be left open during weekends or holidays and trenches shall not be open for more than 48 hours. B. Structures. The contractor shall remove such existing structures as may be necessary for the performance of the work and, if required, shall rebuild the structures thus removed in as good a , condition as found. He shall also repair all existing structures which may be damaged as a result of the work under this contract. C. Easements,cultivated areas and other surface improvements. All cultivated areas,either agricultural or lawns, and other surface improvements which are damaged by actions of the contractor shall be restored as nearly as possible to their original condition. Prior to excavation on an easement or private right-of-way,the contractor shall strip 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 side sewer contractors for all work, including excavation and backfill, on easements or rights-of-way r, 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. .r .r 28 ,r r +r D. Streets. The contractor will assume all responsibility of restoration of the surface of all streets(traveled ways)used by him if damaged. In the event the contractor does not have labor or material immediately available to make necessary repairs, the contractor shall so inform the Contracting Agency. The Contracting Agency will make the necessary repairs and the cost of such repairs shall be paid by the contractor. The contractor is responsible for identifying and documenting any damage that is pre-existing or caused by others. Restoration of excavation in City streets shall be done in accordance with the City of Renton Trench Restoration Requirements, which is available at the Public Works Department Customer Services counter on the 6th floor,Renton City Hall, 1055 South Grady Way. ow 1-07.17 Utilities and Similar Facilities Section 1-07.17 is supplemented by adding: °D 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. �r All utility valves,manholes, vaults, or pull boxes which are buried shall be conspicuously marked in a fashion acceptable to the Owner and Engineer by the Contractor to allow their location to be determined by the Engineer or utility personnel under adverse conditions, (inclement weather or darkness). Where underground main distribution conduits, such as water, gas, sewer, electric power, or telephone, are shown on the Plans, the Contractor, for the purpose of preparing his bid, shall assume that every property parcel will be served by a service connection for each type of utility. Contractor shall check with the utility companies concerning any possible conflict prior to 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 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 29 and arranging for the movement or adjustment, either temporary or permanent, of their facilities within the project limits. See also Section 1-05.14 of these Special Provisions. If or when utility conflicts occur, Contractor shall continue the construction process on other aspects of the project whenever possible. No additional compensation will be made to Contractor for reason of delay caused by the actions of any utility company and Contractor shall consider such costs to be incidental to the other items of the contract. Utility Potholing Potholing may be included as a bid item for use in determining the location of existing utilities in advance of the Contractor's operations. If potholing is not included as a bid item then it shall be ' considered incidental to other work. The Contractor shall submit all potholing requests to the Engineer for approval, at least 2 working days before potholing is scheduled. Additionally, the Contractor shall provide potholing at Engineer's request. In no way shall the work described under Utility Potholing relieve Contractor of any of the responsibilities described in Section 1-07.17 of the Standard Specifications and Special Provisions, and elsewhere in the Contract Documents. , 1-07.17(1) Interruption of Services Section 1-07.17(1)is a new section: Whenever in the course of the construction operation it becomes necessary to cause an outage of utilities, it shall be Contractor's responsibility to notify the affected users and Engineer not less than 48 hours in advance of such outage. Contractor shall make reasonable effort to minimize the duration of outages, and shall estimate the length of time service will be interrupted and so notify the users. In the case of any utility outage that has exceeded or will exceed four hours, user contact shall again be made. Temporary service,if needed,will be arranged by Contractor at no cost to Owner. Overhead lighting outages shall not exceed 24 hours. All cost to Contractor for providing temporary overhead lighting to meet above requirements shall be incidental to the various unit and lump sum items of the Contract;no separate payment will be made. 1-07.18 Public Liability and Property Damage Insurance .r Section 1-07.18 is deleted replaced by the following new section and subsections: 1-07.18(1) General The contractor shall obtain and maintain in full force and effect, from the Contract Execution r Date to the Completion Date, public liability and property damage insurance with an insurance company(ies) or through sources approved by the State Insurance Commissioner pursuant to RCW 48. .r 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. 30 All costs for insurance shall be incidental to and included in the unit or lump sum prices of the contract and no additional payment will be made. 1-07.18(2) Coverages As part of the response to this proposal, the Contractor shall submit a completed City of Renton Insurance Information form which details specific coverage and limits for this contract. All coverage provided by the Contractor shall be in a form and underwritten by a company acceptable to the Contracting Agency. The City requires that all insurers: 1. Be licensed to do business within the State of Washington. 2. Coverage to be on an "occurrence" basis (Professional Liability and Pollution coverage are acceptable when written on a claims-made basis). The City may also require proof of professional liability coverage be provided for up to two (2) years after the completion of the project. 3. The City may request a copy of the actual declaration page(s) for each insurance ' policy affecting coverage(s) required by the Contract prior to the date work commences. 4. Possess a minimum A.M. Best rating of AVII (A rating of A XII or better is preferred.) If any insurance carrier possesses a rating of less than AVII, the City may make an ' exception. The City reserves the right to approve the security of the insurance coverage provided by the insurance company(ies), terms, conditions, and the Certificate of Insurance. Failure of the Contractor to fully comply during the term of the contract with these requirements will be considered a material breach of contract and shall be cause for immediate termination of the contract at the option of the City. ' The Contractor shall obtain and maintain the minimum insurance coverage set forth below. By requiring such minimum insurance, the City of Renton shall not be deemed or construed to have assessed the risks that may be applicable to the Contractor. The Contractor shall assess its own risks and if it deems appropriate and/or prudent,maintain higher limits and/or broader coverage. Coverage shall include: A. Commercial General Liability - ISO 1993 Form or equivalent. Coverage will be ' written on an occurrence basis and include: • Premises and Operations (including CG2503; General Aggregate to apply per project, if applicable). • Explosion,Collapse and Underground Hazards • Products/Completed Operations • Contractual Liability (including Amendatory Endorsement CG 0043 or equivalent which includes defense coverage assumed under contract) ' • Broad Form Property Damage • Independent Contractors • Personal/Advertising Injury • Stop Gap Liability ' B. Automobile Liability including all • Owned Vehicles • 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 31 and/or omissions of the CONTRACTOR for damage sustained by reason of or in the ' course of operations under this Contract. F. The Contracting Agency reserves the right to request and/or require additional , coverages as may be appropriate based on work performed(i.e.pollution liability). CONTRACTOR shall Name CITY OF RENTON, and its officers, officials, agents, employees and 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 carved 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 Liabili ty General Aggregate* $2,000,000 ** Products/Completed Operations $2,000,000 ** ' Aggregate Each Occurrence Limit $1,000,000 Personal/Advertising Injury $1,000,000 ' Fire Damage(Any One Fire) $50,000 Medical Payments (Any One $5,000 Person) 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 Each Occurrence Limit $1,000,000 General Aggregate Limit $1,000,000 Products/Completed Operations $1,000,000 Aggregate , Professional Liability(If required) Each Occurrence/ $1,000,000 Incident/Claim Aggregate $2,000,000 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 32 1W MW or 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: +r A. Strike the following or similar wording: "This Certificate is issued as a matter of information only and confers no rights upon the Certificate Holder", B. Strike the wording regarding cancellation notification to the City: "Failure to mail such notice shall impose no obligation or liability of any kind upon the company,its agents or representatives". C. Amend the cancellation clause to state: "Policy may not be non-renewed, canceled or materially changed or altered unless 45 days prior written notice is provided to the City". Notification shall be provided to the City by certified mail. For Professional Liability coverage only, instead of the cancellation language specified above, the City will accept a written agreement that the consultant's broker will provide the required notification. 1-07.22 Use of Explosives Section 1-07.22 is supplemented by the following: Explosives shall not be used without specific authority of the Engineer, and then only under such restrictions as may be required by the proper authorities. Explosives shall be handled and used in strict compliance with WAC 296-52 and such local laws, rules and regulations that may apply. The individual in charge of the blasting shall have a current Washington State Blaster Users License. The Contractor shall obtain, comply with, and pay for such permits and costs as are necessary in ' conjunction with blasting operations. 1-07.23 Public Convenience and Safety 1-07.23(1) Construction Under Traffic Revise the second paragraph to read: ' To disrupt public traffic as little as possible, the Contractor shall permit traffic to pass through the work with the least possible inconvenience or delay. The Contractor shall maintain existing roads, streets, sidewalks, driveways, and paths within the project limits, keeping them open, and in good, clean, safe condition at all times. Deficiencies caused by the Contractor's operations shall be repaired at the Contractor's expense. Deficiencies not caused by the Contractor's operations shall be repaired by the Contractor when directed by the Engineer, at the Contracting Agency's expense. The ' Contractor shall also maintain roads, streets, sidewalks, driveways, and paths adjacent to the project limits when affected by the Contractor's operations. Snow and ice control will be performed by the Contracting Agency on all projects. Cleanup of snow and ice control debris will be at the Contracting ' Agency's expense. The Contractor shall perform the following: 1. Remove or repair any condition resulting from the work that might impede traffic or create a hazard. ' 2. Keep existing traffic signal and highway lighting systems in operation as the work proceeds. (The Contracting Agency will continue the route maintenance on such system.) 1 ' 33 3. Maintain the striping on the roadway at the Contracting Agency's expense. The Contractor shall ' be responsible for scheduling when to renew striping, subject to the approval of the Engineer. When the scope of the project does not require work on the roadway,the Contracting Agency will ' be responsible for maintaining the striping. 4. Maintain existing permanent signing. Repair of signs will be at the Contracting Agency's ' expense, except those damaged due to the Contractor's operations. 5. Keep drainage structures clean to allow for free flow of water. Cleaning of existing drainage , structures will be at the Contracting Agency's expense when approved by the Engineer, except when flow is impaired due to the Contractor's operations. Section 1-07.23(1)is supplemented by adding the following: (******) The contractor shall be responsible for controlling dust and mud within the project limits and on any street which is utilized by his equipment for the duration of the project. The contractor shall be , prepared to use watering trucks,power sweepers, and other pieces of equipment as deemed necessary by the engineer,to avoid creating a nuisance. Dust and mud control shall be considered as incidental to the project, and no compensation will be , made for this section. 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. 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. 1-07.23(2) Construction and Maintenance of Detours Revise the second paragraph to read: ' Revise the first paragraph to read: 34 Unless otherwise approved, the Contractor shall maintain two-way traffic during construction. The Contractor shall build, maintain in a safe condition, keep open to traffic, and remove when no longer needed: .r 1. Detours and detour bridges that will accommodate traffic diverted from the roadway, bridge, sidewalk, driveway, or path during construction, 2. Detour crossings of intersecting highway, and 3. Temporary approaches. 1-07.24 Rights of Way ,■, Delete this section in its entirety, and replace it with the following: Street right of way lines, limits of easements. and limits of construction permits are indicated on the Drawings. The Contractor's construction activities shall be confined within these limits unless arrangements for use of private property are made. Generally, the Contracting Agency will have obtained, prior to Bid opening, all rights of way and easements, both permanent and temporary, necessary for carrying out the completion of the Work. Exceptions to this are noted in the Contract Documents or brought to the Contractor's attention by a duly issued Addendum. Whenever any of the Work is accomplished on or through property other than public 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. The Contractor shall be responsible for providing, without expense or liability of the Contracting Agency, any additional land and access thereto that the Contractor may desire for temporary construction facilities, storage of materials, or other Contractor needs. However, before using any private property, whether adjoining the Work or not, the Contractor shall file with the Engineer a written permission of the private property owner, and, upon vacating the premises, a written release from the property owner of each property disturbed or otherwise interfered with by reasons of construction pursued under this contract.The statement shall be signed by the private property owner, or proper authority acting for the owner of the private property affected, stating that permission has been granted to use the property and all necessary permits have been obtained or, in the case of a release, that the restoration of the property has been satisfactorily accomplished. The statement shall include the parcel number, address and date of signature. Written releases must be filed with the ' Engineer before the Completion Date will be established. 1-08 PROSECUTION AND PROGRESS ' 1-08.0 Preliminary Matters Section 1-08.0 is a new section with subsection: ' 35 1-08.0(1) Preconstruction Conference Section 1-08.0(1)is a new subsection: ' The Engineer will furnish the Contractor with up to 5 copies of the Contract Documents. Additional documents may be furnished upon request at the cost of reproduction. Prior to undertaking each part of the Work the Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures shown therein and all applicable field measurements. The Contractor shall ' promptly report in writing to the Engineer any conflict, error or discrepancy which the Contractor may discover. After the Contract has been executed, but prior to the Contractor beginning the Work, a ' preconstruction conference will be held between the Contractor, the Engineer and such other interested parties as may be invited. ' The Contractor shall prepare and submit at the preconstruction meeting: 4 Contractor's plan of operation and progress schedule(3+copies) 4 Approval of qualified subcontractors (bring list of subcontractors if different from list t submitted with Bid) List of materials fabricated or manufactured off the project 4 Material sources on the project 4 Names of principal suppliers ' + Detailed equipment list, including "Rental Rate Blue Book" hourly costs (both working and standby rates) + Weighted wage rates for all employee classifications anticipated to be used on Project , 4 Cost percentage breakdown for lump sum bid item(s) + Shop Drawings(bring preliminary list) + Traffic Control Plans(3+copies) 4 Temporary Water Pollution/Erosion Control Plan 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 , Safety regulations for Contractors'and Owner's employees and representatives Suspension of work,time extensions Change order procedures Progress estimates -procedures for payment ' Special requirements of funding agencies Construction engineering, advance notice of special work Any interpretation of the Contract Documents requested by Contractor ' Any conflicts or omissions in Contract Documents Any other problems or questions concerning the work Processing and administration of public complaints Easements and rights of entry ' Other contracts The franchise utilities may be present at the preconstruction conference, and Contractor should be prepared for their review and discussion of progress schedule and coordination. ' 36 ' .. 1-08.0(2) Hours of Work Section 1-08.0(2)is a new subsection: r 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 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. ' 1-08.0(3) Reimbursement for Overtime Work of Contracting Agency Employees Section 1-08.0(3)is a new subsection: Where the Contractor elects to work on a Saturday, Sunday,or other holiday, 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. 1-08.1 Subcontracting ' Section 1-08.1 is revised as follows: ' Revise the Second Paragraph to Read: The Contractor shall not subcontract work unless the Engineer approves in writing. Each request to ' subcontract shall be on the form the Engineer provides. If the Engineer requests,the Contractor shall ' 37 provide proof that subcontractor has the experience, ability, and equipment the work requires. The Contractor shall require each subcontractor to comply with Section 1-07.9 and to furnish all certificates and statements required by the contract. The Contractor shall require each subcontractor ' of every tier to meet the reTonsibilitycriteria stated in RCW 39.06 and shall include these requirements in every subcontract of every tier. Section 1-08.1 is s u pp lemented by adding the following: , Written requests for change in subcontractors shall be submitted by Contractor to Engineer at least 7 ' calendar days prior to start of a subcontractor's work. Contractor agrees that 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. ' 1-08.2 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. as The schedule shall clearly indicate the activities that comprise the critical path. For each activity not on the critical path,the schedule shall show the float, or slack,time. 2. Procurement of material and equipment. 3. Submittals requiring review by Engineer. Submittal by Contractor and review by Engineer shall be shown as separate activities. 4. Work to be performed by a subcontractor, agent,or any third party. ' 5. Allowances for delays that could result from normal inclement weather (time extensions due to inclement weather will not be allowed). 6. Allowances for the time required by utilities (Owner's and others)to locate, monitor, and adjust their facilities as required. ' Engineer may request Contractor to alter the progress schedule when deemed necessary in the opinion of Engineer—in the interest of public safety and welfare 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. 38 .r +� If, at any time, in the opinion of Engineer, the progress of construction falls significantly behind schedule, Contractor may be required to submit a plan for regaining progress and a revised schedule indicating how the remaining work items will be completed within the authorized contract time. Contractor shall promptly report to Engineer any conditions 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. Weekly Schedule. Contractor shall submit a weekly progress schedule to Engineer which sets forth specific work to be performed the following week,and a tentative schedule for the second week. Failure to Maintain Progress Schedule. Engineer will check actual progress of the work against the progress schedule a minimum of two times per month. Failure, without just cause, to maintain progress in accordance with the approved schedule shall constitute a breach of Contract. If, through " no fault of Contractor, the proposed construction schedule cannot be met, Engineer will require Contractor to submit a revised schedule to Engineer for acceptance. The approved revisions will thereafter, in all respects, apply in lieu of the original schedule. Failure of Contractor to follow the progress schedule submitted and accepted, including revisions thereof, shall relieve Owner of any and all responsibility for furnishing and making available all or any portion of the job site, and will relieve Owner of any responsibility for delays to Contractor in the performance of the work. The cost of preparing the progress schedule, any supplementary progress schedules, and weekly schedules shall be considered incidental to the Contract and no other compensation shall be made. 1-08.4 Notice to Proceed and Prosecution of the Work Section 1-08.4 is replaced with the following: Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of insurances have been approved and filed by the Owner. The Contractor shall not commence the Work until the Notice to Proceed has been given by the Engineer.The Contractor shall commence construction activities on the Project Site within ten days of the Notice to Proceed Date. The Work thereafter shall be prosecuted diligently, vigorously, and without unauthorized interruption until physical completion of the work. There shall be no voluntary shutdowns or slowing of operations by the Contractor without prior approval of the Engineer. Such approval shall not relieve the Contractor from the Contractual obligation to complete the work within the prescribed Contract Time. ' 1-08.5 Time For Completion The first five paragraphs of Section 1-08.5 are deleted and replaced with the following: ' The Work shall be physically completed in its entirety within the time specified in the Contract Documents or as extended by the Engineer. The Contract Time will be stated in"working days", shall begin on the Notice To Proceed Date or the date identified in the Notice to Proceed as "the first ' working day", and shall end on the Contract Completion Date. A nonworking day is defined as a Saturday, a Sunday, a day on which the contract specifically suspends work, or one of these holidays: January 1, Memorial Day, July 4, Labor Day,November 11, Thanksgiving Day,the day after Thanksgiving, and Christmas Day.The day before Christmas shall be a holiday when Christmas Day occurs on a Tuesday or Friday. The day after Christmas shall be a holiday when Christmas Day occurs on a Monday, Wednesday, or Thursday. When Christmas Day ' occurs on a Saturday, the two preceding working days shall be observed as holidays. When Christmas day occurs on a Sunday, the two working days following shall be observed as holidays. When holidays other than Christmas fall on a Saturday, the preceding Friday will be counted as a non-working day and when they fall on a Sunday the following Monday will be counted as a non- ' working day. The Contract Time has been established to allow for periods of normal inclement ' 39 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. The Engineer will furnish the Contractor a weekly report showing (1) the number of working days charged against the Contract Time for the preceding week; (2)the Contract Time in working days; (3) the number of working days remaining in the Contract Time; (4)the number of nonworking days; and (5) any partial or whole days the Engineer declared unworkable the previous week. This weekly report will be correlated with the Contractor's current approved progress schedule. If the Contractor ' elects to work 10 hours a day and 4 days a week (a 4-10 schedule) and the fifth day of the week in which a 4-10 shift is worked would ordinarily be charged as a working day then the fifth day of that week will be charged as a working day whether or not the Contractor works on that day. ' The Contractor will be allowed 10 calendar days from the date of each report in which to file a written protest of an alleged discrepancy in the Contract Time as reported. Otherwise, the report will be deemed to have been accepted by the Contractor as correct. The requirements for scheduling the Final Inspection and establishing the Substantial Completion, Physical Completion, and Completion Dates are specified in Sections 1-05.11 and 1-05.12. Revise the seventh paragraph to read: The Engineer will give the Contractor written notice of the completion date of the contract after all the Contractor's obligations under the contract have been performed by the Contractor. The following events must occur before the Completion Date can be established: 1. The physical work on the project must be complete; and ' 2. The Contractor must furnish all documentation required by the contract and required by law, to allow the Contracting Agency to process final acceptance of the contract. The following documents must be received by the Project Engineer prior to establishing a completion date: a. Certified Payrolls(Federal-aid Projects) ' b. Material Acceptance Certification Documents c. Annual Report of Amounts Paid as MBE/WBE Participants or Quarterly Report of Amounts Credited as DBE Participation, as required by the Contract Provisions. ' d. FHWA 47 (Federal-aid Projects) e. Final Contract Voucher Certification f. Property owner releases per Section 1-07.24 ' Section 1-08.5 is supplemented as follows: Within 10 calendar days after execution of the Contract by the Contracting Agency, Contractor shall provide the Contracting Agency with copies of purchase orders for all equipment items deemed critical by the Contracting Agency, including but not limited to signal controller materials, lighting standards, and signal standards required for the physical completion of the contract. Such purchase orders shall disclose the estimated delivery dates for the equipment. ' All items of work 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. 40 ' i •� Contractor will be entitled to only one such suspension of time during the performance of the work and during such suspension shall not perform any additional work on the project. Upon delivery of the critical items, contract time will resume and continue to be charged in accordance with Section 1- 08. i 1-08.6 Suspension of Work Section 1-08.6 is supplemented as follows: i 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. rr Contractor shall not suspend work under the Contract without the written order of Owner. If it has been determined that Contractor is entitled to an extension of time, the amount of such extension shall be only to compensate for direct delays and shall be based upon Contractor's diligently pursuing the work at a rate not less than that which would have been necessary to complete the original Contract Work on time. 1-08.7 Maintenance During Suspension Revise the second paragraph to read: At no expense to the Contracting Agency,the Contractor shall provide through the construction area a safe, smooth, and unobstructed roadway, sidewalk, driveway, and path for public use during suspension (as required in section 1-07.23 or the Special Provisions). This may include a temporary road or detour. r° 1-08.9 Liquidated Damages ik 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 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. 1-08.11 Contractor's Plant and Equipment Section 1-08.11 is a new section: The contractor alone shall at all times be responsible for the adequacy, efficiency, and sufficiency of his and his subcontractor's plant and equipment. The Owner shall have the right to make use of the contractor's plant and equipment in the performance of any work on the site of the work. The use by the Owner of such plant and equipment shall be considered as extra work and paid for accordingly. Neither the Owner nor the engineer assumes any responsibility, at any time, for the security of the site from the time 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. 1-08.12 Attention to Work Section 1-08.12 is a new section: ' 41 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 7 Contract number and/or name It will be Contractor's responsibility to see that a ticket is given to Engineer on the project for each 4W truckload of material delivered. Pay quantities will be prepared on the basis of said tally tickets. Loads will be checked by Engineer to verify quantity shown on ticket. Quantities by Ton. It will be Contractor's responsibility to see that a certified weight ticket is given to the Inspector on the project at the time of delivery of materials for each truckload delivered. Pay quantities will be prepared on the basis of said tally tickets, delivered to Inspector at time of delivery of materials. Tickets not receipted by Inspector will not be honored for payment. Each truck shall be clearly numbered to the satisfaction of Engineer and there shall be no duplication of numbers. Duplicate tickets shall be prepared to accompany each truckload of material delivered to the project. All tickets received that do not contain the following information will not be processed for payment: 1. Truck number 2. Truck tare weight(stamped at source) ' 42 .• 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: •. The Bid Items listed in Section 1-09.14 will be the only items for which compensation will be made for the Work described in each section of the Standard Specifications when the Contractor performs the specified Work. Should a Bid Item be listed in a"Payment" clause but not in the Proposal Form, and Work for that item is performed by the Contractor and the work is not stated as included in or incidental to a pay item in the contract and is not work that would be required to complete the intent of the Contract per Section 1-04.1, then payment for that Work will be made as for Extra Work pursuant to a Change Order. .. The words "Bid Item," "Contract Item," and "Pay Item," and similar terms used throughout the Contract Documents are synonymous. +• If the "payment" clause in the Specifications relating to any unit Bid Item price in the Proposal Form requires that said unit Bid Item price cover and be considered compensation for certain work or material essential to the item, then the work or material will not be measured or paid for under any other Unit Bid Item which may appear elsewhere in the Proposal Form or Specifications. Pluralized unit Bid Items appearing in these Specifications are changed to singular form. Payment for Bid Items listed or referenced in the "Payment" clause of any particular Section of the Specifications shall be considered as including all of the Work required, specified, or described in that particular Section. Payment items will generally be listed generically in the Specifications, and specifically in the bid form. When items are to be"furnished"under one payment item and"installed" .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 until such items are incorporated into the Work or, if such items are not to be incorporated into the work, delivered to the applicable Contracting Agency storage site when provided for in the Specifications. Payment for material "furnished," but not yet incorporated into the Work, may be made on monthly estimates to the extent allowed. 1-09.6 Force Account Section 1-09.6 is supplemented as follows: Owner has estimated and included in the Proposal, dollar amounts for all items to be paid per force account, only to provide a common proposal for Bidders. All such dollar amounts are to become a part of Contractor's total bid. However, Owner does not warrant expressly or by implication, that the actual amount of work will correspond with those estimates. Payment will be made on the basis of the amount of work actually authorized by Engineer. 1-09.7 Mobilization Section 1-09.7 is supplemented as follows: Mobilization shall also include, but not be limited to, the following items: the movement of Contractor's personnel, equipment, supplies, and incidentals to the project site; the establishment of an office,buildings, and other facilities necessary for work on the project;providing sanitary facilities ' for Contractor's personnel; and obtaining permits or licenses required to complete the project not furnished by Owner. ' 43 1 This item shall also include providing Engineer and Inspectors with access to telephone, facsimile machine, and copy machine during all hours Contractor is working on the jobsite; and a table and , chair for their use when needed. Payment will be made for the following bid item(s): "Mobilization& Demobilization,"Lump Sum. ' 1-09.9 Payments Delete the third paragraph and replace it with the following: Progress payments for completed work and material on hand will be based upon progress estimates prepared by the Engineer. A progress estimate cutoff date will be established at the preconstruction meeting. ' The initial progress estimate will be made not later than 30 days after the Contractor commences the work, and successive progress estimates will be made every moth thereafter until the Completion ' Date. Progress estimates made during progress of the work are tentative, and made only for the purpose of determining progress payment. The progress estimates are subject to change at any time prior to the calculation of the Final Payment. ' The value of the progress estimate will be the sum of the following: 1. Unit Price Items in the Bid Form — the approximate quantity of acceptable units of work completed multiplied by the unit price. 2. Lump Sum Items in the Bid Form — the estimated percentage complete multiplied by the Bid Forms amount for each Lump Sum Item, or per the schedule of values for that item. ' 3. Materials on Hand— 100 percent of invoiced cost of material delivered to Job site or other storage area approved by the Engineer. 4. Change Orders — entitlement for approved extra cost or completed extra work as determined by the Engineer. Progress payments will be made in accordance with the progress estimate less: ' 1. Retainage per Section 1-09.9(1); 2. The amount of Progress Payments previously made; and 3. Funds withheld by the Contracting Agency for disbursement in accordance with the Contract Documents. Progress payments for work performed shall not be evidence of acceptable performance or an admission by the Contracting Agency that any work has been satisfactorily completed. r Payments will be made by warrants, issued by the Contracting Agency's fiscal officer, against the appropriate fund source for the project. Payments received on account of work performed by a r subcontractor are subject to the provisions of RCW 39.04.250. Section 1-09.9 is supplemented as follows: Applications for payment shall be itemized and supported to the extent required by Engineer by receipts or other vouchers showing payment for materials and labor, payments to subcontractors, and other such evidence of Contractor's right to payment as Engineer may direct. 1W 44 ■. Contractor shall submit a progress report with each monthly request for a progress payment. The progress report shall indicate the estimated percent complete for each activity listed on the progress schedule(see Section 1-08.3). 1-09.9(1) Retainage Section 1-09.9(1)is supplemented as follows: The retained amount shall be released as stated in the Standard Specifications if no claims have been filed against such funds as provided by law and if Owner has no unsatisfied claims against Contractor. In the event claims are filed, Owner shall withhold, until such claims are satisfied, a sum sufficient to satisfy all claims and to pay attorney's fees. In addition, Owner shall withhold such amount as is �• required to satisfy any claims by Owner against Contractor, until such claims have been finally settled. Neither the final payment nor any part of the retained percentage shall become due until Contractor, if requested, delivers to Owner a complete release of all liens 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: 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 the Work(Section 1-05.6) 1 4. Landscape damage assessments per Section 1-07.16. 5. For overtime work performed by City personnel per Section 1-08.1(4) 6. Anticipated or actual failure of the Contractor to complete the Work on time: ' a. Per Section 1-08.9 Liquidated Damages; or b. Lack of construction progress based upon the Engineer's review of the Contractor's approved progress schedule, which indicates the Work will not be complete within the Contract Time. When calculating an anticipated time overrun,the Engineer will make allowances for weather delays, approved unavoidable delays, and suspensions of the Work.The amount withheld under this subparagraph will be base upon the liquidated dames amount per day se forth in Contract Documents multiplied by the number of days the Contractor's approved progress schedule, in the opinion of the ' Engineer,indicates the Contract may exceed the Contract Time. 7. Failure of the Contractor to perform any of the Contractor's other obligations under the contract, including but not limited to: a. Failure of the Contractor to perform any of the Contractor to provide the Engineer 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. 45 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. ' 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 (DB), minority (MBE) or women business enterprises (WBE) participating in the Work. Such affidavit shall certify the amounts paid to the DB,MBE or WBE subcontractors regardless of tier. On Federally-funded projects the Contractor may also be required to execute and furnish the Contracting Agency an affidavit certifying that the Contractor has not extended any loans, gratuity or gift and money pursuant to Section 1-07.19 of these Specifications. If the Contractor fails,refuses, or is unable to sign and return the Final Progress Estimate or any other documents required for the final acceptance of the contract, the Contracting Agency reserves the right to establish a completion date and unilaterally accept the contract. Unilateral acceptance will occur only after the Contractor has been provided the opportunity, by written request from the Engineer, to voluntarily submit such documents, If voluntary compliance is not achieved, formal notification of the impending unilateral acceptance will be provided by certified letter from the Engineer to the ' Contractor which will provide 30 calendar days for the Contractor to submit the necessary documents. The 30-calendar day deadline shall begin on the date of the postmark of the certified letter from the Engineer requesting the necessary documents. This reservation by the Contracting Agency to unilaterally accept the contract will apply to contracts that are completed in accordance with Section ' 46 ' .• 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 Disputes and Claims 1-09.11(2) Claims Paragraph 5 is revised as follows: Failure to submit with the Final Application for Payment such information and details as described in this section for any claim shall operate as a waiver of the claims by the Contractor as provided in Section 1-09.9. 1-09.11(3) Time Limitations and Jurisdiction Paragraph 1, Sentence 1 is revised as follows: .. ...such claims or causes of action shall be brought in the Superior Court of the county where the work is performed. 1-09.13 Claims and Resolutions 1-09.13(3) Claims $250,000 or Less Delete this Section and replace it with the following: The Contractor and the Contracting Agency mutually agree that those claims that total $250,000 or less, submitted in accordance with Section 1-09.11 and not resolved by nonbonding ADR processes, shall be resolved through litigation unless the parties mutually agree in writing to resolve the claim through binding arbitration. ' 1-09.13(3)A Administration of Arbitration Revise the third paragraph to read: The Contracting Agency and the Contractor mutually agree to be bound by the decision of the ' arbitrator, and judgment upon the award rendered by the arbitrator may be entered in the Superior Court of the county in which the Contracting Agency's headquarters are located. The decision of the arbitrator and the specific basis for the decision shall be in writing. The arbitrator shall use the contract as a basis for decisions. 1-09.13(3)B Procedures to Pursue Arbitration Section 1-09.13(3)B is supplemented by adding: The findings and decision of the board of arbitrators shall be final and binding on the parties, unless the aggrieved party, within 10 days, challenges the findings and decision by serving and filing a petition for review by the superior court of King County, Washington. The grounds for the petition ' for review are limited to showing that the findings and decision: 1. Are not responsive to the questions submitted; 2. Is contrary to the terms of the contract or any component thereof; 3. Is arbitrary and/or is not based upon the applicable facts and the law controlling the issues submitted to arbitration. The board of arbitrators shall support its decision by setting forth in writing their findings and conclusions based on the evidence adduced at any such hearing. ' The arbitration shall be conducted in accordance with the statutes of the State of Washington and court decisions governing such procedure. ' 47 The costs of such arbitration shall be borne equally by the City and the contractor unless it is the S board's majority opinion that the contractor's filing of the protest or action is capricious or without reasonable foundation. In the latter case, all costs shall be borne by the contractor. 1-10 TEMPORARY TRAFFIC CONTROL 1-10.1 General Revise the first paragraph to read: The Contractor shall provide flaggers, signs, and other traffic control devices not otherwise specified as being furnished by the Contracting Agency. The Contractor shall erect and maintain all construction signs, warning signs, detour signs, and other traffic control devices necessary to warn and protect the public at all times from injury or damage as a result of the Contractor's operations , which may occur on highways, roads, streets, sidewalks, or paths. No work shall be done on or adjacent to any traveled way until all necessary signs and traffic control devices are in place. Section 1-10.1 is supplemented by adding the following: When the bid proposal includes an item for"Traffic Control,"the work required for this item shall be all items described in Section 1-10,including,but not limited to: 1. Furnishing and maintaining barricades, flashers, construction signing and other channelization devices, unless a pay item is in the bid proposal for any specific device and the Special Provisions specify furnishing, maintaining, and payment in a different manner for that device; ' 2. Furnishing traffic control labor, equipment, and supervisory personnel for all traffic control labor; 3. Furnishing any necessary vehicle(s) to set up and remove the Class B construction signs and other traffic control devices; 4. Furnishing labor and vehicles for patrolling and maintaining in position all of the construction signs and the traffic control devices, unless a pay item is in the bid proposal to specifically pay for this work; and 5. Furnishing labor, material, and equipment necessary for cleaning up, removing, and replacing of the construction signs and the traffic control devices destroyed or damaged .� during the life of the project. 6. Removing existing signs as specified or a directed by the engineer and delivering to the City Shops or storing and reinstalling as directed by the Engineer. 7. Preparing a traffic control plan for the project and designating the person responsible for traffic control at the work site. The traffic control plan shall include descriptions of the 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 4W 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, ' 48 and the accumulative cost for the use of each individual channelizing device, piece of equipment, or service must exceed $200 in total cost for the duration of their need. In the event of disputes, the Engineer will determine what is usually anticipated by a prudent contractor. The cost for these items will be by agreed price, price established by the Engineer, or by force account. Additional items required as a result of the contractor's modification to the traffic control plan(s) appearing in the contract shall not be covered by the provisions in this paragraph. .. If the total cost of all the work under the contract increases or decreases by more than 25 percent, an equitable adjustment will be considered for the item "Traffic Control" to address the increase or decrease. Traffic control and maintenance for the safety of the traveling public on this project shall be the sole responsibility of 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 Traffic Control Devices. .r 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. r 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 after notification by the Engineer. 1-10.2(2) Traffic Control Plans Section 1-10.2(2)is supplemented as follows: The Contractor shall be responsible for assuring that traffic control is installed and maintained in conformance to established standards. The Contractor shall continuously evaluate the operation of the traffic control plan and take prompt action to correct any problems that become evident during operation. 1-10.3 Flagging, Signs, and All Other Traffic Control Devices Section 1-10.3 is supplemented as follows: At 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 MMTCD, and shall be 3M diamond grade or equivalent approved by Engineer. Barricades shall also be equipped with flashers. I 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. 49 • 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". r No adjustment in the lump sum bid amount will be made for overtime work or for use of relief flaggers. 1-10.5 Payment Section 1-10.5 is replaced with: Payment for all labor,materials, and equipment described in Section 1-10 will be made in accordance with Section 1-04.1, for the following bid items when included in the proposal: "Traffic Control," lump sum. , 1-11 RENTON SURVEYING STANDARDS The following is a new section with new subsections: (******) 1-11.1(1) Responsibility for surveys All surveys and survey reports shall be prepared under the direct supervision of a person registered to , practice land surveying under the provisions of Chapter 18.43 RCW. All surveys and survey reports shall be prepared in accordance with the requirements established by the Board of Registration for Professional Engineers and Land Surveyors under the provisions of ' Chapter 18.43 RCW. 1-11.1(2) Survey Datum and Precision The horizontal component of all surveys shall have as its coordinate base: The North American , Datum of 1983/91. All horizontal control for projects must be referenced to or in conjunction with a minimum of two of ' the City of Renton's Survey Control Network monuments. The source of the coordinate values used will be shown on the survey drawing per RCW 58.09.070. The horizontal component of all surveys shall meet or exceed the closure requirements of WAC 332- , 130-060. The control base lines for all surveys shall meet or exceed the requirements for a Class A survey revealed in Table 2 of the Minimum Standard Detail Requirements for ALTA/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 Subcomrmttee 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. 50 �r .. 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: • A comer 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 1-11.1 herein. The drawing depicting the survey shall be neat, legible, and drawn to an appropriate scale. North orientation should be clearly presented and the scale shown graphically as well as noted. The ' drawing must be of such quality that a reduction thereof to one-half original scale remains legible. If recording of the survey with the King County Recorder is required, it will be prepared on 18 inch by 24 inch mylar and will comply with all provisions of Chapter 58.09 RCW. A photographic mylar ' of the drawing will be submitted to the City of Renton and, upon their review and acceptance per the specific requirements of the project, the original will be recorded with the King County Recorder. 51 rr 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 r 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 s 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. ar 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. All points occupied or back sighted in developing radial topography or establishing baselines for station--offset topography shall meet the requirements of section 1-11.1 herein. The drawin g and electronic listing requirements set forth in section 1-11.1 herein shall be observed for all topographic surveys. 1-11.1(9) Radial Topography Elevations for the points occupied or back sighted in a radial topographic survey shall be determined either by 1) spirit leveling with misclosure not to exceed 0.1 feet or Federal Geodetic Control , Committee third order elevation accuracy specifications, OR 2)trigonometric leveling with elevation differences determined in at least two directions for each point and with misclosure of the circuit not to exceed 0.1 feet. 1-11.1(10) Station--Offset Topography , Elevations of the baseline and topographic points shall be determined by spirit leveling and shall satisfy Federal Geodetic Control Committee specifications as to the turn points and shall not exceed 0.1 foot's error as to side shots. 1-11.1(11) As-Built Survey All improvements required to be "as-built" (post construction survey) per City of Renton Codes, TITLE 4 Building Regulations and TITLE 9 Public Ways and Property, must be located both horizontally and vertically by a Radial survey or by a Station offset survey. The "as-built" survey must be based on the same base line or control survey used for the construction staking survey for the improvements being "as-built". The "as-built" survey for all subsurface improvements should occur ' prior to backfilling. Close cooperation between the installing contractor and the "as-builting" surveyor is therefore required. All "as-built" surveys shall satisfy the requirements of section 1-11.1(1) herein and shall be based upon control or base line surveys made in conformance with these Specifications. 52 .. The field notes for "as-built" shall meet the requirements of section 1-11.1(4) herein and submitted with stamped and signed "as-built" drawings which includes a statement certifying the accuracy of the "as built". The drawing and electronic listing requirements set forth in section 1-11.1(6)herein shall be observed for all "as-built" surveys. 1-11.1(12) Monument Setting and Referencing All property or lot corners, as defined in 1-11.1(5), established or reestablished on a plat or other recorded survey shall be referenced by a permanent marker at the corner point per 1-11.2(1). In situations where such markers are impractical or in danger of being destroyed, e.g., the front corners �•• of lots, a witness marker shall be set. In most cases, this will be the extension of the lot line to a tack in lead in the curb. The relationship between the witness monuments and their respective corners shall be shown or described on the face of the plat or survey of record, e.g., "Tacks in lead on the extension of the lot side lines have been set in the curbs on the extension of said line with the curb." In all other cases the corner shall meet the requirements of section 1-11.2(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. .r 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) r„ 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) Property/Lot Corners Corners per 1-11.1(5) shall be marked in a permanent manner such as 1/2 inch diameter rebar 24 inches in length, durable metal plugs or caps, tack in lead, etc. and permanently marked or tagged ' with the surveyor's identification number. The specific nature of the marker used can be determined by the surveyor at the time of installation. 1-11.2(2) Monuments Monuments per 1-11.1(5) shall meet the requirements as set forth in City of Renton Standard Plans page H031 and permanently marked or tagged with the surveyor's identification number. 1-11.2(3) Monument Case and Cover Materials shall meet the requirements of section 9-22 and City of Renton Standard Plans page H031. 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP 2-01.1 Description ' Section 2-01.1 is supplemented as follows: The limits of clearing and grubbing (construction limits) shall be defined as being the construction limit lines as shown in the Plans. Where, in the opinion of the Engineer, any trees abutting or adjacent to the limits of clearing and grubbing are damaged and require removal, the Contractor shall 53 40 remove such trees. Any trees flagged by the Engineer to remain within the clearing and grubbing limits shall be left undamaged by the Contractor's operations. Any flagged trees which are damaged shall be replaced in kind at the Contractor's expense. Existing landscaping outside the construction limits, including but not limited to, sod, rockeries, beauty bark, decorative gravel or rock,bushes, and shrubbery shall be protected from damage. The property owners shall be responsible for removing and/or relocating irrigation equipment, trees, ' shrubs, curbing, ornamental plants, and any other decorative landscaping materials within the construction limits that they wish to save. The Contractor shall give property owners 10 days' written notice prior to removing landscaping materials. All landscaping materials that remain in the construction limits after that time period shall be removed and disposed of, by the Contractor, in accordance with Section 2-01 of the Standard Specifications,these Special Provisions,and the Plans. The Contractor shall receive approval from the Engineer prior to removal. 2-01.2 Disposal of Usable Material and Debris Section 2-01.2 is supplemented as follows: (******) The Contractor shall dispose of all debris by Disposal Method No. 2—Waste Site. 2-01.5 Payment , Section 2-01.5 is supplemented as follows: The lump sum price for "Clearing and Grubbing" shall be full compensation for all work described , herein and shown in the Plans, including removing trees and shrubbery where shown in the Plans and directed by the Engineer. 2-02 REMOVAL OF STRUCTURE AND OBSTRUCTIONS 2-02.3(3) Removal of Pavement, Sidewalks, and Curbs Section 2-02.3(3)is revised and supplemented as follows: (******) Item"1."Is revised as follows: In removing pavement, sidewalks, driveways, and curbs, the Contractor shall haul broken-up pieces , to some off-project site. The section is supplemented as follows: When an area where pavement, sidewalk, or driveway has been removed is to be opened to traffic ' before pavement patching has been completed, temporary mix asphalt concrete patch shall be required. Temporary patching shall be placed to a minimum depth of 2 inches immediately after backfilling and compaction are complete, and before the road is opened to traffic. MC cold mix or MC hot mix shall be used at the discretion of the Engineer. 2-02.4 Measurement Section 2-02.4 replaces the existing vacant section: ' Sawcutting existing cement and asphalt concrete pavements shall be measured by the linear foot along the sawcut, full depth. 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. , 54 ' .. "Cold Mix",per Ton "Remove Asphalt Concrete Pavement,"per square yard. "Remove Cement Concrete pavement,"per square yard. "Remove existing "per rrr 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. wr Earthwork quantities and changes will be computed, either manually or by means of electronic data processing equipment, by use of the average end area method. Any changes to the proposed work as directed by the Engineer that would alter these quantities shall be calculated by the Engineer and submitted to the Contractor for his review and verification. Any excavation or embankment beyond the limits indicated in the Plans, unless ordered by the Engineer, shall not be paid for. All work and material required to return these areas to their original conditions,as directed by the Engineer,shall be provided by the Contractor at his sole expense. All areas shall be excavated, filled, and/or backfilled as necessary to comply with the grades shown ' on the Plans. In filled and backfilled areas, fine grading shall begin during the placement and the compaction of the final layer. In cut sections, fine grading shall begin within the final six (6) inches of cut. Final grading shall produce a surface which is smooth and even, without abrupt changes in grade. Excavation for curbs and gutters shall be accomplished by cutting accurately to the cross sections, grades and elevations shown. Care shall be taken not to excavate below the specified grades. The contractor shall maintain all excavations free from detrimental quantities of leaves,brush, sticks,trash and other debris until final acceptance of the Work. Following removal of topsoil or excavation to grade and before placement of fills or base course, the subgrade under the roadway shall be proof-rolled to identify any soft or loose areas which may warrant additional compaction or excavation and replacement. The Contractor shall provide temporary drainage or protection to keep the subgrade free from standing water. Acceptable excavated native soils shall be used for fill in the area requiring fills. Care shall be taken to place excavated material at the optimum moisture content to achieve the specified compaction. Any native material used for fill shall be free of organics and debris and have a maximum particle size of 6 inches. ' It shall be the responsibility of the Contractor to prevent the native materials from becoming saturated with water. The measures may include sloping to drain, compacting the native materials, and diverting runoff away from the materials. If the Contractor fails to take such preventative measures, any costs or delay related to drying the materials shall be at his own expense. I ' 55 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. rr If subgrade trimmer is not required on the project, all portions of Section 2-03 shall apply as though a subgrade trimmer were specified. If sufficient acceptable native soils, as determined by the Engineer, are not available to complete W construction of the roadway embankment, Gravel Borrow meeting the requirements of Section 9- 03.14 of the Standard Specifications shall be used. M 2-03.4 Measurement Section 2-03.4 is supplemented by adding the following: , At the discretion of the engineer, roadway excavation, borrow excavation, and unsuitable foundation excavation-by the cubic yard(adjusted for swell)may be measured by truck in the hauling vehicle at the point of loading. The contractor shall provide truck tickets for each load removed. Each ticket shall have the truck number,time and date,and be approved by the engineer. 2-03.5 Payment Section 2-03.5 is revised as follows: ' Payment for embankment compaction will not be made as a separate item.All costs for embankment compaction shall be included in other bid items involved.Payment will be made for the following bid items when they are included in the Proposal: "Roadway Excavation Including Haul,"Per Cubic Yard "Removal and Replacement of Unsuitable Foundation Material,"Per Ton "Gravel Borrow Including Haul,"Per Ton ' "Roadway Excavation Including Haul" shall be considered incidental and part of the bid item(s) provided for the installation of the utility mains and appurtenances. When the Engineer orders excavation below subgrade, then payment will be in accordance with the item "Removal and ' Replacement of Unsuitable Foundation Material". In this case, all items of work other than roadway excavation shall be paid at unit contract prices. The unit contract price per cubic yard for"Roadway Excavation Including Haul" shall be full pay for excavating, loading,placing, or otherwise disposing of the material. The unit contract price per cubic yard for "Removal and Replacement of Unsuitable Foundation , Material'shall be full pay for excavating, loading, and disposing of the material. Payment for embankment compaction will not be made as a separate item.All costs for embankment compaction shall be included in other bid items involved. 2-04 HAUL 2-04.5 Payment , Section 2-04.5 is revised and supplemented as follows: All costs for the hauling of material to, from, or on the job site shall be considered incidental to and included in the unit price of other units of work. 2-06 SUBGRADE PREPARATION , 56 •• 2-06.5 Measurement and Payment Section 2-06.5 is supplemented by adding the following: Subgrade preparation and maintenance including watering shall be considered as incidental to the construction and all costs thereof shall be included in the appropriate unit or lump sum contract bid prices. 2-09 STRUCTURE EXCAVATION 2-09.1 Description Section 2-09.1 is supplemented by adding the following: This work also includes the excavation, haul, and disposal of all unsuitable materials such as peat, w 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. 2-09.5 Payment Section 2-09.5 is revised and supplemented as follows: Payment will be made for the following bid items when they are included in the proposal: "Structure Excavation Class A",per cubic yard. "Structure Excavation Class B", per cubic yard. "Structure Excavation Class A Incl. Haul",per cubic yard. "Structure Excavation Class B Incl. Haul",per cubic yard. Payment for reconstruction of surfacing and paving within the limits of structure excavation will be at the applicable unit prices for the items involved. If the Engineer orders the Contractor to excavate below the elevations shown in the plans, the unit contract price per cubic yard for "Structure Excavation Class A or B" will apply. But if the Contractor excavates deeper than the plans or Engineer requires, the Contracting Agency will not pay for material removed from below the required elevations. In this case, the Contractor, at no expense to the Contracting Agency, shall replace such material with concrete or other material the Engineer ' approves. The unit contract price per cubic yard for the bid items listed as 1 through 4 above shall be full pay for all labor, materials, tools, equipment, and pumping, or shall be included in the unit bid price of other items of work if "Structure Excavation" or "Structure Excavation Incl Haul" are not listed as pay items in the contract. ,I � 57 "Shoring or Extra Excavation Class B", per square foot. .ru The unit contract price per square foot shall be full pay for all excavation, backfill, compaction, and other work required when extra excavation is used in lieu of constructing shoring. If select backfill material is required for backfilling within the limits of the structure excavation, it shall also be required as backfill material for the extra excavation at the Contractor's expense. Any excavation or .r 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. w "Gravel Backfill(Kind)for(Type of Excavation)",per cubic yard or per Ton. "Controlled Density Fill",per cubic yard. ow When gravel backfill is paid by the ton, the Contractor shall take care to assure to the satisfaction of the Engineer that such per ton backfill is only being used for the specified purpose and not for purposes where backfill is incidental or being paid by cubic yard. Evidence that per ton gravel backfill is not being used for its designated purpose shall be grounds for the Engineer to deny payment for such load tickets. 5-04 ASPHALT CONCRETE PAVEMENT 5-04.2 Materials ' Section 5-04.2 is revised and supplemented as follows: Delete the second and fourth paragraphs of this Section The base course shall be untreated crushed surfacing Asphalt concrete shall meet the grading requxremen forthe spgcfied,zzii . Temporary patch shall be cold or hot mix. 5-04.3 Construction Requirements Section 5-04.3 is supplemented as follows: Shoulder Restoration , The existing surfacing of disturbed asphalt shoulders shall be removed to a minimum depth of 6 inches below original street grade to provide for placement of the new subgrade and paving. The ' subgrade shall be constructed of 1'/a inch minus crushed surfacing base course placed to a compacted thickness of 2'/2 inches,followed by 5/8-inch minus crushed surfacing top course placed to a compacted thickness of 1'/2 inches. `Ckss%z,In'shall then be placed and compacted in 2-inch , lifts up to a maximum 4-inch thickness to match existing pavement thickness. Minimum thickness shall be 2 inches. The shoulder shall be replaced to the existing fog line in areas where the existing asphalt shoulder is seriously disturbed,or at the Engineer's discretion. Asphalt Concrete Patching and Overlay Contractor shall maintain temporary cold or hot mix asphalt patches daily during construction to the satisfaction of the governing road agency and the Engineer until said patch is replaced with a permanent hot patch. The permanent hot mix asphalt patch shall be placed and sealed with a paving grade asphalt within 30 calendar days. Private Driveways Where a private driveway is damaged by either construction of the project or by the Contractor's use and activity on the road, it shall be repaired to the satisfaction of the property owner, the City, and to 58 r its original condition or better. Damaged asphalt-concrete driveways shall be replaced by saw cutting to a straight line and replacing a full width section. Damaged cement-concrete driveways shall be removed to the nearest joint(real or dummy)and replaced with a full width section. Damaged gravel w. driveways shall have crushed surfacing placed and compacted to a minimum depth of 4 inches. Curbs, Gutters and Sidewalks Existing curbs, gutters, and sidewalks damaged by construction of the project or the Contractor's use and activity, shall be repaired to the satisfaction of the property owner,the City,King County, and to its original condition or better. y` 5-04.3(5) Conditioning the Existing Surface Section 5-04.3(5)is supplemented as follows: The Contractor shall maintain existing surface contour during patching, unless otherwise instructed by City Engineer or King County inspector. .. 5-04.3(5)A Preparation of Existing Surface Section 5-04.3(5)Ais supplemented as follows: The Contractor shall provide his own mechanical sweeping equipment. The sweeper will be on the project prior to the start of paving,to insure the streets to be paved are clean before the tack coat is applied. The sweeper will keep the streets clean ahead of the paving machine and clean the streets behind the empty trucks that have dumped their loads into the paving machine. The sweeper must sweep all streets made dirty by the Contractor's equipment. If the paving machine is"walked"from one site to another,the sweeper must sweep up behind paving machine. The sweeper shall not leave the overlay site until given permission by the City's inspector. All utilities shall be painted with a biodegradable"soap"to prevent the tack and ACP from sticking to the lids. Diesel will not be used. After the application of soap, catch basins must be covered to prevent tack and ACP from getting into catch basins. Preparation of existing surface shall be done as outlined in this section and a tack coat shall be applied at the rate of 0.02 to 0.08 gallons per square yard. Payment for preparation of the surface and application of the tack coat shall be considered incidental to the paving and no separate payment shall be made. The Contractor shall locate all utilities for access immediately after any paving and mark the location by means of painting a circle around the location and scooping a portion of asphalt 4"-6" in diameter and the depth of the overlay from the center of the utility location. The Contractor shall locate and completely expose gas and water valves for access immediately after final rolling. The day following the start of application of ACP,utility adjustments must begin. The Contractor ' shall have an adjustment crew adjusting utilities every workable working day until adjustments are complete. ' During the adjustment of any utility, existing concrete bricks or grouting material that has been broken or cracked shall be removed and replaced at the Contractor's expense. 59 err Utility adjustments must be completed within 15 working days after overlay is complete, and within ■r the specified working days. Payment for utility adjustments includes all labor,materials,tools, and equipment necessary to W complete the adjustments and is incidental to pay items for Asphalt Patch and Asphalt Overlay. 5-04.3(7)A Mix Design ' Item 2 is deleted and replaced with: 2. Nonstatistical HMA Evaluation. The Contractor shall submit a certification that the mix ' design submitted meets the requirements of Sections 9-03.8(2)and 9-03.8(6). The Contractor must submit the mix design using DOT Form 350-042 EF. Verification of the mix design by the Contracting Agency is not needed. The Project Engineer will determine , anti-strip requirements for the HMA. The mix design will be the initial job mix formula(JMF)for the class of mix. Any additional adjustments to the JMF will require the approval of the Project Engineer and may be made per Section 9-03.8(7). 5-04.3(8)A Acceptance Sampling and Testing—HMA Mixture , Item 1 is deleted and replaced with: 1. General. Acceptance of HMA shall be as provided under nonstatistical or commercial ' evaluation. Nonstatistical evaluation will be used for the acceptance of HMA. Commercial evaluation will be used for Commercial HMA and for other classes of HMA in the following applications: sidewalks,road approaches, ditches, slopes,paths,trails, gores, ' prelevel,and pavement repair. Other nonstructural applications as approved by the Project Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Engineer. The proposal quantity of HMA that is accepted by commercial ' evaluation will be excluded from the quantities used in the determination of nonstatistical evaluation. Item 7 is deleted. ' 5-04.3(10)B Control Replace Section 5-04.3(10)B with the following: ' Sub-base shall be compacted to 95% of the maximum density by the Modified Proctor Test Method, ASTM D 1557. Compact asphalt concrete patch and paving to 95% of maximum compaction. 5-04.5 Payment 5-04.5(1)A Price Adjustments for Quality of HMA Mixture r 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 60 .r Constituent Factor"f" All aggregate passing: 1 '/z", 111, 3/4", ''/2",3/8"and No.4 sieves 2 All aggregate passing No. 8,No 16,No. 30,No. 50,No. 100 3 All aggregate passing No. 200 sieve 20 Asphalt binder 52 A pay factor will be calculated for sieves listed in Section 9-03.8(7) for the class of HMA and for the asphalt binder. 1. Nonstatistical Evaluation. Each lot of HMA produced under Nonstatisical Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit contract price with no further evaluation. When one or more constituents fall outside the nonstatistical acceptance tolerance limits in Section 9-03.8(7),the lot shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The nonstatistical tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist,backup samples of the existing sublots or samples from the 'street shall be tested to provide a minimum of three sets of results for ■. evaluation. 2. Commercial Evaluation. If sampled and tested,HMA produced under Commercial ,,. Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit contract price with no further evaluation. When one or more constituents fall outside the commercial acceptance tolerance limits in Section 9- �. 03.8(7),the lot shall be evaluated to determine the appropriate CPF. The commercial tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist,backup samples of the existing sublots or samples ' from the street shall be tested to provide a minimum of three sets of results for evaluation. For each lot of HMA produced under Nonstatistical or Commercial Evaluation when the ' calculated CPF is less than 1.00, a Nonconforming Mix factor (NCFM) will be determined. THE NCFM equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent. The Job Mix Compliance Price Adjustment will be calculated as the product of the NCMF, the quantity of HMA in the lot in tons, and the unit contract price per ton of the mix. If a constituent is not measured in accordance with these Specifications, its individual pay factor will be considered 1.00 in calculating the composite pay factor. 5-04.5(1)B Price Adjustments for Quality of HMA Compaction Section is deleted and replaced with: The maximum CPF of a compaction lot is 1.00 ' For each compaction lot of HMA when the CPF is less than 1.00, a Nonconforming Compaction Factor(NCCF)will be determined. THE NCCF equals the algebraic difference of CPF minus 1.00 multiplied by 40 percent. The Compaction Price Adjustment will be calculated as the product of the NCFF, the quantity of HMA in the lot in tons and the unit contract price per ton of the mix. 5-06 TEMPORARY RESTORATION IN PAVEMENT AREA Section 5-06 is new section with subsections: 61 r r 5-06.1 Description Pavement areas that have been removed by construction activities must be restored by the Contractor prior to the end of each working period,prior to use by vehicular traffic. Within paved streets,the Contractor may use temporary pavement to allow vehicular traffic to travel over the construction areas. Temporary pavement shall be placed around trench plates or others devices used to cover ' construction activities in a manner that provides a smooth and safe transition between surfaces. Within paved alleys,the Contractor may use the compacted backfill to allow vehicular traffic to travel ' over the construction areas. Trench plates or others devices used to cover construction activities shall be placed and anchored in a manner that provides a smooth and safe transition between and across surfaces. 5-06.2 Materials ' The composition of the temporary asphalt pavement shall be determined by the Contractor to provide a product suitable for the intended application. The Contractor shall not use materials that are a ' safety or health hazard. Temporary pavement material that does not form a consolidated surface after compaction shall be ' considered unsuitable and shall be removed from the site. Unsuitable temporary pavement shall be disposed of offsite. 5-06.3 Construction Requirements , Contractor shall maintain temporary cold or hot mix asphalt patches daily during to the satisfaction of the governing road agency and Engineer until said patch is replaced with permanent hot patch. The completed pavement shall be free from ridges,ruts,bumps,depressions, objectionable marks, or other ' irregularities. The permanent hot mix asphalt patch shall be placed and sealed with a paving asphalt within 30 calendar days. The Contractor shall immediately repair,patch,or remove any temporary pavement that does not ' provide a flat transition between existing pavement areas. All temporary asphalt pavement shall be removed from the site by the end of the project and shall not , be used as permanent asphalt pavement or subgrade material. 6-12.3 Construction Requirements i 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 trimmed and dressed to conform to the elevation or slope indicated. The rock wall construction shall rrt 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 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 62 so .. 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 r sufficient to pass a 2 inch square probe. 6-12.3(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. 6-12.3(2) Drain Pipe A 4 inch diameter perforated pvc pipe shall be placed as a footing drain behind the rockeries as shown in the standard plans, and connected to the storm drainage system where shown. 6-12.3(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. 6-12.4 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. 6-12.5 Payment Payment will be made under the item"rock retaining wall",per square yard. 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. 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 1, zinc coated (galvanized) steel with Asphalt Treatment I, corrugated aluminum alloy, polyvinyl chloride (PVC), or corrugated polyethylene (PE)at the option of the Contractor unless the Plans specify the type to be used. 7-01.3 Construction Requirements Section 7-01.3 is revised as follows: The second paragraph is revised as follows: PVC 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 63 w 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 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 Contractor shall provide 2 copies of these certifications to the Engineer for approval. Certificates showing nonconformance with the Contract shall be sufficient evidence for rejection. Approval of certificates shall be considered only as tentative acceptance of the materials and products, and such action by Engineer will not relieve Contractor of his/her responsibility to perform field tests and to replace or repair faulty materials, equipment, and/or workmanship and Contractor's own expense. 7-04.4 Measurement The first paragraph of Section 7-04.4 is revised as follows: (******) as 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. 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. ' 64 ' r 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. r 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 r 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. VW 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 B074, prior to final acceptance of the work. Manholes in unimproved areas shall be adjusted to 6"above grade. In unpaved streets: Manholes, catch basins and similar structures in areas to be surfaced with crushed rock or gravel shall be constructed to a point approximately eight inches below the subgrade and covered with a temporary wood cover. Existing manholes shall be cut off and covered in a similar manner. The contractor shall carefully reference each manhole so that they may be easily found upon completion of the street work. After placing the gravel or crushed stone surfacing, the manholes and manhole castings shall be constructed to the finished grade of the roadway surface. Excavation necessary for bringing manholes to grade shall center about the manhole and be held to the minimum area necessary. At the completion of the manhole adjustment, the void around the manhole shall be backfilled with materials which result in the section required on the typical roadway section, and be thoroughly compacted. In cement concrete pavement: Manholes, catch basins and similar structures shall be constructed and adjusted in the same manner as outlined above except that the final adjustment shall be made and cast iron frame be set after forms have been placed and checked. In placing the concrete pavement, extreme care shall be taken not to alter the position of the casting in any way. In asphalt concrete pavement: Manholes shall not be adjusted until the pavement is completed, at which time the center of each manhole shall be carefully relocated from references previously established by the contractor. The pavement shall be cut in a restricted area and base material be i 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 ' 65 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 paved surface for texture, density, and uniformity of grade. The joint between the patch and the existing pavement shall then be carefully painted with hot asphalt cement or asphalt emulsion and shall be immediately covered with dry paving sand before the asphalt cement solidifies. The inside throat of the manhole shall be thoroughly mortared and plastered. Adjustment of inlets: The final alignment and grade of cast iron frames for new and old inlets to be adjusted to grade will be established from the forms or adjacent pavement surfaces. The final adjustment of the top of the inlet will be performed in similar manner to the above for manholes. On ' asphalt concrete paving projects using curb and gutter section, that portion of the cast iron frame not embedded in the gutter section shall be solidly embedded in concrete also.The concrete shall extend a minimum of six inches beyond the edge of the casting and shall be left 2 inches below the top of the frame so that the wearing course of asphalt concrete pavement will butt the cast iron frame. The existing concrete pavement and edge of the casting shall be painted with hot asphalt cement. Adjustments in the inlet structure shall be constructed in the same manner and of the same material as that required for new inlets.The inside of the inlets shall be mortared and plastered. Monuments and cast iron frame and cover: Monuments and monument castings shall be adjusted to grade in the same manner as for manholes. Valve box castings: Adjustments of valve box castings shall be made in the same manner as for manholes. 7-05.3(2) Abandon Existing Manholes Section 7-05.3(2)is revised as follows: Where it is required that an existing manhole be abandoned, the structure shall be broken down to a depth of at least 4 feet below the revised surface elevation, all connections plugged, the manhole base shall be fractured to prevent standing water, and the manhole filled with sand and compacted to 90 percent density as specified in Section 2-03.3(14)C. Debris resulting from breaking the upper part of the manhole may be mixed with the sand subject to the approval of the Engineer. The nng and cover shall be salvaged and all other surplus material disposed of. 7-05.3(2)A Abandon Existing Sanitary Sewer Pipes Section 7-05.3(2)A is a new section: Where it is required that an existing sanitary sewer pipe be abandoned(or portions of pipe installed as part of this project which are to be abandoned as shown on the Plans),both ends of the abandoned pipe and all lateral connections to the pipe shall be plugged with 3,000 psi cement concrete and the pipe shall be filled with cement-based grout. A cement-based grout shall be used to fill the void of the abandoned sewer pipe. The grouting material must have a strength of at least 100 psi and shall have flow characteristics appropriate for filling a sanitary sewer. The grout mix designed and method of installation shall be approved by the Engineer prior to beginning the operation(See Section 9-03.22). 7-05.3(3) Connections to Existing Manholes Section 7-05.3(3)is supplemented by adding the following: (******) Where shown on the plans, new drain pipes shall be connected to existing line, catch basin, curb inlets and/or manholes. The contractor shall be required to core drill into the structure, shape the new 66 ' .. pipe to fit and re-grout the opening in a workmanlike manner. Where directed by the engineer or where shown on the plans,additional structure channeling will be required. Connections to existing sanitary sewer manholes shall be core drilled. Couplings shall be equal to "Kor-n-Seal boots. Existing sanitary sewer manholes shall be cleaned. Repaired, and 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. s 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 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) w Color: White 7-05.4 Measurement Section 7-05.4 is revised and supplemented as follows: Manholes will be measured per each. Measurement of manhole heights for payment purposes will be the distance from finished rim elevation to the invert of the lowest outlet pipe. Adjustments of new structures and miscellaneous items such as valve boxes shall be considered incidental to the unit contract price of the new item and no further compensation shall be made. Connection to existing pipes and structures shall be measured per each. 7-05.5 Payment Section 7-05.5 is supplemented as follows: "Adjust Existing ,"per each. The unit contract price per each for"Adjust Existing shall be full pay for all costs necessary to make the adjustment including restoration of adjacent areas in a manner acceptable to the Engineer. If no bid item for Structure Excavation Class A or Structure Excavation Class B is included in the schedule of prices then the work will be considered incidental and its cost should be included in the cost of the pipe. "Connect to Existing Catch Basin,"per each. ' ' 67 t t "Connect Structure to existing pipe,"per each. 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS 7-08.3 Construction Requirements 7-08.3(1)C Bedding the Pipe t Section 7-08.3(1)C is supplemented by adding the following: Pipe bedding for PVC sewer pipe shall consist of clean, granular pea gravel consistent with section 9- 03.12(3). It shall be placed to a depth of 6" over and 6" under the exterior walls of the pipe. Hand compaction of the bedding materials under the pipe haunches will be required. Hand ' compaction shall be accomplished by using a suitable tamping tool to firmly tamp bedding material under the haunches of the pipe. Care shall be taken to avoid displacement of the pipe during the compaction effort. Pipe bedding shall be considered incidental to the pipe and no further compensation shall be made. t 7-08.3(1)D Pipe Foundation Section 7-08.3(1)D is a new section: (******) Pipe foundation in poor soil: When soft or unstable material is encountered at the subgrade which,in the opinion of the Engineer,will not uniformly support the pipe, such material shall be excavated to an additional depth as required by the Engineer and backfilled with foundation gravel material placed in maximum 12-inch lifts. Foundation gravel shall be ballast and conform to the requirements of Section 9-03.9(1)of the Standard Specifications. , Corrections faulty grade: Excess excavation below grade shall be backfilled with foundation gravel as specified above and thoroughly compacted to the required grade line. Pipe bedding shall be considered incidental to the pipe and no further compensation shall be made. 7-08.3(2)A Survey Line and Grade Section 7-08.3(2)A is replaced with: (******) Survey line and grade control shall be provided in accordance with Sections 1-05.4, 1-05.5 and 1-11 in a manner consistent with accepted practices. The Contractor shall transfer line and grade into the trench where they shall be carried by means of a laser beam using 50 foot minimum intervals for grade staking. Any other procedure shall have the written approval of the Engineer. 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 68 ' r coating show defects that may be harmful as determined by the ENGINEER. Such damaged lining or coating shall be repaired, or a new undamaged pipe shall be furnished and installed. The CONTRACTOR shall inspect each pipe and fitting prior to installation to insure that there are not •. damaged portions of the pipe. Any defective, damaged or unsound pipe shall be repaired or replaced. All foreign matter or dirt shall be removed from the interior of the pipe before lowering into position in the trench. Pipe shall be kept clean during and after laying. All openings in the 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. ar 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 for use in making connections shall be subject to approval by the Engineer. Unless otherwise approved by the Engineer, all connections of lateral sewers to existing mains shall be made through a cast iron saddle secured to the sewer main with stainless steel bands. When the existing main is constructed of vitrified clay,plain or reinforced concrete, cast or ductile iron pipe,the ' existing main shall be core drilled. Connections (unless booted connections have been provided for) to existing concrete manholes shall be core-drilled, and shall have an "O" ring rubber gasket meeting ASTM C-478 in a manhole coupling equal to the Johns-Manville Asbestos-Cement collar, or use a conical type flexible seal equal to Kor-N-Seal. PVC pipe connection shall consist of tee, nipple and couplers as approved by the Engineer. 7-08.3(2)J Placing PVC Pipe Section 7-08.3(2))is an added new section: In the trench, prepared as specified in Section 7-02.3(1) PVC pipe shall be laid beginning at the lower end, with the bell end upgrade. Pea gravel will be used as the bedding material and extend from 6" below the bottom of the pipe to 6" above the top of the pipe. When it is necessary to connect to a structure with a mudded joint a rubber gasketed concrete adapter-collar will be used at the point of ' connection. 7-08.3(3)A Backfilling Sanitary Sewer Trenches ' Section 7-08.3(3)A is an added new section supplementing 7-08.3(3) ' 69 IW To the maximum extent available, suitable material obtained from trench excavation shall be used for trench backfill. All material placed as trench backfill shall be free from rocks or stones larger than 8 , inches in their greatest dimension,brush, stumps, logs,roots, debris and organic or other deleterious materials. No stones or rock shall be placed in the upper three feet of trench backfill. Rock or stones within the allowable size limit incorporated in the remainder of fills shall be distributed so that they , do not congregate or interfere with proper compaction. If the native material is considered by the Engineer as unsuitable for backfill, or where unsuitable ' material is requested by the Engineer to be removed or over-excavated from trench excavations,then Bank Run Gravel for Trench Backfill Sewer material conforming to the requirements of Section 9- 03.19 shall be used. All native or imported backfill material shall be compacted to 95% of maximum dry density per ASTM D 1557 unless otherwise specified herein or on the Plans. ' Backfill within paved areas shall be compacted to at least 95 percent of maximum dry density as determined by the modified proctor compaction test,ASTM D1557. This includes the foundation, backfill, and base course materials. Maximum lift thickness of backfill shall not exceed 24 inches between the top of the bedding and 4 feet below grade and 12 inches from 4 feet below grade to the base of the subgrade. The Engineer may be on-site to collect soil samples and to test compaction. ' The Contractor shall provide site access at all times for compaction testing and sample collection. Areas of the trench which fail to meet the compaction requirements shall be removed and replace and re-compacted at the Contractor's expense. ' In cuts transverse to the road alignment and at all utility crossings,the entire trench shall be backfilled with crushed surfacing. Backfill shall be placed and mechanically compacted in 1-foot maximum ' lifts. After backfill and compaction, an immediate cold mix patch shall be placed and maintained in a manner acceptable to the King County inspector until replaced with a permanent hot mix patch. The Contractor shall be responsible for any settlement of backfill, sub-base, and pavement which may occur during the period stipulated in the contract conditions. All repairs necessary due to settlement shall be made by the Contractor at his expense. Backfill in unimproved areas shall be compacted to at least 90 percent of maximum dry density as determined by the modified proctor compaction test,ASTM D1557. The Contractor shall be responsible for the disposal of any excess excavated material. 7-08.4 Measurement The first paragraph of Section 7-08.4 is revised as follows: Gravel backfill for foundations, or gravel backfill for pipe zone bedding when used for foundations, shall be measured by the cubic yard,including haul, as specified in 2-09, or by the TON. 7-08.5 Payment Section 7-08.5 is replaced with: Payment will be made in accordance with Section 1-04.1 for each of the following bid items that are included in the proposal: "Gravel Backfill for Foundations Class ", per cubic yard, or Ton. ' "Gravel Backfill for Pipe Zone Bedding", per cubic yard, or Ton. All costs associated with furnishing and installing bedding and backfill material within the pipe zone in the installation of culvert, storm sewer, and sanitary sewer pipes shall be included in the unit contract price for the type and size of pipe installed. ' 70 ' �.► "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 „r 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 of 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. ,r 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 .r 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 or AWWA C 105. The polyethylene wrap shall be tube type and black color. Any damage that occurs to the wrap shall be repaired in accordance with ANSUAWWA C105/A21.5-93. Installation of the polyethylene encasement shall be considered incidental to the installation of the pipe and no additional payment shall be allowed. 7-09.3(19)A Connections to Existing Mains 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: 71 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 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. IN 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 'r system. These may be obtained from the City by completing the required forms and making required security deposits. There will be a charge for the water used. Before applying the specified test pressure, air shall be expelled completely from the pipe, valves and hydrants. If permanent air vents are not located at all high points, the contractor shall install corporation cocks at such points so that the air can be expelled as the line is filled with water. After all the air has been expelled, the corporation cocks shall be closed and the test pressure applied. At the conclusion of the pressure test, the corporation cocks shall be removed and plugged. • The quantity of water required to restore the pressure shall be accurately determined by either 1) 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: 72 so .r. .r 1. The quantity of water lost from the main shall not exceed the number of gallons per hour as listed in the following table. 2. The loss in pressure shall not exceed 5 psi during 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" 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 +rr 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 ' 1 200 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= P in which: 7400 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 r. The paragraph stating that"There shall not be an appreciable or abrupt loss in pressure during the 15 minute test ep riod."Is deleted. 7-09.3(24)A Flushing and "Poly-pigging" Section 7-09.3(24)A shall be revised and supplemented as follows: (******) 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. The paragraph stating: "Where dry calcium hypochlorite is used for disinfection of the pipe, flushing shall be done after disinfection." is deleted. Dechlorination of all water used for disinfection shall be accomplished in accordance with the City'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: (******) I 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: (******) ' 73 ar Treated water shall be retained in the pipe at least 24 hours but no long than 48 hours. After this r period, the chlorine residual at pipe extremities and at other representative points shall be at least 25 mg/1. 7-09.3(24)N Final Flushing and Testing Section 7-09.3(24)N has been revised as follows: Before 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. 7-09.3(25) Joint Restraint Systems Section 7-09.3(25)is a new additional section: General_ Where shown on the plans or in the specifications or required by the engineer,joint restraint system (shackle rods) shall be used. All joint restraint materials used shall be those manufactured by star national products, 1323 Holly avenue PO box 258, Columbus Ohio 43216,unless an equal alternate is approved in writing by the engineer. Materials: Steel types used shall be: , High strength low-alloy steel(cor-ten),ASTM A242,heat-treated,superstar"SST" series. High strength low-alloy steel (cor-ten),ASTM A242, superstar"SS" series. Items to be galvanized are to meet the following requirements: ASTM A153 for galvanizing iron and steel hardware. ASTM A123 for galvanizing rolled,pressed and forged steel shapes. Joint restrainer system components: Tiebolt: ASTM A242, type 2, zinc plated or hot-dip galvanized. SST 7:5/8" for 2" and 3" mechanical joints, 3/4" for 4" to 12" mechanical joints, ASTM A325, type 3D, except tensile r 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 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. SS 10: for 5/8" and 3/4" tierods, ASTM A563, �r grade C3. S 10: 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 B 1.1. S 12: 5/8" and 3/4" diameter, ASTM A36,A307. Tiewasher: round flat washers, zinc plated or hot-dip galvanized. SS 17: ASTM A242, F436. S17: ANSI B18.22.1. 74 ,.. 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" Tie Rods Required 411.............................................2 .. 611.............................................2 811.............................................3 1011............................................4 1211............................................6 .' 1411............................................8 1611............................................8 1811............................................8 ,�. 2011............................................l0 2411............................................14 30"............................................(16-7/8"rods) 3611............................................(24-7/8"rods) Ow 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 t mechanical joint pipe and tiebolts shall be installed as rod guides at each joint. Where poly wrapping is required all tiebolts, tienuts, tiecouplings, tierods, and tiewashers, shall be galvanized. All disturbed sections will be painted, to the inspector's satisfaction, with koppers bitomastic no. 300-m, or approved equal. Where poly wrapping is not required all tiebolts, tienuts, tiecouplings, tierods and tiewashers may be galvanized as specified in the preceding paragraph or plain and painted in the entirety with koppers bitumastic no. 800-m, or approved equal. Tiebolts, tienuts, tiecouplings, tierods, and tiewashers shall be considered incidental to installation of the pipe and no additional payment shall be made. 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 1 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. ' 75 7-09.5 Payment Section 7-09.5 is revised and supplemented as follows: "Furnish and Install Ductile Iron Water Main&Fittings",per lineal foot. The unit contract price per linear foot for each size and kind of"Furnish and Install Ductile Iron Water Main&Fittings" shall be full pay for all work for the bid item as described in Section 1-09.14. "Concrete Thrust Blocking and Dead-Man Anchor Blocks",per cubic yard. The unit contract price bid for"Concrete Thrust Blocking and Dead-Man Anchor Blocks" shall be full pay for all work for the bid item as described in Section 1-09.14. "Connection to Existing Water Mains",per each. The unit contract price per each connection to existing water mains shall be full pay for all work for the bid item as described in Section 1-09.14. 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. "Select Imported Trench Backfill",per cubic yard or ton. , The unit contract price per cubic yard or ton for "Select Imported Trench Backfill" shall be full pay for all work for the bid item as described in Section 1-09.14. "Removal and Replacement of Unsuitable Foundation Material",per ton or cubic yard. Payment at the unit contract price for " Removal and Replacement of Unsuitable Foundation Material " shall be full compensation for excavating and disposing of the unsuitable material and replacing with the appropriate foundation material per Section 9-30.7B(1). 7-12 VALVES FOR WATER MAINS , 7-12.3(1) Installation of Valve Marker Post Section 7-12.3(1)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. 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(1) 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 iw whatever means necessary to remove such debris, leaving the valve installation in a fully operable condition. 76 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. 1W 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: "Furnish and install "Gate Valve Assembly,"per each. The unit contract price per each for the valve of the specified size shall be full pay for all work for the bid item as described in Section 1-09.14. "Air-Release/Air-Vacuum Valve Assembly,"per each. ,., 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. a 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 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 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 77 W valve box and cover, 3/4" shackle rods and accessories, concrete blocks and two concrete guard posts r (only if hydrants are outside right-of-way). Joint restraint(Shackle Rods) shall be installed in accordance with Section 7-11.3(15). 7-14.3(3) Resetting Existing Hydrants Section 7-14.3(3)is supplemented by adding the following: All hydrants shall be rebuilt to the approval of the City (or replaced with a new hydrant). All rubber gaskets shall be replaced with new gaskets of the type required for a new installation of the same type 7-14.3(4) Moving Existing Hydrants Section 7-14.3(4)is supplemented by adding the following: All hydrants shall be rebuilt to the approval of the City(or replaced with a new hydrant). All rubber gaskets shall be replaced with new gaskets of the type required for a new installation of the same type. 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: "Furnish and Install Fire Hydrant Assembly", per each. The unit contract price per each for"Furnish and install Fire Hydrant Assembly" shall be full pay for all work for the bid item as described in Section 1-09.14. "Resetting Existing Hydrants", per each. The unit contract price per each for "Resetting Existing Hydrant" shall be full pay for all work to reset the existing hydrant, including rebuilding (or replacement with a new hydrant), shackling, blocking, painting, and guard posts and reconnecting to the main. The new pipe connecting the 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. 7-15.5 Payment Section 7-15.5 is revised as follows: 78 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 .. 7-17.2 Materials Section 7-17.2 is replaced with the following: Pipe Gravity sewer pipe shall be as specified herein and as shown on the plans. The Contractor shall provide two copies of the pipe manufacturer's technical literature and tables of dimensional a tolerances to the Engineer. Any pipe found to have dimensional tolerances in excess of those prescribed or having defects which prevent adequate joint seal or any other damage shall be rejected. If requested by the Engineer,not less than three nor more than five lengths of pipe for each size, r selected from stock by the Engineer, shall be tested as specified for maximum dimensional tolerance of the respective pipe. ,W Material for PVC sewer pipe shall meet the requirements of Section 9-05.12. All pipe shall be clearly marked with type,class, and thickness. Lettering shall be legible and w permanent under normal conditions of handling and storage. 7-17.32 Construction Requirements 7-17.3(1) Protection of Existing Sewerage Facilities Section 7-17.3(1)is supplemented by adding the following: When extending an existing sewer, the downstream system shall be protected from construction debris by placing a screen or trap in the first existing manhole downstream of the connection. It shall be the contractor's responsibility to maintain this screen or trap until the new system is placed in service and then to remove it. Any construction debris which 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.). The City will also accept video submittals on DVD viewable on a standard player or a CD or DVD compatible with Cues DataCAP 4.0. 7-17.4 Measurement Section 7-17.4 is supplemented as follows: ' 79 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 Cone. Sewer Pipe—In. Diam.", per linear foot. "Cl._Rein£ Cone. Sewer Pipe_In.Diam.",per linear foot. "PVC Sanitary Sewer Pipe In. Diam.",per linear foot. "Ductile Iron Sewer Pipe In.Diam.",per linear foot. The unit contract price per linear foot for sewer pipe of the kind and size specified shall be full pay for furnishing, hauling, and assembling in place the completed installation including all wyes, tees, special fittings, joint materials, bedding material, and adjustment of inverts to manholes for the completion of the installation to the required lines and grades. "Testing Sewer Pipe", per linear foot. The unit contract price per linear foot for"Testing Sewer Pipe" shall be full pay for all labor,material and equipment required to conduct the leakage tests required in Section 7-17.3(2). If no unit price for "Testing Sewer Pipe"is included it shall be considered incidental to the pipe items. "Removal and Replacement of Unsuitable Material",per cubic yard. The unit contract price per cubic yard for "Removal and Replacement of Unsuitable Material" shall be full pay for all work to remove unsuitable material and replace and compact suitable material as specified in Section 7-08.3(1)A. "Bank Run Gravel for Trench Backfill Sewer",per cubic yard, or Ton. The unit contract price per cubic yard, or Ton for"Bank Run Gravel for Trench Backfill Sewer" shall be full pay for all work to furnish,place, and compact material in the trench. "Television Inspection",per linear foot. 8-09 RAISED PAVEMENT MARKERS 8-09.5 Payment Section 8-09.5 has been revised as follows: Payment will be made for each of the following bid items that are included in the proposal: "Raised Pavement Marker Type I", per each. "Raised Pavement Marker Type 2", per each. "Raised Pavement Marker Type 3- In.", per each. "Recessed Pavement Marker", per each. The unit contract price per each for "Raised Pavement Marker Type 1", "Raised Pavement Marker Type 2", and "Raised Pavement Marker Type 3- In." and "Recessed Pavement Marker"shall be full pay for all labor, materials, and equipment necessary for furnishing and installing the markers in accordance with these Specifications including all cost involved with traffic control unless traffic control is listed in the contract as a separate pay item. 8-13 MONUMENT CASES , 8-13.1 Description Section 8-13.1 is revised and supplemented as follows: 80 .. to 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. to 8-13.3 Construction Requirements Paragraphs 2 and 3 of Section 8-13.3 is revised and supplemented as follows: in 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. do 8-13.4 Measurement Section 8-13.4 is supplemented by adding the following: All costs for surveying and resetting existing monuments impacted by construction shall be .. considered incidental to the contract unless specifically called out to be paid as a bid item. 8-13.5 Payment Section 8-13.5 is supplemented by adding the following: "Reset Existing Monument"per each. Resetting an existing monument impacted by construction shall be incidental unless included as a pay item in the Schedule of Prices. 8-14 CEMENT CONCRETE SIDEWALKS 8-14.3(4) Curing Section 8-14.3(4)is replaced with: The curing materials and procedures outlined in Section 5-05.3(13) of the Standard Specifications shall prevail, except that white pigmented curing compound shall not be used on sidewalks. The curing agent shall be applied immediately after brushing and be maintained for a period of 5 days. The Contractor shall have readily available sufficient protective covering, such as waterproof paper or plastic membrane, to cover the pour of an entire day in the event of rain or other unsuitable weather. �.. During the curing period, all traffic, both pedestrian and vehicular, shall be excluded. Vehicular traffic shall be excluded for such additional time as the Engineer may specify. The Contractor shall be responsible for barricading, patrolling, or otherwise protecting the newly placed concrete to prevent damage. Damaged, vandalized, discolored, stained, or unsightly concrete shall be removed and replaced at the expense of the Contractor. 8-14.4 Measurement Section 8-14.4 is supplemented by adding the following: When the contract contains a pay item for"Curb Ramp, Cement Concrete," the per each measurement shall include all costs for the complete installation per the plans and standard details including expansion joint material, curb and gutter and ramped sidewalk section. Sawcutting, removal and disposal of excavated materials including existing pavement and sidewalk, crushed surfacing base materials and all other work, materials and equipment required per Section 8-14 shall be included in the per each price for "Curb Ramp, Cement Concrete" unless any of these other items are listed and specified to be paid as separate pay items. 81 I 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." 8-20 ILLUMINATION,TRAFFIC SIGNAL SYSTEMS,AND ELECTRICAL 1 8-20.2(1) Equipment List and Drawings Paragraphs four of Section 8-20.2(1) are revised and supplemented with the following: The Contractor shall submit for approval six sets of shop drawings for each of the following types of standards called for on this project: 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. , 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. 8-22 PAVEMENT MARKING • go 82 40 + 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. +r Skip Center Line(Replacement) A BROKEN YELLOW line 4 inches wide. The broken or "skip"pattern shall be based on a 24-foot unit consisting of a 9-foot line and a 15-foot gap. Skip center strip is used as center line delineation on two-lane or three-lane,two-way highways. Double Yellow Center Line(Replacement) Two SOLID YELLOW lines, each 4 inches wide, separated by a 4-inch space. Double yellow center stripe is used as center line delineation on multilane,two-way highways and for channelization. Approach Line(New) + A SOLID WHITE line, 8 inches wide, used to separate left and right turning movements from through movements,to separate high occupancy vehicle lanes from general purpose lanes, for islands, hash marks, and other applications. Hash mark stripes shall be placed on 45-degree angle and 10 feet + apart. Lane Line(Replacement) A BROKEN WHITE line, 4 inches wide, used to delineate adjacent lanes traveling in the same VW 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: imp 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.* 83 1 t *The linear foot contract price for"Remove Paint Line" and "Remove Plastic Line" and the lump sum contract price for "Remove existing traffic markings" shall be full compensation for furnishing all labor, tools, material, and equipment necessary for removal of existing traffic markings as per the plans, specifications and detail sheets. If these pay items do not appear in the contract schedule of prices,then the removal of old or conflicting traffic markings required to complete the channelization of the project as shown on the plans or detail sheets shall be considered incidental to other items in the contract and no further compensation shall be made. 8-23 TEMPORARY PAVEMENT MARKINGS 8-23.5 Payment Section 8-23.5 is supplemented with the following: (******) If no pay item is included in the contract for installation or for removal of temporary pavement markings then all costs associated with these items are considered incidental to other items in the contract or included under"Traffic Control," if that item is included as a bid item. (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: (******) 1. Job Mix Formula Tolerances. After the JMF is determined as required in 5-04.3(7)A, the constituents of the mixture at the time of acceptance shall conform to the following tolerances: Nonstatistical Commercial Evaluation Evaluation Aggregate,percent passing 1",3/4", 'h", 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. 84 aw am 9-05 DRAINAGE STRUCTURES, CULVERTS,AND CONDUITS 9-05.4 Steel Culvert Pipe and Pipe Arch (RC) gw 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 H. 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) r Section 9-05.7(2)is replaced by the following: Reinforced Concrete Storm Sewer pipe shall conform to the requirements of ASTM C-76 and shall be Class IV. Cement used in the manufacture of reinforced concrete pipe shall be Type H in .w conformance with ASTM C150. No admixture shall be used unless otherwise specified. 9-05.7(2)A Basis for Acceptance (RC) Section 9-05.7(2)A is supplemented by the following: ow 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 r, 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: r (******) 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) 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 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 1 outside of pipe wall immediately adjacent to the lockseam or stiffener to the top surface of rib). The 85 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 ribs). The radius of bend of the metal at the corners of the ribs shall be 0.0625 inch with an allowable tolerance of+ 10 percent. 9-05.12 Polyvinyl Chloride (PVC) Pipe Section 9-05.12(3)is a new additional section: 9-05.12(3) CPEP Sewer Pipe Section 9-05.12(3)is a new additional section: CPEP - Smooth interior pipe and fittings shall be manufactured from high density 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. 9-05.14 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. 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. 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 .r inch wide (measured outside to outside) and a minimum spacing of ribs shall be 4.80 inches center to center(measured normal to the direction of the ribs). The radius of bend of the metal at the corners of the ribs shall be 0.0625 inch with an allowable tolerance of+ 10 percent. For wide pitch spiral rib storm sewer pipe, helical ribs shall project outwardly from the smooth pipe wall and shall be fabricated from a single thickness of material. The ribs shall be 3/4 inch+ 1/8 inch wide (measured outside to outside) and a minimum of 0.95 inch high (measured as the minimum vertical distance from the outside of pipe wall to top surface of the rib). The maximum spacing of ribs shall be 11.75 inches center to center (measured normal to the direction of the ribs). The radius 86 of bend of the metal at the corners of the ribs shall be 0.0625 inch with an allowable tolerance of+ 10 percent. .. 9-05.22 High Density Polyethylene Piping Section 9-05.22 is a new section: aw DRISCOPLEXTm 4100 High-density Polyethylene Piping 1 General Terms and Conditions .r 1.1 Scope-This specification covers requirements for DriscoPlexTm 4100 PE 3408 high-density polyethylene piping. All work shall be performed in accordance with these specifications. 1.2 Engineered and Approved Plans-Construction shall be performed in accordance with engineered construction plans for the work prepared under the direction of a Professional Engineer. 1.3 Referenced Standards-Where all or part of a Federal,ASTM,ANSI,AWWA, etc., standard specification is incorporated by reference in these Specifications,the reference standard shall be the Ow latest edition and revision. 1.4 Licenses and Permits-A licensed and bonded The Contractor shall be a licensed and bonded. 1.5 Inspections-All work shall be inspected by an Authorized Representative of the City who shall have the authority to halt construction if, in his opinion,these specifications or standard construction practices are not being followed. Whenever any portion of these specifications is violated,the Engineer shall,by written notice, order further construction to cease until all deficiencies are 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 City or his Authorized Representative. The Project Engineer shall approve qualified Manufacturers. 2.2 Materials-Black PE materials used for the manufacture of polyethylene pipe and fittings shall be PE 3408 high density polyethylene meeting ASTM D 3350 cell classification 345464C and shall be Listed in the name of the pipe and fitting Manufacturer in PPI(Plastics Pipe Institute)TR-4 with a standard grade HDB rating of 1600 psi at 73°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. 87 err 2.3 Interchangeability of Pipe and Fittings-The same Qualified and Approved Manufacturer shall produce polyethylene pipe and fittings. Products such as fittings or flange adapters made by sub- Contractors or distributors are prohibited. 2.4 Polyethylene Fittings&Custom Fabrications-Polyethylene fittings and custom fabrications shall be molded or fabricated by the Approved Pipe Manufacturer. All fittings and custom fabrications shall be pressure rated for the same internal pressure rating as the mating pipe. 2.5 Molded Fittings-Molded fittings shall be manufactured and tested in accordance with ASTM D t 3261 and shall be so marked. Molded fittings shall be tested in accordance with AWWA C906. 2.6 Fabricated Fittings-Fabricated fittings shall be made by heat fusion joining specially machined , shapes cut from pipe,polyethylene sheet stock or molded fittings. Fabricated fittings shall be rated for internal pressure service at least equal to the full service pressure rating of the mating pipe. Fabricated fittings shall be tested in accordance with AWWA C906. 2.7 Polyethylene Flange Adapters-Flange adapters shall be made with sufficient through-bore length to be clamped in a butt fusion joining machine without the use of a stub-end holder. The sealing surface of the flange adapter shall be machined with a series of small v-shaped grooves (serrations)to promote gasketless sealing,or restrain the gasket against blowout. 2.8 Back-up Rings&Flange Bolts-Flange adapters shall be fitted with back-up rings that are pressure rated equal to or greater than the mating pipe. The back-up ring bore shall be chamfered or radiused to provide clearance to the flange adapter radius. Flange bolts and nuts shall be Grade 3 or higher. 9-08 PAINTS , 9-08.8 Manhole Coating System Products Section 9-08.8 is a new section and subsections: 9-08.8(1) Coating Systems Specification A. High Solids Urethane Coating System: C1 Coating Material: High Solids Urethane Surfaces: Concrete Surface In accordance with SSPC Preparation: SP-7 (Sweep or brush off blast) Application: Shop/Field The drying time between coats shall not exceed 24hours in any case System Thickness: 6.0 mils dry film 88 ". "' Coatings: Primer: One coat of Wasser MC-Aroshield high solids urethane(2.0 q. DFT)Finish:Two or more coats of Wasser MC-Aroshield(min.4.0 DFT) Color: White aw 9-23 CONCRETE CURING MATERIALS AND ADMIXTURES 9-23.9 Fly Ash (RC) .r Section 9-23.9 is revised as follows: Fly ash shall not be used around water lines. 9-30 WATER DISTRIBUTION MATERIALS .. 9-30.1(1) Ductile Iron Pipe (RC) Section 9-30.1(1)is revised as follows: .. 1. Ductile iron pipe shall be centrifugally cast and meet the requirements of AWWA C151. 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.A2380,Kennedy,or M&H. .r 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 'w 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 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. 89 10 rr Valves shall be designed for a minimum water operating pressure of 200 psi. End connections shall be mechanical joints, flanged joints or mechanical by flanged joints as shown on the project plans. Resilient Seated Gate Valves shall be U.S. Metroseal 250, Clow, M&H Style 3067, Mueller Series , 2370,Kennedy. Approval of valves other than model specified shall be obtained prior to bid opening. All gate valves less than 12 inches in diameter shall include an 8"x24" cast iron gate valve box and extensions, as required. All 12 inch diameter and larger resilient seated gate valves shall have a 1 inch by-pass assembly and shall be installed in a concrete vault per City of Renton Standard Details,latest revision. 9-30.3(3) Butterfly Valves Section 9-30.3(3)is supplemented by adding the following: (******) Butterfly valves shall be Dresser 450 or Pratt Groundhog. 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. 9-30.3(9) Blow-Off Assembly Section 9-30.3(9)is a new section: Permanent blow-off assembly shall be #78 Kupferle Foundry Co. or approved equal. Installation of blow-off permanent blow-off assembly shall be per City of Renton 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 w made. .r 90 U9 9-30.5 Hydrants Section 9-30.5 is supplemented by adding the following: ow 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, OW 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. r 9-30.5(2) Hydrant Dimensions Section 9-30.5(2)is replaced with the following: (******) Mm 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 .w threads per inch and one 4 inch pumper nozzles with the new Seattle Pattern 6 threads per inch, 60 degrees V. Threads, outside diameter of male tread 4.875 and root diameter 4.6263. Hydrants shall have a 1-1/4"pentagon operating nut opened by turning counter clockwise(left). The two 2-1/2" hose nozzles shall be fitted with cast iron threaded caps with operating nut of the same design and proportions as the hydrant stem nut. Caps shall be fitted with suitable neoprene gaskets for positive water tightness under test pressures. OW 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: Fittings used for copper tubing shall be compression type with gripper ring. 9-30.6(5) Meter Setters Section 9-30.6(5)has been supplemented as follows: Meter setters shall be installed per the City of Renton Standard Details for water meters, latest revision 91 � . i #r +rr .rr TECHNICAL SPECIFICATIONS ..r r.Y irY i.Y A.Y M.Y #IY •i.W #,Y M.i q.1 W.I u.l.+ r CITY OF RENTON HAZEN RESERVOIR TABLE OF CONTENTi W. Division1 General............................................................................................................................1-1 1.1 Project Description........................................................................................................1-1 1.2 Contractor's Responsibility...........................................................................................1-1 1.3 Owner Inspector's Responsibility................................................................................1-1 1.4 Special Inspection Scheduling......................................................................................1-2 1.5 Standard Specifications..................................................................................................1-2 1.6 Permits and Licenses......................................................................................................1-2 1.7 Toxic Spill or Release Contact Requirements............................................................1-3 1.8 Pre-Construction Conference.......................................................................................1-3 1.9 Submittal and Shop Drawings......................................................................................1-4 1.10 Substitutions....................................................................................................................1-5 A. Prior to Bid Opening.....................................................................................................1-5 B. After Contract Execution..............................................................................................1-6 1.11 Site Control...........................................................................:.........................................1-6 A. Surveying Requirements for Reservoir Site................................................................1-7 1.12 Owner Standard Locks and Keys ................................................................................1-7 1.13 Temporary Traffic Control...........................................................................................1-7 1.14 Waste Material Control..................................................................................................1-7 1.15 Hazardous Asbestos Materials......................................................................................1-8 1.16 Temporary Facilities and Utilities................................................................................1-9 1.17 Contractor Conducted Progress Meetings..................................................................1-9 1.18 General Roles of Owner and Engineer.....................................................................1-10 1.19 Schedule of Values.......................................................................................................1-12 A. General...........................................................................................................................1-12 B. Draft Schedule of Values C. Final Schedule of Values.............................................................................................1-12 tD. Change to the Schedule of Values.............................................................................1-12 1.20 Testing,Startup and Operation..................................................................................1-13 ' A. Schedule.........................................................................................................................1-13 B. Contractor's Responsibility.........................................................................................1-13 ' C. Testing............................................................................................................................1-13 i J:\data\REN\105-049\Design\Specs\i-Iaren Teehnicals Final.doc 7/3/2007 9:54:26 AM 0 2007 Ri i2 Engineering,inc. CITY OF RENTON HAZEN RESERVOIR TABLE OF CONTENTS D. Reservoir Disinfection.................................................................................................1-14 E. Steel Reservoir Leakage Requirements......................................................................1-14 1.21 Operation and Maintenance Manuals........................................................................1-14 1.22 Application for Payment.............................................................................................1-16 , A. Preparation of Application..........................................................................................1-16 B. Submittal Procedures...................................................................................................1-16 C. Substantiating Data......................................................................................................1-16 1.23 Scheduling and Reporting...........................................................................................1-20 A. General...........................................................................................................................1-20 B. Schedule Submittals......................................................................................................1-20 C. Change Orders..............................................................................................................1-22 D. Project Status Reporting..............................................................................................1-22 1.24 Modification Procedures.................................................................................. , ...........1-22 A. Summary........................................................................................................................1-22 B. Submittals......................................................................................................................1-23 , C. Documentation.............................................................................................................1-23 D. Change Procedures.......................................................................................................1-23 ' E. Execution of Change Orders......................................................................................1-24 F. Correlation of Contractor Submittals........................................................................1-24 i 1.25 As-Constructed and Warranty Records....................................................................1-24 1.26 Warranty.........................................................................................................................1-25 1.27 Project Closeout...........................................................................................................1-25 A. General...........................................................................................................................1-25 B. Final Cleanup................................................................................................................1-25 C. Closeout Timetable 1-25 ...................................................................................................... D. Closeout Procedures E. Maintenance and Guarantee.......................................................................................1-28 F. Bond...............................................................................................................................1-28 Division2 Sitework..........................................................................................................................2-1 2.1 General.............................................................................................................................2-1 2.2 Submittals........................................................................................................................2-1 J:\data\REN\105-049\Design\Specs\i-lazen Technicals Final.doc ll 7/3/2007 9:54:26 AM ©2007 RI 12 Engineering,Inc. CITY OF RENTON HAZEN RESERVOIR TABLE OF CONTENTS ow 2.3 Special Inspections for Site Grading 2.4 Geological,Hydrogeology and Geotechnical Issues.................................................2-2 2.5 Erosion and Sedimentation Control............................................................................2-2 2.6 Dewatering......................................................................................................................2-3 .r 2.7 Contractor Provided Certified Erosion and Sedimentation Control Lead............2-4 2.8 Stormwater Discharge...................................................................................................2-4 .� 2.9 Construction Access......................................................................................................2-4 2.10 Tree Protection...............................................................................................................2-5 rrrA. Fencing.............................................................................................................................2-5 B. Existing Trees to Be Removed.....................................................................................2-5 ,r C. Existing Trees to Remain..............................................................................................2-5 D. Excavation Around Trees.............................................................................................2-5 .r E. Guarantee........................................................................................................................2-5 2.11 Clearing and Grubbing..................................................................................................2-5 rr2.12. Excavation.......................................................................................................................2-6 2.13 Trench Safety and Shoring............................................................................................2-6 2.14 Hazardous Content of Fill Material.............................................................................2-7 2.15 General Fill......................................................................................................................2-7 2.16 Structural Fill...................................................................................................................2-7 2.17 Pipe Bedding...................................................................................................................2-8 ' 2.18 Trench Backfill................................................................................................................2-8 2.19 Gravel Backfill for Drains.............................................................................................2-9 2.20 Gravel Base Course........................................................................................................2-9 2.21 Gravel Top Course.........................................................................................................2-9 2.22 Geotextile Fabric............................................................................................................2-9 2.23 Cement Concrete Pavement.........................................................................................2-9 2.24 Hot Mix Asphalt (HMA) /Asphalt Concrete Pavement (ACP).............................2-9 2.25 Import Quantity Evaluation.......................................................................................2-10 2.26 Landscaping...................................................................................................................2-10 A. General....................................................................................................•---...................2-10 ' B. Submittals......................................................................................................................2-10 J:\data\REN\105-049\Design\Specs\ila7en Technicals Final.doc lll 7/3/2007 9:54:26 AM 0 2007 RI-I2 Engineering,Inc. • CITY OF RENTON HAZEN RESERVOIR TABLE OF CONTENTS •i+ C. Delivery, Storage, and Handling.................................................................................2-10 D. Tests and Inspections..................................................................................................2-11 E. Protection......................................................................................................................2-11 F. Quality Assurance.........................................................................................................2-11 G. Project Conditions........................................................................................................2-11 H. Landscape Grading......................................................................................................2-11 I. Materials.........................................................................................................................2-12 J. Topsoil...........................................................................................................................2-12 K. Soil Amendments.........................................................................................................2-12 ' L. Potted Plant and Tree Preparation............................................................................2-13 M. Potted Plant and Tree Installation.........................................................................2-13 N. Hydroseed......................................................................................................................2-13 O. Western Washington Hydroseed Mixes....................................................................2-14 ' P. Erosion Control Matting.............................................................................................2-15 Q. Landscape Accessories.................................................................................................2-15 , R. Inspection......................................................................................................................2-16 S. Plant Establishment Period.........................................................................................2-16 , T. Acceptance....................................................................................................................2-16 U. As-built Records for Landscaping.............................................................................2-16 V. Cleaning.........................................................................................................................2-17 W. Plantings for Landscape Warranty........................................................................2-17 2.27 Chain-Link Fencing......................................................................................................2-17 2.28 Automatic Vehicle Access Gate System...................................................................2-17 , 2.29 Temporary Construction Security Fence..................................................................2-18 2.30 Construction Fence Perimeter Signs.........................................................................2-18 Division3 Concrete.........................................................................................................................3-1 3.1 General.............................................................................................................................3-1 3.2 Submittals ...3-1 ..................................................................................................................... 3.3 Inspection........................................................................................................................3-1 3.4 Testing ...........................................................................................................3-1 3.5 Concrete Materials..........................................................................................................3-2 J:\data\REN\105-049\Design\.Spccs\llazen Technicals Final.doc iv 7/3/2007 9:54:26 AM ©2007 R142 Engineering,Inc. CITY OF RENTON HAZEN RESERVOIR TABLE OF CONTENTS rA. Foundation Concrete.....................................................................................................3-3 B. Concrete for Thrust Blocks,Driveways, Curb and Gutter, and Sidewalks...........3-3 C. Controlled Density Fill (CDF)......................................................................................3-3 3.6 Formwork........................................................................................................................3-4 3.7 Reinforcing Steel.............................................................................................................3-4 3.8 Pre-Cast Concrete...........................................................................................................3-5 .r. 3.9 Cast-In-Place Concrete..................................................................................................3-6 3.10 Embedded Items............................................................................................................3-7 3.11 Non-Shrink Grout..........................................................................................................3-7 3.12 Concrete Finishing.........................................................................................................3-9 A. Ordinary Wall Finish......................................................................................................3-9 B. Monolithic Finish...........................................................................................................3-9 Division 4 Masonry Not Used This Contract..............................................................................4-1 Division 5 Fabricated Metalwork and Structural Plastics...........................................................5-1 5.1 General..... ...... ....................................................5-1 5.2 Submittals........................................................................................................................5-1 ' 5.3 Quality Assurance...........................................................................................................5-1 5.4 Contractor or Manufacturer Designed Components - Requirements....................5-1 5.5 Seismic Restraint and Anchorage- General...............................................................5-2 5.6 Structural Steel................................................................................................................5-2 5.7 Galvanized Steel.............................................................................................................5-2 5.8 Stainless Steel..................................................................................................................5-2 5.9 Aluminum........................................................................................................................5-3 5.10 Structural Connectors....................................................................................................5-3 ' 5.11 Concrete Anchors...........................................................................................................5-3 5.12 Fabrication.......................................................................................................................5-3 5.13 Installation.......................................................................................................................5-4 5.14 Ladders - General...........................................................................................................5-4 J:\data\RFN\105-049\Design\Specs\I4azen Technicals Final.doc v 7/3/2007 9:54:26 AM 0 2007 RH2 Engineering,Inc. CITY OF RENTON HAZEN RESERVOIR TABLE OF CONTENTS .r Division 6 Carpenty Not Used This Contract..............................................................................6-1 Division 7 Thermal and Moisture Protection Not Used This Contract...................................7-1 Division 8 Doors and Windows Not Used This Contract.........................................................8-1 v Division9 Finishes...........................................................................................................................9-1 9.1 General.............................................................................................................................9-1 rr 9.2 Submittals........................................................................................................................9-1 9.3 Surface Preparation and Application...........................................................................9-1 A. Shop and Field Coating Application Documentation........................:......................9-2 B. Relationship between Owner, Coating Inspector, Coating Applicator and Shop Applicator.................................................................................................................................9-2 C. Environmental Protections...........................................................................................9-2 9.4 Applicator's Quality Assurance....................................................................................9-2 9.5 Waste Products...............................................................................................................9-3 9.6 Substitutions....................................................................................................................9-4 9.7 Coating Quality...............................................................................................................9-4 ' 9.8 Color.................................................................................................................................9-4 9.9 Coating and Color Schedule.........................................................................................9-4 , FINISHSCHEDULE.................................................................................................................9-4 SPECDIVISION........................................................................................................................9-4 ' COLOR.........................................................................................................................................9-4 9.10 Materials...........................................................................................................................9-4 A. Aluminum and Stainless Steel Items............................................................................9-4 B. Metals (Wet Interior Conditions/Non-Submerged).................................................9-4 ' C. Metals Exterior (Wet Conditions)................................................................................9-5 D. Metals Interior (Dry Conditions).................................................................................9-5 ' E. Mild Steel and Iron In Contact With Drinking Water..............................................9-5 F. Stainless Steel In Contact With Drinking Water........................................................9-5 G. Galvanized Iron and Non Ferrous Metal (non-immersion) ....................................9-6 H. Concrete Vault................................................................................................................9-6 I. Ductile Iron Pie (Exposed) 9-6 rM J. New Welded Steel Reservoir........................................................................................9-6 J:\data\REN\105-049\Design\Specs\Ha7en Technicals Final.doc vi 7/3/2007 9:54:26 AM ©2007 R142 Engineering,Inc. CITY OF RENTON HAZEN RESERVOIR TABLE OF CONTENTS 9.11 Inspection............... 9-9 ............................................................................................... 9.12 Field Quality Control...................................................................................................9-10 9.13 Compatibility of Coating.............................................................................................9-10 9.14 Acceptance....................................................................................................................9-10 .. 9.15 Warranty.........................................................................................................................9-11 Division10 Specialties...................................................................................................................10-1 ,,. 10.1 General...........................................................................................................................10-1 10.2 Submittals......................................................................................................................10-1 10.3 Fire Extinguisher..........................................................................................................10-1 10.4 First Aid Kit..................................................................................................................10-1 �.r Division 11 Equipment Not Used This Contract......................................................................11-1 Division 12 Furnishings Not Used This Contract............................. ................12-1 ........................ s Division 13 Special Construction.................................................................................................13-1 13.1 RH2 Engineering Designed Welded Steel Water Tank..........................................13-1 A. Design Criteria..............................................................................................................13-1 B. Shop Drawings....................................................................... ..........13-1 ............................. C. Materials.........................................................................................................................13-1 D. Construction..................................................................................................................13-1 E. Inspections and Testing...............................................................................................13-1 13.2 Pre-Manufactured Above Grade Utility Building....................................................13-3 A. Description....................................................................................................................13-3 B. Submittals......................................................................................................................13-3 C. Materials.........................................................................................................................13-4 D. Construction Requirements........................................................................................13-6 E. Finishing and Fabrication............................................................................................13-7 F. Testing............................................................................................................................13-7 ' G. Installation.....................................................................................................................13-7 H. Ventilation.....................................................................................................................13-7 ' I. Power.............................................................................................................................13-8 J:\data\RFN\105-049\Design\Specs\Hazen Technicals Final.doc vii 7/3/2007 9:54:26 AM ©2007 RI-12 Fngineenng,Inc. CITY OF RENTON HAZEN RESERVOIR TABLE OF CONTENTS ar Division 14 Conveying Systems Not Used This Contract.......................................................14-1 Division15 Mechanical..................................................................................................................15-1 15.1 General...........................................................................................................................15-1 .r 15.2 Submittals......................................................................................................................15-1 15.3 Pipe,Valve and Conduit Seismic Restraint and Anchorage...................................15-1 15.4 Pipe and Pipe Fittings..................................................................................................15-2 A. General...........................................................................................................................15-2 ' B. Pressure Rating.............................................................................................................15-2 C. Ductile Iron Pipe..........................................................................................................15-2 ' D. Ductile Iron Fittings.....................................................................................................15-2 E. Welded Steel Pipe.........................................................................................................15-3 ' F. Stainless Steel Pipe and Fittings.................................................................................15-3 G. Copper Pipe and Fittings.............................................................................................15-4 1 H. PVC Pipe and Fittings For Stormwater Application...............................................15-4 1. Underdra.in Pipe............................................................................................................15-5 , J. Corrugated Polyethylene Pipe....................................................................................15-5 15.5 Buried Water Main Installation..................................................................................15-5 , 15.6 Mechanical Pipe and Related Equipment Joining...................................................15-5 15.7 Expansion Joint............................................................................................................15-6 15.8 Isolation Valves and Appurtenances.........................................................................15-6 A. Eccentric Valves...........................................................................................................15-7 B. Resilient Wedge Gate Valves......................................................................................15-7 I C. Seismic Shutoff Valve System....................................................................................15-8 ' 15.9 Check Valves and Appurtenances...........................................................................15-9 A. Reservoir Inlet, Outlet, Overflow and Pond Inlet Check Valves..........................15-9 15.10 Hydraulic Control Valves and Appurtenances....................................................15-9 A. Altitude Valve.............................................................................................................15-10 B. Seismic Control Valve..................................................... ....................................15-10 so 15.11 Valve Box-Trench Adapter................................................................................15-10 15.12 Fire Hydrant Assembly ....................15-11 15.13 Flow Meters............................................................................................................15-11 rr J:\data\REN\105-049\Design\Specs\Ila7en Technicals Final.doc viii 7/3/2007 9:54:26 AM 0 2007 RI 12 Engineering,Inc. ow CITY OF RENTON HAZEN RESERVOIR TABLE OF CONTENTS A. Electromagnetic Flowmeters (Highlands Reservoir) ............................................15-11 B. Propeller Flow Meters...............................................................................................15-12 15.14 Ductile Iron Water Pipe Inspection and Testing..............................................15-12 A. General.........................................................................................................................15-12 +� B. Hydrostatic Pressure Testing....................................................................................15-13 C. Ductile Iron Water Pipe Cleaning............................................................................15-13 +.. D. Water Main Disinfection and Flushing...................................................................15-13 E. Valve Testing...............................................................................................................15-13 .. 15.15 Submersible Level Transmitter (Water Applications) ......................................15-13 15.16 Sump Pump............................................................................................................15-14 Division16 Electrical.....................................................................................................................16-1 16.1 General...........................................................................................................................16-1 16.2 Submittals......................................................................................................................16-1 16.3 Codes and Standards....................................................................................................16-2 ur 16.4 Identification of Listed Products...............................................................................16-2 16.5 Permits and Fees...........................................................................................................16-2 16.6 Minor Deviations..........................................................................................................16-3 16.7 Job Conditions..............................................................................................................16-3 A. Operations.....................................................................................................................16-3 B. Construction Power.....................................................................................................16-3 ' 16.8 Record Plans..................................................................................................................16-3 16.9 Nameplates and Identification....................................................................................16-3 16.10 Location.....................................................................................................................16-4 A. General...........................................................................................................................16-4 ' B. Definitions of Type of Locations...............................................................................16-4 16.11 Service and Metering...............................................................................................16-4 A. Description of Work.............................................................................................. ......16-4 B. Utility Responsibilities.................................................................................................16-5 C. Contractor's Responsibilities......................................................................................16-5 D. Standards and Codes....................................................................................................16-6 E. Utility Meter Enclosure...............................................................................................16-6 J:\data\REN\105-049\Design\Specs\ila7en Technicals hinal.doc ix 7/3/2007 9:54:26 AM 0 2007 RI-I2 Engineering,Inc. UMr CITY OF RENTON HAZEN RESERVOIR TABLE OF CONTENTS 16.12 Transient Voltage Surg e Suppressor.....................................................................16-6 ' 16.13 Branch Circuit Panelboard.....................................................................................16-6 16.14 Protective Devices and Switches........................................................................... 16-6 A. Materials.........................................................................................................................16-6 ' B. Installation.....................................................................................................................16-7 16.15 Raceways...................................................................................................................16-7 A. Materials.........................................................................................................................16-7 B. Location Schedule........................................................................................................16-8 ' C. Installation.....................................................................................................................16-9 16.16 Outlet and Junction Boxes...................................................................................16-10 16.17 Pull Boxes and Vaults............................................................................................16-10 ' 16.18 Watertight Enclosures...........................................................................................16-11 16.19 Low Voltage Wire and Cable...............................................................................16-11 ' A. Materials.......................................................................................................................16-11 B. Installation...................................................................................................................16-12 , 16.20 Wiring Devices.......................................................................................................16-13 A. Materials.......................................................................................................................16-13 ' B. Installation...................................................................................................................16-14 16.21 Signal Cable.............................................................................................................16-15 ' A. Materials.......................................................................................................................16-15 B. Installation...................................................................................................................16-15 16.22 Electrical Grounding.............................................................................................16-16 A. General.........................................................................................................................16-16 B. System Components C. Installation...................................................................................................................16-17 D. Testing..........................................................................................................................16-17 irr 16.23 Lighting Fixtures....................................................................................................16-17 A. General.......................................................................................... •----...................16-17 rr B. Lamps...........................................................................................................................16-17 C. Fixtures 16-18 D. Ballast...........................................................................................................................16-18 rr J:\data\REN\105-049\Design\Specs\Hazen Technicals Final.doc x 7/3/2007 9:54:20 AM ©2007 RI-I2 Engineering,Inc. CITY OF RENTON HAZEN RESERVOIR TABLE OF CONTENTS " E. Acceptable Manufacturer's........................................................................................16-18 16.24 Motion Detector....................................................................................................16-18 16.25 Photoelectric Smoke Detectors...........................................................................16-18 A. General.........................................................................................................................16-18 B. Features........................................................ ......16-18 .......................................................... C. Testing..........................................................................................................................16-19 .. D. Acceptable Manufacturer's............................... ....................................................16-19 16.26 Wall-Mounted Cooling Thermostat....................................................................16-19 r.. A. General.........................................................................................................................16-19 B. Features........................................................................................................................16-19 �. C. Installation...................................................................................................................16-19 D. Acceptable Manufacturer's..............................................................•--.......................16-19 s 16.27 Intrusion Alarm Switch.........................................................................................16-19 A. General.........................................................................................................................16-19 B. Features........................................................................................................................16-19 C. Installation...................................................................................................................16-19 D. Acceptable Manufacturer's........................................................................................16-20 16.28 Keyed Switch Box..................................................................................................16-20 A. General.........................................................................................................................16-20 B. Features........................................................................................................................16-20 C. Installation...................................................................................................................16-20 D. Acceptable Manufacturers.........................................................................................16-20 ' 16.29 Liquid Level Switches............................................................................................16-20 A. General.........................................................................................................................16-20 B. Features........................................................................................................................16-20 C. Installation...................................................................................................................16-20 D. Acceptable Manufacturers.........................................................................................16-21 16.30 High Level Backup Float Switch.........................................................................16-21 ' 16.31 General Installation...............................................................................................16-21 A. Materials.......................................................................................................................16-21 ' B. Installation...................................................................................................................16-21 ' J:\data\REN\105-049\Design\Specs\Ha7en Technicals Final.doc xi 7/3/2007 9:54:26 AM 0 2007 RI-I2 Engineering,Inc. CITY OF RENTON HAZEN RESERVOIR TABLE OF CONTENTS r 16.32 Electrical Site Work...............................................................................................16-23 r 16.33 Testing.....................................................................................................................16-23 A. Requirements..............................................................................................................16-23 B. Coordination and Results..........................................................................................16-24 ' Division 17 Automatic Control....................................................................................................17-1 17.1 General...........................................................................................................................17-1 ' 17.2 Definition of Terms.....................................................................................................17-1 A. General...........................................................................................................................17-1 B. Definitions.....................................................................................................................17-1 17.3 Scope of Work..............................................................................................................17-1 A. General...........................................................................................................................17-1 ' B. Document Structure.....................................................................................................17-2 C. Contractor's Responsibilities......................................................................................17-2 D. System Integrator/Programmer's Responsibilities (Not part of this contract)...17-2 17.4 System Integrator..........................................................................................................17-3 A. Integrators List..............................................................................................................17-3 17.5 Testing and Startup......................................................................................................17-3 Division 18 Measurement and Payment.....................................................................................18-1 18.1 Payment.........................................................................................................................18-1 ' Bid Item No. 1 -Mobilization,Demobilization, Site Preparation and Clean-up.............18-1 BidItem No. 2 - Site Work......................................................................................................18-1 ' Bid Item No. 3 —NE 12`l'Access Road Improvements......................................................18-1 Bid Item No. 4—Maintenance of NE 12`l'Access Road.....................................................18-1 ' BidItem No. 5 -Landscaping..................................................................................................18-2 Bid Item No. 6 -Reservoir Site Utilities................................... ' Bid Item No. 7 -Reservoir Earthwork...................................................................................18-2 Bid Item No. 8 - Storrnwater Detention Pond Retaining Wall...........................................18-2 ' Bid Item No. 9 -Unscheduled Excavation............................................................................18-3 BidItem No. 10-Backfill.........................................................................................................18-3 Bid Item No. 11 - Unscheduled Backf&................................................................................18-4 BidItem No. 12 -Dewatering.................................................................................................18-4 J:\data\REN\105-049\Design\Specs\ilazen Technical;Final.doc xll 7/3/2007 9:54:26 AM ©2007 RI-12 Engineering,Inc. CITY OF RENTON HAZEN RESERVOIR TABLE OF CONTENTS Bid Item No. 13 -Reservoir Foundation Bid Item No. 14-Reservoir Floor,Shell and Roof..............................................................18-4 Bid Item No. 15 - Reservoir Stairs and Landings..................................................................18-4 BidItem No. 16 - Finishes.......................................................................................................18-4 Bid Item No. 17 - Environmental Control............................................................................18-5 Bid Item No. 18 - Reservoir Mechanical................................................................................18-5 Bid Item No. 19—Electrical and Telemetry..........................................................................18-5 Bid Item No. 20—Electrical Building Structure...................................................................18-5 .. Bid Item No. 21 - Shoring........................................................................................................18-5 Bid Item No. 22 - 12 Inch Ductile Iron Pipe........................................................................18-5 ,. Bid Item No. 23 - 12 Inch Gate/Isolation Valve..................................................................18-6 Bid Item No. 24- Fire Hydrant Assembly.............................................................................18-6 Bid Item No. 25 - Connection to Existing Water Main.......................................................18-6 Bid Item No. 26—Highlands Reservoir.................................................................................18-6 Bid Item No. 27—Highlands Electrical and Telemetry.......................................................18-6 Bid Item No. 28 - Hydroseed and Revegetation...................................................................18-7 BidItem No. 29 -As-Builts......................................................................................................18-7 J:\data\REN\105-049\Design\Specs\Ha7en Technicals rinal.diii 7/3/2007 9:54:20 AM ��11 oc x ®2007 RI-12 Engineering,Inc. Division 1 General 1.1 Project Description The Hazen Reservoir consists of the construction of a 4.2 MG welded steel tank, site work including excavation,grading, construction of a detention pond,reservoir access road, landscaping, site fencing and utilities including storm water conveyance system, control valve vault, flow meter vault, 16" DI water main and 12" DI water main. The installation of an altitude valve and flowmeter in a vault at the City's Highland Reservoir is also part of this project. •� 1.2 Contractor's Responsibility The work included in this contract is shown on the contract plans and described in these project specifications. All work incidental and necessary to the completion of the work described and shown shall be performed by the Contractor. In submitting a bid for this project, the Bidder warrants that they are an expert in this and related work, that they _ understand the process and functions shown, and that various work and processes not shown but necessary for the successful operation of this project will be provided by the Contractor. •• Damage to existing utilities or property shall be repaired or replaced by the Contractor at the discretion of the Owner. The Contractor and each of the Subcontractors are responsible for coordinating the required inspections. There are specific requirements for inspection responsibilities and the advance notice that must be given to minimize construction delays. It is the Contractors responsibility to be familiar with these requirements,include the coordination necessary in this estimate of project costs and schedule, and to comply with the requirements during construction. Failure to follow proper inspection and notification procedures may result in on-site work stoppages and removal or demolition of unapproved structures or systems, all at the Contractor's expense. Do not start work on this project or on any public or private right-of-way or easement until clearance is given by the owner. It will be the responsibility of the Contractor to comply with the requirements of any permit for the project. Do not hinder private property access without a 24-hour notice to the private property owner, and do not hinder access for more than an 8-hour period. Do not disrupt emergency aid access to private property. The Contractor is solely responsible for all elements of site safety. Inspections performed by the Engineer are only to monitor that project plans and specifications are being complied with and construction is consistent with the design intent. 1.3 Owner Inspector's Responsibility ' The Owner may elect to have an inspector on site to monitor and observe construction progress. It is the owner's inspector's responsibility to verify construction is meeting the design intent and is being constructed in accordance with the plans and specifications. It is not the responsibility of Owner's inspector to monitor or direct safety issues on site. The 1-1 J:\data\RI N\105-049\Design\Specs\Harm Technicals Final.doc 7/3/2007 9:54:26 AM 0 2007 R142 Engineering,Inc. Summer 2007 City of Renton M Division 1- General Hazen Reservoir Owner's inspector does not have the authority to stop work if unsafe conditions are observed. ' 1.4 Special Inspection Scheduling Unless otherwise noted on the plans or within these specifications, 48-hour prior notice shall be given to the Engineer for all inspections required for the construction of the project. 48-hour notice is defined as 2 complete working day notice. Time is not counted on weekends and holidays (inspections required on a Monday or the day after a holiday shall be scheduled a minimum of 48 hours in advance not including the holiday hours or weekend hours.) ' For information regarding inspection responsibilities and coordination, contact the Owner. 1.5 Standard Specifications , Work under this contract shall be performed in accordance with applicable sections of the 2006 Standard Specifications for Road, Bridge and Municipal Construction, Washington State Chapter, American Public Works Association, and Washington State Department of Transportation,hereafter referred to as the Standard Specifications. Certain other referenced standards used in this specification are from the latest editions of: , • IBC International Building Code 2003 • IPC International Plumbing Code • IMC International Mechanical Code • NEC National Electrical Code • AWWA American Water Works Association • ANSI American National Standards Institute , • ASA American Standards Association • ASTM American Society for Testing and Materials 1.6 Permits and Licenses The Owner will secure and pay for the following permits: j • Building Permit • Conditional Use Permit • SEPA Permit • Right-of Way/Utility Construction Permit , The Contractor shall acquire and pay for all other necessary permits which may include: • Business License (City of Renton) ' • Electrical Permit • Disposal Permit 1-2 7/3/2007 9:54:26 AM J:\data\REN\105-049\Design\Specs\lla7en'I'echnicals Final.doc ' ©2007 RT12 Engineering,Inc. Summer 2007 City of Renton Division 1- General Hazen Reservoir a.. • Wage and Hour Permit • Mechanical Permit • Transportation Permit A copy of the Owner-acquired permits are available at the Owner's office for examination by bidders. Conform to the requirements of these permits and all other permits issued for this project. 1.7 Toxic Spill or Release Contact Requirements ' During construction, if there is any toxic substance spill or release discharged into the environment call 911 immediately. The Contractor shall report the location, quantity, date and time of the spill or release to Washington State Emergency Management at 1 (800) ' 258-5990 and the Owner's representative. Spills shall be monitored, contained, and cleaned up to applicable codes at the Contractor's expense. 1.8 Pre-Construction Conference The Owner will schedule a general pre-construction conference not more than 14 days after the notice to proceed is issued. The following personnel must attend the Conference: • The person representing the Contractor with contract authority r • The project site superintendent • Major subcontractor site superintendents • The Owner and their representative shall be present The Owner may require that some subcontractors attend a pre-construction conference ' prior to beginning work on this project. In the event that subcontractors have not been selected prior to the general pre-construction conference, or various subcontractors do not attend the general pre-construction conference, a second pre-construction conference will be scheduled for these subcontractors. If requested, a subcontractor may not begin work until attending a pre-construction conference. At the Pre-construction Conference, the Contractor shall submit the following items to the Engineer for review. 1. A 60-day plan of operation bar chart. 2. A project overview bar chart preliminary detailing the schedule of the project to ' completion. 3. A preliminary Schedule of Values to be used for pay requests. This format will be adjusted in an agreed format to pay the Contractor accurately for work done per month. 4. A preliminary schedule of Shop Drawing,Sample, and proposed Substitutes, or "Or Equal" submittals. A preliminary list of required submittals by specification section is ' 1-3 J:\data\REN\105-049\Design\Specs\Hazen Technicals Final.doc 0 2007 RI 12 Engineering,Inc. Summer 2007 City of Renton Division 1- General Hazen Reservoir listed per specification division. 5. A list of all permits and licenses the Contractor shall obtain indicating the agency required to grant the permit and the expected date of submittal for the permit and required date for receipt of the permit. 1.9 Submittal and Shop Drawings Shop drawing submittals are required for all items installed on this contract. Contractor shall submit two (2) copies to the Owner (Owner's copy will not be returned). The r Contractor shall send two (2) more copies to the engineer than the Contractor wants returned. Address of Owner and Engineer respectively are as follows: ' City of Renton ' 1055 South Grady Way,5th Floor Renton,WA 98055 Attn:Mr.Tom Malphrus,P.E. RI-12 Engineering, Inc. 12100 NE 195th St.,Suite 100 Bothell,WA 98011 ' Attn: Kyle Pettibone,P.E. Submittal data for each item shall contain sufficient information on each item to determine if it is in compliance with the contract requirements. Items that are installed in the work that have not been approved through the shop drawing process shall be removed and an approved product shall be furnished, all at the Contractor's expense. Shop drawing review will be limited to general design requirements only, and shall not relieve the Contractor from responsibility for errors or omissions, or responsibility for ' consequences due to deviations from the contract documents. No changes may be made in any submittal after it has been reviewed except with written notice and approval from the Owner. Shop drawings shall be submitted on 8'/2" x 11", 11" x 17", or 22" x 34" sheets and shall contain the following information: 1. Project Name as it appears on the Document Cover. 2. Prime Contractor and Applicable Subcontractor. 3. RI-12 Engineering. 4. Owner's Name. 5. Applicable Specification and Drawings Reference. 6. A stamp showing that the Contractor has checked the equipment for conformance with the contract requirements, coordination with other work on the job, and r dimensional suitability. 7. A place for the Engineer to stamp. s 1-4 7/3/2007 9:54:26 AM J:\data\RI:N\105-049\Design\Specs\Hazen Technicals Final.doc 0 2007 RI-12 Engineering,Inc. Summer 2007 City of Renton Division 1- General Hazen Reservoir ,., Submittals that do not comply with these requirements may be returned to the Contractor for re-submittal. Acceptable submittals will be reviewed as promptly as possible, and transmitted to the Contractor not later than 20 working days after receipt by the Engineer. .. Revise and submit as necessary. Delays caused by the need for re-submittal shall not be a basis for an extension of contract time or delay damages. Contractor sets of shop drawings will be returned to the Contractor after review. Shop drawings and submittals shall contain the following information for all items: L Shop or equipment drawings, dimensions, and weights. 1. Catalog information. 2. Manufacturer's specifications. 3. Special handling instructions. 4. Maintenance requirements. ++� 5. Wiring and control diagrams. 6. List of contract exceptions. .. By approving and submitting shop drawings and samples, the Contractor warrants that they have determined and verified all field measurements, field construction criteria, materials, catalog numbers, and similar data, and have checked and coordinated each shop .. drawing with the requirements of the work and of the contract documents. The Owner will pay the costs and provide review services for a first and second review of each submittal item. Additional reviews shall be paid by Contractor by withholding the appropriate amounts from each payment estimate. The Contractor is responsible for identifying the shop drawings and submittals required for this project. Items that are installed but have not been approved through the submittal process may be rejected and must be removed and replaced with an approved product. Specific submittal requirements are listed in each section of these specifications. Contractor shall keep a complete and up to date copy of all submittals and review responses at the job site readily available to the Engineer and Owner for inspection. 1.10 Substitutions ' Any product or construction method that does not meet these specifications will be considered a substitution. Substitutions must be approved prior to their installation or use on this project. A. Prior to Bid Opening Before opening bids, the Owner may consider written requests from product suppliers or prime bidders for substitutions. All requests for substitution must be received by Owner and the Engineer a minimum of 7 working days prior to bid opening. Requests shall be accompanied by drawings and specifications in sufficient detail to allow the Owner to ' determine whether or not the substitute proposed is equal to that specified. All requests 1-5 J:\data\REN\105-049\Design\Specs\iia7.en Technicals Final.doc ©2007 RT12 Engineering,Inc. Summer 2007 City of Renton Division 1- General Hazen Reservoir r shall include a listing of any significant variations in material or methods from those specified. If there are no variations,a statement to that fact shall be included in the request for approval. The determination as to whether or not a proposed substitute is acceptable shall rest solely with the Owner. Approval of substitutions will be only by addendum. The bidder shall include, in the proposal, all costs for any modifications required to adopt the substitute. B. After Contract Execution Within 30 days after the date of the contract, the Owner shall consider formal requests from the Contractor for a substitution of products in place of those specified. Submit two copies of each request for a substitution. Data shall include the necessary change in construction methods, including a detailed description of the proposed method and related drawings illustrating the methods. An itemized comparison of each proposed ' substitution with product or method specified shall be provided. In making a request for a substitution, the Contractor represents that they have investigated the proposed product or method and has determined that it is equal or superior to the product specified. The Contractor shall coordinate the installation of accepted substitutions into the work,making changes that may be required for the work to be completed. The Contractor waives all claims for additional costs related to substitutions. 1.11 Site Control 1 The Contractor shall be responsible for surveying and staking and will stake out the locations of the permanent easements, temporary easements, rights-of-way, and all major facilities shown on the Plans and establish bench marks at locations designated by the Contractor. The Contractor shall protect all stakes and marks in their original conditions. If stakes and markings are destroyed or defaced before their use is ended, the cost of replacing them will be at the Contractors expense. All stakes, points, and marks, shall be administered and approved by a registered professional land surveyor licensed in the State of Washington. Provide approved and stamped survey notes, and control points to the Owner for as-built purposes. Replace all damaged survey monuments in accordance with RCW 332-120. The Contractor shall not perform work activities, store materials or equipment, move equipment through, or disturb in any way the areas outside the `Building Construction Limits", "Utility Construction Limits" and "Landscaping Construction Limits", shown unless approved by the Owner in writing. Building construction limits may be occupied throughout the duration of the contract. Utility construction limits may be occupied throughout the duration of the contract. Landscaping construction limits have been defined to provide additional working area for backfilling, grading, compacting, and landscaping construction activities that are to be performed in conjunction with the project. The Contractor shall relocate erosion control fencing, surface covering, and provide a sediment trap for storm-water runoff as shown on the plans prior to beginning any work activities within this area. 1-6 7/3/2007 9:54:26 AM J:\data\RI-:N\105-049\Design\Specs\ilazen Tcchnicals hinal.doc ' 0 2007 RH2 Engineering,Inc. MW Summer 2007 City of Renton Division 1- General Hazen Reservoir A. Surveying Requirements for Reservoir Site The Contractor shall locate a benchmark a minimum of 100 feet and maximum of 500 feet from the reservoir shell. i Prior to placement of any foundation form work, the subgrade elevation shall be surveyed by a licensed Professional Surveyor hired by the Contractor to confirm the subgrade is at the proposed elevation as shown on the plans. The reservoir subgrade shall be within a tolerance of plus or minus one inch (+/- 1"). Provide written results of the elevation confirmation to the Owner prior to formwork and rebar placement of the reservoir foundation. If tolerance exceeds the limits specified, the Contractor shall regrade the subgrade to within these limits at their expense. Contractor shall permanently mark four places on the top of the reservoir foundation at r quarterpoints. Contractor shall hire a licensed Professional Surveyor to survey the elevation of the four reservoir foundation marks relative to the benchmark before and after filling the reservoir. Contractor shall issue a report to the Owner describing the •+. location of the benchmark and reservoir foundation marks with an accurately scaled vicinity map and the results of the survey. The Contractor may perform the surveying in lieu of a Professional Surveyor only if approved by the Owner 1.12 Owner Standard Locks and Keys All devices requiring locks, including but not limited to doors, gates, access hatches, convenience hatches, etc. shall have locks provided and cored to match Owner standard lock and keys. If construction cores are utilized during the project, Contractor shall provide Owner with construction key(s) for all temporary locks. 1.13 Temporary Traffic Control Any traffic control activities required during construction shall be consistent with the Uniform Traffic Control Manual, latest addition and applicable local codes. The 1 contractor shall limit delay of traffic to 4 minutes. If flaggers are used, orientation meetings per WAC 296-155-305 shall be held each time a new flagger is introduced to the site or if site conditions change significantly. The Contractor is responsible for scheduling such meetings. 1.14 Waste Material Control Adhere to all requirements of federal, state, and local statutes and regulations dealing with pollution. Permit no public nuisances. ' Use only dump sites that are approved by the regulatory agency having jurisdiction, and present proof of approval upon request. At all times, keep the construction area clean and orderly and upon completion of the work, leave buildings broom clean and all parts of the work clean and free of rubbish and excess material of any kind. Leave fixtures, equipment,walls, and floors clean and free of stains, paint or roofing splashes, or other marks or defects. Upon completion,restore site of all work or equipment and material storage areas to their original conditions. Remove ' 1-7 J:\data\REN\105-049\Design\Specs\Hazen Technicals Final.doe 0 2007 RH2 Engineering,Inc. Summer 2007 City of Renton a Division 1- General Hazen Reservoir • all miscellaneous unused material resulting from work and dispose of it in a manner satisfactory to the Owner. The site, through the progress of construction, shall be kept as clean as possible and in a neat condition. The Contractor shall follow all requirements and guidelines of the Puget Sound Air Pollution Control Agency (PSAPCA) and other associated agencies. Use water sprinkling, temporary enclosures, or other methods to limit dust and dirt from rising and scattering in the air. Surface water runoff that is contaminated with site debris, silt, or other material that adversely affects water quality shall be collected and cleaned prior to discharge. On site collection ponds may not be used to keep silt laden water from entering the storm water collection system. , Do not use water to control dust when its use may create hazardous or objectionable conditions such as ice formation,flooding,and pollution. The Contractor shall minimize the amount of dust and other airborne particles caused by any demolition, excavation, stockpiling, or removal activities. Dust control measures shall be implemented by the Contractor prior to the beginning of work activities. Exposed soil may be wetted with water or covered to minimize dust creation. Water runoff from the wetting procedure shall be accumulated and cleaned prior to disposal. Water runoff accumulation shall be removed from the site prior to project completion. The Contractor shall take precautions to warn, protect, and prevent the public from all hazards that exist on site due to any demolition or construction operations. Stockpiled ' debris shall be surrounded with yellow warning tape attached to lath, stakes, poles, or fencing to warn the public of any potential hazard. 1.15 Hazardous Asbestos Materials Unless noted otherwise on the project plans or specifications, the Owner is not aware of any hazardous asbestos containing materials on or in the project site. If the Contractor discovers hazardous asbestos materials, they shall notify the Owner as to where hazardous asbestos materials are located. Due to the OSHA Right to Know Laws, the Owner is required to notify the Contractor that hazardous asbestos materials exist or if not known but discovered, the Owner is required to mitigate the removal of the hazardous asbestos materials. Abandon asbestos cement piping in place. If the plans or specifications herein dictate known locations of hazardous asbestos materials, they shall be removed and properly disposed of. If hazardous asbestos materials , are discovered by the contractor, the Owner shall mitigate the removal of the hazardous material. The Contractor shall follow all requirements and regulations for hazardous waste removal and disposal. The Contractor shall meet the following qualifications to be eligible to be selected to perform asbestos demolition or disposal work for this project: 1. Possess a Certified Asbestos Abatement Contractors'license or retain the services of a Certified Asbestos Abatement Contractor. 2. Have performed Asbestos Abatement of a similar nature within the last year. 1-8 7/3/2007 9:54:20 AM J:\data\RF,N\105-049\Design\Specs\IIazen Technicals Final.doc { 0 2007 8112 Engineering,Inc. UW Summer 2007 City of Renton Division 1- General Hazen Reservoir r r 3. Not have received a citation from the Puget Sound Air Pollution Control Agency related to asbestos abatement within the last year. 4. Possess occurrence based liability insurance coverage. i 1.16 Temporary Facilities and Utilities r.. The Contractor shall be responsible for construction and location of all field offices, all necessary water for construction-related fire protection, all necessary gates and barricades, fences, handrails, guard rails, and securities required by this contract, or by laws and regulations. Sanitary facilities adequate for all workers shall comply with all codes and regulations. there shall be shelters and dry facilities for the workers as required. The Contractor shall insure that all guards, marks, shields, protective clothing, rain gear, and other equipment required by law, ordinance, labor contracts, Occupational Safety and Health Administration (OSHA) regulations, and other regulations for the maintenance of health and safety be supplied. First aid kits and equipment as required by law shall also be supplied. At the close of this contract, the Contractor shall pay all utility bills that are outstanding, remove all temporary electrical, sanitary, gas, telephone and water facilities, and any other temporary service equipment that may remain. In addition, the Contractor shall arrange for the transfer of electrical and water accounts to the Owner's name. Provide a work area in the contractor's office trailer for exclusive use by the owner's field inspection personnel. The work area for the owner's field personnel is to be a minimum of 8 feet wide, 10 feet long,and provide a minimum of 8 feet interior height. ,r Office furniture shall be provided for the owner's field personnel. This furniture shall consist of one office desk, one desk chair,and one metal file cabinet. The metal desk shall have a hard, flat, level writing surface that is 30 inches by 60 inches and have three desk drawers for the storage of miscellaneous office supplies. The desk chair shall be capable of supporting a 300 pound person comfortably. The metal file cabinet shall have four individual drawers capable of supporting letter and legal-sized file folders. The contractor is to provide a telephone, fax machine, computer with internet connection, and copier for the use of the owner's field personnel and engineer. These items can be shared with the contractor's personnel. The contractor shall pay for all costs associated with the use of this equipment. Telephone calls made by the Owner that carry long distance charges will be paid by the Owner. Submit charges and a copy of the phone bill to the Owner each month for payment. 1.17 Contractor Conducted Progress Meetings The Contractor,shall schedule and hold regular on-site progress meetings weekly and at other times as requested by the Owner or as required by progress of the work. The Contractor,Engineer,and all Subcontractors active on the site must attend each meeting. Agenda: a. Review minutes of previous meetings. ' 1-9 J:\data\REN\105-049\Design\Specs\iiaren Technicals Final.doc 0 2007 RI 12 Engineering,Inc. Summer 2007 City of Renton Division 1- General Hazen Reservoir b. Review of work progress. c. Field observations,problems, and decisions. d. Identification of problems that impede planned schedule. ' e. Review of submittals schedule and status of submittals. f. Review of off-site fabrication and delivery schedules. , g. Maintenance of progress schedule. h. Corrective measures to regain projected schedules. i. Planned progress during succeeding work period. j. Coordination of projected progress. k. Maintenance of quality and work standards. 1. Effect of proposed changes on progress schedule and coordination. m. Safety issues relating to work. ' n. Other business relating to work. 1.18 General Roles of Owner and Engineer The duties, responsibilities and limitations of the Owner and Engineer are set forth in the Standard Specifications and herein. In general, the Engineer will be available to the Owner throughout the bidding and construction period to assist the Owner. Such assistance will include: ' • Clarifications and interpretation during the bidding period. • Participation in Prebid and Preconstruction Conferences. • Review and coordinate submittal review. • Make interpretations and clarifications of Contract Documents during the construction period. • Attend regular on-site coordination meetings. • Participation in change order preparation. • Together with the Owner provide site inspections during the construction period. • Review construction payment applications and make recommendations for payment rr! to the Owner. • Review change order proposals and make recommendations to the Owner. • Accept Contractor deliverables such as as-built data and O&M information and manuals. • Other Project Tasks assigned by Owner. The Owner will: 1-10 7/3/2007 9:54:26 AM J:\data\RIsN\105-049\Design\Specs\Hazen Technicals Final.doc 0 2007 RI-12 Engineering,Inc. Summer 2007 City of Renton Division 1- General Hazen Reservoir aw +� • Issue Contract Documents. • Issue Addenda,if necessary. • Participate in the Prebid and Preconstruction Conferences. • Participation in interpretations and clarifications of Contract Documents during the ,■w construction period. • Together with the Engineer,provide site inspections during the construction period. .. • Approve and process all construction payment applications, change orders, and other Contract modifications. 1 1-11 J:\data\REN\105-049\Design\Specs\llven'1'echnicals Final.doc 0 2007 R112 Engineering,Inc. Summer 2007 City of Renton Division 1- General Hazen Reservoir 1.19 Schedule of Values , A. General This Section defines the process whereby the draft and final Schedule of Values are developed. B. Draft Schedule of Values The Contractor shall submit a draft Schedule of Values for the major components of the t Work in each Bid Schedule item at the Preconstruction Conference. The listing shall include, at a minimum, the proposed value for the major work components. The Contractor, Owner and Engineer shall meet and jointly review the draft Schedule of Values and make any adjustments in value allocations if, in the opinion of the Engineer and Owner,these are necessary to establish fair and reasonable allocation of values for the major work components. "Off loading"will not be permitted. The Engineer may require reallocation of major Work components from items in the above listing if in the opinion of the Engineer such reallocation is necessary. The Contractor and Engineer shall meet jointly to review the draft Schedule of Values with 5 days from date of submittal. C. Final Schedule of Values The Contractor shall prepare and submit a final Schedule of Values for each Bid Schedule item to the Engineer within 10 days from the date of the review meeting. The final Schedule of Values shall be based on the accepted draft Schedule of Values for major work components plus comments from the review meeting. The Engineer shall be the sole judge of acceptable numbers, details and description of values established. If, in the opinion of the Engineer, a greater number of Schedule of Values items than proposed by the Contractor is necessary, the Contractor shall add the additional items so identified by the Engineer. D. Change to the Schedule of Values Changes to the schedule which add activities not included in the original schedule but ' included in the original work (schedule omissions) shall have values assigned as approved by the Engineer. Other activity values shall be reduced to provide equal value adjustment increases for added activities as approved by the Engineer. In the event that the Contractor and Engineer agree to make adjustments to the final Schedule of Values because of inequities discovered in the accepted final Schedule of Values,increases and equal decreases to values for activities may be made. Contractor shall update the schedule of values within 10 days of the final execution date of any change order. 1-12 7/3/2007 9:54:20 AM ]:\data\REN\105-049\Dcsign\Specs\Hazen Teehnieals Final.doc 0 2007 RH2 Engineering,Inc. aw Summer 2007 City of Renton Division 1- General Hazen Reservoir i 1.20 Testing, Startup and Operation A. Schedule The placing of all improvements in service shall consist of three parts: `Vesting" "startup'; and "operation" Not less than 30 days before the anticipated time for beginning the testing, the Contractor shall submit to the Engineer for approval, a complete plan for the following: 1. Schedules for tests 2. Detail schedule of procedures for startup 3. Complete schedule of events to be accomplished during testing +� 4. An outline of work remaining under the contract that will be carried out concurrently with the operation phases B. Contractor's Responsibility The Contractor shall conduct all testing and startup. Testing and startup shall not be a cause for claims for delay by the Contractor and all expenses for testing and startup shall be incidental to this contract. The Contractor shall make arrangements for all materials, supplies, and labor necessary to efficiently complete the testing, startup, and operation. C. Testing The Contractor may periodically request preliminary testing for items that must be covered or tested before other work can proceed. In these cases, the work shall not be tested or covered up without timely notice to the Owner of its readiness for testing. Should any work be covered up without notice, approval, or consent, it must, if required Iby the Owner, be uncovered for examination at the Contractor's expense. Where work is to be tested, all necessary equipment shall be set up and the work given a preliminary test so that any and all defects may be discovered and repaired prior to calling out the Owner for the test. Final testing shall consist of individual tests and checks made on equipment intended to provide proof of performance of unit and proper operation of unit control together with necessary tests to show system operation. Assure proper alignment, size, condition, capability, strength, proper adjustment, lubrication, pressure, hydraulic test, leakage test, and all other tests deemed necessary by the Engineer to determine that all materials and equipment are of specified quality, properly situated, anchored, and in all respects, ready for use. Any certificates required by these specifications by the manufacturer's representatives shall be supplied to the Engineer prior to startup. All piping shall be tested as required by specifications and applicable codes. Tests on individual items of equipment, such as pipelines, structures, controls, and other items shall be as necessary to show proper system operation. Testing will be done by the Contractor in the presence of the Owner. During testing, the Contractor shall correct any defective work discovered. Startup shall not begin until all tests required by these specifications have ' been completed and approved by the Owner. 1-13 J:\data\REN\105-049\Design\Specs\llazen Technicals Final.doc 0 2007 R142 Engineering,Inc. Summer 2007 City of Renton Division 1- General Hazen Reservoir r D. Reservoir Disinfection The reservoir shall be thoroughly disinfected in accordance with AWWA C652 r Chlorination Method 2 before being placed in service. All interior surfaces, including piping, columns and stairs, shall be hosed down with a chlorine solution containing not less than 200 PPM of chlorine. Chlorine solution may be recirculated during disinfection but not less than 5,000 gallons of solution shall be used during operation. All valves shall be opened and closed several times during the chlorination. Liquid chlorine, sodium ' hypochlorite, or calcium hypochlorite may be used for disinfection purposes. Disinfected surfaces shall remain in contact with the strong chlorine solution for at least 30 minutes. After the disinfection has been accomplished, the entire reservoir shall be completely flushed and then filled. The Contractor shall exercise special care in flushing to avoid damage to surrounding properties. Water with a chlorine residual shall be stored and aerated or otherwise neutralized until it can be safely disposed of in accordance with all applicable regulations. All disposal shall be the responsibility of the Contractor. Water containing a chlorine residual shall not be disposed of into the water system, stormwater ' system, or any surface watercourse. After disinfection has been completed and the reservoir has been filled, a water sample shall be taken by the Owner from the reservoir. A laboratory, certified by the Washington State Health Department,will be retained by the Owner to perform a bacteriological test of the sample. The reservoir shall not be placed in service until passing test results have been received and approved by the engineer and the necessary documents have been submitted to the Washington State Health Department. The Owner will provide water for the initial testing of the reservoir at no cost to the Contractor. Should the initial test not pass or the water is allowed to sit in the reservoir ' and become unusable, the costs for additional water and tests shall be the responsibility of the contractor. E. Steel Reservoir Leakage Requirements A leakage test of the completed tank installation shall be performed by the Contractor. It is the intent of the specifications for the Owner to receive a watertight tank installation. There shall be no acceptable leakage rate of the tank specified herein. Any water appearing at tank seams, bolts, foundation/wall junction, appurtenances, or under the foundation shall not be accepted. If any leaks, running water, wet spots, etc., appear within the warranty period, the Contractor shall be responsible for correcting any and all deficiencies in the final product. The Owner will provide water for the initial testing of the tank delivered through the tank ■r inlet piping at no cost to the Contractor. The Contractor will be charged for additional water at the Owners unit rate for service. Disposal of test water, if required, shall be the responsibility of the Contractor. +rw 1.21 Operation and Maintenance Manuals Prior to the receipt of payment for more than 90 percent of the work, the Contractor shall deliver to the Engineer 5 sets of acceptable manufacturer's operating and maintenance instructions covering mechanical and electrical equipment and systems installed on the 1-14 7/3/2007 9:54:26 AM J:\data\RF,N\105-049\Design\Specs\Hazen'I'echnicals Final.doc 0 2007 RI-12 Engineering,Inc. 40 Summer 2007 City of Renton Division 1- General Hazen Reservoir 1MO Project requiring operational and/or maintenance procedures and for any additional items indicated by the Engineer, including coatings furnished under this contract. Each set of instructions shall be bound into multiple volumes; each volume to be complete with an index and bound in a suitable, hard-covered binder. Binders shall be of hard back construction with metal hinge. Capacity shall be 3" or 4" as appropriate for the quantity of O&M documentation. More than one binder may be required for large projects. Binders shall be equal to Avery models 87784, 98983, or 98984. Manuals shall be assembled and indexed so that information on each coating and piece of equipment can be readily found. The operating and maintenance instructions shall include, as a minimum, the following data for each coating and item of mechanical and electrical equipment: System Design 1. Equipment Identification including brand name, model number and serial numbers. 2. Date of manufacture and date of installation on job site. �w 3. Complete as-built elementary wiring and one-line diagrams. 4. Complete parts list,by generic title and identification number, complete with exploded r views of each assembly. Maintenance m. 5. Recommended spare parts. 6. Lubrication schedule including the applicable lubricant designation available from the Standard Oil Company of California. 7. Recommended preventive maintenance procedures and schedules. Schedule shall be I provided for daily, weekly, monthly, quarterly, semi-annually and annually maintenance. 8. Disassembly and re-assembly instructions including parts identification and a complete parts breakdown for all equipment, 9. Weights of individual components of each item of equipment weighing over 50 P pounds, 10. Name, location, and telephone number of the nearest suppliers and spare parts warehouses. 11. All manufacturers' warranties. Include name, address, and telephone number of the manufacturer's representative to be contacted for warranty, parts, or service information, 12. Cleaning,repair, and maintenance instructions for each coating system. 13. Provide videotapes, video CDs or DVDs utilized in the manufacturer's instruction program for the owner. General manuals which describe several items not in the contract will not be accepted ' unless all references to irrelevant equipment are neatly eradicated or blocked out. 1-15 J:\data\REN\105-049\Design\Specs\llazen Tcchnieals Final.doc 0 2007 R112 Engineering,Inc. Summer 2007 City of Renton Division 1- General Hazen Reservoir r All O&M manuals shall be provided in hard copy. A duplicate CD copy may be provided but shall not substitute a hard copy unless approved by the Owner. , Progress payments for the total contract work in excess of 90 percent completion may not be made until the operation and maintenance manual has been delivered and approved by the Engineer,at the discretion of the Owner. 1.22 Application for Payment ' A. Preparation of Application • Present required information in typewritten form. , • Execute certification by signature of authorized officer. • Use data from approved Schedule of Values. Provide percent complete and dollar value in each column for each line item for portion of work performed. Additional breakdown of the work contained in the contract may be required (and initiated during the preconstruction conference) in an agreed format between the Contractor, Owner and Engineer. • List each authorized Change Order as an extension on continuation sheet, listing Change Order number and dollar amount as for an original item of work. B. Submittal Procedures • Before submitting, meet with the Engineer and reach agreement on amount of progress made on each pay item covered by the proposal invoice as determined by the Schedule of Values. , • Submit three copies of each Application for Payment. • Submit an updated progress schedule with each Application for Payment. • Payment Period: Submit at intervals stipulated in the Contract. C. Substantiating Data , • When Engineer requires substantiating information, submit data justifying dollar amounts in question. • Provide one copy of data with cover letter for each copy of submittal. Show Application number and date, and line item by number and description , 1-16 7/3/2007 9:54:26 AM J:\data\REN\105-049\Design\Specs\iIazen Technicals Final.doc 0 2007 RH2 Engineering,Inc. CD CL Pd CD (� ,z cn O Cl m O O n o Pd �. O .. x O d x d 0. i O n � � H H z n H O � H d � � O z H � O y � O [ n CA y ° z d J c rD ►t y9 7 fD 0 y p 'd td n ° z p ° dam 7y z d cn > y m y O r c12m O 2 I d d�c 0 H � � �• � i 0 0 H N pin H H ro o x CA d y � � y ,Tlzx O 0 ao � yy yy n i 0 z -TI cn 1 b 1 o r Z z 7d ' O � a z � m z o z d n o ¢ � \ � � ) § /p, � \) m= ( ® \ § /i $ Q } [ q ® � \ 2G < ) 2 � } )� A ° 6 �} \ U § § / \ / { f � ƒ / \ m _a j / § .0 / /® / _ ) O z / / j § / _ / u / ) El j j * � G 2 ƒ u R \�\ m _ u V $ � dQ Summer 2007 City of Renton Division 1—General Hazen Reservoir .r 1.23 Scheduling and Reporting A. General The scheduling of the work under the Contract shall be performed by the Contractor in accordance with the requirements of this Section. Where submittals are required hereunder,the Contractor shall submit 2 copies, one each to the Engineer and Owner. B. Schedule Submittals , The Contractor shall submit two schedule documents at the Preconstruction Conference which shall serve as the Contractor's Plan of Operation for the initial 60 day period of the Contract Time and to identify the manner in which the Contractor intends to complete all work within the Contract Time. The Contractor shall submit (1) a 60 day Plan of Operation bar chart, and (2) a project overview bar chart type plan for all work as indicated below. 1. 60 Day Plan of Operation Bar Chart: During the initial 60 days of the Contract ' Time, the Contractor shall conduct Contract operation in accordance with the 60 day bar chart Plan of Operation. The bar chart so prepared and submitted shall show the accomplishment of the Contractor's early activities (mobilization, permits, submittals necessary for long lead equipment procurement, initial site work and other submittals and activities required in the first 60 days). 2. Project Overview Bar Chart: The overview bar chart shall indicate the major components of the project work and the sequence relations between major components and subdivisions of major components. The overview bar chart shall indicate the relationships and time frames in which the various components of the , Work will be made substantially complete and placed into service in order to meet the project milestones. It shall show planned mobilization of plant and equipment, sequence of early operations, and timing of procurement of materials ' and equipment. The construction schedule produced and submitted shall indicate a project completion date on or before the contract completion date. Sufficient detail shall be included for the identification of subdivisions of major components of construction. Planned durations and start dates shall be indicated for each work item subdivision. Each major component and subdivision component shall be accurately plotted on time scale sheets not to exceed 34-inch by 60-inch in size. Not more than four sheets shall be employed to represent this overview information. The Engineer and the Contractor shall meet to review and discuss the 60-day plan of operations and project overview bar chart within 5 days after they have been submitted to the Engineer. The Contractor shall make corrections to the schedules necessary to comply with the Contract requirements and shall adjust the schedules to incorporate any missing information requested by the Engineer. Within 15 days of the initial project schedule review meeting, the Contractor shall have revised the original project overview bar chart schedule submittal to address all review comments from the original schedule review meeting and resubmit a revised project overview bar chart for the Engineer's review. The Engineer,within 14 days from the date rr 1-20 ):\data\REN\105-049\Design\Specs\Ilazen Technicals Rinal.doc 7/3/2007 9:54:26 AM 0 2007 R142 L'ngineerin&Inc. Summer 2007 City of Renton Division 1—General Hazen Reservoir that the Contractor submitted his revised schedule will either (1) accept the schedule and cost loaded activities as submitted, or (2) advise the Contractor in writing to review any rw part of parts of the schedule which either do not meet the Contract requirements or are unsatisfactory for the Engineer to monitor the project's progress and status or evaluate monthly payment requests by the Contractor. The Owner reserves the right to require that the Contractor adjust, add to, or clarify any portion of the schedule which may later be insufficient for the monitoring of the Work or approval of partial payment requests. No additional compensation will be provided for such adjustments or clarifications. A schedule which has been accepted by the Engineer becomes the current project construction schedule. r. The acceptance of the Contractor's schedule by the Engineer and Owner will be based solely upon the schedule's compliance with the Contract requirements. By way of the Contractor assigning activity durations and proposing the sequence of the Work, the ,w Contractor agrees to utilize sufficient and necessary management and other resources to perform the work in accordance with the schedule. Upon submittal of a schedule update, the updated schedule shall be considered the "current"project schedule. Submission of the Contractor's progress schedule to the Owner or Engineer shall not relieve the Contractor of total responsibility for scheduling, sequencing, and pursuing the Work to comply with the requirements of the Contract Documents, including adverse effects such as delays resulting from ill-timed work. Following the acceptance of the Contractor's schedule, the Contractor shall monitor the .r progress of the Work and adjust the schedule each month to reflect actual progress and any changes in planned future activities. If at any time the Engineer considers the completion date to be in jeopardy because of any portion of the work falling behind r schedule the Contractor shall provide a revised construction schedule. The Revised Construction Schedule shall show how the Contractor intends to accomplish the Work to meet the completion date. The form and method employed by the Contractor shall be the .. same as for the Initial Construction Schedule. Each schedule update submitted must be complete including all information requested in the original schedule submittal. Each update shall continue to show all work activities including those already completed. These completed activities shall accurately reflect the "as built" information by indicating when the work was actually started and completed. Neither the submission not the updating of the Contractor's original schedule submittal not the submission, updating, change or revision of any other report, curve, schedule or narrative submitted to the Engineer by the Contractor under this Contract, not the Engineer's review or acceptance of any such report, curve, schedule or narrative shall have the effect of amending or modifying, in any way, the Contractor's obligations under this Contract. Only a signed, fully executed change order can modify these contractual obligations. The monthly schedule update submittal will be reviewed with the Contractor during a regularly scheduled construction progress meeting. The goal of these reviews is to enable the Contractor and the Engineer to initiate appropriate remedial action to minimize any known or foreseen delay in completion of the Work and to determine the amount of Work completed since the previous month's schedule update. The status of the Work will 1-21 J:\data\RL;N\105-049\Design\Specs\Hazen Technicals Final.doc 7/3/2007 9:54:26 AM 0 2007 RII2 Hngineerin&Inc. Summer 2007 City of Renton Division 1- General Hazen Reservoir be determined by the percent completion of each activity shown on the schedule. These reviews are considered a critical component of the overall monthly schedule update submittal and the Contractor shall have appropriate personnel attend. As a minimum, these reviews shall be attended by the Contractor's Project Manager and General Superintendent. Within seven (7) working days after the monthly progress review the Contractor shall submit the Project Status Report as defined by D of this Section and the Contractor's Application for Payment. Within five (5) working days of receipt of the above noted revised submittals, the Engineer will either accept or reject the monthly update will be the basis for the Application for Payment to be submitted by the Contractor. If rejected, the update shall be corrected and resubmitted by the Contractor before the Application for Payment for the update period can be processed. C. Change Orders Upon approval of a change order as specified in Section 1.24,Modification Procedures, or upon receipt by the Contractor of authorization to proceed with additional work, the change shall be reflected in the next submittal of the schedule by the Contractor. ' D. Project Status Reporting The Contractor shall prepare and submit monthly an updated Overview Bar Chart schedule of the major project components. It shall be limited to not more than four sheets which shall not exceed 34-inch by 60-inch (alternatively the contractor may submit a Microsoft Project mpp file with the required information). The major project components shall be represented as time bars which shall be subdivided into various types , of work including demolition, carpentry, structural, mechanical, plumbing, electrical and instrumentation installations. Each major component and subdivision shall be accurately time scale plotted consistent with the project overview bar chart specified above. In addition, a percent completion shall be indicated for each major component and subdivision. The Contractor shall amend the overview schedule to include additional detail required by the Engineer. The Contractor shall include additional information requested by the Engineer during construction. The Contractor may include any other information pertinent to the status of the project. The Contractor shall include additional status information requested by the Engineer. 1.24 Modification Procedures A. Summary ' 1. Submittals. 2. Documentation of change in Contract Price and Contract Time. 3. Change procedures. 4. Execution of Changes Orders. , 5. Correlation of Contractor submittals. 1-22 7/3/2007 9:54:26 AM J:\data\RCN\105-049\Design\Specs\Hazen Technicals Final.doc 0 2007 RI I2 Engineering,Inc. .. Summer 2007 City of Renton Division 1—General Hazen Reservoir B. Submittals r. 1. Submit name of individual authorized to receive change documents and to inform other parties concerned with changes in the work. C. Documentation 1. Maintain detailed records of work done on a Cost of the work basis. Provide full information required for evaluation of proposed changes, and to substantiate costs "" of changes in the work. 2. Document each quotation for a change in cost or time with sufficient data to allow evaluation of the quotation. 3. On request,provide additional data to support computations,including: • Quantities of products,labor, and equipment. • Taxes,insurance and bonds. ,■, • Contractor's fee. • Justification for any change in Contract Time. •• • Credit for deletions from Contract, similarly documented. 4. Support each claim for additional costs, and for work done on a Cost of the work basis with additional information: • Origin and date of claim. .r • Dates and times work was performed, and by whom. • Time records and wage rates paid. r.. Invoices and receipts for products, equipment, and subcontracts, similarly documented. D. Change Procedures .. 1. The Engineer will advise of minor changes in the work not involving an adjustment to Contract Price or Contract Time. 2. The Engineer may issue a proposal request which includes a detailed description of a proposed change with supplementary or revised Drawings and Specifications, a change in Contract Time for executing the change and the period of time during which the requested price will be considered valid. Contractor shall prepare and ow submit an estimate within 10 days. 3. The Contractor may propose a change by submitting a request for change to the Engineer, describing the proposed change and its full effect on the work, with a statement describing the reason for the change, and the effect on the Contract Price and Contract Time with full documentation and, if appropriate, a statement describing the effect on work by separate or other Contractors. r 1-23 r J:\data\REN\105-049\Design\Specs\Ha7en Technicals Final.doe 7/3/2007 9:54:26 AM 0 2007 R112 Engineering,Inc. Summer 2007 City of Renton Division 1- General Hazen Reservoir E. Execution of Change Orders 1. Execution of Change Order: Owner will issue Change Orders for signature of parties as provided in the Standard Specifications. F. Correlation of Contractor Submittals ! 1. Promptly revise Schedule of Values section and Application for Payment forms section to record each authorized Change Order as a separate line item and adjust ' the Contract Price. 2. Promptly revise progress schedules to reflect any change in Contract Time, revise sub-schedules to adjust time for other items of work affected by the change, and resubmit. 3. Promptly enter changes in Project Record Documents. 1.25 As-Constructed and Warranty Records Prior to receiving final payment for the work, the Contractor shall deliver a complete set , of acceptable "As-Constructed" records to the Owner. Plans shall be made on clean, unmarked prints for this project in accordance with the following standards: ey llow markings or highlights = deleted items , red markings = new or modified items blue markings or highlights = items that are consistent with the design , plans (not changed) The Contractor shall provide "as-built" information on all items and work shown on the i plans showing details of the finished product including dimensions, locations, outlines, changes, manufacturers, etc. The information must be in sufficient detail to allow the ' Owner's personnel to locate, maintain, and operate the finished product and its various components. Prior to the Contractor submitting as-built records to the Owner, a licensed Professional Surveyor hired by the Contractor shall confirm the location and elevation of the following. - center of tank floor; - outlet check valve center lines - flowmeter centerlines; - overflow funnel lip; - pond overflow elevation;and - altitude valve centerline; The accuracy of the measurements shall be within a tolerance of plus or minus 0.05 foot or better. Provide written results of the measures to the Owner prior to the completion of the project. This work is required before as-built records will be accepted. The Contractor shall secure and deliver to the Owner all equipment warranties and other warranties and guarantees required for all equipment and processes. Delivery shall be done at one time covering all major and minor equipment warranties. Copies of the warranties shall be included in each O&M Manual. r 1-24 7/3/2007 9:54:26 AM J:\data\REN\105-049\Design\Specs\I-Iazen Technicals Final.doc 0 2007 RI I2 Engineering,Inc. 1r1 r Summer 2007 City of Renton Division 1—General Hazen Reservoir See Warranty Section in this Division for details regarding required warranties for specific ,., components. Failure to provide acceptable documents will result in non-payment of the appropriate bid item in the schedule of prices. 1.26 Warranty The Contractor shall warrant all products used in the construction of this project for a period of 1 year following project acceptance except for those components and listed warrantees below. The date of project acceptance is defined as the date the final payment is sent to the Contractor from the Owner. Warranty does not cover damage due to misuse by the Owner or"Acts of God" as defined under the General Conditions. Warranties in addition to this svarranty are listed zvith landscaping, man-doors, access hatches, .steel reservoir coating systems;and prefabricated building. 1.27 Project Closeout A. General Final clean-up and project closeout (demobilization) shall be an element in the schedule of values. B. Final Cleanup The Contractor shall promptly remove from the vicinity of the completed work, all rubbish, unused materials, concrete forms, construction equipment, and temporary structures and facilities used during construction. Final acceptance of the work by the Owner will be withheld until the Contractor has satisfactorily complied with the foregoing requirement for final cleanup of the project site. C. Closeout Timetable The Contractor shall establish dates for equipment testing, acceptance periods, and on-site .. instructional periods (as required under the Contract). Such dates shall be established not less than one week prior to beginning any of the foregoing items, to allow the Owner, the aw Engineer, and their authorized representatives sufficient time to schedule attendance at such activities. D. Closeout Procedures Substantial Completion: 1. Submit the following: 4W a. A written certification to the Owner that the project or designated portion of the project is substantially complete. .. b. A list of items to be completed or corrected. 2. The Owner will make an inspection after receipt of Contractor's certification. r 1-25 J:\data\REN\105-049\Design\Specs\iiazen Technicals Final.doc 7/3/2007 9:54:26 AM 0 2007 RI-12 Engineering,Inc. Summer 2007 City of Renton Division 1- General Hazen Reservoir 3. If it appears to the Owner that work is substantially complete: ' a. The Owner may request of and the Contractor shall prepare and submit to the Owner, a list of items to be completed or corrected as determined by the inspection. b. If the Owner then considers the work to be substantially complete, the Owner may issue a certificate of substantial completion, with appropriate conditions, accompanied by a list of the items to be completed and corrected, as verified and amended by the Owner. Omission of any item from the list shall not relieve the Contractor from responsibility to complete all the work in accordance with the Contract. C. The Contractor shall complete all the work within the time designated , in the certificate, or if not so designated,within a reasonable time. 4. Should the Owner consider the work is not substantially complete: ' a. He shall notify the Contractor,in writing, stating reasons; and b. Contractor shall complete work and send second written notice to the , Owner certifying that project or designated portion of project is substantially complete. 5. Warranty periods begin with the date of final acceptance. However, in ' connection with any specific equipment certified by the Owner as completed and its use or operation thereof for its intended purpose is assumed by the Owner, the warranty period for such equipment shall ' begin with the beginning date of such use or operation. Final Inspection: , 1. Submit written certification that: a. Contract Documents have been reviewed. b. Work has been completed in accordance with Contract Documents. i C. Equipment and systems have been tested in the presence of the Owner's representative and are operation. ' d. The project is completed, and ready for final inspection. 2. The Owner will make a final inspection within a reasonable time after , receipt or certification. 3. Should the Owner consider that work is complete in accordance with requirements of Contract Documents, he shall request the Contractor to make project closeout submittals. 4. Should the Owner consider that work is not complete: a. He shall notify the Contractor, in writing, stating reasons, and listing specific items requiring correction. 1-26 7/3/2007 9:54:26 AM J:\data\REN\105-049\Design\specs\Ilazen Technicals Final.doc 0 2007 RI-12 Engineering,Inc. M1 Summer 2007 City of Renton Division 1—General Hazen Reservoir ,r1 b. The Contractor shall take immediate steps to remedy the stated no deficiencies, and send second written notice to the Owner certifying that work is complete. fto C. The Owner will re-inspect work. Re-inspection Costs: If the Owner is required to perform second inspections because of failure of work to comply with original certifications of the Contractor, the Owner will i, charge the Contractor for the costs incurred by the Owner, including consultant fees and they shall be paid by the Contractor. Closeout Submittals: .w 1. Project Record Documents 2. Warranties required by these specifications. 3. Owner's Manuals, as required by these specifications. 4. Delivery of spare parts, extra stock, and similar items. 5. At the close of the Contract, the Contractor shall: a. Pay all utility bills;and b. Remove all electrical, sanitary, gas, telephone,water, offices, and any other temporary service equipment that may remain. r Release of Liens or Claims. No Contract will be finalized until satisfactory evidence of release of liens has been submitted to the Owner as required by the Renton Standard Specifications. Final Adjustment of Accounts: ' 1. Submit final statement of accounting to the Owner. 2. Statement shall reflect all uncompleted adjustments: a. Additions and deductions resulting from: (1) Previous Change Orders (2) Unit Prices (3) Other Adjustments ' (4) Deductions for Uncorrected work (5) Deductions for Liquidated Damages b. Unadjusted sum remaining due. Final Application for Payment.• The Contractor shall submit final application in accordance with requirements of Renton Standard Specifications. Final Certificate for Payment: 1. The Owner will issue final certificate in accordance with provisions of Special Provisions. 1-27 J:\data\REN\105-049\Design\Specs\ilazen Technicals Final.doc 7/3/2007 9:54:26 AM 0 2007 RI-12 Engineering,Inc. f ' Summer 2007 City o Renton Division 1- General Hazen Reservoir 2. Should final completion be materially delayed through no fault of the ' Contractor, the Owner may issue a final certificate for payment, in accordance with provisions of the Renton Standard Specifications and existing laws. Post-Construction Period: 1. Prior to expiration of one year from date of final acceptance, the Owner may make visual inspection of the project in company with the Contractor to determine whether correction of work is required, in accordance with the applicable provisions of the Renton Standard specifications. ' E. Maintenance and Guarantee The Contractor shall comply with the maintenance and guarantee requirements contained ' in the standard specifications. Replacement of earth fill or backfill, where it has settled below the required finish elevations, shall be considered as a part of repair work where required, and any repair or , resurfacing constructed by the Contractor which becomes necessary by reason of such settlement shall likewise be considered as a part of such repair work unless the Contractor ' shall have obtained a statement in writing from the affected or public agency releasing the Owner from further responsibility in connection with such repair or resurfacing. The Contractor shall make all repairs and replacements promptly upon receipt of written ' order from the Owner. If the Contractor fails to make such repairs or replacements promptly, the Owner reserves the right to do the work and the Contractor and his surety shall be liable to the Owner for the cost thereof. ' F. Bond The Contractor shall provide a bond to guarantee performance of the provisions ' contained in Paragraph "Maintenance and Guarantee" above, and the requirements of the standard specifications. r 1-28 7/3/2007 9:54:26 AM J:\data\RLN\105-049\Design\Specs\Hazen'I'echnicals Final.doc 0 2007 RH2 Engineering,Inc. Division 2 — Sitework 2.1 General This division covers that work necessary for providing materials and performing all sitework as described in these specifications and as shown on the plans. 2.2 Submittals Submittal information shall be provided to the Owner for the following items: 1. Erosion and Sedimentation Control Plan 2. Erosion Control Fence Fabric 3. De-watering Plan 4. Shoring Plan and Calculations r 5. Dump Site Permits 6. General Fill r 7. Structural Fill 8. Pipe Bedding 9. Trench Backfill 10. Gravel Backfill for Drains 11. Gravel Base Course 12. Crushed Surfacing 13. Paving 14. Plants .. 15. Hydroseed 16. Planting Schedule .. 17. Fencing 18. Automatic Access Gate System 2.3 Special Inspections for Site Grading Special inspections including visual and compaction effort (nuclear densometer) are required for the following locations: 1. Trench backfill crossing roads and site access road and parking areas 2. Access road and parking area fill and native subgrade 3. Native subgrade of Reservoir 4. Finished excavation of detention pond (prior to hydroseed) Areas where fill (either native or non-native) is being placed shall be tested for compaction ' 2-1 J:\data\REN\105-049\Design\Specs\Hazen Technicals rinal.doc 7/3/2007 9:54:26 AM 0 2007 R 11 Engineering,Inc. Summer 2007 City of Renton ' Division 2- Sitework Hazen Reservoir compliance by a special inspector. The owner will pay for the initial testing. If tests indicate failure of compaction requirements, the contractor shall pay for subsequent tests ' until tests indicate compliance with the specifications. Areas of native undisturbed subgrade shall be visually inspected by the engineer prior to placement of any material overtop. Contractor shall coordinate with the engineer a minimum of 48 hours prior to ' inspection being needed. 2.4 Geological, Hydrogeology and Geotechnical Issues An exploration of subsurface soil and groundwater conditions at the project site were performed by GeoEngineers. The results of the investigation are included in this , document as an appendix. 2.5 Erosion and Sedimentation Control All erosion sedimentation control syste m s including; fencing, earth berms, gr asse s, s tr a w , ' mulch, culverts, drain pipe, outfalls and other items required by for this project, must be installed prior to any clearing, grubbing, excavation, or grading work or other work that ' could result in off-site stormwater or material flows. Erosion/sedimentation controls systems must remain in place throughout the duration of the construction activities. The systems may be relocated to complete utility, excavation, grading, and landscaping ' activities if their location impedes the associated work. If the systems are relocated to complete any work they must be reinstalled to protect the construction and surrounding areas prior to commencing work on other portions of the project. , The erosion/sedimentation control (ESC) plans shown on the construction plans are the minimum requirements for the anticipated site conditions. The Contractor shall add additional ESC facilities or processes as necessary to ensure that erosion and ' sedimentation problems do not occur. The Contractor shall inspect the ESC facilities daily and maintain the systems as necessary to prevent off-site damage. Stabilized construction entrances and wash pads shall be installed at the beginning of , construction activities and shall be maintained for the duration of the project. Wash pads shall be kept clean to prevent the transport of sediment onto adjoining roads. Straw or mulch shall be applied to any exposed surfaces to minimize erosion and filter surface water runoff. Where straw or mulch is required for erosion control, it shall be applied to a minimum thickness of two inches. Earth berms shall be installed as necessary to prevent the migration of surface water into excavations or off of the project site. Surface water that is intercepted by earth berms shall be routed to an approved stormwater conveyance system. The Contractor shall ensure that the concentration of surface water at the earth berm does not erode the adjoining or downstream properties. Sediment deposited against the earth berm shall be removed to ensure that surface water can flow freely. The earth berm shall not be removed before the stabilization of the surface downhill from the berm. A filter fabric fence shall be installed to allow the collection and passage of surface water ' to occur through the fabric before discharge off site. When joints are necessary, filter fabric shall be spliced together at a support post with a minimum overlap of six inches. Both ends of the fabric shall be securely fastened to the post. The filter fabric fence shall ' 2-2 7/3/2007 9:54:26 AM J:\data\REN\105-049\Design\Specs\Hazen Technicals Final.doc 0 2007 RI I2 Engineering,Inc. Summer 2007 City of Renton Division 2—Sitework Hazen Reservoir be installed to follow the contours of the existing grade where feasible. The fence posts shall be driven securely into the ground a minimum of 30 inches and spaced apart at a maximum of six feet. A wire mesh support fence shall be fastened securely to the uphill side of the posts using heavy-duty wire staples at least one inch long, tie wires, or wire rings. The wire shall extend into the trench a minimum of four inches and shall not extend w more than 36 inches above the existing surface. An 8 inch by 12 inch trench shall be excavated on the uphill side of the fence for securely burying the lower edge of the fabric fence. At least 20 inches of the filter fabric fence shall continuously extend into the trench. The filter fabric fence shall extend above the existing grade 36 inches. The filter fabric placed in the trench shall be secured with backfill material of three-quarter inch washed rock. The backfill material shall placed in the trench and on either side of the r fence as shown on the construction plans. Filter fabric fence shall be inspected by the Contractor immediately after each rainfall and r,. at least once daily during periods of prolonged rainfall. The Contractor shall repair or replace sections of the filter fabric fence that are not filtering surface water. The filter fabric fence may be removed after the threat of off-site contamination has passed. 2.6 Dewatering A site specific geotechnical report has been provided. The Contractor is to determine the scope, type, size, quantity, method of installation, operation, and removal of the dewatering system necessary to keep all excavations de-watered to an elevation below the base of the excavation sufficient to stabilize the soils in the excavation and the surrounding areas, and to prevent flotation of partially completed structures. Any dewatering systems must be positioned away from all building and utility construction so as to not become a part of the permanent facility. r The Contractor shall control groundwater and surface water to prevent the softening of the bottom of excavations, or formation of quick conditions or boils during excavation. Ground water shall be lowered to 3 feet below the base of the excavation at all times. Determination of unsuitable soil conditions for supporting the improvements shall be determined by the Engineer. Determination of unsuitable soil conditions for performing work, placing materials, and proceeding with construction activities shall be determined by The Contractor. When the dewatering system does not meet the specified requirements, and as a consequence there is a loosening or disturbance of the foundation soils,instability for the slopes, or damage to the foundation or structures occur, the Contractor shall at its own expense, supply all materials, labor, and equipment, and perform all work required for the restoration of foundation soil, slopes, or structure to the satisfaction of the Engineer. The Contractor shall prepare a detailed dewatering system plan and submit it to the Engineer for review prior to the installation of any dewatering system. This plan shall include, as a minimum, the scope, type, size, quantity, method of installation, operation, and removal of all dewatering systems to be used. The Contractor shall furnish, install, and operate all necessary machinery, appliances, and equipment to meet these water control requirements, and shall dewater and dispose of the ' water so as not to cause injury to public or private property or to cause a nuisance to the 2-3 J:\data\REN\105-049\Design\Specs\Hazen'rechnicals rinal.doc 7/3/2007 9:54:26 AM ©2007 R112 Engineering,Inc. m r 2 City of Renton ' Sum 007 ty Summer Division 2- Sitework Hazen Reservoir ' public. The Contractor shall maintain sufficient pumping equipment and machinery in good working condition for all ordinary emergencies, including power outages, and shall have available at all times competent workmen for the operation of the pump equipment. The dewatering system shall not be shut down between shifts, on holidays or weekends, or during work stoppages. The quality of all surface and ground water discharged from the site shall meet all State and local requirements. The Contractor shall employ all means necessary to remove suspended solids, oils, trash, and other deleterious materials from surface and ground water prior to discharging. All dewatering wells installed by the Contractor shall be removed and backfilled in accordance with applicable Federal and State regulations. 2.7 Contractor Provided Certified Erosion and Sedimentation Control Lead The Contractor shall provide a Certified Erosion and Sedimentation Control Lead (CESCL) as part of their regular work force for the project. This person shall be a site superintendent, project manager or site laborer regularly on the project site during earthwork operations. Washington State Department of Ecology Certification shall be valid and up to date for this person throughout the duration of the earthwork operations of the project. 2.8 Stormwater Discharge , The Contractor shall be responsible for meeting all construction stormwater discharge water quality requirements including State of Washington (WAC 173-201A-200), Construction Stormwater Permit requirements and local requirements regardless of weather conditions. 2.9 Construction Access The Contractor shall provide for all temporary site access and shall maintain vehicular site access at all times. Wherever construction vehicle access routes intersect paved roads, provisions must be made by the Contractor to minimize the transport of sediment onto the paved road. The Contractor shall remove all dirt,mud,rocks,vegetation, or other deleterious material from all construction equipment prior to leaving the site. This may include spray washing, sweeping,or other physical methods as necessary to remove materials. If sediment or other debris is transported onto a paved road surface, the road shall be cleaned thoroughly by the end of the work day. Debris shall be removed from roads by shoveling or sweeping. Street washing shall be allowed only after debris has been removed and only if it can be demonstrated that turbid wash water is captured in roadside ditches and does not flow to May Creek or it's tributaries. 2-4 7/3/2007 9:54:26 AM J:\data\REN\105-049\Design\Specs\Hazen Technicals Pinal.doc 0 2007 RH2 Engineering,Inc. Summer 2007 City of Renton Division 2—Sitework Hazen Reservoir 2.10 Tree Protection A. Fencing Protect trees and other existing vegetation to remain with temporary 6'-0" chain link ,., fencing as indicated on the plans. No work can commence until complete erosion control and temporary fencing is in place and approved by Owner's Representative. After construction, chain link fencing shall be removed from site by contractor. Fencing shall be constructed and located to protect vegetation from physical or chemical damage, flame, smoke,heat, and damage to, or compaction of roots. Construction access, vehicle or equipment parking, material storage or material disposal will not be allowed within drip lines of existing trees to remain. B. Existing Trees to Be Removed Trees which are to be removed as indicated on plans shall be removed completely including roots, stumps, branches, and stems, or as directed by Owners Representative .. unless shown otherwise on the plans. The Contractor's surveyor shall mark trees to be removed C. Existing Trees to Remain Protect root systems from smothering. Restrict vehicular traffic to prevent any compaction of soil over root systems. Individual trees and areas shown to remain shall be ,.� protected by six (6) foot high chain link fence. Install fencing before site preparation, grading and clearing and grubbing operations. Under no circumstances shall the contractor remove existing trees designated to remain for convenience or ease of r. construction. Prior to installation, stake the location of protection fencing for approval by the Engineer and Owner's Representative and Owner's Representative or Owner's Representative. Location stakes or marking shall be placed not greater than 20 (twenty) .. feet on center. D. Excavation Around Trees �.. Excavate within drip line of trees only where shown. Where trenching for utilities is required within drip line, tunnel under or around roots by hand digging. Do not cut main lateral roots or tap roots. The Contractor shall notify the Engineer and Owner's .. Representative and Owner's Representative prior to cutting roots over 4 inches in diameter. Treat cut roots over 1-inch in diameter with asphaltic pruning Paint. _ E. Guarantee Trees which are protected within fencing that become damaged or die within one year of acceptance shall be repaired or replaced at the discretion of the Owner with trees of the same species and equal size. 2.11 Clearing and Grubbing Clearing and grubbing shall be performed by the Contractor to remove and dispose of unwanted debris, vegetative matter, and other items noted on the plans within the construction limits and shall conform to Section 2-01 of the Standard Specifications. 2-5 r J:\data\REN\105-049\Dcsign\Specs\Hazen Technicals Final.doc 7/3/2007 9:54:26 AM 0 2007 RI 12 Engineering,Inc. Summer 2007 City of Renton ' Division 2- Sitework Hazen Reservoir ' 2.12 Excavation The Contractor shall excavate as necessary to construct the improvements shown. Excavation shall include the digging, scraping, and removing existing native material, abandoned or interfering utilities, abandoned or interfering structures and any other obstacles necessary for the construction of the improvements shown on the plans. Excavation includes utility excavation, structural excavation, and grading excavation. , Utility excavation shall be performed to the depths necessary to complete the utility construction work shown. Structural excavation shall be performed to the limits shown and established by the , Engineer. The base of the excavation shall extend laterally a minimum of 3 feet beyond the structure unless specified otherwise on plans. The in-situ earth at the base of excavations supporting structures shall be evaluated by an engineering geologist representing the Owner to determine if it is suitable for backfilling. The engineering geologist will evaluate the composition, texture and structure of the in- situ earth to determine if it is consistent with conditions predicted in the HWA report and that it is stable and capable of bearing the design loads without further modifications. If organic material,loose earth, slip planes or other unsuitable site conditions are discovered, additional site preparation will be required. Excavation required by the Owner's representative that is beyond the depth shown on the plans shall be performed by the Contractor at the direction of the Engineer. The Contractor will be reimbursed for additional excavation as specified in Division 18, "Measurement and Payment". rr All excavated material shall be removed from the project site unless approved as backfill by the Engineer. Approval of material as backfill will be made the moment before placement of the material as backfill. Weather conditions may make previously excavated material unsuitable for backfill requiring the material to be removed from the project site. Excavated material that is not used as backfill shall be disposed off-site.All permits for the disposal of excavated material shall be obtained by the Contractor. A copy of all permits and the locations of each disposal site shall be submitted to the Engineer. 2.13 Trench Safety and Shoring Where shoring, sheet piling, sheeting, bracing, lagging, or other supports are necessary to prevent cave-ins or damage to existing structures, it shall be the responsibility of the Contractor to design, furnish, place, maintain, and remove supports in accordance with applicable laws, codes, and safety requirements including Chapter 296-155 of WAC, "Safety Standards for Construction Work, Part N, Excavation, Trenching, and Shoring". Design, planning, installation, and removal of sheeting, shoring, sheet piling, lagging, and bracing shall be accomplished in such a manner as to maintain the undisturbed state of soil below and adjacent to excavation. Where the Contractor is required to provide the shoring design, it shall be prepared by a competent person as defined by WAC 296-155. Before beginning any excavation that is governed by the shoring requirements, the Contractor shall submit his stamped shoring plan and calculations to the Owner for approval. The stamp must be present on all plans , 2-6 7/3/2007 9:54:26 AM J:\data\REN\105-049\Design\Specs\Ha7en Technicals Final.doc ' 0 2007 RH2 Engineering,Inc. Summer 2007 City of Renton Division 2—Sitework Hazen Reservoir and calculations, and all submittals must be approved by the Owner prior to starting work. -r 2.14 Hazardous Content of Fill Material All imported fill material shall be free of hydrocarbons (e.g. gasoline, diesel, oil, etc.), r pesticides, herbicides and other hazardous volatile organic compounds (VOCs) and synthetic organic chemicals (SOCs). The contractor shall provide certification to the owner that the fill is free of these chemicals. The contractor shall provide test data from an independent testing laboratory,insuring the imported fill to be within the regulatory limits set by the Department of Health and Department of Ecology. This will include VOC and SOC tests on imported fill at random intervals averaging every 75 cubic yards. Imported fills found not to be compliant with regulatory standards shall be hauled off site and disposed of properly, at the sole expense of the contractor. 2.15 General Fill All fill required for this project that is not specifically defined as another type shall be "General Fill". General fill shall be soil free of organics, debris, and other deleterious materials with no individual particles having a maximum dimension larger than 5 inches. General fill shall conform to Section 9-03.14(3) Common Borrow of the Standard Specifications. The moisture content of the material and weather conditions at the time of placement will be used to determine the suitability of native materials for backfill as general fill. All general fill shall be compacted in uniform layers not exceeding 12 inches in loose thickness and compacted to at least 90 percent maximum dry density based on the ASTM D-1557 test procedure. 2.16 Structural Fill All fill placed below, beside and against building components, building structures, vaults, manholes, handholes, slabs, sidewalks, and drives shall be "Structural Fill". The structural fill material has been selected to support the weight of the structure in combination with the existing native material and to prevent adverse movement during an earthquake. The Contractor must take particular care to maintain the integrity of the design by using structural fill where shown. Structural fill shall be soil free of organics, debris, and other deleterious materials with no individual particles having a maximum dimension larger than 6 inches.. Where free draining material for use as structural fill is required as indicated on the plans, it shall conform with Section 9-03.12(2), "Gravel Backfill for Walls" of the Standard Specifications. Structural fill for foundation subgrades or where free drainage is not required through the structural fill shall conform with 9-03.9(1) `Ballast" of the Standard Specifications. The Engineer shall determine if native on-site materials are suitable for use as structural fill. The moisture content of the material and weather conditions at the time of placement will 2-7 J:\data\REN\105-049\Design\Specs\Ha7en Technicals Final.doc 7/3/2007 9:54:26 AM 0 2007 RI-12 Engineering,Inc. Summer 2007 City of Renton Division 2- Sitework Hazen Reservoir ' be used to determine the suitability of native materials for backfill as structural fill. Structural fill shall bear on firm base and be placed in uniform layers not exceeding 6 inches in loose thickness. The backfill area must be free of standing water and the subgrade soils must be stable. Each layer of structural fill shall be compacted to at least 95 percent of its maximum dry density based on the ASTM D-1557 test procedure. 2.17 Pipe Bedding All fill placed below and around buried utilities shall be "Gravel Backfill for Pipe Bedding". The pipe bedding material has been selected to support the weight of the utility by distributing the load so that the completed utility and backfill system does not weigh more than the native material. In addition, the grain size has been selected so that the bedding will not migrate into the bottom of the trench. The Contractor must take particular care to maintain the integrity of the utility design by using the appropriate pipe bedding material where shown. Bedding material shall surround the pipe and conduits to the limits shown on the plans and provide uniform support along the entire length without allowing concentrated loading at joints or bells. All bedding material shall bear on firm subgrade and be compacted to firm and unyielding condition. For Ductile Iron, Steel, or Concrete Pipe larger than 4" diameter: Bedding material shall conform with Section 9-03.12(3) "Gravel Backfill for Pipe Zone Bedding" of the Standard Specifications except all shall pass a I"sieve. For PVC Sewer and Storm Piping, CPEP regardless of diameter and Conduit, Side Service Lines, and all other piping 4" in diameter or less: Bedding shall conform with Section 9-03.13 "Backfill for Sand Drains." ' 2.18 Trench Backfill All fill placed above the pipe bedding in a trench shall be "Trench Backfill". The trench backfill material has been selected to distribute surface loads over the utility. In addition, the grain size has been selected so that the trench backfill will not migrate into the pipe bedding or trench walls. The Contractor must take particular care to maintain the integrity of the utility design by using the appropriate trench backfill material where shown. Trench backfill shall be placed and compacted above the pipe bedding to finished grade elevations in unrestored areas or to subgrade elevations in restored areas. Trench backfill shall consist of materials conforming to Section 9-03.19 "Bank Run Gravel for Trench Backfill" of the Standard Specifications. In unimproved or landscaped areas trench backfill shall be placed in uniform layers not to exceed 24 inches in loose thickness. Each lift is to be compacted to at least 85 percent of its maximum dry density based on the ASTM D-1557 test procedure (modified proctor). In areas where the trench will support roadways or vehicle access areas, trench backfill ' shall be placed in uniform layers not to exceed 12 inches in loose thickness. Each lift is to be compacted as specified in the construction details. 2-8 7/3/2007 9:54:26 AM J:\data\REN\105-049\Design\Specs\Hazen'fcchnicals Final.doc ' 0 2007 RH2 Engineering,Inc. Summer 2007 City of Renton Division 2—Sitework Hazen Reservoir 2.19 Gravel Backfill for Drains All fill placed around drain pipes in a trench shall be "Gravel Backfill for Drains". Gravel backfill for drains shall provide drainage for stormwater runoff Gravel backfill for drains shall conform with Section 9-03.12(4) of the Standard Specifications. 2.20 Gravel Base Course .. All fill placed under paving, foundations or structures and next to native material shall be "Gravel Base Course"unless otherwise called out on the plans. Aggregate for gravel base course under structures, and foundations shall conform to Section 9-03.10 Aggregate for Gravel Base of the Standard Specifications. Aggregate for gravel base course under roadways, paved areas, sidewalks and gravel areas shall conform to Section 9-03.9(3) Crushed Surfacing Base Course of the Standard Specifications. 2.21 Gravel Top Course Gravel surface paving as shown on the plans shall be "Gravel Top Course". Aggregate for gravel top course shall conform to Section 9-03.9(3) Crushed Surfacing Top r. Course and Keystone of the Standard Specifications. 2.22 Geotextile Fabric Geotextile Fabric shall be chosen by the contractor to meet the requirements based on place of use. For geotextile fabric called out on the plans to separate drain rock or French drains from surrounding soils,it shall be equal to Mirafi 140N. +r For geotextile fabric called out to drain behind a wall without the use of drain rock, it shall be equal to Mirafi G100W. For Embankment stabilization, if a geotextile fabric is called out,it shall be equal to Mirafi �•• Miramat TM8. All fabrics shall be shipped, stored,placed, overlapped and secured based on manufacturer requirements. Other locations may require a specialized geotextile fabric and if so shall either be identified in the plans or geotechnical report. 2.23 Cement Concrete Pavement Cement concrete pavement, sidewalks, curb and gutter shall meet the requirements of Division 3. Construction shall comply with Section 5-05 of the Standard Specifications. 2.24 Hot Mix Asphalt (HMA) / Asphalt Concrete Pavement ACP a The plans and specifrcatrons may call out Hot Mix Asphalt (HMA) of Asphalt 2-9 J:\data\RLN\105-049\Design\Specs\Ha7en'rechnicals Final.doc 7/3/2007 9:54:26 AM 0 2007 R112 Engineering,Inc. City of Renton ' Summer 2007 ty Division 2- Sitework Hazen Reservoir Concrete Pavement(ACP). The terms ate synonymous. Hot Mix Asphalt (HMA) shall comply with Section 5-04 of the Standard Specifications. , All HMA shown on the plans shall be Commercial HMA unless otherwise noted. Furnish, place, spread, and compact HMA to the thickness shown on the construction drawings. 2.25 Import Quantity Evaluation In order to document the quantities and amounts to be paid on monthly billing statements, the contractor shall provide the Engineer or Owner with copies of all trucking tickets indicating quantities of materials delivered to complete the contract. A , representative of the hauling company shall sign the truck tickets. The scales used to weigh materials shall be calibrated and certified on a quarterly basis. Certifications of such calibrations shall be given to the Engineer or Owner. One shall be sent prior to beginning of the project and as construction progresses on a quarterly basis. 2.26 Landscaping A. General This section includes labor, equipment, and materials necessary for the landscaping as shown on the Plans. B. Submittals , Contractor shall submit samples of compost, plant fertilizers, and written maintenance instructions recommending proper procedures for maintenance of plant materials. Provide plant material record drawings legibly recording actual construction indicating horizontal and vertical locations, referenced to permanent surface improvements. Identify field changes of dimension and detail any changes. The Contractor shall submit the data for topsoil to be used as determined by an approved testing lab. Data shall include percentage of organic content as determined by incineration process and recommendations on type and quality of additives required to establish satisfactory pH factor, organic content, and supply of nutrients to bring the soil to a satisfactory level for planting. The Contractor shall submit a planting schedule, indicating approximate planting date. C. Delivery, Storage, and Handling Deliver fertilizers in original,unopened and undamaged containers that list weight,analysis and name of manufacturer. Store in such a manner as to prevent wetting and deterioration. Take all precautions customary in good trade practice in preparing plants for transplanting. Spray deciduous plants in foliage with an approved "Anti-Desiccant" immediately after digging to prevent dehydration. Dig, pack, transport, and handle plants with care to ensure protection against injury. If plants cannot be planted immediately • upon delivery, properly protect them with soil, wet peat moss, or in a manner acceptable to the Owner. Water plantings as necessary to keep them alive and in healthy condition. Provide dry,loose topsoil for planting bed mixes. j 2-10 7/3/2007 9:54:26 AM ]:\data\RFN\105-049\Design\Specs\Hazen Technicals Final.doc 0 2007 RT1213ngincering,Inc. No Summer 2007 City of Renton Division 2—Sitework Hazen Reservoir .. D. Tests and Inspections r The Contractor,with the approval of the Owner will select a qualified testing laboratory to test and inspect operations under this Section at the Contractor's expense. Notify testing laboratory of times for inspections. Notify Owner if any undesirable conditions are met during construction so that supplemental recommendations can be made. E. Protection Prevent damage to existing features, pavement, utility lines, areas to receive planting and other features remaining as part of final landscaping and/or site improvements. F. Quality Assurance Comply with all applicable federal, state and local codes and safety regulations. Comply with sizing and grading standards of the latest edition of"American Standard for Nursery Stock." A plant shall be dimensioned as it stands in its natural position. All plants shall be nursery grown under climatic conditions similar to those in the project locale for a minimum of 2 years or transplanted from on-site. All potted plants shall be grown in the containers in which they are sold for a minimum of one year. Stock furnished shall be at least the minimum size indicated. Larger stock is acceptable, at no additional cost, providing that the larger plants will not be cut back to size indicated. .� Provide plants indicated by two measurements so that only a maximum of 25% are of the minimum size indicated and 75% are of the maximum size indicated. G. Project Conditions Notify Owner's Authorized Representative at least 7 working days prior to installation of plant material. r` A complete list of plants, including a schedule of sizes, quantities and other requirements is shown on the plans. In the event that quantity discrepancies or material omissions occur in the plant materials list, the planting plans shall govern. H. Landscape Grading Perform fine grading within Contract limits, including adjacent transition areas, to new ` elevations, levels, profiles and contours indicated. Provide subgrade surfaces parallel to finished surface grades, unless specified otherwise. Provide uniform levels and slopes between new elevations and existing grades. All fills required to achieve subgrades shall be i compacted per requirements of the fill type as noted above. For landscaping areas, all fill shall be compacted to 85% of modified proctor (ASTM D-1557) unless noted otherwise on the plans. Perform grading, within branch spread of existing trees scheduled to remain, by hand methods to elevations indicated. Cut roots cleanly to depth 3 inches below proposed .. finish grade. Treat cut roots over 1-inch in diameter with asphaltic pruning paint. ,r 2-11 J:\data\RI,N\105-049\Design\Specs\ilv.en Technicals Final.doc 7/3/2007 9:54:20 AM aw 0 2007 RH2 Engineering,Inc. Summer 2007 Ci ty of Renton Division 2- Sitework Hazen Reservoir I. Materials Provide plants typical for their species or variety with normal, densely developed branches t and vigorous, fibrous root systems. Provide only sound, healthy, vigorous plants free from defects, disfiguring knots, sun scald injuries, frost cracks, abrasions of the bark,plant diseases, insect eggs, borers and all forms of infestation. All plants shall have a frilly developed form without voids and open spaces. Bare root stock shall be dug and the earth removed without injury to fibrous root system necessary for full recovery of plant. Cover roots with thick mud coating by puddling and /or wrapping in wet straw, moss or other suitable packing material immediately after digging. Keep plant protected until planted. Plants planted on rows shall be matched in form. No pruning wounds shall be present with a diameter of more than 1 inch and such wounds must show vigorous bark on all edges. Evergreen trees shall be branched to the ground;double trunk trees are not acceptable. J. Topsoil Topsoil shall be naturally occurring surface soil with a minimum sand content of 60 percent. Topsoil shall have no evident rocks or debris over '/2 inch Acidity pH range shall be between 5.0 and 6.5. Organic matter content shall be 10 by dry weight. Add dolomite limestone, if required, to obtain pH. Limestone, if used, shall be finely ground, passing a ' minimum of 90% through the U.S. Standard No. 8 sieve and 20% through the U.S. Standard No. 100 sieve. Add approved nutrients, if required, to bring nutrients to a satisfactory level for planting as recommended by a qualified testing laboratory (exclude nitrogen,potassium and phosphorus). Soil from excavated planting pit shall be mixed with organic compost in a ratio of 1/3 organic compost to 2/3 sandy loam. Excess soil shall be disposed of as per Owner's Authorized Representative's instructions. K. Soil Amendments Commercial Fertilizer Each tree and shrub shall receive "AgSafe Tabs" (or equal) plant tablets at the time of planting at the following rate: Plant Size Tablet Size No. of Tablets , Ga. 10 gram 1-2 Gal. 21 gram 2-3 Cal. Inch of tree 21 gram 2 per inch Ht. Of tree 21 gram 2 per ft. of ht. For application to tree/shrub/groundcover beds 3 months after initial planting: Provide fertilizer with not less than 18 percent total nitrogen, 8 percent available phosphoric acid and 9 percent total potash. 2-12 7/3/2007 9:54:26 AM J:\data\REN\105-049\Design\Specs\Hazen Technicals Final.doc ' ©2007 RH2 Engineering,Inc. .. Summer 2007 City of Renton Division 2—Sitework Hazen Reservoir P and K to come from Controlled Release Polymer Coated-based nitrates. L. Potted Plant and Tree Preparation Time of planting Evergreen material.• Plant evergreen material between September 1 and December 1 or in the spring before .. new growth begins. If project requirements require planting at other times,plants shall be sprayed with anti-desiccant prior to planting operations. Deciduous material- Plant deciduous materials in a dormant condition. If deciduous trees are planted in-leaf, they shall be sprayed with an anti-desiccant prior to planting operations. �• Bare toot matetiak Plant bare root material between November 1 and March 1. .. Planting shall be performed only by experienced workers familiar with planting procedures under the guidance of a certified landscape contractor with a minimum of 5 years of experience. Locate plants as indicated or as approved by the Owner's Authorized Representative in the field after staking by the Contractor. If obstructions are met that are not shown on the plans, do not proceed with planting operations until alternative plant locations have r been selected or approved by the Owner's Authorized Representative. M. Potted Plant and Tree Installation Set plant material in the planting pit to proper grade and alignment, as shown on the planting details. Set plant material 2-3 inches above the finish grade. Filling will not be permitted around trunks. Backfill planting pit with topsoil. Form a ring of soil around the edge of each planting pit to retain water, except on slopes greater than 2 to 1. Provisions shall be made to allow drainage of excess water from ponding in planting pits to an approved source,if soil conditions are such that free drainage is not possible. nr After plants are set, muddle planting soil mixture around bases of balls and fill all voids. Remove all wrapping from the tops of root balls. Remove completely all non- biodegradable wrapping from root balls. Mulch all planting beds with nutramulch to a depth of 4 inches or approved equal in areas with slopes 2 to 1 greater and 2 inches in all other areas with stockpiled shredded plant waste. N. Hydroseed All disturbed surfaces within the project not otherwise covered by asphalt, gravel, quarry spalls, concrete, or other plant material/landscape items as indicated on Plans shall be hydroseeded, except ditches and swales may have seed applied by hand. Apply seed prior .. to installing erosion control blankets. The optimum seeding windows for Western Washington are April 1 through June 30 and 2-13 J:\data\RF_N\105-049\Design\Specs\Hazcn Technicals rinal.doc 7/3/2007 9:54:26 AM 0 2007 RT I2 Engineering,Inc. Summer 2007 City of Renton ' Division 2- Sitework Hazen Reservoir September 1 through October 1. Seeding that occurs between July 1 and August 30 will require irrigation until 75 percent grass cover is established. Seeding that occurs between October 1 and March 30 will require a mulch or plastic cover until 75 percent grass cover is established. Areas that will be seeded must have 2-inches of topsoil installed on the disturbed areas if no native top soil is present. The seedbed should be firm and rough. All soil should be roughened regardless of slope. If compaction is required, slopes must be track walked , before seeding. Backblading or smoothing of slopes greater than 4:1 is not permitted if they are to be seeded. Hydroseed applications shall include a minimum of 1,500 pounds per acre of mulch with 3 percent tackifier. Mulch may be made up of 100 percent: cottonseed meal; fibers made of wood, recycled cellulose, hemp, and kenaf; compost; or blends thereof. Tackifier shall be plant-based, such as guar or alpha plantago, or chemical-based such as polyacrylamide or polymers. Any mulch or tackifier product used shall be installed per manufacturer's instructions. Mulch is required for seeding. Any areas that have seed applied by hand shall have a minimum two-inch thick layer of mulch or topsoil. Slow-release fertilizers shall be used. Fertilizer shall not be agitated more than 20 minutes in the hydromulch machine before it is to be used. On 2:1 slopes and steeper, Bonded Fiber Matrix (BFM) or Mechanically Bonded Fiber Matrix (MBFM) products shall be used. BFM/MBFM products are applied with approximately 10 percent tackifier. BFM/MBFM shall be allowed to cure 24-36 hours before rainfall and shall not be installed on wet or saturated soils. The aforementioned specifications are the minimum requirements for the anticipated , conditions. It will be the responsibility of the Contractor to ensure seeded areas establish ground cover and to provide any additional measures necessary to establish ground cover in seeded areas. Any seeded areas that fail to establish at least 80 percent cover (100 percent cover for areas that receive sheet or concentrated flows) shall be reseeded at no additional cost to the Owner. O. Western Washington Hydroseed Mixes Install seed,fertilizer, and mulch for hydroseed mix at the following application rates: Seed 180 pounds per acre Fertilizer 90 pounds per acre, 10-4-6 Nitrogen-Phosphorus-Potassium (N-P-K) Mulch 1,500 pounds per acre BFM/MBFM 3,000 pounds per acre (for 2:1 slopes and steeper) 1 1 2-14 7/3/2007 9:54:26 AM J:\data\REN\105-049\Design\Specs\i-Iazen Technicals Final.doc 0 2007 R112 Engineering,Inc. Summer 2007 City of Renton Division 2—Sitework Hazen Reservoir r Ditch/Pond Seed Mix Proportion Percent Percent Name by Weight Purity Germination Tall or meadow fescue 75-80% 98% 90% Seaside/Creeping aw bent ass 10-15% 92% 85% .Redtop bent ass 5-10% 90% 80% •• All Other Areas Seed Mix Proportion Percent Percent +. Name by Weight Pun,ty Germination Redtop or Oregon ben ass 20% 92% 85% Red fescue 70% 98% 90% White dutch clover 10% 98% 90% P. Erosion Control Matting All areas disturbed during construction with final slopes at 2H : 1V or steeper as shown on the plans including, swales and storm drainage pond surfaces shall be covered with an erosion control blanket. Blanket shall be installed per the manufacturer's written recommendations including the use of landscape nails as necessary. Contractor shall submit erosion control blanket information for approval by the engineer prior to shipment of product to the job site. Hydroseeding shall be applied prior to the application of the erosion control matting. Disturbed areas with slopes 2H : 1V to 1.5H : 1V shall be equal to Curlex I. Disturbed areas with slopes steeper than 1.5H : 1V shall be equal to Curlex II. Swales and storm drainage ponds shall be covered with Curlex 1, or equal. Erosion control blanket shall be equal to that manufactured by American Excelsior Company, Arlington, Texas. Quick-grass type blanket shall be supplied if existing vegetation on the surrounding site or area is green. Q. Landscape Accessories .. Stakes and guys shall be made from new hardwood, treated softwood or redwood, free of knot holes and other defects. Anti-Desiccant: Protective film emulsion providing a protective film over plant surfaces, permeable to permit transpiration; mixed and applied in accordance with manufacturer's instructions. 2-15 J:\data\RRN\105-049\Design\Spccs\Hazen Tcchnicals Final.doc 7/3/2007 9:54:26 AM 'w 0 2007 RH2 Engineering,Tnc. Summer 2007 City of Renton ' Division 2- Sitework Hazen Reservoir R. Inspection Examine proposed planting areas and conditions of installation. Do not start planting work until unsatisfactory conditions are corrected and approved by the Owner's Authorized Representative. S. Plant Establishment Period The plant establishment period shall be 365 days in duration. Maintenance of landscaping installed as part of this contract is fully the responsibility of the contractor during the plant establishment period. During the plant establishment period, it shall be the Contractor's responsibility to ensure the continued growth of all plant materials. This care shall include, but not be limited to, the following: labor and materials necessary for removal of foreign materials,weeds, dead or rejected plant materials and lawn; the replacement of all unsatisfactory plant materials planted under this Contract in kind and size; and fertilizing to maintain a healthy growing condition and visually pleasing site. All dead plant materials shall be replaced within thirty (30) days of discovery. Re-set settled plants to proper grade and position. Restore planting saucer and adjacent material and remove dead material. Tighten and repair guy wires and stakes as required. Correct defective work as soon as possible after deficiencies become apparent and weather ' and season permit. Water trees, plants and groundcover beds within the first 24 hours of initial planting, and ' in sufficient amounts thereafter to keep plant materials in a healthy growing condition. Provide maintenance reports to Owner's Authorized Representative monthly, indicating procedures, fertilizing,defective material, etc. T. Acceptance 1. Final inspection to determine acceptance of planted areas will be made by the Owner's ' Authorized Representative,upon Contractor's request. Provide notification at least 10 working days before requested inspection date. Planted areas will be accepted, provided all requirements, including maintenance, have been complied with and plant ' materials are alive and in a healthy, vigorous condition after final acceptance of the project. 2. Upon one year after Substantial Completion, the Owner will assume plant maintenance. U. As-built Records for Landscaping Provide plant material record plans legibly recording actual construction indicating horizontal and vertical locations,referenced to permanent surface improvements. Identify field changes of dimension and detail any changes. r 2-16 7/3/2007 9:54:26 AM J:\data\REN\105-049\Desibn\Specs\lla7Ln Technicals Final.doc ' OO 2007 RH2 Engineering,Inc. Summer 2007 City of Renton Division 2—Sitework Hazen Reservoir V. Cleaning .r During landscape work,keep pavements clean and work area in an orderly condition. Perform cleaning during installation of the work and upon completion of the work. Remove from site all excess materials, soil, debris and equipment as instructed by Owner's .. Authorized Representative. Repair damage resulting from planting operations. W. Plantings for Landscape Warranty Warrant trees, shrubs and ground cover for the period as stated in the Warranty section of Division 1 against defects including death and unsatisfactory growth, except for defects resulting from negligence by Owner, abuse or damage by others or unusual phenomena or incidents beyond the Contractor's control. Replace, in size and kind and in accordance with the plans and Specifications, all plants ..� that are dead or, as determined by the Owner's Authorized Representative, in an unhealthy or unsightly condition, or have lost their natural shape due to dead branches or other causes due to the Contractor's negligence. Such replacement(s) will be at rw Contractors expense. Warranty shall not include damage or loss of trees, plants, or ground covers caused by fires, unusual floods, freezing rains, lightning storms, winds over 75 miles per hour or rw other "Acts of God". Winter kill caused by extreme cold and severe winter conditions not typical of planting area, unanticipated acts of vandalism or negligence on the part of the Owner and damage caused by wildlife, shall not be covered under this warranty. 2.27 Chain-Link Fencing .w Chain-Link (woven wire fabric) fencing shall be as detailed on the plans and in accordance with Section 8-12 of the 2006 WSDOT Standard Specifications with the exceptions as detailed in the construction drawings. If no detail is shown on the plans, the fence shall be a WSDOT Chain Link Type 3 Fence. The fence shall be installed such that the clear distance between the bottom of the fence and the finished grade is not more than 2 inches. Contractor shall provide an Owner standard lock at each gate shown on the plans. ,.� Each lock shall be keyed to match the Owner's key. The main entrance to the site shall be provided with an motorized gate and key pad as specified on the plans. 2.28 Automatic Vehicle Access Gate System Provide and install an automatic-locking access sliding gate. The access gate shall be constructed of chain-link fencing with height to match proposed site fencing. Install barbed wire, if applicable, along top of gate to match proposed site fencing. Access gate shall have a self-locking mechanism to prevent using such means as a vehicle to push the gate open. Gate to auto-close after keypad use. Access gate control system shall be equal to Hy-Security brand 222-SS hydraulic slide gate operator. The gate control system shall be enclosed in an outdoor rated enclosure and pad mounted. aw 2-17 J:\data\REN\105-049\Design\Specs\Ha7en Technicals Final.doc 7/3/2007 9:54:26 AM A' 0 2007 R112 Engineering,Inc. Summer 2007 City of Renton 1 Division 2- Sitework Hazen Reservoir Provide concrete pad as required by the manufacturer. The access keypad system for controlling the opening and closing of the gate system shall be compatible with the specified Hy-Security brand gate operator. The access keypad shall have 10 number/letter push buttons, lighted display, and entry storage tracking memory. The access keypads shall be located on a NEMA-3 or better stainless steel enclosure. The access keypads shall be located on the inside and outside of the secured area to control entry in and out of the fenced area. Upon activation, the gate shall remain open long enough to allow one motorized vehicle to pass before gate begins to close. The access keypad shall provide a minimum ten programmable 4-digit code memory and sufficient memory to store a minimum of 5,000 access entries. , Install photo eye sensors (sender-receiver style, no reflector) on gate posts and connect to gate operator system per manufacturer's instructions. Gate should remain open if an obstruction breaks the beam. Install Knox switch per manufacturer's instructions to allow emergency vehicle access. Cylinder to be keyed to local fire department key. , Proposed PVC power conduit for gate control system shall be buried with 24-inches of cover and routed as indicated on plans. Gate/operator motor is rated at 1 horsepower, 4 Amp, 120 VAC, single-phase power for sliding gates. Provide conductors as required by manufacturer, as well as necessary fittings. In the event of a power failure to the gate operator, the gate shall have a manual bypass method to open gate. All electrical ' installations shall be per the current National Electrical Code (NEC). 2,29 Temporary Construction Security Fence The contractor shall provide a 6-feet tall temporary construction fence surrounding the construction site and stormwater pond. Fence posts shall be spaced at a maximum of 12 feet on center. Contractor shall be responsible for maintaining fence during construction , and securing fence after each workday. Posts shall be securely installed directly into the ground or set in temporary concrete base blocks. Chain link shall be securely attached to the fence posts. Chain link shall be 13-gauge minimum. Top and bottom wire shall be ' used for fencing with posts directly driven into the ground. Top and bottom rail shall be used for modular fencing using concrete block bases. All vehicle access gates shall be locked with a padlock provided by the contractor. Extra keys shall be provided to the Owner and Engineering inspector prior to construction. The construction fence may be used in combination with the permanent fence provided that the fence is continuous around the site perimeter. Clearing limit identification fencing shall not be considered a Temporary Construction Security Fence. 2.30 Construction Fence Perimeter Signs During Construction, if construction site is to be partially or completely enclosed, signs stating "Construction Area, Keep Out" shall be placed so that at any location around the construction site within 100' a sign can be read from that distance. Signs shall be made of polyethelene and be 1/8" thick minimum. Sign shall have a white background with 2-18 7/3/2007 9:54:26 AM J:\data\Ri,-N\105-049\Design\Specs\Hazen Technicals Final.doc 0 2007 RI I2 Engineering,Inc. Summer 2007 City of Renton Division 2—Sitework Hazen Reservoir aw construction orange print. Font shall be readable from 100'. Upon removal of temporary construction fencing,remove signs from fencing and deliver to owner's shops. ur rr ■r .r .r r r �r w �r r 2-19 J:\data\REN\105-049\Design\Specs\Fla7en Technicals Final.doe 7/3/2007 9:54:26 AM 0 2007 R1I2 Engineering,Inc. 1 1 1 1 1 1 1 i i i 1 1 1 i 1 1 1 Division 3 Concrete 3.1 General aw This division covers that work necessary for furnishing and installing all concrete as described in these specifications and as shown on the plans. 3.2 Submittals aw Submittal information shall be provided to the Owner for the following items: 1. Concrete mix design including aggregate gradation and substantiating strength data. w. 2. Admixture Data 3. Rebar placement shop drawings 4. Precast concrete items 5. Grouts 6. Form Release agent 7. Curing Compound (If allowed) w Concrete mix designs shall be submitted to the engineer for approval a minimum of two weeks prior to placing any concrete. The mix design shall include the amounts of cement, fine and coarse aggregate,water and admixtures, as well as the water cement ratio, slump, concrete yield, aggregate gradation, and substantiating strength data in accordance with ACI 318, Chapter 5. A batch plant inspection may be required, the cost of which shall be paid by the Contractor. Review of mix submittals by the engineer of record indicates only .. that information presented conforms generally with contract documents. Contractor or supplier maintains full responsibility for specified performance. 3.3 Inspection See Statement of Special Inspections on the Drawings for Special Inspection aw requirements. All formwork and reinforcing steel must be inspected and approved by the Special Inspector as required by Chapter 17 of the IBC prior to placing any concrete. Concrete placement shall be inspected by the Special Inspector as required by Chapter 17 ow of the IBC. Provide 48-hour notice to Owner prior to needing the required inspections. Contractor shall meet all permit conditions related to inspections by the Building Official. The contractor shall repair, replace or modify, as appropriate, any deficient items noted in the Special Inspector's or Building Official's inspection. 3.4 Testing aw Concrete strength tests shall be performed per section 1905.6 of the IBC and per the requirements noted herein. The Owner will provide and pay all costs of concrete testing. ..,, The Engineer shall be famished with copies of all inspection reports and test results. The Contractor will coordinate all concrete testing with the testing agency. Costs will be paid by the Owner. .. 3-1 J:\data\REN\105-049\Design\Specs\Hazen Technicals Final.doc 7/3/2007 9:54:26 AM or 0 2007 Ri I2 Engineering,Inc. Summer 2007 City of Renton ' Division 3 - Concrete Hazen Reservoir Give the Owner and the testing agency 48 hour notice prior to concrete placement. If , Contractor fails to provide the required notice, the Owner may elect to cancel the affected concrete placement. Contractor shall be responsible for costs and delays due to improper notification. If the Contractor schedules a concrete placement and does not notify the Owner and testing agency of a cancellation within 24 hours of the scheduled placement, the Contractor shall pay the testing agency's costs for an unnecessary trip. If the Contractor fails to provide the testing agency with adequate notification and the testing agency cannot attend the concrete placement, Contractor shall reschedule placement. Contractor shall be responsible for all associated delays. The Contractor shall provide all assistance and cooperation necessary to testing personnel to obtain the required concrete tests. Contractor and Owner will have access to testing results as soon as they are available. The testing agency shall take a minimum of four samples for every 50 yards of concrete placed (and a minimum of four per pour); one for a 7 day test, two for 28 day tests, and one for backup testing in case the other two samples do not meet minimum design strength. Additional samples may be taken to verify strength prior to form removal at the Contractor's expense. 3.5 Concrete Materials Concrete shall be mixed, conveyed, and proportioned in accordance with IBC section , 1905. The concrete mix shall include the amount of cement, fine and coarse aggregate,including aggregate gradations, water, and admixtures as well as water cement ratio, slump, concrete yield, and sustaining strength data in accordance with these specifications, the requirements of the International Building Code Section 1905, and the requirements of , ACI 318. Materials shall conform to the following standards: Cement-ASTM C-150 Coarse aggregate -ASTM C-33 Fine aggregate-ASTM C-33 Admixtures -ASTM C-494 Air-entraining admixtures—ASTM C-260 Fly Ash—ASTM C-618 Nominal maximum size for aggregates is the smallest standard sieve opening through i which the entire amount of aggregate is permitted to pass. Provide intermediate aggregate grades as required to achieve a well graded mix. Water used in concrete shall be potable. Fly ash may be substituted for up to 15% of the required cement. Air content shall be as measured out of the truck. 3-2 7/3/2007 9:54:26 AM J:\data\REN\105-049\Design\Specs\Iia7.en Technicals Final.doc , 0 2007 R1I2 Engineering,Inc. w Summer 2007 City of Renton Division 3—Concrete Hazen Reservoir r� A. Foundation Concrete ..r All concrete as shown on the plans for the reservoir and building foundations. Use water reducers for all concrete. Use super-plasticiers to achieve required slump. 28 day strength—4000 psi minimum +�w Water/cement ratio- .36 maximum Nominal maximum aggregate size—1 1/2 inch Combined Grading Limits: Limits shown are for all course aggregates and sand combined. Sieve Combined Grading Limits Sizes 1-1/2" Max. 2" -100 " 1-1/2" 95 - 100 1" 65 - 85 3/4" 55 -75 .r 1/2' 3/8" 40 - 55 No. 4 30 - 45 No. 8 23 - 38 No. 16 16 - 30 No. 30 10 - 20 No. 50 4- 10 No. 100 0 - 3 No. 200 0 -2 Entrained air ratio—4.5%minimum to 7.0%maximum Slump—Maximum 8 inches,otherwise as desired for placement. r.r B. Concrete for Thrust Blocks, Driveways, Curb and Gutter, and Sidewalks All concrete for non-structural applications including thrust blocks, driveways, and sidewalks. Hydraulic or Other Structural Concrete may be substituted. ,.. 28 day strength—4000 psi minimum Water/cement ratio- .45 maximum Nominal maximum aggregate size—3/4 inch Entrained air ratio—5.5%minimum to 7.5%max aw C. Controlled Density Fill (CDF) CDF as shown on the plans or as directed by the Engineer shall be proportioned to be flowable, non-segregating, and excavatable, and shall conform to the following requirements: • Maximum Compressive Strength 300 (psi). VAW 3-3 J:\data\RF:N\105-049\Design\Specs\ilazen Technicals Final.doc 7/3/2007 9:54:26 AM 0 2007 8112 Engineering,Inc. Summer 2007 City of Renton ' Division 3 - Concrete Hazen Reservoir • Minimum 28-day compressive strength 100 (psi). , • Pounds of cement per cubic yard (approx.) 50. • Pounds of fly ash per cubic yard (approx.) 250. , • Pounds of dry aggregate per cubic yard (approx.) 3,200. If air containing or water reducing admixture is used for flowability, total water and , aggregates may be adjusted for yield. Weights may be adjusted for flowability and pumpability. Revisions to the mix design shall be submitted to the Engineer for approval. The Contractor shall protect CDF for at least 24 hours after placement or for as long as necessary to prevent displacement by construction equipment or traffic. CDF placment may be started if weather conditions are favorable,when the temperature is a minimum of 34°F and rising. At the time of placement, CDF must have a temperature of at least 40T. Placing shall stop when the temperature is 38°F or less and falling. CDF shall not be placed on frozen ground. 3.6 Formwork , Concrete forms shall be sufficiently tight to prevent leakage of concrete or mortar and shall be properly braced or tied together to maintain desired position and shape until ' removed. Form construction for surfaces covered with backfill shall be made of steel, plywood, or dressed, matched lumber. Form construction for exposed surfaces shall be made of new plywood or steel without surface markings. Unless otherwise directed, coat contact surface of forms with colorless, non-staining, mineral oil that is free from kerosene, or other approved suitable material, to permit satisfactory removal of forms without concrete damage. Protect all conduit and pipe embedded in concrete in accordance with Section 1906 of the , IBC. Forms shall remain in place until the concrete has developed sufficient strength to withstand imposed loads without damage or deflection. Do not allow water to flow through areas where forms are to be placed. During form construction and prior to placement of concrete, keep footings and floor slab areas free of , standing water. After form removal,remove all fins and projections and fill all holes and imperfections. , Variations from plumb, specified grade, conspicuous lines, and walls shall not exceed plus or minus 1/4- inch in any 10-foot length, and shall not exceed one inch over the entire length. Variations from dimensions shall not exceed plus or minus 1/2-inch. Closer , tolerances shall be achieved by the Contractor as necessary to accommodate equipment. and other permanent materials. 3.7 Reinforcing Steel , Reinforcing steel requirements are listed below and detailed in the plans. 3-4 7/3/2007 9:54:26 AM J:\data\REN\105-049\Design\Specs\Hazen Technicals rinal.doc 0 2007 RI I2 Engineering,Inc. low Summer 2007 City of Renton Division 3—Concrete Hazen Reservoir Ow Grade -ACI A615-81A, Grade 60 dw Detailing-ACI 318-99 and ACI 315-92 Lap requirements- See schedule on plans Tie wire - 16 gauge minimum "" Reinforcing steel shall be detailed in accordance with ACI 315-92 and 318-95 and as shown on the plans. Lap all reinforcements in accordance with "the reinforcing splice and development length schedule". Provide corner bars at all wall and footing intersections. ■r Bar supports shall conform to `Bar Support Specification," CRSI Manual of Standard Practice, MSP-1-80. Provide Class 1, plastic protected bar supports. Use pre-cast concrete blocks to support bars off ground. Bar supports in water holding and buried structures shall be non-metallic. Reinforcing steel shall be free of rust and loose scale at time of concrete placement. Bars with kinks, improper bends, or reduced cross-section due to any cause will not be used. Bars shall not be field bent. Bars may not be tack-welded or otherwise heated. ,.. 3.8 Pre-Cast Concrete All concrete structures identified on the plans as being pre-cast, prefabricated, or not specifically detailed with reinforcing steel shall be pre-cast concrete. w. Pre-cast concrete manholes shall conform to ASTM C-478. The rubber gasket joint shall conform to ASTM C-443. Additional reinforcement shall be provided within the pre-cast Y. concrete structure at all penetrations, openings, joints, and connections. The additional reinforcement shall be provided to prevent damage during shipping, handling and installation.All damaged units shall be rejected. Pre-cast vaults shall conform to ACI 318-99 and be constructed to the equivalent dimensions and functional characteristics of the specific product identified on the plans. Pre-cast vaults shall be constructed to withstand anticipated construction loads that occur during transport, handling, and placement as well as the anticipated design loads. Design loads shall include the anticipated soil pressures, hydrostatic loads, and H-20 vehicular load rating. aw .. U. .r. .. 3-5 OW J:\data\REN\105-049\Design\Specs\Hazen Tcchnicals Final.doc 7/3/2007 9:54:26 AM 0 2007 RH2 Engineering,Inc. Summer 2007 City of Renton ' Division 3 - Concrete Hazen Reservoir 3.9 Cast-In-Place Concrete Contractor shall schedule and attend a Concrete Placement meeting at least one week prior to placing concrete.The following shall attend: ' Owner Engineer Contractor Testing Laboratory Representative Concrete Supplier The following shall be discussed at the meeting: Safety (Contractor's sole responsibility) Batching and Delivery,Adjustments to Mix;Site Dosing Placement Rates and Anticipated Schedule of Placing and Finishing Site Layout—Holding Area;Pump Truck Location;Truck Wash-out Area;Parking area Equipment—Pumps and Appurtenances;Vibrators; Spare Equipment Concrete Testing Procedures , Curing Placement shall be in accordance with 2003 IBC, Section 1905. Place no concrete when air temperature is below 40 degrees during the 28-day curing period unless a low temperature concrete mix has been approved by the Owner. Provide adequate equipment for heating materials and protecting concrete during freezing or near freezing weather. Keep materials, reinforcement, forms, and ground in contact with concrete free from frost at time of placement. Heat mixing water as required. Use no materials containing ice. Place no concrete when air temperature exceeds or is expected to exceed 85 degrees during the 28-day curing period unless a high temperature placement plan has been approved, and unless adequate precautions are taken to protect work. Cool ingredients prior to mixing. Flake ice or crushed ice of a size that will melt completely during mixing may be substituted for all or part of water. Cool forms and reinforcing prior to placing concrete. Concrete shall be transported in a truck mixer to the jobsite and discharged within 1.5 hours after cement has been added to water or aggregates. Rejected concrete will be at Contractor's expense. Do not place concrete during rain, sleet, or snow until water and freezing protection is provided. +rr Before beginning placement of concrete, remove hardened concrete and foreign materials from inner surface of mixing and conveying equipment. Before depositing concrete, remove debris from space to be occupied by the concrete. Secure reinforcement in position to prevent movement during concrete placement. Handle concrete from mixer, ready-mixed truck, or from transporting vehicle to place of final deposit by methods which prevent separation or loss of ingredients. Under no circumstances shall concrete that has partially hardened be deposited. 4W 3-6 7/3/2007 9:54:26 AM J:\data\REN\105-049\Design\Specs\iIazen Technicals rinal.doc ©2007 RH2 Engineering,Inc. � 4W Summer 2007 City of Renton Division 3—Concrete Hazen Reservoir 0W Place concrete in maximum lifts of 3 feet. Deposit concrete continuously so that no concrete will be deposited on concrete which has hardened sufficiently to cause formation of seams and planes of weakness within the section. If a section cannot be placed continuously, locate and reinforce construction joints at points as provided for in the Plans or as approved by the Owner. Maximum concrete drop shall be 5 feet. Consolidate concrete by vibration, supplemented by hand spading, rodding, forking, or tamping. Thoroughly work concrete around reinforcement, around embedded items, and 'r into corners of forms to eliminate air or rock pockets which may cause honeycombing, pitting, or planes of weakness. Insert and withdraw internal vibrators at points approximately 18 inches in each direction and extend into the lower concrete lifts.At each aw insertion, the duration shall be sufficient to consolidate the concrete; but not sufficient to cause segregation. Do not use vibrators to transport concrete within forms. Consolidate slabs by utilizing vibrating screeds, roller pipe screeds, internal vibrators, or other approved methods. Have a spare vibrator available at jobsite during concrete placing operations. After form removal, remove all fins and projections, fill all form tie holes, and finish in accordance with the Finish Schedule. rr Repair all rock pockets and other defective concrete immediately after form removal. Remove all defective concrete to sound concrete. Apply approved bonding agent in „r accordance with manufacturer's recommendations prior to placing fresh concrete. At construction joints, thoroughly clean surface of existing concrete to remove laitance. Roughen existing concrete surface to expose aggregate uniformly and apply approved bonding agent to existing concrete in accordance with manufacturer's recommendations. Prior to placing fresh concrete, dampen joint and coat with grout mixture in accordance with ACI 301, Section 8.5. .r. At patches, repairs, and other areas requiring bonding of new to existing concrete, apply an approved bonding agent to existing concrete in accordance with manufacturer's recommendations. All concrete shall be water-cured unless approved in advance by the Owner. If approved, curing materials shall conform to ASTM C-171 and liquid membrane-forming compounds +� shall conform to ASTM C-309. 3.10 Embedded Items Position embedded items accurately, and support against displacement or movement during placement. Fill voids in sleeves, insets, anchor slots, etc., temporarily with readily removable materials to prevent entry of concrete into voids. 3.11 Non-Shrink Grout General Purpose Non-Shrink Grout: General Purpose Non-shrink grout shall meet the compressive strength and nonshrink requirements of CRD-C 621, Grades B and C; Corp or Engineers Specification for Non- +• shrink grout; and ASTM C 1107, Grades B and C. General Purpose Non-shrink grout shall be Masterflow 713 Plus or Embeco 636 Plus or approved equal. 3-7 J:\data\REN\105-049\Design\Specs\iIazen Technicals Final.doc 7/3/2007 9:54:26 AM 0 2007 R1I2 Engineering,Inc. Summer 2007 City of Renton Division 3 - Concrete Hazen Reservoir ■r Curing Compounds:As recommended by the grout manufacturer. General: Stockpile grout to prevent contamination from foreign materials and store admixtures to prevent contamination or damage from excess temperature change. Water to be used in mixing the grout shall be potable. Surface Preparation A. Mechanically remove unsound concrete within the limits of the grout placement. B. Remove at least 1/4 in. (6mm) of existing concrete facing and continue removal as required to expose sound aggregate. C. Thoroughly clean the roughened surface of dirt, loose chips, and dust. Maintain substrate in a saturated condition for 24 hours prior to grouting. Surface should saturated surface dry at time of grouting. Metal Preparation A. Clean baseplates and other metal surfaces to be grouted to obtain maximum adhesion. Remove loose rust and scale by grinding or sanding. Formwork A. Comply with grout manufacturer's recommendations for form construction. Construct forms to be liquid tight. Mixing , A. Comply with grout manufacturer's recommendations for mixing procedures. B. Adjust water temperature to keep mixed grout temperature in the range of 45° F (7° C) and 90° F (32° C) minimum/maximum. 1. Use cold or iced water to extend working time in hot weather or in large placements. 2. Use warm water in cold conditions to achieve minimum as mixed temperatures. Installation A. Place grout mixture into prepared areas from one side to the other. Avoid placing grout from opposite sides in order to prevent voids. Work material firmly into the bottom and sides to assure good bond and to eliminate voids. B. Ensure that foundation and baseplate are within maximum/minimum placement temperatures. Shade foundation from summer sunlight under hot conditions. Warm foundation when foundation temperature is below 45° F (7° C). Curing Wet cure exposed shoulders for 48 hours followed by two coats of curing compound for best results. The minimal requirement is to wet cure until grout has reached final set, 3-8 7/3/2007 9:54:26 AM J:\data\REN\105-049\Design\Specs\ilazen Technieals Pinal.doc 0 2007 RI 12 Engineering,Inc. Summer 2007 City of Renton Division 3—Concrete Hazen Reservoir followed by two coats of curing compounds. •• 3.12 Concrete Finishing Do not place concrete which requires finishing until the materials, tools, and labor .. necessary for finishing the wet concrete are on the job and acceptable to the Owner. Cut out and patch defects in concrete surfaces as specified herein.After removal of forms, chip out imperfections, rock pockets, holes from form ties, and other defects to solid concrete. Surface of the cavity to be patched shall be thoroughly wet before patching mixture is applied. Where pull-out type ties are used, fill holes as recommended by manufacturer of ties, and as approved by the Owner. rr The finish schedule is shown below: Foundation (exterior) - Ordinary Wall Foundation Slab -Monolithic Finish Each concrete area that requires finishing shall conform to one of the following ., requirements: A. Ordinary Wall Finish .. Ordinary Wall Finish requites the use of like-new forms and linings that will produce a uniform surface. After points have set sufficiently, grind or fill form marks and pointings to give a smooth surface even with flat wall surface. Fill all air holes greater than 'A-inch �r with 1:2 mortar floated to an even,uniform finish. B. Monolithic Finish Finish by screeding and floating with straight edges to bring surfaces to required elevation shown on the Plans. While concrete is still green, but sufficiently hardened to bear the finisher's weight without 1/8" imprint, float it to a true, even plane with no coarse .• aggregate visible. Use sufficient pressure on floats to bring moisture to surface. After surface moisture has disappeared, hand trowel concrete to produce a smooth, impervious surface, free from trowel marks. Give additional trowelling to surface for the purpose of +r burnishing. Do not use dry cement or additional water in trowelling. aw r aw rr 3-9 J:\data\RI;N\105-049\Design\Specs\Hazen Technicals hinal.doc 7/3/2007 9:54:26 AM o' 0 2007 R1I2 Engineering,Inc. r.. Division 4 Masonry Not Used This Contract r aw w No 4-1 r J:\data\REN\105-049\Design\Specs\lla7en Technicals Final.doc 7/3/2007 9:54:26 AM 0 2007 RI I2 Engineering,Inc. aw Division 5 Fabricated Metalwork and Structural Plastics 5.1 General �r All work associated with the tank, tank appurtenances and anchorage is covered under Division 13, except where Division 5 is specifically referenced therein. 5.2 Submittals ap Submittal information shall be provided to the Owner for the following items: 1. Shop Drawings showing details of Fabricated Metalwork including connections and welding 2. FRP Data Sheets verifying specification Requirements Concrete Anchors. 5.3 Quality Assurance Only prequalified welds (as defined by AWS) shall be used. .. Fabricator shall be registered and approved to perform shop fabrication without special inspection. Submit certificate of compliance to the Owner at the completion of fabrication. Owner will forward this to the Building Official. If fabricator is not registered and approved, or the certificate of compliance is not received, the Contractor shall reimburse the Owner for all Special Inspections required by 4W the IBC on shop fabricated items. The Contractor shall also reimburse the Owner for all Special Inspections required by the IBC for field welding not specifically shown on the plans. Contractor shall alert Owner at least 30 calendar days in advance if such Special .. Inspections will be required in order to procure the services of a testing lab. Special Inspection by the Owner does not relieve the contractor of responsibility of performing his own inspections and testing to ensure that all items are properly r. constructed. Specific special inspections related to metal fabrications, placement and welding shall be subject to 48-hour notice to the Engineer prior to the inspection time. 48-hour notice is defined in Division 1, Contractor Responsibility. 5.4 Contractor or Manufacturer Designed Components - Requirements Design of Contractor- or Manufacturer-designed components or assemblies shall meet the .. specific component requirements as provided here-in, as well as all applicable state and federal codes. Design shall include gravity loads and seismic loads in accordance with Section 1621 of the IBC. Design criteria shall be as provided herein for components, and as provided on the plans. Contractor-designed components and assemblies shall be shop welded and field bolted if possible. Field welding will NOT be allowed unless specifically shown, or there is no reasonable alternative. ar 5-1 illr J:\data\REN\105-049\Design\Specs\Ilazen Technicals Final.doc 7/3/2007 9:54:26 AM 0 2007 RI-12 Engineering,Inc. 2 7 City of Renton Summer 00 ry Division 5 -Metals Hazen Reservoir 5.5 Seismic Restraint and Anchorage - General Contractor shall furnish seismic restraint to all components of the project. Seismic restraint shall be designed to meet ASCE 7, Chapter 15 requirements. The following design values shall be used in calculating seismic forces: S1 = 0.466 Sds = 0.801 Shc= 0.377 I = 1.5 ' A complete seismic restraint system shall be provided including struts, straps, bolts, nuts, washers, etc. as required for securely attaching component systems to ceilings, walls, , equipment pads, floors, and/or walls. Contractor shall install restraints in accordance with the manufacturer's requirements as applicable. Seismic restraint systems shall be designed so as not to interfere with normal operations and maintenance of the equipment and other components as shown on the plans. All materials and fabrication shall be as required in these specifications. Drilled-in anchors for non-rotating equipment shall be concrete anchors unless otherwise specified. Contractor shall submit calculations showing that the , seismic restraint assembly meets the design criteria given above. Contractor shall submit this information to the Engineer for review prior to fabrication and installation. 5.6 Structural Steel Structural steel shall conform to the following requirements: Plates, shapes,angles,rods -ASTM A36, Fy>_ 36 ksi ' Special Shapes,Plates -ASTM A572, Fy>_ 50 ksi Pipe Columns -ASTM A53, Grade B Type E or S, Fy?35 ksi , Structural Tubing-ASTM A500, Grade B,Fy>_46 ksi Finish-Mill finish 5.7 Galvanized Steel Base metal shall be as specified for Mild Steel. ' Hot-dip galvanized after fabrication in accordance with ASTM A 924/A 924M. For pieces that will NOT be painted,galvanize with zinc coating in accordance with ASTM ' A 653/A 653M For pieces that WILL be painted, galvanneal with zinc/10% iron coating in accordance with ASTM A 653/A 653M 5.8 Stainless Steel , Stainless steel shall be type 304 (non-welded) or type 304L (welded). All stainless steel shall have a standard mill finish where concealed or No. 4 finish where exposed and shall be cleaned of all foreign matter before delivery to the job site. ' Plates -ASTM A240 5-2 7/3/2007 9:54:26 AM J:\data\RF-N\105-049\Design\Specs\Iiazen Technicals Final.doc , 0 2007 RI12 Engineering,Inc. Summer 2007 City of Renton Division 5—Metal Hazen Reservoir Fasteners -ASTM F593 W Extruded Structural Shapes -ASTM A276 Pipe-ASTM A240 (larger than 6" diameter);ASTM A312 (6" diameter and smaller) 5.9 Aluminum Aluminum materials in contact with concrete or other metals or other masonry materials w shall have surfaces coated per Division 9. Plates -ASTM B209,Type 6061-T6 Extruded Shapes -ASTM B308,Type 6061-T6 Pipe-ASTM B210 Type 6061 r Architectural Applications -ASTM B210,Type 6063 5.10 Structural Connectors .. All materials to be joined together shall be connected as shown on the plans, specifications, as recommended by the manufacturer, or as required by standard industry practices if not otherwise specified. Under no circumstances shall the fasteners be of lesser r strength or higher corrosive potential than the materials being connected. Connection bolts, nuts and washers for all materials in wet conditions including process rooms shall be Stainless Steel. Minimum grade 304 in raw domestic or treated domestic rr water. Minimum grade 316 in treatment process and sewage applications. Minimum grade 317 for acidic transport. Bolts and nuts shall meet ASTM F593 and F594. r. Steel Fabrications: Connection bolts for dry conditions may be A307 galvanized bolts. Aluminum and Structural Plastic Fabrications: Connection bolts shall be Stainless Steel. Bolts into concrete and CMU shall be Concrete Anchors as specified herein. For mechanical pipe (non structural) connections, see Division 15, Mechanical, "Mechanical Pipe and Related Equipment Joining". 5.11 Concrete Anchors Concrete Anchors shall be Hilti HY-150 Adhesive Anchors. Install in accordance with Manufacturer's recommendations. Special Inspection in accordance with IBC, Section 17, must be provided. Concrete anchors shall not be used to resist tension or fatigue loading without Owner's evaluation and approval. Use threaded rod or reinforcing bar as shown on the drawing, and meeting Manufacturer's recommendations. Threaded rod shall be SST in exterior and wet conditions. Provide .,. minimum embedment as shown. Holes shall be drilled with carbide-tipped drill bit. Holes shall be cleaned of dust and debris.Adhesive shall be inserted with a mixing nozzle. 5.12 Fabrication All welding shall be in accordance with AISC and American Welding Society (AWS) standards and shall be performed by Washington Association of Building Officials 5-3 r J:\data\REN\105-049\Design\Specs\Hazen Technicals Final.doc 7/3/2007 9:54:20 AM ®2007 R112 Engineering,Inc. Summer 2007 City of Renton Division 5 -Metals Hazen Reservoir (WABO) certified welders using electrodes to match base material. All shop welds shall be ground smooth. , Any shop paint on metal surfaces adjacent to joints to be field welded shall be wire brushed to remove the paint film prior to welding. ' Where steel items to be welded are galvanized, galvanizing must first be removed by grinding with a silicon carbide wheel,by grit blasting or by sand blasting. , All steel fabrications shall be surface prepped, shop primed and field coated in accordance with Division 9 unless otherwise called-out. Shop priming shall be protected as required to prevent damage to the coating during shipping. Hold back shop priming from areas to be ' field welded. 5.13 Installation ' Fabrications shall be installed as shown on the approved shop drawings. All members shall be accurately located and erected plumb and level. , Metal fabrications shall be installed or erected as based on the American Institute of Steel Construction (AISC) "Specification for the Design, Fabrication, and Erection of Structural Steel for Buildings",latest edition,plus all referenced code requirements. , Temporary bracing, such as temporary guys, braces, false-work, cribbing, or other elements, shall be provided by the Contractor in accordance with the requirements of the "Code of Standard Practice", wherever necessary to accommodate all loads to which the ' structure may be subjected, including construction loads. Such bracing shall be left in place as long as may be required for safety. As erection progresses, the work shall be securely bolted or welded to compensate for all loads during construction. , No permanent bolting or welding shall be performed until the structure has been properly aligned. ' Contractor-designed components and assemblies shall be shop welded and field bolted if possible. Field welding will only be allowed if there is no reasonable alternative. All field welds shall be ground smooth. ' Any shop paint on metal surfaces adjacent to joints to be field welded shall be wire brushed to remove the paint film prior to welding. , 5.14 Ladders - General Ladders shall meet the requirements set forth in OSHA 1910.27 and WAC (Washington Administrative Code) 296-24-735 through 296-24-81011. The ladder shall also be capable of supporting a concentrated vertical load of 300 pounds applied at the mid-span of the rung. Ladders shall be shop assembled,pre-drilled and prepared for field attachment of standoff clips, or as otherwise shown. 5-4 7/3/2(07 9:54:26 AM ):\data\R13N\105-049\Design\Specs\lla7en Technicals Final.doc 0 2007 R112 Engineering,Inc. Division 6 Carpentry Not Used This Contract .r xr 6-1 J:\data\REN\105-049\Design\Specs\Hazen Technicals Final.doc 7/3/2007 9:54:26 AM 0 2007 RH2 Engineering,Inc. Division 7 Thermal and Moisture Protection Not Used This Contract do i r r m., L 7-1 J:\data\REN\105-049\Design\Specs\Hazen Technicals Pinal.doc 7/3/2007 9:54:26 AM 0 2007 R112 Engineering,Inc. 1 1 Division 8 Doors and Windows Not Used This Contract 1 1 1 1 1 1 i i 1 i 1 1 1 1 1 8-1 J:\data\REN\105-049\Design\Specs\Hazen Technicals FirW.doc 7/3/2007 9:54:26 AM 0 2007 RH2 Engineering,Inc. s Division 9 Finishes 9.1 General This division covers that work necessary for providing all materials, equipment, and labor to coat all items in accordance with these specifications. Coating shall be done strictly in accordance with manufacturer's instructions and in a manner satisfactory to the Owner. The dry film thickness listed in the "Materials" section of this Division must be met,regardless of the applied film thickness or number of coats. Carefully observe all safety precautions stated in the manufacturer's printed instructions. Provide adequate ventilation and lighting at all times. Bring all materials to the job site in the original sealed and labeled containers of the paint manufacturer. Materials shall be subject to inspection by the Owner. In addition,provide one unbroken gallon container of each type and color of paint and each type of solvent and thinner used. Store paint supplies as recommended by the manufacturer and as approved by the Owner. All finishes potentially in contact with potable water shall be National Sanitation r Foundation (NSF) Standards 60/61 certified for the specific use; tanks, pipes and valves for contact with potable water. Certification from the NSF shall be supplied in writing at the time of the submittal process for Finishes. Contractor shall be responsible for verifying all finishes used on the project are compliant with primary and secondary r standards of the Safe Drinking Water Act. Any violation shall be remedied at the Contractor's expense. 9.2 Submittals Before beginning any painting or coating, submit a list of coatings and manufacturers intended for use for review by the Owner. Include the application each coating is intended for, any surface preparation, number of coats, method of application, and coating thickness. Provide Material Safety Data Sheets for all materials to be used including solvents. Provide NSF certification for all finishes in potential contact with potable water. Submit this information in accordance with the requirements regarding shop drawings included herein. Provide owner with schedule of coating operations and inspection timing. Coating inspections will be scheduled based upon contractor-provided schedule, update schedule weekly or as necessary. The contractor shall provide manufacturer's written requirements for surface preparation and coating application i environment. 9.3 Surface Preparation and Application Prepare surfaces in accordance with the recommendations of the manufacturer of the coating to be applied to the surface, or the surface preparation requirements of these specifications,whichever are stricter. Coatings shall only be applied during weather meeting the recommendations of the coating manufacturer. Air and surface temperatures shall be within limits prescribed by the 9-1 r J:\data\RL:N\105-049\Design\Specs\Hazen Technicals Final.doc 7/3/2007 9:54:26 AM ©2007 RT I2 Engineering,Inc. Summer 2007 City of Renton Division 9- Finishes Hazen Reservoir manufacturer for the coating being applied, and work areas shall be reasonably free of airborne dust at the time of application and while coating is drying. Materials shall be mixed, thinned and applied according to the manufacturer's printed instructions. A. Shop and Field Coating Application Documentation For each working day of shop and field coating application the contractor shall provide: Report at least 2 days ahead of time to the owner and coating inspector when shop and field surface preparation and coating application will be completed. The owner and coating inspector shall be allowed to review and inspect surface preparation at any time. Date, time, air and surface temperature, relative humidity and weather conditions at start and end of coating application. Items surface prepared and/or coated including location on finished structure and parts (example—3`d rung of interior wall of reservoir,west to north quadrant). Signature of applicator certifying work was completed within manufacturer's written requirements for surface preparation and coating. B. Relationship between Owner, Coating Inspector, , Coating Applicator and Shop Applicator The prime contractor shall be completely responsible for coating quality. If coating inspector fords defects requiring further testing or blasting and recoating a meeting shall be held by all involved parties to come to a complete resolution as to the cause of the defect. ' All such remedies to repair defects shall be paid for by the contractor. If prime contractor does not agree with coating inspector's recommendations (i.e. there is no defect) they may hire a second coating inspector at contractor's expense to review the work. If second , coating inspector agrees with first, the decision is final. If there is disagreement, a third coating inspector shall be hired and paid for at split 50% cost between prime contractor and owner and that decision shall be final and all such remedies to defects shall be paid for by the contractor. C. Environmental Protections Contractor shall take any and all measures necessary to prevent over-spray of structures and/or components in the field. Should over-spray occur, the contractor is responsible for all costs associated with any damage that occurs as a result of over-spray. Contractor shall supply full containment of any blasting of structures and/or components in the field as required by local clean air agencies such as the Puget Sound Clean Air Agency. 9.4 Applicator's Quality Assurance Contractor shall be responsible for quality assurance including the retention of a coating ' applicator with experience necessary to complete the work as specified within this Division. Applicator's personnel shall be adequately trained for application of specified coatings. Applicator must prove adequate experience with the coatings specified for this ' 9-2 7/3/2007 9:54:26 AM J:\data\RLN\105-049\Dcsign\Specs\IIaaen Technicals Final.doc ' 0 2007 RI I2 Engineering,Inc. a. Summer 2007 City of Renton Division 9—Finishes Hazen Reservoir project. At the discretion of the Owner, the applicator shall be approved to complete the coatings portion of the work. Submit list of a minimum of 5 completed projects of similar .r size and complexity to this project during the submittal process. Include for each project: 1. Project name and location. 2. Name of owner. 3. Name of contractor. 4. Name of engineer. 5. Name of coating manufacturer. 6. Approximate area of coatings applied. 7. Date of completion. rr 9.5 Waste Products aw The contractor shall be responsible for the collection, containment, transportation, and disposal of all waste products generated for this project. M At least 10 days prior to starting any surface preparation activities, submit a waste handling plan to the Engineer for review and approval. This plan shall outline the wastes generation expected, the collection and containment methods, transportation methods, W and disposal procedures. Information required in the plan includes, but is not limited to, surface preparation methods, surface preparation materials (i.e., types of abrasives, collection and containment methods for paint chips, spent abrasive materials, waste M characterization procedures, and proposed transportation methods). Provide a copy of the hazardous or dangerous waste manifests for any wastes designated as being or containing hazardous or dangerous constituents in accordance with the applicable federal, state, and local regulations, including, but not limited to, 40 CFR 261 and 262 and WAC 173-303-070. In addition,provide a certifications) of acceptance from all disposal sites to which any waste materials have been transported. The Owner will have the right to approve or disapprove of the transportation and disposal methods and the disposal site selected by the Contractor. Make arrangements for disposal, subject to submission of proof that the Owner(s) of the proposed site(s) has a valid fill permit issued by the appropriate governmental agency. Submit intended haul route plan, including a map of the proposed route(s). Provide aw watertight conveyance for liquids, semi-liquids, or saturated solids that tend to bleed during transport. Cleaning and disposal shall comply with all federal, state, and local pollution control laws. Provide acceptable containers for collection and disposal of waste materials, debris, and rubbish. .. The Contractor is responsible for repairing any damage due to overspray. 9-3 r J:\data\REN\105-049\Design\Specs\Hazen Technicals Pinal.doc 7/3/2007 9:54:26 AM 0 2007 RH2 Engineering,Inc. Summer 2007 Ci ty of Renton ' Division 9-Finishes Hazen Reservoir ' 9.6 Substitutions Substitutions of the coatings of other manufacturers shall be considered only if equivalent systems of coatings can be provided and only if a record of satisfactory experience with the system in equivalent applications is available. 9.7 Coating Quality The paint and paint products of Tnemec, 3M and Valmont, mentioned in these specifications, are intended as a standard of quality. Substitutions may be considered but must be approved by Engineer. Offers for substitutions will not be considered which decrease film thickness, solids by volume or the number of coats to be applied or which propose a change from the generic type of coating specified herein. All substitutions shall include complete test reports to prove compliance with specified performance criteria. Paint application shall be in strict accordance with manufacturer's printed instructions , except that coating thickness specified herein shall govern. Finished coating on all items shall be clean, undamaged and of uniform thickness and color. Scratched, chipped or otherwise damaged coatings, including factory coatings, shall be repaired before final acceptance will be given. 9.8 Color ' Items of similar purpose shall be painted the same color. If items come from the factory with a shop applied coating that does not match said color, they shall be field coated to , match. 9.9 Coating and Color Schedule The following schedule shows exposed colors and referenced coating specification sections. Refer also to the specification sections for individual items or work that are required in addition to this schedule. For example: interior coating for pipes, tanks and valves. FINISH SCHEDULE SPEC DIVISION COLOR RESERVOIR INTERIOR 9.10 TANK WIIITE 15 BL RESERVOIR EX'T'ERIOR 9.10 Cumulus 8GN r WATER PIPES IN VAULTS 9.10(1) Blue INTERIOR CONCREIT VAULTS 9.10 H White 9.10 Materials A. Aluminum and Stainless Steel Items Do not coat aluminum or stainless steel items unless specifically directed otherwise below or as shown on the 'r plans. B. Metals (Wet Interior Conditions/Non-Submerged) ' Surface preparation: SP10 Near White Blast. Surface profile shall be 2.0 mils,minimum. 9-4 7/3/2007 9:54:26 AM ]:\data\RF_.N\105-049\Design\Specs\Hazen Teehnicals Final.doc , ©2007 R142 Engineering,Inc. Summer 2007 City of Renton Division 9—Finishes Hazen Reservoir Primer: Tnemec Series 394 Perimeter Prime M 2.5 to 3.5 Mil DFT Intermediate: Tnemec Series N69 Epoxoline II M 6 to 8 Mil DFT Finish:Tnemec Series N69 Epoxoline II M 6 to 8 Mil DFT C. Metals Exterior (Wet Conditions) M Surface Preparation: SP 6 Commercial Blast Primer:Tnemec Series 394 Perimeter Prime aw 2.5 to 3.5 Mil DFT Finish: Tnemec Series 73 EnduraShield .. 3 to 5 mils DFT D. Metals Interior (Dry Conditions) Surface preparation SSPC-SP-6 (commercial blast) Primer: Tnemec Series 394 Perimeter Prime 2.5 to 3.5 mil DFT Finish:Tnemec Series N69 Epoxoline II �. 4 to 6 mil DFT E. Mild Steel and Iron In Contact With Drinking Water •w Surface preparation Ferrous Metal—SP-10 Near White Blast „w Ductile Iron—SP-10 Gray White Blast Primer Coat Tnemec Series N140 Pota-Pox Plus r� 6 to 8 mil DFT Finish Coat Tnemec Series N140 Pota-Pox Plus 6 to 8 mil DFT F. Stainless Steel In Contact With Drinking Water ,r Surface preparation Sweep blast to provide surface profile of 1-2 mils. Primer Coat Tnemec Series 20-FC20 Pota-Pox 4 to 6 mil DFT r 9-5 J:\data\RL'N\105-049\Design\Specs\Hazen Technicals rinal.doc 7/3/2007 9:54:26 AM 0 2007 RI 12 Lngineering,Inc. Summer 2007 City of Renton Division 9-Finishes Hazen Reservoir Finish Coat Tnemec Series N140 Pota-Pox Plus or Tnemec Series 141 Potapox 80 6 to 8 mil DFT G. Galvanized Iron and Non Ferrous Metal (non-immersion) Surface Preparation—SP1 Solvent clean. Drain pipe prior to painting Two coats Tnemec Series 30 Spra-Saf t 2 to 4 mil DFT each coat H. Concrete Vault , Interior Concrete Coat interior concrete floors,walls, ceiling, equipment, and housekeeping pads. , Surface Preparation: Allow 28 days cure time for concrete, or until passing the ASTM D 4263 Plastic Mat Test. ' Surface shall be clean, dry, and free of contaminants. Primer: ' Tnemec Series 66 Hi-Build Epoxoline Applied at 4.0 to 6.0 mils dry film thickness (DFT) ' Finish: Tnemec Series 73 Endura Shield III Applied at 3.0 to 5.0 mils dry film thickness Exterior Concrete (Below Grade) Surface Preparation -SP-7 Sweep Blast (Blue Gray) One coat Tnemec Series 46H-413 Hi-Build Tnemec-Tar Applied at 16-20 mils DFT I. Ductile Iron Pipe (Exposed) Pipe shall be emptied of water for a minimum of 12 hours prior to surface preparation and painting. Pipe shall not be filled with water until coating is dry. Non-submerged pipe surface preparation SSPC-SP-6 (commercial blast). Submerged pipe surface preparation SSPC-SP-10 (white blast). One coat Tnemec Series 69 Epoxoline II. 6 to 8 mil DFT ' One Coat Tnemec Series 66 Hi-Build Epoxoline 6 to 8 mil DFT J. New Welded Steel Reservoir 9-6 7/3/2007 9:54:26 AM J:\data\REN\105-049\Design\Specs\Ha7en Technicals Final.doc , 0 2007 RI32 Engineering,Inc. Summer 2007 City of Renton Division 9—Finishes Hazen Reservoir Materials shall be mixed, thinned, and applied according to the manufacturer's printed instructions. Prepare surface and touch up welds, burned and abraded areas on shop primed steel with specified primer before applying field coats. r Allow each coat to dry thoroughly before applying next coat. Provide adequate ventilation for tank interior to carry off solvents during dry phase. a. Allow a minimum of seven days at 70 degrees Fahrenheit curing or pass ASTM D 5402-93 test for assessing the solvent resistance of organic coatings using solvent rubs, after application of final coat to tank interior before flushing, sterilizing, or filling with water. a. Surface Preparation (shop) Interior Metal Surfaces .. All surfaces shall be sandblasted in strict accordance with SSPC-SP10 Near White Blast Cleaning. .. Exterior Metal Surfaces All surfaces shall be sandblasted in strict accordance with SSPC SP-10 Near White Blast Cleaning. Coating System (shop) Interior r Hold back coatings within 2 to 4 inches of edges or ends to be welded. Feather primer and paint out as required for a smooth finished product. Prime all prepared surfaces with one coat of Tnemec Series 91H20 at 2.5 Mils to 3.5 Mils dry film thickness. Exterior, including anchor chairs and bolts, hand rails, ladders/.stains,painters rail components. Prime all prepared surfaces with one coat Tnemec Series 91 H2O at 2.5 to 3.5 mils dry film thickness. .r Surface Preparation (field) Interior Metal Surfaces All welded and abraded areas shall receive a blast cleaning in accordance with SSPC-SP10 Near White Blast Cleaning. Remove all surface contaminants to areas previously shop primed. Exterior Metal Surfaces All welded and abraded areas shall receive a blast cleaning in accordance with SSPC-SP10 Near White Blast Cleaning. Remove all surface contaminants to areas previously shop primed. r Coating System (field) Interior Coating i 9-7 J:\data\REN\105-049\Design\Specs\Hazen Technicals rinal.doc 7/3/2007 9:54:26 AM on 0 2007 R112 Engineering,Inc. Summer 2007 Ci ty of Renton , Division 9 - Finishes Hazen Reservoir Prime all prepared welded and abraded areas with Tnemec Series 91H20. 2.5 to 3.5 mil DFT Finish Coat Tnemec Series 141 PotaPox 80 ' 10 to 12 mil DFT NOTE: During application of either prime or finish coats, brush all welds seams with freshly sprayed paint. Minimum total dry film thickness shall be 12.5 mils. Exterior Coating One coat Tnemec Series 91 H2O 2.5—3.5 mils DFT One coat Tnemec Series 66/161 Hi-Build Epoxoline 4 to 6 mils DFT One coat Tnemec Series 73 Endura Shield III ' 3 to 5 Mil DFT NOTE: Minimum total dry film thickness shall be 9.5 mils. ' Performance Criteria Submit criteria and certification of coatings to the Engineer for approval. ' Interior A. Galvanic Protection: Method:Primer applied to SSPC SP10 Near White Blast Clean hot rolled carbon steel. Requirement:The average measured potential of primer is -878 millavolts. ' B. Adhesion: Method:ASTM 4541 Elcometer II Adhesion tester Requirement:Not less than 1,516 pounds per square inch pull,average of three trials. C. Prohiesion Method:TTM-80 Prohiesion Cabinet Testing. Requirement: No blistering, cracking, rusting or delamination of film. No more than 1/64" creepage at scribe after 15,000 hours. 1111 Exterior A. Abrasion: Method: Fed.Test Method Std.No. 141,Method 6192,CS-17 Wheel, 1000 grams load. Requirement:No more than 95 milligrams loss after 1000 cycles. B. Adhesion: Method:ASTM 4541 Elcometer II Adhesion tester 9-8 7/3/2007 9:54:26 AM J:\data\R,N\105-049\Design\Specs\Hazen Technieals Final.doc ©2007 RI I2 Engineering,Inc. Summer 2007 City of Renton Division 9—Finishes Hazen Reservoir Requirement:Not less than 1,516 pounds per square inch pull,average of three trials. C. Graffiti Resistance Method: The following graffiti materials applied to coating and allowed to dry for seven days: acrylic epoxy-ester and alkyd spray paints, ballpoint ink, crayon, Markett marker, black shoe polish and lipstick. Removal first attempted with xylene, if graffiti remained then Methyl Ethyl Ketone was used. „W Requirements: Complete and easy removal without loss of shine. Interior Coating Certification .r Coating manufacturer shall submit certified documentation that interior coating in contact with potable water has been certified with the National Sanitation Foundation Standard No. 61. Soak Test A soak test shall be performed to check the level of chemical contaminants in the field. Following a 48-hour soaking period, the water in the reservoir shall be sampled to determine the level of any leached chemicals. Samples of the water shall be analyzed by a laboratory certified by the State Department of Health. Cost of initial test shall be borne by the Owner. M A report of the test results shall be sent to the Department of Health regional office for evaluation and approval before delivering water from the reservoir. W Re-testing shall be required when contamination exceeding the minimum detection level is found. The soaking period shall imitate actual operating conditions. Therefore, in some cases, M longer or shorter soaking periods may be specified, depending upon an evaluation of field conditions encountered. M The Contractor shall pay for the water wasted due to soak test failure. Labor, expenses and laboratory certification for soak re-test shall be borne by the Contractor. 9.11 Inspection The Owner shall inspect and approve all surface preparations prior to application of any coating. Provide 24-hour notice prior to surface inspection needs. For metals exposed to exterior atmospheric conditions, first coat of paint or primer must be placed within four (4) hours of passing inspection. Bare steel must be reblasted and reinspected if not successfully coated within this four hour time frame, at the Contractor's .. expense. Use the Pictorial Surface Preparation Standards for Painting Steel Surfaces (VIS-1) by the Steel Structures Painting Council (SSPC) as a visual standard for inspection of surface .. preparation of metal surfaces. Each coat shall be inspected prior to application of the next coat. Areas found to contain 9-9 J:\data\REN\105-049\Design\Specs\Ilazen Technicals Final.doc 7/3/2007 9:54:20 AM 0 2007 RI 12 Engineering,Inc. Summer 2007 City of Renton Division 9- Finishes Hazen Reservoir runs, overspray, roughness, streaks, laps, sags, or other signs of improper application shall be repaired or recoated in accordance with the manufacturer's recommendations. Finish coats shall be uniform in color and sheen. Surface preparations and coatings not inspected and approved by owner will be uncovered for inspection and approval at no additional cost to the owner. , The completed coating shall produce a minimum dry film thickness in accordance with the specifications as determined by the microtest thickness gauge or comparable instrument. In areas where this thickness is not developed, sufficient additional coats shall be applied to produce it. Contractor shall inspect the completed coating on metal surfaces in the presence of the , Owner for pinholes and holidays with a tinker and rasor or other low voltage (under 100 volts) holiday detector. Areas found to contain pinholes shall be repaired or recoated in accordance with the manufacturer's recommendations. Provide 72-hour notice to owner prior to performing test. 9.12 Field Quality Control A technical representative from the painting manufacturer shall review the completed ' finish work on site. Any defects found by the paint manufacturer's technical representative or the owner's representative shall be repaired to their satisfaction at contractor's expense. Manufacturer technical representative shall provide a written report that includes the following: 1. Verify coatings and other materials are as specified. 2. Verify surface preparation and application are as specified. ' 3. Verify DFT of each coat and total DFT of each coating system are as specified using a dry film thickness gauge. , 4. Note defects that would adversely affect performance or appearance of coating systems. 5. Describe inspections made and actions taken to correct nonconforning work. 6. Report nonconforming work not corrected. 7. Submit copies of report to Engineer and Contractor. 9.13 Compatibility of Coating , The Contractor shall be responsible for compatibility of all paint products. 9.14 Acceptance , Acceptance of the completed coatings shall be based on the proper application and proper preparation of the coated surfaces, and a finished product that does not contain runs, ' drips, surface irregularities, overspray, color variations, scratches, pinholes, holidays, and other surface signs that detract from the overall appearance of the finished project. 9-10 7/3/2007 9:54:26 AM J:\data\RI3N\105-049\Design\Specs\Hazen Technicals hinal.doc ' 0 2007 R112 Engineering,Inc. Summer 2007 City of Renton Division 9—Finishes Hazen Reservoir i 9.15 Warranty 1. Steel Reservoir Coating System provided under this contract shall be warranted against defects in materials and workmanship for a period of five years after date of +. project acceptance. 2. A Technical Representative from the Coating Manufacturer shall visit the project site and approve each of the following in writing as part of the requirements of this warranty; ❑ following surface preparation, ❑ during coating application, and ❑ following coating application completion. The Manufacturer's Technical Representative shall inspect the surface and coatings of the interior and exterior of the tank and inform the Owner of any defects or concerns regarding condition of surface preparation or coating system at the job site. The Coating Applicator shall repair any defects to the Coating Manufacturer Technical Representative's satisfaction at Coating Applicator's expense. The finished painting system shall be free of flaking, peeling, bubbling, cracking, permanent discoloration or other physical defect in the work for the warranty period. The Coating Applicator and Coating Manufacturer shall provide, at no additional cost to the Owner, an inspection of the interior and exterior tank in the twenty-third (23'� month of the warranty period. Any defects identified by the Owner, Applicator or Paint Manufacturer's Technical Representative that was caused by Coating Applicator error, shall be repaired by the Coating Applicator in a manner acceptable to the Owner and Coating Manufacturer's Technical Representative at no additional cost to the Owner. w. r.. r r r. 9-11 J:\data\REN\105-049\Design\Specs\Hazen Teehnicals Rinal.doc 7/3/2007 9:54:2G AM 0 2007 R1I2 Engineering,Inc. �- Division 10 Specialties 4 . 10.1 General This division covers that work necessary for fabricating and installing all furnishings and accessories as described in these specifications and as shown on the Plans. 10.2 Submittals Submittal information shall be provided to the Owner for the following items: aw 1. Fire Extinguishers 2. First Aid Kit 10.3 Fire Extinguisher Provide portable, wall-mounted, 10-pound, dry-chemical fire extinguisher for each aw location in electrical building. Install extinguisher no higher than 5-feet above floor and in accordance with applicable codes. Extinguisher shall be listed and approved by Underwriters Laboratories. The fire extinguisher shall contain a dry chemical agent which r is effective in extinguishing Class A, B, and C fires (tri-class), and shall be rated 2A10BC or equal. 10.4 First Aid Kit Provide first aid kits in the electrical building with the following items minimum: 2 packages adhesive bandages, 1 inch (16 per package) 1 package scissors and tweezers (1 per package 1 package bandage compress,4 inch (1 per package) r. 1 package antiseptic soap or pads (5 per package) 1 package triangular bandage, 1 inch (1 per package) 1 package iodine swabs 1 package iodine swabs (10 per package) " 1 package ammonia inhalants (10 per package) 1 package bandage compress,2 inch (4 per package) Contain kit in a dust-proof, weatherproof, moisture-proof, 20-gauge steel cabinet with gasketed lid. Steel finish shall be baked enamel. Provide cabinet with wall mounting brackets. Cabinet cover shall fold down to provide a shelf, and shall be attached to cabinet by a continuous piano-type hinge. Border shall be red with white body, red lettering, cross and arrow. The kit shall have reorder information clearly marked on it. 10-1 J:\data\REN\105-049\Design\Specs\lla7en Technicals Final.doc 7/3/2007 9:54:26 AM 0 2007 Rill Engineering,Inc. ' Division 11 ! Equipment Not Used This Contract 1 ! 11-1 J:\data\REN\105-049\Design\Specs\Hazen Teehnicals Final.doc 7/3/2007 9:54:26 AM ©2007 RI I2 Engineering,Inc. i Division 12 Furnishings Not Used This Contract 1 1 1 r 12-1 J:\data\REN\105-049\Design\Specs\Ilazen Technicals Final.doc 7/3/2007 9:54.26 AM ®2007 RI-12 Engineering,Inc. .. No Division 13 Special Construction 13.1 RH2 Engineering Designed Welded Steel Water Tank A. Design Criteria The tank was designed to meet or exceed the requirements of AWWA D100-05 and all applicable requirements of the most recently adopted version of the International Building Codes B. Shop Drawings Shop Drawings must be submitted to the owner for review and approval prior to fabrication. Shop drawings shall clearly indicate all shop and field fabrication, sequences, .. and erection details. Alternative details will not be allowed except contractor shall submit alternative details as required to stabilize the tank during construction, for construction loads, or as otherwise required to facilitate construction or tank painting. .r Weld procedure specifications and welder qualifications shall be submitted for review and acceptance prior to any field welding. •• C. Materials Reservoir Bottom, Shell and Roof Plates;Miscellaneous Plate .. As shown on the drawings. If not otherwise shown use ASTM A36. Structural Shapes ® ASTM A572 G.50; Fy 50 KSI Foundation Holdown Rods ASTM A354, GR BD;Fy 130 KSI Pipes ASTM A53, GR B;Fy 35 KSI Grating r. As shown on the drawings. D. Construction Welding,Shop fabrication, and Erection shall be in accordance with AWWA 13100-05. All joints shall be fully seal welded, including the underside of the roof, all platform and ' anchorage attachments. Shell tolerances will not be waived,regardless of the structural adequacy of the shell. Coatings and surface preparation shall be in accordance with specification Division 9. The reservoir shall be disinfected as noted in Division 1 in these specifications. E. Inspections and Testing 13-1 J:\data\RI?N N\105-049\Design\Specs\I-iazen Technicals Final.doc 7/3/2007 9:54:26 AM 0 2007 RI I2 Engineering,Inc. Summer 2007 City of Renton Division 13—Special Construction Hazen Reservoir The Engineer shall be furnished with copies of all inspection reports and test results for tests performed by the contractor or the contractor's testing agency. The following inspections must be performed: Mill Testing Test reports shall be submitted to the Engineer for review and approval prior to fabrication. Shop Inspection See Special Inspection Below. Shop Painting and Paint Preparation To be performed by a Certified Paint Manufacturer's Technical Representative employed by the Paint Manufacturer approved by the Owner. All test results shall be approved by the Paint Manufacturer's Representative in writing (with Copy sent to the Engineer for review) prior to shop painting and field painting. Foundation Excavation, Surface Preparation, Completion To be performed by a representative of the Owner at the Owner's expense. ' Foundation reinforcing and concrete pour To be performed by a representative of the Owner at the Owner's expense. Weld Inspection and Testing Inspection and Testing of all welding shall be performed by the Owner in accordance with ' AWWA D100-05 Section 11, except as specifically noted. The Owner will provide Special Inspection in accordance with IBC Section 1704. The Special Inspector will also provide visual inspections per AWWA D100-05, Section 11.4.2 and measurement and documentation of shell imperfections per Section 11.4.3. The Special Inspector shall have prior tank inspection experience and shall be a certified welding inspector (CWI) in accordance with the provisions of AWS QC1. Special Inspection will be continuous. Contractor shall provide access for all radiographic, ultrasonic and air carbon arc gouging testing as required by AWWA D100-05. Locations of tests shall be determined by the Special Inspector. The Contractor may provide their own visual inspection if desired. The Contractor shall provide quality control documentation per IBC Section 1704.2 for verification by the Special Inspector. The Special Inspector shall review all the tests and provide reports in accordance with IBC 1704.1.2 and in accordance with AWWA D100-05 Section 11.2. The radiographs and inspection records shall be delivered to the Owner after acceptance of the structure. L Water Tightness To be performed by a representative of the Owner at the Owner's expense. A leakage test of the completed tank installation will be performed by the Owner. 13-2 7/3/2007 9:54:26 AM J:\data\REN\105-049\Design\Specs\llazen Technicals Final.doc 1W 0 2007 RI 12 Engineering,Inc. Summer 2007 City of Renton Division 13—Special Construction Hazen Reservoir There shall be no acceptable leakage rate of the tank specified herein. Any water +� appearing at the tank seams, bolts, foundation/wall junction, appurtenances, or under the foundation shall not be accepted. If any leak, running water, wet spots, etc., appear within the warranty period, the contractor shall be responsible for correcting 'r any and all leaks or defects. 2. Bacteriological testing �• To be performed by a representative of the Owner at the Owner's expense. The Owner will provide water for the initial testing of the tank delivered through the tank inlet piping at no cost to the Contractor. The Contractor will coordinate with the .r owner on the filling and bacteriological testing of the tank after disinfection has been accepted. (See Section 9 for soak test requirements.) ' 13.2 Pre-Manufactured Above Grade Utility Building A. Description ' The work includes the construction and placing of all pre-manufactured above grade utility buildings as shown on the plans. The utility building shall be manufactured by Blazer Industries or an approved equal. ' Manufacturer must have a minimum of three years of experience producing pre- manufactured utility buildings and provide a list of a minimum of five sites where said buildings are and a list of a minimum of five references. The building shall be designed and stamped by a licensed engineer registered in the state of Washington. Three sets of calculations including shop drawings for the utility building shall be submitted to the Engineer. Product information for all components shall also be provided. Minimum design criteria: Design in accordance with the 2003 IBC ' Snow Load: 25 psf Basic Wind Speed (3-second gust): 85 mph Wind Exposure: C Seismic Use Group: ......................III (Essential Facility) Sds and Shc:...................................0.801 and 0.377 SiteClass: .......................................C Maximum Static Bearing Capacity: 2,000 PSF Maximum Seismic Bearing Capacity: 2,660 PSF Wall insulation: R11 minimum B. Submittals 1. The contractor or manufacturer, as appropriate, shall submit the following project data: 13-3 J:\data\RF.N\105-049\Design\Specs\Hazen Technicals Final.doc 7/3/2007 9:54:26 AM 0 2007 RI I2 Engineering,Inc. Summer 2007 City of Renton Division 13—Special Construction Hazen Reservoir ' • Metal roofing system ' • CMU block • Insulation ' • Doors and hardware , • Fan,heater and lights. C. Materials Concrete 1. Concrete shall be in accordance with Divison 3. Mix design shall be as required by the ' building supplier. CMU 2. Building shall have CMU walls, broken face at exterior and smooth face at interior, , charcoal in color. Sealers and Curing Compounds ' 3. Curing compounds shall be colorless,complying with ASTM C309,Type I or 1-D. 4. Weatherproofing sealer for exterior of building shall be a clear, non-gloss, colorless silicone based sealer with mineral oil carrier. Submit compound with shop drawings and apply per manufacturer's written directions. Caulking, Grout,Adhesive and Sealer rr 5. All caulking shall remain flexible and non-sag at temperatures from 50 degrees to 140 degrees Fahrenheit. 6. Interior joints shall be caulked with a paintable rubber-based caulked. 7. Exterior joints shall be caulked with a siliconized acrylic caulk which compliments the exterior color. 8. Grout shall be a non-shrink type and shall be colored to match the color of the surrounding structure as nearly as possible. Submit information with shop drawings for approval. irr► 9. Epoxy concrete adhesive shall be two component, rigid, non sag gel adhesive for bonding to dry or damp surfaces, moisture insensitive. Color shall compliment surrounding concrete as nearly as possible. Submit information with shop drawings for approval. 10. Portland cement mortar shall consist of one part Portland cement, three parts sand ,r and enough water to make a workable mixture. Steel Doors 11. Doors shall be double 2'-8" x T-0" galvanized, insulated hollow metal, flush panel err 13-4 7/3/2007 9:54:26 AM J:\data\REN\105-049\Design\Specs\i Iazen Technicals Final.doc 0 2007 RI-12 Engineering,Inc. Summer 2007 City of Renton Division 13—Special Construction Hazen Reservoir type, 1-3/4" thick, minimum 14 gauge steel panels with minimum 12 gauge internal r. bracing channels with solid polystyrene or urethane foam core. Clear opening with no center post. Door color shall be forest green. 12. Doors and frames shall have bottom and perimeter weather stripping. Weather stripping shall consist of a vinyl rubber strip mounted on an aluminum or stainless steel bracket fastened to the door or frame. 13. Door frames shall be knockdown or welded type, single rabbet, minimum 14 gauge steel, width to suit wall thickness. Three (3) rubber door silencers shall be provided on latch side of frame. Prepare surfaces and finish steel doors and frames per �., Division 9. Color to match doors. 14. Submit door, frame and finish information with the shop drawings for approval. Door Hinges 15. Door hinges shall be fabricated using polished and plated steel and shall be equipped with permanently lubricated ball bearings. Hinges shall provide 180-degree rotation of the door. Hinges which are exposed at building exterior shall be equipped with tamper-proof pins that cannot be removed. Hinges exposed at the interior of the building shall be removable. Provide hold-open and strike for both doors. Lockset 16. The door shall be equipped with panic exit hardware using the touchbar style design and shall be equipped with a rim (center) type latch. Panic exit hardware shall have satin chrome finish. 17. Active door shall have lever handle on the exterior side and rim panic exit bar on the interior side. 18. Provide upper and lower extension bolts on inactive door. 19. Key cylinders shall utilize the Owner's standard core and key. Exterior key cylinder ' with night latch function on active door. The key cylinder shall fit all exterior locking hardware and shall be equal to Best 1 E Series rim cylinders, and shall automatically lock when the door is closed. A vandal-resistant cover plate shall be provided at exterior surface of doors to prevent exterior access to deadbolts or slam latches at gap between door and frame. 20. Exterior double doors shall include dead bolt locks with a 1 inch bolt throw, with ' concealed mounting screws, and a satin chrome finish. The dead bolt shall be thrown or retracted by a key on the outside and by a thumb knob on the inside. The dead bolt lock shall be equal to Best Series 83T deadlock series. 21. Inactive door shall use a push plate mounted on the inside of the door. Plate shall be 4 inches wide by 16 inches high. Push hardware shall be fabricated from stainless steel. ' Provide flush extension bolts at the top and bottom of inactive double doors. Equip inactive doors with an overlapping steel astragal. 22. Provide a threshold fabricated from extruded aluminum. ' 23. All doors shall have a doorstop and holder fabricated from aluminum or stainless 13-5 J:\data\RF,N\105-049\Dcsign\Specs\14azen Technicals Final.doc 7/3/2007 9:54:26 AM 0 2007 RT 12 i;ngineering,Inc. Summer 2007 City of Renton Division 13—Special Construction Hazen Reservoir ' steel. Strike shall be wall or floor mounted and provide automatic doorstop and hold ' with quick release. Door Stop 24. Door stop shall have a cast metal base, U.S. 26D finish with gray rubber 2-3/8" diameter bumper with a 1"projection. Door Sweep ' 25. Door sweep shall be provided at the bottom of the door and shall be an adjustable brush type. ' D. Construction Requirements Openings Provide openings for doors, louvers, windows any other components as shown on the plans. Concrete Placement , Concrete Placement shall be in accordance with Division 3 for Cast-in-Place Concrete Roof r Building shall have gable roof with 4/12 pitch and 12" overhangs. 26 Ga. Standing seam metal roof(bonded coating) Forest Green color. Fascias—Eave and Rake—14 Ga ' galvanized steel—bonded coating. R30 insulation required for roof without attic. Concrete Finishing ' 1. Interior floor and exterior slabs shall have a light-brushed finish as specified in Division 3. 2. All exterior building walls shall be broken-face, Charcoal color. ' 3. All exterior surfaces of the roof panels shall be troweled finish. The underside of the overhang shall have a sacked finish,minimum. ' Cracks and Patching 4. Cracks in concrete components which are judged to affect the structural integrity of , the buildings will be rejected. 5. Small holes, depressions and air voids will be patched with a suitable material. The patch shall match the color, finish and texture of the surrounding surface. ' 6. Patching shall not be allowed on defective areas if the structural integrity of the building is affected. ' Curing and Hardening Concrete 7. Concrete surfaces shall not be allowed to dry out from exposure to hot, dry weather during initial curing period. rr 13-6 7/3/2007 9:54:26 AM J:\data\RFN\105-049\Design\Specs\Hazen Technicals Pinal.doc 0 2007 RII2 Engineering,Inc. Summer 2007 City of Renton Division 13—Special Construction Hazen Reservoir E. Finishing and Fabrication Structural Joints 1. Floor, wall and roof components shall be joined together with anchored, welded steel �• plates at each joint. Submit design of welded plates with shop drawing submittal. 2. The inside seams shall be a paintable caulk. The outside seams shall use a caulk matching building color or clear. 3. The joint between the floor slab and walls shall be joined with a grout mixture on the inside, and a matching colored caulk on the outside Painting and Sealing 4. An appropriate curing time shall be allowed before paint is applied to concrete. 5. See Division 9 for details regarding coatings for the concrete components. Provide coating information for non stick floor, interior, exterior and below grade concrete surface coatings. Coatings may be applied prior to onsite shipment. Any damage to coatings during shipment or placement into permanent position shall be repaired to the Owner's satisfaction. ., F. Testing 1. The air content of the concrete shall be checked per ASTM C231 on the first batch of concrete. The air content will be in the range of 4.5% +/- 1.75%. 2. The compressive strength of the cylinders shall be tested to ASTM C39. ' Manufacturer shall make two (2) cylinders for release and three (3) cylinders for 28 day strength. The minimum strength shall be designated by the shop drawing submittal for 28 day strength. ' 3. A copy of all test reports shall be provided to the Owner as soon as 28-day test results are available. G. Installation Subgrade Materials 1. Bedding material shall be 3/4"minus crushed rock. 2. Bedding material shall be 6" thick compacted to firm and unyielding condition. Subgrade shall be proof rolled with a heavy vibratory roller or fully loaded dump truck in the presence of the Engineer and approved prior to any structural component installation. Provide 48 hours notice to the Engineer prior to the proof roll, minimum. H. Ventilation 1. Sufficient ventilation shall be provided for occupancy and heat dissipation. ' 2. Provide combination intake louver mounted in wall with minimum area of 2.0 square feet. Louver shall be motor operated, spring loaded too en on power failure. Louver t materials shall be aluminum. Provide filter frame on interior side of louver which shall allow for easy installation and removal of standard size filters. Provide one set of 13-7 J:\data\R ',N\105-049\Design\Specs\ilazen Technicals rinal.doc 7/3/2007 9:54:26 AM 0 2007 RI-12 Engineering,Inc. Summer 2007 City of Renton Division 13—Special Construction Hazen Reservoir filters. A bird screen shall be installed on the outside face of the louver. Screen shall be ' aluminum,galvanized steel, or stainless steel with maximum '/4-inch openings. 3. Provide a direct-drive,axial type exhaust fan with minimum air flow of 700 cfm at 0.2" ' o.c. for air quality. Provide shutter and mount inside wall opening. Provide guard for fan blades. I. Power ' 1. Power and electrical systems may be provided by the building manufacturer or constructed in the field. Electrical systems shall meet all necessary code requirements. , I 13-8 7/3/2007 9:54:26 AM J:\data\RliN\105-049\Design\Specs\Iia7en Technicals Finaldoc ©2007 RI I2 Engineering,Inc. 1 1 Division 14 Conveying Systems Not Used This Contract 1 1 1 1 1 1 1 1 1 1 1 14-1 J:\data\RF;N\105-049\Design\Specs\Hazen Technicals Final.doc 7/3/2007 9:54:26 AM 0 2007 R112 Engineering,Inc. Division 15 Mechanical 15.1 General This division covers that work necessary for furnishing and installing mechanical appurtenances and accessories as described in these specifications and as shown on the Plans. r 15.2 Submittals Submittal information shall be provided to the Owner for the following items: ar 1. Pipe,Valve and Conduit Seismic Restraint and Anchorage 2. Pipe and Fittings .s 3. Welded Steel Pipe Construction Experience 4. Pipe Expansion Joint — 5. Isolation Valves and Appurtenances 6. Check Valves and Appurtenances a. 7. Hydraulic Control Valves and Appurtenances (Altitude Valve) 8. Fire Hydrant Assembly r 9. Electromagnetic Flowmeters 10. Other Mechanical Components 11. Name Plates 12. Seismic Valve Assembly System and Components 13. Sump Pump 15.3 Pipe, Valve and Conduit Seismic Restraint and 'i Anchorage Contractor shall fumish seismic restraint for all piping, valves and conduit. Seismic restraint shall be designed to meet IBC 2003 Section 1621 code requirements. The following design values shall be used in calculating seismic forces: Ip = 1.5 A complete seismic restraint system shall be provided including supports, struts, straps, bolts, nuts, washers, etc. as required for securely attaching piping, valve and conduit systems to floors, ceilings, and/or walls. Contractor shall install restraints in accordance with the all referenced standards as applicable. Seismic restraint systems shall be designed so as not to interfere with normal operations and maintenance of the equipment, piping, valve and conduit systems. Contractor shall submit calculations showing that the seismic restraint assembly meets the design criteria given above. All materials and fabrication shall be as required in Division 15 of these specifications. Drilled-in anchors for non-rotating equipment shall be Concrete Anchors as specified. Contractor shall submit this 15-1 J:\data\Rl',N\105-049\Design\Specs\Ha7en Technicals Final.doc 7/3/2007 9:54:26 AM ©2007 RI 12 Lngineering,Inc. Summer 2007 City of Renton Division 15 -Mechanical Hazen Reservoir information to the Engineer for review prior to fabrication and installation. ' 15.4 Pipe and Pipe Fittings A. General ' Provide piping,plumbing, fittings and appurtenances necessary to make all piping systems complete, tested, and ready for operation as specified herein and as shown on the Plans. Some fittings that are necessary for proper piping system installation and operation may not have been shown. Provide fittings,pipe and appurtenances necessary,whether shown or not shown on the Plans, to complete all piping systems, tested and ready for operation. ' Note that some pipe supports, thrust blocking, and tie rods are not shown on the Plans. Provide pipe supports, thrust blocking, and tie rods for pipes as required by accepted design criteria to support and restrain the loads encountered. B. Pressure Rating All Fittings, valves and pipe shall have working pressure ratings equal to or greater than 150 psi and testing pressures ratings equal to or greater then 250 psi. The pipe thickness shall not be less than that of Class 52 pipe. Refer to the Hydrostatic Pressure Testing section in this division for additional information. C. Ductile Iron Pipe , Ductile iron pipe shall have thickness to meet the requirements of the pressure rating specification, shall be cement-lined and asphaltic coated unless otherwise specified, and shall conform to standards of ANSI Standard A21.51 (AWWA C151). Rubber gasket pipe joints are to be push-on-joint (Tyton) or mechanical joint (MJ) in accordance with ANSI Standard A21.11 (AWWA C-111), unless otherwise specified. Flanged joints shall conform to ANSI Standard B16.1. Standard thickness cement lining and seal coat shall be provided in accordance with ANSI Standard A21.4 (AWWA C104). Restrained joint pipe shall be ductile iron manufactured in accordance with requirements , of ANSI/AWWA C151/A21.51. Restrained joint pipe shall be Griffin Pipe SnapLok, Pacific States Cast Iron Pipe Company Thrusdock, US Pipe TR-Flex, or equal. Push-on joints for such pipe shall be in accordance with ANSI/AWWA C1II/A21.11. Pipe thickness shall be designed in accordance with ANSI/AWWA C150/A21.50 and shall be based on laying conditions and internal pressures as specified in the pressure rating section of these specifications. Standard thickness cement lining shall be in accordance with ANSI/AWWA C104/A21.4. When requested, furnish certification from manufacturer of pipe and gasket being supplied that inspection and all of the specified tests have been made and the results comply with requirements of this standard. ' D. Ductile Iron Fittings All fittings shall be ductile iron where possible. Steel fittings will not be accepted. Ductile ' iron fittings shall be short body, cement-lined, and for the pressure rating noted in the 15-Z ' 7/3/2007 9:54:26 AM J:\data\REN\105-049\Design\Specs\Hazen Technicals Mnal.doc 0 2007 RI 12 Engineering,Inc. i Summer 2007 City of Renton Division 15—Mechanical Hazen Reservoir i pressure rating section of these specifications. Metal thickness and manufacturing processes shall conform to applicable portions of ANSI Standards A21.20,A21.11, B16.2, and B16.4. Standard cement lining shall be in accordance with ANSI Standard A21.4 (AWWA C104). Mechanical joint (MJ), ductile iron, compact fittings 3 inches through 24 inches and 54 inches through 64 inches shall be in accordance with AWWA C153. Flanged pipe spools shall conform to ANSI/AWWA C115/A21.15 with the exception that flanges shall be fabricated from ductile iron,unless otherwise specified in the contract documents. Flanged pipe shall be cement lined in accordance with ANSI Standard A21.4 (AWWA C104). i Ductile iron flange (FL) fittings shall be in accordance with AWWA C110, fabricated from ductile iron unless otherwise specified in the contract documents, with bolt pattern to match adjacent pipe. Gasket material for flanges shall be neoprene,buna n, chlorinated butyl, or cloth-inserted rubber. Gaskets shall be full face ring type full face or ring type. Type of ends shall be specified as mechanical joint (MJ), restrained joint (RJ), plain end (PE), or flanged (FL). Buried fittings shall conform to the requirements of the City of Renton's Standard Specifications. i E. Welded Steel Pipe Welded steel pipe shall be constructed as shown in the plans and steel pieces shall be r constructed as dimensioned to exact tolerances of+/- 3/32". Welds shall be constructed in accordance with ASME Welding Code. Contractor shall supply written certification that flanged ends welded to the steel pipe and welded pieces shall be capable of the i hydrostatic testing pressure as noted in the above pressure testing schedule. Contractor shall be responsible for compliance to this tolerance and correct any dimensions or welding that does not meet this specification at their expense. Contractor shall submit previous experience of a minimum of 2 steel welding projects similar to this one. As part of the submittal, contractor shall supply specification of previous projects and written documentation that the construction met the specification. Flange connections shall be watertight. Contractor shall be responsible for repairing any leaks found during testing. Steel pipe shall be constructed in accordance with AWWA C200. Steel pipe shall be fabricated from ASTM A53 Grade B, Type E or S. Design stress shall be '/Z the yield i stress of the steel. Internal pressure of the pipe shall be that stated under hydrostatic testing pressure schedule in this division above. Shop drawings shall clearly indicate wall thickness and diameter. Steel flanges shall be rated for the specified working and hydrostatic testing pressures. Shop drawings shall be submitted to the Engineer for review and approval prior to material order. Coat exterior and interior per Division 9. F. Stainless Steel Pipe and Fittings All stainless steel pipe and fittings shown on the plans in direct bury applications shall meet ASTM A312, Type 304L, WELDED. All heat tints and chromium depleted layers caused by welding shall be removed prior to onsite delivery. Above ground stainless steel piping and fittings shall meet ASTM A778,WELDED. ASTM A778 piping shall be pickled prior to on site delivery. Fittings shall be beveled 15-3 J:\data\RI:N\105-049\Design\Specs\ilazen Technicals pinal.doc 7/3/2007 9:54:26 AM 0 2007 RI-12 Engineering,Inc. Summer 2007 City of Renton Division 15 -Mechanical Hazen Reservoir ' plain-end for welding,mechanical joint connection or flange as shown on the plans. ' Welding of pipe shall be per ASME welding code. Welding shall be capable of withstanding the hydrostatic testing pressure as stated in this division without leakage. Pipe Wall Thickness in inches. Nominal Pi e Diameter , Test Pressure 1" 2" 3" 4" 6" 8" 10" 12" 14" 16" 18" 24" 30" 50 psi .109* .109* .120* .120* .134* .148* .165* .180* .188* .188* .188* .250* .312* 200 psi .133cp .154cp .216cp .237cp .280cp .322cp .365cp .375cp .390 .450 .510 .680 .850 400 psi .179+ .218+ 300+ .337+ .432+ .500+ .500+ .500+ .540 .620 .690 .910 1.140 *Per Schedule 10s cpPer Schedule 40s ' +Per Schedule 80s Welding of pipe shall be per ASME welding code. Welding shall be capable of withstanding the hydrostatic testing pressure as stated above in this division without leakage. G. Copper Pipe and Fittings Copper piping and tubing shall be drawn and shall meet requirements of ASTM B-88. ' Use Type L hard temper for exposed areas and through concrete. Use Type K hard temper for buried services. Use Type L soft under concrete floor. Fittings for buried pipe: brass compression type, Swagelok, Gyrolok, Parker CPL, or equal. Fittings for exposed pipe: wrought copper or bronze pressure type solder joints and shall meet requirements of ANSI B16.22. H. PVC Pipe and Fittings For Stormwater Application Polyvinyl chloride (PVC) material for pipe fittings and couplings shall conform to ASTM D-1784, Type 1, Grade 1,with 2,000 psi design stress. Pipe shall be Schedule 40 or 80 in accordance with ASTM D-1785, as shown on the Plans. Sanitary sewer pipe color shall be green for indication as sanitary sewer pipe. Pipe for , storm water shall be white for indication as stormwater pipe. All fittings and accessories shall be as manufactured by the pipe supplier or approved equal and have bell and/or spigot configurations compatible with that of the pipe. 15-4 ' 7/3/2007 9:54:26 AM J:\data\REN\105-049\Design\Specs\Hazen Tcchnicals Final.doc 0 2007 RI I2 Engineering,Inc. Summer 2007 City of Renton Division 15—Mechanical Hazen Reservoir i I. Underdrain Pipe Underdrain pipe shall be perforated and may be corrugated aluminum alloy, or PVC plastic, at option of Contractor. Perforated underdrain pipe shall meet the following requirements: • Corrugated aluminum alloy-AASHO designation M-197; • PVC plastic -ASTM D-1785, Schedule 80; • Corrugated high-density polyethylene-AASHTO designation M-252. Lay perforated pipe with perforations down,with bedding and backfill as indicated on the .. Plans. Use care in placing gravel backfill material to prevent its contamination. Compact backfill as identified on the plans. J. Corrugated Polyethylene Pipe Corrugated Polyethylene pipe shall comply with APWA/WSDOT Standard Specifications Section 9-05.20. Size shall be as shown on the plans. Piping shall be able to withstand r AASHTO H-20 traffic loads with the soil bury depth. 15.5 Buried Water Main Installation Use materials and installation methods in accordance with Uniform Plumbing Code, latest ' edition, and local codes and regulations which are applicable. Install ductile iron water mains in accordance with AWWA C600-93 Install pipes in accordance with manufacturer's recommendations. Use types and sizes of pipes as specified herein and/or as shown on the Plans. Where sizes of small pipe are omitted from the Plans and not mentioned in the specifications, use sizes corresponding to code requirements, and as required by equipment and plumbing fixtures and appurtenances. In any event,properly size any undesignated pipe sizes for functions to be performed. Carefully lay pipe and supported at proper lines and grades. Follow piping nuns shown on the Plans as closely as possible, except for minor adjustment to avoid architectural and structural features. Make major relocations, if required, in a manner acceptable to Engineer. Keep openings in pipes closed during progress of work. Form thrust blocking so that bolts, joints, gaskets, and flanges of adjacent joints are clear of concrete and so that bolts and joints can be dismantled without removing concrete. All concrete blocking shall have a minimum compressive strength of as identified in Division ' 3 "Concrete",Section 3.5. Pipe passing through concrete walls or slabs shall be made watertight. ' 15.6 Mechanical Pipe and Related Equipment Joining All piping and related equipment to be joined together shall be connected as shown on the plans, specifications,as recommended by the manufacturer, or as required by standard industry practices if not otherwise specified. Under no circumstances shall the fasteners be of lesser strength or higher corrosive potential than the materials being connected. In the 15-5 r1 J:\data\RF,N\]05-049\Design\Specs\Hazen Technicals Final.doc 7/3/2007 9:54:26 AM 0 2007 R112 Engineering,Inc. Summer 2007 City of Renton Division 15 -Mechanical Hazen Reservoir , event that dissimilar metals are adjacent (for example: stainless flange connecting to ductile , iron flange) a dielectric insulation kit shall be used. Atmospherically corrosion resistant restraints: Where called for on the plans or specifications, Cor-Ten (ASTM 242) steel fasteners shall be used. All components of any , Cor-Ten system shall include all Cot-Ten components. Bolts, nuts,washers, tie rods, and other components shall be one material and not intermixed. 15.7 Expansion Joint All Expansion Joints shall be suitable for use with potable water systems. Expansion joints shall be rated by the manufacturer for the working pressure of the water main. Special covers shall be applied when specified in the design plans to resist weather, ozone, corrosive fumes, and direct bury applications. Flanges shall be constructed integrally with the body to resist stresses. Flanges shall be full-pattern so gaskets are not necessary. Flanges shall be drilled to ANSI B16.5, Class 150#, or as specified in the design plans. The expansion joint shall have the following minimum allowable displacements: Compression Extension Lateral For 1" to 6" 1-5/16" 3/4" 1-1/2" For 8" to 18" 2-1/16" 1-1/8" 1-1/2" For 20" to 24" 2-7/16" 1-5/16" 1-1/2" For 30" to 36" 2-13/16" 1-1/2" 1-1/2" Direct Bury Expansion joints directly buried in the ground shall be suitable to external service conditions including soil overburden and contact with saturated soils. Direct bury expansion joints shall be EBAA Iron Tm Flex-TendO Double Ball standard unit expansion joints or approved equal. 2" and Smaller expansion joints shall be brass. Ends shall be threaded or flanged. Expansion joints larger than 2" shall be ductile iron. Ends shall be flanged. 15.8 Isolation Valves and Appurtenances Valves noted on the Plans or in other parts of the specifications shall meet the requirements herein. Valves shall be designed for the intended service. Install valves in , strict accordance with manufacturers instructions and as shown on the Plans. Buried valves shall have all operators or valves boxes installed so that wrenches or operators perform freely and without binding or other interference. Bed and backfill buried valves ' according to the requirements of the pipe to which they are attached. If shear pins are installed with any valve, the manufacturer shall certify the shear pin(s) to fail between 95% to 99% of the operator shaft failure torque. Provide concrete supports for operators , where required, as shown on the Plans. Valve suppliers shall review the design and certify that the valve provided in the submittal will operate as intended by the engineer. Any discrepancies from the design and the r 15-6 7/3/2(07 9:54:26 AM J:\data\REN\105-049\Design\Specs\Tlazen Technicals Final.doc 0 2007 RI 12 F.ngineering,Inc. r Summer 2007 City of Renton Division 15—Mechanical Hazen Reservoir valves shall be brought to the engineer's attention during the submittal process. Valves that do not operate as intended shall be replaced or modified so that they operate within the design parameters at the contractor's expense. Buried valves shall be equipped with AWWA 2-inch wrench nut with a minimum of 12 turns to close valve, unless otherwise noted on plans. Exposed valves shall be equipped with lever actuator for valves 4 inches and smaller, or handwheel actuator for valves 6 inches and larger, unless otherwise noted on plans. Valves located at elevations higher r than 6 feet above finished floor shall be equipped with chainwheel operator. A. Eccentric Valves .r Plug valves shall be eccentric plug valves unless otherwise specified. Valves shall be of the non-lubricated eccentric type with resilient faced plugs and shall be r, furnished with end connections as shown on the Plans. Valve bodies shall be ASTM A126 Class B cast iron. The valve seat shall meet one of the following two requirements: 1) seat shall have a 1/8 inch welded overlay of not less than 90% pure nickel, with a raised seat area, so that the plug face contacts only nickel; 2) seat shall be factory-coated with heat-fused thermoset epoxy or thermoplastic nylon in accordance with AWWA C550. The valve plug shall be ASTM A536 ductile iron, faced with Neoprene with a cylindrical seating surface eccentrically offset from center of the plug shaft. Interference between the r plug face and the body seat shall be externally adjustable in the field with the valve under pressure, and the plug in the closed position. Valves shall have sleeve type metal bearings and shall be of sintered, oil impregnated, permanently lubricated type 316 ASTM A743 Grade CF-8M. Valve shaft seals shall be of the single or multiple V-ring type, externally adjustable and re- packable under pressure without removing bonnet or actuator. Valves utilizing O-ring seals or non-adjustable packing shall not be acceptable. Valve pressure ratings shall be the same as adjacent fittings. Each valve shall be given a hydrostatic and seat test. Valves shall be equipped with gear actuators. Gearing shall be enclosed in a steel housing ' and be suitable for running in a lubricant with seals provided on all shafts to prevent entry of dirt and water into actuator. Actuator shaft shall be supported on permanently lubricated bronze bearings, and shall indicate valve position. An adjustable stop shall be provided to set closing torque and to provide seat adjustment. Valve surfaces shall be coated internally and externally with a heat-fused thermoset epoxy or thermoplastic nylon. Exposed nuts, bolts, springs, and washers for buried service valves shall be stainless steel.. Valves shall be equal to: M&H/Kennedy Valve Company Eccentric Plug valves, Pratt ' eccentric valves, or Dezurik eccentric valves. B. Resilient Wedge Gate Valves ' All gate valves for water lines 2" and larger shall be of the resilient,wedge-type, non-rising 15-7 J:\data\RIiN\105-049\Design\Specs\14a7en Tcchnicals Final.doc 7/3/2007 9:54:26 AM 0 2007 RI 12 Lnginccrin&Inc. Summer 2007 City of Renton Division 15 -Mechanical Hazen Reservoir ' stem and shall meet or exceed the performance requirements of AWWA C509 or AWWA ' C515-Reduced-Wall, Resilient-Seated Gate Valves for Water Supply Service and be suitable for installation with the type and class of pipe being installed. The wedge shall be fully encapsulated with vulcanized SBR rubber. Ends to be as specified. Valve opening ' direction shall be counter-clockwise. Install valves and fittings in accordance with manufacturer's recommendation and the Plans. Verify alignment and adjustments after installation. Install valves in strict accordance with manufacturers instructions and as shown on the Plans. Provide buried valves with all operators or valve boxes installed so that wrenches and operators perform freely and without binding or other interference. Bed and backfill buried valves according to requirements of the pipe to which they are attached. C. Seismic Shutoff Valve System In the event of seismic activity, the seismic sensor will send a signal to the seismic switch which will then activate the valve solenoid to shut the valve drip tight. The switch shall , send a radio signal through the onsite telemetry system to the telemetry control room station that the valve is closing down or is closed. The telemetry system shall be capable of communicating back to the seismic switch and allow remote operation of the solenoid to reopen the valve or close it. The cla-val as shown on the plans shall operate with the seismic shutoff system. The control valve supplier shall be responsible to ensure that the control valve will work with ' the seismic shutoff system. Seismic shutoff system shall be equal to Flo Loc. ' System shall consist of the following components: 1. Seismic sensor capable of detecting earthquakes that could cause damage to the - Owner's water storage and distribution system. Sensor shall have the following features: • CA/DSA (California Division of the State Architect) approval • N.T.A. (National Technical Systems) certification as • Manual arm reset and trip capability • (2) SPDT 10 amp switches 'r • Mounting bracket with bubble level 2. Seismic switch with the following features: • Arm and Trip remote control (SCADA) operation. • Arm and Trip status indication (SCADA) • • Valve solenoid control, alarm and status in one terminal block • NEMA 4X high impact fiberglass enclosure +� 3. Power supply with the following features: 15-8 7/3/2007 9:54:26 AM J:\data\RIN\105-049\Design\Specs\lla7en Tcchnicals Final.doc 0 2007 RI 12 Fnginecring,Inc. Summer 2007 City of Renton Division 15—Mechanical Hazen Reservoir • 24 VDC, 1000 watt rating or better • (2) 31 Ah sealed gel cell batteries (manufacturer shall certify that power supply can adequately close and reopen the valve 3 times in the course of one month without recharging) • 110 VAC charging system • Heavy duty extension cord capable of reaching nearest power outlet • Battery charging regulator system • Digital charging system with LCD voltage readout. 15.9 Check Valves and Appurtenances .� A. Reservoir Inlet, Outlet, Overflow and Pond Inlet Check Valves Reservoir inlet, outlet, overflow and pond inlet check valves shall be equal to Tideflex Series 35, Waterflex WF-3, Tideflex Series 35-1, and Tideflex overflow security valve (OSV), respectively, as manufactured by Red Valve Company, Inc. as shown on the plans. Check valves shall be designed to allow water flow in only one (1) direction. Valves shall seal upon flow reversal drip tight with a 1-psi pressure drop or less. All components shall be National Sanitation Foundation (NSF) Standard 61 compliant. Flange ends shall conform to ANSI B 16.10, Class 150#. Backup rings shall be stainless steel. 15.10 Hydraulic Control Valves and Appurtenances ' Hydraulic Control Valves noted on the Plans or in other parts of the specifications shall meet the requirements herein. Valves shall be designed for the intended service. Install valves in strict accordance with manufacturer's instructions and as shown on the Plans. Valve suppliers shall review the design and certify that the valve provided in the submittal will operate as described and within the conditions specified. Any discrepancies from the design and the specified valves shall be brought to the engineer's attention during the submittal process. Valves that do not operate as intended shall be replaced or modified so that they operate within the design parameters at the contractor's expense. Valves shall be diaphragm-actuated, single-seat, hydraulically-operated valves and shall have a cover chamber sealed from the body by a flexible, synthetic rubber diaphragm. Control of valve shall be from direct-acting, adjustable spring-loaded diaphragm valve(s) as appropriate for the valve function. Pilot controls shall be selected appropriately for the system operational pressure range. Double chamber valves shall be used where independent operating pressure or absolute speed control is required, All pump control valves shall be double chamber. Globe or angle style valves with flanged or threaded ends shall be as shown on the plans. Valves where differential pressure is expected to exceed 100 psi shall be of the anti-cavitation type. All Hydraulic Control Valves shall be provided with an epoxy coating on the interior flow path and exterior body. Interior epoxy shall be certified for potable water use. Provide brass nameplates on all valves indicating valve size, inlet side (or flow direction), valve model, and control pilot adjustment ranges. ' 15-9 J:\data\RIsN\105-049\Design\Specs\Ha7en Technicals FmLdoc 7/3/2007 9:54:26 AM 0 2007 RI 12 Engineering,Inc. Summer 2007 City of Renton Division 15 -Mechanical Hazen Reservoir Valves shall be provided with all pilots, solenoids, and controls preassembled to operate ' the valve in its intended function. The solenoid valve shall be operated on 24 VDC power supply. Provide each valve with stainless steel trim. Diaphragm shaft shall be stainless steel Provide a valve limit position switch assembly equal to ClaVal Model X105L2 on the following valves: ' • Seismic valve • Altitude valve A strainer shall be provided on all valve pilots to prevent clogging by debris in the water. All valves shall be rated for the pressures shown in the Pressure Rating section of these specifications,unless stated otherwise within the individual valve specification. ' A. Altitude Valve Altitude valve control shall be through a pilot valve that operates on the differential force between the height of the water on the reservoir and an adjustable spring load. This control will close the main valve when the reservoir water is at the overflow elevation and ' will open the main valve when pressure at the valve inlet lowers below the reservoir pressure. Factory valve setting shall be for a reservoir of 140 feet water height above the valve. Valve shall be Cla-Val Model 210-16 altitude valve for 2-way flow. No substitutions. B. Seismic Control Valve , Seismic Control valves shall be open under normal conditions. In the event of seismic activity,the seismic monitoring system shall send a signal to the valve solenoid, forcing the , control valve to close slowly to a complete drip tight closed position. When the valve reaches the closed position, a limit switch signals the telemetry system that the valve is closed. When the valve is called to reopen and it reaches the open position, a limit switch signals the telemetry system that the valve is open. The valve shall open slowly when 40 called to open. Pressure from the reservoir side of the valve shall be used for pilot valve operation. The valve shall be equipped with all features necessary to operate the valve as described above. The supplier on the seismic control valve is responsible to ensure that the seismic control valve works with the seismic shutoff system. ' The control valve shall be a Cla-val Co. Model 136DG — 41BCSYKX. No substitution. Valve opening and closing speed shall be independently adjustable from 5 seconds to 2 minutes 15.11 Valve Box - Trench Adapter Valve boxes shall be cast iron, 2-piece slip type with base corresponding to the size of the ' valve, equal to Rich Manufacturing Co. or Olympic Foundry Co. The box shall be coal tar painted by the manufacturer using its standard. The cover shall have the word "WATER" ' cast in it and shall be equal to 940 Seattle deep lid. 15-10 ' 7/3/2007 9:54:26 AM J:\data\REN\105-049\Design\Specs\TTa7.en Technicals Final.doc 0 2007 RT 12 T?ngineering,Inc. Summer 2007 City of Renton Division 15—Mechanical Hazen Reservoir i 15.12 Fire Hydrant Assembly Fire hydrant shall be in accordance with the City of Renton Standard Specifications. Provide a minimum of seven cubic feet washed gravel surrounding 90° bend below hydrant. Gravel shall be 1-1/2" minus and be retained on 1/4" mesh for drain. 15.13 Flow Meters A. Electromagnetic Flowmeters (Highlands Reservoir) Provide an electromagnetic flowmetering system suitable for measuring and transmitting .r flowrate in a full-flowing pipe as shown on construction drawings. The flowmeter system shall be microprocessor based, utilizing a DC bipolar pulsed coil that automatically rezeroes after each pulse cycle. System accuracy shall be ± 1% of actual flowrate over a fluid velocity range of 1 to 33 feet per second, and within 0.01 fps for velocities less than 1 fps. Repeatability shall be 0.1% of full scale or better. System accuracy shall be traceable to NIST using prototype meters of the same configuration. The system shall operate within the accuracy required over an ambient temperature range of-10 to +120 degrees F and a process temperature range of+15 to +120 degrees F. The meter tube and coil shall be mounted on the pipe between ANSI B16 pipe flanges and shall be rated for working and test pressures as indicated in the Pressure Rating Section in this Division. The meter tube shall be 304 stainless steel. The meter and cable connection(s) shall be capable of complete submergence without damage. The meter shall .. include integral grounding electrodes or a 316 stainless steel grounding ring for installation at the inlet. Manufacturer shall verify that grounding system is appropriate for proposed use. All wetted parts shall be 316 stainless steel. The meter shall be suitable for either horizontal or vertical mounting. The meter liner shall completely encapsulate all wetted areas except for electrodes. Liner shall be certified by the manufacturer as appropriate for the proposed use. Liner shall be Fusion bonded epoxy or better. The meter electronics and transmitter shall be remotely mounted from the meter and .. shall operate from 12-24 VAC/DC power. The electronics shall be NEMA 4X/6 rated, the meter manufacturer shall supply an unspliced cable run from the transmitter to the meter tube. The transmitter shall display flowrate in gallons per minute, totalized gallons forward and totalized gallons reverse, flow direction and an empty pipe indicator. Outputs for telemetry shall be 4-20mA into 800 Ohms with an isolated ground and non- interacting zero and span adjustments. Separate 24 VDC pulse outputs for forward and reverse flow shall also be provided for telemetry monitoring. The display and output shall be user scaleable for GPM, CFS, or MGD, and shall be password protected. All software shall be battery powered with a battery that has a ten-year service life. The meter, electronics, and transmitter shall be RFI shielded to prevent interference from adjacent high noise electrical equipment such as variable frequency drives, electromagnetic aw starters,transformers, or transfer switches. The flowmeter shall be Siemens Danfoss, Model MAG 510OW with Magflow 5000 transmitter or approved equal. 15-11 ■r J:\data\RF,N\105-049\Design\Specs\iia7en Technicals rinal.doc 7/3/2007 9:54:26 AM 0 2007 R112 Engineering,Inc. Summer 2007 City of Renton Division 15 -Mechanical Hazen Reservoir Provide flowmetering system suitable for measuring and transmitting flowrate in a full- ' flowing pipe based on the venturi principal of measurement. System accuracy shall be within 99.5% of actual flow. Flow rates through the meters shall be as follows. Inlet: 1,000—5,000 gpm ' Outlet: 1,000—3,000 gpm B. Propeller Flow Meters ' Provide propeller type flow meters as shown on the Plans. Meter spool shall have a pressure rating in accordance with the Pressure Rating Section above. Propeller shall be injection molded thermoplastic, and accuracy of entire system shall be plus or minus 2 percent of actual flow within the range specified for each meter size. Flow rates through the meter will be 400 gpm minimum and 5,000 gpm maximum for inlet flows and 200 ' gpm minimum to 5,000 gpm maximum for outlet flows. Provide meter with fabricated steel straightening vanes protected internally and externally with 12-15 mils of fusion epoxy resin. Connect meter head to tube by means of flanged bolt connection designed for easy removal from tube for inspection or repair. Provide meter tube with inside diameter no less than size of the pipe required. Flow meter construction and materials shall meet the requirements of AWWA C704, latest revision. Meters will be in a below grade vault. Meter shall read flows in one direction only. Reverse flow shall not negate previous readin g or reduce totalizer counter. Each meter shall be equipped with a (indicator-totalizer-transmitter) device. The totalizer shall read in units of hundreds of gallons and shall have a test hand to check the accuracy of the indicator. The indicator drive mechanism shall be temperature compensated, so the indicator hand shall be accurate and linear within plus or minus 2.0 percent at all points on the dial when the unit is operated within the temperature range. The transmitter shall provide a contact closure switch for every 1000 gallons and a loop powered current output for connection to instrumentation system. The meter shall pulse one time per revolution of the totalizer dial. One totalizer dial revolution shall represent 1,000 gallons of flow. The pulse output shall be plus or minus 2.0 percent of actual flow with the range specified for each meter. The current output shall be 4-20mA signal that represents rate of flow through the meter. Scale the transmitter as follows: 400 gpm minimum and 5,000 gpm maximum for inlet flow and 200 gpm minimum and 3,000 for outlet flow. The current output shall be plus or minus 0.5 percent of full scale of the instrument the transmitter is controlling. The meters shall be a Water Specialties Model ML-08. Provide a high velocity meter where , warranted by flow rates. The indicator-totalizer-transmitter devices shall be a Water Specialties Model TR-16/12 with a contact closure switch for every 1000 gallons. No substitutions. 15.14 Ductile Iron Water Pipe Inspection and Testing A. General , Furnish all required personnel and equipment and make all tests required to demonstrate the integrity of finished installation to approval of Owner and all agencies having , 15-12 , 7/3/2007 9:54:20 AM ]:\data\RF.N\105-049\Design\Specs\Iia7en Technicals Final.doc ©2007 R1 12 Engineering,Inc. Summer 2007 City of Renton Division 15—Mechanical Hazen Reservoir jurisdiction. All water main testing shall be done in conformance with City of Renton .r Standard Specifications. B. Hydrostatic Pressure Testing All water mains and appurtenances shall be tested conforming with the City of Renton Standard Specification Section 7-11.3(11). The Owner has the right to require more stringent test criteria if it is determine in the field that conditions warrant such measures. C. Ductile Iron Water Pipe Cleaning Water main cleaning shall be done by "poly-pigging" in conformance with the City of ws Renton Standard Specifications Section 7-11.3(12)A. D. Water Main Disinfection and Flushing .. All water main flushing and disinfection shall be done in conformance with the City of Renton Standard Specifications Section 7-11.3(11). E. Valve Testing Test all valve bonnets for tightness. Test operate all valves at least once from closed-to- open-to-closed positions while valve is under pressure. Test all valves for water tightness under differential working pressure. To perform this test, pressurize pipe section with valve in place, close valve, and relieve pressure on seat side of valve. The valve shall not pass water during a 5 minute test period. 15.15 Submersible Level Transmitter (Water Applications) The transmitter shall be installed in location as described on the Plans, and shall be a totally submersible device with molded integral cable. ., The transduction principle shall be an integrated silicon strain gauge bridge with a two- wire 4-20 mA output signal. The operating pressure range of the device shall be up to 50 psi with an overpressure acceptance of two times the rated pressure. Total error band .r shall not exceed 0.30% of full scale over a temperature range of 30° to 86°F. The accuracy shall be 0.1% of full scale for 1 psi to 900 psi range. Voltage input shall be 9 to 30 vdc. The electronics shall have built-in protection against AC line transients and lightning spikes and an RFI filter to reject internal electrical and internal noise. The transmitter shall have a maximum OD of 3/4" and a maximum length of 9". The transmitter shall be provided with enough submergence-proof cable to allow for an unspliced run from the transmitter mounting depth to the control electronics plus 10%. The submergence-proof cable shall be constructed of polyurethane sheathed cable with integral vent tube and Kevlar strain cord. The complete level transmitter assembly shall be completely rated for the environment for which it will be installed.Level transmitter shall be Druck or equal. 15-13 J:\data\REN\105-049\Design\Specs\Ilazen Technicals Final.doc 7/3/2007 9:54:26 AM 0 2007 RI 12 Engineering,Inc. Summer 2007 City of Renton Division 15 -Mechanical Hazen Reservoir 15.16 Sump Pump Provide a sump pump with bronze body, removable inlet screen between motor and pump bodies with a six-vane impeller to pass solids which pass the inlet screen, and an oil- ' filled motor in sealed waterproof housing with overload protection. Mechanical seal: ceramic seat and carbon rotating element operating in oil. Motor shaft: stainless steel. Sump pump shall be controlled by mercury float switch. Sump pump: equal to PIP-702B, 1 Sulzer/Paco pump. 1 1 1 1 I 1 1 15-14 7/3/2007 9:54:26 AM J:\data\RF-N\105-049\Design\Specs\Ha7.cn Technicals Final.doc 0 2007 R112 Engineering,Inc. .. Division 16 Electrical 16.1 General �• This division covers that work necessary for furnishing and installing electrical equipment required for this project. Items not covered shall be suitable for their particular application. .. Plans are diagrammatic and indicate general arrangements of systems and equipment, except when specifically dimensioned or detailed. The intention of the plans is to show �r size, capacity, approximated location, direction and general relationship of one work phase to another,but not exact detail or arrangement. Do not use equipment exceeding dimensions indicated or equipment or arrangements that .w reduce required clearances or exceed specified maximum dimensions unless approved by the Engineer. 16.2 Submittals Provide submittals of each item specified in this division to engineer for approval in accordance with the submittals' sections of these specifications. Submittals for motor control centers, motor control panels, control panels, instrumentation panels, and pump control panels shall include as a minimum a wiring diagram or connection schematic and an interconnection diagram. Wiring Diagram or Connection Schematic This plan or plans shall include all of the devices in a system and show their physical relationship to each other including terminals and interconnecting wiring in assembly. This diagram shall be in a form showing interconnecting wiring only by terminal designations (wireless diagram). Interconnection Diagram This diagram shall show all external connections between terminals of equipment and r outside points, such as motors and auxiliary devices. References shall be shown to all connection diagrams which interface to the interconnection diagrams. Interconnection diagrams shall be of the continuous line type. Bundled wires shall be shown on a single .. line with the direction of entry/exit of the individual wires clearly shown. All devices and equipment shall be identified. Terminal blocks shall be shown as actually installed and identified in the equipment complete with individual terminal identification. All jumpers, •• shielding and grounding termination details not shown on the equipment connection diagrams shall be shown on the interconnection diagrams. Spare wires and cables shall be shown. Submittal information shall be provided to the Owner for the following items: 1. Utility Meter Enclosure 2. Service Disconnect 3. Transient Voltage Surge Suppressor (IVSS) 16-1 +rr J:\data\RI?N\105-049\Design\Specs\iia7.en Technicals rinal.doc 7/3/2007 9:54:26 AM 0 2007 RI 12 Lngincerinp,Inc. err Summer 2007 City of Renton Division 16- Electrical Hazen Reservoir 4. Branch Circuit Panelboard 5. Circuit Breakers 6. Conduit and Fittings , 7. Outlet and Junction Boxes 8. Electrical Handholes and Vaults ' 9. Wire and Cables 10. Switches and Receptacles 11. Light Fixtures 12. Motion Detector 13. Wall mounted cooling thermostat 14. Photoelectric Smoke Detector 15. Liquid Level Switch 16. Intrusion Alarm Switch 17. Keyed Switch Box 18. Panic Alarm Button 19. Level Floats 16.3 Codes and Standards ' Provide all electrical work In accordance with latest edition of National Electrical Code, National Electrical Safety Code, Washington State Electrical Code, and local ordinances. If any conflict occurs between government adopted code rules and these specifications, the codes are to govern. All electrical products shall bear a label from a certified testing laboratory recognized by the State of Washington. Recognized labels in the State of Washington are UL,ETL, and CSA-US. , 16.4 Identification of Listed Products Electrical equipment and materials shall be listed for the purpose for which they are to be used,by an independent testing laboratory. When a product is not available with a testing laboratory listing for the purpose for which it is to serve, the inspection authority may require the product to undergo a special inspection at the manufacturer's place of assembly. All costs and expenses incurred for such inspections shall be included in the original contract price. 16.5 Permits and Fees The Contractor shall coordinate and provide all permits, licenses, approvals, inspections by the authority having jurisdiction and other arrangements for work on this project and all fees shall be paid for by the Contractor. The Contractor shall include these fees in the bid price. rrr 16-2 7/3/2007 9:54:26 AM J:\data\RLN\105-049\Design\Specs\Hazen Technicals Final.doc 0 2007 RI 12 Engineering,Inc. Summer 2007 City of Renton Division 16—Electrical Hazen Reservoir 16.6 Minor Deviations The electrical plans are diagrammatic in nature and the location of devices, fixtures and equipment is approximate unless dimensioned. On the basis of this, the right is reserved to provide for minor adjustments and deviations from the apparent locations shown on the Plans without any extra cost. Deviations from the Plans and/or specifications required by code shall also be done, subsequent to Owner's approval,without extra cost. Plans indicate the general location and number of the electrical equipment items. When raceway,boxes, and ground connections are shown, they are shown diagrammatically only and indicate the general character and approximate location. Layout does not necessarily show the total number of raceways or boxes for the circuits required. Furnish, install, and place in satisfactory condition all raceways, boxes, conductors and connections, and all of the materials required for the electrical systems shown or noted in the contract documents complete,fully operational, and fully tested upon the completion of the project. 16.7 Job Conditions A. Operations Contractor shall keep all power shutdown periods to a minimum. Carry out shutdowns only after a shutdown schedule has been submitted and favorably reviewed by both the client and the Engineer. B. Construction Power Make all arrangements for the required construction power. Power is not available on the construction site. The Contractor is responsible for reviewing what is available and providing what is required. Upon completion of the project, remove all temporary construction power equipment, material and wiring from the site that is the property of the Contractor. 16.8 Record Plans The Contractor shall maintain a complete and accurate record set of Plans for the electrical construction work. Continually record actual electrical system(s) installation on a set of prints kept readily available at the project during construction for this purpose alone. Accurately locate all raceways and circuit number of each equipment item. At the completion of the work, furnish a set of clean, neat, and accurate record plans on reproducible sepia-type paper which shows raceway type, routing, and conductors for low every outlet and every circuit. 16.9 Nameplates and Identification Provide engraved nameplates indicating load served, voltage, and phase for eve ry circuit breaker,panel board, disconnect switch, and fused switch. Provide a name tag for each piece of equipment and for each circuit and/or control device associated with the equipment. Name plates shall be phenolic-engraved and shall clearly ' identify the associated component. Color shall be black background with white letters. Tags shall be securely attached. IJ:\data\RE 16-3 N\105-049\Design\Specs\Tlazen Tcchnicals Final.doc 7/3/2007 9:54:26 AM ©2007 RT 12 Engineering,inc. Summer 2007 City of Renton Division 16- Electrical Hazen Reservoir Identify each wire or cable at each termination and in each pull box using numbered and lettered wire markers. All electrically common conductors shall have the same number. Each electrically different conductor shall be uniquely numbered. Identify panelboard circuits using the panelboard identification and circuit number. Identify motor control circuits using the equipment identification number assigned to the control unit by the motor control center manufacturer and the motor control unit terminal number. Identify other circuits as approved by the Engineer. Identify each wire or cable in each pull box , with plastic sleeves having permanent markings. Conductors between terminals of different numbers shall have both terminal numbers shown at each conductor end. The terminal number closest to the end of the wire shall be the same as the terminal number. ' Warning nameplates shall be provided on all panels and equipment which contain multiple power sources which may have energized circuits with the main disconnecting means in the off position. Lettering shall be white on red background 16.10 Location A. General Use equipment, materials and wiring methods suitable for the types of locations in which ' they will be located, as defined in Section B herein. B. Definitions of Type of Locations 1. Dry Locations: All those indoor areas which do not fall within the definitions below for wet, damp, or corrosive locations and which are not other wise designated on the Plans. ' 2. Wet Locations: All locations within the interior of the reservoir. All locations exposed to the weather, whether under a roof or not, unless otherwise designated on the Plans. 3. Damp Locations: All spaces wholly or partially underground, or having a wall or ceiling forming part of a channel or tank unless otherwise designated on the Plans. 4. Corrosive Locations: Areas where chlorine gas under pressure, sulfuric acid, or liquid polymer are stored or processed. These areas are identified on the Plans. 16.11 Service and Metering A. Description of Work The following is a brief description of the work required to provide power service to the irr proposed facility. The Electrical Power Provider,Puget Sound Energy, shall perform some of the work and the Contractor shall do the remainder of the work. It is the Contractor's responsibility to understand what work will be completed by the Electrical Power (rM Provider. Work to be completed by the Electrical Power Provider will be paid by the Owner and shall not be included in the Contractor's bid price. The Service and Metering work is generally described as follows: 16-4 7/3/2(X)7 9:54:26 AM J:\data\RisN\105-049\Design\Specs\llazen Technieals Final.doc 0 2007 R142 Engineering,Inc. Summer 2007 City of Renton Division 16—Electrical Hazen Reservoir r 1. Provide and install new raceway and conductors from the primary service to the proposed pad-mount transformer including all conduit, conductors, and cable terminators, trenching,backfill and restoration. 2. Provide and install new pad-mount transformer and primary handhole including site preparation work and termination of associated conductors. 3. Terminate conductors on the primary and secondary side of the transformer. 4. Provide and install new secondary underground service from the proposed padmount transformer to the new service disconnect including all conduit, conductors, cable r. terminators, trenching,backfill and restoration. 5. Provide meter in the enclosure provided by the Contractor. r B. Utility Responsibilities During design, contact was made with Customer Service Representative,Jeremy Boland, who can be contacted by telephoning (253) 395-7023. ow The Contractor shall be fully and completely responsible for all scheduling and coordination with the Electrical Power Provider. The Contractor shall contact the Customer Service Representative to coordinate scheduling of work to be performed and .r to verify responsibilities. Contractor shall notify the Engineer of any changes to the responsibilities between the Electrical Power Provider and the Contractor as outlined in .W these specifications prior to submitting a bid. Any change(s) in responsibilities not brought to the attention of the Engineer prior to bidding will not be cause for additional payment. Before submitting a bid, the Contractor shall become familiar with all the electrical service requirements that may affect the execution of their work. ' Electrical Power Provider will perform the following: 1. Provide and install new pad-mount transformers, primary handhole, and pad-mount ' transformer vault. Excavation and restoration shall be provided by the Contractor. 2. Provide and install primary raceway and conductors. Trenching, backfill, and restoration shall be provided by the Contractor. 3. Terminate conductors on the primary and secondary side of the transformer. 4. Install a utility revenue meter in the proposed main revenue metering enclosure installed by the Contractor. C. Contractor's Responsibilities ' The Contractor shall perform the following: 1. Provide and install new raceway and conductors for secondary service from the ' proposed pad-mount transformer to the utility meter located on the building including trenching,backfill and restoration. Terminate service conductors at the utility meter. 2. Install the Service Entrance Panelboard as shown on the Plans. ' 3. Provide and install utility meter enclosure, raceway and conductors for utility revenue 16-5 J:\data\REN\105-049\Design\Specs\ilazen Technicals Final.doc 7/3/2007 9:54:26 AM 0 2007 R112 Engineering,Inc. Summer 2007 City of Renton Division 16- Electrical Hazen Reservoir ' metering as shown on the Plans. , 4. Provide excavation, backfill and restoration required for installment of the pad-mount transformer vault,primary handhole, and primary electrical service. 5. The Contractor shall meet all the standard requirements for working in the right-of- i way which includes a utility representative on site during work within the right-of-way. The Contractor shall be responsible for paying all cost for the representative to be on site. D. Standards and Codes Work involvin g service installation shall be done in accordance with Electrical Power Provider standards and the National Electric Code. Service equipment shall be listed and labeled by UL as "suitable for use as service equipment". E. Utility Meter Enclosure ' Meter enclosure shall be a Circle AW or equal and as required to meet the requirement of the Electrical Power Provider. Contractor shall coordinate with Puget Sound Energy on the type of metering required ' and shall provide all labor and material necessary to meet Puget Sound Energy requirements. 16.12 Transient Voltage Surge Suppressor Protect the electrical service with a TVSS device as shown on the Plans. The TVSS shall be located inside the electrical building and connected with the shortest conductors possible. The TVSS shall meet the following: 1. Provide surge current withstand up to 160 kA per phase. ' 2. Short Circuit current rating of 200 kAIC. 3. A Ten-Year Free Replacement Warranty. 4. Surge Counter. 5. Integral Unit-modular disconnect switch. The TVSS shall be an Innovative Technology Vanguard Model or approved equal. 16.13 Branch Circuit Panelboard Provide branch circuit panel board with rating, number, and types of devices as shown on the Plans. Panel board shall be of current manufacture, shall be UL approved, and so labeled.When not identified on Plans,provide minimum of 18 single-pole breaker spaces. r, Panelboards shall be mounted with the top of the box 6 feet 6 inches above the finished floor. Panelboards shall be plumb within 1/8"inch. �r 16.14 Protective Devices and Switches A. Materials 16-6 7/3/2007 9:54:26 AM J:\data\REN\105-049\Design\Specs\FIazen Technicals Final.doc ©2007 R142 Engineering,Inc. w Summer 2007 City of Renton Division 16—Electrical Hazen Reservoir w 1. Protective Devices �w • General: Overcurrent devices shall be NEMA rated. • Fuses: Fuses shall be of the type and amperage indicated on the Plans. The voltage rating shall be appropriate for the application indicated. The fuse types indicated on the Plans imply a certain set of fuse characteristics. No substitutions of fuse types will be allowed without Engineer approval. Fuses in motor circuits which are indicated but not sized, shall be provided with Manufacturer's recommended size based on the actual motor installed. In-line or integrally- mounted fuse clips shall be provided on all control power or low-voltage transformers. Fuses shall be Bussman, Gould Shawmut, Littlefuse, Reliance, or equal. • Molded Case Circuit Breakers: Molded case circuit breakers shall be quick-make and quick-break type with wiping type contacts. Each breaker shall be provided with arc chutes and individual trip mechanisms on each pole consisting of both thermal and magnetic trip elements. Two and three pole breakers shall be common trip. All breakers shall be calibrated for operation in an ambient temperature of 40° C. Molded case circuit breakers shall be trip-free. Each breaker shall have trip indication independent of the ON or OFF positions. Breakers shall have the interrupting rating and trip rating indicated on the Plans. • Instantaneous Magnetic Trip Breakers: Breakers in motor circuits which are indicated but not sized, shall be provided with Manufacturer's recommended size based on the actual motor installed. Where indicated on the Plans and in the combination motor starter/motor control center schedule, furnish instantaneous magnetic trip only circuit breakers for motor short circuit protection. The magnetic trips shall be adjustable and accessible from the front of all these ' breakers. 2. Disconnect Switches • Furnish and install disconnect switches conforming to NEMA KS 1, type HD, sized for the ampere and voltage as shown on the plans and as required by the National Electrical Code and nameplate requirements of the equipment served. • Provide additional disconnects if required by Code. The switches shall be 600 volt type and horsepower rated. Auxiliary contacts shall be provided as indicated on the Plans. B. Installation ' 1. Mounting Heights • Overcurrent protection devices and safety switches shall be centered 5'-0" above the finished floor unless noted otherwise on the Plans. 16.15 Raceways A. Materials 16-7 rr J:\data\REN\105-049\Design\Specs\Hazen Technicals Final.doc 7/3/2007 9:54:26 AM 0 2007 RII2 Engineering,Inc. w Summer 2007 City of Renton Division 16- Electrical Hazen Reservoir Conduit and Fittings 1. Galvanized Rigid Steel (GRS): Rigid conduit shall be steel, hot dipped galvanized inside and out. The GRS must meet USA Standards Institute C80-1 Underwriters ' Laboratories Standard UL6, and carry a UL label. Use cast threaded hub fittings and junction boxes for all rigid conduit except in locations not permitted by the N.E.0 . 2. PVC Coated Rigid Steel Conduit: PVC coated conduit shall meet the GRS standard , above plus have a 40 mil PVC factory applied PVC coating. 3. Nonmetallic Conduit: Nonmetallic Conduit shall be rigid PVC, Schedule 40 or 80. ' PVC conduit installed above grade shall be Schedule 80 extra heavy wall 90 degree C. UL listed for aboveground use and UV resistant. Conduit shall be gray in color. Fittings shall be of the same material as the raceway and installed with solvent per the , Manufacturer's instructions. Conduit, fittings and solvent shall all be manufactured by the same Manufacturer. 4. Flexible Metal Conduit: Flexible conduit shall be interlocking single strip, hot dipped galvanized and shall have a polyvinyl chloride jacket extruded over the outside to form a flexible watertight raceway. Flexible conduit shall be American Brass Company Sealtite Type VA, General Electric Type UA or equal. ' 5. Electrical Metallic Tubing (EMT): EMT shall be UL 797 and ANSI C80.3; steel tubing, hot dipped galvanized. EMT fittings shall be ANSI/NEMA FB 1; steel, rain ' tight,insulated throat, compression type. Conduit Sealants 1. Moisture Barrier Types: Sealant shall be a non-toxic, non-shrink, non-hardening,putty , type hand applied material providing an effective barrier under submerged conditions. 2. Fire Retardant Types: Fire stop material shall be a reusable, non-toxic, asbestos-free, ' expanding, putty type material with a 3-hour rating in accordance with UL 1479. Provide products indicated by the manufacturer to be suitable for the type and size of penetration. Underground Marking Tape (Detectable Type) Underground marking tape shall be for location and early warning protection of buried power and communication lines. Tape shall be detectable by a pipe/cable locator or metal detector from above the undisturbed ground. Tape shall be nominally 2 inches wide with a type B721 aluminum foil core laminated between two layers of 5 mil thickness polyester plastic. The plastic color shall be red for electrical lines and orange for telephone lines. Tape shall be Brady"Detectable Identoline—Buried Underground Tape, or equal. B. Location Schedule .r Galvanized Rigid Steel (GRS) conduit shall be used in all locations unless noted otherwise below or on the Plans. 1. PVC coated GRS conduit shall be installed below all buildings, structures, in concrete and in corrosive areas for all power and instrumentation circuits. The following areas are considered corrosive as it pertains to the electrical installation: reservoir interior. r 16-8 7/3/2007 9:54:26 AM J:\data\RL:N\105-049\Design\Specs\Ilazen T'echnicals I{inal.doc • 0 2007 RH2 Engineering,Inc. Summer 2007 City of Renton Division 16—Electrical Hazen Reservoir GRS conduit that penetrates from the floor slab or walls inside a corrosive area shall be ,., PVC coated per the specifications. 2. PVC Schedule 40 conduit may be used underground in contact with the earth for power circuits only. When PVC conduit for power circuits is used underground in contact with the earth, the PVC shall transition to PVC coated GRS conduit five (5) feet from any building, structure, foundation wall or floor slab. The only exception shall be concrete electrical vaults or hand holes. 3. GRS conduit shall be used for all instrumentation (signal) circuits. PVC coated GRS shall be used for all underground instrumentation conduits. PVC coated GRS instrumentation conduit may transition to GRS conduit once inside a building or structure. The only exception shall be concrete electrical vaults or hand holes. 4. Flexible Metal Conduit shall be used for final connection to motors and vibrating equipment.Jacketed flex with threaded fittings shall be used outside and in wet corrosive atmosphere. Maximum length of flexible conduit shall be as allowed by NEC. 5. GRS conduit shall be used on the reservoir exterior. GRS conduit installed on reservoir exterior shall be painted to match reservoir color. C. Installation 1. Conduit sizes not noted on Plans shall be in accordance with N.E.C. requirements for the quantities and sizes of wire installed therein. ' 2. Spare conduits shall contain one 3/16 inch diameter nylon pull rope. 3. Conduit routing is shown diagrammatic on the Plans. Contractor is responsible for routing the conduits in a neat manner,parallel and perpendicular to walls and ceilings. t4. Securely fasten raceways at intervals and locations required by N.E.C., or the type raceway employed. 5. Location of conduit ends are shown approximately. Contractor is responsible for ending conduits in location that will not conflict with electrical equipment. Route conduit ends to facilitate ease of equipment maintenance. Conduits extending from the floor to a device shall be located as close as possible to avoid creating a hazard. 6. Do not install one (1) inch and larger raceways in or through structural members (beams, ' slabs, etc.) unless approved by Engineer. 7. All raceways shall contain a separate grounding conductor. 8. Conduit Encasement or Embedment in the earth shall be separated from the earth by at least 3-inches of concrete unless otherwise shown on the Plans. Plastic conduit spacers shall be located 5 feet on centers. The spacers shall be secured to the conduits by wire ties. The conduits shall be watertight. ' 9. Analog signal conduits shall be separated from power or control conduits. The separation shall be a minimum of 12-inches for metallic conduits and 24-inches for ' nonmetallic conduits. 16-9 J:\data\REN\105-049\Design\Specs\llazen Technicals Final.doc 7/3/2007 9:54:26 AM 0 2007 RI-12 Engineering,Inc. w Summer 2007 City of Renton Division 16 - Electrical Hazen Reservoir 10. Plastic raceway joints shall be solvent cemented in accordance with recommendations of , raceway manufacturer. 11. Avoid cutting openings, where possible, by setting sleeves or frames, and by requesting ' openings in advance. 12. Seal open ends of all conduits with moisture barrier sealant as they enter/exit from handholes or vaults. 16.16 Outlet and Junction Boxes Use cast boxes with threaded hubs for all rigid and intermediate conduits. Steel boxes ' may be used with rigid and intermediate conduits where cast boxes are not allowed by the N.E.C. All boxes shall be of proper size to accommodate devices, connectors, and number of wires present in the box. Boxes shall be readily accessible. In corrosive areas, all junction boxes shall be NEMA 4X. Cast box bodies and cover shall be cast or malleable iron with a minimum wall thickness , of 1/8" at every point, and not less than 1/4" at tapped holes for rigid conduit. Bosses are not acceptable. Mounting lugs shall be provided at the back or bottom corners of the body. Covers shall be secured to the box body with No. 6 or larger brass or bronze ' flathead screws. Boxes shall be provided with neoprene cover gaskets. Where only cast aluminum is available for certain types of fixture boxes, an epoxy finish shall be provided. Outlet boxes shall be of the FS types. Boxes shall conform to FS W-C-586C and UL 514. , Sheet metal boxes shall conform to UL 50, with a hot-dipped galvanized finish conforming to ASTM A123. Oulet boxes and switch boxes shall be designed for mounting flush wiring devices. Boxes and box extension rings shall be provided with knockouts. Boxes shall be formed in one piece from carbon-steel sheets. Outlet boxes shall not be less than 4" square and 1 1/2" deep. Ceiling boxes shall withstand a vertical force of 200 pounds for 5 minutes. Wall boxes shall withstand a vertical downward force of 50 pounds for 5 minutes. Non-metallic boxes shall be hot-compressed fiberglass, one-piece, molded with reinforcing of polyester material,with a minimum wall thickness of 1/8". 16.17 Pull Boxes and Vaults Pull boxes and vaults shall be Utility Vault Co., or approved equal unless specified otherwise on the Plans. Conduits entering handholes shall have grounding bushings installed and the conduit ends shall be sealed with moisture barrier sealing compound. Where conduits enter through sides of handholes, the penetration shall be made watertight. The lids to all pull boxes and vaults shall be permanently marked for its intended use, "signal" for all signal and instrumentation handholes and "Electrical" for all power handholes. Letter shall be a minimum of 3-inches high. Pull boxes shall be provided at least every 150 feet on long straight runs. Spacing shall be reduced by 50 feet for each 90 degree bend. 16-10 7/3/2007 9:54:26 AM J:\data\REN\105-049\Dcsigi\Specs\Ha7.cn Technicals rinal.doc 0 2007 RI-12 Engineering,inc. Summer 2007 City of Renton Division 16—Electrical Hazen Reservoir 16.18 Watertight Enclosures Watertight enclosures for vault electrical outlets shall be molded from fiberglass reinforced polyester material.A hinged cover shall be gasketed and opened with quick release latches. The conduit penetrations shall be sealed watertight moisture barrier compound to prevent the migration of water into the conduit. The enclosure shall be NEMA rated and installed per all applicable codes. The watertight enclosure shall be equal to Hoffman. 16.19 Low Voltage Wire and Cable A. Materials Conductors 1. General: All conductors shall be copper. Wire or cable not shown on the Plans or specified,but required, shall be of the type and size required for the application and in conformance with the applicable code. 2. Power and Control Conductors, 600 Volts and Below: r • Solid copper wires shall be 600 volt Type THWN, sizes #12 and#10 AWG only. • Stranded copper wire shall be 600 volt Type THWN, Class B stranding, sizes #14 AWG, #12 AWG, and#10 AWG only. • Stranded copper wire shall be 600 volt Type XHHW or RHW, Class B stranding, Sizes #8 AWG and Larger. • Fixture wire shall be 600 volt, silicone rubber insulated, 200° C, UL Type SF-2, with stranded copper conductors. • Control cable (CC) shall be 90°C, 600 volt, UL listed multiconductor tray cable, Type TC. Individual conductors shall be #14 AWG, unless otherwise noted. CC shall have 15 mils PVC insulation and 4 mils nylon over individual conductors; outer jacket shall be 45 mils thickness for up to 7 conductor cables and 60 mils for 9 through 19 conductor cables. Control cables shall be Dekoron Type IC99; Alpha Type TC or equal. Splices and Terminations of Conductors 1. Splices ' 0 For Lighting Systems and Power Outlets: Wire nuts shall be twist-on type insulated connectors utilizing an outer insulating cover and a means for connecting and holding the conductors firmly. • All Equipment: Crimp type connectors shall be insulated type, suitable for the size and material of the wires and the number of wires to be spliced and for use with either solid or stranded conductors. • Division 16 Equipment and Power Conductors: Bolted pressure connectors shall ' be suitable for the size and material of the conductors to be spliced. • All Equipment: Epoxy splice kits shall include epoxy resin, hardener, mold, and 16-11 J:\data\RFN\105-049\Design\Specs\Ila7en Technicals Final.doc 7/3/2007 9:54:26 AM 0 2007 R112 Engineering,Inc. art Summer 2007 City of Renton Division 16- Electrical Hazen Reservoir ar shall be suitable for use in wet and hazardous locations. ' 2. Terminations • Crimp type terminals shall be self-insulating sleeve type, with ring or rectan gular ' type tongue, suitable for the size and material of the wire to be terminated, and for use with either solid or stranded conductors. • Terminal lugs shall be split bolt or bolted split sleeve type in which the bolt or set ' screw does not bear directly on the conductor. • Wire Markers shall be plastic sleeve type. Wire numbers shall be permanently imprinted on the markers. B. Installation Conductors ' 1. Provide the following types and sizes of conductors for the uses indicated for 600 volts or less: • Solid Copper, Sizes #12 and #10 AWG: As shown on the Plans for circuits for receptacles, switches and light fixtures with screw-type terminals. , • Stranded Copper, Size #14 AWG and Larger, Individual Conductors or CC: As shown on the Plans for the control of motors or other equipment. Size #14 shall not be used for power supplies to any equipment. • Stranded Copper, Sizes #12 AWG and Larger: As shown on the plans for motors and other power circuits. ' • Fixture Wire: For connections to all fixtures in which the temperature may exceed the rating of branch circuit conductors. 2. Color Coding: Provide color coding for all circuit conductors. Insulation color shall , be white for neutrals and green for grounding conductors. An isolated ground conductor shall be identified with an orange tracer in the green body. Ungrounded conductor colors shall be as follows: s • 120/208 Volt, 3 Phase: Red,black and blue. • 277/480 Volt, 3 Phase:Yellow,brown and orange. • 120/240 Volt, 1 Phase: Red and black. Conductor Splices 1. Splices: Install all conductors without splices unless necessary for installation, as determined by the Engineer. Splices when permitted and terminations shall be in accordance with the splice or termination kit manufacturer's instructions. Splice or terminate wire and cable as follows: 2. Watertight Splices: Splices in concrete pullboxes, for any type of cable or wire, shall be watertight. Make splices in low voltage cables using epoxy resin splicing kits rated for application up to 600 volts. Conductor Identification 16-12 7/3/2007 9:54:26 AM J:\data\REN\105-049\Design\Specs\Hazen Technicals Final.doc 0 2007 R112 Engineering,Inc. Summer 2007 City of Renton Division 16—Electrical Hazen Reservoir 1. Except for interior lighting and receptacle circuits, identify each wire or cable at each termination and in each pullbox, junction box, handhole, and manhole using numbered and lettered wire markers. All electrically common conductors shall have the same number. Each electrically different conductor shall be uniquely numbered. Identify panelboard circuits using the panelboard identification and circuit number. Identify motor control circuits using the equipment identification number assigned to the control unit by the motor control center manufacturer and the motor control unit terminal number. Identify other circuits as shown in the circuit schedule as favorably by the Engineer. 2. Conductors between terminals of different numbers shall have both terminal numbers shown at each conductor end. The terminal number closest to the end of the wire shall be the same as the terminal number. Field Tests 1. Insulation Resistance Tests: For all circuits 150 volts to ground or more and for all motors circuits over '/2 horsepower, test cables per NETA Paragraph 7.3.1. The insulation resistance shall be 20 megohms or more. Submit results to Engineer for review. 16.20 Wiring Devices A. Materials Receptacles 1. General: Receptacles shall be heavy duty, high abuse, grounding type conforming to NEMA configurations,NEMA WD 1 and UL 514 Standards. ' 2. Single and Duplex Receptacles: 0 Indoor Clean Areas: Receptacles shall be duplex, 20 amp,NEMA 5-20R, and shall accept NEMA 5-15P and 5-15P plug caps. Receptacles shall be Hubbel 5362, General Electric 4108-2, or equal. Color shall be brown in industrial areas and ivory or white in office and laboratory areas. • Outdoor, Process or Corrosive Areas: Receptacles shall be duplex, 20 amp, NEMA 5-20R, and shall accept NEMA 5-15P and 5-20P plug caps. Receptacle and plug caps shall be corrosion resistant, marine duty with yellow polycarbonate weatherproof lift covers. Receptacles shall be Hubbell 53CM62/53CM21 or equal. 3. GFI Receptacles: Device shall be rated 20 amp, 2-pole, 3-wire, 120 volt, conforming ' to NEMA WD1.10 configuration. Device shall have a test and reset push buttons. GFI device shall be Hubbell 5362 or equal. 4. Surface Multiple Outlet Assemblies: Units shall have outlets on center-to-center ' spacing as shown on the Plans. Assembly shall conform to Article 353 of the N.E.C. Switches ' 1. Line Voltage Types: Switches shall be rated 20 amps at 120 or 277 volts AC only. ' 16-13 J:\data\RF,N\105-049\Design\Specs\Ilazen Technicals Final.doc 7/3/2007 9:54:26 AM 0 2007 RT12 Engineering,Inc. Summer 2007 City of Renton Division 16- Electrical Hazen Reservoir Units shall be flush mounted, self grounding, quiet operating toggle devices. Handle color shall be brown in industrial areas and white or ivory in office or laboratory areas. Units shall conform to Federal Specifications W-S-896 D and E, UL 20, and NEMA WD1 standards. Sierra Electric, Monumental Grade, Catalog No. 5721; Daniel Woodhead 1900 series;or equal. 2. HOA Switch (Lighting): Switches shall be rated 20 amps at 120 volts AC, three- position toggle, positive action with "center-off' maintained contact, double pole. Bryant No. 4925 or equal. Plates 1. General: Plates shall be of the style and color to match the wiring devices, and of the required number of gangs. Plates shall conform to NEMA WD1, UL 514, and ANSI C73. In noncorrosive indoor areas, device plates shall be made of sheet steel, zinc electroplated with chrome finish as manufactured by Crouse-Hinds, Appleton, or equal. Device plates in corrosive or outdoor areas shall be corrosion-resistant/marine- duty type with weather protective double doors. Device plates for explosion-proof equipment shall be factory provided with the equipment. 2. Nameplates: Device plates shall be provided with engraved laminated phenolic nameplates with 1/8-inch white characters on black background. Nameplates for switches shall identify panel and circuit number and area served. Nameplates for receptacles shall identify circuit and voltage if other than 120 volts, single phase. B. Installation Installation of Wiring Devices 1. Position of Outlets: All outlets shall be centered with regard to building lines, furring and trim, symmetrically arranged in the room or outside the structure. Device outlets shall be set plumb and shall extend flush to the finished surface of the wall, ceiling or floor without projecting beyond the same. 2. Unless otherwise noted, wall mounted outlet devices shall generally be 24-inches above the floor, 18 inches in architecturally treated areas, above process piping near process valve boards. Switches shall be 48 inches above the finished floor unless otherwise noted. Installation of Wall Plates 1. Interior Dry Locations: Install plates so that all four edges are in continuous contact with the finished wall surfaces. Plaster filled will not be permitted. Do not use oversize plates or sectional plates. 2. Exterior and/or Wet Locations: Install plates with gaskets on wiring devices in such a manner as to provide a rain tight weatherproof installation. Cover type shall match ■r box type. Field Tests 1. After installation of receptacles, circuits shall be energized and each receptacle tested for proper ground continuity,reversed polarity, and/or open neutral condition. 16-14 7/3/2007 9:54:26 AM J:\data\RrN\105-049\Design\Specs\IIazen 1'echnicals Pinal.doc 0 2007 R112 Engineering,Inc. Summer 2007 City of Renton Division 16—Electrical Hazen Reservoir 2. GFI receptacles shall be tested with the circuits energized. Devices shall be tested with a portable GFI receptacle tester capable of circulating 7.5 milliamperes of current, when plugged in, between the "hot" line and "ground" to produce tripping of the receptacle. Resetting and tripping shall be checked at least twice at each GFI receptacle. 3. Submit results of all field testing to the Engineer for review. 16.21 Signal Cable A. Materials Twisted Shielded Pairs (TSP) 1. Cable shall conform to IEEE 383, UL 13, and UL 83 and shall be type PLTC cable +• suitable for direct burial. Each TSP shall consist of two #16 AWG, 7-strand copper conductors per ASTM B8 with 15 mils PVC insulation and individual conductor jacket of nylon. Conductors shall be twisted with 2-inch or shorter lay,with 100 percent foil shielding and tinned copper drain wires. The cable shall have an overall PVC jacket with a thickness of 35 mils. The insulation system shall be rated at 90°C and for operation at 600 volts. Multiple (Twisted) Shielded Pair (MSP) Cables 1. Each MSP cable shall conform to IEEE 383, UL 13, and UL 83 and shall consist of the number of pairs shown on the Plans of #20 AWG, 7-strand copper conductors per ASTM B8 with 15 mils PVC insulation and individual conductor jacket of nylon. Conductors shall be twisted with 2-inch or shorter lay, with 100 percent foil shielding and tinned copper drain wires. The MSP cable itself shall have,in addition, an overall foil shield, tinned copper drain wire, and an outer PVC jacket. Thickness of the jacket shall be 50 mils for 8 or fewer pairs, 60 mils for 10 to 16 pairs, and 70 mils for 18 or more pairs. The insulation system shall be rated at 90° C and for operation at 600 volts. .. Special Cables 1. Use only coaxial cable recommended for specific applications such as radio antenna systems and computer networks as required by the manufacture or system supplier. 2. Special cables such as triaxial (coax), twin-axial and low capacitance computer grade cables shall be supplied where shown on the Plans or as required by the manufacturer or suppler. Deviations must be favorably reviewed by the Engineer. B. Installation Cable Installation 1. Cables shall be continuous from initiation to termination without splices except where ' specifically indicated. 2. Cable shielding shall be grounded at one end of the cable only. Bonding shall be to a ' single ground point only. Bonding from cable to cable in multiple run installations shall not be permitted. 16-15 J:\data\REN\105-049\Design\Specs\Iiazen Technicals Final.doc 7/3/2007 9:54:26 AM 0 2007 RI 12 Engineering,Inc. Summer 2007 City of Renton Division 16 - Electrical Hazen Reservoir 3. Install instrumentation cables in separate raceway systems with voltages not to exceed ' 30 volts DC. Conductor Splices 1. Splices: Install all conductors without splices unless necessary for installation, as determined by the Engineer. Splices when permitted and terminations shall be in accordance with the splice or termination kit manufacturer's instructions. Splice or terminate wire and cable as follows: 2. Watertight Splices: Splices in concrete pullboxes, for any type of cable or wire, shall be watertight. Make splices in low voltage cables using epoxy resin splicing kits rated for application up to 600 volts. 3. No splicing is acceptable for coaxial cables. Conductor Identification 1. Except for interior lighting and receptacle circuits, identify each wire or cable at each termination and in each pullbox, junction box, handhole, and manhole using numbered and lettered wire markers. All electrically common conductors shall have the same number. Each electrically different conductor shall be uniquely numbered. Identify panelboard circuits using the panelboard identification and circuit number. Identify motor control circuits using the equipment identification number assigned to the control unit by the motor control center manufacturer and the motor control unit terminal number. Identify other circuits as shown in the circuit schedule as determined by the Engineer. 2. Conductors between terminals of different numbers shall have both terminal numbers , shown at each conductor end. The terminal number closest to the end of the wire shall be the same as the terminal number. Field Tests 1. Insulation Resistance Tests: Perform insulation resistance on all circuits. Make these tests before any equipment has been connected. Test the insulation with a 500 Vdc insulation resistance tester with a scale reading 100 mega ohms. The insulation resistance shall be 20 mega ohms or more. Submit results to Engineer for review. 16.22 Electrical Grounding +� A. General Service and equipment grounding shall be per Article 250 of the National Electrical Code. Verify that a low-resistance ground path is provided for all circuits so an accidental contact to ground of any live conductor will instantly trip the circuit. Following completion of the grounding electrode system, measure ground resistance at each ground rod using the three rod method. Submit results to engineer prior to final acceptance by the Owner. The grounding systems shall consist of the ground rods, grounding conductors, ground bus,ground fittings and clamps. No 16-16 7/3/2007 9:54:26 AM J:\data\RLN\105-049\Design\Specs\I-iazen Technicals Final.doc to 0 2007 RI 12 L'ngineering,Inc. Summer 2007 City of Renton Division 16—Electrical Hazen Reservoir B. System Components aw System components shall be as allowed in the N.E.C. unless specified otherwise below. 1. Ground Rods: Ground rods shall be cone pointed copper clad Grade 40 HS steel rods conforming to ASTM B228. The welded copper encased steel rod shall have a conductivity of not less than 27% of pure copper. 2. Ground Conductors: Buried conductors shall be medium-hard drawn bare copper; other conductors shall be soft drawn copper. Sizes over No. 6 AWG shall be stranded. Coat all ground connections except the exothermic welds with electrical joint compound, non-petroleum type, UL listed for copper and aluminum applications. 3. Ground Rod Boxes: Boxes shall be a 9-inch diameter precast concrete unit with hot- dip galvanized traffic cover. Units shall be 12-inches deep minimum. Covers shall be embossed with the wording"Ground Rod". C. Installation 1. Provide a ground rod box for each ground rod so as to permit ready access to facilitate 1 testing. 2. Provide a ground wire in every conduit carrying a circuit of over 110 volts to ground. ' 3. Make embedded or buried ground connections, taps and splices with exothermic welds. Coat ground connections. D. Testing ' 1. Perform testing per NETA Standard ATS paragraph 7.3. Testing methods shall conform to NETA Standard ATS using the three electrode method for large systems. Conduct tests only after a period of not less than 48 hours of dry weather. 2. Furnish to the Engineer a test report with recorded data of each ground rod location. 1 16.23 Lighting Fixtures A. General Fixtures shall be a standard, cataloged item general description as called for on the Plans. All fixtures shall be UL approved and so labeled. Provide suitable supports and mountings. tB. Lamps Provide all lamps as specified. Refer to the Lighting Fixture Schedule on the plans for the ordering information on lamps. Fluorescent lamps shall be standard type, not energy efficient type due to low temperature conditions. Lamps shall be new at the time of acceptance. Approved manufacturers are Westinghouse, Sylvania, and G.E. Lamps shall be provided for all lighting fixtures. Lamps that fail within 90 days after acceptance by the Owner shall be replaced at no cost Lto the Owner. 16-17 J:\data\RCN\105-049\Design\Specs\Hazen'['echnicals rinal.doc 7/3/2007 9:54:26 AM 0 2007 RH2 Engineering,Inc. Summer 2007 City of Renton Division 16 - Electrical Hazen Reservoir ' C. Fixtures Fixtures shall be of the types,wattages and voltages shown on the Plans, comply with UL 57, and shall be UL classified and labeled for intended use. Fixtures for use in hazardous locations shall be UL listed per UL Standard 844. , D. Ballast Fluorescent lamp ballast shall be UL "P" rated. Ballast shall be CBM certified and bear the UL label. Ballast shall be General Electric Maxi-Miser II,Advance Mark II or equal. Ballasts in luminaries for exterior use shall provide reliable starting of lamps at 0° f at 90% of the nominal line voltage. All locations, other than totally enclosed rooms, shall be considered exterior. Ballasts producing excessive noise (above 36 dB) or vibration will be rejected and shall be replaced at no expense to the Owner. E. Acceptable Manufacturer's As shown on Plans. Equals will be accepted. 16.24 Motion Detector Motion Detectors shall be installed at the locations shown on the Plans. The Motion Detector shall be wired into the exterior light circuits as shown on the Plans. The Motion Detector shall be wired to a lighting contactor for automatic lighting control when the Motion Detector feature is selected on the 3-position light switch. The Motion Detector shall be an industrial type used for outdoor lighting control that uses passive infrared technology for sensing movement. The Motion Detector shall have a 100 degree field of view with a minimum of 50 feet range. The Motion Detector shall be rain tight and easily adjustable to control the area to be monitored. The Motion Detector shall go have an adjustable time interval between 5 seconds and 20 minutes. Set to stay on for 20 minutes. The Motion Detector shall be rated for a minimum of 10 amps continuous at 120 VAC. Motion Detector shall be a Hubbell OS120 or equal. 16.25 Photoelectric Smoke Detectors A. General Furnish and install photoelectric smoke detectors with built-in thermal detection unit as shown on the Plans. All components shall be suitable for installation in the environment where installed. Detector shall be provided complete with sensing head and mounting base. B. Features The photoelectric smoke detector shall be 24-volt powered with a local audible alarm and Form C contacts for remote annunciation through two-wire connection to telemetry panel. The voltage requirement is dependent of the power source available at the 16-18 7/3/2007 9:54:26 AM J:\data\REN\105-049\Design\Specs\Ha7en Tcchnicals rinal.doc 0 2007 RH2 Engineering,Inc. Summer 2007 City of Renton Division 16—Electrical Hazen Reservoir telemetry panel. The Contractor shall verify power supply before selecting the appropriate model. The detector shall detect both smoke particles and heat. The detectors shall have a latching alarm feature that resets only by a momentary power interruption. C. Testing Test each smoke detector with artificial smoke in a can per manufacturer's instructions. Test the thermal sensing units with a heat gun or blow dryer per manufacturer's .. instructions. D. Acceptable Manufacturer's r See Electrical Equipment and Instrumentation Schedule (Dwg No. E05) for Manufacturer and Part number for photoelectric smoke detectors. Equals will be accepted. 16.26 Wall-Mounted Cooling Thermostat A. General Furnish and install wall-mounted cooling thermostat as shown on the Plans. All components shall be suitable for installation in the environment where installed. B. Features The thermostat shall be a snap action, SPDT line voltage air switch controller rated for a 16 amp inductive load at 120 VAC. C. Installation Mount thermostat 4 feet above finished floor in location shown on the Plans. D. Acceptable Manufacturer's The Wall-Mounted Cooling Thermostat shall be a Honeywell model no. T631C1103 or equal with a-30-100 degree F range. Contractor shall set thermostat at 75 degrees F. 16.27 Intrusion Alarm Switch A. General Furnish and install intrusion alarm switch on all entrance doors and access hatches as shown on the Plans. All components shall be suitable for installation in the environment where installed. B. Features The switch shall be two-pole side plunger type switch with one normally open and one normally closed set of contacts. The switch shall be a Type C and NEMA rated. Provide with a standard box plug-in and connecting cable of significant length to reach a junction box located near the switch. C. Installation 16-19 J:\data\RP,N\105-049\Design\Specs\ilv.en Technicals Final.doc 7/3/2007 9:54:26 AM 0 2007 R112 Engineering,Inc. Summer 2007 City of Renton Division 16 - Electrical Hazen Reservoir ' Mount the switch as shown on the Plans to detect the opening of each entrance door and access hatch identified on the Plans. Connect to the normally open contacts so that the switch is closed when the door is closed and open when the door is open. A factory provided cord shall be of significant length to reach from the device to a junction box. D. Acceptable Manufacturer's Intrusion switches shall be as specified on the Plans. Equals will be accepted. 16.28 Keyed Switch Box , A. General Furnish and install Keyed switch box at the location shown on the Plans for providing an input into the telemetry system. All components shall be suitable for installation in the environment where installed. B. Features The key switch shall have a minimum contact rating of 15 amps at 30 VDC. The switch type shall be single pole-double throw (SPDT). The switch shall be provided in a junction ,r box provided from the manufacturer. All keyed switches shall be provided with construction cores. r C. Installation Mount the keyed switch box outdoors as shown on the Plans. Unless otherwise noted, mount top of box at 40 inches above finished grade. The keyed switch shall be wired to the terminal block in the telemetry panel. D. Acceptable Manufacturers ,. The keyed switch shall be a Best Model No. lW7B2INT with Construction Care. The key shall be removal from the open or closed position. No substitution. irr 16.29 Liquid Level Switches A. General Furnish and install liquid level switch as shown on the Plans. All components shall be suitable for installation in the environment where installed. B. Features The switch shall be SPST rated for 100VA. The float shall be constructed on Buna-N material and the stem shall be constructed from brass. C. Installation Mount the switch to the end of'/z" schedule 40 PVC or galvanized pipe. Provide threaded busing as necessary to provide a complete assembly. Secure pipe to wall with a minimum of ar 16-20 7/3/2007 9:54:26 AM ]:\data\RFN\105-049\Design\Specs\ila7.cn Technicals Final.doc r 0 2007 Ri I2 Engineering,Inc. Summer 2007 City of Renton Division 16—Electrical Hazen Reservoir two galvanized conduit hangers. Mount the liquid level assembly '/z" above the finished r floor. D. Acceptable Manufacturers ,. As shown on the Plans. Equals will be accepted. 16.30 High Level Backup Float Switch The contractor shall provide a high level backup float. Float switch body shall be constructed of Teflon coated 20 Ga. 316 stainless steel housing measuring not less than 5 '/z" in diameter. A long life, high reliability, potted SPST magnetic reed switch rated for ■r not less than 100 VA at up to 250 Volts shall be mounted inside the float and connected to a multi-stranded, 2 conductor plus ground, 16 gauge, CPE jacketed cable. The cord shall have fine strand conductors (Not more than 34 Gauge) made especially for heavy .. flexing service. The cable connection point shall be potted in epoxy providing a strong bond to the float and reed switch forming a water/moisture right connection. A flexible Neoprene sleeve, not less than 1/8" thick, shall be provided over the CPE jacketed cable extending not less than 5" from the top of the mounting bracket extending down through the cable mounting bracket hinge point to the top of the float switch body, providing cable stress point relief and extended operational life. The float switch shall be Model 9GEF Float as manufactured by US Filter Control Systems or equal. 16.31 General Installation 1 A. Materials 1. Fasteners • Fasteners for securing equipment to walls, floors and the like shall be either hot- dip galvanized after fabrication or stainless steel. Provide stainless steel fasteners in Corrosive locations. When fastening to existing walls, floors, and the like, provide capsule anchors,not expansion shields. Size capsule anchors to meet load requirements. Minimum size capsule anchor bolt is 3/8-inch. 2. Painting • Equipment: Refer to each electrical equipment section of these Specifications for painting requirements of equipment enclosures. 3. Enclosures • Unless otherwise noted,provide enclosures as follows: 1 1) Class 1,Division 1 &2 Locations: NEMA Type 7 2) Indoors unclassified Locations: NEMA Type 12 3) Corrosive Locations: NEMA Type 4X 4) Outdoors and/or Wet Locations: NEMA Type 4 5) Electrical rooms: NEMA Type 1 B. Installation l1. Requirements ' 16-21 J:\data\RF,N\105-049\Design\Specs\iia7.en Teehnicals Pinal.doc 7/3/2007 9:54:26 AM 0 2007 Ri 12 Engineering,Inc. Summer 2007 City of Renton Division 16 - Electrical Hazen Reservoir , • Install all materials in accordance with electrical code, UL listing requirements and manufacturer's instructions. 2. Installing Equipment ' • Ensure that all equipment and materials fit properly in their installations. Perform any required work to correct improperly fit installations at no additional expense to the Owner. • Provide the required inserts, bolts and anchors, and securely attach all equipment and materials to their supports. • Install all floor-mounted equipment on 3-1/2-inch high reinforced concrete pads. • Cutting, Drilling and Welding: Provide any cutting, drilling, and welding that is required for the electrical construction work. Structural members shall not be cut or drilled, except when favorably reviewed by the Engineer. Use a core drill wherever it is necessary to drill through concrete or masonry. Perform patch work with the same materials as the surrounding area and finish to match. • Metal Panels: Mount all metal panels,which are mounted on, or abutting concrete walls in damp locations or any outside walls '/4-inch from the wall, and paint the back side of the panels with a high build epoxy primer with the exception of stainless steel panels. Film thickness shall be 10 mils minimum. • Maintenance: Install all equipment and junction boxes to permit easy access for normal maintenance. • Interconnections: Provide all interconnection wiring between work provided in other divisions and work provided in this division. All equipment to be completely wired and fully operational upon completion of the project. 3. Seismic Requirements • Contractor shall furnish seismic restraint for all equipment. Seismic restraint shall be designed to meet 1997 UBC Section 1632 code forces. The following design value shall be used in calculating seismic forces: Ip = 1.5 A complete seismic restraint system shall be provided including struts, straps, ' bolts, nuts, washers, etc. as required for securely attaching equipment to equipment pads, floors, and/or walls. Contractor shall install restraints in accordance with the manufacturer's requirements as applicable. Seismic restraint ' systems shall be designed so as not to interfere with normal operations and maintenance of the equipment and other components as shown on the plans. Contractor shall submit calculations showing that the seismic restraint assembly , meets the design criteria given above. All materials and fabrication shall be as required in Division 5 of these specifications. All embedded anchors shall be Concrete Anchors as specified. 4. Equipment Protection and Cleanup • Equipment Protection: Exercise care at all times after installation of equipment, motor control centers, control panels, etc., to keep out foreign matter, dust debris, 16-22 7/3/2007 9:54:20 AM J:\data\Rl?N\105-049\Design\Specs\lla7en Technicals Final.doc 0 2007 RH2 Engineering,Inc. Summer 2007 City of Renton Division 16—Electrical Hazen Reservoir Ow and moisture. Use protective sheet metal covers, canvas, heat lamps, etc., as .r needed to ensure equipment protection. • Cleaning Equipment: Thoroughly clean all soiled surfaces of installed equipment and materials upon completion of the project. Clean out and vacuum all construction debris from the bottom of all equipment enclosures. •r • Painting: Repaint any electrical equipment or materials scratched or marred in shipment or installation,using paint furnished by the equipment manufacturer. _ • Cleanup: Upon completion of the electrical work, remove all surplus materials, rubbish, and debris that accumulated during the construction work. Leave the entire area neat, clean and acceptable to the Engineer. �- 16.32 Electrical Site Work Provide all excavation, trenching, backfill and surface restoration required for the electrical work. Trenching shall be to depths as required by Code, particular installation, or as shown on the Plans. Trench width and length as required by the installation or as shown. Trench bottom shall be free of debris and graded smooth. Where trench bottom is rock or rocky, or contains debris larger than 1 inch or material with sharp edges, over excavate 3 inches and fill with 3 inches of sand. Separation between new electrical utilities and other utilities shall be 1 foot 0 inches minimum, except gas lines shall be 1 foot 0 inches both vertical and horizontal. Perform crossing of concrete or asphalt only after surface material has been saw cut to required width and removed. Backfill around raceways shall be 3-inch pea gravel or sand for systems of 600 volt or less. Provide red marker tape over raceways below grade. Place backfill material to obtain a .w minimum degree of compaction of 95 percent of maximum density at optimum moisture content. Moisten backfill material as required to obtain proper compaction. Do not use broken pavement, concrete, sod roots, and debris for backfill. 16.33 Testing A. Requirements 1. Factory Tests • Submit reports of factory tests and adjustments performed by equipment .. manufacturers to the Engineer prior to field testing and adjustment of equipment. These reports shall identify the equipment and show dates, results of test, measured values and final adjustment settings. Provide factory tests and •. adjustments for equipment where factory tests are specified in the equipment specifications. The Engineer may inspect the fabricated equipment at the factory before shipment to job site. Provide the Engineer with sufficient prior notice so .. that an inspection can be arranged at the factory. 2. Field Tests 16-23 Ow J:\data\REN\105-049\Design\Specs\iiazen Technicals rinal.doc 7/3/2007 9:54:26 AM 0 2007 RI I2 Engineering,Inc. Summer 2007 City of Renton Division 16 - Electrical Hazen Reservoir , • Test all circuits for continuity, freedom from ground, and proper operation during , progress of the work. • Insulation Resistance, Continuity, and Rotation: Perform routine insulation resistance, continuity and rotation tests for all distribution and utilization equipment prior and in addition to tests performed by the testing laboratory specified herein. • Electric Motors: Perform voltage, current and resistance tests on all motors '/z horsepower and larger installed this project. Insulation resistance readings shall be taken with a 500 volt megger for 30 seconds with the circuit conductors connected , to the motor. Verify that an overload condition does not exist. • Conduct special test as required for service and/or system ground. 3. Final Tests • General: Conduct final test in the presence of Owner and/or their authorized representative. Contractor shall provide all testing instrumentation and labor , required to demonstrate satisfactory operation of systems, equipment and controls. • Operational Tests: Operational test all circuits to demonstrate that the circuits and equipment have been properly installed, adjusted and are ready for full-time service. Demonstrate the proper functioning of circuits in all modes of operation, , and including alarm conditions, and demonstrate satisfactory interfacing with the data acquisition and alarm systems. B. Coordination and Results ' 1. Coordination • The Contractor shall inform the Engineer in advance of testing in accordance with ' the requirements listed in Division 1 of these specifications. • Prior to scheduling the testing, the Contractor shall have satisfied himself that the project area is properly cleaned up; all patching and painting deemed necessary properly completed; and all systems, equipment and controls are functioning as intended. 2. Results • Test reports shall be submitted to the Engineer prior to final acceptance in , accordance with Division 1 of these specifications. 1 1 16-24 7/3/2007 9:54:26 AM J:\data\RLN\105-049\Design\Specs\Ha7en Technicals Final.doc , ©2007 RI-12 Engineering,Tnc. .. Summer 2007 City of Renton Division 16—Electrical Hazen Reservoir Ground Electrode Resistance Test Report PROJECT: OWNER: Contractor Co. Name: Phone Number: Tested by: Test Date: Test Meter Type: Test Distance-D: Soil Conditions: .. Measured Resistance: 1w DESCRIPTION OF TEST PROCEDURE, CONDITIONS, RESULTS: 16-25 J:\data\REN\105-049\Design\Specs\Hazen Technicals Final.doc 7/3/2007 9:54:26 AM 0 2007 R112 Engineering,Inc. AW Division 17 Automatic Control 17.1 General This section covers all work necessary for furnishing, installing, adjusting, testing, documenting, and starting the Instrumentation/Control (I&C) and Telemetry System for this project. Division 17 is an extension of, and includes all of the requirements of Division 16 — Electrical. All work performed under Division 17 will also comply with the applicable r sections of Division 16. 17.2 Definition of Terms A. General The definitions of terminology used in these specifications shall be defined in ISA Standard S51.1,unless otherwise specified. B. Definitions Contractor: A single company who shall install the telemetry panel equipment and shall .. furnish all materials needed for a complete system. System Integrator/Programmer: A single company pre-selected by the Owner, who .. shall design and furnish the system, provide the telemetry panel, furnish all programming, startup and training services. 17.3 Scope of Work A. General The City of Renton owns and operates an existing radio Telemetry and Supervisory Control System. The Contractor shall be required to provide coordination and equipment for the installation of the instrumentation and control equipment to provide remote control, alarm presentation, and data logging activities at the shop headquarters for the = proposed reservoir. The Contractor shall provide work at the proposed site as identified on the plans. The work under this division covers construction specifically described in these specifications. All work incidental and necessary to the completion of the project described herein shall be completed under the bid item listed in the bid proposal, and no other compensation will be allowed.The work generally consists of the following: 1. Provide and install mechanical, electrical and instrumentation equipment as identified on the plans; 2. Provide and install all conduit and wiring from the mechanical, electrical, and instrumentation equipment to the Telemetry panel as identified on the plans; 17-1 J:\data\REN\105-049\Design\Specs\i Iazen Technicals rinal.doc 7/3/2007 9:54:26 AM 0 2007 RI-12 Engineering,Inc. Summer 2007 City of Renton Division 17—Automatic Control Hazen Reservoir 3. Verify that all equipment installed this contract functions correctly by demonstrating , operation during system testing; 4. Provide access to the project for the City's telemetry integrator; 5. Coordinate with City's telemetry integrator on telemetry and control issues; and 6. Assist with system testing and startup upon completion of the telemetry and automatic control work. B. Document Structure These specifications are an integral part of the contract documents for the ' Instrumentation/Control and Telemetry portion of this contract. The written descriptions of system performance contained herein are given to assist the Contractor in interpreting the contract plans but are not intended to be all-inclusive. The Contractor shall be aware that all automatic control systems do not require the same components and accessories for complete system operation. Therefore, these specifications do not include all accessories and appurtenances required for a complete system. The Electrical Contractor shall, however, provide all accessories and appurtenances to result in a completely operational system as required to meet the functional requirements of these documents. Where specific equipment specifications are given, they are used to represent the level of quality required by these documents. C. Contractor's Responsibilities t 1. Provide all field devices, conduit, wiring and installation to provide a complete working telemetry system. 2. Provide coordination with the System Integrator/Programmer on telemetry and control issues to keep project on schedule. 3. Setup communications 4. Verify that all equipment installed this contract functions correctly by demonstrating operation during system testing iwr 5. Provide access to the project for the City's telemetry integrator 6. Assist with system testing and startup upon completion of the telemetry and automatic control work. ■r 7. Review of the System Integrator's submittals and wiring diagrams for coordination with space requirements,raceway requirements of field wiring,etc. D. System Integrator/Programmer's Responsibilities (Not part of this contract) r 1. Design and furnish the telemetry panel for installation by the Contractor. 2. Furnish programming for the telemetry system r 3. Provide Startup and training services 17-2 7/3/2007 9:54:26 AM J:\data\REN\105-049\Design\Specs\Hazcn'1'cchnicals rinal.doc 0 2007 RI I2 Engineering,Inc. Summer 2007 City of Renton Division 17—Automatic Control Hazen Reservoir 17.4 System Integrator aw A. Integrators List The System Integrator shall be Reid Instruments — Mukilteo, Washington. The system integrator can be contacted by telephoning (425) 349-3882. 17.5 Testing and Startup The Contractor shall assist and coordinate with City's telemetry integrator for testing and startup of the complete system. r Testing shall be required to determine if installed equipment and systems) will operate in the manner in which they are intended to operate. The Contractor shall furnish all labor, materials, tools, equipment, instruments and services necessary to perform all specific functional testing of all installed equipment and systems at no additional cost. The work will not be accepted until all testing has been satisfactorily performed. All testing, startup and operation shall not be cause for claims for delay by the Contractor, and all expenses accruing there from shall be deemed to be incidental to this contract. Startup shall consist of testing, by a simulated operation, all operational equipment and aw controls. The purpose of these tests shall be to check that all equipment will function under operating conditions, that all interlocking controls and sequences are properly set, and that the facility will function as an operating unit. Checks for calibration and setpoints shall be made. Factory representatives of all major units shall be present for the startup phase. The test shall continue until it is demonstrated that all functions of controls and machinery are correct. Startup shall not begin until all tests required by the specifications have been completed and approved by the Owner. 17-3 J:\data\REN\105-049\Design\Specs\itazen Technicals Final.doc 7/3/2007 9:54:26 AM 0 2007 RII2 Lnginecrin&Inc. .. Division 18 Measurement and Payment 18.1 Payment W It is the intention of these specifications that performance of work under bid items shall result in complete construction,in proper operating condition, of improvements identified in these written specifications and accompanying plans. Work and material not specifically +. listed in the proposal, but required according to the plans and specifications and general practice, shall be included in Contractor's bid price. Bid Item No. 1 - Mobilization, Demobilization, Site Preparation and Clean-up r Lump sum price covers complete cost of furnishing, installing and testing, complete and in-place, all work and materials necessary to: move and organize equipment and personnel onto the job site; secure job site; provide and maintain necessary support facilities; obtain _ all necessary permits and licenses; prepare site for construction operations; perform all surveying needed to construct the improvements; maintain site and surrounding areas during construction; provide system testing; move all personnel and equipment off site .. after contract completion, and provide as-built data; clean up site prior to final acceptance; and accomplish all other items of work not specifically listed in other divisions. Payment shall be lump sum. No more than 50 percent of bid amount for this item will be paid r.. before final payment request, and this bid amount may not be more than 10 percent of value of total contract. Bid Item No. 2 - Site Work aw Lump sum price shown shall cover the complete cost of providing all site work relating to construction of improvements as shown on the Plans and specified herein. Work includes, but is not limited to: site clearing and grubbing; construction entrance area, temporary construction fencing; temporary erosion and sedimentation control fence; proposed chain link fence including vehicle access gate and track, access gate operator, .w access gate keypads and keypad pedestals;pond fence and gate; emergency access gate and fence modification; emergency driveway approach construction; pre-cast electrical building; site lighting;paving of reservoir access roads; control of water and all other work necessary for a complete installation of all site work. Payment shall be lump sum. Bid Item No. 3 — NE 12" Access Road Improvements +� Lump sum price shown shall cover the complete cost of providing all materials, equipment and labor necessary for completing the access road improvements from fence on western end of road to Hoquiam Ave as shown on the Plans and detailed in the contract specifications. Payment shall be lump sum. Bid Item No. 4 — Maintenance of NE 12'h Access Road Lump sum price for"Maintenance of NE 12t1i Access Road" shall cover the complete cost of providing all materials, equipment, water, labor and traffic control necessary to maintain the condition of NE 12'' Access Road to the proposed conditions under Bid 18-1 r J:\data\RliN\105-049\Design\Specs\iIazen Technicals hinal.doc 7/3/2007 9:54:26 AM 0 2007 R112 Engineering,Inc. Summer 2007 City of Renton Division 18—Measurement and Payment Hazen Reservoir Item 3 or better throughout the construction of the reservoir. Partial payments for this , bid item will be based on the percentage of reservoir construction completed. Completion of foundation will be 25%. Half of the steel tank will be 50%. Full steel tank construction will be 75%. All appurtenances of tank will be considered 100% complete for payment of , this bid item. Bid Item No. 5 - Landscaping Lump sum price shown shall cover the complete cost of providing all landscaping shown ' on the project plans and specified in the specifications including all landscaping maintenance until the project is accepted by the Owner. Payment shall be lump sum. Bid Item No. 6 - Site Utilities Lump sum price shown shall cover the complete cost of providing all materials, equipment and labor necessary for construction of the underground utilities including all piping downstream of the proposed reservoir inlet and outlet expansion joints to the first fitting downstream of the seismic isolation vault; piping downstream of the proposed , reservoir drain and overflow pipe connecting tee; the proposed reservoir overflow air-gap and associated piping; the proposed dechlorination vault; inlet piping and appurtenances to the proposed storm water detention pond; the pond control structure; the piping and , manhole from pond control structure to the pond outfall pad; the pond outfall pad; and sewer stub-out and connection to existing sewer manhole as shown on the Plans and specified herein. Work includes, but is not limited to: trenching; trench shoring and stabilization; disposal of excess material; control of water; materials and appurtenances for water; select bedding; backfill; compaction; installation of flow meters and associated vault, seismic isolation system and associated vault, isolation valves and appurtenances, other underground utilities and all other work necessary for a complete installation of all 'r underground utilities with the exception of electrical and signal systems. The cost associated with coordination with utility companies shall be included in this bid item. Payment shall be lump sum. Bid Item No. 7 - Stormwater Detention Pond Retaining Wall The lump sum price shall cover the complete cost of providing all wall materials, labor, equipment, and material necessary to install the pond wall in conformance with the plans and detailed in the specifications. Payment shall be lump sum. �w Bid Item No. 8 - Reservoir Earthwork The lump sum price shall cover the complete cost of providing all materials, equipment and labor necessary for excavation and/or filling of the onsite material to the lines and grades shown on the plans for the proposed reservoir access roads, storm water conveyance, ditches, reservoir pad, cellular open space area and access corridor, proposed storm water detention pond, stockpile and any other grading shown on the plans or detailed in the contract specifications. Work includes: excavation; stripping to the stockpile; cut to fill and cut to stockpile; stockpiling of excess material; separation of reusable material; hauling, storage and care of material to be reused; placing, filling, compaction; structural fill in, under, and around reservoir foundation and reservoir 18-2 7/3/2007 9:54:26 AM J:\data\REN\105-049\Design\Specs\ila7en Technieals Pinal.doc ©2007 8142 Engineering,Inc. Summer 2007 City of Renton Division 18—Measurement and Payment Hazen Reservoir subgrade preparation; construction of storm water detention pond and overflow spillway; and any other items not included in the other bid items. Work for this bid item excludes .. over-excavation of unsuitable material found at the excavation limits shown on the plans or detailed in the specifications; see the Unscheduled Excavation Bid Item. Partial payment for this item will be made in connection with the monthly pay estimates based upon the work completed. Volumes for earthwork quantities shown on the plans were made using neat-line calculations and do not contain a waste-, swell- or shrinkage-factor. Volumes were generated using computer programs and calculations. Prior to submitting a proposal for this project, the bidder shall perform his/her own calculations for earthwork quantities. If ,.. discrepancies are discovered in the volumes which will materially affect the quantities or contract price, the Contractor shall account for such discrepancies in his/her bid price for Earthwork. The structural fill in, under, and around reservoir foundation and reservoir wo subgrade preparation shall be included in this bid item. Bid Item No. 9 - Unscheduled Excavation This bid item will be used at the discretion of the City's Inspector. In the event the City's inspector determines the subgrade below the stripped material is unsatisfactory, he/she may opt to have the Contractor provide over-excavation. The construction of this bid item shall not be performed without written authorization of the Owner. The price per cubic yard shall cover the complete cost of providing all materials, equipment and labor necessary for over-excavation of unsuitable native material found at the bottom of the excavation shown on the plans and/or detailed in the contract specifications. The City's inspector shall determine the required extents of the over- excavation of the subgrade required. Work includes excavation of unsuitable material to a firm and unyielding subgrade, hauling, and stockpiling of excess material. The Contractor must keep up to date and accurate records of removing all unsuitable material onsite and .r demonstrate it has exceeded the quantity shown on the plans for stripping. Payment shall be per cubic yard of material as measured in place (unless an alternative method is agreed upon,in writing,by the Owner and Contractor). To receive payment for this bid item, the City's inspector must approve and measure all over-excavation. Failure to obtain approval of the Inspector and/or failure to permit the Inspector to measure over-excavation will result in no payment of the over-excavation. No compensation will be paid for this item if it is not needed to complete the project. Bid Item No. 10 - Backfill LThe lump sum price shown shall be full compensation for furnishing and installing imported select backfill for the reservoir site, including all equipment and work for hauling, placing compacting select material, handling, stockpiling and disposal of unsuitable and /or displaced material. No payment shall be made for over-excavation and subsequent backfill unless the City's inspector determines that the over-excavation could not be avoided. Over-excavation is defined as trenching or excavating outside the limits as set forth on the construction plans. Additionally, no payment shall be made for necessary compaction to correct backfilled areas which are not compacted in accordance with these specifications. Payment shall be lump sum. 18-3 J:\data\REN\105-049\Design\Specs\Hazen Technicals Final.doc 7/3/200710:43:20 AM ®2007 RH2 Engineering,Inc. City of Renton Summer 2007 ty Division 18—Measurement and Payment Hazen Reservoir ' Bid Item No. 11 - Unscheduled Backfill The unit price per cubic yard shall be full compensation for furnishing and installing imported select backfill for unscheduled excavation including all equipment and work for hauling, placing compacting select material, handling, stockpiling and disposal of , unsuitable and /or displaced material. Payment shall be per cubic yard of select backfill permanently installed in place based on truck weight tickets. Bid Item No. 12 - Dewatering , Lump sum price for dewatering shall cover the complete cost of furnishing,installing, and operating dewatering equipment necessary to keep excavations free from water during construction. The price shall also cover the complete cost of filtering or otherwise treating the water, disposal of the water, removal of all dewatering equipment, and restoration of lands used for the purposes of dewatering. Payment shall be lump sum. , Bid Item No. 13 - Reservoir Foundation Lump sum price shown shall cover the complete cost of providing all materials, , equipment and labor necessary for constructing the reservoir foundation as shown on the Plans and detailed in the contract specifications including but not limited to reservoir ' concrete foundation, reinforcing steel, concrete forms, and other material required for the complete reservoir foundation. Payment shall be lump sum. Bid Item No. 14 - Reservoir Floor, Shell and Roof Lump sum price shown shall cover the complete cost of providing all labor,materials, and equipment necessary for construction of the welded steel reservoir as shown on the Plans and detailed in the contract specifications including but not limited to: floor, shell, roof, other structural support members; seismic anchor chairs; roof vent; access hatches and ports and all other appurtenances not covered in a separate "reservoir" bid item. Payment shall be lump sum. Bid Item No. 15 - Reservoir Stairs and Landings Lump sum price shown shall cover the complete cost of providing all labor,materials, and rr equipment necessary for the construction of: the reservoir exterior lower landing platform ladder and vandal shield;reservoir spiral staircase and handrail; conduit supports and cable tray; reservoir interior platform and ladder including safety devices and reservoir upper me landing, catwalk and roof handrails as shown on the Plans and detailed in the contract specifications. Payment shall be lump sum. ar Bid Item No. 16 - Finishes The lump sum price shown shall cover the complete cost of providing all labor, materials and equipment necessary for painting and coating all surfaces of the improvements as Go shown on the Plans and detailed in the specifications. Provisions provided by Contractor for special inspection of finishes shall be included in this bid item. Payment shall be lump sum. 18-4 7/3/200710:43:52 AM J:\data\REN\105-049\Design\Specs\Hazen Technicals FinaLdoc ®2007 RH2 Engineering,Inc. Summer 2007 City of Renton Division 18—Measurement and Payment Hazen Reservoir Bid Item No. 17 - Environmental Control The bid price for this item includes the complete cost of providing all labor,materials, and equipment necessary for controlling the interior of the reservoir during coating preparation and coating in wet weather conditions. This bid item may not be required if coating preparation and coating is completed during the dry weather conditions. Payment shall be lump sum. r. Bid Item No. 18 - Reservoir Mechanical The bid price for this item includes the complete cost of providing all labor, materials, and w equipment necessary for the construction of the reservoir mechanical elements as shown on the Plans and detailed in the contract specifications including but not limited to: interior and exterior inlet, outlet piping upstream of the proposed expansion joints, interior and exterior overflow and drain piping upstream of the proposed reservoir drain and overflow connecting tee; inlet and outlet valves; valve markets; expansion joints; sample lines and sampling stations. Payment shall be lump sum. Bid Item No. 19 — Electrical and Telemetry The lump sum price shown shall cover the complete cost of providing all labor, materials, .. and equipment necessary for the electrical telemetry work including but not limited to: installation of electrical and telemetry equipment, conductors and conduits; trenching, backfill and restoration for conduit installation as shown on the Plans and detailed in the .r contract specifications. Payment shall be lump sum. Bid Item No. 20 — Electrical Building Structure .. The lump sum price shown shall cover the complete cost of providing all materials, equipment and labor necessary for installing the electrical building structure complete as shown on the Plans and detailed in the specification including cast-in-place concrete, pre- cast concrete, foundation preparation, permitting, insulation, carpentry, roof, waterproofing, delivery, off-loading and all appurtenances. Payment will be lump sum. Bid Item No. 21 - Shoring Lump sum price shown shall cover the complete cost of shoring including: all labor, materials, and equipment for the installation of the shoring work as shown on the Plans and detailed in the contract specifications; design of the shoring system as required by applicable codes and standards, whether shown on the Plans or not. Payment shall be lump sum. Bid Item No. 22 - 12 Inch Ductile Iron Pipe Price per lineal foot shall be full compensation for furnishing and installing water main pipe and fittings per Plans and Specifications. The price shall include but not limited to the following: excavation and stock piling of suitable native material; pipe bedding; all necessary fittings, including concrete blocking and deadman blocks; temporary and permanent thrust restraints; placement and compaction of backfill material; pipe sterilization; dechlorination;pipe flushing; testing; and clean up. Length shall be measured r 18-5 J:\data\RF,N\105-049\Design\Specs\Hazen Technicals Final.doc 7/3/2007 9:54:26 AM 0 2007 Ri I2 Cngincering,Inc. Summer 2007 City of Renton Division 18—Measurement and Payment Hazen Reservoir ' from center of fitting to center of fitting. Payment shall be based upon the length of water main installed. Pipe required for Fire Hydrants Assemblies, Water Services, and Connection to Existing Water Mains shall. be incidental to those bid items and not paid on a per foot basis. All , pipe from the seismic control valve back to the reservoir is also incidental to this did item and not paid on a per foot basis. Bid Item No. 23 - 12 Inch Gate/Isolation Valve , The unit per each valve shall be full compensation for furnishing and installing the isolation valve assembly per plans and specifications. The price shall include but not be limited to the valve;valve box;nut extension;valve marker and appurtenances; excavation and stock piling of suitable native material; bedding; backfill; placement and compaction of backftll material;testing and cleanup. Payment shall be based upon the number of gate , valves installed. The 6-inch valves necessary for the Fire Hydrant Assemblies shall be incidental to that bid ' item. Bid Item No. 24 - Fire Hydrant Assembly The unit price per each assembly shall be full compensation for furnishing of all materials and installing the new fire hydrant assembly. This price includes but not limited to: excavation; fire hydrant; Storz adapter; main line tee; 6-inch valve; valve box; pipe; thrust , restraint; concrete bearing block; washed rock; backfill; blue reflector in pavement; flushing; testing; painting; and any other items not covered in the other bid items. Measurement and payment for this bid item shall be based on each new fire hydrant , assembly installed. Bid Item No. 25 - Connection to Existing Water Main ' The price per each connection shall be full compensation for the connection of the new water main facility to the existing facility per Plans and Specifications. The price shall include excavation; removal and disposal of existing pipe, fittings, and thrust blocking; removal and restoration of rockery and gravel; temporary blow offs; temporary backflow prevention apparatus;pipe, spools and fittings; temporary and permanent thrust restraints; pipe sterilization testing; disposal of excess material; backfill; compaction; temporary patches and clean up. Payment shall be per each based upon each connection completed. Bid Item No. 26 — Highlands Reservoir Lump sutra price shown shall cover the complete cost of providing all labor, materials and � equipment necessary to complete all work proposed at the Highlands Reservoir site including but not limited to: site preparation, maintenance, and cleanup; installation of water main, altitude valve, flowmeter, and vault as shown on the Plans. Payment shall be lump sum. Bid Item No. 27 — Highlands Electrical and Telemetry • The lump sum price shall cover the complete cost of providing all labor, materials and r 18-6 7/3/2007 9:54:26 AM J:\data\RI:N\105-049\Design\Specs\lla7.en Technicals Final.doc 0 2007 RI 12 Engineering,Inc. OW Summer 2007 City of Renton Division 18—Measurement and Payment Hazen Reservoir equipment necessary for the electrical and telemetry work at the Highlands Reservoir site .r including but not limited to: installation of electrical and telemetry equipment, conductors and conduit; trenching, backfill and restoration for conduit installation as shown on the Plans and detailed in the contract specifications. Payment shall be lump sum. Bid Item No. 28 - Hydroseed and Revegetation The lump sum unit price shall be full compensation for establishing hydroseed vegetation r of all disturbed nonpervious areas per Plans and Specifications. The price shall include but not be limited to soil amendment, fine grading,hydroseeding and temporary irrigation necessary to revegetate all disturbed areas and storm water detention pond bottom. w Payment shall be lump sum. Bid Item No. 29 - As-Builts Lump sum price shown shall cover the complete cost of providing all mark-up drawings necessary for the Owner to create accurate as-built records as detailed in the specifications. The work includes surveying all structures and utilities to determine their as-constructed locations and elevations,records of all mechanical and electrical equipment for maintenance purposes, and operation and maintenance manuals. The price for this work will be $10,000. Failure to comply with the as-built requirements and furnish " ' acceptable as-built records will result in the deletion of this bid item by change order. Payment for this work will not be made prior to the final payment. Payment shall be lump sum. ,.r ow • .w 18-7 OW J:\data\RLN\105-049\Design\Specs\Ha7en Tcchnicals Final.doc 7/3/2007 9:54:26 AM 0 2007 RI 12 F,ngincering,Inc. low GEOTECHNICAL REPORT i t ; i i '• / I I r`t r i// r "ter•' i���rf-• `�.'•' r�/�'//'ice'/i j. if ' ..'r`" `.; „:'•'"% '%' `' GEOTECHNICAL ENGINEERING SERVICES 565 PRESSURE ZONE RESERVOIR RENTON,WASHINGTON -% OCTOBER 15 2004 FOR CITY OF RENTON t •�• _ —___--:jai:''-%/' :,�- %I�/l Ii/I,i !'%'%ij',�i I�'I JJI ' _ �^- _ -----�r -�-��/--•,//•;':t'' ;;/ ����/ / /. % /i•�)i�i t j 11 11 -'/ Fia `0693-C Geotechnical En ' glneering Services 565 Pressure Zone Reservoir File No. 069-059-00 October 15, 2004 ' Prepared for: ' RW Beck r 1001 Fourth Avenue, Suite 25010 Seattle, Washington 98154 g 3 Attention: R. Alan Bushley l Prepared by: GeoEngineers, Inc. , 8410154 1h Avenue NE Redmond, Washington 98052 ' r off. GeoEngineers, Inc. 27951 Thomas A. Tobin, PE EXPIRES 1/23/ m!o ' Principal Copyrightm 2004 by GeoEngineers,Inc. All rights reserved. Disclaimer: Any electronic form, facsimile or hard copy of the original document (email, text, table, and/or figure), if provided, and any ' attachments are only a copy of the original document. The original document is stored by GeoEngineers, Inc. and will serve as the official document of record. File No. 0693-059-00 TABLE OF CONTENTS Page No. INTRODUCTION...........................................................................................................................................1 �,. PROJECT DESCRIPTION............................................................................................................................1 FIELD EXPLORATIONS AND LABORATORY TESTING............................................................................1 FIELDEXPLORATIONS .........................................................................................................:...........1 LABORATORYTESTING ...................................................................................................................2 SITECONDITIONS.......................................................................................................................................2 . GEOLOGY...........................................................................................................................................2 i SENSITIVEAREAS.............................................................................................................................2 SURFACECONDITIONS....................................................................................................................2 SUBSURFACECONDITIONS ............................................................................................................2 .r Groundwater Conditions............ ........................................................... .............................3 CONCLUSIONS AND RECOMMENDATIONS................................................................... GENERAL...........................................................................................................:................................3 EARTHQUAKE ENGINEERING..........................................................................................................3 2003 IBC Seismic Design Information.......................................................................................3 ,i Site Response....................:.......................................................................................................4 EARTHWORK...............................................................................................................:....................:4 ClearingAnd Grubbing..............................................................................................................4 SubgradePreparation................................................................................................................4 Erosion And Sedimentation Control. ......................................................................... .4 .. .............. StructuralFill..............................................................................................................................5 TemporarySlopes......................................................................................................................6 SHALLOWFOUNDATIONS................................................................................................................6 General ......................................................................................................................................6 SubgradePreparation................................................................................................................6 Shallow Foundation Design Criteria ,,.7 ....................................................................................... MatFoundation..........................................................................................................................7 LateralResistance.....................................................................................................................7 Construction Considerations................... ......................8 DEEP FOUNDATIONS ALTERNATIVES...........................................................................................8 General ......................................................................................................................................8 PERMANENT GROUND ANCHORS.................. ...................................9 ............................................. DRAINAGE CONSIDERATIONS .............................................................................................:..........9 Temporary Construction ............................................................................................................9 ,. Permanent Conditions.............................................................................................................10 LIMITATIONS..............................................................................................................................................10 .� REFERENCES............................................................................................................................................11 List of Tables . •� Table 1. USGS Peak Ground Accelerations (bedrock)................................................................................2 Table 2. Earthquake Acceleration Time Histories........................................................................................2 Table 3. Dynamic Soil Properties.................................................................................................................3 File No.069-059-00 Page l GEoENGINEERS October 15,2004 i - i TABLE OF CONTENTS (CONTINUED) Pa e a No. List of Figures Figure 1. Vicinity Map Figure 2. Site Plan ' APPENDICES APPENDIX A—FIELD EXPLORATIONS............................................... ..........................A-1 Appendix A Figures Figure A-1 — Key to Exploration Logs Figures A-2...A-5—Log of Borings APPENDIX B—LABORATORY TESTING.................... .............B-1 . ............................................................... Appendix B Figures Figure B-1 —Atterberg Limits Test Results , APPENDIX C—SITE SPECIFIC SEISMIC RESPONSE SPECTRA........................................................C-1 Appendix C Figures ' , Figures C-1...C-2—5% Damped Acceleration Response Spectra APPENDIX D— REPORT LIMITATIONS AND GUIDELINES FOR USE........................................D-1...D-3 File No. 0693-059-00 Page ii GEOENGINEERS October 15,2004 GEOTECHNICAL ENGINEERING SERVICES 565 PRESSURE ZONE RESERVOIR RENTON, WASHINGTON FOR CITY OF RENTON INTRODUCTION This report presents the results of our geotechnical engineering services for the proposed 565 Pressure Zone Reservoir project located in Renton, Washington. The project site is located on SE 112th Street in Renton, Washington. The site is shown relative to surrounding physical features on the Vicinity Map, Figure 1 and the Site Plan,Figure 2. The purpose of this study is to characterize the subsurface soil and groundwater conditions at the site and to provide RW Beck and the reservoir designer with geotechnical engineering design recommendations. GeoEngineers' geotechnical engineering services for this project consisted of reviewing existing geologic data and completing subsurface explorations at the site as a basis for developing geotechnical engineering conclusions and recommendations for the design and construction of the planned facility. Our geotechnical engineering services were completed in general accordance with the contract dated April 30, 2004 between RW Beck and GeoEngineers. PROJECT DESCRIPTION We understand that the City of Renton plans to construct a one-million-gallon water reservoir at the site. The reservoir will be located at the south end of the property near SE 112th Street. The project team initially considered'both a standpipe and an elevated tank. We understand that the City has selected a standpipe for the reservoir configuration. The maximum water elevation in the reservoir will be approximately 118 feet above the ground surface. We understand that the reservoir foundation will be subjected to significant overturning loads under design seismic loading conditions. Based on discussions with the structural engineers,we understand that the reservoir foundation may incorporate deep foundation element to help resist the overturning loads as r ground anchors. FIELD EXPLORATIONS AND LABORATORY TESTING bib FIELD EXPLORATIONS The subsurface soil and groundwater conditions at the site were evaluated by drilling four borings. Three borings, designated as borings B-1, B-3 and B-4, were drilled around the perimeter of the proposed water reservoir to depths of about 41 V2 feet. A fourth boring, designated as boring B-2, was drilled to a depth of - about 70 feet near the middle of the proposed reservoir. The borings were completed on April 30 and ` May 3, 2004 using track-mounted,continuous-flight,hollow-stem auger drilling equipment. The approximate locations of the explorations completed for this project are presented on the Site Plan, Figure 2. Details of the field exploration program and logs of the explorations are presented in Appendix A. File No.0693-059-00 Pagel CEOENGINEERS October 15,2004 LABORATORY TESTING ' Soil samples were collected during the drilling program and taken to our laboratory for further evaluation. Selected samples were tested for the determination of moisture content, fines content (material passing the U.S. No. 200 sieve) and Atterberg limits (plasticity characteristics). A description of the laboratory testing and the test results are presented in Appendix B. SITE CONDITIONS GEOLOGY Published geologic information for the project vicinity includes the U.S. Geological Survey Map titled "Geologic Map of Surficial Deposits in the Seattle 30' x 60' Quadrangle, Washington" (Yount, et. al, 1993). The geologic map indicates that the surficial deposits in the vicinity of the site include glacial till and advance outwash. Glacial till typically consists of medium dense to very dense,non-stratified deposits of clay, silt, sand and gravel with occasional cobbles and boulders. Advance outwash consists of deposits of sand and gravel with variable silt content deposited by meltwater streams emanating from an advancing glacier. Advance outwash at the site has also been glacially overridden and is typically dense to very dense. SENSITIVE AREAS A review of the King County and City of Renton Sensitive Areas Maps was completed as part of this study. The project site is mapped within the City of Renton Zone 2 Aquifer Protection Area. Based on the information published on the maps, the site is not mapped within a floodplain,' seismic, wetland, critical erosion, or landslide hazard area. SURFACE CONDITIONS The project site is located on an undeveloped lot located along SE 112` street in Renton, Washington. The site is bounded by SE 112'h Street and Oliver Hazen High School to the south, residences to the east, NE Sunset Boulevard to the north, and a soccer field for the high school to the west. We understand that the reservoir will be constructed near the south end of the property. The undeveloped site is forested with deciduous trees and relatively heavy undergrowth typically consisting of ferns, blackberries and other shrubs. Several paths have been created through the forested area and appear to be used to access the soccer field as well as other parts of the property. The topography at the south end of the lot is relatively level. We did not observe surface water features in the vicinity of the proposed water reservoir during our site reconnaissance. SUBSURFACE CONDITIONS Approximately 1 to 1%2 feet of forest duff and topsoil containing significant amounts of organic material were observed at the surface in each of the borings completed at the site. The surficial forest duff and topsoil was typically underlain by approximately 15 to 20 feet of medium stiff to hard silt and clay containing occasional thin sand lenses in borings B-1, B-2 and B-4. In boring B-3, we observed layers of silt and clay with interbedded layers of silty sand that extended down to about 33 feet below the surface. The silt and clay was typically underlain by dense to very dense sand with variable silt content and occasional layers of silt and gravel. Borings B-1, B-2 and B-3 were terminated in very dense silty sand at depths of 41%2, 70 and 41%2 feet, respectively. Boring B-4 was terminated in_a layer of very stiff silt at a depth of about 41'/2 feet below the surface. File No. 0693-059-00 Page 2 GEOENGINEERS� October 15,2004 Groundwater Conditions Perched groundwater was observed in borings B-1 and B-2 at depths of 20 and 18 feet respectively. Two layers of perched groundwater were observed in borings B-3 and B-4 at about 10 and 20 feet below the surface. The depths to groundwater represent conditions observed during drilling and may not represent the true static groundwater level because it can take hours or even days for the groundwater level observed in a boring to reach equilibrium. Each of the borings was only open for a couple hours. It should be noted that the groundwater level will typically fluctuate as a function of season, precipitation and other factors. CONCLUSIONS AND RECOMMENDATIONS GENERAL We conclude that geotechnical site conditions are generally favorable for development of the site as proposed. Based on the results of our subsurface exploration and analyses, it is our opinion that the following considerations are appropriate for this site: • The proposed reservoir may be satisfactorily supported on either conventional shallow foundations or a mat foundation bearing on firm, unyielding native soil or compacted structural fill, or on deep foundations. Conventional spread footings should be considered for any ancillary buildings associated with the reservoir. • Several deep foundation options exist for this structure including driven steel pipe piles or H piles, augercast piles, drilled shafts, and drilled micropiles. Design recommendations can be developed for any of these foundation alternatives, as necessary. 0 The on-site near surface soils do not meet the criteria for use as structural fill due to plasticity characteristics, fines content,high natural moisture content, and significant organic content. • The site soils meet the criteria for Soil Profile Type C in accordance with the 2003 IBC seismic design criteria. GeoEngineers has completed a site specific seismic response analysis for ground motions with a 10 percent and 2 percent probability of exceedance in 50 years. The results of the site specific seismic response analysis are presented in Appendix C. Our specific geotechnical recommendations are presented in the following sections of this report. EARTHQUAKE ENGINEERING 2003 ISC Seismic Design Information We recommend the use of the following 2003 International Building Code (IBC) parameters for soil profile type, short period spectral response acceleration(Ss), 1-second period spectral response acceleration(SI),and seismic coefficients for the project site. m - r 2003 IBC Parameter Recommended Value Soil Profile Type C Short Period Spectral Response Acceleration, SS(percent g) 134 1-Second Period Spectral Response Acceleration,S, (percent g) 47 Seismic Coefficient,F,, 1.0 ' Seismic Coefficient, Fv 1.33 ' File No.003-059-00 Page 3 GEoENGINEERS/ October 15,2004 Site Response Site-specific response analyses were completed to evaluate the response of the site for the following two design level earthquakes: 1. A ground motion with a 10 percent probability. of exceedance in 50 years (475 year return interval). 2. A ground motion with a 2 percent probability of exceedance in 50 years (2,475 year return interval). Acceleration response spectra have been developed for both . p design level earthquakes for 5 percent structural damping. The methodology used for the site specific ground response analyses and the acceleration response spectra are presented in Appendix C. EARTHWORK ti Clearing And Grubbing The site is undeveloped and forested with relatively dense vegetation undergrowth. Organic-rich soils , (forest duff and topsoil), trees, shrubs, vegetation, and associated root systems should be removed from areas where structures or pavements are planned. Based on our observations during the explorations, we anticipate that the stripping depths to remove the forest duff and topsoil will be on the order of 1 to 2 feet. Increased stripping depths may be required in localized areas around trees and large brush where the topsoil may extend deeper than 2 feet. Depressions that result from removal of exiting trees that are present in pavement or structure areas should be filled with properly compacted structural fill. The stripped material should be placed in non-settlement sensitive areas or disposed of off-site. I Subgrade Preparation The exposed subgrade in structure areas should be evaluated after site clearing and grubbing is complete and prior to the placement of any fill. Proof-rolling with heavy, rubber-tired construction equipment should be used for this purpose during dry weather and if access for this equipment is practical. Probing should be used to evaluate the subgrade during periods of wet weather or if access is not feasible for construction equipment. Soft areas noted during proof-rolling or probing should be excavated and replaced with compacted structural fill. Erosion And Sedimentation Control Potential sources or causes of erosion and sedimentation depend upon construction methods, slope length and gradient, amount of soil exposed and/or disturbed, soil type, construction sequencing and weather. Implementing an erosion and sedimentation control plan will reduce the project impact on erosion-prone areas and nearby sensitive areas. The plan should be designed in accordance with applicable city and county standards. The plan should incorporate basic planning principles including: • Scheduling grading and construction to reduce soil exposure. • Retaining existing vegetation whenever feasible. • Revegetating or mulching denuded areas. • Directing runoff away from denuded areas. • Reducing the length and steepness of slopes with exposed soils. • Decreasing runoff velocities. File No. 0693-059-00 Page 4 G EOENGI NEER October 15,2004 • Preparing drainage ways and outlets to handle concentrated or increased runoff. • Confining sediment to the project site. • Inspecting and maintaining control measures frequently. In addition, we recommend that slope surfaces in exposed or disturbed soil be restored so that surface runoff does not become channeled. Some sloughing and raveling of slopes with exposed or disturbed soil should be expected. Temporary erosion protection should be used and maintained in areas with exposed or disturbed soils to help reduce erosion and reduce transport of sediment to adjacent areas and receiving waters. Permanent erosion protection should be provided by re-establishing vegetation using hydroseeding or landscape planting. Until the permanent erosion protection is established and the site is stabilized, site observation should be performed by qualified personnel to evaluate the effectiveness of the erosion control measures and provide recommendations to repair and/or modify them as appropriate. Provisions for modifications to the erosion control system based on monitoring observations should be included in the erosion and sedimentation control plan. Structural Fill Fill placed to support structures and placed below pavements and sidewalks will need to be specified as structural fill as described below: L Structural fill placed below the reservoir foundation or beneath ancillary building footings and slabs should meet the requirements of gravel borrow as described in Section 9-03.14(1) of the 2004 WSDOT Standard Specifications with the exception that the fines content (percent passing the U.S.Nd. 200 sieve) should be less than 5 percent. 2. Structural fill placed outside of building areas (such as utility trenches, below pavement and sidewalk areas) should meet the requirements of common borrow as described in Section 9- 03.14(3) of the 2004 WSDOT Standard Specifications. Common borrow will be suitable for use as structural fill during dry weather conditions only. If structural fill is placed during wet weather,the structural fill should consist of gravel borrow as described previously. On-site Soils. The on-site soils generally contain a high percentage of fines (silt and clay) and are sensitive to moisture content. Existing near-surface silty soils do not meet the criteria for common borrow and are unsuitable for use as structural fill. Fill Placement and Compaction Criteria. Structural fill should be mechanically compacted to a firm, non-yielding condition. Structural fill should be placed in loose lifts not exceeding 8 to 10 inches in thickness. Each lift should be conditioned to the proper moisture content and compacted to the specified density before placing subsequent lifts. Structural fill placed in building areas (supporting foundations or slab on grade floors) and in pavement and sidewalk areas (including utility trench backfill) should be compacted to at least 95 percent of the maximum dry density (MDD) estimated in accordance with ASTM D-1557. We recommend that GeoEngineers be present during proof-rolling and/or probing of the exposed subgrade soils in building and pavement areas, and placement of structural fill. We will evaluate the adequacy of the subgrade soils and identify areas needing further work,perform in-place moisture-density ' File No.0693-059-00 Page 5 GEOENGINEERS� October 15,2004 1 tests in the fill to confirm compliance with the compaction specifications, and advise on an modifications to the procedures which may be appropriate for the prevailing conditions. y Weather Considerations. The majority of the near surface soils at the site contain a sufficient percentage of fines (silt and clay) to be moisture sensitive. When the moisture content of these soils is more than a few percent above the optimum moisture content, these soils become muddy and unstable and operation of equipment on these soils would be difficult, if not impossible. Additionally, disturbance of near surface soils should be expected if earthwork is completed during periods of wet weather. During wet weather, we recommend that: • The ground surface in and around the work area be sloped so that surface water is directed away from the work area. The ground surface should be graded such that areas of ponded water do not develop. Measures should be taken by the contractor to prevent surface water from collecting in excavations and trenches. Measures should be implemented to remove surface water from the work area. • Slopes with exposed soils should be covered with plastic sheeting or other erosion protection material. p • Construction traffic should be restricted to specific areas of the site, preferably areas that are surfaced with materials not susceptible to wet weather disturbance. • Construction activities should be scheduled so that the length of time that soils are left exposed to moisture is reduced to the extent practical. Temporary Slopes ` Temporary p ary slopes may be used around the site during construction. We recommend temporary slopes be inclined at 1H:1V (horizontal to vertical). Flatter slopes may be necessary if seepage is present on the face of the cut slopes or if localized sloughing occurs. Since the contractor has control of the construction operations, the contractor should be made responsible for the stability of cut slopes, as well as the safety of the excavations. Shoring and temporary slopes must 1 conform to applicable local, state and federal safety regulations. SHALLOW FOUNDATIONS General The water reservoir can be supported on either shallow foundations or deep foundations. We understand that if shallow foundations are chosen, the foundation system will consist of either isolated footings, strip footings or a mat foundation. We recommend supporting any ancillary buildings associated with the water reservoir on conventional spread footings. Subgrade Preparation If shallow foundations are chosen for the reservoir or buildings, we recommend supporting these structures on footings bearing on undisturbed, firm and unyielding native soil or compacted structural fill extending down to unyielding native soil. We recommend that all prepared footing subgrades be observed by a representative from our firm prior to placement of reinforcing steel and structural concrete to confirm that the subsurface conditions are as expected and that the bearing surface has been prepared in a manner consistent with our recommendations. Footing excavations should be evaluated by probing prior to concrete or fill placement, and soft or loose areas should be over-excavated and replaced in accordance with the recommendations of this report. File No.0693-059-00 Page 6 October 15,2004 GEoENGINEERS/ Shallow Foundation Design Criteria Assuming the footings are founded on undisturbed, firm and unyielding native soil or adequately compacted structural fill extending down to unyielding native soil, the footings can be designed in accordance with the following recommendations: • The footings may be designed for an allowable bearing capacity of 7 kips per square foot (ksf). The allowable soil bearing values apply to the total of dead and long-term live loads and may be increased by up to one-third for wind or seismic loads. • Exterior footings should be founded a minimum of 18 inches below the lowest adjacent grade. Interior footings should be founded a minimum of 12 inches below adjacent soil grade. • Continuous wall footings and individual column footings should have minimum widths of 18 and 24 inches,respectively. • Provided all loose soil is removed and the subgrade is prepared as recommended above, post- construction settlement of shallow foundations supported as recommended above is estimated to be about 1 inch. • Post-construction differential settlement along 25 feet of continuous strip footing or between similarly loaded isolated footings about 25 feet apart is estimated to be about %z inch. These settlements should occur rapidly,essentially as the loads are applied. w. Mat Foundation Assuming the mat foundation is founded on undisturbed, firm and unyielding native soil or adequately compacted structural fill extending down to unyielding native soil, the foundation can be design in �r accordance with the following recommendations: • Mat foundations may be designed using a modulus of subgrade reaction of 50 pounds per cubic inch. This value applies to the total of dead and long-term live loads and may be increased by up to one-third for wind or seismic loads. • Provided all loose soil is removed and the subgrade is prepared as recommended above, we estimate the total settlement of mat foundations will be on the order of 1 to 1%z inches. The settlements will occur rapidly, essentially as loads are applied. Differential settlements are expected to be less than %z to 3/<inches over a 50-foot length. Lateral Resistance Lateral foundation loads may be resisted by passive resistance on the sides of footings and by friction on the base of the footings. For footings supported on native soils or on structural fill placed and compacted in accordance with our recommendations, the allowable frictional resistance may be computed using a coefficient of friction of 0.4 applied to vertical dead-load forces. This coefficient of friction value is an allowable value and incorporates a factor of safety of 1.5. The allowable passive resistance may be computed using an equivalent fluid density of 275 pounds per cubic foot(pcf) (triangular distribution). This value is appropriate for foundation elements that are poured directly against undisturbed native soils or surrounded by structural fill. The passive equivalent fluid density is an allowable value and incorporates a factor of safety of 1.5. -1 File No.0693-059-00 Page 7 GEOENGINEERS I October 15,2004 Construction Considerations , The condition of all footing excavations should be observed by the geotechnical engineer to evaluate if the work is completed in accordance with our recommendations and that the subsurface conditions are as anticipated. - If footing subgrade preparation takes place during the wet weather season, we recommend that the footing concrete be placed as soon as practical after the footing subgrade has been evaluated by a representative from our firm. We anticipate that the footing subgrade will consist of soils with a high fines content (material passing the U.S. No. 200 sieve). Should the subgrade remain exposed for an extended time during the wet weather season, we recommend that a working mat of lean concrete or minimum 12-inch thickness of compacted crushed rock or 4-inch minus quarry spalls be placed on the footing subgrade. The lean mix concrete, crushed rock or quarry spalls will protect the subgrade from deterioration during placement of forms and structural steel. DEEP FOUNDATIONS ALTERNATIVES General There are several potential options if deep foundations are incorporated into the foundation system for the proposed water reservoir. Deep foundation options include: H-piles, steel pipe piles, augercast piles, drilled shafts, or micropiles. Each deep foundation option will have advantages and potential disadvantages that will need to be considered as a foundation system is chosen. H-piles or steel pipe piles will need to be driven into the ground. Because of the close proximity of the school and adjacent residences, the vibrations that are generated during pile driving conditions may not be acceptable. Should H-piles or steel pipe piles be chosen, pile corrosion will need to be addressed to determine how it might impact the design. The installation of augercast piles will generate minimal vibration as they are not driven into the ground. Based on our experience with similar projects, augercast piles will likely be the most economical deep foundation option. The soil conditions encountered at the site are suitable for drilled shaft construction. We did observe heaving conditions near the bottom of boring B-1. The heaving observed during drilling of boring B-1 may be indicative of unstable soil conditions for open shafts. Therefore, it is likely that the shafts may need to be cased or drilled with slurry or a water head. These conditions will likely result in an increase in the cost of the drilled shafts. Augercast and drilled shaft foundations are capable of accommodating design vertical loads over a wide range of values depending on shaft diameter and depth. Typical loads range from less than 100 kips for small diameter shafts (augercast) to several hundred kips for large diameter drilled shafts. Uplift capacities of drilled foundations typically range from about 50 to 75 percent of the downward load capacities of the shafts. Micropiles typically provide relatively high uplift capacities. Micropiles are small diameter (typically 6-to 8-inch), drilled and grouted pile that is typically reinforced. Grouting can be completed under tremie head or by pressure grouting. Post-grouting can also be used to increase capacities. High capacities of several hundred kips can be achieved using a relatively small diameter pile (typically 6-to 8- File No.0693-059-00 Page 8 October 15,2004 GEoENGINEERS inch diameter)because the pile grout is placed under high pressure. However, they are typically a design- build foundation element and can be expensive. Boulders may be encountered in the glacially consolidated soils. The contractor should be prepared to address the presence of boulders during construction. We can provide design recommendation for the preferred deep foundation alternative, as necessary, once the final foundation system has been selected. PERMANENT GROUND ANCHORS If additional uplift capacity is required in the design of the reservoir, permanent ground anchors may be considered. Permanent ground anchors are similar to tiebacks and typically consist of a steel bar or tendon. In general, the installation process consists of drilling a hole to a specified depth, inserting the ground anchor and tremie grouting the anchor in place. Centralizers should be used to keep the anchor in the center of the hole during grouting. Structural grout or concrete should be used to fill the annulus around the anchor. We recommend that the ground anchors be double-corrosion protected because they will support load on a permanent basis. Secondary grouting can be utilized to improve the anchor capacity. Loose soil and slough should be removed from the holes drilled for ground anchors prior to installing the anchors. The contractor should take necessary precautions to minimize loss of ground and prevent disturbance to previously installed anchors. Heaving soils were observed in boring B-1 and may be indicative of unstable soil conditions for open boreholes. It may be necessary to drill holes for anchors with casing or slurry to prevent caving. Holes drilled for anchors should be grouted promptly to reduce the potential for loss of ground. Boulders may be encountered in the glacially consolidated soils. The contractor should be prepared to address the presence of boulders during construction. Ground anchors should develop anchorage in the very dense or very stiff to hard glacially consolidated soils. We recommend a preliminary design adhesion value between the anchor and soil of 1.5 to 2 ksf. Higher adhesion values may be developed depending on the anchor installation technique. The contractor should be given the opportunity to use higher adhesion values by conducting performance tests prior to the start of the production ground anchor installation. Ground anchors are typically performance and proof tested to confirm that the anchors have adequate pullout capacity. The pullout resistance of an anchor should be designed using a factor of safety of 2. The pullout resistance should be verified by completing at least one successful performance test. Each anchor should be proof tested to confirm that they can provide the design pullout capacity. The ground anchor layout and inclination should be checked by the contractor to confirm that the anchors do not interfere with foundation elements for adjacent structures or other existing improvements such as buried utilities. DRAINAGE CONSIDERATIONS �! Temporary Construction The soils exposed in the base of the excavations will be moisture-sensitive and susceptible to disturbance �.. from construction activities, especially when water is present on the subgrade. A system of curbs, berms, drainage ditches and swales should be installed around the perimeter of the excavation, if necessary, to intercept and collect surface water. 4m_ File No.0693-059-00 Page 9 S October 15,2004 GEOENGINEER Perched groundwater may be encountered on top of less permeable layers during excavation for footings. We anticipate that this perched water may be temporarily handled during construction by ditching and SUMP pumping, as necessary. Water collected during construction should be routed to suitable discharge points. Permanent Conditions We recommend that all surfaces be sloped to drain away from the proposed building or reservoir areas. Pavement surfaces and open space areas should be sloped such that the surface water is collected and routed to suitable discharge points. Roof drains should be connected to tightlines that discharge into the storm sewer disposal system or engineered surface water control system. LIMITATIONS We have prepared this report for the exclusive.use of the City of Renton, RW Beck and their authorized agents for the 565 Pressure Zone Reservoir project. Within the limitations of scope,.schedule and budget, our services have been executed in accordance with generally accepted practices in the field of geotechnical engineering in this area at the time this report was prepared. No warranty or other conditions, express or implied, should be understood. Any electronic form, facsimile or hard copy of the original document (email, text, table, and/or figure), if provided, and any attachments are only a copy of the original document. The original document is stored by GeoEngineers,Inc. and will serve as the official document of record. t Please refer to Appendix D titled Report Limitations and Guidelines for Use for additional information pertaining to use of this report. File No.0693-059-00 Page 10 October 15,2004 GMENGINEER� REFERENCES City of Renton, Sensitive Areas Maps, 1992. EduPro Civil Systems,Inc. (1998).ProShake, Ground Response Analysis Program, Version 1.1 Frankel, A., Mueller, C., Barnhard, T., Perkins, D., Leyendecker, E., Dickman, N., Hanson, S., and Hopper, M. (1996). National Seismic-Hazard Maps: Documentation. U.S. Geological Survey Open-File Report 96-532, 110 pp. Frankel, A.D.; Petersen, M.D.; Mueller, C.S.; Haller, K.M.; Wheeler, R.L.; Leyendecker, E.V.; Wesson, R.L.; Harmsen, S.C.; Cramer, C.H.; Perkins, D.M.; and, Rukstales, K.S. (2002). Documentation for the 2002 Update of the National Seismic Hazard Maps. U.S. Geological Survey Open-File Report 02-420. IBC (2003).International Building Code 2003. King County, Sensitive Areas Maps. U.S. Geological Survey—National Seismic Hazard Mapping Project—Interactive Deaggregations. URL: http://egint.cr.usgs.gov/eg/html/deagzint.html WSDOT,2004, "Standard Specifications for Road, Bridge and Municipal Construction." r Yount, et. al, 1985, "Map Showing Depth to Bedrock in the Seattle 30' x 60' Quadrangle,Washington." Yount, et. al, 1993, "Geologic Map of Surficial Deposits in the Seattle 30' x 60' Quadrangle, r Washington." l File 0693-059-00 Page 11 GMENGINEERS� October 15,2004 ro LC7 R ne r "'Al t"-".'4'st r sy N SE MW dl SE 64 rm. ^v SST W yril b: :rH PL CA 4 dj c yi •PARK •,.: •.; `, .w.<••'�":�. T ST pl p 12200 91 m q �• a' •;= ni:',+ Y SE 91st ST �r :,G'�:.,A`.• ;�:�• {, se ,2,00 '� i. Vq(� {yt I IN _ N <------- ---->° ---- .- �:�•�Y L_: 27TH_z .. ��� SE �. SE 99TH sT ST [5 3. M :PC" :�� la . 100TH z sf i SE G{• >;. _ 001X SE 100TH ST - +� 91• < .,SE 102 a NE 1,zio sr :.'• t �s -:r 7 a- SE 102X0 5T 104TH E;11"M ST ST y��.;_.ry.-->.�., '!r-�TH•�1:SF i� y 'r•Y�° K''� � '� \_i✓✓ �.,! r s p, ,,:. s K K. Z• ..p SE 105TH PL 105TH PL SE ST PL ST COQ _.. E °! r•'4 + n urn, SITE SE ` > SE 107TH ',NE unN ■ ICa. TH PL 107TH H < ST a (Fy •,,;,. Iw , F f•, J�' �� E < 000, oSTt.T>! yj 6. F . .• .. P"�4$;;1540Q;; ITfH F. .•: , �n ti FyTON 1ST�p m sln+ vi a p 7D0 y - ST a it n SE 112TH ST ,'� = K ..zl t 14300 15500 unr 1rt uTx '` 3 zl M s i O �E Ulm SE 113TH INE 7-77 i . w c� cl r 1 E SOM$ c <I _ '• . yj:;', u" N SE 114TH ST FS 4 Se <'. �10T51. l.lf SE S a` NE 1 '�1;r 'ST NE�' �1 ,� '. SE 1161N ST 1,800 1 6711 ST hl s Y 9TH. :':`:::-., 's;. { 1 PL SE 117TH ST N 9TW 'ST _SE Br ST 97H ST sE ST NE fiP NE 8TH -S < M ME 8TH sr zt °u U SticOw NE 7TH ST< SST 1yTx K NE '7TH v x < SE 120TH _ ST 3 3300 - chO- SE 121ST ST R F T'1• -----1 Q a' d rt m 3T -� -.SE 122X0 0 3 \L 1 I W • z r sT 5 > a - O O In O 0 KI t0 a0 2000 4000 N U o SCALE IN FEET 0 i v) U') Reproduced with permission granted by THOMAS BROS. MAPS. This map is copyrighted by THOMAS BROS..MAPS. ' � It is unlawful to copy or reproduce all or any part thereof, whether for personal use or resale, without permission. O VICINITY MAP GWENGINEER� W FIGURE 1 GEoENGINEERS APPENDixA REL D ExPL /lr lr lr r� 1� 11��l'll��illl�(I: i APPENDIX A FIELD EXPLORATIONS GENERAL Subsurface soil and groundwater conditions at the project site were evaluated by drilling four borings,B-1 through B4, to depths of approximately 41 V2 feet to 70 feet. The borings were drilled by Holt Drilling, Inc. on April 30 and May 3, 2004 using track-mounted, continuous-flight, hollow-stem auger drilling equipment. Locations of the explorations were determined in the field by measuring distances from existing site features as well as the proposed middle of the reservoir staked by RW Beck. The locations of the borings were surveyed by Bush,Roed&Hitchings,Inc. and are shown on the Site Plan,Figure 2. BORINGS The explorations were continuously monitored by a geotechnical engineer from our firm who examined and classified the soils encountered, obtained representative soil samples, observed groundwater conditions, and prepared a detailed log of each exploration. Representative soil samples from borings B-1 through B-4 were obtained at selected depths using a 1.4-inch-inside-diameter split-barrel sampler driven using a 140-pound automatic trip hammer, falling a distance of 30 inches. The number of hammer blows required to drive the sampler the final 12 inches, or other indicated distance, is recorded on the boring logs. Soils encountered in the explorations were visually classified in general accordance with the classification system described in Figure A-1. A key to the exploration log symbols is also presented in Figure A-1. The exploration logs,are presented in Figures A-2 through A-5. The logs are based on our interpretation of the field and laboratory data and indicate the various types of soils and groundwater conditions encountered. They also indicate the depths at which these soils or their characteristics change; although the change may actually be gradual. If the change occurred between samples, it was interpreted. The densities noted on the boring logs are based on the blow count data obtained in the borings and judgment based on the conditions encountered. Observations of groundwater conditions were made as the .explorations were completed. The .,r groundwater conditions encountered during drilling are presented on the boring logs but should be considered approximate as it often takes several hours or days for groundwater to reach equilibrium in a boring. The borings were backfilled in general accordance with Washington State Department of Ecology requirements. File No.069-059-00 Page A-1 October 15.2004 GWENGINEERU9 . 1 SOIL CLASSIFICATION CHART ADDITIONAL MATERIAL SYMBOLS MAJOR DMSIONS SYMBOLS TYPICAL SYMBOLS TYPICAL GRAPH INTER DESCRIPTIONS GRAPH LETTER DESCRIPTIONS CLEAN eo WELL-GRACISO GRAVELS. GRAVEL GRAVELS a a GW SAIGMGaLRES �� � CC Cement Concrete sue. AND G _ GRAVELLY Nta a TTNOFPItsT o o Poorarr-RAamGRAVIEy, SOILS o G GP auvEL.sANO wauREs AC Asphalt Concrete COARSE GRAVELS Wrn•I o _ - GRAINED ° GM SILT FINES �+ Crushed Rods/ SOILS FRCOARSE CR RETAINED Quarry Spalls _ RETAINED ON Mo. w'RECUeuAwunr 4 SIEVE OF FMI M GC MY�4IX°7URAI °RAC-SAM- T5 Topsail/ CLEAN SANDS SW WMI-tA0®SANG&GRAVELLY Forest Duff/Sod MORE THAN 50% SAND SANOS RETAINED ON NO. AND Wr AORNGPHIM 2W SIEVE SANDY .SP POORLY-GRAGEG SAM& SOILS GRAVELLY SAM '7 Measured groundwater level in �L exploration,well,or piezometer MORE COAasE Sa7L FINES S�sA S.SANG•SILT FRACTION Groundwater observed at time of PASSING NO.e SIEVE WPR0 I'VbINNr SC CLAYEYSAIDS.SAM.CLAY exploration �.xTURES Perched water observed at time of "ORGANIC SILTS.ROCK R.OuR. exploration ML ��cmTSwnMSUaMr Measured free product in well or SILTS INORGANIC CLAYS OF LOW TO T piezometer FINE AND UOU O uMrr `^L MEONM PLASTICrrY,GRAVELLY ... GRAINED CLAYS LESS THAN SO CLAYS.SANOY.CLAY;SILTY CLAYS. LEAN CLAYS SOILS OL ORGANIC SITS AM ORGANIC SILTY CLAYS OF IOW PLA9TICrry Stratigraphic Contact PAaa THAN sax MH 1NORG.AmCc SILT''MICACECus OR Distinct contact between 3011 strata or PASSINa NG.m° I I I GuroMACEauS slllY sans SIEVE geologic units SILTS ,uauio LAY EATER UMR INGRGA+N:CLAYS of HIGH / Gradual change between soil strata or CLAYS EATER THAN So CH NCRG MPC geologic units OH ORGANIC CLAYS AMC SILTS OF ---- Approximate location of soil strata MEOIUMTG HIGH PLASTICITY _ change within a geologic soil unit HIGHLY ORGANIC SOILS PT PEAT.HUMUS.SWAMP SOILS WITH HKtM ORGANIC CANTEMTS NOTE Multiple symbols are used to indicate borderline or dual soil classifications Sampler Svmbol Descriptions Laboratory/field Tests %F Percent fines 2.4-inch I.D.split barrel AL Atterberg limits CA Chemical analysis CP Laboratory compaction test Standard Penetration Test(SPT) CS Consolidation test ❑ DS Direct shear Shelby tube HA Hydrometer analysis ® MC Moisture content Piston MD Moisture content and dry density OC Organic content Direct-Push PM Permeability or hydraulic conductivity ® PP Pocket penetrometer Bulk or grab SA Sieve analysis TX Triaxial compression UC Unconfined compression Blowcount is recorded for driven samplers as the number VS Vane shear of blows required to advance sampler 12 inches(or distance noted). See exploration log for hammer weight Sheen Classification and drop. NS No Visible Sheen SS Slight Sheen A"P"indicates sampler pushed using the weight of the MS Moderate Sheen drill rig' HS Heavy Sheen NT Not Tested NOTE. The reader must refer to the discussion in the report text and the logs of explorations for a proper understanding of subsurface candhions. Descriptions on the logs apply only at the specific exploration locatians and at the time the Explorations were made;they are not warranted to be representative of subsurface conditions at other locations or times. KEY TO EXPLORATION LOGS GWENG1NEER r Figure A-1 OF Drilled 04/30/04 Logged y KGO Checked MWS Contractor Holt Drilling Drilnn Metho9d Hollow-stem Auger Sampling SPT nnt:thads Auger 4.25-inch ID HHammmer 140 (lb)hammer/30 (in)drop Data Drilling Limited Access Ri automatic Equipment 9 Total i 41 5 Surface Groundwater 20 Depth(ft) Elevation(ft) Approxmately 456 Level(ft.bgs) Datum/ System SAMPLES v c ;r MATERIAL DESCRIPTION a OTHER TESTS W cu m aU z o a r ate° •�= AND NOTES Ww m = m o is mop o � ma �� 0 5 Z 0: m C0� C0co � 0 Oz DUF Forest duff/topsoil with organic matter ML Brown silt with thin interbedded layers of fine sand (stiff to very stiff,moist) 1 14 10 20 AL 5 Z 5 23 %f-98% ML Brown with orange mottling silt with sand and 3 18 21 occasional gravel and occasional lenses of fine sand (very stiff to hard,moist) 10 4 18 38 5 18 28 Grades to gray 15 SM Grayish brown with orange mottling silty fine sand 6 18 23 with occasional gravel(medium dense,moist to wet) SM Grayish brown with orange mottling silty fine sand 20-1 (dense,wet) 7 15 41 28 a c� SM/ML Gray silt interbedded with silty fine sand(hard/dense, 25-1 moist) 8 18 43 a C7 N 30 9 15 35 SP-SM Brown fine sand with silt(dense to very dense,wet) m 0 i 35 N Note:See Figure A-1 for explanation of symbols c� z Q 0 m r- LOG OF BORING B-1 $ Project: 565 Pressure Zone Reservoir GM E N G I N E E RS Project Location: Renton, Washington Figure: A-2 Project Number: 0693-059-00 � Sheet-1 of 2 SAMPLES a e OTHER TESTS L m g m MATERIAL DESCRIPTION AND NOTES f9 J V G C C (5 mm Z � '0 3 m c =� `m= �m Ww m = W o iv may oa : 0 35 c z = 5 6 3 (5 cn. �v ❑3 10 8 50/5'/ Silt in shoe SM Brown silty fine sand(very dense,wet) 40 11 l2 57 2 foot heave a 0 N U W CL U' In Q Z m 01 i 0 N Z m LOG OF BORING B-1 (continued) W Project: 565 Pressure Zone Reservoir " EO N G f N E E RS Project Location: Renton, Washington Figure: A-2 � Project Number: 0693-059-00 Sheet 2 of z Dates) 04/30/04 Logged Checked Drilled 04/30/04 KGO By MWS Drilling Holt Drilling Drilling Sampling Contractor g Method Hollow-stem Auger Methods SPT Auger 4.25-inch ID Hammer 140(lb)hammer/30 (in)drop Dnllin Data Data automatic Equipment Limited Access Rig Total 70.5 Surface Groundwater Depth(ft) Elevation(ft) Approximately 456 Level(ft.bgs) 18 Datum/ System SAMPLES MATERIAL DESCRIPTION a OTHER TESTS 4) Z m aU z o q L n .� _ AND NOTES E CL 0 Z Cr m CO u 0 o-11 r U ?i DUF Forest duff and topsoil with organic matter ML Gray with orange mottling silt(medium stiff to very stiff,moist) 1 12 5 22 5 2 0 20 SM Grayish brown with mottling silty fine sand(medium dense,moist) 3 18 20 14 %F=45% 10 ML Brown with orange mottling silt with sand and gravel 4 13 37 and occasional lenses of fine sand(hard,moist) 5 l 50/2" 40 15 ML Gray silt with sand(very stiff,moist) 6 18 30 1 22 %F-92% SM Gray silty fine to medium sand with occasional gravel (very dense,wet) 20 w g 7 18 61 a Thin layer of gavel at 21 feet is a N ML Gray with orange mottling silt with sand and occasional W 25 thin layers of fine sand(hard,moist to wet) 0 8 18 5015" Occasional horizontal laminations I Occasional horizontal. w 52 laminations �I► i 30 9 2 61 m 0 g SM Brown silty fine to medium sand(dense,wet) a 35 N Note:See Figure A-1 for explanation of symbols 'z 0 m Jlr LOG OF BORING B-2 $ Project: 565 Pressure Zone Reservoir GM E N G I N E E R Project Location: Renton, Washington Figure:A-3 8 Project Number. 0693-059-00 Sheet 1 of 2 SAMPLES o J -m MATERIAL DESCRIPTION OTHER TESTS AND NOTES mm �mz W ow E a CE z � �� 35 z o: m �� 03 10 18 45 SP-SM Grayish brown fine to medium sand with silt and , occasional thin layers of silt(very dense,wet) 40 11 18 72 45 12 4 50/4" GP Gray fine to coarse gravel with sand and trace silt(very ° dense,wet) ° a 0 ° SM Gray silty fine to medium sand with gravel(very dense, Glacial till fabric moist) 50- 13 10 50/4" SM Gray silty fine sand(very dense,wet) 55 14 18 68 t I 60 15 It 68 Grades to moist to wet SM Gray silty fine to medium sand with gravel(very dense, Glacial till fabric moist) 65 � 16 14 71 Uia tV 1 70 17 4 5015"1 It Refusal for limited access rig-insufficient torque c a y J a z o� m 9 a 0 r 2 2 O m LOG OF BORING B-2 (continued) W $ Project: 565 Pressure Zone Reservoir Project Location: Renton, Washington GMENGINEER Figure:A-3 Project Number. 0693-059-00 sheet 2 of 2 Dates) Logged Drilled 05/03/04 By TB2 Checked By MW5 Drilling Holt Drilling Dolling Sampling Contractor g Method Hollow-stem Auger Methods SPT Auger 4.25-inch ID Hammer 140(lb)hammer/30 (in)drop Drilling Data automatic Equipment Limited Access Rig Total 41.5 Surface Groundwater Depth(ft) Elevation(ft) Approximately 456 Level(ft.bgs) 19.5 Datum/ System SAMPLES _ c w m o J MATERIAL DESCRIPTION OTHER TESTS a>i m m Z o' AND NOTES Wvt m y o m mrn 'oE m �m 0 z m c7_J COtn o 0 a3 •• DUF Forest duff/to sail ML Gray with orange mottling silt and occasional organic matter(very stiff,moist) 1 2 16 5 SM Brown silty fine sand(medium dense,moist). 2 18 15 19 %F=35% ML Brown silty with fine sand(very stiff,moist) 3 18 20 10 V SM Brown silty fine sand with occasional gravel(medium 4 26 dense wet) 21 0 0 ML Gray sandy silt(very stiff,moist) /oF=42/0 5 18 31 15 SM Gray silty fine sand(dense,wet) 6 18 31 1 24 %F=35% / CH Gray clay with sand and gravel(hard,moist) Occasional slickensides,diced 20 / fabric $ 7 l8 32 / w / { v3 / C / L7 / fV / > 25 8 0 50/2" / Becomes wet / CL / 0 / 0 ML Brown sandy silt(hard,moist) y 1! z 30 9 18 53 0 m . SM Brown silty fine sand(very dense,moist) 0 35 ;. N Note:See Figure A-1 for explanation of symbols z 0 M W LOG OF BORING B-3 $ Project: 565 Pressure Zone Reservoir 9 G M E N G I N E E RS Project Location: Renton, Washington 4 Figure: A-4 Project Number. 0693-059-00 Sheet 1 of 2 SAMPLES ° m 0 MATERIAL DESCRIPTION � � OTHER TESTS m ° -- _ AND NOTES m m m m Z M > r�i m L C-� � a E c� o m mop aE m � � a� z m 0cn o 35 10 18 67 40 Il 18 54 S o . N N J W C7 'a c7 n m z z i� m s a 0 r C7 z 0 M W LOG OF BORING B-3 (continued) Project: 565 Pressure Zone Reservoir q G E4 E N G I N E E R /// Project Location: Renton, Washington 0 �� Figure:A-4 g Project Number: 0693-059-00 Sheet 2 of 2 Date(s) Logged Drilled 05/03/04 By TB2 Checked By MWS Drilling Holt Drilling Drilling Samplin Contractor 9 Method Hallow-stem Auger Methods SPT Auger 4.25-inch ID Hammer 140(lb)hammer/30 (in)drop Drilling Data automatic Equipment Limited Access Rig Total 41.5 Surface Approximately 4 Groundwater Depth(ft) Elevation(ft) PP Y 55 Level(ft.bgs) 20 Datum/ System SAMPLES °— a°i o o OTHER TESTS MATERIAL DESCRIPTION m at m Z o' m t ate° AND NOTES W vim- = m o m E a 2 mm �m 0 z X m C7-1 t.7 rn 0 0� DUF Forest duff/to soil ML Dark brown silt with fine sand and organic matter (stiff,moist) 1 1 9 5 ML Brownish gray with orange mottling silt with sand 2 18 58 (hard,moist) 3 .18 43 18 %F-60% 10 CH Gra cla stiff to v 4 18 24 i Y Y( ery stiff,moist) 5 18 11 19 Occasional srickensides,diced fabric 15 ML Gray silt with sand and occasional gravel(very stiff, AL 6 18 26 t moist) w. SM Brownish gray silty fine sand(dense,moist) w 7 18 41 0 0 N ML Brown silt(hard,moist) 2 25 8 18 73 . al a SM Brown silty fine sand(dense to very dense,wet) *. a 30 z 9 18 54 0 m 0 a 35 N Note:See Figure A-1 for explanation of symbols z z • it 0 m i LOG OF BORING B-4 Project: 565 Pressure Zone Reservoir G EO E N G I N E E RS �. Project location: Renton, Washington Figure:A-5 •„„ Project Number: 0693-059-00 Sheet 1 of Z SAMPLES o a a m g J _ MATERIAL DESCRIPTION OTHER TESTS AND NOTES > nL may m � Z m0 of m0 Zm 35 z a: m C7-1 C7 cn U o3: 10 18 40 ML Brown silt with sand and occasional gravel(very stiff, moist to wet) 40 ll 18 29 i 1 t - 1 e a a "a ° a N N 111 IL cQ7 ffi M m y 3 4� y w a W 9 a 0 r 0 z 0 m W LOG OF BORING B-4 (continued) 8 Project: 565 Pressure Zone Reservoir G EO ENGINEER Project Location: Renton, Washington Figure: A-5 g Project Number: 0693-059-00 sheet 2 of 2 r GE' oENGINEER��r APPENDIX B LABORATORY / / , r APPENDIX B LABORATORY TESTING GENERAL Soil samples obtained from the explorations were transported to our laboratory and evaluated to confirm or modify field classifications, as well as to evaluate engineering properties of the soil samples. Representative samples were selected for laboratory testing consisting of the determination of moisture content, percent fines (material passing the U.S. No. 200 sieve) and the Atterberg limits. The tests were performed in general accordance with test methods of the American Society for Testing and Materials (ASTM) or other applicable procedures. The results of the moisture content and percent fines tests are presented on the exploration logs at the respective sample depths in Appendix A. The results of the Atterberg Limits testing are presented in Figure B-1. MOISTURE CONTENT-TESTING Moisture content tests were completed in general accordance with ASTM D 2216 for representative samples obtained from the explorations. The results of these tests are presented on the exploration logs in Appendix A at the depths at.which the samples were obtained. PERCENT PASSING U.S. NO.200 SIEVE (%F) Selected samples were "washed" through the No. 200 mesh sieve to estimate the relative percentages of coarse and fine-grained particles in the soil. The percent passing value represents the percentage by weight of the samp�e finer than the U.S. No. 200 sieve. These tests were conducted to verify field descriptions and to estimate the fines content for analysis purposes. The tests were conducted in accordance with ASTM D 1140, and the results are shown on the exploration logs at the respective sample depths. ATTERBERG LIMITS F- Atterberg limits testing was performed on selected fine-grained soil samples. The tests were used to classify the soil as well as to evaluate index properties. The liquid limit and the plastic limit were tip estimated through a procedure performed in general accordance with ASTM D 4315. The results of the Atterberg limits testing are summarized in Figure B-1. Ffle No.069-059-00 Page B-1 GEOENGINEERS/ October 15,2004 0 0 T 'Z p _ o a � _ U N w C U w 3 a � o R J m � O p O � 2 - 2 � O O. U 2�j6 0 cD f— Cl) O J a? U p f//) O Q Q N c ' J C !r J CL 2:.• J a LLI O Cr L (n 0 Lu N Z U 20 N a� o 0 a a vi r o z �¢ n �M Lu re O m m m Z X `m O W Q O O o O O O O �O to 'gr co N o X3aN1 A Li0I1SV-ld m ♦® L } C 5 v Q 3 $ ATTERBERG LIMITS TEST RESULTS a GMENGINEERS r c FIGURE B-1 Earth Science+Technology GEoENGINEERS- APPENDIX SITE SPECIFIC SEISMIC RESPONSE SPECTRA i i APPENDIX C SITE SPECIFIC SEISMIC RESPONSE SPECTRA SITE SPECIFIC GROUND RESPONSE ANALYSES General Site specific ground response analyses were completed to develop acceleration response spectra at the project site for the following risk levels: 1. Aground motion with a 10 percent probability of exceedance in 50 years(475-year event). 2. A ground motion with a 2 percent probability of exceedance in 50 years(2,475-year event). A summary of the methodology used to develop the site specific seismic response spectra is presented in the following sections of this report. Earthquake Source Zones General. Seismicity in the Puget Sound area is primarily driven by the Cascadia Subduction Zone (CSZ), which is the zone where the westward advancing North American Plate is overriding the subducting Juan de Fuca Plate. The interaction of these two plates results in three potential seismic source zones for the Puget Sound area: (1) shallow crustal earthquakes within the overriding North American Plate associated with known and/or unknown faults; (2) CSZ interplate earthquakes, which occur along the boundary located between the Juan de Fuca and North American plates; and (3) CSZ intraplate earthquakes, which occur within the subducting Juan de Fuca Plate (deep subcrustal earthquakes). 1 Shallow Crustal Earthquakes. The shallow crustal source zone is characterized as being capable of . generating earthquakes up to about magnitude 7.5 between depths of about 5 to 30 km. Shallow crustal faults with known or suspected Quaternary displacements within the project area include the Seattle Fault, located within approximately 3 kilometers of the site. The Seattle Fault is believed to have generated an approximate magnitude 7.0 earthquake 1100 years ago. r CSZ Interplate Earthquakes. There is no instrumentally recorded seismicity of large interplate earthquakes for the CSZ. The CSZ interplate source zone generally extends along the coast from northern California to British Columbia and is characterized by researchers as being capable of generating earthquakes of magnitude 8 to magnitude 9. Recurrence intervals for CSZ interplate earthquakes are thought to be on the order of 500 years, which is substantially less frequent than shallow crustal or CSZ intraplate earthquakes. The most recent CSZ event is believed to have occurred in the year 1700, and paleogeologic evidence suggests five to seven interplate earthquakes may have been generated along the CSZ over the last 3,500 years. CSZ Inteaplate Earthquakes. CSZ intraplate earthquakes occur within the subducting Juan de Fuca Plate between depths of 40 and 60 kilometers within the Puget Sound area. The Olympia 1949 (M=7.1) the Seattle 1965 (M= 6.5), and the February 28, 2001 Nisqually (M= 6.8) earthquakes are considered to be intraplate earthquakes. The CSZ.intraplate source zone is characterized by researchers as being capable of generating earthquakes up to magnitude 7.5. The recurrence interval for large earthquakes originating from the CSZ intraplate source zone is believed to be shorter than for the shallow crustal and �r File No.0693-009-00 Page C-1 GEoENGINEFAS� October 13,2004 CSZ inte late source zones. However, the de focal depth of these earthquakes tends to dampen the rP deep eP q P shaking intensity somewhat. Peak Ground Acceleration The peak horizontal ground acceleration(PGA)is one of the primary parameters used to define the design shaking levels. The United States Geological Survey (USGS) has developed probabilistic seismic hazard maps for the region that present PGA's for risk levels corresponding to events with a 10, 5 and 2 percent chance of exceedance in 50 years (Frankel, et al., 1996, 2002). The USGS PGA values are for very stiff , soil/bedrock sites and do not include the effects of soil amplification/dampening. According to USGS, the probabilistic PGA's for the two design levels of shaking identified for the 565 Pressure Reservoir project site are as shown in Table 1. Table 1. USGS Peak Ground Accelerations (bedrock) Peas bhzonta otui c eratto g �` `balii�t in 50 eaFS ° ob b>7it. is 5 eax _ t. = - 0.32 0.63 The USGS seismic hazard maps also include a deaggregation module, which presents the relative contribution from the three regional source zones to the probabilistic ground motions. For the 565 Pressure Reservoir site, all three source zones contribute to the probabilistic ground motion with the shallow crustal zone contributing more than the interplate or interplate for each risk leve). Time histories representative of each of these source zones were used for assessing the site specific seismic response. Earthquake Acceleration Time Histories Earthquake acceleration time histories used to evaluate the site response were selected based on the fault mechanism of the earthquake source zone, the soil/rock profile type at the site where the earthquake time history was recorded, the distance from the epicenter to the recording site, the PGA of the record, the predominate period, and the earthquake magnitude. Ideally, the parameters of the time histories used for analyses correspond closely to the site conditions. Table 2 presents the earthquake acceleration time histories used in our analyses. These recordings were selected based on their compatibility with the screening criteria described above. Table 2. Earthquake Acceleration Time Histories e8rC HoriZOQtat T. _ G Eartli4uaTF71'ea>r : Recording Station agnitudecrelerafion(g) ) autt) eCl3anisti>L 4 h � - :a_ 3 Michoacan Mexico 1985 La Union Mexico 8.1 0.17 Subduction Zone,Interplate Chile-Valparaiso 1985 Melipilla,Chile 7.8 0.69 Subduction Zone,Interplate Pacific Coast of Mexico 1989 Las Vigas Mexico 7.1 0.35 Subduction Zone,Inteaplate Nisqually 2001 Maple Valley 6.8 0.10 Subduction Zone,Inteaplate Loma Prieta 1989 Gilroy#1,Gavilan College 7.0 0.44 Crustal Northridge 1994 Pacoima Kagel Canyon 6.7 0.43 Crustal San Fernando 1971 Pasadena Jet Propulsion Lab 6.6 0.21 Crustal Whittier 1987 Mt.Wilson Caltech Seismic 6.1 0.17 Crustal Station File No.069-059-00 Page C-2 GEoENGINEERS� October 15,2004 Methodology/Analyses The ground response analyses were performed with the computer program ProShake Version 1.10 (EduPro Civil Systems, Inc., 1999) using the selected earthquake acceleration time histories scaled to the design bedrock PGA values. The engineering behavior of the site soils during a seismic event was modeled using the shear wave velocity and the unit weight of the soil along with damping and shear modulus reduction relationships typical for the soil types underlying the site. The deepest exploration completed at the site extends to an approximate depth of 70 feet and was terminated in glacially consolidated silty sand soils. The contact .between the overlying glacially consolidated soils and bedrock was modeled at 150 feet based on depth to bedrock estimates presented by Yount et. al, 1985. The shear wave velocities of the soil located within the exploration depth were estimated based on correlation with the blow counts obtained during drilling at the site. Table 3 summarizes the initial, small strain, dynamic, soil properties used in the ProShake model. Table 3. Dynamic Soil Properties Unit eight.- IrntialSmalLtraln Depth(feet r •:: So11 F e YPp t) Shear it faveel0clty;f feet per second) 0 to 20 Silt 115 900 20 to 40 Silty Sand 125 1200 40 to 150 Silty Sand 125 1350 Response Spectra Response spectra for 5 percent structural damping for each of the two risk levels were developed for the site by propagating the earthquake acceleration time histories presented in Table 2 through the soil profile defined in Table 3 using ProShake. Orthogonal pairs for each of the eight records were used to assess site response for the two risk levels resulting in 16 evaluations for each risk level. The input time histories (from recording stations on bedrock) were scaled to the bedrock PGA corresponding to the design risk level being evaluated (see Table 1). The dominant component of each of the acceleration time histories was scaled to the design PGA, and their orthogonal component was scaled based on the ratio of the design PGA to the recorded PGA for the dominant component (e.g. if the dominate component had to be scaled by a factor of 1.2 to match the design bedrock PGA, the orthogonal pair was also scaled by a factor of 1.2). The response spectra from the eight design earthquake acceleration time histories are presented in Figures C-1 and C-2 for the 10 percent in 50-year and the 2 percent in 50-year risk levels, respectively. Figures C-1 and C-2 also present the resulting average response spectra (both orthogonal components were used to calculate the average) determined from the ProShake analyses along with the IBC 2003 design response spectra for Soil Site Class C. The average response spectra generally is less than the IBC Soil Site Class C design spectra. We recommend that the IBC Soil Site Class C design spectra be used for design. File No.069-059-00 Page C-3 „, October 15.2004 GEOENGINEERS Acceleration Response Spectra , (10% in 50 years) 2 t 1.8 I 1.6 S1.2 - 1 U ! 0.8 I r� !i :I- ' cc at 41'1 �•*�4 4t ---- ; � r + c 0 0 1 2 3 4 5 E 2 Period(seconds) C Mexico 1985 fN-S)[S] Mexico 1985 iE W)[S] Chile 1985(N-S)[S] C °a - — — Chile tgg5 tE-W)[S) - Nisquaily(N-S)(Ij --- N+squaily+;E-W)[1] Mexico Las Vigas 1N-S))1] -- - Mexico Las Vigas (E-W)(I] Lorna Pneta(N-S)(C] - — Loma Prieta(E•W)[Cl Northridge(N-S)[C) Northridge(E•W)(Cj San Fernando IN-S1(Cj San Fernando(E-Wl[CI Whittier Narrow(N-S)[C) Whittier Narrow(E W)[C] —113C Sc Average n o [C]=Crustal Earthquakes [I]= Intraplate Earthquakes [S]=Subduction Earthquakes O Y o � �i 5% Damped Acceleration Response Spectra GMENGINEERS� Earth Science+Technolopr Figure C-1 �r 1 Acceleration Response Spectra (2% in 50 years) 3 -- -- ------ -- - -. .. - --- -- --- i 2.5 2 i ] U 1.5 I� Iy riti ' -' o - E 0 1 2 3 4 5 g Period(seconds) rn Mexico 1985 IN-S)[5) Mexico 1985 rE-VVi(SJ Chile 1985(N-S)[S] _----Chile 1585(E.-W)IS] Nisqually IN-S)(1] —°_T- Nisqually iE-Wl II] Mexico Las Vlgas(N-S)II] Mexico Las Vigas tE-W)[IJ ---Loma Priem(N-S)JCJ in Loma Prieta(E-W)[C] Northridge(N-S)]CJ Northridge(E-W)(C] $ San Fernando(N-Si[CJ San Fernando(E-W((CJ Whittier Narrow(N-S)[C] ^ - Whiitiei Narrow IE•W)(CJ Average 16C SC: MCE Spectrum 0 [C]=Crustal Earthquakes [I]=Intraplate Earthquakes [S]=Subduction Earthquakes r> _ 0 GEO ENGINEERS 5% Damped Acceleration Response Spectra EmO sci encs t Tscbo 1p Figure C- 2 GEOENGINEERS APPENDIX D REPORT LIMITATIONS AND GUIDELINES FOR USE I APPENDIX D REPORT LIMITATIONS AND GUIDELINES FOR USE' This appendix provides information to help you manage your risks with respect to the use of this report. GEOTECHNICAL SERVICES ARE PERFORMED FOR SPECIFIC PURPOSES, PERSONS AND PROJECTS This report has been prepared for the exclusive use of the City of Renton, RW Beck and their authorized agents. This report may be made available to prospective contractors for their bidding or estimating purposes, but our report, conclusions and interpretations should not be construed as a warranty of the subsurface conditions. The information contained herein is not applicable to other sites. GeoEngineers structures our services to meet the specific needs of our clients. For example, a geotechnical or geologic study conducted for a civil engineer or architect may not fulfill the needs of a construction contractor or even another civil engineer or architect that are involved in the same project. Because each geotechnical or geologic study is unique, each geotechnical engineering or geologic report is unique,prepared solely for the specific client and project site. Our report is prepared for the exclusive use of our Client and their authorized agents. Within the limitations of scope, schedule and budget, our �.. services have been executed in accordance with our Agreement with the Client and generally accepted geotechnical practices in this area at the time this report was prepared. This report should not be applied for any purpose or project except the one originally contemplated. A GEOTECHNICAL ENGINEERING OR GEOLOGIC REPORT IS BASED ON A UNIQUE SET OF PROJECT-SPECIFIC FACTORS This report has been prepared for the 565 Pressure Zone Reservoir in Renton, Washington. GeoEngineers considered a number of unique, project-specific factors when establishing the scope of services for this project and report. Unless GeoEngineers specifically indicates otherwise, do not rely on this report if it was: ' • not prepared for you, • not prepared for your project, • not prepared for the specific site explored, or • completed before important project changes were made. For example, changes that can affect the applicability of this report include those that affect: • the function of the proposed structure; • elevation, configuration, location, orientation or weight of the proposed structure; • composition of the design team; or • project ownership. Developed based on material provided by ASFE,Professional Firms Practicing in the Geosciences;www.asfe.org. File No.0693-059-00 Page D-1 CEOENGiNEERS� October 15,2004 SUBSURFACE CONDITIONS CAN CHANGE This geotechnical or geologic report is based on conditions that existed at the time the study was performed. The findings and conclusions of this report may be affected by the passage of time, by manmade events such as construction on or adjacent to the site, or by natural events such as floods, earthquakes,slope instability or groundwater fluctuations. MOST GEOTECHNICAL AND GEOLOGIC FINDINGS ARE PROFESSIONAL OPINIONS Our interpretations of subsurface conditions are based on field observations from widely spaced sampling locations at the site. Site exploration identifies subsurface conditions only at those points where subsurface tests are conducted or samples are taken. GeoEngineers reviewed field and laboratory data and then applied our professional judgment to render an opinion about subsurface conditions throughout the site. Actual subsurface conditions may differ, sometimes significantly, from those indicated in this report. Our report, conclusions and interpretations should not be construed as a warranty of the subsurface conditions: GEOTECHNICAL ENGINEERING REPORT RECOMMENDATIONS ARE NOT FINAL Do not over-rely on the preliminary construction recommendations included in this report. These recommendations are not final,because they were developed principally from GeoEngineers' professional judgment and opinion. Geotechnical recommendations can be finalized only by observing actual subsurface conditions revealed during construction. GeoEngineers cannot assume responsibility or liability for this report's recommendations if we do not perform construction observation.► Sufficient monitoring, testing and consultation by GeoEngmeers should be provided during construction to confirm that the conditions encountered are consistent with those indicated by the explorations, to provide recommendations for design changes should the conditions revealed during the work differ from those anticipated, and to evaluate whether or not earthwork activities are completed in accordance with our recommendations. Retaining GeoEngineers for construction observation for this project is the most effective method of managing the risks associated with unanticipated conditions. A GEOTECHNICAL ENGINEERING OR GEOLOGIC REPORT COULD BE SUBJECT TO MISINTERPRETATION Misinterpretation of this report by other design team members can result in costly problems. You could lower that risk by having GeoEngineers confer with appropriate members of the design team after submitting the report. Also retain GeoEngineers to review pertinent elements of the design team's plans and specifications. Contractors can also misinterpret a geotechnical engineering or geologic report. Reduce that risk by having GeoEngineers participate in pre-bid and preconstruction conferences, and by providing construction observation. DO NOT REDRAW THE EXPLORATION LOGS Geotechnical engineers and geologists prepare final boring and testing logs based upon their interpretation of field logs and laboratory data. To prevent errors or omissions, the logs included in a geotechnical engineering or geologic report should never be redrawn for inclusion in architectural or other design drawings. Only photographic or electronic reproduction is acceptable, but recognize that separating logs from the report can elevate risk. File No.069-059-00 Page D-2 GEOENGINEER October 15,2004 r kw GIVE CONTRACTORS A COMPLETE REPORT AND GUIDANCE Some owners and design professionals believe they can make contractors liable for unanticipated subsurface conditions by limiting what they provide for bid preparation. To help prevent costly problems, give contractors the complete geotechnical engineering or geologic report, but preface it with a clearly written letter of transmittal. In that letter, advise contractors that the report's accuracy is limited; encourage them to confer with GeoEngineers and/or to conduct additional study to obtain the specific types of information they need or prefer. A pre-bid conference can also be valuable. Be sure contractors have sufficient time to perform additional study. Only then might an owner be in a position to give contractors the best information available, while requiring them to at least share the financial �` responsibilities stemming from unanticipated conditions. Further, a contingency for unanticipated conditions should be included in your project budget and schedule. CONTRACTORS ARE RESPONSIBLE FOR SITE SAFETY ON THEIR OWN CONSTRUCTION PROJECTS Our geotechnical recommendations are not intended to direct the contractor's P rocedures method schedule or management of the work site. The contractor is solely responsible for job site safety and for managing construction operations to minimize risks to on-site personnel and to adjacent properties. READ THESE PROVISIONS CLOSELY Some clients, design professionals and contractors may not recognize that the geoscience practices (geotechnical engineering or geology) are far less exact than other engineering and natural science disciplines. This lack of understanding can create unrealistic expectations that could lead to disappointments, claims and disputes. GeoEngineers includes these explanatory "limitations"provisions in our reports to hel$ reduce such risks. Please confer with GeoEngineers if you are unclear how these "Report Limitations and Guidelines for Use"apply to your project or site. GEOTECHNICAL, GEOLOGIC AND ENVIRONMENTAL REPORTS SHOULD NOT BE INTERCHANGED The equipment, techniques and personnel used to perform an environmental study differ significantly from those used to perform a geotechnical or geologic study and vice versa. For that reason, a geotechnical engineering or geologic report does not usually relate any environmental findings, conclusions or recommendations; e.g., about the likelihood of encountering underground storage tanks or regulated contaminants. Similarly, environmental reports are not used to address geotechnical or geologic concerns regarding a specific project. BIOLOGICAL POLLUTANTS GeoEngineers' Scope of Work specifically excludes the investigation, detection, prevention, or assessment of the presence of Biological Pollutants in or around any structure. Accordingly, this report includes no interpretations, recommendations, findings, or conclusions for the purpose of detecting, preventing, assessing, or abating Biological Pollutants. The term `Biological Pollutants" includes, but is not limited to,molds, fungi, spores,bacteria, and viruses, and/or any of their byproducts. File No.069-059-00 Page D-3 October 15,2004 GEOENGINEERi o N O O a; 0 0 � w uA � Q u; `' .0 ° 0 D -D 0 '0 U D Ul N c C D . N L a UI C N _D u0 d E .,..J .° N to n. (j) V) — A X ° > a,p O N L N o ac a v � vt o � p 0 N O N L O~ O L- 0 4 A a af J w 0 0 C v o w CL cr- w C7 3p � Orn ►IV0 ►- L% Z N _ v oD > a; n C Z In w Q voo .QO0ov 3 _ w V Q ° O O u, L O~ 3 ° O w m _ c ._ vo4nE ° °� w ° ` C ; Q 7 U Q,L O D 4u 0 C CLO o - r — ° — _ «�O p O .° a D u 0 '0 L ' (n (n � Q +, ` Vi C) A C L � N D D u C C F N c ° c u 011—o � E w °' " c "o D � v � 'aunu .«.• ou c :3 Lt m o MU 0. � 0 Z) cn i— F-- O "O:.-. O -o O 0 hi Cv u �/•) v w N W LLI 0 o a, z CK Z I � Z LLJ p W rA a 1 raj.. 1- f. }, j � .. •., t :r: ; 1 F-:. 3 -•��`� j 0.- ..� y `';:,,`•~V '"l ! .r•_. FI( _._ _ - rp•,� { y X , I r !I `i it X63. � A 1 f LdAl ../ t)I Y.!� � f�f 1. fit) l ,1 � .yP�•.1..�`hl i }', ;�+f.. ..�>y w 1 /:' �'i 3 . ` j ,..-..,' t , S( . �=�.� .,`�'(serf ��`...:�'�� .��� `yl .._��Y'�,y;f�t�E�Ft,4ta�t •,t -.�t` '., I � Im. r, LLJ LLA zo mM P \ 4 O 1. t l'J• x.41 \AJ ---_. --- N�o) m_ ' ) u w j IJO h0/O l/90 3l1S:09M OMa'V006SOC690\OVO\00\69OC690\:d\W038 "� �`�� p,.�, ..�r��, - err � err ,rr��IP ��� - ,.1111111mm , •?illlllllllw ,