Loading...
HomeMy WebLinkAboutContract Award Date: r-t"' -n IC. Cot cc a Co AS4-• C - CAG CJLit —C7 -7 Awarded To: CRY CO f�''}. L. {; `.�„r-. j,,,o Se c� -}-1 e- l,J A 9 g'l 1 e t ` 3, Ui �Ic?.• co City of Renton Bidding Requirements, Q Forms, Contract Forms, Conditions of the Contract,Plans and Specifications iV City of Renton SW 7TH STREET DRAINAGE IMPROVEMENT PROJECT PHASE II LIND AVE SW TO MORRIS AVE S PROJECT NO. SWP-27-2959 City of Renton 1055 S Grady Way Renton, WA 98055 Surface Water Contact: Allen Quynn (425)430-7247 ' `«' Printed on Recycled Paper CITY OF RENTON RENTON, WASHINGTON CONTRACT DOCUMENTS FOR THE CONSTRUCTION OF SW 7TH STREET DRAINAGE IMPROVEMENT PROJECT ,i„„ PHASE II—LIND AVE SW TO MORRIS AVE S PROJECT NO. SWP-27-2959 rw March 2004 BIDDING REQUIREMENTS CONTRACT FORMS "' CONDITIONS OF THE CONTRACT SPECIFICATIONS PLANS p�-® J. Sr, .. �► o was 1(�; 4•1 cO -9,53 •727 Q OA. FG/STE-1; �SS/ONAi E� \ 3/4A;,o1- EXPIRES 10/16/0 5— rrr CITY OF RENTON SURFACE WATER UTILITY 1055 S Grady Way • Renton, WA 98055 rr — =«1 Printed on Recycled Paper Frank Coluccio Construction Company SW 7th Street Drainage Improvement Project Phase II Lind Ave. to Morris Ave. S Section 1 Names, addresses,phone numbers and emergency numbers: RESPONSIBLE OFFICER Joe Coluccio 9600 Martin Luther King Jr Way S ems Seattle WA 98118 (206) 722-5306 PROJECT COORDINATOR Greg Hynes 9600 Martin Luther King Jr Way S Seattle WA 98118 — (206) 793-1007 (cell) .. JOB FOREMAN Jim Burke 9600 Martin Luther King Jr Way S — Seattle WA 98118 (206) 793-1191 (cell) BONDING AGENT Jim Binder Brown &Brown Insurance 2101 Fourth Ave, Suite 600 Seattle WA 98124-0347 (800) 333-3931 (206) 948-3819 (cell) w re Frank Coluccio Construction Company SW 7th Street Drainage Improvement Project Phase II um Lind Ave. to Morris Ave. S Section 3 Five photocopies of current State Contractors License (not Master License) .s sit atio vie DEPARTMENT OF LABOR AND INDUSTRIES t `' REGISTERED AS PFfOUIDED BY LAW AS mq Es � • � ' • FRANK COLUCCIO CONST CO �" , 9600 M L KING JR WAY S SEATTLE WA 98118 F6SA�,.. � W,ro, ----------- Detach And Display Certificate as %o Ticw sal CITY OF RENTON BUSINESS LICENSE 2003 Licensee has made application for a City of Renton business license in accordance with the 345 2/5/2003 9600 M L KING JR WY S provisions of Title V, Business Regulations Chapter 1, Code of General Ordinances of the City of Renton and agrees to comply with all the requirements of said ordinance. Licensee shall further comply with and all other City Code Ordinances, State Laws and Regulations applicable to the business activity licensed. Post FRANK COLUCCIO CONSTRUCTION CO this License at place of business. 9600 M L KING JR WY S SEATTLE WA 98118 City of Renton Licensing Division 1055 South Grady Way Renton,WA 98055 (425)430-6851 DP 3133 12/94 CITY OF RENTON mis SWP-27-2959 SW 7th Street Drainage Improvement Project Phase II— so Lind Ave SW to Morris Ave. S CONTRACT DOCUMENT TABLE OF CONTENTS 1 Summary of Fair Practices Policy I Summary of Americans with Disabilities Act Policy Scope of Work Vicinity Map I Instructions to Bidders ill Call for Bids *Combined Affidavit&Certificate Form: Non-Collusion ' Anti-Trust Claims iii Minimum Wage Form *Proposal *Bid Bond Form ' *Schedule of Prices ❖Bond to the City of Renton ❖Fair Practices Policy Affidavit of Compliance "" ❖Contract Agreement(Contracts other than Federal-Aid FHWA) ❖City of Renton Insurance Information Form ❖City of Renton Standard Endorsement Form Prevailing Minimum Hourly Wage Rates(New job classifications) Statement of Intent to Pay Prevailing Wages Affidavit of Prevailing Wages Paid Ili► Certificate of Payment of Prevailing Wages Environmental Regulations City of Renton Supplemental Specifications omi Special Provisions Geotechnical Report I City Survey Control Information Permits(Including sample SWPP Plan) vow Traffic Control Information Noise Variance Sequence of Construction we Standard Details and Plans Construction Plans(see separate set of 11x17 reduced plans) Documents marked as follows must be submitted at the time noted and must be executed by the Contractor, President and Vice President or Secretary if corporation by-laws permit. All pages must be signed. In the event another person has been duly authorized to execute contracts, a copy of the "" corporation minutes establishing this authority must be attached to the bid document. * Submit with Bid(Yellow Pages) ""' • Submit at Notice of Award(Green Pages) CITY OF RENTON Planning/Building/Public Works Department 1055 South Grady Way Renton, Washington,98055 NM CITY OF RENTON SUMMARY OF FAIR PRACTICES POLICY ADOPTED BY RESOLUTION NO. 3 2 2 9 It is the policy of the City of Renton to promote and provide equal treatment and service to all citizens �+► and to ensure equal employment opportunity to all persons without regard to race, color, national origin, ethnic background, gender, marital status, religion, age or disability, when the City of Renton can reasonably accommodate the disability, of employees and applicants for employment and fair, non- +• discriminatory treatment to all citizens. All departments of the City of Renton shall adhere to the following guidelines: (1) EMPLOYMENT PRACTICES - The City of Renton will ensure all employment related activities included recruitment, selection, promotion, demotion, training, retention and 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 es will cooperate fully with all organizations and commissions organized to promote fair practices and equal opportunity in employment. (3) AFFIRMATIVE ACTION PLAN - The City of Renton Affirmative Action Plan and Equal Employment Program will be maintained and administered to facilitate equitable representation with the City work force and to assure equal employment opportunity to all. It shall be the responsibility of elected officials, the Mayor, the Affirmative Action Officer, department administrators, managers, supervisors, Contract Compliance Officers and all employees to carry out the policies, guidelines and corrective measures set forth ,rw in the Affirmative Action Plan and Equal Employment Program. (4) CONTRACTORS' OBLIGATIONS - Contractors, sub-contractors, consultants and suppliers conducting business with the City of Renton shall affirm and subscribe to the as 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 �r. documentation of the City, including bid calls,and shall be prominently displayed in appropriate city facilities. MIN CONCURRED IN by the City Council of the City of RENTON,Washington,this 7thday of October, 1996. CITY OF RENTON: RENTON CITY COUNCIL: +rr [v(ayor Council President IMP Attest: +� SILi%/ •r I City Cler' V ar 03_SUMRY.DOC\ err as CITY OF RENTON ita NL WARY OF wrin DISABILITIES'ACT POLICY ADOPTED BYRESOLI1770N NO. 3007 The policy of the City of Renton is to promote and afford equal treatment and service to all citizens and to assure ow 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 art of Renton shall adhere to the following guidelines: (1) EMPLOYMENT PRACTICES - All activities relating to employment such as ilr recruitment,selection,promotion,termination and training shall be conducted in a non- discriminatory manner. Personnel decisions will be based on individual performance, staffing requirements,and in accordance with the Americans With Disabilities Act and No other applicable laws and regulations. (2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIO/IS - The City of at 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. as (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 is of the Americans With Disabilities Act and promote access to services, activities and programs for people with disabilities. ea 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, to this 4th day of _ October 1993. C RENTON RENTON CITY COUNCIL: No ‘ 10 . Aci"1,0- 7(4. Mayor ® cil President 6?1-2....) Attest: . City Clerk fI IF at tam CITY OF RENTON SW 7th Street Drainage Improvement Project Phase II — Lind Ave SW to Morris Ave S SWP-27-2959 SCOPE OF WORK The work involved under the terms of this contract shall be full and complete installation of the facilities as shown on the plans and as described in the construction specifications,to include but not be limited to: • Installation of approximately 2,450 linear feet of 60-inch diameter RCP storm sewer pipe, approximately 550 linear feet of 36-inch diameter CPEP storm sewer pipe, 'w"' approximately 120 linear feet of 24-inch concrete storm sewer pipe, 640 linear feet of 12-inch CPEP storm sewer pipe. +rr • Install 30 Type I catch basins, 8 access rises, 17 Type II catch basins,3 storm vaults, • Sanitary sewer relocation work, restoration of curb, gutter and sidewalk, asphalt repair, es connect to existing storm system and dispose of unsuitable material, • connect to existing stormwater system, Oa • asphalt patch, sidewalk,curb and gutter repair, • and cleanup and restoration The project is subject to the requirements of the King County Groundwater Discharge Permit and the NPDES and State Waste Discharge General Permit for Stormwater Discharge Associated with Construction Activities provided in the bid document. As part of the special conditions of these permit, the contractor will need to pump any groundwater encountered during construction into a settling tank prior to discharge into the sanitary sewer or storm drain system. The installation of approximately 2,100 linear feet of 60-inch RCP storm pipe and associated drainage structure requires nighttime construction and compliance with the noise variance requirements included in the bid document. The estimated project cost is$2,800,000 to $3,100,000. A total of 135 working days will be allowed for the completion of this project ow 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. too woow• err O Z O p O 1= 1 1.,_ _J nc +KV I- U sF. w0 0! flJF o Z OW I O ` ' "'".►• tea . . l �i•;:: . �,.1). r „,,,,i' ti� m�;� /IHI1111 iH11r /`Ir1 r1 �1ilMlr ©.. ■ln �. ■■1{t�Uiitim Gifff, •llirl.lrr 1111 1111111 .ir I►r'� X11 111f�11: ■fill ■iiinnlillli aililin111 1III 1 .nr11s •ilfili{i f11111t ....,,... liiuuunnii Inlunnil � • 1 1 4111 111111: C111fR :III. i il All ttirlinlui�i 11111111 111I 11��1����11���1111161.1.5lUllU 1111/11/1 :1f1!�� �! 'c11111111 Wilk. -1111111111' tliiii 11111 11 !Mini Ili .1�.r nnni� nunnl In ■11m` .�. 11�1f -+f����lllitflllllt■IIi /ltltllll 1i11.� lII11Ism 1111111 WS ■ni11111Y : :111111) iiim Ishii ----m"-� ipow. �IIAUIIUII mu IIIY=1111111 11111111/ �� "'1!!{111 IIIH1111�� „._4 y11,1 11111111111 •■iiiiUlfli mini tittll ■III►,&i/ *® 1m q}.?.,, 9017—I la I■iirnint Eiiilinnir m1111111111 III• ,A% [.�,�I 7 1 / unil■ .1111111111 1liniur iuti���� ■IIIr ■ttiNi■ '1!!1'11 1 1 a. it iuullllli !11!1111--':1111_'=����•` In111■ 1111111-�r11r ■I '1:1nn• j ! f1► 111iiuII nnin111 nrluii :• 41>r111.11 111111!{u” II al" ill •iiiiiiiii ' ��1111 1�' 111111i.n 111111111 Iiinllii' � IIlitlail■ MIN= iiiiiillt IIIIn1111 11111111 �__ „t� �i anon nail 11©Ilt N� r11mmin •I r�� k .Il/rt li II1H11ti 1ltlnilnll�� '� EliblYal ���'' 111 ��ii� :III/1 111!1111 1/11111111 �� � a � �1 � �.`err.. u1a:,■il: ,mill!!!! •1nllDi cillI IliiliiilNl Gill.i� giiiii i+ 111)11 Ml ��I Ir.1 11111W A, ` ; !iinnii !. •!/ 1llillilill itrilllll E _• � l� �C ■�_ niiniil /i I ggn1i�illil Iaiiiii ■ _,.., ] "1• '�' J■ �Iilllr L'illlh nrtlllliii r ib�` ■1tH■ 7441011 11 Iol ■11.Ir a� lflil ur. it 111111,!■ r: �nnuu 1111111!► uituumi �- ,.111,. �i1N■1111!;� 11rr •1. r_1 n1/n Muni iiniilnl ."'�' I n.rl�ltlttlltllll i stw 11.1• /[/ • 111fl1� ilili• lillnQtl : :�II �! IrrlE�iltpr� Ir i i en / =l ' 1k1 � 1rr� tt =N- o ■- pm ammo �� \\" •, ./11111/�(� 1i �1 y� .r r jill Ira � Iii-.- /�� 1111 f� 411111.11! ' 1 i ��r� ■ r .,,, :or �.� ; i[ !nu:iv: v� .. a ' 1.1.mum 1~41 �� ti- r-or-.11.1.2 Nu ime fly •s ilk 10.aunluul un� �� ���1 '�>.a.�# ,'�� �>r> �lltl i.r>..nr�a• .... . ar 111 IIIIIIII bi____IIIIIIIIIII:0,!, 4,‘,„ •:.,„: JI ;00 A F211$; z,..-: /�!:::� ■ ■►er r■ Ikuilltzilviu.14 1E■■tall! = /:±rte _.1=11 ? ��. ■i ill � ..r.lr■ Ifff"� 11/r N •ir tj "'�Ij�l ,�.�r .■:'■�1 �r�� ��.rr ��;1lhh alr�i 2 1_.....1111.1._......111111 \ a ■/ ��r1 �_a, . ! ,gyp IIr �7 i. 1• .i '+�t�+ltd+ + 1 .... MI• Ili.. Bill ti �� 44 � ? __ ~�� �■r_ ri i.1.�i.= ,#k• 'r.r.. .tea ► mom Mile soar lllr' awl' MINN ; •1111 MAW=fir o. ilk MAIN AIN # -.01111111111111111111111VOL "". a ante !mss am i rrr1.arm 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. ami At this time the bids will be publicly opened and read, after which the bids will be considered and the award made as early as practicable. No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall be submitted on the forms attached hereto. 2. A pre-bid meeting will be held at the date,time and place specified in the Call for Bids. 3. 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 "w`' the contract documents,whether made before or after letting the contract. 4. 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. wr 5. 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. 6. The bid price for any item must include the performance of all work necessary for completion of that item as described in the specifications. 7. 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. 8. The right is reserved to reject any and/or all bids and to waive informalities if it is deemed 'u"' advantageous to the City to do so. 9. A certified check or satisfactory bid bond made payable without reservation to the Director of Finance of the City of Renton in an amount not less than 5% of the total amount of the bid shall accompany each bid proposal. Checks will be returned to unsuccessful bidders immediately following the decision as to award of contract. The check of the successful bidder will be returned provided he enters into a contract and furnishes a satisfactory performance bond covering the full amount of the work within ten days after receipt of notice of intention to award contract. Should he fail, or refuse to do so,the check shall be forfeited to the City of Renton as liquidated damage for such failure. urn 10. 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. 11. The bidder shall, upon request, furnish information to the City as to his financial and practical ability to satisfactorily perform the work. Iwo 12. Payment for this work will be made in Cash Warrants. 13. 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. 14. The contractor, prior to the start of construction, shall provide the City of Renton a detailed bar chart type construction schedule for the project. 15. 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. 16. Payment retainage shall be done in accordance with Section 1-09.9(2) "Retainage and Section" 1-09.9(3) "Contracting Agency's Right to Withhold and Disburse Certain Amounts" located in City of Renton Supplemental Specifications. 17. Basis For Approval r. 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 Er 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. 18. Trench Excavation Safety Systems wr 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. 19. Payment of Prevailing Wages In accordance with Revised Code of Washington Chapters 39.12 and 49.28 as amended or supplemented herein, there shall be paid to all laborers, workmen or mechanics employed on this contract the prevailing rate of wage for an hour's work in the same trade or occupation in the area of work regardless of any contractual relationship which may exist, or be alleged to exist, between the sop CONTRACTOR and any laborers,workmen,mechanics or subconsultants. The most recent issue of the prevailing wage rates are included within these specifications under section titled "Prevailing Minimum Hourly Wage Rates". The Contractor is Responsible for obtaining updated issues of the prevailing wage rate forms as they become available during the duration of the contract. The applicable prevailing wages for work on this project shall be those that are in effect on r`r the date when bids by prime contractors are due for submission to the City. If contracts are not awarded within six months of the date bids are due, the applicable prevailing rates shall be those in effect on the date the contract was awarded. The wage rates shall be included as part of any 4110 subcontracts the Contractor may enter into for work on this project. 20. Employment of Resident Employees +rr The CONTRACTOR and subcontractors shall employ Washington State residents in accordance with the requirements of RCW 39.16. air 21. 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 dill 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 +w. Air Pollution Control Agency Regulation III regarding removal and encapsulation of asbestos materials. w 22. Standard Specifications All work under this contract shall be performed in accordance with the following standard specifications except as may be exempted or modified by the City of Renton Supplemental Specifications, Special Provisions other sections of these contract documents. These standard specifications are hereby made a part of this contract and shall control and guide all activities within this project whether referred to directly,paragraph by paragraph,or not. 1. WSDOT/APWA "1996 Standard Specifications for Road,Bridge and Municipal Construction" and"Division 1 APWA Supplement" hereinafter referred to by the abbreviated title "Standard Specifications." A. Any reference to "State," "State of Washington," "Department of Transportation," "WSDOT," or any combination thereof in the WSDOT/APWA standards shall be modified *r' to read "City of Renton,"unless specifically referring to a standard specification or test method. B. All references to measurement and payment in the WSDOT/APWA standards shall be .r detected and the measurement and payment provisions of Section 1-09.14,Measurement and Payment(added herein) shall govern. 23. 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. IMP 24. Bidder's Checklist ❑ It is the responsibility of each bidder to ascertain if all the documents listed on the attached index are included in their copy of the bid specifications. If documents are missing, it is the sole responsibility of the bidder to contact the City of Renton to obtain the missing documents prior to bid opening time. ✓r ❑ 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? wr ❑ 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? ■t' ❑ 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? twit CITY OF RENTON SW 7TH STREET DRAINAGE IMPROVEMENT PROJECT PHASE II—LIND AVE SW TO MORRIS AVE S SWP-27-2959 CALL FOR BIDS Sealed bids will be received until 2:30 p.m., Tuesday, March 30, 2004, at the City Clerk's office, 7th floor, and will be opened and publicly read in the 5th floor conference room, #511, Renton City Hall, 1055 S. Grady Way, Renton, WA 98055. The work to be performed within 135 working days from the date of commencement under this contract shall include, but not be limited to: Install approximately 2,450 linear feet of 60-inch diameter RCP storm sewer pipe, approximately 550 linear feet of 36-inch CPEP storm sewer pipe, approximately 120 linear feet of 24-inch concrete storm sewer pipe, 30 Type I catch basins, 8 access risers, 17 Type II catch basins, 3 storm vaults, sanitary sewer relocation work, restoration of curb, gutter and sidewalk, asphalt repair, connect to existing stormwater system and dispose of unsuitable material. The Contractor will need to comply with the requirements of the King County groundwater discharge permit and the NPDES and State Waste Discharge General Permit V"" for Stormwater Discharge Associated with Construction Activities provided in the bid document if groundwater disposal is required during construction. The installation of approximately 2,100 linear feet of 60-inch RCP storm pipe and associated drainage structure requires nighttime construction and compliance with the noise variance requirements included in the bid document. No bids will be accepted after the time and date shown above. The estimated project cost is $2,800,000 to $3,100,000. The City reserves the right to reject any and/or all bids and to waive any and/or all informalities. A certified check or bid bond in the amount of five percent (5%) of the total amount of w. each bid must accompany each bid. A 100% performance bond will be required of the successful bidders. A pre-bid meeting will be held in room 511, Renton City Hall, 1055 S. Grady Way at 9:00 a.m. on Tuesday, March 23, 2004. Approved plans, specifications, and contract forms may be obtained from the City of Renton Planning/Building/Public Works Department at the sixth floor Customer Service Counter in Renton City Hall, 1055 S. Grady Way, for a non-refundable fee of $32.64 ($30.00 plus $2.64 sales tax) each set. If ordered by mail, add $5.00 to cover postage, also Vhe non-refundable. Questions regarding the call for bids or plan holders lists should be directed to the Public Works Customer Service Counter at City Hall, or (425) 430-7200. If a bidder has questions regarding the project, please contact the Project Manager, Allen Quynn, at (425) 430-7247. Bonnie I. Walton, City Clerk Published: Daily Journal of Commerce March 9, 16, & 23, 2004 .`. CITY OF RENTON Combined Affidavit and Certification form: Non-Collusion,Anti-Trust,and Minimum Wage (Non-Federal Aid) NON-COLLUSION AFFIDAVIT Being duly sworn, deposes and says,that he is the identical person who submitted the foregoing proposal or bid, and that such bid is genuine and not sham or collusive or made in the interest or on behalf of any person not therein named, and further, that the deponent has not directly induced or solicited any other Bidder on the foregoing work or equipment to put in a sham bid, or any other person or corporation to refrain from bidding, and that deponent has not in any manner sought by collusion to secure to himself or to any other person any advantage over other Bidder or Bidders. AND CERTIFICATION RE: ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER Vendor and purchaser recognize that in actual economic practice overcharges resulting from anti-trust r. violations are in fact usually borne by the purchaser. Therefor, vendor hereby assigns to purchaser any and all claims for such over-charges as to goods and materials purchased in connection with this order or contract, except as to overcharges resulting from anti-trust violations commencing after the date of the ., bid, quotation, or other event establishing the price under this order or contract. In addition, vendor warrants and represents that such of his suppliers and subcontractors shall assign any and all such claims to purchaser, subject to the aforementioned exception. wwr 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 ow statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. ar FOR: NON COLLUSION AFFIDAVIT, ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER AND MINIMUM WAGE AFFIDAVIT SW 7th Street Drainage Improvement Project Phase II–Lind Ave SW to Morris Ave S .. Name of Project Frank Coluccio Construction Co. Name of Bidder's Firm / / Joseph J. Coluccio - Vice President -4 Signature of Authorized Representative of Bidder rig Subscribed and sworn to before me on this /4 9'' day of tif ir-Of , Notary Public in -id for the Sta of?ason , oTAR V Notary(Print) %%,ct y' •Ar y0 -0- I My appointment expires: ////O,/2, * 'DUB .'.I CITY OF RENTON • SWP-27-2959 SW 7 th Street Drainage Improvement Project Phase II—Lind Ave SW to Morris Ave S PROPOSAL TO THE CITY OF RENTON RENTON,WASHINGTON r j Ladies and/or Gentlemen: The undersigned hereby certify that the bidder has examined the site of the proposed work and have read and thoroughly understand the plans, specifications and contract governing the work embraced in this improvement, and the method by which payment will be made for said work, and hereby propose to undertake and complete the work embraced in this improvement, or as much thereof as can be completed with the money available, in accordance with the said plans, specifications and contract and the following schedule of rates and prices: (Note: Unit prices for all items, all extensions,and total amount of bid should be shown. Show unit prices both in writing and in f Signature ' os• o uccio Address: 9600 MLK Jr Way S., Seattle WA 98118 Names of Members of Partnership: Wr p F imp OR Name of President of Corporation Frank Coluccio Name of Secretary of Corporation Joseph J. Coluccio Corporation Organized under the laws of Washington With Main Office in State of Washington at 9600 MLK Jr Way S., Seattle, WA 98118 err " F . BID BOND FORM Herewith find deposit in the form of a certified check, cashier's check, cash, o bid bo n the amount of$ _ which amount is not less than five percent of the total bid. Sign here Know All Men by These Presents: T t we, Art-1/< 1-U CZ i. `vy S"N2u c 770/t) 6/C'f�' '7! , as Principal, and_ Go //i,.Sc4/2rga,,cc. /0r • o% / 1 /« as Surety, are held and firmly bound unto the City of Renton, as Obligee, in the penal sum of 4( rive: Pfrzcr..; (c✓2.) o' i �/ucA- / ") 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 SW 7th Street Drainage Improvement Project Phase II—Lind Ave SW to Morris Ave S according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure to do so, pay and +.� forfeit to the Obligee the penal amount of the deposit specified in the call for bids, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the amount of this bond. SIGNED, SEALED AND DATED THIS O — DAY OF /14'?7 2 C f( , 2( . ea`cccciz, 6,Us_ccc72w �. Principal . Coluccio/Vice Pres. <' 2 e Cekt4 /171-V r �izttrr�. urety F1/Le FS /3- 7Ta/2n)6y- e Received return of deposit in the sum of$ ■' j 5 A F E C O® POWER GENERAL INSURANCE COMPANY OF AMERICA GENERAL INSURANCE COMPANY OF AMERICA OF ATTORNEY HOME OFFICE: SAFECO PLAZA SEATTLE,WASHINGTON 98185 No. 9562 KNOW ALL BY THESE PRESENTS: That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA,each a Washington corporation,does each hereby appoint *********W.J.MCCOY;PAULA M.MCCOY;JAMES B.BINDER;ANNE E.STRIEBY;GARY R.STONE;PATRICK DWAYNE DAVID;RANDALL K.BONAVENTURE; WENDY ARCEMENT;JENNIFER J.OGLE;Seattle,Washington**************************************************************************************************** its true and lawful attorney(s)-in-fact,with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of its business,and to bind the respective company thereby. IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents this 16th day of July , 2002 CHRISTINE MEAD,SECRETARY MIKE MCGAVICK,PRESIDENT CERTIFICATE Extract from the By-Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: "Article V, Section 13. - FIDELITY AND SURETY BONDS ...the President, any Vice President,the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations,shall each have authority to appoint individuals as attomeys-in-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business...On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company,the seal,or a facsimile thereof,may be impressed or affixed or in any other manner reproduced;provided,however,that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28,1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V,Section 13 of the By-Laws,and (ii) A copy of the power-of-attorney appointment,executed pursuant thereto,and (iii) Certifying that said power-of-attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile,and the seal of the Company may be a facsimile thereof." I,Christine Mead,Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA,do hereby certify that the foregoing extracts of the By-Laws and of a Resolution of the Board of Directors of these corporations,and of a Power of Attomey issued pursuant thereto,are true and correct,and that both the By-Laws,the Resolution and the Power of Attomey are still in full force and effect. IN WITNESS WHEREOF,I have hereunto set my hand and affixed the facsimile seal of said corporation this 30Yi day of ///cam ' l .r'y+ s�. e P Cx Nod 4,� ( sA ') ) y S SEAL 04, le21 �s of1,1 •\ CHRISTINE MEAD,SECRETARY S-0974/SAEF 2/01 B A registered trademark of SAFECO Corporation 07/16/2002 PDF 10 th CITY OF RENTON - SW 7 STREET DRAINAGE IMPROVEMENT PROJECT PHASE II - I LIND AVE SW TO MORRIS AVE S " I SCHEDULE OF PRICES Note:Unit prices for all items,all extensions and total amount of bid must be shown. Show unit prices in both words and figures. Where conflict occurs the written or typed words shall prevail. See Special Provisions for Bid Item descriptions. ITEM APPROX. ITEM NAME WITH UNIT PRICE UNIT AMOUNT ✓ NO. QUANTITY (Unit Prices to be written in words) PRICE (figure) ei (figure) 1. 1 Mobilization, Cleanup& Demobilization Lump Sum $Two u► I recd Stxt �N►inp * n(L k PV me, $ Io9,�1"1D,C0 $,;;V:fl Do In ux�.rc11 Ve a 001 Oo IOt 2. 1 Construction Surveying, Staking and As-built Drawings liLump Sum $Th i ...c`-1161 ►mil And Qo/ivo $ .3500 DD $ 35,ow.yd 611 3. 1 Traffic Control Lump Sum $ Li&I�•t,,► ,,e. N5coci. -two hurtclrec dun $ gb, ZL �,OP $ S.iirao0,c2 °,,,,,' 4. 1 Temporary Water Pollution/Erosion Control Lump Sum $ TiveJve 41 weirc1 emci r5o $ Ia,coa1A $ IQ,ow,c^. 1"! 5. 1 Dewatering ��n �o Lump Sum $ Qne WUrld,ed 111ty 1htw i cA Gird % $ 13D/7,DO $ 13Cocv.PO 6. 1 Teporary By ass Pumping rte,/ Lump Sum $"-c-‘0 1►rt.,1� \'-' _I�1 c,Ase''�0Y.%t etvk X"'700 $ .X.,010,OD $ 15,00D.oD ✓ 7. 1 Trench Shoring and Excavation Safety Systems Lump Sum $ .''FG1t.�z1-v1 `t`q-W1.Sir .1 Avv.A GuAcc $ Lia OW,& $ .D ✓ 8. 1 Locate and Protect Existing Utilities Lump Sum $ rev\ `t1nou5Ir tcl Civ1G1 Wisot) $ to AID,O-D $ 10,DOD.OD 9. 1 Removal of Structure and Obstructio Lump Sum $ i re.r'\'1'"4\0t,-tsctt��c:q aim O�/0-7 . $ 1.),r6.W $ (3,1)00.0E) D — 10. 1 Remove/Relocate Existing Signing V\v // Lump Sum $ ` 414.L A5ctvtt l 01 Yid C91tI $ $ -boa CD 11. 70 CPEP Drain Pipe 8-inch Dia. (in I. Bedding) 4111 70 Foot $ -t �{ CY\l�1C otOO/0-0 $ JCico $ 5, -w.x ✓ 12. 180 Ductile Iron Drain Pipe 12-inch Dia. (incl. Bedding) Linear Foot $ , v'rt 1", " (D' ' tint C fie. . $ 7.Q.OD $ Iai 1(r O,OD ✓ 13. 620 CPEP Drain Pipe 12-inch Dia. (incl. Bedding) .. Linear Foot $ :.)X 4-c --tv'e AV\C4 OOXerr) $ ( )0,Lo $ 40,3 CD,i r r 14. 20 CPEP Drain Pipe 18-inch Dia. (incl. Bedding) Linear Foot $ NdrN One 0v\.c1 OO/ta $ mil,CD $ I, `OD die 15. 20 • CPEP Drain Pipe 24-inch Dia. (incl. Bedding) i Linear Foot $ t/l oI\ -E.13 W- 4 vIck C $ 94 .00 $ 1,9 tpD,co 1 Iri H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement Project\Phase II r Construction\Contract Document\Bid Document\sch_of rices_GO_030204.DOC\ MIK COLUCCIO CONSTRUCTICN1 CC:.:.'2N ITEM APPROX. ITEM NAME WITH UNIT PRICE UNIT AMOUNT NO. QUANTITY (Unit Prices to be written in words) PRICE (figure) (figure) 16. 120 Class IV Reinforced Concrete Drain Pipe 24-inch Dia. 13 (incl. Bedding) Linear Foot $ Olne hLu lclrect -t r'' e1 na) ipp $ l5 9',op $ la,DegD, Oa 1 ij 17. 550 CPEP Drain Pipe 36-inch Dia. (incl. Bedding Linear Foot $ r,ne hurct ect t'1ir,,,,2, Lt iO $ 1&-1,c L $ . g'1,i-{6O,ca • 18. 2,450 Class IV Reinforced Concrete Drain Pipe 60-inch Dia. ri (incl. Bedding) in Linear Foot $ =FLut r Inurdrec.:l S,Y c v)bico st) $ 45LW $tlil-1)aoD Et 19. 30 Catch Basin Type 1 -(incl. Foundation rock) Each $ i vvo`I1v: vtsanr1 ltivr hue •ed Szve'►1 $ a,, `7O.CO $ 4,`3,i CD.OD QO/OO 20. 2 Catch Basin Type 2-48-inch Dia. Each _ 'L dj $ aie- oO.ab .$ ` lelaD.DZ U.nol OO/too or 21. 3 Catch Basin Type 2-54-inch Dia. Each $'Trek= 111106ine 'd2. T iND7 V.r1dlrectTht $ "J'1 ,D'D $ �f,(oc10,C6 imi 22. 1 Catch Basin Type 2-60-inch Dia. Each $ Y.Ns' liy)A Sccrri our 'U C)IrecQ $ .38L119 a $ 3419,00 r 5e ve."A J -ft%-e ct►pct c c/sc 23. 4 Catch Basin Type 2-72 inch Dia. Each $ 'h..c. 53.AV '1 tAriGIre cQ,'t"w $ 5,,--136,a $ Q.I,-1cz,Do ✓ eve et oo 24. 5 Catch Basin Type 2-96-inch Dia. ow Each $ Tgvt qA/N3 s c..l iut^hunctrer,(,-'"c i $ 10/ 00 $ 5Q,I36,OD v-tve ci v\C oc�/tom ✓ 25. 2 Catch Basin Type 2-108-inch Dia. Each $ 5iX1'.e 4u v1 �a .5ct►ud, c vtv► ht.ulctrrct $ 1t.,7oD.co $ 'AL-101),pp iii, °ma /lor;) 26. 8 Access Riser-48-inch Dia. t Each $ t)ink Ilt)nd.rer,1 bnt9 ctrtcl° oc $ ` DLO $ 1 abb,t gm um 27. 1 18' L x 8'W x 8'-8" H Stormwater Utility Vault (Complete) Each $ T1■ttz-t avel► u)1,45cw t hu.rOrt $ 31a t $ 31,X,cX rr GMc1 G /co 28. 1 20' L x 8'W x 9'-6" H Stormwater Utility Vault (Complete) r Each $ •C1nt►-cv �i tnT rc. +wo hkvtalre A $ d, .c>7 $ q,a0D,oD f%Vv.& cx> oz. ✓ 29. 1 24' L x 8'W x 9'-6" H Stormwater Utility Vault (Complete) ma Each $ fo k4 iu.r rhovt54nd 5e_vet1 kitrrlrea. $41-1,-- D,t $ +-1�,"1S . aD . . at-.ck OO/t ddo 30. 8,000 Bank Run Gravel for Trench Backfill a s' Ton $ Ec 11' (;.'" ct ilct c /i of $ ' ',OD $ (A ot.X),tY� ✓ 31. 600 Unsuitable Foundation Excavation, incl. Haul Am Cubic Yard $ TV, VIr-ti r) 1 t t3 ci,,tci °DA e D $ ; b.oD $ la/ODD,CO H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement Project\Phase II rConstruction\Contract Document\Bid Document\sch_of_prices_GO_030204.DOC\ t MK COLUCCIO CON3i7a il',: C ' ems r , ITEM APPROX. ITEM NAME WITH UNIT PRICE UNIT AMOUNT r NO. QUANTITY (Unit Prices to be written in words) PRICE (figure) (figure) 32. 1,000 Gravel Backfill for Foundation Class B rTon $ Twelve. er ti ea Act ODAOD $ ID.op $ t'a 0G'o,z3. "" 33. 50 Controlled Density Fill Cubic Yard $ esArr I avid 00/,go $ ID.ob $ II,COO,0 r34. 1 Sanitary Sewer Encasement—Station 9+78 Lump Sum $ Vi+re Yi h(3ti ry,1 a',lac-NV,no $ D,OW tO $ 5r01-1),DD 35. 1 Sanitary Sewer Encasement—Station 11+25 Lump Sum $ uir 1' SUS tvrt1 -F,►,c knolv,dr mc,let9,00 $ 4,6'00,ND $ -I,h ,ID 36. 1 Sanitary Sewer Relocation—Hardie Ave. S.W. Lump Sum $"add v.c,`fin,,__ _ r Ii e, b_u_mAyed Orll $ 1-,50010 $ ra49DD,Da 37. 1 Sanitary Sewer Relocation—Shattuck Ave. S. Lump Sum $ i..r? �I' X INA Psn i $ 5,0000) $ 5,DoD,o r 38. 950 Cement Concrete Curb and Gutter Linear Foot $ E\ 16 -Fern 0 v\ A►n 1. '5 n 7 $ t .as $ t'l/i op,ty) 39. 260 Cement Concrete Sidewalk Square Yard $ Wit) . t,+CG nyvA°°An-o $ 5 ,DD $ 1,IDD,Dc) r "` 40. 2,000 Crushed Surfacing Top Course Ton $ tls/1N r-1 OCt ci\ op Jr $ 6,CD $ 34 ao°ioD r 41. 15,000 Sawcutting Linear Foot $ Tho cm 00'/tOO $ 2.0D $ 3D boo,DD r42. 1,100 Temporary Cold Mix Asphalt Concrete Patch Ton $ W-1 4-J ChvLt 1 AtAt l.t 0'/iatr $ SD. $ b`OtO D,rX) 43. 3,400 Asphalt Concrete Pavement Cl. B Ton $ i•X 1� 'Ft:v�C. CA Ad Wit OD $ (Am $ gal,t3ot).tD0 r44. 1 Restore Pavement Markings Lump Sum $ `I"e r1 4, A ryA of r1aWlico $\p ,iD $ to,00b.OD r45. 20 Traffic Signal Loop(Complete) err Each $ OAP \I-Vfivnel IrVA +WO ht..tr 1recA4 VYA $ 1tao4,o0 $ agl0( .cZ 004 ero r46. 1 Remove/Restore Existing Landscaping Lump Sum $ j.J2v1 4r v ancd CnLi $ t0,DU0,0D $ IO,'xo. im 47. 30 Topsoil Type C •+• Cubic Yard $ '1-vvLV..t c '1 i vAck°i1rs© $ c2D•tX) $ lo(` r 48. 200 Seeding. Fertilizing and Mulching Square Yard $ t�^e CA AyNcA D)I Up $ 5.OD $ I,DOD.'OD r H:Wile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement Project\Phase II r Construction\Contract Document\Bid Document\sch_ofprices GO_030204.DOC\ FRAI‘K COUJCCIO CO Q TRUCTCN CC:: 1 r ITEM APPROX. ITEM NAME WITH UNIT PRICE UNIT AMOUNT rNO. QUANTITY (Unit Prices to be written in words) PRICE (figure) lip (figure) 49. 1 Television Inspection ICLump Sum $ C-t`�ht- ok.151 1 ant-joc%oc $B;Dca $. g;DOD, 50. 100 Compaction Testing FEach $ ei.ohfi8 o\L t oAc l it5C) $ qt,CD $ cc DE5D,ED r 51. 1 Force Account Each $ Fifteen Thousand Dollars $ 15,000 $ 15,000 r Subtotal: $ 2r 11 DOD,& r 1 N 8.8%Sales Tax: $ o'ti-Ib)31 a,bb ir , Total: $ ,)Jot-l5)30, W au r irr F ii. r ire r. ... r r. F ,r. i• ar r NI on IIII do r H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement Project\Phase II Construction\Contract Document\Bid Document\sch_of prices_GO_030204.DOC\ FRANK COLUCCIO CONSTRUCTIGN C, a I i I City of Renton SW 7th Street Drainage Improvement Project , k Phase II—Lind Avenue SW to Morris Avenue S Addendum No. 1 4 March 24,2004 You are hereby notified of Addendum No. 1 of the SW 7th Street Drainage Improvement Project Phase II—Lind Ave. SW to Morris Ave. S. bid document dated March 2004. This addendum consists of the minutes to the Pre-bid Meeting held on March 23, 2004, in Room 511, Renton City Hall, 1055 S. Grady Way, Renton, WA, and includes the meeting 1 agenda items followed by bidder questions and the City's response. Some agenda items also include a brief discussion by the City to provide clarification. 1. Sign-in and Introduction 2. Pre-bid Meeting Purpose 3. Project Overview 4. Project Issues: I a. Traffic Control (Section 1-04.12) i. Setup/Removal Restrictions ii. Restoration of Roadway to Traffic iii. Additional Signage for Bob Bridge Toyota • 1 iv. 3 Phase Traffic Control Plan(Sample in Bid Document) Bidder Questions: kiA. Will there be a penalty for not having the road clear of obstructions by 6:30 AM? ANSWER: YES. A monetary penalty has not been discussed; however, a stop work order is possible. Depending on traffic impacts and the number/content of any complaints received, additional action may be taken including issuance of a citation for failure to follow the traffic control plan. B. Will overtime rates be paid for City Inspectors? Consultant Inspectors? ANSWER: Overtime does not apply to night work, as the City's design consultant will provide inspection services. A City inspector will be provided for day work and overtime will apply for work outside of the normal working hours specified in the contract. The City will pay for any authorized overtime for day work. C. How will traffic signage (i.e. work zone, detour, special signage, etc.)be paid? ANSWER: Traffic signage will be paid for under the Traffic Control Plan lump sum bid item. 1 4. Project Issues (continued): b. Day/Night Work(Section 1-08.1(3)) i. Night Work Locations and Restrictions Liii. Day Work Locations and Restrictions Bidder Question: A. Can trucks use SW 7th Street to deliver materials to the staging area during the day? Ar Answer: YES. c. Shoring (Section 7-08.3(1)B) i. Geotechnical Report Discussion: Contractors are not limited to the recommendations made in the geotechnical L report. A shoring plan shall be submitted for review and approval prior to construction. ii. Groundwater Levels f I iii. Methods of Installation—Noise Variance iv. Method Approved by Contractor Provided Licensed Engineer d. Dewatering (Section 7-08.3(1)D) Ii. Dewatering Report 1 Discussion: Contractors are not limited to the recommendations made in the dewatering report. A dewatering plan shall be submitted for review and approval prior to construction. ii. Method Approved by Contractor Provided Licensed Engineer iii. Discharge to Sanitary Sewer Bidder Questions: il A. Who pays the Sanitary Sewer Discharge Fee? ANSWER: The City. iv. Discharge to Storm Drain v. Compliance with Discharge Permits Discussion: King County Department of Natural Resources may conduct water quality monitoring during discharge to the sanitary sewer system. ii„ vi. Settling Tank 1 ii vii. Settlement Monitoring Bidder Question: A. Will the Cone of Depression be required to be monitored? H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement Project\Phase II Construction\1600 Construction\1601 Construction Bid Information\PreBidAddendum.doc\AQtp i i Answer: YES. The Contractor shall continually monitor the cone of depression during all dewatering activities. e. Staging Area i. Potential Sites Discussion: The City has identified three potential locations for use as a staging area. These areas include a gravel lot located north of Wal-Mart and adjacent to SW 7th Street, a parking lot west of Lind Avenue SW and adjacent to SW 7th Street, and a vacant lot north of SW 7th Street adjacent to Hardie Avenue SW and just south of Fred Meyer. 1 f. Restoration i. Phase Restoration of Landscaped Areas ii. Permanent Asphalt Patch Requirements (Section 5-04.1) Discussion: Restoration within the right-of-way shall not be scheduled at the end of the g Y project. The Contractor shall restore landscaping, pavement, etc., within the commercial corridor within a reasonable time frame following completion of utility work in that area. 5. Permits by City(Included in Bid Document) a. Noise Variance b. King County Groundwater Discharge Permit i Bidder Question: A. What is the maximum discharge volume and turbidity to the sanitary sewer? Answer: 100,000 gallons per day and settleable solids concentration of 7m1/L i c. State Waste Discharge General Permit 6. Permits by Contractor j � Y a. Temporary Use Permit for Residential Areas Discussion: An electrical p ermit may be required for a job shack. 7. Work Plan(Section 1-04.12) a. Mobilization and Demobilization Plan i. Sequence of Construction Sample ii. Phasing Bidder Questions: , k A. Will day work be allowed if there are no traffic impacts? Will authorization be required? ANSWER: YES. If requested and approved by the City Traffic Operations NB Department, closing one traffic lane to complete lateral utility work would be gal H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement Project\Phase II Construction\1600 Construction\1601 Construction Bid Information\PreBidAddendum.doc\AQtp 1 i allowed. The Contractor should include provisions for day work in the Traffic Control Plan submittal required under Section 1-04.12 of the Special Provisions. Ib. Shoring Plan c. Temporary Erosion and Sediment Control (TESC) Plan d. Traffic Control Plan e. Street Cleaning and Sweeping Plan Discussion: Emphasis was made regarding keeping the roads clear of dust and sediment. mis f. Dewatering Plan g. Stormwater Bypass Plan 4 iii i. Anticipated Flow Rates Discussion: Contractors were notified that portions of the existing storm system could be available for use as bypass piping. I h. Noise Variance Compliant Plan i. 110 Nights ii. Rubber Lined Beds I iii. Advance Notice to Residence iv. Noise Mitigation Training v. Onsite Acoustic Expert Discussion: If a Contractor can demonstrate that different methods for maintaining acceptable noise levels are available and would like to apply those methods to the project, Ithe City would consider those alternate methods. Bidder Questions: OM A. Is decibel level testing sufficient for compliance with the noise variance? ANSWER: NO. An onsite acoustic expert shall ensure that construction site Inoise levels are consistent with the requirements of state and local law. A specific decibel level limit has not been set for this project, as it is the intent of the noise variance to allow the contractor to exceed allowable noise limitations for night Iwork. Following two substantiated complaints from the same person, mitigation for the noise complaints shall be addressed with the following steps: I a. The Contractor shall provide noise level testing. b. The City shall determine if the noise complaints can be I substantiated based on review of the noise level testing and associated construction activities. Ic. The Contractor shall impose additional noise mitigation measures as determined by the City. d. A substantiated complaint is defined as a complaint that can be Iverified using acoustic testing equipment positioned at the location of the receiver to determine if the noise exceeds acceptable levels. I H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement Project\Phase II Construction\1600 Construction\1601 Construction Bid Information\PreBidAddendum.doc\AQtp , k 4 B. What qualifications, if any, are required of an"onsite acoustic expert"? ANSWER: NO. The expert is not required to have any particular certification, but shall be familiar with state and local noise regulations and be able to instruct construction crew personnel on appropriate noise mitigation measures. Discussion: Motel accommodation is a potential mitigation measure required for in the noise variance provided in the Bid Document. The City will pay the cost of a motel room for any resident that satisfies the complaint requirement provided the Contractor complies with the minimum requirements of the noise variance and any additional mitigations 3 measures that are reasonable. However, if the contractor fails to comply with the noise variance or employ additional mitigation measures and noise complaints continue to persist, the contractor will be responsible for providing motel accommodations to any resident complaining of excessive noise. The 24-hour complaint number, as outlined in the noise variance, shall not function as a voice mail system. i. Night Work Construction Plan - j. Protection of Existing Utilities Plan I Discussion: Contractors need to bid the project as if all water mains shall be protected and shall coordinate with the City during construction when working in the vicinity of water mains for the protection of the water mains. The Fire Marshall has not been contacted regarding the temporarily taking any water mains out of service. The Contractor shall include a method for support of water mains in the Protection of Existing Utilities Plan required in Section 1-06.7(5) of the Special Provisions. Bidder Questions: A. Who digs for water service line replacements? g p ANSWER: The Contractor shall provide the City with 2 weeks notice prior to IiI reaching water service lines that require replacement as outlined in the Bid Document. The City maintenance department will be responsible for all work associated with replacement of water service lines that are either in conflict with the proposed storm line or are galvanized pipe. B. Are there any transite/AC water lines in the project site? ANSWER: None known/identified; however,the Contractor shall be aware that transite/AC water lines may exist. k. Stormwater Pollution Prevention Plan(SWPPP) 1 i. Shall meet the requirements of DOE Stormwater Permit ii. Sample provided in Bid Document , k 1. Spill Prevention, Control, and Countermeasures Plan(SPCCP) 8. Schedule a. Issuance of Potential Addendums b. Bid Date—March 30 H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement Project\Phase II Construction\1600 Construction\1601 Construction Bid Information\PreBidAddendum.doc\AQtp 34 1 1 MAR-26-2004 08:14 CITY OF RENTON PBPW 425 430 7241 P.07/07 c. Estimated Award Date—April 5 d. Estimated Notice to Proceed—Early May e. 135 Working Days Contract Time 9. Questions Bidder Question,Miscellaneous: A. Has PSE been contacted regarding relocation of gas lines? ANSWER: YES. PSE has received a set of the construction plans. The City will contact PSE to assess scheduling of gas line relocation. Gas line relocation shall occur at night within the night-work portion of the project. B. Will pollution liability coverage be required for this project? ANSWER:Not required. This Addendum No. 1 forms a part of the Bid and Contract Documents and modifies the original Bid Documents dated "March 2004", as noted above. The Bidder shall acknowledge receipt of this Addendum in the space provided below and return this Addendum with the Bid. Failure to comply with this requirement may render the bid non-responsive and may cause its rejection. Change to Bid Opening Date: The bid opening date remains the same. 014' Allen Quynn, .E. Project Man ger Received and Acknowledged: Frank Coluccio Construction Co. Contractor(company name) C •441� / Joseph J. Coluccio = "� ted name&signature) Vice President Title March 2.9, 2004 Date H:\Filc Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27.2959 SW 7th St.Drainage Improvement Project\Phasc II Construction\1600 Consruction\1601 Construction Bid Inforrnation\PrcBidAddcndum.doc\AQtp TOTAL 0.07 -2004 16:39 CITY OF RENTON PBPW 425 430 7241 P.02/04 City of Renton SW 7th Street Drainage Improvement Project Phase H--Lind Avenue SW to Morris Avenue S Addendum No. 2 March 26, 2004 You are hereby notified of Addendum No. 2 of the SW 7th Street Drainage Improvement Project Phase II—Lind Ave. SW to Morris Ave. S. bid document dated March 2004. This addendum consists of the enclosed Subcontractor List for all subcontractors whose subcontract amount exceeds 10 percent of the contract price. This Addendum No. 2 forms a part of the Bid and Contract Documents and modifies the original Bid Documents dated"March 2004", as noted above. The Bidder shall acknowledge receipt of this Addendum in the space provided below and return this Addendum with the Bid. Failure to comply with this requirement may render the bid non-responsive and may cause its rejection. Change to Bid Opening Date: The bid opening date re ains the same. // iy Allen Quynn,P.E. Project Manage Received and Acknowledged: • Frank Coluccio Construction Co. Contractor(company name) �' / Joseph J. Coluccio B. nted name&signature) Vice President Title March 29th, 2004 Date H:\File Sys\SWP-Surface Water Projects■SWP-27-Surface Waster Projects(CIP)\27 2959 SW 7th St.Drainage Improvement Projcct■Phasc II Construction\1600 Construction\1601 Construction Bid(nformation\Pret3idAddendum2.doc\AQtp _0-2004 1b:3 CITY OF RENTON PBPW 425 430 7241 P.03/04 SUBCONTRACTOR LIST SWP-27-2959 SW 7th Street Drainage Improvement Project Phase II - Lind Ave. S.W. to Morris Ave. S. RCW 39.30-060 requires that for all public works contracts exceeding $1,000,000 that the bidder submit the names of all heating, ventilation and air conditioning, and plumbing subcontractors as described in chapter 18.106 RCW, and electrical subcontractors as described in chapter 19.28 RCW [this also includes the control system integrator subcontractor as well as other electrical subcontractor(s))_ 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 the bid shall be considered nonresponsive and, therefore, void. Complete the following: If awarded the contract, Frank Coluccio Construction Co. will contract with the (Name of Bidder's Company) following subcontractors for the performance of heating, ventilation and air conditioning, plumbing, and electrical (including automatic controls) work: Bid Item(s) No. 45 Traffic Signal Loop Subcontractor Name US Electric Address P.O. Box 2 Airwa Hei hts Phone No. 509-370-2236 State Contractor's License No UNITEDSE9848H Bid Item(s) Heatin entilation, Air Conditionin Plumb in -(If Applicable) Subcontractor Name Frank Coluccio Construction Co. Address - 9600 MLK Jr Way S. ,-Seattle WA 98118 _ Phone No. 206-722-5306 State Contractor's License No FRANKCC340L7 Bid Item(s) Subcontractor Name Address Phone No. State Contractor's License No �. Bid Item(s) Subcontractor Name Address Phone No. State Contractor's License No Page 1 of 2 • 26-2004 16:39 CITY OF RENTON PBPW 425 430 7241 P.04/04 rr Bid Item(s) Subcontractor Name Address Phone No. State Contractor's License No Bid Item(s) Subcontractor Name Address <.. Phone No. State Contractor's License No iA� - / Joseph J. Coluccio/VP Signature of Authorized Representative of Bidder Subscribed and sworn to before me on this 29 day of March , 2002.4 00,011,1t 4140 • • ‘s 1 asue _i� or Notary biic in 41 fehhe State Nn, of Washington r. Notary (Print) /nom Y ('- hf:#,X() /,< Residing at I/#67/ F "��a• My appointmen expires: ////0/0'f4/u,YA9N��`�� Page 2 of 2 air TOTAL P.04 60a4 AlO, (c. of 3i '3 0 BOND TO THE CITY OF RENTON KNOW ALL MEN BY THESE PRESENTS: That we,the undersigned ?2 ALNMC t-C)(...Lt CC ro 64 S 0ttc RCA) e�/1.1[01-4441 7t .. as principal, and e-co 1itAmetkuCE 6./Ml or diareaw corporation organized and existing under the laws of the State of L h Srli/u 670A.) as a surety corporation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal corporations, as surety are "" jointly and severally held and firmly bound to the City of Renton in the penal sum of $ ,3Of{-6 2 I� -. for the payment of which sum on demand we bind ourselves and our successors,heirs,administrators or person representatives, as the case may be. Yoc., fiat r•a'x 4 -reface Ail/“.../0 /Z Ty t lie inte m � ( x/32 r73 71-U(1-Le This obligation is entered into in pursuance of the statutes of the State of Washington,the Ordinance of the City of Renton. Dated at 5e/17-71. ,Washington,this el/17 day of /73//6/ ,20/1 Nevertheless,the conditions of the above obligation are such that: WHEREAS, under and pursuant to Public Works Construction Contract CAG-p'{_0a.1 providing for construction of: SW 7th Street Drainage Improvement Project Phase II—Lind Ave. SW to Morris Ave. S. (project name) +■• the principal is required to furnish a bond for the faithful performance of the contract; and WHEREAS, the principal has accepted, or is about to accept, the contract, and undertake to perform the work therein provided for in the manner and within the time set forth; yaw 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 Imov contract, and shall pay all laborers, mechanics, subcontractors and material, men, and all persons who shall supply said principal or subcontractors with provisions and supplies for the carrying on of said work, and shall hold said City of Renton harmless from any loss or damage occasioned to any person or property by reason of .• any carelessness or negligence on the part of said principal, or any subcontractor in the performance of said work, and shall indemnify and hold the City of Renton harmless from any damage or expense by reason of failure of performance as specified in the contract or from defects appearing or developing in the material or workmanship provided or performed under the contract within a period of one year after its acceptance thereof by the City of Renton, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. f'211,21'4 64...uCC i c, 511Zk c i76N CA/1104,4n/ ' `ma, /Va/MUCE GG/Llro/5n, v.-71-4472i« Principal Sure VIII 6 „411,LS7 n a •ignature '//4 .S '. /ti O(-1 __ ozive - Title Title Approved by Larry Wanen 2/14/92 r •r r S A F E C O® POWER GENERAL INSURANCE COMPANY OF AMERICA GENERAL INSURANCE COMPANY OF AMERICA OF ATTORNEY HOME OFFICE: SAFECO PLAZA SEATTLE,WASHINGTON 98185 No. 9562 KNOW ALL BY THESE PRESENTS: That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA,each a Washington corporation,does each hereby appoint *********W.J,MCCOY;PAULA M.MCCOY;JAMES B.BINDER;ANNE E.STRIEBY;GARY R.STONE;PATRICK DWAYNE DAVID;RANDALL K.BONAVENTURE; WENDY ARCEMENT;JENNIFER J.OGLE;Seattle,Washington**********************************************■***************************************************** its true and lawful attorney(s)-in-fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of its business,and to bind the respective company thereby. IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents this 16th day of July , 2002 /Al CHRISTINE MEAD,SECRETARY MIKE MCGAVICK,PRESIDENT CERTIFICATE Extract from the By-Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: "Article V, Section 13. - FIDELITY AND SURETY BONDS ...the President, any Vice President,the Secretary,and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations,shall each have authority to appoint individuals as attorneys-in-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business...On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company,the seal,or a facsimile thereof,may be impressed or affixed or in any other manner reproduced;provided,however,that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28,1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V,Section 13 of the By-Laws,and (ii) A copy of the power-of-attorney appointment,executed pursuant thereto,and (iii) Certifying that said power-of-attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile,and the seal of the Company may be a facsimile thereof." I,Christine Mead,Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA,do hereby certify that the foregoing extracts of the By-Laws and of a Resolution of the Board of Directors of these corporations,and of a Power of Attorney issued pursuant thereto,are true and correct,and that both the By-Laws,the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF,I have hereunto set my hand and affixed the facsimile seal of said corporation this 11 day of /Vo, ( Y -t CORPORATE "; )0) y SEAL '1953°�«. s 9 ts23 8` �' lF wt IVAStr�'/ 4'.401 W8.5% CHRISTINE MEAD,SECRETARY S-0974/SAEF 2/01 ®A registered trademark of SAFECO Corporation 07/16/2002 PDF ���y � CITY OF RENTON .21R FAIR PRACTICES POLICY ''‘ o� AFFIDAVIT OF COMPLIANCE Frank Coluccio Construction Company hereby confirms and declares that (Name of contractor/subcontractor/consultant) I. It is the policy of Frank Coluccio Construction Company to offer equal "r" (Name of contractor/subcontractor/consultant) opportunity to all qualified employees and applicants for employment without regard to the race, creed,color, sex,national origin, age,disability or veteran status. II. Frank Coluccio Construction Company complies with all applicable (Name of contractor/subcontractor/consultant) federal, state and local laws governing non-discrimination in employment. ,r. II. When applicable, Frank Coluccio Construction Company will seek out and (Name of contractor/subcontractor/consultant) negotiate with minority and women contractors for the award of subcontracts. um Joseph J. Coluccio Print Agent/Representative's Name up Vice President, EEO Officer Print Agent/Representative's Title 1449' • lit epresentative's Signature Date Signed M.. Q:\DATA Center\Forms\City\Contracts\BidSpecs\14_FAIR.DOC\ IMO MO RESOLUTION OF THE BOARD OF DIRECTORS OF FRANK COLUCCIO CONSTRUCTION COMPANY I, Joseph J. Coluccio, do hereby certify that I am the Secretary of FRANK COLUCCIO CONSTRUCTION COMPANY, a Washington corporation,and that a meeting of the Board of Directors, duly held in accordance with the Articles of Incorporation and By-Laws of said Corporation, at which meeting a quorum was present and acting throughout,the following resolution was unanimously adopted by the Corporation,to-wit: RESOLVED,that the following individuals are each hereby authorized and only they are authorized to make, execute and deliver on behalf of this corporation any and all documents, IMO papers, contracts and instruments that they consider necessary and appropriate in connection with the affairs of this corporation, including but not limited to the signing of contracts, bonds, checks or other assurances, with the exception of those certain actions needing approval by the Corporation's Board of Directors: Frank Coluccio—the President Joseph J. Coluccio—Vice-President, Secretary Frank V. Coluccio—Vice-President Nicola Coluccio—Vice-President, Assistant Secretary Approved by a vote of the Board of Directors at a Meeting on the 10th day of July 2003. I further certify that said resolution has not in any way been amended or revoked. mmo Attested by Secretary: WOW.- MEM STATE OF WASHINGTON ) COUNTY OF KING P.1111 day of N/ , 2003,before me appeared - 4 n this '� �G irc,`� to me known, e d by me being duly sworn, did say that he if e'e of the FRANK COLUCCIO CONSTRUCTION COMPANY, and that he seal affixed to the foregoing instrument is the corporate seal of said corporation and that of its Board of Directors, and the said "` acknowledged said instruction to be the free act and deed of said corporation. as ..0\sstON o x` SEAL NpTARV Nota►/ 'ublic in and for the State of _ '-- W. gton, residing in f f/ c pU81.‘C' Q,�:�_` My commission expires �// G . tptti. 'C� �. WIN CONTRACTS OTHER THAN FEDERAL-AID FHWA THIS AGREEMENT, made and entered into this 02 rill day of 200 . by and between THE CITY OF RENTON, Washington, a municipal corporatio of the State of Washington, hereinafter referred to as "CITY" and Frank Coluccio Construction Co.,hereinafter referred to as "CONTRACTOR." WITNESSETH: 1) The Contractor shall within the time stipulated, (to-wit: within 135 working days from " date of commencement hereof as required by the Contract, of which this agreement is a component part) perform all the work and services required to be performed, and provide and furnish all of the labor, materials, appliances, machines, tools, equipment, utility and transportation services necessary to perform the Contract, and shall complete the construction and installation work in a workmanlike manner, in connection with the City's Project(identified as No. SWP-27-2959 for improvement by construction and installation of: SW 7th Street Drainage Improvement Project Phase II—Lind Ave S to Morris Ave S IRO 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 tie Works Director as being in such conformity with the plans, specifications and all requirements of or arising under the Contract. The Consultant agrees to use recycled materials whenever practicable. vim 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 n.. d) Specifications e) Maps and Plans f) Bid g) Advertisement for Bids h) Special Provisions, if any i) Technical Specifications, if any NNW .11. .,, 3) If the Contractor refuses or fails to prosecute the work or any part thereof, with such diligence as will insure its completion within the time specified in this Contract, or any extension in writing thereof, or fails to complete said work with such time, or if the Contractor shall be adjudged a bankrupt, or if he should make a general assignment for the benefit of his creditors, or if a receiver shall be appointed on account of the Contractor's insolvency, or if he or any of his subcontractors should violate any of the provisions of this Contract, the City may then serve written notice upon him and his surety of its intention to terminate the Contract, and unless within ten (10) days after the serving of such notice, such violation or non-compliance of any provision of the Contract shall cease and satisfactory arrangement for the correction thereof be made, this Contract, shall, upon the expiration of said ten (10) day period, cease and terminate in every respect. In the event of any such termination, the City shall immediately serve written notice thereof upon the surety and the Contractor and the surety shall have the right to take over and perform the Contract, provided, however, that if the surety within fifteen(15) days after the .• serving upon it of such notice of termination does not perform the Contract or does not commence performance thereof within thirty(30) days from the date of serving such notice, the City itself may take over the work under the Contract and prosecute the same to completion by Contract or by any other method it may deem advisable, for the account and at the expense of the Contractor, and his surety shall be liable to the City for any excess cost or other damages occasioned the City thereby. In such event,the City, if it so elects, may,without liability for so doing, take possession of and utilize in completing said Contract such materials, machinery, appliances, equipment, plants and other properties belonging to the Contractor as may be on site of the project and useful therein. 4) The foregoing provisions are in addition to and not in limitation of any other rights or remedies available to the City. IMO 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 WINO otherwise specifically provided for in this Contract. 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 .111 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. Ole ,,. 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 VIM 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 135 working days from the date of commencement. For each and every working day of delay after the established day of completion, it is hereby stipulated and agreed that the damages to the City occasioned by said delay will be the sum of per Section 1-08.9 of Standard Specifications as liquidated damages (and not as a penalty) for each such day, which shall be paid by the Contractor to the City. 8) Neither the final certificate of payment not any provision in the Contract nor partial or entire use of any installation provided for by this Contract shall relieve the Contractor of liability in respect to any warranties or responsibility for faulty materials or workmanship. The Contractor shall be under the duty to remedy any defects in the work and pay for any damage to other work resulting therefrom which shall appear within the period of one (1) year from the date of final acceptance of the work, unless a longer period is specified. The City will give notice of observed defects as heretofore specified with reasonable promptness after discovery thereof, and Contractor shall be obligated to take immediate steps to correct and remedy any such defect, fault or breach at the sole cost and expense of Contractor. The Contractor agrees the above one year limitation shall not exclude or diminish the City's rights under any law to obtain damages and recover costs resulting from defective and unauthorized work discovered after one year but prior to the expiration of the legal time period set forth in RCW 4.16.040 limiting actions upon a contract in writing, or liability expressed or implied arising out of a written agreement. 9) The Contractor and each subcontractor, if any, shall submit to the City such schedules of quantities and costs, progress schedules, payrolls, reports, estimates, records and miscellaneous data pertaining to the Contract as may be requested by the City from time to time. 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. ww MOP r r11 rrn ION ,.. 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 ims participating in a City project possess a current City of Renton business license. The Contractor shall provide, and obtain City approval of, a traffic control plan prior to conducting work in City right-of-way. 12) The total amount of this contract is the sum of $3,045,312.00 numbers Three million, forty-five thousand, three hundred twelve dollars/no cents written words 111. which includes Washington State Sales Tax. Payments will be made to Contractor as specified in the "Special Provisions" of this Contract. IN WITNESS WHEREOF, the City has caused these presents to be signed by its Mayor and attested by its City Clerk and the Contractor has hereunto set his hand and seal the day and year first above- written. CONTRACTOR CITY OF RENTON � lek 4•Cake , •,, Pr-:' 'artner/Owner Mayor ATTEST Secretary Mc fo't,sfD Wf City Clerk r.. dba Frank Coluccio Construction Company Firm Name check one ,,, ❑ Individual ❑ Partnership E;Corporation Incorporated in tvrlsN/N(j-76A11 /9S7o im Attention: If business is a CORPORATION, name of the corporation should be listed in full and both President MO 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. »rw If business is an INDIVIDUAL PROPRIETORSHIP, the name of the owner should appear followed by d/b/a and name of the company. .1. up ,.II ACORDTM CERTIFICATE OF LIABILITY INSURANCE DATEE(MM/D4D/YY) PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY PARKER,SMITH&FEEK,INC. AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS 2233 112th Avenue N.E. CERTIFICATE DOES NOT AMEND,EXTEND OR ALTER THE COVERAGE ow Bellevue,Washington 98004 AFFORDED BY THE POLICIES BELOW. Phone: 425-709-3600 Fax:425-709-7460 INSURERS AFFORDING COVERAGE INSURED INSURER A: ZURICH AMERICAN INSURANCE COMPANY o w FRANK COLUCCIO CONSTRUCTION COMPANY REC INSURER B ZURICH AMERICAN INSURANCE COMPANY 9600 Martin Luther King Way South r sa RER C: WESTCHESTER SURPLUS LINES INSURANCE COMPANY Seattle,Washington 98118-5693 APR a ((yy INSURER ZURICH AMERICAN INSURANCE COMPANY VIII UU' D:INSURER E: COVERAGES ,erry p CAP RE -r THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEt�fSJCY7T ti!f URED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING iii- ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OT i,OCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS LTR DATE(MM/DDNY) DATE(MM/DDNYJ OS GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 X COMMERCIAL GENERAL LIABILITY FIRE DAMAGE(My one fire) $ 100,000 , CLAIMS MADE X OCCUR MED EXP(My one person) $ 10,000 A GL0369651901 07/01/2003 07/01/2004 PERSONAL&ADV INJURY $ 1,000,000 WI GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ 2,000,000 —1 POLICY X JECOT- LOC - - AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT X ANY AUTO (Ea accident) $ 1, 00,000 ALL OWNED AUTOS BODILY INJURY $ SCHEDULED AUTOS (Per person) r B BAP369652001 07/01/2003 07/01/2004 — X HIRED AUTOS BODILY INJURY $ X NON-OWNED AUTOS (Per accident) PROPERTY DAMAGE $ (Per accident) MN GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC $ AUTO ONLY: AGG $ MO EXCESS LIABILITY EACH OCCURRENCE $ 1,000,000 X OCCUR CLAIMS MADE AGGREGATE $ 1,000,000 C CUC769433 07/01/2003 07/01/2004 $ DEDUCTIBLE $ rYnl X RETENTION $ 10,000 WC STATU- OTH- EMPLOYERS'LIABILITY TORY LIMITS X ER D GL0369651901 07/01/2003 07/01/2004 E.L.EACH ACCIDENT $ 1,000,000 as WASHINGTON STOP GAP E.L.DISEASE-EACH EMPLOYEE $ 1,000,000 E.L.DISEASE-POLICY LIMIT $ 1,000,000 OTHER $ $ Not $ DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS SW 7th Street Drainage Improvement Project Phase II,Lind Ave.S.to Morris Ave.S. The City of Renton,its officers,officials,agents, ow employees and volunteers are included as Additional insured and coverage is primary and non-contributory per Endorsement UGL-1081-A CW,Edition Date 12/01 attached.Waiver of Subrogation applies to General Liability per Endorsement CG2404,Edition Date 10/93 attached. Severability of Interest clause applies. ow CERTIFICATE HOLDER X ADDITIONAL INSURED;INSURER LETTER: A CANCELLATION *10 days for non-payment of premium SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,THE ISSUING INSURER WILL iNDF.AVCA-TO MAIL 45* DAYS WRITTEN NOTICE TO THE CERTIFICATE CITY OF RENTON HOLDER NAMED TO THE LEFT,- • •- ,, • ' 1055 South Grady Way Re��ntt/onn,��W 98055 �,�'�,,, {{��J _ C�iC�eA'n 0biA ^ - O'jD REPRESENTATIVE / ow U .44 �I ACORD 25-S(7/97) ©ACORD CORPORATION 1988 FRANCOLU\CERT03(M2) CERT#100 illy IMPORTANT If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may i require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER a The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s),authorized representative or producer,and the certificate holder,nor does it affirmatively or negatively amend,extend or alter the coverage afforded by the policies listed thereon. lily i Additional Insured-Owners, Lessees or Contractors (Primary Insurance) ZURICH 'O Policy No. Eff. Date of Pol. Exp. Date of Pol. Eff.Date of End. Producer Add'I.Prem Return Prem. GL0369651901 07/01/2003 07/01/2004 07/01/2003 73791000 $N/A $N/A IMO This endorsement modifies the insurance provided under the following: Commercial General Liability Coverage Form SCHEDULE Name of Person or Organization: wr The City of Renton,its officers,officials,agents,employees and volunteers (If no entry appears above,information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) SECTION II—WHO IS AN INSURED is amended to include as an insured the person or organization shown in the Schedule,but or only with respect to liability arising out of your ongoing operations performed for that insured. ea The insurance provided by this endorsement is primary insurance and we will not seek contribution from any other insurance available to the person or organization shown in the Schedule unless the other insurance is provided by a contractor other than you for the same operation and job location. Then we will share with that other insurance by the method described in paragraph 4.c.of SECTION IV—COMMERCIAL GENERAL LIABILITY CONDITIONS. wr all INS wr ..r U-GL-1081-A CW(12/01) Page 1 of 1 ■r FRANCOLU\CERT03(E3) CERT#100 w •• *o rr► POLICY NUMBER: GL0369651901 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: As required by written contract (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) err The TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US Condition(Section IV-COMMERCIAL GENERAL LIABILITY CONDITIONS) is amended by the addition of the following: ss 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. +rr NAMED INSURED: FRANK COLUCCIO CONSTRUCTION COMPANY Oa ais or a CG 24 04 10 93 Copyright, Insurance Services Office, Inc. 1992 , . .. City of Renton #; + Human Resources & Risk Management Department _.' Insurance Information Form FOR: PROJECT NUMBER: STAFF CONTACT; Certificate of Insurance indicates the coverages/limits specified in )4.Yes ❑ No contract? Are the following coverages and/or conditions in effect? , Yes El No The Commercial General Liability policy form is an ISO 1993 RI Yes ❑ No Occurrence Form or Equivalent? (If no,attach a copy of the policy with required coverages clearly identified) • CG 0043 Amendatory Endorsement provided?* ❑ Yes n No Forni I t GL-I 0(00 A c vJ General Aggregate provided on a"per project basis(CG2503)?* Yes ❑ No Additional Insured wording provided?* j Yes ❑ No Coverage on a primary basis and non-contributing basis?* gt Yes ❑ No Waiver of Subrogation Clause applies?* ►:4 Yes ❑ No Severability of Interest Clause(Cross Liability)applies? Z4 Yes 0 No Notice of Cancellation/Non-Renewal amended to 45 days?* Yes ❑ No *To be shown on certificate of insurance* AM BE A A �/ST'S/RATING FOR CARRIER GI., �c v Auto A X V Umb /4 ) Professional 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. ?aikC►-, SrY")1-11x1 a-E-C_Q,k 1 _L c.. SI�o-el"0tel S .s Agency/Broker (Completed By(Type or Print Name) (Completed 223 l t 24" ✓� • N 1;, 3eUe v u�,W ar Address Cia'Cal Completed By(Siy ature) C an,-ion �J e s.�✓S ( ) 7cY- . 652._- - Name of person to contact Telephone Number NOTE: THIS QUESTIONNAIRE MUST BE COMPLETED FOR EACH LINE OF COVERAGE AND ATTACHED TO CERTIFICATE OF INSURANCE RECEIVED APR 0 5 Zuu4 FCCC GENERAL LIABILITY DECLARATIONS Insurance for this coverage part provided by: ZURICH AMERICAN INSURANCE COMPANY OCCURRENCE COVERAGE is Policy Number GLO 3696519-01 This policy provides only the coverage for which a Limit of Insurance is shown on these Declarations, and for which a Coverage Form is made a part of this policy, except as specifically excluded. IGeneral Liability Premium Audit Period: NOT APPLICABLE I Limits of Insurance "i" General Aggregate Limit (Other than Products - Completed Operations) $ 2 , 000,000 Products-Completed Operations Aggregate Limit $ 2 ,000,000 11111 Personal and Advertising Injury Limit $ 1,000,000 Each Occurrence Limit $ 1 , 000, 000 la Fire Damage Limit Any One Fire $ 300, 000 Medical Expense Limit Any One Person $ 10,000 dill as U-GL-D-140-B CW(01/93) AGENT COPY PAGE 1 OF 1 'm ZURICH-AMERICAN INSURANCE GROUP COMMERCIAL AUTO INSURANCE COMMERCIAL INSURANCE or BUSINESS AUTO COVERAGE PART DECLARATIONS Insurance for this coverage part provided by: Policy Number: BAP 3696520-01 ZURICH AMERICAN INSURANCE COMPANY Renewal of Number: BAP 3696520-00 ITEM ONE Named Insured and Mailing Address Producer and Mailing Address SEE COMMON POLICY DECLARATIONS Policy Period: From 0 7-01-03 to 0 7-01-04 At 12:01 A.M.Standard Time at your mailing address shown above. IN RETURN FOR THE PAYMENT OF THE PREMIUM,AND SUBJECT TO ALL THE TERMS OF THIS POLICY,WE AGREE WITH YOU TO PROVIDE THE INSURANCE AS STATED IN THIS POLICY. '0 ITEM TWO—SCHEDULE OF COVERAGES AND COVERED AUTOS This policy provides only those coverages where a charge is shown in the premium column below. Each of these coverages will apply only to those"autos" shown as covered"autos". "Autos:are shown as covered"autos"for a particular coverage by the entry of one or more of the symbols from the COVERED •r AUTOS Section of the Business Auto Coverage Form next to the name of the coverage. COVERED AUTOS (Entry of one or more of the LIMIT COVERAGES symbols from the COVERED THE MOST WE WILL PAY FOR ANY ONE PREMIUM �Ir! AUTOS Section of the Business ACCIDENT OR LOSS Auto Coverage Form shows which autos are covered autos) Mg LIABILITY 1 $ 1,000,000 $ 173,505.00 PERSONAL INJURY(P.I.P.) tt SEPARATELY STATED IN EACH P.I.P.END.MINUS $ Deductible ADDED P.I.P. SEPARATELY STATED IN EACH ADDED P.I.P.ENDORSEMENT $ (or equivalent added No-fault cov.) PROPERTY PROTECTION INS SEPARATELY STATED IN THE P.P.I.ENDORSEMENT MINUS $ (P.P.I.)(Michigan only) $ Deductible FOR EACH ACCIDENT yrll AUTO MEDICAL PAYMENTS 2 vz 5,000 $ INCL 2 go UNINSURED MOTORISTS(UM) $ 1,000,000 $ INCL UNDERINSURED MOTORISTS 2 $ 1,000,000 $ INCL (when not included in UM Cov.) $1,000 Ded.FOR EACH COVERED AUTO. BUT - COMPREHENSIVE COVERAGE 7,8 ACTUAL NO DED.APPLIES TO LOSS CAUSED BY FIRE OR $ INCL CASH H D VALUE OR LIGHTNING. ttt Y S M SPECIFIED CAUSES OF LOSS COST OF $ Deductible FOR EACH COVERED AUTO FOR $ INCL A COVERAGE REPAIR, LOSS CAUSED BY MISHIEF OR VANDALISM ttt r� CG WHICHEVER A E IS LESS $1,000 Ded.FOR EACH COVERED AUTO.ttt L COLLISION COVERAGE 7,8 MINUS *** $ INCL IMO TOWING AND LABOR $ for each disablement of a private passenger auto (Not Available in California) $ FORMS AND ENDORSEMENTS APPLYING TO THIS COVERAGE PART AND MADE PART OF PREMIUM FOR ENDORSEMENTS THIS POLICY AT TIME OF ISSUE: $ SEE SCHEDULE OF FORMS AND ENDORSEMENTS ESTIMATED TOTAL PREMIUM $ ITEM THREE–SCHEDULE OF COVERED AUTOS YOU OWN: SEE SCHEDULE OF COVERED AUTOS YOU OWN rs tt(or equivalent No-fault cov.) ttt See ITEM FOUR for hired or borrowed"autos". Countersigned: Date: By: Authorized Representative ism THIS COMMON POLICY DECLARATION AND THE SUPPLEMENTAL DECLARATION(S),TOGETHER WITH THE COMMON POLICY CONDITIONS,COVERAGE PARTS,COVERAGE FORM(S)AND FORMS AND ENDORSEMENTS,IF ANY,COMPLETE THE ABOVE NUMBER POLICY. U-CA-D-370-A(10/01) air WESTCHESrl 1. SURPLUS LINES INSUR.A. E COMPANY A ATLANTA, GA TM DECLARATIONS ace usa POLICY NO. CUC-769433 NAMED INSURED AND MAILING ADDRESS AGENCY AND MAILING ADDRESS 73955 am FRANK COLUCCIO CONSTRUCTION CRC INSURANCE SERVICES, INC. 9600 M. L.KING WAY 105 W. ADAMS ST. , 18TH FLOOR la SEATTLE WA 98118 CHICAGO IL 60603 POLICY PERIOD: From 07/01/2003 to 07/01/2004 use 12 : 01 A.M. Standard Time at the Named Insureds address above UMBRELLA DECLARATIONS POLICY NUMBER CUC-769433-0 RENEWAL OF "This contract is registered and delivered as a ITEM NAMED INSURED AND ADDRESS surplus lire C.6�%:ra'�;, under the insurance code ONE FRANK COLUCCIO CONSTRUCTION of the statee of b a:Tlom en,enacted in 1947. It is not issued by company regulated by the 9600 M.L.KING WAY Washington state insurance commissioner and is not protected by any Washington state SEATTLE WA 98118 guaranty fund law." > ITEM POLICY COVERS FROM 7- 1-2003 TO - s1 x2436 (°h�� C ' En, ra 'ces,Inc, TWO 12 : 01 AM STANDARD TIME AT MAILING POLICY ADDRESS SHOWN ABOVE. ills PERIOD ITEM INSURING COMPANY : REPRESENTATIVE .r THREE .WESTCHESTER SURPLUS LINES CRC INSURANCE SERVICES, INC. INSURANCE COMPANY 105 W. ADAMS ST. , 18TH FLOOR CHICAGO IL 60603 am ITEM LIMITS OF INSURANCE : FOUR AS IN INSURING AGREEMENT V AND VI (THE LIMITS OF INSURANCE ARE THE AMOUNTS SHOWN BELOW) / LIMITS 1/ (A) Each Occurrence Limit $10, 000, 000 ..r (B) General Aggregate Limit $10, 000, 000 (other than Products/Completed Operations) m. (C) Product/Completed Operations Aggregate Limit $10, 000, 000 (D) Combined Aggregate Limit N/A — (E) Self-Insured Retention (Per Occurrence) $10, 000 Insured's copy 08-27-03 MD1 DHARP Page 1 of 2 CITY OF RENTON CONSTRUCTION CONTRACTS INSURANCE AND RELATED REQUIREMENTS MINIMUM INSURANCE COVERAGES AND REQUIREMENTS The(CONTRACTOR)shall obtain and maintain the minimum insurance coverages set forth below. By requiring such minimum insurance, CITY OF RENTON shall not be deemed or construed to have assessed the risks that •. may be applicable to the(CONTRACTOR)under Contract Number . The(CONTRACTOR)shall assess • its own risks and if it deems appropriate and/or prudent,maintain higher limits and/or broader coverages. Coverages rrr (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 r• coverage assumed under contract) • Broad Form Property Damage • Independent Contractors • Personal/Advertising Injury •. • Stop Gap Liability (2) Automobile Liability including all rr • Owned Vehicles • Non-Owned Vehicles • Hired Vehicles (3) Workers'Compensation • Statutory Benefits(Coverage A)-Show WA L&I Number ■r (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, err 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. rrn r.. insurance information forml.doc\ r•. ono LIMITS REQUIRED '""' The(CONTRACTOR)shall carry the following limits of liability as required below: Commercial General Liability General Aggregate* $ 2,000,000 Products/Completed Operations Aggregate $ 2,000,000 Each Occurrence Limit $ 1,000,000 Personal/Advertising Injury $ 1,000,000 Fire Damage(Any One Fire) $ 50,000 Medical Payments(Any One Person) $ 5,000 +� Stop Gap Liability $ 1,000,000 *General Aggregate to apply per project(ISO Form CG2503 or equivalent) Automobile Liability Bodily Injury/Property Damage $ 1,000,000 (Each Accident) Workers'Compensation rr Coverage A(Workers'Compensation)-Show WA L&I Number Umbrella Liability Each Occurrence Limit $ 1,000,000 General Aggregate Limit $ 1,000,000 our Products/Completed Operations Aggregate $ 1,000,000 Professional Liability(If required) Each Occurrence/Incident/Claim $ 1,000,000 Aggregate $ 2,000,000 (The City may require the CONTRACTOR keep this policy in effect for up to two(2)years after completion of the project) ,rr Pollution Liability(If required) To apply on a per project basis Per Loss $ 1,000,000 Aggregate $ 1,000,000 r.. Nov rr insurance information form 1.doc\ r 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: 1) Be on a primary basis nor contributory with any other insurance coverages and/or self-insurance carried by CITY OF RENTON. 2) Include a Waiver of Subrogation Clause. +r+ 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 furnish to the CITY OF RENTON a new certificate of insurance showing such coverage is in force. The CITY OF RENTON may require the CONTRACTOR to keep Professional Liability coverage in effect for two(2)years after completion of the project. rr rr IMO rri .r 011' insurance information form1.doc\ r.. PREVAILING MINIMUM HOURLY RATES WAGERATECOV.DOC\ State of Washington tog 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. mil KING COUNTY Effective 03-03-04 ***************************************************************************************************************** MN (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $31.86 1N 5D BOILERMAKERS JOURNEY LEVEL $33.32 1 ill BRICK AND MARBLE MASONS JOURNEY LEVEL $38.37 1M 5A CABINET MAKERS(IN SHOE) JOURNEY LEVEL $16.67 1 CARPENTERS imm ACOUSTICAL WORKER $38.06 1M 5D BRIDGE,DOCK AND WARF CARPENTERS $37.90 1M 5D CARPENTER $37.90 1M 5D CREOSOTED MATERIAL $38.00 1M 5D MO DRYWALL APPLICATOR $38.74 1M 5D FLOOR FINISHER $38.03 1M 5D FLOOR LAYER $38.03 1M 5D FLOOR SANDER $38.03 1M 5D NO MILLWRIGHT AND MACHINE ERECTORS $38.90 1M 5D PILEDRIVERS,DRIVING,PULLING,PLACING COLLARS AND WELDING $38.10 1M 5D SAWFILER $38.03 1M 5D SHINGLER $38.03 1M 5D mai STATIONARY POWER SAW OPERATOR $38.03 1M 5D STATIONARY WOODWORKING TOOLS $38.03 1M 5D CEMENT MASONS JOURNEY LEVEL $38.94 1M 5D DIVERS&TENDERS AM DIVER $79.57 1M 5D 8A DIVER TENDER $40.67 1M 5D DREDGE WORKERS ASSISTANT ENGINEER $38.37 1B 5D 8L iso ASSISTANT MATE(DECKHAND) $37.91 1B 5D 8L BOATMEN $38.37 1B 5D 8L ENGINEER WELDER $38.42 1B 5D 8L LEVERMAN,HYDRAULIC $39.85 1B 5D 8L MAINTENANCE $37.91 1B 5D 8L los MATES $38.37 1B 5D 8L OILER $38.02 1B 5D 8L DRYWALL TAPERS JOURNEY LEVEL $38.59 1J 5B MIL ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL $18.69 1 Page 1 1.2 iie or ■1/ ire 1 KING COUNTY ii Effective 03-03-04 (See Benefit Code Key) g Over ii PREVAILING Time Holiday Note Classification WAGE Code Code Code ELECTRICIANS-INSIDE t) CABLE SPLICER $48.51 1D 6H 11 CABLE SPLICER(TUNNEL) $52.31 10 6H CERTIFIED WELDER $46.79 1D 6H CERTIFIED WELDER(TUNNEL) $50.41 1D 6H il CONSTRUCTION STOCK PERSON $24.33 1D 6H sii JOURNEY LEVEL $45.06 10 6H JOURNEY LEVEL(TUNNEL) $48.51 10 6H ELECTRICIANS-MOTOR SHOP CRAFTSMAN $15.37 2A 6C iii JOURNEY LEVEL $14.69 2A 6C ELECTRICIANS-POWERLINE CONSTRUCTION CABLE SPLICER $48.96 4A 5A CERTIFIED LINE WELDER $44.65 4A 5A GROUNDPERSON $32.13 4A 5A II HEAD GROUNDPERSON $33.93 4A 5A HEAVY LINE EQUIPMENT OPERATOR $44.65 4A 5A JACKHAMMER OPERATOR $33.93 4A 5A JOURNEY LEVEL LINEPERSON $44.65 4A 5A II Iii LINE EQUIPMENT OPERATOR $37.87 4A 5A POLE SPRAYER $44.65 4A 5A POWDERPERSON $33.93 4A 5A ELECTRONIC&TELECOMMUNICATION TECHNICIANS III JOURNEY LEVEL $12.07 1 ELEVATOR CONSTRUCTORS MECHANIC $49.28 4A 60 MECHANIC IN CHARGE $54.18 4A 6Q FABRICATED PRECAST CONCRETE PRODUCTS all ALL CLASSIFICATIONS $11.60 2K 6S FENCE ERECTORS FENCE ERECTOR $18.71 1 FENCE FLAGGERSLABORER $12.77 1 NI JOURNEY LEVEL $27.18 1N 5D GLAZIERS JOURNEY LEVEL $38.96 2E 5G HEAT&FROST INSULATORS AND ASBESTOS WORKERS II ila MECHANIC $39.93 1F 5E HEATING EQUIPMENT MECHANICS MECHANIC $33.65 1 HOD CARRIERS&MASON TENDERS JOURNEY LEVEL $32.34 1N 5D gm INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC $15.65 1 INDUSTRIAL POWER VACUUM C LEANER JOURNEY LEVEL $9.07 1 Ili INLAND BOATMEN CAPTAIN $33.50 1K 58 COOK $28.96 1K 5B DECKHAND $28.16 1K 5B iii ENGINEER/DECKHAND $30.61 1K 5B MATE,LAUNCH OPERATOR $32.05 1K 5B Page 2 I Ili illi x iii ill KING COUNTY 'ter Effective 03-03-04 (See Benefit Code Key) Over or PREVAILING Time Holiday Note Classification WAGE Code Code Code INSPECTION/CLEANING/SEALING OF SEWER&WATER SYSTEMS BY REMOTE CONTROL MINI CLEANER OPERATOR,FOAMER OPERATOR $9.73 1 GROUT TRUCK OPERATOR $11.48 1 HEAD OPERATOR $12.78 1 TECHNICIAN $7.16 1 AO TV TRUCK OPERATOR $10.53 1 INSULATION APPLICATORS JOURNEY LEVEL $37.90 1M 5D IRONWORKERS ime JOURNEY LEVEL $41.02 1B 5A LABORERS ASPHALT RAKER $32.34 1N 5D BALLAST REGULATOR MACHINE $31.86 1N 5D BATCH WEIGHMAN $27.18 IN 5D IM BRUSH CUTTER $31.86 1N 5D BRUSH HOG FEEDER $31.86 1N 5D BURNERS - $31.86 1N 5D CARPENTER TENDER $31.86 1N 5D so CASSION WORKER $32.70 1N 5D CEMENT DUMPER/PAVING $32.34 1N 5D CEMENT FINISHER TENDER $31.86 1N 5D , CHANGE-HOUSE MAN OR DRY SHACKMAN $31.86 1N 5D NM CHIPPING GUN(OVER 30 LBS) $32.34 IN 5D CHIPPING GUN(UNDER 30 LBS) $31.86 1N 5D CHOKER SETTER $31.86 IN 5D CHUCK TENDER $31.86 1N 5D CLEAN-UP LABORER $31.86 1N 5D am CONCRETE DUMPER/CHUTE OPERATOR $32.34 IN 5D CONCRETE FORM STRIPPER $31.86 1N 5D CONCRETE SAW OPERATOR $32.34 1N 5D CRUSHER FEEDER $27.18 1N 5D CURING LABORER $31.86 IN 50 DEMOLITION,WRECKING&MOVING(INCLUDING CHARRED $31.86 1N 5D DITCH DIGGER $31.86 1N 513 DIVER $32.70 1N 5D - DRILL OPERATOR(HYDRAULIC,DIAMOND) $32.34 IN 50 DRILL OPERATOR,AIRTRAC $32.70 1N 5D DUMPMAN $31.86 1N 5D EPDXY TECHNICIAN $31.86 1N 5D EROSION CONTROL WORKER $31.86 1N 5D loi FALLER/BUCKER,CHAIN SAW $32.34 1N 5D FINAL DETAIL CLEANUP(i.e.,dusting,vacuuming,window cleaning;NOT $24.86 1N 5D construction debris cleanup) FINE GRADERS $31.86 1N 5D 1111 FIRE WATCH $27.18 1N 5D FORM SETTER $31.86 1N 5D GABIONBASKETBUILDER $31.86 1N 5D GENERAL LABORER $31.86 IN 5D ime GRADE CHECKER&TRANSIT PERSON $32.34 1N 5D GRINDERS $31.86 IN 5D GROUT MACHINE TENDER $31.86 1N 5D Page 3 Ail MO MN all w KING COUNTY ei Effective 03-03-04 ***************************************************************************************************************** (See Benefit Code Key) ) Over ili PREVAILING Time Holiday Note Classification WAGE Code Code Code a GUARDRAIL ERECTOR $31.86 1N 5D HAZARDOUS WASTE WORKER LEVEL A $32.70 1N 5D II HAZARDOUS WASTE WORKER LEVEL B $32.34 1N 5D HAZARDOUS WASTE WORKER LEVEL C $31.86 1N 50 HIGH SCALER $32.70 IN 5D HOD CARRIER/MORTARMAN $32.34 1N 5D JACKHAMMER $32.34 IN 5D LASER BEAM OPERATOR $32.34 1N 5D MANHOLE BUILDER-MUDMAN $32.34 1N 5D MATERIAL YARDMAN $31.86 1N 5D mi. MINER $32.70 1N 5D NOZZLEMAN,CONCRETE PUMP,GREEN CUTTER WHEN USING HIGH $32.34 1N 5D PRESSURE AIR&WATER ON CONCRETE&ROCK,SANDBLAST, GUNITE,SHOTCRETE,WATER BLASTER 1 PAVEMENT BREAKER $32.34 1N 5D a PILOT CAR $27.18 1N 5D PIPE POT TENDER $32.34 1N 5D PIPE RELINER(NOT INSERT TYPE) $32.34 1N 50 k PIPELAYER&CAULKER $32.34 1N 5D iii PIPELAYER&CAULKER(LEAD) ' $32.70 IN 5D PIPEWRAPPER $32.34 1N 5D POT TENDER $31.86 1N 5D POWDERMAN $32.70 IN 5D 1I POWDERMAN HELPER $31.86 IN 50 POWERJACKS $32.34 IN 5D RAILROAD SPIKE PULLER(POWER) $32.34 1N 5D RE-TIMBERMAN $32.70 1N 5D iii RIPRAP MAN $31.86 1N 5D RODDER $32.34 1N 5D SCAFFOLD ERECTOR $31.86 1N 50 SCALE PERSON $31.86 1N 5D SIGNALMAN $31.86 IN 513 lii SLOPER(OVER 20") $32.34 1N 50 SLOPER SPRAYMAN $31.86 1N 5D SPREADER(CLARY POWER OR SIMILAR TYPES) $32.34 1N 50 SPREADER(CONCRETE) $32.34 1N 5D iii STAKE HOPPER $31.86 1N 5D STOCKPILER $31.86 1N 5D TAMPER&SIMILAR ELECTRIC,AIR&GAS $32.34 1N 5D -,"} TAMPER(MULTIPLE&SELF PROPELLED) $32.34 1N 5D illii TOOLROOM MAN(AT JOB SITE) $31.86 1N 5D TOPPER-TAILER $31.86 1N 5D TRACKLABORER $31.86 1N 5D TRACK LINER(POWER) $32.34 1N 5D `( AI TRUCK SPOTTER $31.86 1N 5D TUGGER OPERATOR $32.34 1N 5D VIBRATING SCREED(AIR,GAS,OR ELECTRIC) $31.86 1N 5D VIBRATOR $32.34 1N 5D VINYL SEAMER $31.86 1N 5D til WELDER $31.86 1N 5D WELL-POINT LABORER $32.34 1N 5D a 4 is Page 4 N i Iiiii 1 III III KING COUNTY ms Effective 03-03-04 (See Benefit Code Key) Over ow PREVAILING Time Holiday Note Classification WAGE Code Code Code LABORERS-UNDERGROUND SEWER&WATER GENERAL LABORER $31.86 1N 5D it PIPE LAYER $32.34 1N 50 LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $11.07 1 LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $10.63 1 as LANDSCAPING OR PLANTING LABORERS $8.42 1 LATHERS JOURNEY LEVEL $38.74 1M SD MACHINISTS(HYDROELECTRIC SITE WORK) MACHINIST $16.84 1 Om METAL FABRICATION(IN SHOP) FITTER $15.86 1 LABORER $9.78 1 MACHINE OPERATOR $13.04 1 WI PAINTER $11.10 1 WELDER $15.48 1 MODULAR BUILDINGS CABINET ASSEMBLY $11.56 1 Ns ELECTRICIAN $11.56 1 EQUIPMENT MAINTENANCE $11.56 1 PLUMBER $11.56 1 PRODUCTION WORKER $9.26 1 TOOL MAINTENANCE $11.56 1 or UTILITY PERSON $11.56 1 WELDER $11.56 1 PAINTERS JOURNEY LEVEL $30.77 2B 5A OP PLASTERERS JOURNEY LEVEL $39.33 1R 5A PLAYGROUND&PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $8.42 1 MI PLUMBERS&PIPEFITTERS JOURNEY LEVEL $48.71 1G 5A POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $36.41 1T 5D 8L BACKHOE,EXCAVATOR,SHOVEL (3 YD&UNDER) $39.03 IT 5D 8L ow BACKHOE,EXCAVATOR,SHOVEL (OVER 3 YD&UNDER 6 YD) $39.49 1T 5D 8L BACKHOE,EXCAVATOR,SHOVEL(6 YD AND OVER WITH $40.01 1T 5D 8L BACKHOES, (75 HP&UNDER) $38.64 1T 5D 8L BACKHOES, (OVER 75 HP) $39.03 IT 5D 8L le BARRIER MACHINE(ZIPPER) $39.03 1T 5D 8L BATCH PLANT OPERATOR,CONCRETE $39.03 1T 5D 8L BELT LOADERS(ELEVATING TYPE) $38.64 1T 5D 8L BOBCAT $36.41 1T 5D 8L ow BROOMS $36.41 1T 5D 8L BUMP CUTTER $39.03 1T 5D 8L CABLEWAYS $39.49 1T 5D 8L CHIPPER $39.03 1T 5D 8L COMPRESSORS $36.41 IT 5D 8L i CONCRETE FINISH MACHINE-LASER SCREED $36.41 IT SD 8L CONCRETE PUMPS $38.64 1T 5D 8L Page 5 or Ill MO al ON KING COUNTY i. Effective 03-03-04 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code e CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $39.03 IT 5D 8L , CONVEYORS $38.64 1T 5D 8L II CRANES, THRU 19 TONS,WITH ATTACHMENTS $38.64 1T 5D 8L CRANES, 20-44 TONS,WITH ATTACHMENTS $39.03 1T 5D 8L s CRANES, 45 TONS-99 TONS,UNDER 150 FT OF BOOM(INCLUDING $39.49 1T 5D 8L JIB WITH ATACHMENTS) CRANES,100 TONS-199 TONS,OR 150 FT OF BOOM(INCLUDING JIB $40.01 1T 5D 8L WITH ATTACHMENTS) CRANES,200 TONS TO 300 TONS,OR 250 FT OF BOOM(INCLUDING JIB $40.55 1T 5D 8L WITH ATTACHMENTS) iiiii CRANES,A-FRAME, 10 TON AND UNDER $36.41 1T 5D 8L CRANES,A-FRAME,OVER 10 TON $38.64 1T 50 8L CRANES,OVER 300 TONS,OR 300'OF BOOM INCLUDING JIB WITH $41.07 1T 5D 8L iiii ATTACHMENTS CRANES,OVERHEAD,BRIDGE TYPE(20-44 TONS) $39.03 1T 5D 8L CRANES,OVERHEAD,BRIDGE TYPE(45-99 TONS) $39.49 IT 5D 8L CRANES,OVERHEAD,BRIDGE TYPE(100 TONS&OVER) $40.01 1T 5D 8L CRANES,TOWER CRANE UP TO 175'IN HEIGHT,BASE TO BOOM $40.01 IT 5D 8L illi CRANES,TOWER CRANE OVER 175'IN HEIGHT,BASE TO BOOM $40.55 IT 5D 8L CRUSHERS $39.03 1T 5D 8L DECK ENGINEER/DECK WINCHES(POWER) $39.03 1T 5D 8L DERRICK,BUILDING $39.49 1T 5D 81 DOZERS,D-9&UNDER $38.64 1T 5D 8L I DRILL OILERS-AUGER TYPE,TRUCK OR CRANE MOUNT $38.64 1T 5D 8L DRILLING MACHINE $39.03 IT 5D 8L ELEVATOR AND MANLIFT,PERMANENT AND SHAFT-TYPE $36.41 1T 5D 8L EQUIPMENT SERVICE ENGINEER(OILER) $38.64 1T 50 81 FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $39.03 1T 5D 8L FORK LIFTS,(3000 LBS AND OVER) $38.64 1T 5D 8L FORK LIFTS,(UNDER 3000 LBS) $36.41 1T 5D 8L "' GRADE ENGINEER $38.64 1T 5D 8L GRADECHECKER AND STAKEMAN $36.41 1T 5D 8L GUARDRAIL PUNCH $39.03 IT 50 8L HOISTS,OUTSIDE(ELEVATORS AND MANLIFTS),AIR TUGGERS $38.64 IT 50 8L 1. HORIZONTAUDIRECTIONAL DRILL LOCATOR $38.64 1T 51) 8L HORIZONTAUDIRECTIONAL DRILL OPERATOR $39.03 1T 5D 8L HYDRALIFTS/BOOM TRUCKS(10 TON&UNDER) $36.41 1T 5D 8L HYDRALIFTS/BOOM TRUCKS(OVER 10 TON) $38.64 1T 50 8L LOADERS,OVERHEAD(6 YD UP TO 8 YD) $39.49 1T 5D 8L LOADERS,OVERHEAD(8 YD&OVER) $40.01 IT 50 8L LOADERS,OVERHEAD(UNDER 6 YD),PLANT FEED $39.03 1T 5D 8L LOCOMOTIVES,ALL $39.03 1T 5D 8L MECHANICS,ALL $39.49 1T 513 8L MIXERS,ASPHALT PLANT $39.03 1T 5D 8L iiii MOTOR PATROL GRADER(FINISHING) $39.03 1T 5D 8L MOTOR PATROL GRADER(NON-FINISHING) $38.64 1T 5D 8L MUCKING MACHINE,MOLE,TUNNEL DRILL AND/OR SHIELD $39.49 1T 513 8L OIL DISTRIBUTORS,BLOWER DISTRIBUTION AND MULCH SEEDING $36.41 1T 5D 8L OPERATOR Illi PAVEMENT BREAKER $36.41 1T 5D 8L PILEDRIVER(OTHER THAN CRANE MOUNT) $39.03 IT 5D 8L PLANT OILER(ASPHALT,CRUSHER) $38.64 1T 5D 8L POSTHOLE DIGGER,MECHANICAL $36.41 1T 5D 8L lig Page 6 id 1 a a KING COUNTY is Effective 03-03-04 ***************************************************************************************************************** (See Benefit Code Key) Over ■" PREVAILING Time Holiday Note Classification WAGE Code Code Code POWER PLANT $36.41 1T 5D 8L PUMPS,WATER $36.41 1T 50 8L imp QUAD 9,D-10,AND HD-41 $39.49 IT 5D 8L REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $39.49 IT 5D 8L EQUIP RIGGER AND BELLMAN $36.41 1T 50 8L ROLLAGON $39.49 1T 5D 8L ROLLER,OTHER THAN PLANT ROAD MIX $36.41 IT 5D 8L ROLLERS,PLANTMIX OR MULTtLIFT MATERIALS $38.64 1T 5D 8L ROTO-MILL,ROTO-GRINDER $39.03 1T 5D 8L NO SAWS,CONCRETE $38.64 IT 5D 8L SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $39.03 IT 5D 8L OFF-ROAD EQUIPMENT(UNDER 45 YD) SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $39.49 1T 5D 8L OFF-ROAD EQUIPMENT(45 YD AND OVER) us SCRAPERS,CONCRETE AND CARRY ALL $38.64 1T 5D 8L SCREED MAN $39.03 1T 5D 8L SHOTCRETE GUNITE - $36.41 1T 5121 8L SLIPFORM PAVERS $39.49 1T 5D 8L ON SPREADER,TOPSIDE OPERATOR-BLAW KNOX $39.03 1T SD 8L SUBGRADE TRIMMER $39.03 IT 50 8L TOWER BUCKET ELEVATORS $38.64 1T 5D 8L TRACTORS,(75 HP&UNDER) $38.64 1T 5D 8L NO TRACTORS,(OVER 75 HP) $39.03 1T 5D 8L TRANSFER MATERIAL SERVICE MACHINE $39.03 IT 5D 8L TRANSPORTERS,ALL TRACK OR TRUCK TYPE $39.49 IT 5D 8L TRENCHING MACHINES $38.64 1T 5D 8L No TRUCK CRANE OILER/DRIVER(UNDER 100 TON) $38.64 1T 5D 8L TRUCK CRANE OILER/DRIVER(100 TON&OVER) $39.03 1T 5D 8L TRUCK MOUNT PORTABLE CONVEYER $39.03 IT 5D 8L WHEEL TRACTORS,FARMALL TYPE $36.41 IT 5D 8L MN YO YO PAY DOZER $39.03 IT 5D 8L POWER EQUIPMENT OPERATORS-UNDERGROUND SEWER& (SEE POWER EQUIPMENT OPERATORS) POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $32.01 4A 5A Ss SPRAY PERSON $29.79 4A 5A TREE EQUIPMENT OPERATOR $30.71 4A 5A TREE TRIMMER $28.43 4A 5A TREE TRIMMER GROUNDPERSON $20.89 4A 5A REFRIGERATION&AIR CONDITIONING MECHANICS Air MECHANIC $46.46 1G 5A RESIDENTIAL BRICK&MARBLE MASONS JOURNEY LEVEL $27.05 1 RESIDENTIAL CARPENTERS in JOURNEY LEVEL $23.47 1 RESIDENTIAL CEMENT MASONS JOURNEY LEVEL $22.64 1 RESIDENTIAL DRYWALL TAPERS NM JOURNEY LEVEL $38.59 1J 5B RESIDENTIAL ELECTRICIANS JOURNEY LEVEL $26.24 1 Page 7 ism it sr +rr so KING COUNTY Effective 03-03-04 ***************************************************************************************************************** (See Benefit Code Key) Over Hi PREVAILING Time Holiday Note Classification WAGE Code Code Code RESIDENTIAL GLAZIERS JOURNEY LEVEL $26.84 2E 5G R IIN ESIDENTIAL INSULATION APPLICATORS JOURNEY LEVEL $17.60 1 RESIDENTIAL LABORERS JOURNEY LEVEL RESIDENTIAL PAINTERS $18 12 1 I JOURNEY LEVEL $18.36 1 RESIDENTIAL PLUMBERS&PIPEFITTERS JOURNEY LEVEL $22.95 1 , RESIDENTIAL REFRIGERATION&AIR CONDITIONING iI JOURNEY LEVEL $46.46 1G 5A RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL(FIELD OR SHOP) $19.48 1 RESIDENTIAL SOFT FLOOR LAYERS ' Ili JOURNEY LEVEL $31.52 1B 5A RESIDENTIAL SPRINKLER FITTERS(FIRE PROTECTION) JOURNEY LEVEL _ $25.58 1B 5C RESIDENTIAL TERRAZZO/TILE FINISHERS JOURNEY LEVEL $26.30 1 Mii RESIDENTIAL TERRAZZO/TILE SETTERS JOURNEY LEVEL $35.63 1H 5A ROOFERS JOURNEY LEVEL $34.53 1R 5A iii USING IRRITABLE BITUMINOUS MATERIALS $37.53 1R 5A SHEET METAL WORKERS JOURNEY LEVEL(FIELD OR SHOP) $45.43 1J 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 el SOFT FLOOR LAYERS JOURNEY LEVEL $31.52 1B 5A SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL $12.44 1 5S SPRINKLER FITTERS(FIRE PROTECTION) JOURNEY LEVEL $46.19 1B 5C STAGE RIGGING MECHANICS(NON STRUCTURAL) JOURNEY LEVEL $13.23 1 SURVEYORS CHAIN PERSON $9.35 1 IF INSTRUMENT PERSON $11.40 1 PARTY CHIEF $13.40 1 ;t TELEPHONE LINE CONSTRUCTION-OUTSIDE CABLE SPLICER $27.84 2B 5A ii HOLE DIGGER/GROUND PERSON $15.69 2B 5A INSTALLER(REPAIRER) $26.70 2B 5A JOURNEY LEVEL TELEPHONE LINEPERSON $25.91 2B 5A SPECIAL APPARATUS INSTALLER I $27.84 2B 5A lili SPECIAL APPARATUS INSTALLER II $27.28 2B 5A Page 8 in ii a a a OVERTIME CODES rrr 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. - I. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. ALL HOURS WORKED ON SATURDAYS,SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. as C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. D. THE FIRST EIGHT(8)HOURS ON SATURDAYS OF A FIVE-EIGHT HOUR WORK WEEK AND THE FIRST EIGHT(8) HOURS WORKED ON A FIFTH CALENDAR DAY,EXCLUDING SUNDAY,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 EIGHT(8) HOURS PER DAY ON SATURDAY;ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS IN A FIFTH CALENDAR WEEKDAY OF A FOUR-TEN HOUR SCHEDULE;ALL HOURS WORKED IN EXCESS OF TEN(10)HOURS PER DAY 1�rr MONDAY THROUGH FRIDAY,AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. E. ALL HOURS WORKED IN EXCESS OF 10 PER DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. THE wr 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 AND SATURDAY,AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. F. 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(EXCEPT LABOR DAY)SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. G. THE FIRST TEN(10)HOURS WORKED ON SATURDAYS AND THE FIRST TEN(10)HOURS WORKED ON A FIFTH CALENDAR WEEKDAY IN A FOUR-TEN HOUR SCHEDULE,SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN(10)HOURS PER DAY MONDAY THROUGH row SATURDAY,AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. H. ALL HOURS WORKED ON SATURDAYS(EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER rr CONDITIONS OR EQUIPMENT BREAKDOWN)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. I. ALL HOURS WORKED ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF THE HOURLY RATE OF WAGE. WORK PERFORMED ON SUNDAYS SHALL BE PAID AND DOUBLE THE HOURLY RATE OF WAGE. WORK PERFORMED ON A HOLIDAY SHALL BE PAID ONE AND ONE-HALF TIMES THEIR HOURLY RATE FOR ACTUAL HOURS WORKED PLUS EIGHT(8)HOURS OF STRAIGHT TIME FOR THE HOLIDAY. J. 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 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. sol L. 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. 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. OM KING COUNTY Effective 03-03-04 (See Benefit Code Key) Over iiii PREVAILING Time Holiday Note Classification WAGE Code Code Code TELEPHONE EQUIPMENT OPERATOR(HEAVY) $27.84 2B 5A s` TELEPHONE EQUIPMENT OPERATOR(LIGHT) $25.91 2B 5A ii TELEVISION GROUND PERSON $14.89 2B 5A TELEVISION LINEPERSON/INSTALLER $19.81 2B 5A TELEVISION SYSTEM TECHNICIAN $23.43 2B 5A TELEVISION TECHNICIAN $21.11 2B 5A TREE TRIMMER $25.91 2B 5A TERRAZZO WORKERS&TILE SETTERS JOURNEY LEVEL $35.63 1H 5A TILE,MARBLE&TERRAZZO FINISHERS Ni FINISHER $29.46 1H 5A TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $30.40 1K 5A TRUCK DRIVERS ASPHALT MIX(TO 16 YARDS) $35.91 1T 5D 8L Si ASPHALT MIX(OVER 16 YARDS) $36.49 IT 5D 8L DUMP TRUCK $35.91 1T 5D 8L DUMP TRUCK&TRAILER $36.49 IT 5D 8L OTHER TRUCKS $36.49 1T 5D 8L Ili TRANSIT MIXER $23.45 1 WELL DRILLERS&IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $17.71 1 OILER $12.97 1 Id WELL DRILLER $17.68 1 t 0 a AY ii i4} a a Page 9 a 4 la a P. ALL HOURS WORKED ON SATURDAYS(EXCEPT MAKEUP DAYS)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 so HOURLY RATE OF WAGE. Q. 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 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. l. 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 Al.I ER 6:00PM SATURDAY TO 6:00AM MONDAY AND ON HOLIDAYS tor 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 HOURLY RATE OF WAGE. W. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS(EXCEPT MAKE-UP DAYS)SHALL BE PAID AT ONE AND ONE- MN HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. 2. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. THE FIRST SIX(6)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF SIX(6)HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. illt 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 111'!0 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. 1101 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. its 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 SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS 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 IN ADDITION TO THE HOLIDAY PAY. ar 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. ire 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 ire 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. 0111 M. ALL HOURS WORKED ON SATURDAYS,SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. O. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. 4. A. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SATURDAYS,SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. HOLIDAY CODES 5. A. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(7). B. HOLIDAYS: NEW YEARS DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY,THE DAY BEFORE CHRISTMAS,AND CHRISTMAS DAY(8). C. HOLIDAYS: NEW YEARS DAY,PRESIDENTS'DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY, 0 THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). D. HOLIDAYS: NEW YEARS DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,THE FRIDAY AND SATURDAY AF I ER THANKSGIVING DAY,AND CHRISTMAS DAY(8). E. HOLIDAYS: NEW YEAR'S DAY,PRESIDENTS'DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY, PRESIDENTIAL ELECTION DAY,THANKSGIVING DAY,THE FRIDAY Al I ER THANKSGIVING DAY,AND CHRISTMAS DAY(9). 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 0 CHRISTMAS DAY(6). 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). O. PAID HOLIDAYS: NEW YEAR'S DAY,WASHINGTON'S BIRTHDAY,INDEPENDENCE DAY,LABOR DAY, THANKSGIVING DAY,AND CHRISTMAS DAY(6). P. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY AND SATURDAY AF I ER 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). S. PAID HOLIDAYS: NEW YEAR'S DAY,PRESIDENTS'DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY, THANKSGIVING DAY,AND CHRISTMAS DAY(7). T. PAID HOLIDAYS: SEVEN(7)PAID HOLIDAYS. V. PAID HOLIDAYS: SIX(6)PAID HOLIDAYS. W. PAID HOLIDAYS: NINE(9)PAID HOLIDAYS. X. HOLIDAYS: AF 1 ER 520 HOURS-NEW YEAR'S DAY,THANKSGIVING DAY AND CHRISTMAS DAY. Al I ER 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). ilk 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,DAY AFTER THANKSGIVING DAY,CHRISTMAS EVE DAY,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 AF I ER THANKSGIVING DAY,CHRISTMAS DAY,THE DAY BEFORE OR THE DAY AFTER CHRISTMAS DAY(9). e 6. H. HOLIDAYS: NEW YEAR'S DAY,MARTIN LUTHER KING JR.DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). I. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING rot 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,VETERAN'S DAY THANKSGIVING DAY,THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY. UNPAID HOLIDAY: rmor PRESIDENTS'DAY. S. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,THE FRIDAY AF I ER THANKSGIVING DAY,CHRISTMAS EVE DAY,AND CHRISTMAS DAY(8). wr 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). too 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). as V. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,DAY AFTER THANKSGIVING DAY,CHRISTMAS EVE DAY,CHRISTMAS DAY, EMPLOYEE'S BIRTHDAY, AND ONE DAY OF THE EMPLOYEE'S CHOICE(10). OW 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 CHRISTMAS DAY(10). X. PAID HOLIDAYS: NEW YEAR'S DAY,DAY BEFORE OR AF 1 ER 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(II). NOTE CODES 8. A. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS,THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE: OVER 50'TO 100'-$1.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100'TO 175'-$2.25 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 175'TO 250'-$5.50 PER FOOT FOR EACH FOOT OVER 175 FEET OVER 250'-DIVERS MAY NAME THEIR OWN PRICE,PROVIDED IT IS NO LESS THAN THE SCALE LISTED FOR 250 FEET r C. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS,THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE: OVER 50'TO 100'-$1.00 PER FOOT FOR EACH FOOT OVER 50 FEET so OVER 100'TO 150'-$1.50 PER FOOT FOR EACH FOOT OVER 100 FEET rr OVER 200'-DIVERS MAY NAME THEIR OWN PRICE D. WORKERS WORKING WITH SUPPLIED AIR ON HAZMAT PROJECTS RECEIVE AN ADDITIONAL$1.00 PER HOUR. L. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS-LEVEL A:$0.75, LEVEL r 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. lift 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. 1 0 a 0 a ail 11 1 a Department of Labor and Industries STATEMENT OF INTENT TO Prevailing Wage ,,,,,t.'1".."?..,.... ( ) 1 f= PAY PREVAILING WAGES Prevailing Sing Was www.lni.wa.gov/prevailingwage '"i a°` Public Works Contract $25.00 Filing Fee Required •This form must be typed or printed in ink. Project Name Contract# •Fill in all blanks or form will be returned for correction(see back). •Please allow a minimum of 10 working days for processing. Contract Awarding Agency(public agency-not federal or private) APPR0VED FORM WLL0E MAtti TO THI$'ADIE5 L).. Address Contractor,company or agency name,address,city,state&ZIP+4 City State ZIP+4 Awarding Agency Project Contact Person Phone# ( ) County where wort will be performed City where work will be performed Bid due date (m/d/y) Date contract awarded (m/d/y) /Prime contractor(has contract with the public agency) Contractor Registration No. Do intend s d to use bcontractors? / / Do you intend to use apprentices? -- _ Yes 0 No LI Yea []No ry,,, Craft/trade and occupation (Do NOT list apprentices) Rate of Rate of hourly Estimated no. hourly pay fringe benefits of workers 4 I r bit : ' Company name,address city,state,ZIP+4 Indicate total dollar amount I .,. M.... ,......,........._,.w.:.:., .....w.M. w,,. :...M:::..,.:..: of your contract $ I hereby certify that the above information is correct and that all :...:.. .: : ....,.. ..,. _ . . ,...„... . ,....,, ,..„:....:::M....:..,.......:...:.....::: workers I employ on this Public Works Project will be paid no IMO less than the Prevailing Wage Rate(s) as determined by the Industrial Statistician of the Department of Labor and Industries. Contractor Registration No. UBI Title Signature MIEmail address Phone number `For[�,&I Use Only For I&I Use Only ) Check Number: ❑ $25 or $ air APPROVED: Department of Labor and Industries Issued By: illi By Industrial Statistician J F700-029-000 statement of intent to pay prevailing wages 10-02 After APPROVAL. send white copy to Awarding Agency. Canary copy-L&I Department of Labor and Industries s.a.r,. AFFIDAVIT OF WAGES PAID Prevailing Wage (360)902-5335 i.,„.,,E,„„,ti Public Works Contract www.lni.wa.gov/prevailingwage $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) ...: ... .,.: ::;. :: : • .••:.:.>: ._, .:... ..,,:, .. .; ... ::,.;::::::. Address ---------------------- ::W.;::;:...0,:YUC :fgaC:' aft:.lE, : NtKrte > arti!#tgA00 1 $Sgiiiii:::i. 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 (m/d/y) Date contract awarded (m/d/y) -.__ -_ 1 / Prime contractor(has contract with the public agency) Contractor Registration No. Date work completed (m/d/y) Date Intent filed (m/d/y) / / i. Craft/trade/occupation and apprentices (For apprentices,give name, Number Total#hrs Rate of Rate of hourly registration#,trade,dates of work on project,stage of progression,wage and fringe) of Workers worked-ea trade Hourly Pay fringe benefits t ame 1 IV [r w Company name,address,city,state,ZIP+4 Indicate total dollar amount of your contract $ I hereby certify that the above information is correct and that all workers I employed on this Public Works Project were paid no less than the Prevailing Wage Rate(s) as determined by the tse Industrial Statistician of the Department of Labor and Industries. Contractor Registration No. UBI Title e- Signature Ai Phone number Email address `� r.C...t.#tx tin)`:z::>:;:::z:`>.:':»>::'s::>::>:><:>:::>:::;>:::>:<:::;is::::s:>::z'>`»>:::<:>:::`>::>:: ( ) ❑ $25 or $ ......................:...:..:::::::::::.. . Check Number: tCERTIFIED: Department of Labor and Industries '' Issued By: ii E By ?. Industrial Statistician •» F700-007-000 affidavit of wages 11-02 After APPROVAL, send white copy to Awarding Agency. 0 Canary copy-L&I ICERTIFICATION OF PAYMENT OF PREVAILING WAGES I 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 iii 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. ow Company Name to By: ilow Title: off rr i pi I I 1 Ica ENVIRONMENTAL REGULATIONS • k. • ENVREGCOV.DOC\ REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND PRESERVATION OF PUBLIC NATURAL RESOURCES ANN In accordance with the provisions of Chapter 62, Laws of 1973, H. B. 621, the Contract or shall secure any permits or licenses required by, and comply fully with all provisions of the following "'" laws, ordinances, and resolutions: King County Ordinance No. 1527 requires Building and Land Development Division and '""' Hydraulics Division review of grading and filling permits and unclassified use permits in flood hazard areas. Resolution No. 36230 establishes storm drain design standards to be incorporated into project design standards to be incorporated into project design by Engineering Services. Review by ate Hydraulics Division. King County Ordinance No. 800, No. 900, No. 1006 and Resolution No. 8778, No. 24553, No. 24834, No. 6894 and No. 11242 contained in King County Code Titles 8 and 10 are provisions for disposition of refuse and litter in a licensed disposal site and provide penalties for failure to comply. Review by Division of Solid Waste. Puget Sound Air Pollution Control Agency Regulation I: A regulation to control the emission of air contaminants from all sources within the jurisdiction of the Puget Sound Air Pollution Control ••• Agency (King, Pierce, Snohomish, and Kitsap Counties) in accordance with the Washington Clean Air Act,R.C.W. 70.94. WASHINGTON STATE DEPARTMENT OF ECOLOGY NW W.A.C. 18-02: Requires operators of stationary sources of air contaminants to maintain records of emissions, periodically report to the State information concerning these emissions from his rim operations, and to make such information available to the public. See Puget Sound Pollution Control Agency Regulation I. R.C.W. 90-48: Enacted to maintain the highest possible standards to ensure the purity of all water of the State consistent with public health and public enjoyment thereof, the propagation and protection of wildlife, birds, game, fish, and other aquatic life, and the industrial development of the state, and to that end require the use of all known available and reasonable methods by industries and others to prevent and control the pollution of the waters of the State of Washington. It is unlawful to throw, drain, run or otherwise discharge into any of the water of this State any organic twr or inorganic matter that shall cause or tend to cause pollution of such waters. The law also provides for civil penalties of$5,000/day for each violation. I fir. R.C.W. 70.95: Establishes uniform statewide program for handling solid wastes which will prevent land, air and water pollution. Makes it unlawful to dump or deposit solid wastes onto or under the surface of the ground or into the waters of this State except at a solid waste disposal site for which there is a valid permit. rr R.C.W. 76-04.370: Provide for abatement of additional fire hazard(lands upon which there is forest debris) and extreme fire hazard (areas of additional fire hazard near buildings, roads, campgrounds, "'" and school grounds). The owner and/or person responsible is fully liable in the event a fire starts or spreads on property on which an extreme fire hazard exists. R.C.W. 76.04.010: Defines terms relating to the suppression or abatement of forest fires or forest fire conditions. a SW 23rd Street Drainage Improvement Project rrr REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND PRESERVATION OF PUBLIC NATURAL RESOURCES R.C.W. 70.94.660: Provides for issuance of burning permits for abating or prevention of forest fire hazards, instruction or agricultural operations. R.C.W. 76-.04.310: Stipulates that everyone clearing land or clearing right-of-way shall pile and burn or dispose of by other satisfactory means, all forest debris cut thereon, as rapidly as the clearing or cutting progresses, or at such other times as the department may specify, and in compliance with the law requiring burning permits. R. C. W. 78-44: Laws governing surface mining (including sand, gravel, stone, and earth from borrow pits) which provide for fees and permits, plan or operation, reclamation plan, bonding, and inspection of operations. W.A.C. 332-18: Delineates all requirements of R.C.W. 76-04 pertaining to land clearing and burning. I U.S.ARMY CORPS OF ENGINEERS Section 1 of the River and Harbor Act of June 13, 1902: Authorizes Secretary of Army and Corps I of Engineers to issue permits to any persons or corporation desiring to improve any navigable river at their own expense and risk upon approval of the plans and specifications. I Section 404 of the Federal Water Pollution Control Act (PL92-500 86 Stat. 816): Authorizes the Secretary of the Army, acting through the Corps of Engineers, to issue permits for the discharge of dredged or fill material into the navigable waters at specified disposal sites. Permits may be denied if it is determined that such discharge will have adverse effects on municipal water supplies, shell fish beds and fishery areas and wildlife or recreational areas. MISCELLANEOUS FEDERAL LEGISLATION Section 13 of the River and Harbor Act approved March 3, 1899: Provides that discharge of refuse I without a permit into navigable waters is prohibited. Violation is punishable by fine. Any citizen may file a complaint with the U. S.Attorney and share a portion of the fine. PERMITS REQUIRED FOR THE PROJECT ARE AS FOLLOWS: KING COUNTY BUILDING AND LAND DEVELOPMENT DIVISION 1 King County Resolution No. 25789 requires an unclassified use permit for filling, quarrying (including borrow pits and associated activities such as asphalt plants, rock crushers) and refuse disposal sites and provides for land reclamation subsequent to these activities. A copy is available at the Department of Public Works or Building and Land Development Division. Shoreline Management Act 1971 requires a permit for construction on State shorelines. Permit 1 acquired by Public Works and reviewed by Building and Land Development Division. King County Ordinance No. 1488 requires permit for grading, land fills, gravel pits, dumping, quarrying and mining operations except on County right-of-way. Review by Building and Land Development Division. SW 23rd Street Drainage Improvement Project I REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND PRESERVATION OF PUBLIC NATURAL RESOURCES amp WASHINGTON STATE DEPARTMENT OF FISHERIES AND GAME 'w"' Chapter 112, Laws of 1949: Requires hydraulics permit on certain projects. (King County Department of Public Works will obtain.) WASHINGTON STATE DEPARTMENT OF ECOLOGY W.A.C. 173-220: Requires a National Pollutant Discharge Elimination System (NPDES) permit +rr before discharge of pollutants from a point source into the navigable waters of the State of Washington. ono W.A.C. 372-24: Permit to discharge commercial or industrial waste waters into State surface or ground water (such as gravel washing, pit operations, or any operation which results in a discharge which contains turbidity). rr W.A.C. 508-12-100: Requires permit to use surface water. W.A.C. 508-12-190: Requires that changes to permits for water use be reviewed by the Department 'NN of Ecology whenever it is desired to change the purpose of use, the place of use, the point of withdrawal and/or the diversion of water. W.A.C. 508-12-220: Requires permit to use ground water. W.A.C. 508-12-260: Requires permit to construct reservoir for water storage. W.A.C. 508-12-280: Requires permit to construct storage dam. rr W.A.C. 508-60: Requires permit to construct in State flood control zone. King County Public Works secures one for design. Contractor secures one for his operation(false work design, etc.) ,r. WASHINGTON STATE DEPARTMENT OF NATURAL RESOURCES R.C.W. 76.04.150: Requires burning permit for all fires except for small outdoor fires for recreational purposes or yard debris disposal. Also the Department of Natural Resources reserves 'r" the right to restrict burning under the provisions of R.C.W. 76.04.150, 76.04.170, 76.04.180, and 70.94 due to extreme fire weather or to prevent restriction of visibility and excessive air pollution. rrr R.C.W. 76.08.030: Cutting permit required before cutting merchantable timber. R.C.W. 76.08.275: Operating permit required before operating power equipment in dead or down timber. R.C.W. 78.44.080: Requires permit for any surface mining operation(including sand, gravel, stone, and earth from borrow pits). UNITED STATES ARMY CORPS OF ENGINEERS Section 10 of River and Harbor Act of March 3, 1899: Requires permit for construction (other than bridges, see U. S. Coast Guard administered permits) on navigable waters(King County Department of Public Works will obtain.) ow rM SW 23rd Street Drainage Improvement Project REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND PRESERVATION OF PUBLIC NATURAL RESOURCES es FIRE PROTECTION DISTRICT aro R.C.W. 52.28.010, 52.28.020, 52.28.030, 52.28.040, 52.28.050: Provides authority for, requirements of, and penalties for failure to secure a fire permit for building an open fire within a fire protection district. I I I I 1 I I I I I I I I SW 23rd Street Drainage Improvement Project I I REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND PRESERVATION OF PUBLIC NATURAL RESOURCES ow UNITED STATES COAST GUARD Section 9 of River and Harbor Act of March 3, 1899, General Bridge Act of March 23, 1906, and General Bridge Act of 1946 as amended August 2, 1956: Requires a permit for construction of bridge on navigable waters (King County Department of Public Works will obtain). King County ■. Department of Public Works will comply with pertinent sections of the following laws while securing the aforementioned permit: Section 4(f) of Department of Transportation Act, National Environmental Policy Act of 1969, Water Quality Improvement Act of 1970. wr PUGET SOUND AIR POLLUTION CONTROL AGENCY Section 9.02(d) (2) (iii) of Regulation I: Request for verification of population density. Contractor should be sure his operations are in compliance with Regulation I,particularly Section 9.02 (outdoor fires), Section 9.04 (particulate matter-- dust), and Section 9.15 (preventing particulate matter from •r. becoming airborne). ENVIRONMENTAL PROTECTION AGENCY Title 40, Chapter Ic, Part 61: Requires that the Environmental Protection Agency be notified five (5) days prior to the demolition of any structure containing asbestos material (excluding residential structures having fewer than five(5)dwelling units). r The above requirements will be applicable only where called for on the various road projects. Copies of these permits, ordinances, laws, and resolutions are available for inspection at the Office of the Director of Public Works, 900 King County Administration Building, Seattle,WA. 98104. ww It shall be the responsibility of the Contractor to familiarize himself with all requirements therein. All costs resulting therefrom shall be included in the Bid Prices and no additional compensation shall be made. All permits will be available at construction site. agi +.r r.• r SW 23rd Street Drainage Improvement Project ari City of Renton SUPPLEMENTAL SPECIFICATIONS for the 1997 Standard Specifications for Road, Bridge, and Municipal Construction • CDLA • CID 1161 Immo rr 0 Adopted May 19, 1997 viWashington State Department of Transportation American Public Works Association Washington State Chapter r. CITY OF RENTON STANDARD SPECIFICATIONS eli The City of Renton Standard Specifications for Municipal Construction(hereafter referred to as The Renton Standards) shall apply to all work performed within the public right-of-way by, or for, the City of Renton; or work performed as an extension, betterment or addition to any of the City's utility, or transportation systems. The Renton Standards are comprised of the following documents: Standard Specifications The Standard Specifications are "The 1996 Standard Specifications for Road, Bridge, and Municipal Construction (English)" published by the Washington State Department of Transportation and the American Public Works Association, Washington Chapter. • WSDOT Amendments .r WSDOT Amendments are changes to the Standard Specifications published on a quarterly basis by WSDOT. The included Index to Amendments lists all amendments received and acknowledged by the time of publication of this document. These Amendments shall be considered a part of the Standard Specifications. Standard Plans The Standard Plans are selected pages of "The Standard Plans for Road and Bridge Construction" as published by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association, adopted by the City of Renton, and bound together with those standard plans created by the City of Renton. An appendix contains the original WSDOT/APWA index showing the disposition (Adopted, Replaced, or Deleted) of all original pages. Supplemental Specifications The City of Renton Supplemental Specifications is a compilation of the revisions made to the original WSDOT/APWA document, as modified by the adopted WSDOT Amendments, and is produced to be used together with the original document(s). Where changes are being made to the 1996 Standard Specifications sufficient amounts of the original rui (WSDOT/APWA) text is reproduced to provide clarity and context. All original text being deleted is shown with a line through the characters. meted.) All replacement text or text being added is shown as underlined type. Sections being deleted in their entirety are so stated and not shown. When a section is described as being ten revised, sufficient text from the original section is shown with cross-outs and boldface to show the revisions. When a section is supplemented, existing text that is not being changed is not shown unless needed to clarify the meaning of the added text. Each item in the Supplemental Specifications signifies the source that wrote the item in parentheses following w the listing of the section number and title: (APWA) Signifies an item taken verbatim from the Division 1 APWA Supplement to the 1996 Standard Specifications. (SA) Signifies that the section has been modified from the original State text by an amendment produced by WSDOT. The text of the subject section is shown as modified by the amendment, otherwise WSDOT Amendments are not shown in this document except for their listing in the oil Index to Amendments. (RC) Signifies an item produced by the City of Renton or an APWA or State Amendment that has 1 been rewritten by Renton. Those documents listed above shall govern all work, except as these standards may be modified or superseded by project-specific plans, special provisions or other documents officially approved by the City of Renton. All work within the public right-of-way performed by other agencies or private parties working under permit authority of the City of Renton shall follow these standards with the exception of those requirements which pertain to payment and financing. Copies of the Renton Standards are on file at the Customer Service desk of the Planning/Building/Public Works Department, Municipal Building, Renton, Washington 98055, where they may be examined and copied by any interested party. woo Page-RS-i Revision Date:May 19, 1997 rrr Table of Contents CITY OF RENTON STANDARD SPECIFICATIONS i Division 1 General Requirements 1 1-01 Definitions and Terms 1 PI 1-02 Bid Procedures and Conditions 2 1-03 Award and Execution of Contract 2 1-04 Scope of the Work 3 1-05 Control of Work 3 1-06 Control of Material 7 1-07 Legal Relations and Responsibilities to the Public 7 1-08 Prosecution and Progress 12 1-09 Measurement and Payment 14 wNr 1-10 Temporary Traffic Control 18 1-11 Renton Surveying Standards 19 Division 2 Earthwork 22 lila 2-02 Removal of Structures and Obstructions 22 2-03 Roadway Excavation and Embankment 22 2-04 Haul 23 2-06 Subgrade Preparation 23 2-09 Structure Excavation 23 Division 3 Production From Quarry and Pit Sites and Stockpiling 25 wr 3 No supplemental specifications were necessary 25 Division 4 Bases 25 4 No supplemental specifications were necessary 25 trw Division 5 Surface Treatments and Pavements 26 5-04 Asphalt Concrete Pavement 26 rr Division 6 Structures 29 6-12 Rockeries 29 MIN Division 7 Drainage Structures,Storm Sewers,Sanitary Sewers,Water Mains, and Conduits 30 7-01 Drains 30 7-02 Culverts 30 7-03 Structural Plate Pipe,Pipe Arch,Arch,and Underpass 30 ow 7-04 Storm Sewers 30 7-05 Manholes, Inlets,and Catch Basins 31 7-08 General Pipe Installation Requirements 32 7-10 Trench Exc.,Bedding, and Backfill for Water Mains 34 7-11 Pipe Installation for Water Mains 34 7-12 Valves for Water Mains 37 7-14 Hydrants 38 7-15 Service Connections 39 7-17 Sanitary Sewers 39 Division 8 Miscellaneous Construction 40 8-09 Raised Pavement Markers 40 8-10 Guide Posts 40 8-13 Monument Cases 40 8-14 Cement Concrete Sidewalks 40 8-17 Impact Attenuator Systems 41 8-20 Illumination,Traffic Signal Systems, and Electrical 41 8-22 Pavement Marking 47 8-23 Temporary Pavement Markings 48 Page-RS-ii tr Revision Date:May 19, 1997 • Division 9 Materials 49 9-00 Definitions and Tests 49 9-02 Bituminous Materials 49 9-04 Joint and Crack Sealing Materials 50 9-05 Drainage Structures, Culverts,and Conduits 50 9-06 Structural Steel and Related Materials 51 9-08 Paints 51 9-23 Concrete Curing Materials and Admixtures 52 9-29 Illumination,Signals,Electrical 52 9-30 Water Distribution Materials 58 INDEX TO WSDOT AMENDMENTS 60 WSDOT AMENDMENTS 60 or ow rr ■r w U MN IOW S err Page-RS-iii Revision Date:May 19,1997 tier .,IC.......,,ii�411111 i erms 1-01 Definitions and Terms Department shall also refer to the Department of Division 1 Planning/Building/Public Works Administrator_ tie Special Provisions(RC) General Requirements . .•• -••-• .•• • .. _ .•_odifications to the standard specifications specifications and supplemental specifications that apply to an ea individual project. The special provisions may describe work the 1-01 Definitions and Terms specifications do not cover. Such work shall comply first with the special provisions and then with any specifications that apply, The SECTION 1-01.1 IS RE VISED BY ADDING THE FOLLOWING: Contractor shall include all costs of doing this work within the bid NW 1-01.1 General(RC) prices. State(RC) Whenever reference is made to the State, Commission, The state of Washington acting through its representatives. so Department of Transportation, Secretary of Transportation, The State shall also refer to The City of Renton and its authorized Owner, Contracting Agency or Engineer, such reference shall be representatives where applicable. deemed to mean the City of Renton acting through its City Council, Contract Documents(APWA) employees, and duly authorized representatives for all contracts The component parts of the contract which may include, but NI administered by the City of Renton. are not limited to the Proposal Form, the Contract Form, bonds, insurance certificates, various other certifications and affidavit, the SECTION 1-01.3 IS REVISED AND SUPPLEMENTED BY Contract Provisions, the Contract Plans, Working Drawings, the THE FOLLOWING: Standard Specifications, the Standard Plans, Addendum, and too 1-01.3 Definitions(RC, APWA) Change Orders. Dates(APWA) Act of god(RC) Bid Opening Date(APWA) "Act of God" means an earthquake, flood, cyclone, or other The date on which the Contracting Agency publicly opens and MI cataclysmic phenomenon of nature. A rain, windstorm, high water reads the bids. or other natural phenomenon of unusual intensity for the specific Award Date(APWA, RC) locality of the work, which might reasonably have been anticipated The date of the formal decision of the Contracting Agency to tow from historical records of the general locality of the work, shall not accept the lowest responsible and responsive Bidder for the work. be construed as an act of god. Contract Execution Date(APWA) Consulting Engineer(RC) The date the Contracting Agency officially binds the agency to The Contracting Agency's design consultant, who may or may the Contract. NW not administer the construction program for the Contracting Notice to Proceed Date(APWA) Agency. The date stated in the Notice to Proceed on which the Contract Day(RC) time begins. Unless otherwise designated, day(s) as used in the Contract Contract Completion Date(APWA, RC) fir Documents, shall be understood to mean working days. The date by which the work is contractually required to be Or Equal(RC) completed. The Contract Completion Date will be stated in the Where the term "or e•ual" is used herein the Contractin! Notice to Proceed. Revisions of this date will be authorized in Agency, or the Contracting Agency on recommendation of the writing by the Engineer whenever there is an extension to the so engineer, shall be the sole judge of the quality and suitability of the Contract time. proposed substitution. Final Acceptance Date(APWA, RC) The responsibility and cost of furnishing necessary evidence, The date on which the Contracting Agency accepts the work demonstrations, or other information required to obtain the as complete per contract requirements. air approval of alternative materials or processes by the Owner shall Material(APWA) be entirely borne by the Contractor. Any substance specified for use in the construction of the Owner(RC) project and its appurtenances which enters into and forms a part of mg The City of Renton, or its authorized representative. Also the finished structure or improvement and is capable of being so referred to as Contracting Agency. used and is furnished for that purpose. Plans(RC) Materialman(APWA) The contract plans and/or standard plans which show location, A person or organization who furnishes a raw material, pm character, and dimensions of prescribed work including layouts, supply, commodity, equipment, or manufactured or fabricated profiles,cross-sections,and other details. product and does not perform labor at the Project Site;a supplier. Drawings may either be bound in the same book as the Notice of Award(APWA) balance of the Contract Documents or bound in separate sets, and The written notice from the Contracting Agency to the el are a part of the Contract Documents, regardless of the method of successful Bidder signifying the Contracting Agency's acceptance binding. of the Bid. The terms "Standard Drawings" or "Standard Details" Notice to Proceed(APWA) generally used in specifications refers to drawings bound either The written notice from the Contracting Agency or Engineer So with the specification documents or included with the Plans or the to the Contractor authorizing and directing the Contractor to City of Renton Standard Plans. proceed with the Work and establishing the date on which the Secretary,Secretary of Transportation(RC) Contract Time begins_ The chief executive officer of the Department and other 1nt authorized representatives. The chief executive officer to the Page-SP-1 !w Revision Date:May 19, 1997 f2 1-02 Bid Procedures and Conditions 1-03 Award and Execution of Contract 1-02 Bid Procedures and Conditions - within 5 (five) years from the date of submission. Failure to so label such materials or failure to timely respond after notice of le request for public disclosure has been given shall be deemed a SECTION 1-02.1 IS DELETED AND REPLACED BY THE waiver by the submitting vendor of any claim that such materials FOLLOWING: are, in fact, so exempt. 1-02.1 Qualifications of Bidder(APWA) SECTION 1-02.12 IS SUPPLEMENTED BY ADDING THE Bidders shall be qualified by experience, financing, FOLLOWING: equipment, and organization to do the work called for in the 1-02.12 Public Opening of Proposals (APWA) Contract Documents. The Contracting Agency reserves the right to 1 take whatever action it deems necessary to ascertain the ability of The Contracting Agency reserves the right to postpone the the Bidder to perform the work satisfactorily. This action may date and time for bid opening. Notification to bidder will be by "4 include a pre qualification procedure prior to the Bidder being addenda. Ili furnished a proposal form on any contract or a preaward survey of the Bidder's qualifications prior to award. SECTION 1-02.13 PARAGRAPH 1 IS REVISED AS FOLLOWS: SECTION 1-02.2 IS DELETED AND REPLACED BY THE 1-02.13 Irregular Proposals(RC) FOLLOWING: tiii a. The bidder is not prequalified when so required; 1-02.2 Bid Documents(APWA) SECTION 1-02.14 IS REVISED IN ITEM 3 IN PARAGRAPH 1 Information as to where Bid Documents can be obtained or TO READ: lid/ reviewed will be found in the Call for Bids for the Work placed in 1-02.14 Disqualification of Bidders (APWA) the Contracting Agency's official newspaper. 3. A bidder is not 14e-qualified for the work or to the full iii SECTION 1-02.4(2) IS SUPPLEMENTED BY REVISING extent of the bid• SENTENCE 1, PARAGRAPH I TO READ: ' 1-02.4(2) Subsurface Information(APWA) 1-03 Award and Execution of Contract If the Contracting Agency has made subsurface investigation of the site of the proposed work, the boring log data and soil SECTION 1-03.1 IS SUPPLEMENTED AS FOLLOWS: sample test data, and geotechnical reports accumulated by the Contracting Agency will be made available for inspection by the 1-03.1 Consideration of Bids RC, APWA) bidders. The total of extensions, corrected where necessary, and al SECTION 1-02.5 IS SUPPLEMENTED BY ADDING THE including sales taxes where applicable, will be used by the FOLLOWING: Contracting Agency for award purposes and to fix the amount of the contract bond. 1-02.5 Proposal Form (APWA) All bids will be based on total sum of all schedules of prices. ill The Engineer reserves the right to arrange the Bid Forms with No partial bids will be accepted unless so Stated in the call for bids Alternates, Additives, or Deductives, if such be to the advantage of or special provisions. The City reserves the right however to k the Contracting Agency. The Bidder shall bid on all Additives, award all or any schedule of a bid to the lowest bidder at its id Deductives, or Alternates set forth in the Proposal Forms unless discretion. otherwise specified in the Special Provisions. SECTION 1-03.2 IS SUPPLEMENTED BY ADDING THE SECTION 1-02.6 IS SUPPLEMENTED BY ADDING THE FOLLOWING: IN FOLLOWING: 1-03.2 Award of Contract(RC) 1-02.6 Preparation of Proposal (RC) The contract, bond form and all other forms irin_ All prices shall be in legible figures and execution, together with a list of all other forms or documents al p g g and written in required to be submitted by the successful bidder, will be ink or typed.The proposal shall include: forwarded to the successful bidder within 10 days of the award. 1. A unit price for each item (omitting digits more than four The number of copies to be executed by the Contractor shall be ,, places to the right of the decimal point), each unit price shall also determined by the Contracting Agency. ttt be written in words; where a conflict arises the written words shall prevail. SECTION 1-03.3 IS REVISED AND SUPPLEMENTED AS SECTION 1-02.6(1) IS AN ADDED SUPPLEMENTAL FOLLOWS: ION SECTION. 1-03.3 Execution of Contract(APWA, RC) 1-02.6(1) Proprietary Information (RC) Within 20 10 calendar days after receipt from the City of the Vendors should, in the bid proposal identify clearly any forms and documents required to be completed by the material(s) which constitute "(valuable) formula, designs, Contracto , the successful bidder shall return the drawings, and research data" so as to be exempt from public signed Contracting Agency-prepared contract, an insurance disclosure, RCW 42.17.310, or any materials otherwise claimed to certification as required by Section 1-07.18,and a satisfactory bond be exempt, along with a Statement of the basis for such claim of as required by law and Section 1-03.4. If the bidder experiences to exem,tion. The De•artment or State will :ive notice to the circumstances beyond their control that prevents return of the vendor of any request for disclosure of such information received contract documents within 20 10 calendar days after the award la Page-SP-2 Revision Date:May 19,1997 tot 1-04 Scope of the Work 1-05 Control of Work date, the Contracting Agency may grant up to a maximum of 20 10 SECTION 1-04.4 IS SUPPLEMENTED WITH THE ter additional calendar days for return of the documents, provided the FOLLOWING: Contracting Agency deems the circumstances warrant it. The Contracting Agency is prohibited by RCW 39.06.010 1-04.4 Changes (RC) from executing a contract with a Contractor who is not registered Renton does not have a formal policy or guidelines on cost 101 or licensed as required by the laws of the state. In addition, the reduction alternatives, but will evaluate such proposals by the Contracting Agency requires persons doing business with the Contractor on a case-by-case basis. Contracting Agency to possess a valid City of Renton business license prior to award. SECTION 1-04.11 IS SUPPLEMENTED AS FOLLOWS: ow When the Bid Form provides spaces for a business license 1-04.11 Final Cleanup (RC) number, a Washington State Contractors registration number, or both the Bidder shall insert such information in the spaces 3. All salvage material as noted on the plans and taken from provided. The Contracting Agency requires legible copies of the any of the discarded facilities shall, at the engineer's discretion, be so Contractor's Registration and business license be submitted to the carefully salvaged and delivered to the City shops. Any cost Engineer as part of the Contracting Agency's post-award incurred in salvaging and delivering such items shall be considered information and evaluation activities. incidental to the project and no compensation will be made. set 1-03.4 IS SUPPLEMENTED BY ADDING THE The contract price for "Finish and Cleanup, lump sum," shall FOLLOWING TO THE FIRST PARAGRAPH: be full compensation for all work, equipment and materials required to perform final cleanup. If this pay item does not appear 1-03.4 Contract Bond (APWA) in the contract documents then final clean up shall be considered or incidental to the contract and to other pay item and no further 5. Be accompanied by a power of attorney for the Surety's compensation shall be made. officer empowered to sign the bond. 7. Be signed by an officer of the Contractor empowered to 1-05 Control of Work ow 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 written proof of SECTION 1-05.3 IS REVISED AS FOLLOWS: the authority of the individual signing the bond to bind the 1-05.3 Plans and Working Drawings(RC) corporation(i.e.,corporate resolution,power of attorney or a letter to such effect by the president or vice-president). The Contractor shall submit supplemental working drawings as required for the performance of the work.The drawings shall be w 1-04 Scope of the Work on sheets measuring 24 by 36 22 by 34 inches or on sheets with I dimensions in multiples of 8-1/2 by 11 inches. SECTION 1-04.1 IS SUPPLEMENTED BY ADDING THE SECTION 1-05.4 IS SUPPLEMENTED BY ADDING THE Is FOLLOWING: FOLLOWING: 1-04.1 Intent of the Contract(RC) 1-05.4 Conformity with and Deviations from Plans and Stakes(RC) The Contractor is encouraged to provide to the Engineer prior NI to progress payments an estimate of lump sum work accomplished If the project calls for Contractor supplied surveying, the to date. The Engineer's calculations and decisions shall be final in Contractor shall provide all required survey work, including such regard to the actual percentage of any lump sum pay item work as mentioned in Sections 1-05.4, 1-05.5,-1-11 and elsewhere accomplished and eligible for payment unless another specific in these specifications as being provided by the Engineer. Om method of calculating lump sum payments is provided elsewhere in SECTION 1-05.5 THE VACANT-SECTION IS REPLACED BY the specifications. THE FOLLOWING: SECTION 1-04.2 IS REVISED AS FOLLOWS: 1-05.5 Construction Stakes (RC) N` 1-04.2 Coordination of Contract Documents, Plans, Special Provisions Specifications, and Addenda If the project calls for Contractor supplied surveying, the Contractor shall provide all required survey work, including such (RC) work as mentioned in Sections 1-05.4, 1-05.5, 1-11 and elsewhere ±rw Any inconsistency in the parts of the contract shall be resolved in these specifications as being provided by the Engineer.All costs by following this order of precedence (e.g., 1 presiding over 2, 3, for this survey work shall be included in "Contractor Supplied 4,5,6,and 7;2 presiding over 3,4,5,6,and 7; and so forth): Surveying,"per lump sum. 110 1. Addenda 1-05.5(1) General(APWA,RC) 2. Proposal Form 3. Special Provisions The Engineer or Contractor supplied surveyor will provide 4. Contract Plans construction stakes and marks establishing lines, slopes, and grades i tr 5. Amendments to the Standard Specifications as stipulated in Sections 1-05.5(1) and 1-05.5(2) and will perform t. such work per Section I 11. The Contractor shall assume full 6. Supplemental Specifications. 7. Standard Plans responsibility for detailed dimensions, elevations, and excavation 6.8. Standard Specifications slopes measured from the Engineer or Contractor supplied lit surveyor furnished stakes and marks. um Page-SP-3 Revision Date:May 19, 1997 1-05 Control of Work 1-05 Control of Work ill The Contractor shall provide a work site which has been with major grade changes shall be slope staked to establish grade prepared to permit construction staking to proceed in a safe and before offset hubs are set. IN orderly manner. The Contractor shall keep the Engineer or Contractor supplied surveyor informed of staking requirements and 1-05.5(3) Bridge and Structure Surveys (APWA) provide at least 48 hours notice to allow the Engineer or Contractor For all structural work such as bridges and retaining walls, the --t supplied surveyor adequate time for setting stakes. Contractor shall retain as a part of Contractor organization an Stakes, marks, and other reference points, including existing experienced team of surveyors under direct supervision of a monumentation, set by Contracting Agency forces shall be licensed surveyor. The Contractor shall ensure that required field carefully preserved by the Contractor. The Contractor will be measurements and locations, match and fulfill the intended plan iii charged for the costs of replacing stakes, markers and dimensions. The Contractor shall provide all surveys required to monumentation that were not to be disturbed but were destroyed or complete the structure, except the following primary survey control damaged by the Contractor's operations. This charge will be which will be provided by the Engineer: deducted from monies due or to become due to the Contractor. 1. Centerline or offsets to centerline of the structure. t Any claim by the Contractor for extra compensation by reason 2. Stations of abutments and pier centerlines. of alterations or reconstruction work allegedly due to error in the 3. A sufficient number of bench marks for levels to enable Engineer's line and grade, will not be allowed unless the original the Contractor to set grades at reasonably short distances. control points set by the Engineer still exist, or unless other 4. Monuments and control points as shown on the tii satisfactory substantiating evidence to prove the error is furnished Drawings. the Engineer. Three consecutive points set on line or grade shall be The Contractor shall establish all secondary survey controls, the minimum points used to determine any variation from a straight both horizontal and vertical, as necessary to assure proper line or grade. Any such variation shall, upon discovery, be placement of all project elements based on the primary control 1lg reported to the Engineer. In the absence of such report the points provided by the Engineer. Survey work shall be within the Contractor shall be liable for any error in alignment or grade. following tolerances: The Contractor shall provide all surveys required other than 1. Stationing +.01 foot ila those to be performed by the Engineer. All survey work shall be 2. Alignment +.01 foot(between successive points) done in accordance with Section 1-11 SURVEYING STANDARDS 3. Superstructure Elevations+.01 foot(from plan elevations) of these specifications. 4. Substructure Elevations+.05 foot(from plan elevations) The Contractor shall keep updated survey field notes in a During the progress of the Work, the Contractor shall make a standard field book and in a format set by the Engineer,per Section available to the Engineer all field books including survey 1-11.1(3). These field notes shall include all survey work information, footing elevations,cross sections and quantities. performed by the Contractor's surveyor in establishing line, grade The Contractor shall be fully responsible for the close and slopes for the construction work. Copies of these field notes coordination of field locations and measurements with appropriate shall be provided the Engineer upon request and upon completion dimensions of structural members being fabricated. of the contract work the field book or books shall be submitted to the Engineer and become the property of the Contracting Agency. 1-05.5(4) Contractor Supplied Surveying(RC) If the survey work provided by the Contractor does not meet When the contract provides for Contractor Supplied i li the standards of the Engineer, then the Contractor shall, upon the Surveying, the Contractor shall supply the survey work required Engineer's written request, remove the individual or individuals for the project. The Contractor shall retain as a part of the 'I doing the survey work and the survey work will be completed by Contractor Organization an experienced team of surveyors under 1 the Engineer at the Contractor's expense. Costs for completing the the direct supervision of a professional land surveyor licensed by IIII survey work required by the Engineer will be deducted from the State of Washington. All survey work shall be done in monies due or to become due the Contractor. accordance with Sections 1-05.4, 1-05.5 and 1-11. All costs for survey work required to be performed by the The Contractor and/or Surveyor shall inform the Engineer in kill Contractor shall be included in the prices bid for the various items writing of any errors,discrepancies,and omissions to the plans that which comprise the improvement or be included in the bid item for prevent the Contractor and/or Surveyor from constructing the "Contractor Supplied Surveying" per lump sum if that item is project in a manner satisfactory to the Engineer. All errors, included in the contracts. discrepancies, and omissions must be corrected to the satisfaction 1 of the Engineer before the survey work may be continued. 1-05.5(2) Roadway and Utility Surveys(APWA) The Contractor shall coordinate his work with the Surveyor The Engineer shall furnish to the Contractor one time only,or and perform his operations in a manner to protect all survey stakes Contractor supplied surveyor will provide as needed, all principal from harm. The Contractor shall inform the Surveyor of the 116 lines, grades, and measurements the Engineer deems necessary for Contractor's intent to remove any survey stakes and/or points completion of the Work.These shall generally consist of one initial before physically removing them. set of: The surveyor shall be responsible for maintaining As-Built 1. Slope stakes for establishing grading, records for the project. The Contractor shall coordinate his II 2. Curb grade stakes, operations and assist the Surveyor in maintaining accurate As-Built 3. Centerline finish grade stakes for pavement sections records for the project. wider than 25 feet,and If the Contractor and Surveyor fail to provide, as directed by "' 4. Offset points to establish line and grade for underground the Engineer and/or these plans and specifications, accurate As- utilities such as water, sewers, and storm drains (with offsets, 50' Built records and other work the Engineer deems necessary, the max interval). Engineer may elect to provide at Contractor expense, a surveyor to On alle construction 6 ro'ects with minor Jade chan:es, the provide all As-Built records and other work as directed by the at Engineer or Contractor supplied surveyor shall provide offset hubs Engineer. The Engineer shall deduct expenses incurred by the on one side of the alley to establish the alignment and grade. Alleys Engineer-supplied surveying from moneys owed to the Contractor. -4 di Page-SP-4 Revision Date:May 19, 1997 NM 1-05 Control of Work 1-05 Control of Work Payment per Section 1-04.I for all work and materials provided by this Section nor shall the exercise of this right diminish Me required for the full and complete survey work required to the Contracting Agency's right to pursue any other avenue for complete the project and as-built drawings shall be included in the additional remedy or damages with respect to the Contractor's lump sum price for "Contractor Supplied Surveying." failure to perform the Work as required. gig 1-05.5(5) Contractor Provided As-Built Information SECTION I-05.10 IS SUPPLEMENTED BY ADDING THE (RC) FOLLOWING: It shall be the contractors responsibility to record the location 1-05.10 Guarantees(APWA,RC) prior to the backfilling of the trenches, by centerline station, offset, ow and depth below pavement, of all existing utilities uncovered or If within one year after the Acceptance Date of the Work by crossed during his work as covered under this project. the Contracting Agency, defective and unauthorized Work is It shall be the contractors responsibility to have his surveyor discovered, the Contractor shall promptly, upon written order by locate by centerline station, offset and elevation each major item of the Contracting Agency, return and in accordance with the r work done under this contract per the survey standard of Section 1- Engineer's instructions, either correct such Work, or if such Work 11.. Major items of work shall include but not be limited to: has been rejected by the Engineer, remove it from the Project Site Manholes, Catch basins and Inlets, Valves, vertical and and replace it with non defective and authorized Work, all without nrr Horizontal Bends, Junction boxes, Cleanouts, Side Sewers, Street cost to the Contracting Agency. If the Contractor does not Lights & Standards, Hydrants, Major Changes in Design Grade, promptly comply with the written order to correct defective and Vaults, Culverts, Signal Poles, Electrical Cabinets. unauthorized Work, or if an emergency exists, the Contracting After the completion of the work covered by this contract, the Agency reserves the right to have defective and unauthorized Work MI contractors surveyor shall provide to the City the hard covered corrected or removed and replaced pursuant to Section 1-05.8 field book(s) containing the as-built notes and one set of white "Owner's Right to Correct Defective and Unauthorized Work." prints of the project drawings upon which he has plotted the notes The Contractor agrees the above one year limitation shall not of the contractor locating existing utilities, and one set of white exclude or diminish the Contracting Agency's rights under any law MI prints of the project drawings upon which he has plotted the as- to obtain damages and recover costs resulting from defective and built location of the new work as he recorded in the field book(s). unauthorized work discovered after one year but prior to the This drawing shall bear the surveyors seal and signature certifying expiration of the legal time period set forth in RCW 4.16.040 it's accuracy. limiting actions upon a contract in writing, or liability expressed or us All costs for as-built work shall be included in the contract implied arising out of a written agreement. item "Contractor Supplied Surveying." The Contractor shall warrant good title to all materials, supplies, and equipment purchased for, or incorporated in the THE VACANT SECTION 1-05.8 IS REPLACED BY: Work. Nothing contained in this paragraph, however, shall defeat an 1-05.8 Contracting Agency's Right to Correct or impair the right of persons furnishing materials or labor, to Defective and Unauthorized Work (APWA) recover under any bond given by the Contractor for their protection, or any rights under any law permitting such persons to tw If the Contractor fails to remedy defective or unauthorized look to funds due the Contractor in the hands of the Contracting work within the time specified in a written notice from the Agency. Engineer, or fails to perform any part of the Work required by the The provisions of this paragraph shall be inserted in all Contract Documents, the Engineer may correct and remedy such subcontracts and material contracts, and notice of its provisions INS work as may be identified in the written notice, by such means as shall be given to all persons furnishing materials for the Work the Engineer may deem necessary including the use of Contracting when no formal contract is entered into for such materials. Agency forces. Section 1-05.11 is deleted and the first two sentences of the If the Contractor fails to comply with a written order to fourth paragraph of section 1-08.9 is deleted and replaced by the on remedy- what the Engineer determines to be an emergency following: situation, the Engineer may have the defective and unauthorized 1-05.11 Final Inspection (APWA) Work corrected immediately, have the rejected Work removed and replaced, or have Work the Contractor refuses to perform we completed by using Contracting Agency or other forces. An 1-05.11(1) Substantial Completion Date (APWA) emergency situation is any situation which, in the opinion of the When the Contractor considers the work to be substantially Engineer, a delay in its remedy could be potentially unsafe, or complete, the Contractor shall so notify the Engineer and request IN might cause serious risk of loss or damage to the public. the Engineer establish the Substantial Completion Date. To be Direct or indirect costs incurred by the Contracting Agency considered substantially complete the following conditions must be attributable to correcting and remedying defective or unauthorized met: Work, or Work the Contractor failed or refused to perform, shall I. The Contracting Agency must have full and unrestricted no be paid by the Contractor. Payment will be deducted by the use and benefit of the facilities, both from the operational and Engineer from monies due, or to become due, the Contractor. Such safety standpoint. direct and indirect costs shall include in particular, but without 2. Only minor incidental work, replacement of temporary limitation, compensation for additional professional services substitute facilities, or correction or repair work remains to reach T required, and costs for repair and replacement of work of others physical completion of the work. destroyed or damaged by correction, removal, or replacement of The Contractor's request shall list the specific items of work the Contractor's unauthorized work. in subparagraph two above that remains to be completed in order to No adjustment in contract time or compensation will be reach physical completion. The Engineer may also establish the MI allowed because of the delay in the performance of the Work Substantial Completion Date unilaterally. attributable to the exercise of the Contracting Agency's rights out Page-SP-S Revision Date:May 19, 1997 1-05 Control of Work 1-05 Control of Work ii If, after this inspection, the Engineer concurs with the Completion Date cannot be established until testing and corrections Contractor that the Work is substantially complete and ready for its have been completed to the satisfaction of the Engineer. intended use, the Engineer, by written notice to the Contractor, The costs for power, gas, labor, material, supplies, and will set the Substantial Completion Date. If, after this inspection everything else needed to successfully complete operational testing, the Engineer does not consider the Work substantially complete and shall be included in the various contract prices related to the system ready for its intended use, the Engineer will, by written notice, so being tested, unless specifically set forth otherwise in the Bid a notify the Contractor giving the reasons therefor. Form. Upon receipt of written notice concurring in or denying Operational and test periods, when required by the Engineer, substantial completion, whichever is applicable, the Contractor shall not affect a manufacturer's guaranties or warranties furnished shall pursue vigorously, diligently and without unauthorized under the terms of the Contract. file interruption, the Work necessary to reach Substantial and Physical SECTION 1-05.12 IS DELETED AND REPLACED WITH THE Completion. The Contractor shall provide the Engineer with a FOLLOWING: revised schedule indicating when the Contractor expects to reach all substantial and physical completion of the work. 1-05.12 Final Acceptance(APWA) The above process shall be repeated until the Engineer The Contractor must perform all the obligations under the establishes the Substantial Completion Date and the Contractor Contract before the Completion Date can be established: A considers the work physically complete and ready for Final Certificate of Completion for the Work issued by the Contracting a Inspection. Agency will establish the Completion Date and certify the Work as 1-05.11(2) Find Inspection Date(APWA) complete. The Final Contract Price may then be calculated. The s. When the Contractor considers the Work physically complete following must occur before the Completion Date can be and ready for Final Inspection, the Contractor by Written Notice, established and the Final Contract Price calculated: shall request the Engineer to schedule a final inspection. The 1. The physical work on the project must be complete, Engineer will set a date for Final Inspection. The Engineer and the 2. The Contractor must furnish all documentation required sil Contractor will then make a Final Inspection and the Engineer will by the Contract and required by law, necessary to allow the notify the Contractor in writing of all particulars in which the Final Contracting Agency to certify the Contract as complete Inspection reveals the Work incomplete or unacceptable. The A Certificate of Completion for the Work, signed by the Contractor shall immediately take such corrective measures as are Contracting Agency, will constitute acceptance of the Work. The necessary to remedy the listed deficiencies. Corrective work shall issuance of this Certificate of Completion will not constitute (till be pursued vigorously, diligently, and without interruption until acceptance of unauthorized or defective work or material. physical completion of the listed deficiencies. This process will Failure of the Contactor to perform all of the Contractor's continue until the Engineer is satisfied the listed deficiencies have obligations under the Contract shall not bar the Contracting Agency been corrected. from unilaterally certifying the Contract complete so the Engineer If action to correct the listed deficiencies is not initiated within may calculate a Final Contract Price as provided in Section 1-09.9. 7 days after receipt of the Written Notice listing the deficiencies, SECTION I-05.13 IS SUPPLEMENTED BY REVISING the Engineer may, upon Written Notice to the Contractor, take PARAGRAPH 7 TO READ: 1 whatever steps are necessary to correct those deficiencies pursuant to Section 1-05.8. 1-05.13 Superintendents, Labor, and Equipment of Upon correction of all deficiencies, the Engineer will notify Contractor(APWA) the Contractor and the Contracting Agency, in writing, of the date Whenever the Contracting Agency evaluates the Contractor's a upon which the Work was considered physically complete. That $requalification pursuant to Section 1-02.1,the Contracting Agency date shall constitute the Ph sical corn i letion date of the Contract will take these performance but shall not imply all the obligations of the Contractor under the will reports into account. Contract have been fulfilled. its SECTION 1-05 IS SUPPLEMENTED BY ADDING THE 1-05.11(3) Operational Testing(APWA) FOLLOWING NEW SECTIONS: It is the intent of the Contracting Agency to have at the tal Completion Date a complete and operable system. Therefore when 1-05.16 Water and Power (APWA) the Work involves the installation of machinery or other The Contractor shall make necessary arrangements, and shall mechanical equipment; street lighting, electrical distribution or bear the costs for power and water necessary for the performance signal systems; buildings; or other similar work it may be desirable illil of the Work. for the Engineer to have the Contractor operate and test the Work for a • riod of time after final ins.•ction but 'rior to the Ph sical 1-05.17 Oral Agreements(APWA) Completion Date. Whenever items of work are listed in the iii Contract Provisions for o. rational testin_ the shall be full tested No oral agreement or conversation with any officer,agent, or under operating conditions for the time period specified to ensure employee of the Contracting Agency either before or after their acce 1 tabilit 'rior to the Ph sical Corn 1 letion Date. Darin: execution of the contract,shall affect or modify any of the terms or and following the test period,the Contractor shall correct any items obligations contained in any of the documents comprising the of workmanshi , materials, or a ui ment which 'roves faul or contract. Such oral agreement or conversation shall be considered that are not in first class operating condition. Equipment, electrical as unofficial information and in no way binding upon the controls, meters, or other devices and equipment to be tested Contracting Agency, unless subsequently put in writing. during this period, shall be tested under the observation of the itill En!ineer, so that the En:ineer ma determine their suitabili for the furlose for which the were installed. The Ph sical Page-SP-6 illi Revision Date:May 19, 1997 r 1-06 Control of Material 1-07 Legal Relations and Responsibilities to the Public 1-06 Control of Material its payment if the Contractor bases a bid on a misunderstood tax too liability. SECTION 1-06.02(2) IS SUPPLEMENTED BY ADDING THE The Contractor shall include all Contractor-paid taxes in the FOLLOWING: unit bid prices or other contract amounts. In some cases, however, state retail sales tax will not be included. Section 1-07.2(3) INN 1-06.2(2) Statistical Evaluation of Materials for describes this exception. Acceptance The Contracting Agency will pay the retained percentage only UNLESS STATED OTHERWISE IN THE SPECIAL if the Contractor has obtained from the Washington State PROVISIONS STATISTICAL EVALUATION WILL NOT BE Department of Revenue a certificate showing that all contract- PROVISIONS taxes have been paid (RCW 60.28.050). The Contracting USED BY THE CITY OF RENTON. Agency may deduct from its a p yments to the Contractor any amount the Contractor may owe the Washington State Department 1-07 Legal Relations and Responsibilities to of Revenue, whether the amount owed relates to this contract or tr not. Any amount paid proper the Public y mount so deducted will be aid into the ro r State fund. so SECTION 1-07.1 IS SUPPLEMENTED BY ADDING THE 1-07.2(2) State Sales Tax-Rule 171(APWA) FOLLOWING: WAC 458-20-171, and its related rules, apply to building, 1-07.1 Laws to be Observed (APWA) repairing, or improving streets, roads, etc., which are owned by a municipal corporation, or political subdivision of the state, or by irom The Contractor shall indemnify, defend,and save harmless the the United States, and which are used primarily for foot or Contracting Agency (including any agents, officers, and vehicular traffic. This includes storm or combined sewer systems employees) against any claims that may arise because the within and included as a part of the street or road drainage system Contractor(or any employee of the Contractor or subcontractor or and power lines when such are part of the roadway lighting system. so materialman)violated a legal requirement. For work performed in such cases, the Contractor shall include In cases of conflict between different safety regulations, the Washington State Retail Sales Taxes in the various unit Bid Item more stringent regulation shall apply. prices, or other contract amounts, including those that the The Washington State Department of Labor and Industries Contractor pays on the purchase of the materials, equipment, or or shall be the sole and paramount administrative agency responsible supplies used or consumed in doing the work. for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA). 1-07.2(3) State Sales Tax-Rule 170(APWA) The Contractor shall maintain at the Project Site office, or WAC 458-20-170, and its related rules, apply to the Nu , other well known place at the Project Site, all articles necessary for constructing and repairing of new or existing buildings, or other providing first aid to the injured. The Contractor shall establish, structures,upon real property. This includes, but is not limited to, publish,and make known to all employees, procedures for ensuring the construction of streets, roads, highways, etc., owned by the is immediate removal to a hospital, or doctor's care, persons, State of Washington; water mains and their appurtenances;sanitary including employees, who may have been injured on the Project sewers and sewage disposal systems unless such sewers and Site. Employees should not be permitted to work on the Project disposal systems are within, and a part of,a street or road drainage Site before the Contractor has established and made known system; telephone, telegraph, electrical power distribution lines, or r procedures for removal of injured persons to a hospital or a other conduits or lines in or above streets or roads, unless such doctor's care. power lines become a part of a street or road lighting system; and The Contractor shall have sole responsibility for the safety, installing or attaching of any article of tangible personal property in efficiency,and adequacy of the Contractor's plant, appliances,and or to real property, whether or not such personal property becomes irr methods, and for any damage or injury resulting from their failure, a part of the realty by virtue of installation. or improper maintenance, use, or operation. The Contractor shall For work performed in such cases, the Contractor shall collect be solely and completely responsible for the conditions of the from the Contracting Agency, retail sales tax on the full contract Project Site, including safety for all persons and property in the price. The Contracting Agency will automatically add this sales ' performance of the work. This requirement shall apply tax to each payment to the Contractor. For this reason, the continuously, and not be limited to normal working hours. The Contractor shall not include the retail sales tax in the unit Bid Item required or implied duty of the Engineer to conduct construction prices, or in any other contract amount subject to Rule 170, with review of the Contractor's performance does not, and shall not, be the following exception. NI intended to include review and adequacy of the Contractor's safety Exception: The Contracting Agency will not add in sales tax measures in, on,or near the Project Site. for a payment the Contractor or a subcontractor makes on the SECTION 1-07.2 IS DELETED AND REPLACED BY THE purchase or rental of tools, machinery, equipment, or consumable FOLLOWING: supplies not integrated into the project. Such sales taxes shall be included in the unit Bid Item prices or in any other contract 1-07.2 State Sales Tax(APWA) amount. 1-07.2(1) GENERAL(APWA) 1-07.2(4) Services(APWA) The Contractor shall not collect retail sales tax from the The Washington State Department of Revenue has issued Contracting Agency on any contract wholly for professional or special rules on the state sales tax. Sections 1-07.2(1) through I- other services (as defined in State Department of Revenue Rules M 07.2(4) are meant to clarify those rules. The Contractor should 138 and 224). contact the Washington State Department of Revenue for answers to questions in this area. The Contracting Agency will not adjust O Page-SP-7 Revision Date:May 19, 1997 4 a 1-07 Legal Relations and Responsibilities to the Public 1-07 Legal Relations and Responsibilities to the Public t SECTION 1-07.5(2) IS SUPPLEMENTED BY REVISING THE turbidity shall not exceed 5 NTU over background turbidity when TITLE AND SENTENCE 2, PARAGRAPH 2 TO READ: the background turbidity is 50 NTU or less, or have more than a 10 --- percent increase in turbidity when the background turbidity is more 1-07.5(2) State Department of Fish and Wiildlifes-of than 50 NTU; for other classes of waters, refer to WAC 173-201- ' ' (APWA, SA) 045. II If the work in (1) through (3) above differs little from what The term turbidity means the optical property of sample the contract requires, the Contracting Agency will measure and pay demonstrating the scattering and absorption of light caused by for it at unit contract prices. But if contract items do not cover suspended material as expressed in Nephelometric Turbidity Units those areas, the Contracting Agency will pay pursuant to Section 1- and measured with a calibrated turbidimeter. 1i 09.4.- Discharges to a State waterway caused by aggregate washing, drainage from aggregate pit sites, and stockpiles or dewatering of pits and excavations shall not increase the existing turbidity of the receiving waters. illi SECTION 1-07) IS SUPPLEMENTED BY ADDING THE Turbid water from the Project Site shall be treated before FOLLOWING NEW SECTION: being discharged into stream or other State waters. Turbidity may 1-07.11(11) City of Renton Affidavit of Compliance be removed by the use of lagoons or holding ponds,settling basins, , overflow weir, polymer water treatment, discharging to ground (RC) surface, by percolation,evaporation or by passing through gravel, Each Contractor; Subcontractor, Consultant, and or Supplier sand or fiber filters. shall complete and submit a copy of the "City of Renton Fair 2. Erosion Control: Temporary erosion control shall be Practices Policy Affidavit of Compliance". A copy of this exercised by minimizing exposed areas and slopes until permanent document will be bound in the bid documents. measures are effective. The minimum exposed area and slopes will be defined in the Special Provisions. Plastic sheet covering shall be placed over exposed ground areas to protect from rain erosion. ii SECTION 1-07.13(1)IS SUPPLEMENTED AS FOLLOWS: Other alternative methods for erosion control under certain 1-07.13(1) General (RC) situations may include netting,mulching with binder,and seeding. Should rutting and erosion occur the Contractor shall be During unfavorable weather and other conditions, the responsible for restoring damaged areas and for clean-up of eroded a contractor shall pursue only such portions of the work as shall not material including that in ditches, catch basins, manholes, and be damaged thereby. culverts and other pipes. No portion of the work whose satisfactory quality or 3. Chlorine Residual: Water containing chlorine residual efficiency will be affected by unfavorable conditions shall be shall not be discharged directly into storm drains, streams,or State la constructed while these conditions exist, unless by special means or waters. Chlorine water may be discharged into sanitary sewers or precautions acceptable to the engineer, the contractor shall be able disposed on land for percolation. Chlorine residual may be reduced 4 to overcome them. chemically with a reducing agent such as sodium thiosulphate. f Water shall be periodically tested for chlorine residual. SECTION 1-07.14 (APWA) IS SUPPLEMENTED BY 4. Vehicle and Equipment Washing: Water used for REVISING ALL REFERENCES TO "STATE, COMMISSION, washing vehicles and equipment shall not be allowed to enter storm SECRETARY" OR "STATE" TO READ "CONTRACTING drains, streams or other State waters unless separation of petroleum li AGENCY." products, fresh concrete p products or other deleterious material is accomplished prior to discharge. Detergent solution may be SECTION 1-07.15 IS REVISED AND SUPPLEMENTED AS discharged into sanitary sewers or allowed to be held on the ground 1 FOLLOWS: for percolation. A recirculation system for detergent washing is recommended. Steam cleaning units shall provide a device for oil 1-07.15 Temporary Water Pollution Erosion Control separation. (APWA ,RC) 5. Oil and Chemical Storage and Handling: Handling and If done according to the approved plan or the Engineer's storage of oil and chemicals shall not take place adjacent to ii orders, temporary water pollution/erosion control work will be waterways. The storage shall be made in dike tanks and barrels measured and paid for pursuant to Section •1•95.41-04.1 through with drip pans provided under the dispensing area. Shut-off and the lump sum item for "Temporary Water Pollution/Erosion lock valves shall be provided on tanks. Shut-off nozzles shall be `' Control.: provided on hoses. Oil and chemicals shall be dispensed only le If no pay during daylight hours unless the dispensing area is properly lighted. p y item appears in the contract for "Temporajy Water Disposal of waste shall not be allowed on oil and chemical spills. Pollution/Erosion Control" then all labor, materials, tools and Fencing shall be provided around oil storage. Locks shall be ii equipment used to complete the work shall be considered incidental provided on valves, pumps,and tanks. to other pay items in the Contract and no further compensation 6. Sewage: If a sanitary sewer line is encountered and repair shall be made. In addition to other requirements in the Contract Documents or relocation work is required, the Contractor shall provide blocking and sealing of the sanitary sewer line. Sanitary sewer flow ii this temporary work shall include, but is not limited to, the following water quality considerations: shall be pumped out, collected, and hauled by tank truck or 1. Turbid Water Treatment Before Discharge: pumped directly to a sanitary system manhole for discharge. The existing sewers shall be maintained by the Contractor without Determination of turbidity in surface waters shall be at the interruption of service by the use of tempora sewer di discretion of the Engineer; for Lake Class Receiving Waters, rY b ypasses. In turbidity shall not exceed 5 NTU (Nephelometric Turbidity Units) addition, the excavated materials adjacent to and around a rupture of a sanitary sewer line shall be removed from the Project Site and 4 over background conditions; for Class AA and Class A Waters, iii Page-SP-8 Revision Date:May 19, 1997 r 1-07 Legal Relations and Responsibilities to the Public 1-07 Legal Relations and Responsibilities to the Public deposited into refuse trucks for haul to a sanitary fill site, other temporary obstacles shall be removed by the contractor and w Equipment and tools in contact with the above materials shall be immediately replace,after the trench is backfilled, in their original washed by pressure water lines and the attendant wash water position. The contractor shall notify the Contracting Agency and discharged into a sanitary sewer line for transmission to a sewage property Owner at least 24 hours in advance of any work done on treatment plant. easements or rights-of-way. ow Damage to existing structures outside of easement areas 1-07.16 Protection and Restoration of Property that may result from dewatering and/or other construction activity SECTION 1-07.16(1) IS SUPPLEMENTED BY ADDING THE under this contract shall be restored to their original condition or my FOLLOWING: better. The original condition shall be established by photographs taken and/or inspection made prior to construction. All such work 1-07.16(1) Private/Public Property (RC) shall be done to the satisfaction of the property Owners and the The Contracting Agency will obtain all easements and Contracting Agency at the expense of the contractor. so franchises required for the project. The contractor shall limit his D. Streets. The contractor will assume all responsibility of operation to the areas obtained and shall not trespass on private restoration of the surface of all streets(traveled ways)used by him property. if damaged_ The Contracting Agency may provide certain lands, as In the event the contractor does not have labor or material MO indicated in connection with the work under the contract together immediately available to make necessary repairs, the contractor with the right of access to such lands. The contractor shall not shall so inform the Contracting Agency. The Contracting Agency unreasonably encumber the premises with his equipment or will make the necessary repairs and the cost of such repairs shall be materials. paid by the contractor. ._ Vin" The contractor shall provide, with no liability to the The contractor is responsible for identifying and Contracting Agency, any additional land and access thereto not documenting any damage that is pre-existing or caused by shown or described that may be required for temporary others.Restoration of excavation in City streets shall be done in MI construction facilities or storage of materials. He shall construct accordance with the City of Renton Trench Restoration all access roads,detour roads,or other temporary work as required Requirements, which is available at the Public Works Department by his operations. The contractor shall confine his equipment, Customer Services counter on the 4th floor, Renton Municipal storage of material, and operation of his workers to those areas Building,200 Mill Avenue South. im shown and described and such additional areas as he may provide. A. General. All construction work under this contract on SECTION 1-07.17 IS SUPPLEMENTED BY ADDING: easements,right-of-way,over private property or franchise,shall be 1-07.17 Utilities and Similar Facilities(APWA,RC) confined to the limits of such easements, right-of-way or franchise. or All work shall be accomplished so as to cause the least amount of In addition to the other requirements pursuant to RCW disturbance and a minimum amount of damage. The contractor 19.122, an act relating to underground utilities and prescribing shall schedule his work so that trenches across easements shall not penalties, the Contractor shall: be left open during weekends or holidays and trenches shall not be 1. call the utilities underground location center for field itw open for more than 48 hours. location of the utilities; B. Structures. The contractor shall remove such existing Call Before You Di�r structures as may be necessary for the performance of the work and, Dig gm if required, shall rebuild the structures thus removed in as good a The 48 Hour Locators condition as found. He shall also repair all existing structures which may be damaged as a result of the work under this contract. 1-800-424-5555 C. Easements. Cultivated areas and other surface improvements. All cultivated areas,either agricultural or lawns,and and ow other surface improvements which are damaged by actions of the 2. not begin excavation until all known underground contractor shall be restored as nearly as possible to their original facilities in the vicinity of the proposed excavation have been condition. located and marked. ow Prior to excavation on an easement or private right-of- Location and dimensions shown on the Plans for existing facilities are in accordance with available information without way, the contractor shall strip top soil from the trench or construction area and stockpile it in such a manner that it may be uncovering, measuring, or other verification. If a utility is known replaced by him, upon completion of construction. Ornamental or suspected of having underground facilities within the area of the rw trees and shrubbery shall be carefully removed with the earth proposed excavation, and that utility is not a subscriber to the surrounding their roots wrapped in burlap and replanted in their utilities underground location center then the Contractor shall give original positions within 48 hours. individual notice to that utility. All shrubbery or trees destroyed or damaged, shall be . If, in the prosecution of the work, it becomes necessary to isso replaced by the contractor with material of equal quality at no interrupt existing surface drainage, sewers, underdrains, conduit, additional cost to the Contracting Agency. In the event that it is utilities, similar underground structures, or parts thereof, the necessary to trench through any lawn area, the sod shall be contractor shall be responsible for, and shall take all necessary carefully cut and rolled and replaced after the trenches have been precautions to protect and provide temporary services for same. IN backfilled. The lawn area shall be cleaned by sweeping or other The contractor shall, at his own expense, repair all damage to means,of all earth and debris. such facilities or structures due to this construction operation to the The contractor shall use rubber wheel equipment similar satisfaction of the City; except for City owned facilities which will wor to the small tractor-type backhoes used by side sewer contractors for be repaired by the utility department at contractor's expense, or by all work, including excavation and backfill, on easements or rights- the contractor as directed by the City. of-way which have lawn areas. All fences, markers,mail boxes,or ism Page-SP-9 Revision Date:May 19, 1997 1-07 Legal Relations and Responsibilities to the Public 1-07 Legal Relations and Responsibilities to the Public ii SECTION 1-07.18 IS DELETED AND REPLACED BY THE and shall be cause for immediate termination of the contract at the FOLLOWING: option of the City. The Contractor shall obtain and maintain the minimum 1-07.18 Public Liability and Property Damage insurance coverage set forth below. By requiring such minimum Insurance(RC) insurance, the City of Renton shall not be deemed or construed to State Amendment to 1-07.18 is not used. Renton uses the have assessed the risks that may be applicable to the Contractor. following: The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader SECTION 1-07.18(1)1S REPLACED WITH THE FOLLOWING: coverage. Coverage shall include: 1-07.18(1) General (RC) (1) Commercial General Liability - ISO 1993 Form or I: The contractor shall obtain and maintain in full force and equivalent. Coverage will be witten on an occurrence basis 4 effect, from the Contract Execution Date to the Completion Date, and include: i public liability and property damage insurance with an insurance • Premises and Operations (including CG2503; General company(ies) or through sources approved by the State Insurance Aggregate to apply per project,if applicable). Commissioner pursuant to RCW 48. • Explosion,Collapse and Underground Hazards The Contractor shall not begin work under the Contract until • Products/Completed Operations tit the required insurance has been obtained and approved by the • Contractual Liability (including_ Amendatory Contracting Agency. Insurance shall provide coverage to the Endorsement CG 0043 or equivalent which includes Contractor, all subcontractors, Contracting Agency and the defense coverage assumed under contract) Contracting Agency's consultant. The coverage shall protect • fill against claims for bodily injuries, Broad Form Property Damage g y l , personal injuries, including • Independent Contractors accidental death, as well as claims for property damages which • Personal/Advertising Injury may arise from any act or omission of the Contractor or the • Stop Gap Liability subcontractor, or by anyone directly or indirectly employed by (2) Automobile Liability including all either of them. • Owned Vehicles If warranted work is required the Contractor shall provide the • Non-Owned Vehicles City proof that insurance coverage and limits established under the • Hired Vehicles Ili term of the Contract for work are in full force and effect during the (3) Workers' Compensation period of warranty work. • Statutory Benefits (Coverage A) - Show Washington The Contracting Agency may request a copy of the actual Labor&Industries Number declaration pages(s)for each insurance policy effecting coverage(s) (4) Umbrella Liability(when necessary) iiii required on the contract prior to the date work commences.Failure • Excess of Commercial General Liability and of the Contractor to fully comply during the term of the Contract Automobile Liability. Coverage should be as broad as with the requirements described herin will be considered a material primary. breach of contract and shall be caused for immediate termination of (5) Professional Liability (whenever the work under this lei the Contract at the option of the Contracting Agency. Contract includes Professional Liability, (i.e.architectural, SECTION 1-07.18(2)IS REPLACED WITH THE FOLLOWING: engineering, advertising, or computer programming) the CONTRACTOR shall maintain professional liability iii 1-07.18(2) Coverages (RC) covering wrongful acts, errors and/or omissions of the As part of the response to this proposal, the Contractor shall CONTRACTOR for damage sustained by reason of or in submit a completed City of Renton Insurance Information form the course of operations under this Contract. which details specific coverage and limits for this contract. All coverage provided by the Contractor shall be in a form (6) The Contracting Agency reserves the right to request and/or ON and underwritten b a corn an acre•table to the Contractin: require additional coverages as may be appropriate based on Agency. The City requires that all insurers: work performed(i.e. pollution liability). 1) Be licensed to do business within the State of Washington. CONTRACTOR shall Name CITY OF RENTON, and its Ili 2) Coverage to be on an "occurrence" basis (Professional officers, officials, agents, employees and volunteers as Additional Liability and Pollution coverage are acceptable when Insured (ISO Form CG 2010 or equivalent). The CONTRACTOR written on a claims-made basis). The City may also require shall provide CITY OF RENTON Certificates of Insurance,prior goof of rofessional liabilit coves to be rovided for u to commencement of work. The City reserves the right to request to two(2)years after the completion of the project, copies of insurance policies, if at their sole discretion it is deemed 3) The City may request a copy of the actual declaration appropriate. Further, all policies of insurance described above a e s for each insurance policy affecting coverage(s) shall: required by the Contract prior to the date work commences. 1) Be on a primary basis not contributory with any other Ifs Possess a minimum A.M. Best rating of AVII (A rating of insurance coverage and/or self-insurance carried by CITY A )UI or better is preferred.) If any insurance carrier OF RENTON. possesses a rating of less than AVII, the City may make an 2) Include a Waiver of Subrogation Clause. id exception. 3) Severability of Interest Clause(Cross Liability) The City reserves the right to approve the security of the insurance coverage provided by the insurance company(ies), terms, 4) Policy may not be non-renewed, canceled or materially conditions, and the Certificate of Insurance. Failure of the changed or altered unless forty-five (45) days prior written t Contractor to fully comply during the term of the contract with notice is provided to CITY OF RENTON. Notification these requirements will be considered a material breach of contract shall be provided to CITY OF RENTON by certified mail. Page-SP-10 Revision Date:May 19. 1997 MIN 1-07 Legal Relations and Responsibilities to the Public 1-07 Legal Relations and Responsibilities to the Public REPLACE SUPPLEMENTAL SPECIFICATION SECTION 1- no obligation or liability of any kind upon the soil 07.18(3) 'LIMITS'WITH THE FOLLOWING: company, its agents or representatives". 1-07.18(3) Limits(RC) c. Amend the cancellation clause to state: "Policy may LIMITS REQUIRED not be non-renewed, canceled or materially changed or tria Providing coverage in these stated amounts shall not be altered unless 45 days prior written notice is provided construed to relieve the contractor from liability in excess of to the City'. Notification shall be provided to the City such limits. The CONTRACTOR shall carry the following by certified mail. limits of liability as required below: For Professional Liability coverage only, instead of the titer Commercial General Liability cancellation language specified above, the City will accept a General Aggregate* $2,000,000** P #* written agreement that the consultant's broker will provide the Products/Completed Operations $2,000,000 required notification. Aggregate err Each Occurrence Limit $1,000,000 SECTION 1-07.20 IS REVISED AS FOLLOWS: PersonaUAdvertising Injury $1,000,000 Fire Damage(Any One Fire) $50 000 1-07.20 Patented Devices,Materials, and Processes Medical Payments(Any One Person) $5,000 (APWA) to Stop Gap Liability $1,000,000 * General Aggregate to apply per project The Contractor shall assume all costs arising from the use of (ISO Form CG2503 or equivalent) patented devices,materials,or processes used on or incorporated in **Amount may vary based on project risk the work, and agrees to indemnify; defend, and save harmless is Automobile Liability The Contracting Agency, and their Bodily Injury/Property Damage $1,000,000 duly authorized agents and employees from all actions of any (Each Accident) nature for, or on account of the use of any patented devices, Workers'Compensation materials,or processes. int Statutory Benefits-Coverage A Variable (Show Washington Labor and Industries Number) SECTION 1-07.22 IS SUPPLEMENTED BY THE FOLLOWING: Umbrella Liability 1-07.22 Use of Explosives Each Occurrence Limit $1,000,000 P Oslves(APWA) is General Aggregate Limit $1,000,000 Explosives shall not be used without specific authority of the Products/Completed Operations $1,000,000 Engineer, and then only under such restrictions as may be required Aggregate by the proper authorities. Explosives shall be handled and used in Professional Liability(If required) strict compliance with WAC 296-52 and such local laws, rules and Is Each Occurrence/IncidendClaim $1,000,000 regulations that may apply. The individual in charge of the blasting Aggregate $2,000,000 shall have a current Washington State Blaster Users License. The Contractor shall obtain, comply with, and pay for such The City may require the CONTRACTOR to keep aim professional liability coverage in effect for up to two(2)years after permits and costs as are necessary in conjunction with blasting completion of the project. operations. The Contractor shall promptly advise the CITY OF RENTON When the use of explosives is necessary for the prosecution of the Work, the Contractor's insurance shall contain a special clause in writing in the event any general aggregate or other aggregate titre limits are reduced. At their own expense, the CONTRACTOR permitting the blasting. will reinstate the aggregate to comply with the minimum limits and 1-07.23 Public Convenience and Safety requirements as stated in Section 1-07.18(3) and shall furnish the CITY OF RENTON a new Certificate of Insurance showing such SECTION 1-07.23(1) IS SUPPLEMENTED BY ADDING THE ow coverage is in force. FOLLOWING PARAGRAPH - SECTION 1-07.18(4)IS REPLACED WITH THE FOLLOWING 1-07.23(1) - Construction Under Traffic (RC) SUPPLEMENTAL SPECIFICATION 'EVIDENCE OF The contractor shall be responsible for controlling dust and err INSURANCE': mud within the project limits and on any street which is Within 20 days of award of the contract the CONTRACTOR utilized by his equipment for the duration of the project. shall provide evidence of insurance by submitting to the The contractor shall be prepared to use watering.trucks, CONTRACTING AGENCY the following: power sweepers, and other equipment or I) City of Renton Insurance Information Form (attached pieces creating a in ment as deemed ( necessary by the engineer,to avoid creating a nuisance. herein)without modification. Dust and mud control shall be considered as incidental to 2 Certificate of Insurance Accord Form 25s or el uivalent . the project, and no compensation will be made for this err conforming to items as specified in Sections 1-07.18(1), 1- section. 07.18(2), and 1-07.18(3). as revised above. Other requirements are as follows: Complaints of dust, mud or unsafe practices and/or property damage to private Ownership will be transmitted putt a. Strike the following or similar wording: "This to the contractor and prompt action in correcting them will Certificate is issued as a matter of information only be required by the contractor. and confers no rights upon the Certificate Holder"; b. Strike the wording regarding cancellation notification to the City: "Failure to mail such notice shall impose me Page-SP-I1 Revision Date:May 19, 1997 1-08 Prosecution and Progress 1-08 Prosecution and Progress SECTION 1-07.24 IS DELETED AND REPLACED BY THE SECTION 1-07.26(APWA) IS REVISED BY CHANGING ALL FOLLOWING: REFERENCES TO "COMMISSION, THE SECRETARY" OR f "STATE"TO READ "CONTRACTING AGENCY." 1-07.24 Rights of Way (APWA) SECTION 1-07.27 (APWA) IS REVISED BY CHANGING -, Street right of way lines, limits of easements, and limits of ALL REFERENCES TO "STATE" OR "SECRETARY" TO construction permits are indicated on the Drawings. The READ "CONTRACTING AGENCY." 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 1-�8 Prosecution and Progress id to Bid opening, all rights of way and easements, both permanent and temporary, necessary for carrying out the completion of the SECTION 1-08.1 IS DELETED AND REPLACED BY THE Work. Exceptions to this are noted in the Contract Documents or FOLLOWING: brought to the Contractor's attention by a duly issued Addendum. 1-08.1 Preliminary Matters (APWA) l it Whenever any of the Work is accomplished on or through property other than public right of way, the Contractor shall meet ; and fulfill all covenants and stipulations of any easement agreement 1-08.1(1) Preconstruction Conference(APWA) obtained by the Contracting Agency from the owner of the private The Engineer will furnish the Contractor with up to 10 copies property. Copies of the easement agreements are included in the of the Contract Documents. Additional documents may be Contract Provisions or made available to the Contractor as soon as furnished upon request at the cost of reproduction. Prior to practical after they have been obtained by the Engineer. undertaking each part of the Work the Contractor shall carefully tok Whenever easements or rights of entry have not been acquired study and compare the Contract Documents and check and verify prior to advertising, these areas are so noted on the Drawings. The pertinent figures shown therein and all applicable field Contractor shall not proceed with any portion of the Work in areas measurements. The Contractor shall promptly report in writing to where right of way, easements or rights of entry have not been the Engineer any conflict, error or discrepancy which the tri acquired until the Engineer certifies to the Contractor that the right Contractor may discover. of way or easement is available or that the right of entry has been After the Contract has been executed, but prior to the received. If the Contractor is delayed due to acts of omission on the Contractor beginning the Work, a preconstruction conference will part of the Contracting Agency in obtaining easements, rights of be held between the Contractor, the Engineer and such other entry or right of way, the Contractor will be entitled to an interested parties as may be invited. The purpose of the extension of time. The Contractor agrees that such delay shall not preconstruction conference will be: be a breach of contract. 1. To review the initial progress schedule; Each property owner shall be given 48 hours notice prior to 2. To establish a working understanding among the various a entry by the Contractor. This includes entry onto easements and parties associated or affected by the Work; private property where private improvements must be adjusted.. 3. To establish and review procedures for progress payment, The Contractor shall be responsible for providing, without notifications,approvals,submittals, etc.; no expense or liability to the Contracting Agency, any additional land 4. To establish normal working hours for the Worki and access thereto that the Contractor may desire for temporary 5. To review safety standards and traffic control; and construction facilities, storage of materials, or other Contractor 6. To discuss such other related items as may be pertinent to k'' needs. However, before using any private property, whether the Work. id adjoining the Work or not, the Contractor shall file with the The Contractor shall prepare and submit at the preconstruction Engineer a written permission of the private property owner, and, meeting the following: upon vacating the premises, a written release from the property 1. A breakdown of all lump sum items; owner of each property disturbed or otherwise interfered with by 2. A preliminary schedule of working drawing submittals;and t reasons of construction pursued under this contract. The statement 3. A list of material sources for approval if applicable. shall be signed by the private property owner or proper authority 4. A Project Schedule. acting for the owner of the private property affected, stating that permission has been granted to use the property and all necessary 1-08.1(2)Subcontracting (APWA) II permits have been obtained or, in the case of a release, that the Work done by the Contractor's own organization shall account restoration of the property has been satisfactorily accomplished. for at least 30 percent of the Awarded Contract Price. Before , The statement shall include the parcel number, address,and date of computing this percentage, however, The Contractor may subtract al IN signature. Written releases must be filed with the Engineer before (from the Awarded Contract Price) the costs of any subcontracted - the Completion Date will be established. work on items the contract provisions specifically designates may be first excluded from the Awarded Contract Price. The Contractor shall not subcontract work regardless of tier unless the En:ineer a•.roves in writin:. Each re 1 nest to subcontract shall be on the form the Engineer provides. If the Engineer re.nests, the Contractor shall ,rovide +roof that the 1 subcontractor has the experience, ability, and equipment the work iii requires. Each subcontract shall contain a provision which requires the subcontractor to comply with Section 1-07.9 and to furnish all , certificates, submittals, and statements required by the Contract A Documents. i Along with the request to sublet, the Contractor shall submit the names of any contracting firms the subcontractor proposes to a 4 Page-SP-12 iii Revision Date:May 19, 1997 k ono 1-08 Prosecution and Progress 1-08 Prosecution and Progress use as lower tier subcontractors. Collectively, these lower tier Permission to work between the hours of 10:00 subcontractors shall not do work that exceeds 25 percent of the a.m. during weekdays and between the hours of 10:00 and and ow p.m. and total amount subcontracted to a subcontractor. When a 9:00 a.m. on weekends or holidays may also be subject to noise subcontractor is responsible for construction of a specific structure control requirements. Approval to continue work during these or structures, the following work may be performed by lower tier hours may be revoked at any time the Contractor exceeds the air subcontractors without being subject to the 25 percent limitation: Contracting Agency's noise control regulations or complaints are I. Furnishing and driving of piling,or received from the public or adjoining property owners regarding 2. Furnishing and installing concrete reinforcing and post- the noise from the Contractor's operations. The Contractor shall tensioning steel. Except for the 25 percent limit, lower tier have no claim for damages or delays should such permission be no subcontractors shall meet the same requirements as revoked for these reasons. subcontractors. Permission to work Saturdays, Sundays, holidays or other The Engineer will approve the request only if satisfied with than the agreed upon normal straight time working hours Monday err the proposed subcontractor's prior record, equipment, experience, through Friday may be given subject to certain other conditions set and ability to perform the work.Approval to subcontract shall not: forth by the Contracting Agency or Engineer. These conditions 1. Relieve the Contractor of any responsibility to carry out the may include but are not limited to:requiring the Engineer or such contract, assistants as the Engineer may deem necessary to be present during MI 2. Relieve the Contractor of any obligations or liability under the Work; requiring the Contractor to reimburse the Contracting the contract and the Contractor's bond, Agency for the cost of engineering salaries paid Contracting 3. Create any contract between the Contracting Agency and Agency employees who worked during such times; considering the the subcontractor, or Work performed on Saturdays and holidays as working days with +rr• 4. Convey to the subcontractor any rights against the regards to the Contract Time;and considering multiple work shifts Contracting Agency, as multiple working days with respect to Contract Time even The Contracting Agency will not consider as subcontracting: though the multiple shifts occur in a single 24-hour period. (1) purchase of sand,gravel, crushed stone, crushed slag, batched Assistants may include, but are not limited to, survey crews; too concrete aggregates, ready mix concrete, off-site fabricated personnel from the Contracting Agency's material testing lab; structural steel, other off-site fabricated items, and any other inspectors; and other Contracting Agency employees when in the materials supplied by established and recognized commercial opinion of the Engineer,such work necessitates their presence. plants; or(2)delivery of these materials to the work site in vehicles ow owned or operated by such plants or by recognized independent or 1-08.1(4) Reimbursement for Overtime Work of commercial hauling companies. 'Contracting Agency Employees(APWA) However, the State L&I may determine that RCW 39.12 Where the Contractor elects to work on a Saturday, Sunday, NE applies to the employees of such firms identified in (1) and (2) or other holiday, or longer than an 8-hour work shift on a regular above in accordance with WAC 296-127. If this should occur, the working day, as defined in the Standard Specifications, such work provisions of Section 1-07.9, as modified or supplemented, shall shall be considered as overtime work. On all such overtime work apply• an inspector will be present, and a survey crew may be required at ill The Contractor shall certify to the actual amounts paid to any the discretion of the Engineer. The Contractor shall reimburse the Disadvantaged, Minority, or Women's Business Enterprises firms Contracting Agency for the full amount of the straight time plus that were subcontractors, manufacturers, regular dealers, or overtime costs for employees of the Contracting Agency required service providers on the contract. This certification shall be to work overtime hours. NW supplied with the Final Application for Payment on the form The Contractor by these Specifications does hereby authorize provided by the Engineer. the Engineer to deduct such costs from the amount due or to If dissatisfied with any part of the subcontracted work, the become due the Contractor. Engineer may request in writing that the subcontractor be removed. ow The Contractor shall comply with this request at once and shall not SECTION 1-08.4 IS DELETED AND REPLACED BY THE employ the subcontractor for any further work under the contract. FOLLOWING: 1-08.1(3) Hours of Work(APWA) 1-08.4 Notice to Proceed and Prosecution of the Work ow Except in the case of emergency or unless otherwise approved (APWA) by the Contracting Agency, the normal straight time working hours Notice to Proceed will be given after the contract has been for the contract shall be any consecutive 8-hour period between executed and the contract bond and evidence of insurances have ow 7:00 a.m. and 6:00 p.m. of a working day with a maximum 1-hour been approved and filed by the Owner. The Contractor shall not lunch break and a 5-day work week. The normal straight time 8- commence the Work until the Notice to Proceed has been given by hour working period for the contract shall be established at the the Engineer. The Contractor shall commence construction preconstruction conference or prior to the Contractor commencing activities on the Project Site within ten days of the Notice to IN the Work. Proceed Date. The Work thereafter shall be prosecuted diligently, If a Contractor desires to perform work on holidays, vigorously, and without unauthorized interruption until physical Saturdays,Sundays, or before 7:00 a.m. or after 6:00 p.m. on any completion of the work. There shall be no voluntary shutdowns or da , the Contractor shall a..1 in writin' to the Engineer for slowing of operations by the Contractor without prior approval of Om permission to work such times. Permission to work longer than an the Engineer. Such approval shall not relieve the Contractor from 8-hour period between 7:00 a.m. and 6:00 p.m. is not required, the Contractual obligation to complete the work within the Such requests shall be submitted to the Engineer no later than noon prescribed Contract Time. on the working day prior to the day for which the Contractor is so requesting permission to work. we Page-SP-I3 Revision Date:May 19, 1997 1-09 Measurement and Payment 1-09 Measurement and Payment ii SECTION I-08.S IS DELETED AND REPLACED WITH THE SECTION 1-08.9 IS REVISED PER SECTION I-05.11. FOLLOWING: 1-08.10 Termination of Contract (APWA) a 1-08.5 Time For Completion (Contract Time) (APWA, RC) SECTION I-08.10(1)IS SUPPLEMENTED BY REVISING ALL The Work shall be physically completed in its entirety within REFERENCES TO "STATE TREASURER, DEPARTMENT OF TRANSPORTATION" IN THE LAST SENTENCE, the time specified in the Contract Documents or as extended by the PARAGRAPH S TO READ "CONTRACTING AGENCY." Engineer. The Contract Time will be stated in "working days", shall begin on the Notice To Proceed Date, and shall end on the SECTION I-08.11 IS A NEW SECTION: Ili Contract Completion Date. A nonworking day is defined as a Saturday, a Sunday, a day 1-08.11 .Contractor's Plant and Equipment (RC) on which the contract specifically suspends work, or one of these The contractor alone shall at all times be responsible -i sponsible for the holidays: January I, adequacy,efficiency,and sufficiency of his and his subcontractor's Memorial Day, July 4, Labor Day, plant and equipment. The Owner shall have the right to make use November I I, Thanksgiving Day, the day after Thanksgiving, and of the contractor's plant and equipment in the performance of any _ Christmas Day. When The day before Christmas shall be a work on the site of the work. II holiday when Christmas Day occurs on a Tuesday or Friday. The The use by the Owner of such plant and equipment shall be day after Christmas shall be a holiday when Christmas Day occurs considered as extra work and paid for accordingly. on a Monday, Wednesday, or Thursday. When Christmas Day Neither the Owner nor the engineer assume any responsibility, ' occurs on a Saturday, the two preceding working days shall be at any time, for the security of the site from the time contractor's observed as holidays.- When.Christmas day occurs on a Sunday, operations have commenced until final acceptance of the work by the two working days following shall be observed as holidays. the engineer and the Owner. The contractor shall employ such When holidays other than Christmas fall on a Saturday, the measures as additional fencing, barricades, and watchmen service, preceding Friday will be counted as a non-working day and when as he deems necessary for the public safety and for the protection 1l1 they fall on a Sunday the following Monday will be counted as a of the site and his plant and equipment. The Owner will be non-working day. The Contract Time has been established to allow provided keys for all fenced, secured areas. •; for periods of normal inclement weather which, from historical records, is to be expected during the Contract Time, and during 1-08.12 Attention to Work (RC) ill which periods, work is anticipated to be performed. Each The contractor shall give his successive working day, beginning with the Notice to Proceed Date g personal attention to and shall supervise the work to the end that it shall be prosecuted faithfully, and ending with the Physical Completion Date, shall be charged to and when he is not ersonall the Contract Time as it occurs except a day or part of a day which P y present on the work site,he shall at is designated a nonworking day or an Engineer determined all times be represented by a competent superintendent who shall unworkable day. have full authority to execute the same, and to supply materials, The Engineer will furnish the Contractor a weekly report tools, and labor without delay, and who shall be the legal showin representative of the contractor. The contractor shall be liable for 4 g (I) the number of working days charged against the the faithful observance of any instructions delivered to him or to Contract Time for the preceding week; (2) the Contract Time in his authorized representative. working days; (3) the number of working days remaining in the Contract Time; (4) the number of nonworking days; and (5) any rid partial or whole days the Engineer declared unworkable the 1-09 Measurement and Payment previous week. This weekly report will be correlated with the Contractor's current approved progress schedule. If the Contractor SECTION 1-09.1 IS SUPPLEMENTED BY ADDING THE elects to work 10 hours a day and 4 days a week(a 4-10 schedule) FOLLOWING: NO 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 1-09.1 Measurement of Quantities (RC) week will be charged as a working day whether or not the When items are specified to be paid for by ton, it will be the ii Contractor works on that day_ Contractor's responsibility to see that a certified weight ticket is The Contractor will be allowed 10 calendar days from the date given to the Inspector on the project at the time of delivery of of each report in which to file a written protest of an alleged materials for each truckload delivered. Pay quantities will be 7 = discrepancy in the Contract Time as reported. Otherwise, the prepared on the basis of said tally tickets,delivered to the Inspector iii report will be deemed to have been accepted by the Contractor as at the time of delivery of materials. Tickets not receipt by the correct. Inspector will not be honored for payment. The requirements for scheduling the Final Inspection and Where items are s• cified to be I aid b the ton the followin: h establishing the Substantial Completion, Physical Completion, and system will be used: II Completion Dates are specified in Sections 1-05.11 and 1-05.12. Each truck shall be clearly numbered to the satisfaction of the Engineer and there shall be no duplication of numbers. Du,licate tickets shall be Ire.ared to accom.an each truckload of material delivered to the project. The tickets shall i� bear at least the following information: 1. Truck Number. 2. Truck tare weight(stamped at source). ill 3. Gross truck load weight in tons(stamped at source). 4. Net load weight (stamped at source). 5. Driver's name and date. '`` Page-SP-I4 a Revision Date:May 19,1997 41111 1-09 Measurement and Payment 1-09 Measurement and Payment 6. Location for delivery. LABORATORY" TO READ "CONTRACTING AGENCY'S r 7. Pay item number. MATERIAL LABORATORY." 8. Contract number and/or name. The Contractor shall submit a breakdown of costs for each SECTION 1-09.9 IS DELETED AND REPLACED BY THE lump sum Bid Item. The breakdown shall list the items included in FOLLOWING: oil the lump sum together with a unit price of labor, materials and 1-09.9 Payments (APWA) equipment for each item. The summation of the detailed unit prices for each item shall add up to the lump sum Bid. The unit price values may be used as a guideline for determining progress 1-09.9(1) Progress Payments (APWA) Ora payments or deductions or additions in payment for ordered work Progress payments for completed work and material on hand changes. The detailed cost breakdown of each lump sum item shall will be based upon progress estimates prepared by the Engineer. A be submitted to the Engineer prior to the Preconstruction progress estimate cutoff date will be established at the Conference. Or preconstruction meeting. r Within 3 days after the progress estimate cutoff date SECTION 1-09.2(APWA)IS SUPPLEMENTED BY REVISING (but not more often than once a month) the Contractor shall submit to the ALL REFERENCES TO "MATERIAL RECEIVER" TO READ Engineer for review an Application for Payment, filled out and Orr "ENGINEER." signed by the Contractor, covering the work completed prior to the SECTION 1-09.3 IS SUPPLEMENTED BY ADDING THE progress estimate cutoff date. The Application for Payment shall be FOLLOWING: accompanied by documentation supporting the Contractor's Application for Payment. two 1-09.3 Scope of Payment(APWA, RC) If payment is requested for materials and equipment not Unless modified otherwise in the Contract Provisions, the Bid incorporated in the work, but delivered and stored at approved sites pursuant to the Contract Documents, the Application for Payment Items listed or referenced in the "Payment"clause of each Section shall be accompanied by a bill of sale, invoice, or other of the Standard Specifications, will be the only items for which documentation warranting that the Contractor has received the compensation will be made for the Work described in or specified materials and equipment and evidence that the materials and in that particular Section when the Contractor performs the equipment are covered by appropriate specified Work. Should a Bid Item be listed in a "Payment"clause y ter insurance or other ow but not in the Proposal Form, and Work for that item is performed arrangements to protect the Engineer's interests therein. by the Contractor and the work is not stated as included in or The initial progress estimate will be made not later than 30 days after the Contractor commences the Work, and successive incidental to a pay item in the contract and is not work that would progress estimates will be made every month thereafter until the be required to complete the intent of the Contract per Section 1- Completion Date. Progress estimates made durin r determining o 04.1, then payment for that Work will be made as for Extra Work g pro the Work are tentative, and made only for the purpose of determi ning g pursuant to a Change Order. progress payment. The progress estimates are subject to change at The words "Bid Item," "Contract Item,"and "Pay Item,"and an y time similar terms used throughout the Contract Documents are prior to the calculation of the Final Payment per sai Section 1-09.9(4). synonymous. The value of the progress estimate will be the sum of the If the "payment" clause in the Specifications relating to any following: unit Bid Item price in the Proposal Form requires that said unit Bid 1. Unit Price Items in the Bid Form — the approximate Item price cover and be considered compensation for certain work multiplied th irr or material essential to the item, then the work or material will not quantity of acceptable units of Work completed multiplied by the be measured or paid for under any other Unit Bid Item which may Unit Price. 2. Lump Sum Items in the Bid Form — the estimated appear elsewhere in the Proposal Form or Specifications. percentage complete multiplied by the Bid Forms amount for each Pluralized unit Bid Items appearing in these Specifications are Lump Sum Item. changed to singular form. 3. Materials on Hand —, Payment for Bid Items listed or referenced in the "Payment" percent of invoiced cost of clause of any material delivered to Job site or other storage area approved by the y particular Section of the Specifications shall be Engineer. ;NM considered as including all of the Work required, specified, or 4. Change Orders — entitlement for a ppreer. be listed extra cost or described in that particular Section. Payment items will generally generically completed extra work as determined by the Engineer. g y in the Specifications, and specifically in the Progress payments will be made in accordance with the bid form. When items are to be "furnished" under one payment progress estimate less: ow item and "installed" under another payment item, such items shall 1. Five 5 be furnished FOB (5)percent for retained percentage. project site or if specified in the Special 2. The amount of Progress Payments previously made. Provisions, delivered to a designated site. Materials to be 3. Funds withheld by the Contracting Agency for "furnished," or "furnished and installed" under these conditions, disbursement in accordance with the Contract Documents. 1 shall be the responsibility of the Contractor with regard to storage Progress payments for work performed shall not be evidence until such items are incorporated into the Work or, if such items of acceptable •erformance or an admission b the Contractin. are not to be inco •rated into the work delivered to the a I licabie Agency that any work has been satisfactorily completed. Contracting Agency storage site when provided for in the �' Payments will be made by warrants, issued by the Contracting Specifications. Payment for material "furnished," but not yet Agency's fiscal officer, against the appropriate fund source for the incorporated into the Work, may be made on monthly estimates to project. Payments received on account of work the extent allowed. performed by a subcontractor are subject to the provisions of RCW 39.04.250. f SECTION 1-09.8(APWA)IS SUPPLEMENTED BY REVISING ALL REFERENCES TO "HEADQUARTERS' MATERIAL ow Page-SP-I5 Revision Date:May 19, 1997 1-09 Measurement and Payment 1-09 Measurement and Payment iii 1-09.9(2) Retainage (APWA,RC) 1-09.9(3) Contracting Agency's Right to Withhold Pursuant to RCW 60.28 there will be retained from monies and Disburse Certain Amounts(APWA) iii earned by the Contractor on progress estimates a sum not to exceed In addition to monies retained pursuant to RCW 60.28 and 5 percent of the monies earned by the Contractor. Such retainage subject to RCW 39.04.250, RCW 39.12, and RCW 39.76, the 1 shall be used as a trust fund for the protection and payment (1)to Contractor authorizes the Engineer to withhold progress payments iiii the State with respect to taxes imposed pursuant to Title 82, RCW due or deduct an amount from any payment or payments due the which may be due from such Contractor, and(2)the claims of any Contractor which, in the Engineer's opinion, may be necessary to person arising under the Contract. cover the Contracting Agency's costs for or to remedy the Monies reserved under provisions of RCW 60.28 shall, at the following situations: II option of the Contractor,be: 1. Damage to another contractor when there is evidence 1. Retained in a fund by the Contracting Agency. thereof and a claim has been filed. 2. Deposited by the Contracting Agency in an interest- 2. Where the Contractor has not paid fees or charges to bearing account in a bank, mutual savings bank, or savings and public authorities or municipalities which the Contractor is U loan association(interest on monies so retained may be paid to the obligated to pay. Contractor). 3. Utilizing material, tested and inspected by the Engineer, , 3. Placed in escrow with a bank or trust company by the for purposes not connected with the Work(Section 1-05.6) Contracting Agency. When the monies reserved are to be placed in 4. Landscape damage assessments per Section 1-07.16. 11111 escrow the Contracting Agency will issue a check representing the 5. For overtime work performed by City personnel per sum of the monies reserved payable to the bank or trust company Section 1-08.1(4). t and the Contractor jointly. Such check shall be converted into 6. Anticipated or actual failure of the Contractor to mii bonds and securities chosen by the Contractor and approved by the complete the Work on time: Contracting Agency and the bonds and securities held in escrow. a. Per Section 1-08.9 Liquidated Damage;or Interest on the bonds and securities may be paid to the Contractor b. Lack of construction progress based upon the Engineer's as the interest accrues. review of the Contractor's approved progress schedule which iiii The Contractor shall designate the option desired on--the indicates the Work will not be completed within the Contract Time. .. When calculating an anticipated time overrun, the Engineer will , make allowances for weather delays, approved unavoidable delays, id least 10 working days prior to the first progress payment for the and suspensions of the Work. The amount withheld under this contract. The Contractor in choosing option (2) or (3) agrees to subparagraph will be based upon the liquidated damages amount assume full responsibility to pay all costs which may accrue from per day set forth in Contract Documents multiplied by the number escrow services, brokerage charges or both, and further agrees to of days the Contractor's approved progress schedule, in the opinion t assume all risks in connection with the investment of the retained of the Engineer, indicates the Contract may exceed the Contract IIII percentages in securities. The Contracting Agency may also, at its Time. option, accept a bond for all or a portion of the contractor's 7. Failure of the Contractor to perform any of the retainage. Contractor's other obligations under the contract, including but not ii Release of retained percentage will be made 60 days following limited to: the Completion Date (pursuant to RCW 39.12, RCW 39.76, and a. Failure of the Contractor to provide the Engineer with a RCW 60.28)provided the following conditions are met: field office when required by the Contract Provisions. 1. On contracts totaling more than$20,000.00, a release has b. Failure of the Contractor to protect survey stakes, iiii been obtained from the Washington State Department of Revenue markers, etc., or to provide adequate survey work as required by (RCW 60.28.051). Section 1-05.5. 2. No claims, as provided by law, have been filed against c. Failure of the Contractor to correct defective or - the retained percentage. unauthorized work(Section 1-05.8) : it 3. Affidavit of Wages Paid is on file with the Contracting d. Failure of the Contractor t8 furnish a Manufacture's Agency for the Contractor and all Subcontractors regardless of tier Certificate of Compliance in lieu of material testing and inspection (RCW 39.12.040). as required by Section 1-06.3. In the event claims are filed the Contractor will be paid such e. Failure to submit weekly payrolls, Intent to Pay I retained -percentage less an amount sufficient to pay any such Prevailing Wage forms, or correct underpayment to employees of claims together with a sum determined by the Contracting Agency the Contractor or subcontractor of any tier as required by Section sufficient to pay the cost of foreclosing on claims and to cover 1-07.9. Ili attorney's fees. f. Failure of the Contractor to pay worker's benefits (Title Retainage will not be reduced for any reason below the 50 and Title 51 RCW)as required by Section 1-07.10. minimum limit provided by law. g. Failure of the Contractor to submit and obtain approval Pursuant to Section 1-07.10, the Contractor is responsible for of a progress schedule per Section 1-08.3. Oil submitting to the State L&I a "Request for Release" form in order The Contractor authorizes the Engineer to act as agent for the for the Contracting Agency to obtain a release from that Contractor disbursing such funds as have been withheld pursuant to department with respect to the payments of industrial insurance this section to a party or parties who are entitled to payment. medical aid premiums. The Contracting Agency will ensure the Disbursement of such funds, if the Engineer elects to do so,will be liii Washington State Employment Security Department and any made only after giving the Contractor 15 calendar days prior applicable Contracting Agency department or organization are written notice of the Contracting Agency's intent to do so, and if notified of Contract completion in order to obtain releases from prior to the expiration of the 15-calendar day period, 1 those departments or agency organizations. 1. no legal action has commenced to resolve the validity of S the claims,and 2. the Contractor has not protested such disbursement. ii Page-SP-16 Revision Date:May 19, 1997 IN 1-09 Measurement and Payment - 1-09 Measurement and Payment A proper accounting of all funds disbursed on behalf of the of the responsibility to comply with all laws, ordinances, and us Contractor in accordance with this section will be made. A regulations — Federal, State, or local — that affect the contract. 1 payment made pursuant to this section shall be considered as The date the Contracting Agency unilaterally signs the Final payment made under the terms and conditions of the Contract. The Progress Estimate constitutes the final acceptance date (Section 1- Contracting Agency shall not be liable to the Contractor for such 05.12). MO payment made in good faith. If legal action is instituted to determine the validity of the 1-09.11 Disputes and Claims claims prior to expiration of the 15-day period mentioned above, the Engineer will hold the funds until determination of the action or SECTION 1-09.11(2)IS REVISED AS FOLLOWS: WI written settlement agreement of the parties. 1-09.11(2) Claims (APWA) 1-09.9(4) Final Payment(APWA) Failure to submit with the Final Application for Payment Final Upon Acceptance of the Work by the Contracting Agency the • . . -•- -- - t. such information and details as r final amount to be paid the Contractor will be calculated based described in this section for any claim shall operate as a waiver of upon a Final Progress Estimate made by the Engineer. Acceptance the claims by the Contractor as provided in Section 1-09.9. by the Contractor of the Final Payment shall be and shall operate as SECTION 1-09.11(3) IS DELETED AND REPLACED BY THE IN a release: FOLLOWING: I. to the Contracting Agency of all claims and all liabilities of the Contractor, other than claims in stated amounts as may be 1-09.11(3) Time Limitations and Jurisdiction specifically excepted in writing by the Contractor; (APWA) usa 2. for all things done or furnished in connection with the This contract shall be construed and interpreted in accordance Work; with the laws of the State of Washington. The venue of any claims 3. for every act and neglect by the Contracting Agency; and or causes of actions arising from this contract shall be in the 4. for all other claims and liability relating to or arising out so of the Work. Superior Court of the county where the work is performed. A payment (monthly, final, retainage, or otherwise) shall not For convenience of the parties to this contract, it is mutually release the Contractor or the Contractor's Surety from any agreed that any claims or causes of action which the contractor has obligation required under the terms of the Contract Documents or against the Contracting Agency arising from this contract shall be to the Contract Bond; nor shall such payment constitute a waiver of brought within 180 days from the date of Final Acceptance of the the Contracting Agency's ability to investigate and act upon contract by the Contracting Agency. The parties understand and findings of non-compliance with the WMBE requirements of the agree that the Contactor's failure to bring suit within the time Contract; nor shall such payment preclude the Contracting Agency period provided shall be a complete bar to any such claims or + causes of action. from recovering damages,setting penalties, or obtaining such other It is further mutually agreed b remedies as may be permitted by law. Y a g by the parties that when any Before the Work will be accepted by the Contracting Agency, claims or causes of action which a Contractor asserts against the the Contractor shall submit an affidavit, on the form provided by Contracting Agency arising from this contract are filed with the the Engineer, of amounts paid to certified disadvantaged (DB), Contracting Agency or initiated in court, the Contractor shall the E permit the Contracting Agency to have timely access to any records minority (MBE) or women business enterprises (WBE) deemed necessary by the Contracting Agency to assist in evaluating participating in the Work. Such affidavit shall certify the amounts or paid to the DB,MBE,or WBE subcontractors regardless of tier. the claims or actions. On Federally-funded projects the Contractor may also be 1-09.13 Arbitration required to execute and furnish the Contracting Agency an affidavit oil certifying that the Contractor has not extended any loans, gratuity SECTION 1-09.13(2) (RC) IS SUPPLEMENTED BY or gift and money pursuant to Section 1-07.19 of these. REPLACING ALL REFERENCES TO "THURSTON COUNTY" Specifications. WITH THE WORDS "KING COUNTY." If the Contractor fails, refuses, or is unable to sign and return the Final Progress Estimate or any other documents required for SECTION 1-09.13(3)IS SUPPLEMENTED BY ADDING: or the final acceptance of the contract, the Contracting Agency reserves the right to establish a completion date and unilaterally 1-09.13(3) Procedures to Pursue Arbitration (RC) accept the contract. Unilateral acceptance will occur only after the The findings and decision of the board of arbitrators shall be Contractor has been provided the opportunity, by written request final and binding on the patties, unless the aggrieved party, within um from the Engineer, to voluntarily submit such documents. 1f 10 days, challenges the findings and decision by serving and filing voluntary compliance is not achieved, formal notification of the a petition for review by the superior court of King County, impending unilateral acceptance will be provided by certified letter Washington. The grounds for the petition for review are limited to II from the Engineer to the Contractor which will provide 30 calendar showing that the findings and decision: days for the Contractor to submit the necessary documents. The 1. Are not responsive to the questions submitted; 30-calendar day deadline shall begin on the date of the postmark of 2. Is contrary to the terms of the contract or any component the certified letter from the Engineer requesting the necessary thereof; r documents. This reservation by the Contracting Agency to 3. Is arbitrary and/or is not based upon the applicable facts unilaterally accept the contract will apply to contracts that are and the law controlling the issues submitted to arbitration. The completed in accordance with Section 1-08.5 or for contracts that board of arbitrators shall support its decision by setting forth in are terminated in accordance with Section 1-08.10. Unilateral writing their findings and conclusions based on the evidence Is acceptance of the contract by the Contracting Agency does not in adduced at any such hearing. any way relieve the Contractor of the provisions under contract or no Page-SP-17 Revision Date:May 19, 1997 illi 1-10 Temporary Traffic Control 1-10 Temporary Traffic Control The arbitration shall be conducted in accordance with the If the Engineer requires the Contractor to furnish additional statutes of the State of Washington and court decisions governing channelizing devices, pieces of equipment, or services which could 10 such procedure. not be usually anticipated by a prudent contractor for the The costs of such arbitration shall be borne equally by the City maintenance and protection of traffic, then a new item or items • and the contractor unless it is the board's majority opinion that the may be established to pay for such items. Further limitations for c itill ontractor's filing of the protest or action is capricious or without consideration of payment for these items are that they are not reasonable foundation. In the latter case, all costs shall be borne covered by other pay items in the bid proposal, they are not by the contractor. specified in the Special Provisions as incidental, and the accumulative cost for the use of each individual channelizing ill 1 40 Temporary Traffic Control 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 - SECTION 1-10.1 IS SUPPLEMENTED BY ADDING THE contractor. The cost for these items will be by agreed price, price illil FOLLOWING: established by the Engineer, or by force account. Additional items 1-10.1 General(RC) required as a result of the Contractor's modification to the traffic When the bid proposal includes an item for "Traffic Control," control plan(s)appearing_in the contract shall not be covered by the the work required for this item shall be all items described in provisions in this paragraph. ill Section 1-10,including,but not limited to: If the total cost of all the work under the contract increases or 1. Furnishing_ and maintaining barricades, flashers, decreases by more than 25 percent, an equitable adjustment will be construction signing and other channelization devices, considered for the item "Traffic Control"to address the increase or III unless a pay item is in the bid proposal for any specific decrease. device and the Special Provisions specify furnishing, SECTION 1-10.2(1) TRAFFIC CONTROL SUPERVISOR IS maintaining, and payment in a different manner for that WISED AS FOLLOWS device; iiiii 2. Furnishing traffic control labor,equipment, and supervisory 1-10.2(1)Traffic Control Supervisor(RC) (SA) personnel for all traffic control labor; .. 3. Furnishing any necessary vehicle(s).to set up and remove Sir'=Tthe Contractor shall designate an individual or Ili the Class B construction signs and other traffic control individuals to perform the Traffic Control Supervisor's(TCS)duties devices for the project_ The TCS shall be certified inas-a worksite traffic contro ..• . . • 4. Furnishin_ labor and vehicles for iatrollin: and maintainin r.• _ in position all of the construction signs and the traffic .•The TCS shall•assure that personally control devices, unless a pay item is in the bid proposal to perfocm all the duties of the TCS are performed during the duration specifically pay for this work;and of the contract. um 5. Furnishing labor, material, and equipment necessary for 7. Ensuring that corrections are made if traffic control cleaning up, removing, and replacing of the construction devices are not functioning as required. The TCS may signs and the traffic control devices destroyed or damaged make minor revisions to the traffic control plan to during the life of the project_ accommodate site conditions as long as the original intent eiii of the traffic control plan is maintained and the revision 6. Removing existing signs as specified or a directed by the • . • • • _ !li __ is in conformance engineer and delivering to the City Shops or storing and re- with established standards. . installing as directed by the Engineer. r.: _• -• • - -. _ - .,. a 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 Possession of a current flagging card used by the prime contractor, and subcontractors, shall be by the TCS is mandatory. submitted at or before the preconstruction conference, and SECTION 1-10.2(2)IS SUPPLEMENTED AS FOLLOWS: shall be subject to review and approval of the Engineer. iiii 8. Contacting police, fire, 911, and ambulance services to 1-10.2(2) Traffic Control Plans(RC) notify them in advance of any work that will affect and The Contractor shall be responsible for assuring that traffic traveled portion of a roadway. control is installed and maintained in conformance to established iiii standards. The Contractor shall continuously evaluate the 9. Assurin: that all traveled I.rtions of roadwa s are o l en to operation of the traffic control plan and take prompt action to traffic during peak traffic periods, 6:30 a.m. to 8:30 a.m.t correct any problems that become evident during operation. and 3:00_2.m. to 6:00 p.m., or as specified in the special SECTION 1-10.3(3)HAS BEEN REVISED AS FOLLOWS: id provisionsons,, or or as directed by the Engineer. 10. Promptly removing or covering all nonapplicable signs 1-10.3(3) Construction Signs during periods when they are not needed. All signs required by the approved traffic control plan(s) as ? well as any other appropriate signs prescribed by the Engineer, or iii If no bid item "Traffic Control" appears in the proposal then required to conform with established standards, will be furnished all work required by these sections will considered incidental and by Contractor. their cost shall be included m the other items of work. Page-SP-18 1i Revision Date:May 19, 1997 rrr i-11 Kenton Surveying Standards 1-11 Renton Surveying Standards No separate pay item will be provided in the bid proposal for The item "Traffic Control"will be considered for an equitable ire Class A or Class B construction signs. adjustment per Section 1-04.6 only when the total contract price '" '• increases or decreases by more than 25 percent. ! All other—costs for the work to < -•. .• z > provide Class A or Class B construction signs shall be included in The Lump Sum unit contract price per-hour-shall be full the unit contract price for the various other items of the work in the pay for all costs involved in furnishing the pilot car(s),pilot car or bid proposal- driver(s),and the appropriate pilot car sign(s)for any one-pilot car operation. Any necessary flaggers will be paid under the SECTION 1-10.3(6)IS REVISED AS FOLLOWS: item for traffic control-labor. err 1-10.3(6) One-Way Piloted Traffic Control Through The Lump Sum unit contract price Construction Zone P P per-hour-shall be full r pay for all costs for the labor provided for performing those r _ construction operations described in Section 1-10.3(1) and as , _- z _ authorized by the Engineer.-Pay men* thi i+ n► b•• .,... z -_ .... . z « • The Lump unit• '' , _ . .. � p Sum contract price N. _ panel area shall be full pay for all costs for performing the • • • • • • ••• z , work described in Section 1-10.3(3) and Section 1-10.3(4). This payment will include all labor, equipment, and vehicles necessary for the initial acquisition, the initial installation of ' Contractor-Furnished One-Way Piloted Traffic Control. The Class A signs, and ultimate return of all Contracting Agency- Contractor shall furnish the pilot car(s)and driver(s)for the pilot car furnished signs. '- control area. Any necessary flaggers shall be furnished by the es Contractor fir' The Lump Sum unit contract price per.-day-shall be full pay for all costs involved in furnishing the person(s)assigned IN as the "Traffic Control Supervisor"-t»-ing an Enginee- DELETE SECTION 1-10.4 AND REPLACE WITH: .All costs for the vehicle(s)required for the Traffic Control Supervisor shall be included in the Lump 1-10.4 Measurement(RC) (SA) Sum unit contract price for"Traffic Control-Supervsior." WI " • .- " ,. . = No specific unit of measurement will apply to the lump sum • - • " " r.item of"Traffic Control". - - - or SECTION 1-10.s IS REVISED AND SUPPLEMENTED AS " . FOLLOWS: 1-10.5 Payment (RC) • ,. . _ ow 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 they are included in the proposal: ert "Traffic Control,"lump sum. •The lump sum contract price shall be full pay for all costs not " z . covered by other specific pay items in the bid proposal for The Lump Sum unit-contract price pew-day-shall be full furnishin: installin:, maintainin• and removin: traffic control pay for all costs involved in furnishing the vehicle or vehicles is devices required by the contract and as directed by the Engineer in for the work described in Section 1-10.3( conformance with accepted standards and in such a manner as to maximize safety, and minimize disruption and inconvenience to the Labor" public.. lille Progress payment for the lump sum item "Traffic Control" 1-11 Renton Surveying Standards will be made as follows: 3' a. When the initial warnin: sins for the be:innin: of the ir project and the end of construction signs are installed 1-11.1(1) Responsibility for surveys(RC) and approved by the Engineer, 30 percent of the All surveys and survey reports shall be prepared under the amount bid for the item will be paid. direct supervision of a person registered to practice land surveying b. Payment for the remaining 70 percent of the amount under the provisions of Chapter 18.43 RCW. bid for the item will be paid on a prorated basis in All surveys and survey reports shall be prepared in accordance accordance with the total job progress as determined with the requirements established by the Board of Registration for Professional Engineers and Land Surveyors under the provisions of by progress payments. Chapter 18.43 RCW. y p r Page-SP-19 no Revision Date:May 19, 1997 I 1-11 Renton Surveying Standards 1-11 Renton Surveying StantLi 1-11.1(2) Survey Datum and Precision(RC) In those cases where an electronic data collector is used a The horizontal component of all surveys shall have as its copy print out in ASCII text format will accompany the field nail coordinate base: The North American Datum of 1983/91. All horizontal control for projects must be referenced to or in 1-11.1(5) Corners and Monuments(RC) conjunction with a minimum of two of the City of Renton's Survey Corner A ..int on a land bounda , at the . ncture of tw Control Network monuments. The source of the coordinate values more boundary lines. A monument is usually set at such poin._ used will be shown on the survey drawing per RCW 58.09.070. physically reference a corner's location on the ground. The horizontal component of all surveys shall meet or exceed Monument Any physical object or structure of record w the closure requirements of WAC 332-130-060. The control base marks or accurately references: iii lines for all surveys shall meet or exceed the requirements for a Class A survey revealed in Table 2 of the Minimum Standard • A corner or other survey point established by or under • Detail Requirements for ALTA/ACSM Land Title Surveys jointly supervision of an individual per section 1-11.1(1) and established and adopted by ALTA and ACSM in 1992 or corner or monument established by the General Land Oaf comparable classification in future editions of said document. The and its successor the Bureau of Land Management includit angular and linear closure and precision ratio of traverses used for section subdivision corners down to and including survey control shall be revealed on the face of the survey drawing, sixteenth corners;and as shall the method of adjustment. iiii The horizontal component of the control system for surveys • Any permanently monumented boundary, right of we - using global positioning system methodology shall exhibit at least 1 alignment,or horizontal and vertical control points establi ! part in 50,000 precision in line length dependent error analysis at a by any governmental agency or private surveyor inclus ill 95 percent confidence level and performed pursuant to Federal street intersections but excluding dependent interior Geodetic Control Subcommittee Standards for GPS control surveys corners. as defined in Geometric Geodetic Accuracy Standards & Specifications for Using GPS Relative Positioning Techniques dated 1-11.1(6) Control or Base Line Survey (RC) imi August 1, 1989 or comparable classification in future editions of Control or Base Line Surveys shall be established for a said document.. construction projects that will create permanent structures such The vertical component of all surveys shall be based on roads, sidewalks, bridges, utility lines or appurtenances, signa NAVD 1988, the North American Vertical Datum of 1988, and light poles, or any non-single family building. Control or Fa tied to at least one of the City of Renton Survey Control Network Line Surveys shall consist of such number of permanet benchmarks. If there are two such benchmarks within 3000 feet of monuments as are required such that every structure may- ' the project site a tie to both shall be made. The benchmark(s)used observed for stakin: or "as-builtin_' while occuu ' : one s will be shown on the drawing. If a City of Renton benchmark does monument and sighting another such monument. A minimun. not exist within 3000 feet of a project, one must be set on or near two of these permanent monuments shall be existing monument: the project in a permanent manner that will remain intact recognized and on record with the City of Renton. The Contra throughout the duration of the g project. Source of elevations Base Line Surve shall occ • each monument in turn and s. (benchmark)will be shown on the drawing, as well as a description satisfy all applicable requirements of Section 1-11.1 herein. of any bench marks established. The drawing depicting the survey shall be neat, legible, an drawn to an appropriate scale. North orientation should be dell 1-11.1(3) Subdivision Information (RC) presented anb the scale shown graphically as well as noted. iiii Those surveys dependent on section subdivision shall reveal drawing must be of such quality that a reduction thereof to one-h.. the controlling monuments used and the subdivision of the original scale remains legible. applicable quarter section- If recording of the survey with the King County Recorde _-, Those surveys dependent on retracement of a plat or short plat required, it will be prepared on 18 inch by 24 inch mylar and Al -. shall reveal the controlling monuments, measurements, and comply with all provisions-of Chapter 58.09 RCW. E methodology used in that retracement. photographic mylar of the drawing will be submitted to the City,q Renton and upon their review and acceptance per the spec 1-11.1(4) Field Notes (RC) requirements of the project, the original will be recorded with Illi Field notes shall be kept in conventional format in a standard King County Recorder. bound field book with waterproof pages. In cases where an If recording is not required, the survey drawing shall electronic data collector is used field notes must also be kept with a prepared on 22 .inch by 34 inch mylar, and the original o .i sketch and a record of control and base line traverses describing photographic mylar thereof will be submitted to the City of Rent° station occupations and what measurements were made at each The survey drawings shall meet or exceed the requirements o point. WAC 332-130-050 and shall conform to the City of Rento Every point located or set shall be identified by a number and Drafting Standards. American Public Works Association symbil a description_ Point numbers shall be unique within a complete shall be used whenever ,.ssible and a le:end shall identi __ 'ob. The 'referred method of joint numberin: is field notebook symbols used if each p int o marked by a symbol is not described a pale and point set on that page Example The first point set or each use found on page 16 of field book 348 would be identified as Point An electronic listing of all principal points shown on 1 No. 348.16.01,the second point would be 348.16.02,etc. drawing shall be submitted with each drawing. The listing show. Upon completion of a City of Renton project, either the field include the point number designation (corresponding with that,. notebooks) provided by the City or the original field note book(s) the field notes), a brief description of the point, and northt used by the surveyor will be given to the City. For all other work, easting, and elevation (if applicable) values, all in ASCII forrril surveyors will provide a copy of the notes to the City upon request. on IBM PC compatible media. ill Page-SP-20 Revision Date:May 19, 1997 ar 1-11 Renton Surveying Standards 1-11 Renton Surveying Standards 1-11.1(7) Precision Levels(RC) 1-11.1(12) Monument Setting and Referencing(RC) rr Vertical Surveys for the establishment of bench marks shall All property or lot corners, as defined in 1-11.1(5) satisfy all applicable requirements of section 1-05 and 1-11.1. established or reestablished on a plat or other recorded survey shall Vertical surveys for the establishment of bench marks shall be referenced by a permanent marker at the corner point per 1- meet or exceed the standards, specifications and procedures of third 11.2(1). In situations where such markers are impractical or in 'u" order elevation accuracy established by the Federal Geodetic danger of being destroyed, e.g., the front corners of lots,a witness Control Committee. marker shall be set. In most cases, this will be the extension of the Bench marks must possess both permanence and vertical lot line to a tack in lead in the curb. The relationship between the NM stability. Descriptions of bench marks must be complete to insure witness monuments and their respective corners shall be shown or both recoverablilty and ry, ty positive identification on recove 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 1-11.1(8) Radial and Station—Offset Topography curbs on the extension of said line with the curb." In all other MI (RC) cases the corner shall meet the requirements of section 1-11.2(1) Topographic surveys shall satisfy all applicable requirements herein. of section 1-11.1 herein. All non corner monuments, as defined in 1-11.1(5),shall meet All points occupied or back sighted in developing radial the requirements of section 1-11.2(2) herein. If the monument us topography or establishing baselines for station—offset topography falls with in a paved portion of a right of way or other area, the shall meet the requirements of section 1-11.1 herein. monument shall be set below the ground surface and contained The drawing and electronic-listing requirements set forth in within a lidded case kept separate from the monument and flush section 1-11.1 herein shall be observed for all topographic surveys. with the pavement surface, per section 1-11.2(3). its In the case of right of way centerline monuments all points of 1-11.1(9) Radial Topography (RC) curvature(PC), points of tangency (PT),street intersections,center Elevations for the points occupied or back sighted in a radial points of cul de sacs shall be set. If the point of intersection, PI, topographic survey shall be determined either by 1) spirit leveling for the tangents of a curve fall within the paved portion of the right qtr with misclosure not to exceed 0.1 feet or Federal Geodetic Control of way, a monument can be set at the PI instead of the PC and PT Committee third order elevation accuracy specifications, OR 2) of the curve. trigonometric leveling with elevation differences determined in at For all non corner monuments set while under contract to the iim least two directions for each point and with misclosure of the City of Renton or as part of a City of Renton approved subdivision circuit not to exceed 0.1 feet. of property, a City of Renton Monument Card (furnished by the city) identifying the monument; point of intersection (PI), point of 1-11.1(10) Station—Offset Topography(RC) tangency (P1), point of curvature (PC), one-sixteenth corner, Plat aim Elevations of the baseline and topographic points shall be monument, street intersection, etc., complete with a description of determined by spirit leveling and shall satisfy Federal Geodetic the monument, a minimum of two reference points and NAD 83/91 Control Committee specifications as to the turn points and shall not coordinates and NAVD 88 elevation shall be filled out and filed exceed 0.1 foot's error as to side shots. with the city. all 1-11.1(11) As-Built Survey(RC) 1-11.2 Materials All improvements required to be "as-built" (post construction survey) per City of Renton Codes, TITLE 4 Building Regulations 1-11.2(1) Property/Lot Corners (RC) al and TITLE 9 Public Ways and Property, must be located both Corners per 1-11.1(5) shall be marked in a permanent manner horizontally and vertically by a Radial survey or by a Station offset such as 1/2 inch diameter rebar 24 inches in length, durable metal survey. The "as built" survey must be based on the same base line plugs or caps, tack in lead, etc. and permanently marked or tagged or control survey used for the construction staking survey for the with the surveyor's identification number. The specific nature of MN improvements being "as-built". The "as-built" survey for all the marker used can be determined by the surveyor at the time of subsurface improvements should occur prior to backfilling. Close installation. cooperation between the installing contractor and the 'as-builting" am surveyor is therefore required. 1-11.2(2) Monuments (RC) All "as-built" surveys shall satisfy the requirements of section Monuments per 1-11.1(5) shall meet the requirements as set I-11.1(1) herein and shall be based upon control or base line forth in City of Renton Standard Plans page 11031 and permanently surveys made in conformance with these Specifications. marked or tagged with the surveyor's identification number. isi The field notes for "as-built" shall meet the requirements of section 1-11.1(4) herein and submitted with stamped and signed 1-11.2(3) Monument Case and Cover(RC) "as-built" drawings which includes a statement certifying the Materials shall meet the requirements of section 9-22 and City accuracy of the`as built". of Renton Standard Plans page H031. Jos The drawing and electronic listing requirements set forth in section 1-11.1(6) herein shall be observed for all "as-built" surveys. am 4. Am Or Page-SP-21 Revision Date:May 19, 1997 4m 2-02 Removal of Structures and Obstructions 2-03 Roadway Excavation and Embankment Division 2 Earthwork quantities and changes will be computed, either manually or by means of electronic data processing equipment, by Earthwork 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 al for his review and verification. 2-02 Removal of Structures and Any excavation or embankment beyond the limits indicated in Obstructions the Plans, unless ordered by the Engineer, shall not be paid for All work and material required to return these areas to their SECTION 2-02.3(3) IS REVISED AND SUPPLEMENTED AS original conditions,as directed by the Engineer, shall be provided by the Contractor at his sole expense. FOLLOWS: All areas shall be excavated, filled, and/or backfilled as necessary to comply with the grades shown on the Plans. In filled in 2-02.3(3) Removal of Pavement, Sidewalks, and and backfilled areas, fine grading_shall begin during the placement Curbs (RC) and the compaction of the final layer. In cut sections, fine grading In removing pavement, sidewalks, and curbs, the Contractor shall begin within the final six (6) inches of cut. Final grading shall: shall produce a surface which is smooth and even, without abrupt 1. Haul broken-up pieces ' changes in grade. to some off-project site. Excavation for curbs and gutters shall be accomplished by t cutting accurately to the cross sections, grades and elevations shown. Care shall be taken not to excavate below the specified 5. When an area where pavement has been removed is to be grades. The contractor shall maintain all excavations free from opened to traffic before pavement patching has been completed, detrimental quantities of leaves, brush, sticks, trash and other temporary mix asphalt concrete patch shall be required. debris until final acceptance of the Work, • Temporary patching shall be placed to a minimum depth of 2 Following removal of topsoil or excavation to grade and inches immediately after backfilling and compaction are complete, before placement of fills or base course, the subgrade under the and before the road is opened to traffic. MC cold mix or MC hot roadway shall be proofrolled to identify any soft or loose areas mix shall be used at the discretion of the Engineer. which may warrant additional compaction or excavation and If pavements, sidewalks, or curbs lie within an excavation replacement. area and are not mentioned as separate pay items, their removal The Contractor shall provide temporary drainage or protection will be paid for as part of the quantity removed in excavation. If to keep the subgrade free from standing water. they ' *• • •e - .- • • •• •-. .re not Acceptable excavated native soils shall be used for fill in the mentioned as a separate item in the proposal,they will be measured area requiring fills. Care shall be taken to place excavated material and paid for as provided under Section 2-02.5, and will not be at the optimum moisture content to achieve the specified included in the quantity calculated for excavation. compaction. Any native material used for fill shall be free of SECTION 2-02.5 IS SUPPLEMENTED BY ADDING: organics and debris and have a maximum particle size of 6 inches. It shall be the responsibility of the Contractor toprevent the 2-02.5 Payment (RC) native materials from becoming saturated with water. The 2. "Saw Cuttin measures may include sloping to drain, compacting the native g", per Lineal Foot. materials, and diverting runoff away from the materials. If the 3. "Remove Sidewalk",per Square Yard. Contractor fails to take such preventative measures, any costs or 4. "Remove Curb and Gutter",per Lineal Foot. delay related to drying the materials shall be at his own expense. S. "Cold Mix",per Ton If the native materials become saturated, it shall be the 6. "Remove Asl halt Concrete Pavement,"per square yard. T. "Remove Cement Concrete pavement,"per square yard. responsibility of the Contractor to dry the materials, to the 8. "Remove existing Per optimum moisture content. If sufficient acceptable native soils are All costs related--to the removal and disposal of structures and not available to complete construction of the roadway embankment, obstructions including saw cutting, excavation, backfilling and Gravel Borrow shall be used. temporary asphalt shall be considered incidental to and included in If subgrade trimmer is not required on the project,all portions other items unless designated as specific bid items in the proposal. of Section 2-03 shall apply as though a subgrade trimmer were specified. If sufficient acceptable native soils, as determined by the 2-03 Roadway Excavation and Engineer, are not available to complete construction of the roadway Embankment embankment, Gravel,Borrow meeting the requirements of Section 9-03.14 of the Standard Specifications shall be used. SECTION 2-03.3 IS SUPPLEMENTED BY ADDING THE SECTION 2-03.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: FOLLOWING: 2-03.3 Construction Requirements(RC) 2-03.4 Measurement(RC) Roadway excavation shall include the removal of all materials The Contracting Agency will use the following methods to excavated from within the limits shown on the plans. Suitable measure work performed unless specific exceptions in other excavated material shall be used for embankments, while surplus sections provide otherwise: excavated material or unsuitable material shall be disposed of by I. At the discretion of the engineer, roadway excavation, the Contractor. borrow excavation, and unsuitable foundation excavation - by the a Page-SP-22 p,,.,,-,,,, nnfn• ifmr 10 1007 2-04 Haul 2-09 Structure Excavation cubic yard (adjusted for swell) may be measured by truck in the 2-06 Subgrade Preparation hauling vehicle at the point of loading. The contractor shall provide truck tickets for each load removed. Each ticket shall have the truck number, time and date, and be approved by the engineer. SECTION 2-06.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: SECTION 2-03.5 IS REVISED AS FOLLOWS: mrs 2-03.5 Payment (RC) 2 .5 Payment (RC) Subgrade preparation and maintenance including watering Payment will be made for the following bid items when they shall be considered as incidental to the construction and all costs rat are included in the proposal: thereof shall be included in the appropriate unit or lump sum I. "Roadway Excavation" or "Roadway Excavation—Area contract bid prices. A(B,C,etc.)",per cubic yard. When the Engineer orders excavation 2 feet or less below 2-09 Structure Excavation subgrade, unit contract prices for roadway excavation and haul shall apply. If he orders excavation more than 2 feet below subgrade, that part below the 2-foot depth shall be paid for as SECTION 2-09.1 IS SUPPLEMENTED BY ADDING THE provided in Section-1 04.4 Item 3 of this payment section. In this FOLLOWING: case, all items of work other than roadway excavation shall be paid at unit contract prices. 2-09.1 Description (RC) The unit contract price per cubic yard shall be full pay for This work also includes the excavation, haul, and disposal of excavating, loading, placing, or otherwise disposing of the all unsuitable materials such as peat, muck, swampy or unsuitable - . •.- .- - materials including buried logs and stumps. material. -e tThe unit contract price per cubic yard shall 2-09.3 Construction Requirements trr include haul. SECTION 2-09.3(1)D IS REVISED AS FOLLOWS: 3. "Unsuitable Foundation Excavation",per cubic yard. The unit contract price per cubic yard for "Unsuitable 2-09.3(1)D Disposal of Excavated Material(RC) Foundation Excavation" shall be full pay for excavating, loading, All costs for disposing of excavated material within the project ire and disposing of the material. -. - ' ._ limits shall be included in the unit contract price for structure excavation, Class A or B. - • -- - The unit contract price per cubic yard shall include haul. !• _ r• If the contract includes structure excavation, Class A or B, r.. including haul, the unit contract price shall include all costs for • loading and hauling the material the full required distances r•: _ _ otherwise all such disposal costs shall be considered incidental to • - ••.•• - • •... • !Payment for the work. no embankment compaction will not be made as a separate item. All SECTION 2-09.4 IS REVISED AND SUPPLEMENTED AS costs for embankment compaction shall be included in other bid FOLLOWS: items involved. 2-09.4 Measurement (RC) - 2-04 Haul Gravel backfill. All gravel backfill 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. f SECTION 2-04.5 IS REVISED. AND SUPPLEMENTED AS Gravel backfill used for pipe bedding shall be incidental to the no FOLLOWS: installation of the pipe or paid for as other gravel backfill unless a 2-04.5 Payment (RC) specific separate pay item is included in the contract for gravel backfill for pipe bedding. .„1! insludecl4p-tho-pr-eposal; • SECTION 2-09.5 IS REVISED AND SUPPLEMENTED AS 1. "Haul",per unit. 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 2-09.5 Payment of other units of work. Payment will be made for the following bid items when they are included in the proposal: "Structure Excavation Class A",per cubic yard. Is "Structure Excavation Class B",per cubic yard. "Structure Excavation Class A Incl.Haul",per cubic yard. "Structure Excavation Class B Incl.Haul",per cubic yard. The unit contract price per cubic yard for the bid items listed stir 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 ire Page-SP-23 Revision Date:May 19, 1997 art 2-09 Structure Excavation 2-09 Structure Excavation "Structure Excavation Incl Haul" are not listed as pay items in the contract. "Shoring or Extra Excavation Class B",per square foot. The unit contract price per square foot shall be full pay for all excavation, backfill, compaction, and other work required when extra excavation is used in lieu of constructing shoring. If select backfill material is required for backfilling within the limits of the structure excavation, it shall also be required as backfill material for the extra excavation at the Contractor's expense. Any excavation or backfill material being paid by unit price shall be calculated by the Engineer only for the neat line measurement of the excavation and shall not include the extra excavation beyond the neat line. If there is no bid item for shoring or extra excavation Class B on a square foot basis and the nature of the excavation is such that shoring or extra excavation is required, then shoring or extra excavation shall be considered incidental to the work involved and no further compensation shall be made. "Gravel Backfill (Kind) for (Type of Excavation), per Cubic Yard or per Ton". . When gravel backfill is paid by the ton, the Contractor shall take care to assure to the satisfaction of the Engineer that such per ton backfill is only being used for the specified 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. Unless included in the contract as a separate pay item, gravel backfill used for pipe bedding shall be considered incidental to the installation of the pipe or shall be included in the gravel backfill used to backfill the trench, if a separate pay item is included for trench backfill. iti i t Page-SP-24 Revision Date:May 19,1997 3 No supplemental specifications were necessary 4 No svpptemental specifications were necessary Division 3 Production From Quarry and Pit Sites Division 4 and Stockpiling Bases No 3 No supplemental specifications were necessary 4 No supplemental specifications were necessary No supplemental specifications were necessary for Division 3. No supplemental specifications were necessary for Division 4. ■r rn tier 11111 e._ wr Page-SP-25 Revision Date:May 19, 1997 5-04 Asphalt Concrete Pavement 5-04 Asphalt Concrete Pavenu Division 5 (2) - . Surface Treatments and Pavements r sainplec toWhen a sample from uncompacted mix is needed ! Contractor shall ensure that the samples can —be obtainer. 5-04 Asphalt Concrete Pavement accordance with WSDOT Test Method 712. SECTION 5-04.3(8)A IS REVISED AND SUPPLEMENTED AS hauling-vehicle. FOLLOWS: B. Definition of Sampling Lot and Sublot. For the purii 5-04.3(8)A Acceptance Sampling and Testing(RC) of acceptance sampling and testing, a lot-is is-shall-be defines, the 1. General. Acceptance of asphalt cement concrete shall be total quantity of material or work produced for each job m as—provided under- statistical a nonstatistical acceptance. formula (JMF). Only one lot per JMF is expected to occur Determination of-statistical-es nonstatistical acceptance shall be based on proposal quantities and shall consider the total of all bid items involving mix of a specific class. " Dense graded mixes(asphalt concrete pavement Classes A,B, !' ''• E, F, and G) shallwill be evaluated for quality of gradation on a — — dailyiet basis by the Contractor. This gradation analysis shall be - - • The JM - based on WSDOT Test Method 104 and the results delivered to the is defined in Section.... Contracting Agency by noon of the following working day. This 03.8(6)A (Basis of Acceptance). The Contractor may not information shall be used by the Engineer to evaluate conformance any changes to the JMF without prior written approval o En with Section 9-03.8(6)A.2.-and A-asphalt content shall be tested atgtneer' • the Eengineer's discretion if the Compaction Pay Factor(Section 5- �_F 04.3(10)B)falls below 1.00. The Contracting Agency may take their own independent :radation sam'les at the stock•ile to confirm the :radation testin: done by the contractor. If the independent sample gradation varies from the Contractor's data by more than ±3% for sieve sizes greater than 1/4" and±2% for sieves smaller than the No. 10,then the costs of the sampling and testing shall be borne by the Contractor. If the tTest results vary from the Contractor's data •- - . ' _ '� ' ace-within the ranges listed above , then Sampling and testing for nonstatistical acceptance shall t the cost of sampling and testing will be borne by the Contracting performed on a random basis at a minimum frequency of.. Agency.•,:. : -,,, ••• • ,. • - sample-- - sam le for each sublot of 400 tons or each day's .. - P Y • •-" - - - whichever is least. When proposal quantities exceed 1,200 ton a class of mix under nonstatistical acceptance, sublot size shall t r • determined to the nearest 100 tons to provide not less than t • uniform sized sublots, based on proposal quantities, wit maximum sublot size of 800 tons. - - C. Test Results. The Engineer will furnish the Contracts ' with a copy of the results as they become available. e .. • ' - •. 2_ •• - .. .. - .. •. -. - - _ _-• ••• -- ti - - H • D. Test Methods_ When sample testing of asphalt conteri necessary, Aacceptance testes for compliance o€asphalt-cork will use the Nuclear Asphalt Gauge Procedure; WSDOT 2. Aggregates. _Aggregates will be accepted for sand 'i1 Method 722-T. When sample testing of gradation is necessary -` equivalent and fracture based on their conformance to the Aacceptance testing for compliance of gradation will use the Q requirements of Section 9 03.8(2)_ Determination of Aggregate Gradation using Alternate Sol '• evaluation. Procedure;WSDOT Test Method 723-T. 3. Asphalt Cement. Asphalt Cement will be accepted to* E. Reject Mixture tests-based on their-conformance to the requirements of Section 9- (1) Rejection by Contractor. The Contractor may, pn 02.1(43). Testing of asphalt properties to assure certification shall sampling, elect to remove any defective material and replae, be the responsibility of the contractor. If the vendor or grade of with new material at no expense to the Contracting Agency. . the asphalt cement changes, a new job mix formula (IMF)shall be such new material will be sampled, tested, and evaluated fc evaluated and approved. acceptance. 43. Asphalt Concrete Mixture (2) Rejection_by Engineer Without Testing A. Sampling The Engineer may, without sampling, reject any batch, load, (1) A sample will not be obtained from either the first or last section of roadway. 25 tons of mix produced in each production shift. Page-SP-26 Revision Date:May 19, 1997 5-04 Asphalt Concrete Pavement 5-04 Asphalt Concrete Pavement material that appears defective in gradation or asphalt cement SECTION 5-04.03(10)A IS SUPPLEMENTED BY ADDING rrr content. Material rejected before placement shall not be THE FOLLOWING: incorporated into anythe pavement. Any rejected section of compacted roadwaypavement shall be removed. 5-04.3(10)A General (RC) No payment will be made for the rejected materials or the The Contractor shall not use vibration when compacting on a removal of the materials unless the Contractor requests that the street where A.C. Line (Transite) is in place (refer to City of rejected material be tested. If the Contractor elects to have the Renton Comprehensive Water System Plan to identify locations of rejected material tested,a minimum of three representative samples A.C.lines.) AW will be obtained and tested. Representative samples to be removed SECTION 5-04.3(10)B IS REVISED AS FOLLOWS: for testing from compacted pavement shall be removed by coring. 5-04.3(10)B Control (SA) Asphalt concrete pavement Classes A, B, E, and F used in _ . traffic lanes, including lanes for ramps, truck climbing, weaving, and speed change, and having a specified compacted course - •- -• - - . _ • - ' .. thickness greater than 0.10 foot, shall be compacted to a specified level of relative density. The testing shall occur on a sublot basis rrr • .. •-•_. .. . _ •- • using the definition of a sublot described in Section 5-04.3(8). The •• '- ' specified level of relative density shall be . . .. _ .. .. •• .. _ _ •!t •_ 1.1 .. _ . .. • _'• .• • •• . • . 921•.0 percent of the Acceptance of the initially reference maximum density rejected suspected material will use the acceptance sampling and Method-705._The reference maximum density shall be determined testing methods. If the material does not fall within the job mix as that developed in the job mix formula(JMF)the-moving-average formula tolerances of Section 9-03.8(6)A, the mix will be rejected :- : :-••'• ', to and all costs associated with sampling, testing and removal shall be . If the Contractor chooses, a moving borne by the Contractor. The rejected material must be removed average of the three most recent tests of maximum density may be and replaced with new material at no expense to the Contracting determined through the use of WSDOT Test Method 705 by the so Agency. If the material falls within the job mix formula Contractor at the Contractor's expense. The specified level of tolerances, the mix will be accepted for quality of mix but will density attained will be determined by the average statistical remain subject to the compaction adjustment of Section 5-04.3(10) evaluation--of three five nuclear density gauge tests taken in and all costs associated with sampling and testing will be borne by accordance with WSDOT Test Method 715 on the day the mix is wrr the Contracting Agency. placed (after completion of the finish rolling) at locations determined by the stratified random_•'_. . ••• . . !• _ • •• • within each density lot tf . • •• ".•- • •• !! • • less,.The Engineer will furnis a copy of the • :: -'• results of all acceptance testing performed in the field as soon as the results are availabl•• .- -_ •_• . • _•• •• - . . . . . . ••.•••• •• - • ` -- ••. • •_ • • ••• . • _ • Pavement compaction below 89 percent of the reference maximum density shall not be . . • .: • . ' .. ..... ... •. . . • • •• _ accepted. Relative densities falling between 89 percent and 92 percent shall be subject to the price adjustments of Section 5- detained. For compaction lots falling below a CPF of 1.00 pay-factor and thus subject to price reduction or rejection, cores may be used ' _ --- r• as an alternatives to the nuclear density gauge tests. When}cores .. . _ . - • • - - _. ... '- _ . _ • after paving.—When the Contracting Agency requests cores and the level of relative density within a sublot is less than 92.0 percent, •.. •- • !± _. . . - •. a l e cost-• _ • _ .•. . . .. . ... f o r• the-coring and testing shall be borne by the Contractor. When the Contracting Agency requests cores and the level of relative density within a • - '- ! sublot is greater than 92.0 percent, the cost for coring and testing shall be borne by the Contracting Agency. shall-be-25-percent, . At the start of paving, if requested by the Contractor, a compaction test section shall be constructed, as directed by the Engineer, to determine the compactibility of the mix design_ eir Page-SP-27 Revision Date:May 19, 1997 • 5-04 Asphalt Concrete Pavement P 5-04 Asphalt Concrete Pavement Compactibility shall be evaluated as the ability of the mix to attain SECTION 5-04.5(1) QUALITY ASSURANCE PRICE ; a given quality level corresponding to a pay factor of 1.00 or ADJUSTMENTS IS DELETED. greater referenced to the specified minimum density (921 percent SECTION 5-04.5(1)A IS DELETED AND REPLACED WITH of the reference maximum density i THE FOLLOWING: Method--705). If a compaction test section is requested, a r Compaction pay factor of 1.00 shall apply until compatibility is 5-04.5(1)A Price Adjustments for Quality of AC Mix proven. Following determination of compactibility, the Contractor (RC) is responsible for the control of the compaction effort. If the ,t Nonstatistical Acceptance-Each lot of asphalt concrete Ili Contractor does not request a test section, the mix will be pavement produced and having all constituents falling within considered compactible. the limits of the job mix formula shall be accepted at the unit Asphalt Concrete Classes A, B, E, F, and G constructed contract price. If the constituents of the mix fall outside the f under conditions other than listed above shall be compacted on the limits of the job mix formula, the mix shall not be accepted(see basis of a test point evaluation of the compaction train. The test Section 5-04.3(8)Rejection of Mixture). point evaluation shall be performed in accordance with instructions from the Engineer. The number of passes with an approved SECTION 5-04.5(1)B IS REVISED AND SUPPLEMENTED AS compaction train, required to attain the maximum test point FOLLOWS: density, shall be used on all subsequent paving. Asphalt Concrete Class D and preleveling mix shall be 5-04.5(1)B Price Adjustments for Quality AC compacted to the satisfaction of the Engineer. Compaction (RC) In addition to the randomly selected locations for tests of the For each sublot a Compaction Pay density, the Engineer may also isolate from a normal lot any area Factor �� will be that is suspected of:_being defective in relative density. Such determined based on the relative density of the tests. The isolated material will not include an original sample location. A following table lists the Compaction Pay Factors and their minimum of three S randomly located density tests will be taken. associated relative density.. ' The isolated area will then be evaluated for price adjustment in accordance with this • tion, considering ! `' it as a separate-sublotlet. SECTION 5-04.5 IS REVISED AS FOLLOWS: Relative Density Compaction Pay Factor 5-04.5 Payment (RC) (average of three tests) "Misc and/or Driveway Asphalt Conc. Approach Cl. >92.0 1.00 per ton. This item,when included in the contract, includes asphalt 91.5 0.99 paving for areas such as driveways and traffic islands that are not 91.0 0.95 part of other paving work. 90.5 0.91 " .. •• ^ . 90.0 0.85 89.5 0.80 89.0 0.75 tr j Page-SP-28 11 Revision Date:May 19,1997 6-12 Rockeries 6-12 Rockeries Division 6 and have a stable appearance. The rocks shall be carefully placed by mechanical equipment and in a manner such that the longitudinal irr Structures axis if the rock shall be at right angles or perpendicular to the rockery face. The rocks shall have all inclining faces sloping to the back of the rockery. Each row of rocks will be seated as SECTION 6-12 IS A NEW SECTION tightly and evenly as possible on the rock below in such a manner that there will be no movement between the two. After setting a 6-12 Rockeries course of rock,all voids between the rocks shall be chinked on the back with quarry rock to eliminate any void sufficient to pass a 2 6-12.1 Description (RC) inch square probe. The work described in this section, regardless of the type of 6-12.3.1 Rockery Backfill (RC). materials encountered, includes the excavation and shaping of the The wall backfill shall consist of 1-1/2 inch minus crushed cut or fill slopes and furnishing and constructing rockeries/rock rock or gravel conforming to section 9-03.9(3). This material will retaining wall where shown on the plans or where directed by the be placed to an 8 inch minimum thickness between the entire wall engineer. and the cut or fill material The backfill material will be placed in lifts to an elevation approximately 6 inches below the course of rrr 6-12.2 Materials (RC) rocks placed. The backfill will be placed after each course of Rock walls shall be formed of larger pieces of quarried basalt, rocks. Any backfill material on the bearing surface of the rock andesite or other igneous rock. Individual pieces of rock shall be course will be removed before setting the next course. sound and resistant to weathering. When broken into pieces 6-12.3.2 Drain Pipe (RC) weighing 50 to 150 grams and tested for soundness with sodium A 4 inch diameter perforated pvc pipe shall be placed as a sulphate in accordance with aashto t104, the loss through cone- footing drain behind the rockeries as shown in the standard plans, inch sieve after 6 cycles shall not exceed 35% by weight. and connected to the storm drainage system where shown. The rock material shall be as nearly rectangular as possible so as to afford the minimum amount of void space between the blocks. 6-12.3.3 Rejection Of Material(RC) No stone shall be used which does not extend through the wall. The inspector will have the authority to reject any defective The rock material shall be hard, sound, durable and free from material and to suspend any work that is being done, Jtr Pe Y g improperly done weathered portions, seams, cracks and other defects. subject to the final decision of the engineer. All rejected material The rock density shall be a minimum of 160 pounds per cubic will be removed from the construction site and any rejected work foot. The source of supply and representative samples of the shall be repaired or replaced at no additional cost to the Owner. material shall be approved by the engineer before delivery to the sir site. 6-12.4 Measurement (RC) The rock walls shall be constructed of one-man rocks, (85 to 300 pounds) each 10" in its least dimension; two-man rocks, (300 Measurement of the finished rock wall for payment will be to 600 pounds) each 13" in its least dimension; three-man rocks made from the footing grade to the top of the wall and rounded to (800 to 1,200 pounds) each 16" in its least dimension; four-man the nearest square yard. rocks(1,500 to 2,200 pounds)each 18" in its least dimension. The 6-12.5 Payment(RC) rocks shall range uniformly in size for each classification specifies. arty The four-man rocks shall only be used for the first course of Payment will be made under the item "rock retaining wall", rock in walls over 6 feet in height. per square yard. The unit price per square yard shall be full compensation for 6-12.3 Construction Requirements(RC) the rockery/rock retaining wall in place and shall include all work, lost The rock unloading at the site will be done in such a manner materials, and equipment required to complete the installation, as to segregate the rock by the size ranges indicated in the including drainage pipe and all other items. preceding paragraph. rn 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. au+ Areas on which the rockery is to be placed shall be trimmed and dressed to conform to the elevation or slope indicated. The rock wall construction shall start as soon as possible upon the completion of the cut or fill section. ler 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 MI 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 Page-SP-29 Revision Date_May 19, 1997 7-01 Drains 7-04 Storm Sewers Division 7 Corrugated Polyethylene Culvert Pipe 9-05.19 Where steel or aluminum are referred to in this Section in l� Drainage Structures, Storm Sewers, regard to a kind of culvert pipe,pipe arch, or end sections, it shall Sanitary Sewers, Water Mains, and understood that steel is zinc coated with Asphalt Treatment I ""# (galvanized) or aluminum coated (aluminized) corrugated iron or iti Conduits 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 4 referred to in Section 7-02 it shall be understood that reference is 7-01 Drains also made to PVC. SECTION 7-01.2 IS REVISED AS FOLLOWS: 7-03 Structural Plate Pipe, Pipe Arch, Arch, 7-01.2 Materials(RC) and Underpass Drain pipes may be concrete,zinc coated (galvanized)Asphalt Treatment I or aluminum coated (aluminized) corrugated iron or SECTION 7-03.2 IS REVISED AS FOLLOWS: steel with Asphalt Treatment I, corrugated aluminum alloy, polyvinyl chloride (PVC), or corrugated polyethylene (PE) at the 7-03.2 Materials (RC) opted specify ion of the Contractor unless the Plans ecify the type to be Materials shall meet the requirements of the following sections: SECTION 7-01.3 IS REVISED AS FOLLOWS: Concrete Class 3000 6-02 Corrugated Steel Asphalt Treatment I 9-05.6(8) 7-01.3 Construction Requirements (RC) Corrugated Aluminum 9-05.6(8 PVC drain pipe shall be jointed with a bell and spigot joint Reinforcing Steel 9-07 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 SECTION 7-03.5 IS REVISED AS FOLLOWS: E`' jointed with snap-on, screw-on, or wraparound coupling bands as recommended by the manufacturer of the tubing. 7-03.5 Payment(RC) iii PVC underdrain pipe shall be jointed using either the flexible Payment will be made in accordance with Section 1-04.1, for 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 each of the following bid items that are included in the proposal: otherwise specified in the Plans. The bell shall be laid upstream. "St. Str. Plate Pipe Gage In. Diam. per linear tlfiM' PE or ABS drainage tubing underdrain pipe shall be jointed with foot with Asphalt Treatment I. snap-on, screw-on, or wraparound. coupling bands, as "St. Str. Plate Pipe Arch Gage Ft. In. Span", LI recommended by the manufacturer of the tubing. per linear foot with Asphalt Treatment I. tan "St. Str. Plate Arch Gage Ft. In. Span", per SECTION 7-01.4 IS SUPPLEMENTED ADDING THE linear foot with Asphalt Treatment I. 1 FOLLOWING: "Structure Excavation Class B",per cubic yard. "Structure Excavation Class B Incl.Haul",per cubic yard. 7-01.4 Measurement(RC) If no bid item for Structure Excavation Class A or Structure When the contract does not include "structure excavation Excavation Class B, including haul, is included in the schedule of Class B"or"Structure excavation Class B including haul" as a pay prices then the work will be considered incidental and its cost item all costs associate_d with these items shall be included in other should be included in the cost of the pipe. "Shoring or Extra x contract pay items. Excavation Class B". If it is not in the contract, then it shall be incidental. 7-02 Culverts 7-04 Storm Sewers + ' SECTION 7-02.2 IS REVISED AND SUPPLEMENTED AS FOLLOWS: SECTION 7-04.2 IS REVISED AS FOLLOWS: 7-02.2 Materials(RC) 7-04.2 Materials(RC) I illii Materials shall meet the requirements of the following Where steel or aluminum are referred to in this Section in sections: regard to a kind of storm sewer pipe, it shall be understood that Plain Concrete Culvert Pipe 9-05.3(1) steel is zinc coated (galvanized)= Asphalt Treatment I Coated of Reinforced Concrete Culvert Pipe 9-05.3(2) corrugated iron or steel and Beveled Concrete End Sections 9-05.3(3) aluminum is corrugated aluminum alloy as specified in Sections lid Steel Culvert Pipe and Pipe Arch,Asphalt Treatment I 9-05.4 9-05.4 and 9-05.5. Steel Nestable Pipe and Pipe Arch, Asphalt Treatment 1 9-05.4(8) Steel End Sections,Asphalt Treatment I 9-05.4(9) Aluminum Culvert Pipe 9-05.5 ` Aluminum End Sections 9-05.5(6) S II olid Wall PVC Culvert Pipe 9-05.12(1) Profile Wall PVC Culvert Pipe 9-05.12(2) ail Page-SP-30 Revision Date:May 19, 1997 o 7-05 Manholes,Inlets,and Catch Basins 7-05 Manholes,Inlets,and Catch Basins 7-04.3 Construction Requirements 7-05 Manholes, Inlets, and Catch Basins SECTION 7-04.3(1)B IS SUPPLEMENTED BY ADDING THE SECTION 7-05.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: FOLLOWING: ii.r 7-04.3(1)B Pipe Bedding(RC) 7-05.3 Construction Requirements (RC) Pipe bedding for PVC sewer pipe shall consist of clean, granular pea gravel consistent with section 9-03.12(3). It shall be All manholes shall have eccentric cones and shall have placed to a depth of 6" over and 6" under the exterior walls of the ladders. iw pipe- SECTION 7-05.3(1) IS REVISED AND SUPPLEMENTED AS 7-04.3(2) Laying Storm Sewer Pipe FOLLOWS: +rw SECTION 7-04.3(2)A IS REVISED AS FOLLOWS: 7-05.3(1) Adjusting Manholes and Catch Basins to Grade (RC) 7-04.3(2)A Survey Line and Grade (RC) The existing cast iron ring and cover on manholes and the Survey line and grade will be provided by the Engineer or catch basin frame and grate shall first be removed and thoroughly contractor in a manner consistent with accepted practices and these. cleaned for reinstalling at the new elevation. From that point, the specifications. existing structure shall be raised or lowered to the required•SECTION 7-04.3(2)G IS SUPPLEMENTED BY ADDING THE elevation. N• ••. . .• .• _• . ••• FOLLOWING: - ... - 7-04.3(2)G Storm Sewer Line Connections (RC) All connections not occurring at a manhole or catch basin shall In unpaved streets: Manholes, catch basins and similar sok be done utilizing pre-manufactured tee connectors or pipe sections structures in areas to be surfaced with crushed rock or gravel shall approved by the Engineer. Any other method or materials be constructed to a point approximately eight inches below the proposed for use in making connections shall be subject to approval subgrade and covered with a temporary wood cover. Existing by the Engineer. manholes shall be cut off and covered in a similar manner. The rtr contractor shall carefully.reference each manhole so that they may SECTION 7 04.4 IS REVISED AS FOLLOWS: be easily found upon completion of the street work. After placing 7-04.4 Measurement (RC) the gravel or crushed stone surfacing, the manholes and manhole castings shall be constructed to the finished grade of the roadway The length of storm sewer pipe will be the number of linear surface. Excavation necessary for bringing manholes to grade feet of completed installation measured along the invert and will shall center about the manhole and be held to the minimum area include the length through elbows, tees, and fittings. The number necessary. At the completion of the manhole adjustment, the void of linear feet will be measured from the center of manhole to around the manhole shall be backfilled with materials which result tw center of manhole or from the center of catch basin to center of in the section required on the typical road way section, and be catch basins and similar type structures. thoroughly compacted. SECTION 7-04.5 IS SUPPLEMENTED AND REVISED AS In cement concrete pavement: Manholes, catch basins and FOLLOWS: similar structures shall be constructed and adjusted in the same manner as outlined above except that the final adjustment shall be 7-04.5 Payment(RC) made and cast iron frame be set after forms have been placed and checked. In placing the concrete pavement, extreme care shall be The unit contract price per linear foot for storm sewer pipe of taken not to alter the position of the casting in any way. the kind and size specified shall be full pay for all work to In asphalt concrete pavement-Manholes shall not be adjusted complete the installation, including adjustment of inverts to until the pavement is completed, at which time the center of each manholes. When no bid item "gravel backfill for pipe bedding" is manhole shall be carefully relocated from references previously included in the Schedule of Prices, pipe bedding, as shown in the established by the contractor. The standard plans, shall be considered incidental to the pipe and no y pavement shall be cut in a restricted area and base material be removed to permit removal of additional payment shall be made. the cover. The manhole shall then be brought to proper grade utilizing the same methods of construction as for the manhole Testing of storm sewer pipe, if required by the Engineer,shall itself. The cast iron frame shall be placed on the concrete blocks be considered incidental to and included in the unit contract prices and wedged up to the desired grade. The asphalt concrete pavement for other items. shall be cut and removed to a neat circle, the diameter of which shall be equal to the outside diameter of the cast iron frame plus two feet. The base materials and crushed rock shall be removed and Class 3000 or Commercial Portland 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 trr Page-SP-31 Revision Date:May 19, 1997 7-08 General Pipe Installation Requirements 7-08 General Pipe Installation Requirements t patch and the existing pavement shall then be carefully painted with SECTION 7-05.4 IS REVISED AS FOLLOWS: hot asphalt cement or asphalt emulsion and shall be immediately 7-05.4 Measurement (RC) ai covered with dry paving sand before the asphalt cement solidifies. The inside throat of the manhole shall be thoroughly mortared and Manholes will be measured per each. Measurement of plastered. manhole heights for payment purposes will be the distance from Adjustment of inlets: The final alignment and grade of cast finished rim elevation to the invert of the lowest outlet pipe. iron frames for new and old inlets to be adjusted to grade will be Adjustments of new structures and miscellaneous items such established from the forms or adjacent pavement surfaces. The as valve boxes shall be considered incidental to the unit contract " price of the new item and no furthur coin final adjustment of the top of the inlet will be performed in similar p compensation shall be made. tili manner to the above for manholes. On asphalt concrete paving Adjustment of existing structures and miscelaneous items such projects using curb and gutter section, that portion of the cast iron valve boxes shall be measured by "Adjust Existing per frame not embedded in the gutter section shall be solidly embedded each which shall be full pay for all labor and materials including all in concrete also. The concrete shall extend a minimum of six concrete for the completed adjustment in accordance with Section iii inches beyond the edge of the casting and shall be left 2 inches 7-05.3(1)and the City of Renton Standard Details. below the top of the frame so that the wearing course of asphalt Connection to existing pipes and structures shall be measured concrete pavement will butt the cast iron frame. The existing per each. concrete pavement and edge of the casting shall be painted with hot SECTION 7-05.5 IS REVISED AND SUPPLEMENTED AS IIII asphalt cement. Adjustments in the inlet structure shall be FOLLOWS: constructed in the same manner and of the same material as that -1, required for new inlets. The inside of the inlets shall be mortared 7-05.5 Payment (RC) ' Ili and plastered. "AdjustManhole Existing ," per each. Monuments and_cast iron frame and cover: Monuments and monument castings shall be adjusted to grade in the same manner The unit contract price per each for "Adjust Existing " " " shall be full pay Valve box castings:Adjustments of valve box castings shall be for all costs necessary to make the adjustment including restoration made in the same manner as for manholes, of adjecent areas in a manner acceptable to the Engineer. "Structure Excavation Class B",per cubic yard. SECTION 7-05.3(2)IS REVISED AS FOLLOWS: "Structure Excavation Class B Incl.Haul",per cubic yard. in Structure excavation for concrete inlets and area inlets is 7-05.3(2) Abandon Existing Manholes (RC) considered incidental to the cost of the inlets and shall be included Where it is required that an existing manhole be abandoned, in the unit contract price for the concrete inlet and the area inlet. If the structure shall be-broken down to a depth of at least 4 feet no bid item for Structure Excavation Class A or Structure a, below the revised surface elevation, all connections plugged, the Excavation Class B is included in the schedule of prices then the manhole base shall be fractured to prevent standing water, and the work will be considered incidental and its cost should be included manhole filled with sand and compacted to 90 percent density as in the cost of the pipe. I specified in Section 2-03.3(14)C. Debris resulting from breaking "Connect to Existing Catch Basin,"per each. Ali the upper part of the manhole may be mixed with the sand subject "Connect Structure to existing pipe,"per each. to the approval of the Engineer. The ring and cover shall be salvaged and all other surplus material disposed of. 7-08 General Pipe Installation Requirements % la SECTION 7-05.3(3) IS SUPPLEMENTED BY ADDING THE SECTION 7-08.3(1)C SUPPLEMENTED AS FOLLOWS: FOLLOWING: - 7-08.3(1)C Pipe Zone Bedding (RC) (SA) 7-05.3(3) Connections to Existing Manholes(RC) Hand compaction of the bedding materials under the pipe rt Where shown on the plans,new drain pipes shall be connected haunches will be required. Hand compaction shall be accomplished to existing line, catch basin, curb inlets and/or manholes. The by using a suitable tamping tool to firmly.tamp bedding material contractor shall be required to core drill into the structure, shape under the haunches of the pipe. Care shall be taken to avoid Iii the new pipe to fit and regrout the opening in a workmanlike displacement of the pipe during the compaction effort. manner. Where directed by the engineer or where shown on the Pipe bedding shall be considered incidental to the pipe and no plans, additional structure channeling will be required. further compensation shall be made. A "Connection to existing" item will be allowed at any SECTION 7-08.3(2)E IS SUPPLEMENTED AS FOLLOWS: lit connection of a new line to an existing structure, or the connection of a new structure to a existing line. No "connection to existing" 7-08.3(2)E Rubber Gasketed Joints(RC) will be accepted at the location of new installation, relocation and In laying pipe with rubber gaskets, the pipe shall be handled - adjustment of line manholes,catch basins or curb inlets. carefully to avoid knocking the gasket out of position or iii Any damage to existing pipe or structure that is to remain in contaminating it with foreign material. Any gasket so disturbed .lace resultin: from the Contractor's o• rations shall be re'aired shall be removed, cleaned, relubricated if required, and replaced or replaced at his own expense. before joining the sections. The unit bid price per each shall be full compensation for all The pipe shall be properly aligned before joints are forced iii labor, materials and equipment required. home. Sufficient pressure shall be applied in making the joint to ensure that the joint is home, as defined in the standard installation instructions provided by the pipe manufacturer. The Contractor may use any method acceptable to the Engineer for pulling the pipe iii together,except that driving or ramming by hand or machinery will not be permitted. Any pipe damaged during joining and joint Iiii Page-SP-32 Revision Date:May 19, 1997 so 7-08 General Pipe Installation Requirements 7-08 General Pipe Installation Requirements tightening shall be removed and replaced at no expense to the _pipe shall be kept clean during and after laying. All openings in so Contracting Agency. the pipe line shall be closed with water tight expandable type sewer Care shall be taken by the CONTRACTOR to avoid over plugs at the end of each day's operation or whenever the pipe pushing the pipe and damaging the pipe or joint system. Any openings are left unattended. The use of burlap, wood, or other damaged pipe shall be replaced by the Contractor at his expense. similar temporary plugs will not be permitted. to Care shall be taken to properly align the pipe before joints are Where necessary to raise or lower the pipe due to unforeseen entirely forced home. During insertion of the tongue or spigot, the obstructions or other causes, the ENGINEER may change the pipe shall be partially supported by hand, sling or crane to alignment and/or the grades. Except for short runs which may be ao minimize unequal lateral pressure on the gasket and to maintain permitted by the ENGINEER,pipes shall be laid uphill on grades concentricity until the gasket is properly positioned. Since most exceeding 10 percent- Pipe which is laid on a downhill grade shall gasketed joints tend to creep apart when the end of the pipe is be blocked and held in place until sufficient support is furnished by deflected and straightened, such movement shall be held to a the following pipe to prevent movement. so minimum once the joint is home. Unless otherwise required, all pipe shall be laid straight between the changes in alignment and at uniform grade between SECTION 7-08.3(2)J IS AN ADDED NEW SECTION: changes in grade. For concrete pipes with elliptical reinforcement, 7-08.3(2)J Placing PVC Pipe(RC) the pipe shall be placed with the minor axis of the reinforcement in tut In the trench, prepared as specified in Section 7-02.3(1) PVC a vertical position. pipe shall be laid beginning at the lower end, with the bell end Immediately after the pipe joints has been made,proper gasket upgrade. Pea gravel will be used as the bedding material and placement shall be checked with a feeler gage as approved by the extend from 6" below the bottom of the pipe to 6" above the top of pipe manufacturer to verify proper gasket placement. lei the pipe. When it is necessary to connect to a•structure with a SECTION 7-08.3(2)G IS SUPPLEMENTED BY ADDING THE mudded joint a rubber gasketed concrete adapter-collar will be used FOLLOWING: at the point of connection. 7-08.3(2)G Sewer Line Connections (RC) 7-08.3(2)A Survey Line and Grade Unless otherwise approved by the Engineer, all connections of Survey line and grade control shall be provided in accordance lateral sewers to existing mains shall be made through a cast iron with Sections 1-05.4, 1-05.5 and 1-11 saddle secured to the sewer main with stainless steel bands. When Engine in a manner consistent with accepted practices. alt the existing main is constructed of vitrified clay, plain or The Contractor shall transfer line and grade into the trench reinforced concrete, cast or ductile iron pipe, the existing main where they shall be carried by means of a laser beam using 50 foot shall be core drilled. minimum intervals for grade staking. Any other procedure shall Connections (unless booted connections have been provided sot have the written approval of the Engineer. for) to existing concrete manholes shall be core-drilled, and shall have an "0" 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 kore-N-Seal. PVC pipe connection shall consist of tee, nipple and couplers as approved by the Engineer. SECTION 7-08.4 IS REVISED AND SUPPLEMENTED AS ar FOLLOWS: SECTION 7-08.3(2)B IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-08.4 Measurement (SA) 7-08.3(2)B Pipe Laying (RC) Gravel backfill for foundations, or gravel backfill for pipe sr Checking of the invert elevation of the pipe may be made by zone bedding when used for foundations, shall be measured by the calculations from measurements on the top of the pipe, or by cubic yard,including haul,as specified in 2-09., or by the TON. looking for ponding of 1/2" or less, which indicates a satisfactory . Concrete for plugging existing pipes will be measured by the ow condition. At manholes, when the downstream pipe(s) is of a cubic yard for the volume which would be required to completely larger size, pipe(s)shall be laid by matching the(eight-tenths)flow fill the pipe for a distance of two diameters. Computation for elevation,unless otherwise approved by the Engineer. corrugated metal pipes will be based on the nominal diameter. All pipe, fittings, etc. shall be carefully handled and protected Excavation of the trench will be measured as structure 3110 against damage, impact shocks, and free fall. All pipe handling excavation Class B or structure excavation Class B including haul, equipment shall be acceptable to the ENGINEER. Pipe shall not by the cubic yard as specified in Section 2-09. When excavation be placed directly on rough ground but shall be supported in a below grade is necessary,excavation will be measured to the limits manner which will protect the pipe against injury whenever stored ordered by the Engineer. sr at the trench site or elsewhere. No pipe shall be installed where Embankment construction before culvert placement under the the lining or coating show defects that may be harmful as applicable provisions of Section 7-08.3(1)A will be measured in determined b the ENGINEER. Such damaged linin: or coatin: accordance with Section 2-03. shall be repaired, or a new undamaged pipe shall be furnished and Shoring or extra excavation class B will be measured as is installed. specified in Section 2-09.4. The CONTRACTOR shall inspect each pipe and fitting prior to installation to insure that there are not damaged portions of the saw 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. Oa Page-SP-33 Revision Date:May 19, 1997 , a 7-10 Trench Exc.,Bedding,and Backfill for Water Mains 7-11 Pipe Installation for Water Mains SECTION 7-08.5 IS REVISED AND SUPPLEMENTED AS 7-11 Pipe Installation for Water Mains FOLLOWS: 7-08.5 Payment I (SA) 7-11.3 Construction Details (RC) Payment will be made in accordance with Section 1-04.1 for Oh each of the following bid items that are included in the proposal: 7-11.3(4) Laying of Pipe on Curves "Gravel Backfill for Foundations",per cubic yard,or Ton. SECTION 741.3(4)A HAS BEEN REVISED AS FOLLOWS: "Gravel Backfill for Pipe Zone Bedding", per cubic yard, or 4 Ton. 7-11.3(4)A Ductile Iron Pipe(RC) "Commercial Concrete",per cubic yard. Long radius (500feet or more) curves, either horizontal or "Structure Excavation Class B", per cubic yard. vertical, may be laid with standard pipe by deflecting the joints. If "Structure Excavation Class B Incl.Haul",per cubic yard. the pipe is shown curved in the Plans and no special fittings are Unless specifically identified and provided as separate items, shown, the Contractor can assume that the curves can be made by structure excavation, dewatering and backfilling shall be incidental deflecting the joints with standard lengths of pipe. If shorter to pipe installation and no further compensation shall be made. lengths are required, the Plans will indicate maximum lengths that " "Shoring or Extra Excavation Class B",per square foot. can be used. The amount of deflection at each pipe joint when pipe ii If this pay item is not in the contract, then it shall be is laid on a horizontal or vertical curve shall not exceed one half of incidental. the manufacturer's printed recommended deflections. SECTION 7-11.3(4)B IS SUPPLEMENTED AS FOLLOWS: 7-10 Trench Exc., Bedding, and Backfill for 0 Water Mains 7-11.3(4)B Polyvinyl Chloride(PVC)Pipe(4 inches and Over)(RC) - SECTION 7-10.4 IS REVISED AS FOLLOWS: Polyvinyl Chloride (PVC) Pipe shall not be used for water le mains and appurtenances. 7-10.4 Measurement (RC) THE TITLE AND TEXT OF SECTION 7-11.3(6) HAS BEEN Measurement of bank run gravel for trench backfill will be by REVISED AS FOLLOWS: the cubic yard measured by the calculation of neat lines based on maximum trench width per Section 2-09.4 or by the ton, in 7-11.3(6) Laying Ductile Iron Pipe and Fittings with accordance with Section 1-09. Polyethylene Encasement(RC) , tThe Contractor shall lay ductile ' 7-10.5 IS REVISED AND SUPPLEMENTED AS FOLLOWS: iron pipe with a polyethylene encasement. Pipe and polyethylene elk 7-10.5 Payment(RC) 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 iii • -yar& valves, with 8 mil. polyethylene plastic in accordance with Section `• -• - _ 4-5 of ANSI 21.5 or AWWA C105. = The polyethylene wrap shall be tube type and black color. Any damage that occurs to the wrap shall be repaired in accordance iiii . •- - • - . - . Payment for "removal with ANSI/AWWA C105/A21.5-93. and replacement of unsuitable material" will be considered Installation of the polyethylene encasement shall be considered incidental to or calculated under other bid items and no further incidental to the installation of the pipe and no additional payment compensation will be made. shall be allowed. ifs 4. "Bank Run Gravel for Trench Backfill", per cubic yard 711.3(7)A AND 7-11.3(7)B HAVE BEEN DELETED AND or ton. REPLACED BY THE FOLLOWING The unit contract price per cubic yard or ton for "Bank Run Ili Gravel for Trench Backfill" shall be full pay for all work to 7-11.3(7) Laying Steel Pipe (RC) furnish,-k place, and compact the material in the trench. Also Steel pipe shall not be used. included in the unit contract price is the disposal of excess and • unusable material excavated from the trench. SECTION 7-11.3(9)A IS REVISED AND SUPPLEMENTED AS 6. "Foundation Material" ,per ton or cubic yard. FOLLOWS: Pa ment at the unit contract rice for "foundation material" 7-11.3(9)A Connections to Existing Mains(RC) .. .,shall be full compensation for excavating and disposing of the ii unsuitable material and replacing with the appropriate foundation The Contractor may be required to perform the connection material per Section 9-30.7B(1). during times other than normal working hours. The Contractor shall not operate any valves on the existing system without-specific . 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 t plans all connections to existing water mains will be done by City forces as provided below: City Installed connections: ili Page-SP-34 Revision Date:May 19, 1997 • MP 7-11 Pipe Installation for Water Mains 7-11 Pipe Installation for Water Mains Connections to existing piping and tie-ins are indicated on the registering 1 gallon per revolution. The meter shall be approved by - drawings. The contractor must verify all existing piping, the Engineer. dimensions, and elevations to assure proper fit. Acceptability of the test will be determined as follows: Connections to the existing water main shall not be made Acceptability of the test will be determined by two factors, as without first making the necessary arrangements with the Engineer follows: 'e in advance. 1. The quantity of water lost from the main shall not exceed A two-week advance notice shall be required for each the number of gallons per hour as listed in the following connection which requires a cutting of the existing water mains or a table. am shut-down of the existing water mains. The City reserves the right 2. The loss in pressure shall not exceed 5 psi during the 2 hour to re-schedule the connection if the work area is not ready at the test period. scheduled time for the connection. All water used to perform hydrostatic pressure shall be Work shall not be started until all the materials, equipment charged a usage fee. O and labor necessary to properly complete the work are assembled * on site. Allowable leakage per 1000 ft. of pipeline*-in GPH The Contractor shall provide all saw-cutting, removal and disposal of existing surface improvements, excavation, haul and Nominal Pipe Diameter in inches Ile disposal of unsuitable materials, shoring, de-watering, foundation - PSI 6' 8" 10" 12" 16" 20' 24' material, at the connection areas before the scheduled time for the 450 0.95 1.27 1.59 1.91 2.55 3.18 3.82 connection by the City. The Contractor shall provide all materials 400 0.90 1.20 1.50 1.80 2.40 3.00 3.60 necessary to install all connections as indicated on the construction 350 0.84 1.12 1.40 1.69 2.25 2.81 3.37 NO plans, including but not limited to the required fittings, couplings, 275 0.75 1.00 1.24 1.49 1.99 2.49 2.99 pipe spools, shackle materials to complete the connections. The 250 0.71 0.95 1.19 1.42 1.90 2.37 2.85 Contractor shall provide and install concrete blocking, polywrap 225 0.68 0.90 1.13 1.35 1.80 2.25 2.70 the piping at the connections, backfill and surface restoration at the 200 0.64 0.85 1.06 1.28 1.70 2.12 2.55 NI locations shown on the plans for the connections to the existing *If the pipeline under test contains sections of various water mains, diameters, the allowable leakage will be the sum of the computed The City will cut the existing main and assemble all materials. leakage for each size. For those diameters or pressures not listed, the formula below shall be used: SECTION 741.3(11)IS SUPPLEMENTED AND REVISED AS _ The quantity of water lost from the main shall not exceed the FOLLOWS: number of gallons per hour as determined by the formula Ise 7400 7-11.3(11) Hydrostatic Pressure Test (RC) L N1 A hydrant meter and a back flow prevention device will be used when drawing water from the City system. These may be in which obtained from the City by completing the required forms and L = Allowable leakage, gallons/hour making required security deposits. There will be a charge for the N = No.of joints in the length of pipeline tested me water used. Before applying the specified test pressure, air shall D = Nominal diameter of the pipe in inches be expelled completely from the pipe, valves and hydrants. If P = Average test pressure during the leakage test,psi permanent air vents are not located at all high points, the contractor h•• • . _ . - . . . . . . ... • . _.. 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 SECTION 7-11.3(12)A SHALL BE REVISED AND expelled, the corporation cocks shall be closed and the test SUPPLEMENTED AS FOLLOWS: pressure applied. At the conclusion of the pressure test, the so corporation cocks shall be removed and plugged. 7-11.3(12)A Flushing and ' oly-pigging"(RC) The mains shall be filled with water and allowed to stand Sections of pipe to be disinfected shall first be flurhedpoly- under pressure for a minimum of 24 hours to allow the escape of pigged to remove any solids or contaminated material that may air and allow the lining of the pipe to absorb water. The State will have become lodged in the pipe.If 'pit furnish the water necessary to fill the pipelines for testing purposes of-the main,-the main cannot be "poly-pigged", then a tap shall be at a time of day when sufficient quantities of water are available for provided large enough to develop a velocity of at least 2.5 fps in normal system operation. the main. rrr The test shall be accomplished by pumping the main up to the The "Poly-pig" shall be equal to Girard Industries Aqua- required pressure, stopping the pump for a minimum of two hours, Swab-AS, 2Ib/cu-ft density foam with 90A durometer urethane and then pumping the main up to the test pressure again. During rubber coating on the rear of the "Poly-pig" only. The "Poly-pig" the test, the Section being tested shall be observed to detect any shall be cylinder shaped with bullet nose or squared end. iill visible leakage. A clean container shall be used for holding water . for pumping up pressure on the main being tested. This makeup a water shall be sterilized by the addition of chlorine to a Dechlorination of all water used for disinfection shall be concentration of 50 mg/1. accomplished in accordance with the City's standard detail. Water Of The quantity of water required to restore the pressure shall be containing chlorine residual in excess of that carried in the existing accurately determined by either 1)pumping from an open container water system, shall not be disposed into the storm drainage system of suitable size such that accurate volume measurements can be or any water way. made by the Owner or 2) by pumping through a positive Os displacement water meter with a sweep unit pumping through a positive displacement water meter with a sweep unit hand ! ' Page-SP-35 Revision Date:May 19, 1997 7-11 Pipe Installation for Water Mains a nstallation for Water Mains 7-11 Pipe Installation 1 SECTION 7-I1.3(12)D HAS BEEN DELETED AND Joint restrainer system components: REPLACED WITH: Tiebolt: ASTM A242, type 2, zinc plated or hot-dip 7-11.3(12)D Dry Calcium Hypochlorite (RC) galvanized. SST 7:5/8" for 2" and 3" mechanical joints, 3/4" for Dry calcium h 4" to 12" mechanical joints, ASTM A325, type 3D, except tensile : ry hypochlorite shall not be placed in the pipe as strength of full-body threaded section shall be increased to 40,000 laid. lbs. minimum for 5/8" and 60,000 lbs. minimum for 3/4" by heat SECTION 7-11.3(12)K HAS BEEN REVISED AS FOLLOWS: treating (quenching and tempering) to manufactures reheat and hardness specifications. SST 753: 3/4" for 14" to 24" mechanical 7-11.3(12)K Retention Period (RC) joints same ASTM specification as SST 7. SST 77: 3/4" same as Treated water shall be retained in the pipe at least 24 hours SST 7, except 1" eye for 7/8" rod. same ASTM specification as but no long than 48 hours. After this period, the chlorine residual SST 7. at pipe extremities and at other representative points shall be at Tienut: heavy hex nut for each tiebolt: SS8: 5/8" and 3/4", least 25 mg/I. ASTM A563, grade C3, or zinc plated. S8: 5/8"and 3/4",ASTM SECTION 7-11.3(12)N HAS BEEN REVISED AS FOLLOWS: A563,grade A,zinc plated or hot-dip galvanized 7-11.3(12)N Final Hushing and Testing(RC) Tiecoupling: used to extend continuous threaded rods and are provided with a center stop to aid installation, zinc plated or hot- Before placing the lines into service,a satisfactory report shall dip galvanized. SS10: for 5/8" and 3/4" tierods, ASTM A563, be received from the local or State health department or an grade C3. SIO: for 5/8" and 3/4" tierods,ASTM A563, grade A. , approved testing lab on samples collected from representative points in the new system. Samples will be collected and Tierod: continuous threaded rod for cutting to desired lengths, aik bacteriological tests obtained by the Engineer. zinc plated or hot dip galvanized. SS12: 5/8" and 3/4" diameter, ASTM A242, type 2; ANSI B1.1. S12: 5/8" and 3/4" diameter, SECTION 7-11.3(13) HAS BEEN SUPPLEMENTED BY ASTM A36,A307. ADDING THE FOLLOWING: Tiewasher: round flat washers, zinc plated or hot-dip 7-11.3(13) Concrete Thrust Blocking and Dead-Man galvanized. SS17:ASTM A242,F436. S17:ANSI B18.22.1, Block(RC) Installation: Provide concrete blocking at all hydrants, fittings and Install the joint restraint system in accordance with the horizontal d or vertical concrete manufactures instructions so all joints are mechanically locked II angle points. Conform to The City of Renton together to prevent joint separation_ Tiebolts shall be installed to standard details for general blocking, and vertical blocks herein. pull against the mechanical joint body and not the MJ follower. All fittings to be blocked shall be wrapped with 8-mil polyethylene Torque nuts at 75-90 foot plastic. Concrete blocking shall be properly formed with plywood q pounds d i fan a 4n nuts.a Installs. Arrange with both rods threaded equal distance into tiecouplings. Arrange or other acceptable forming materials and shall not be poured tierods symmetrically around the pipe. 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 Pipe Diameter Number of 3/4" rods,installation and removal of formwork. Tie Rods Required 0 Blocking shall be commercial concrete (hand mixed concrete 4" 2 is not allowed)and poured in place. 6" 2 8" 3 SECTION 7-11.3(15)IS A NEW ADDITIONAL SECTION: 10" 4 12" 6 t 7-11.3(15) Joint Restraint Systems (RC) 14" 8 General: 16" 8 Where shown on the`plans or in the specifications or required by 18" 8 • the engineer, joint restraint system (shackle rods)shall be used, all 20" 10 joint restraint materials used shall be those manufactured by star 24" 14 national products, 1323 holly avenue PO box 258, Columbus Ohio 30" (16-7/8"rods) 43216, unless an equal alternate is approved in writing by the 36" (24-7/8"rods) Ili engineer. Materials: Steel types used shall be: High strength low-alloy steel(cor-ten), ASTM A242, heat- Where a manufactures mechanical joint valve or fitting is treated,superstar"SST"series. High strength low-alloy steel(cor ten) ASTM A242 superstar supplied with slots for "T" bolts instead of holes, a flanged valve "SS"series. with a flan!e b mechanical 'oint ada ster shall be used instead so iii Items to be galvanized are to meet the following requirements: as to provide adequate space for locating the tiebolts. ASTM A153 for galvanizing iron and steel hardware. Where a continuous run of pipe is required m be restrained, ASTM A123 for galvanizing rolled, pressed and forged steel no run of restrained pipe shall be greater than 60 feet in length shapes. between fittings. Insert long body solid sleeves as required on iii longer runs to keep tierod lengths to the 60 foot maximum. Pipe used in continuously restrained runs shall be mechanical joint pipe and tiebolts shall be installed as rod guides at each joint. iii Page-SP-36 Revision Date:May 19. 1997 MO 7-12 Valves for Water Mains 7-12 Valves for Water Mains Where poly wrapping is required all tiebolts, tienuts, 742 . Valves for Water Mains ow tiecouplings, tierods, and tiewashers, shall be galvanized. All disturbed sections will be painted, to the inspectors satisfaction, with koppers bitomastic no. 300-m,or approved SECTION 7-12.02 HAS BEEN REVISED AS FOLLOWS: pp equal. tilif Where poly wrapping is not required all tiebolts, tienuts, SECTION 7-12.3(1)HAS BEEN REVISED AS FOLLOWS: tiecouplings, tierods and tiewashers may be galvanized as specified in the preceding paragraph or plain and painted in the entirety with 7-12.3(1) Installation of Valve Marker Post (RC) koppers bitumastic no. 800-m,or approved equal. Where required, a valve marker post shall be furnished and rra Tiebolts, tienuts, tiecouplings, tierods, and tiewashers shall be installed with each valve. Valve marker posts shall be placed at the considered incidental to installation of the pipe and no additional edge of the right-of-way opposite the valve and be set with payment shall be made. 18 inches of the post exposed above grade. SECTION 7-11.4 HAS BEEN SUPPLEMENTED AS FOLLOWS: lie 7-11.4 Measurement (RC) Measurement for payment of concrete thrust blocking and dead-man blocks will be per cubic-yard when these items are SECTION 7-I2.3(2)IS A NEW SECTION. included as separate pay items. If not included as separate pay items in the contract, then thrust blocking and dead-man blocks 7-12.3(2) Adjust Existing Valve Box to Grade(RC) shall be considered incidental to the installation of the water main Valve boxes shall be adjusted to grade in the same manner as 4r and no further compensation shall be made. for manholes, as detailed in Section 7-05.3(1) of the Renton Measurement for payment for connections to existing water Standards. Valve box adjustments shall include, but not be limited mains will be per each for each connection to existing water to, the locations shown on the Plans. tos main(s)as shown on the plans. Existing roadway valve boxes shall be adjusted to conform to SECTION 7-11.5 HAS BEEN REVISED AS FOLLOWS: final finished grades. The final installation shall be made in accordance with the applicable portions of Section 7-12. 7-11.5 Payment(RC) In the event that the existing valve box is plugged or blocked IN " with debris, the Contractor shall use whatever means necessary to Pipe for Water Main and Fittings In. Diam.", per remove such debris, leaving the valve installation in a fully lineal foot. operable condition. The unit contract price per linear foot for each size and kind The valve box shall be set to an elevation tolerance of one- of" Pipe for Water Main In. Diam." shall be full pay for fourth inch(1/4")to one-half inch(1/2")below finished grade. all work to complete the installation of the water main including but not limited to trench excavating, bedding, laying and jointing SECTION 7-12.4 IS SUPPLEMENTED BY ADDING THE pipe and fittings, backfilling, concrete thrust blocking, installation FOLLOWING: of polyethylene wrap, cleaning by poly-pigs, vertical crosses for tra insertion and removal of poly-pigs, temporary thrust blocks and 7-12.4 Measurement blow-off assemblies, testing, flushing, disinfecting the pipeline, Adjustment of existing valve boxes to grade shall be measured shackle rods, abandoning and capping existing water mains, per each, if included as a separate pay item in the Contract; if not a two removing miscellaneous pipes, removing and salvaging existing separate pay item but required to complete the work, then value hydrant assemblies, and other appurtenances to be abandoned as box adjustment shall be considered incidental. shown on the plans, and cleanup. Hydrant auxiliary gate valve will be included in the "Concrete Thrust Blocking and Dead-Man Blocks", per cubic measurement for hydrant assembly and will not be included in this yard, measurement item. The unit contract price bid for "Concrete Thrust Blocking and Dead-Man Block" Shall be for the complete cost of labor, SECTION 7-12.5 IS DELETED AND REPLACED WITH THE materials, equipment for the installation of the concrete thrust FOLLOWING: AI blocks and dead- man blocks, including but not limited to "Gate Valve from 4 inch to 10 inch in diameter and Valve excavation, dewatering, haul and disposal of unsuitable materials, Box,"per each. concrete, reinforcing steel, shackle rods and formwork. If this The unit contract price per each for the valve of the specified item is not included in the contract schedule of prices, then thrust size, shall be full pay for all labor, equipment and material to NINO blocking and dead-man blocks shall be considered incidental to the furnish and install the valve complete in place on the water main, installation of the pipe and no further compensation shall be made. including trenching, jointing, blocking of valve, painting, "Connection to Existing Water Mains",per each. disinfecting, hydrostatic testing, cast-iron valve box and extensions to The unit contract price per each connection to existing water as required, valve nut extensions,adjustment to final grade. mains shall be for com'lete corn.ensation for all I ui.ment,labor "12 inch Gate Valve and Concrete Vault,"per each. materials required for the connections to the existing water mains. The unit contract price per each for the 12" gate valve assembly, shall be full pay for all labor, equipment and material to In furnish and install the valve complete in place on the water main, including trenching, jointing, blocking of valve, by-pass assembly, cast-iron casting and cover, ladder rung, concrete risers as required, adjustment to final grade. Hit "16 inch and larger Butterfly Valve and Concrete Vault," per each. Oil Page-SP-37 Revision Date:May 19, 1997 Hydrants a 7-14 H y 7-14 Hydrants i The unit contract price per each for the 16" and larger cast iron valve box and cover, 3/4" shackle rods and accessories, butterfly valve assembly, shall be full pay for all labor, equipment concrete blocks and two concrete guard posts (only if hydrants are and material to furnish and install the valve complete in place on outside right-of-way). the water main, including trenching, jointing, blocking of valve, Joint restraint(Shackle Rods) shall be installed in accordance , painting, disinfecting, hydrostatic testing, concrete vault, cast-iron with Section 7-11.3(15). casting and cover, ladder, concrete risers as required, adjustment SECTION 7-14.3(3) IS SUPPLEMENTED BY ADDING THE to final grade. FOLLOWING: "Blow-off assembly,"per each. The unit contract price per each for each blow-off assembly 7-14.3(3) Resetting Existing Hydrants(RC) shall be for all, labor, equipment and material to complete the This work shall conform to Section 7-14.3(1). All hydrants installation of the assembly per the City of Renton Water Standard shall be rebuilt to the approval of the City(or replaced with a new Detail,latest revision. "Air-Release/Air-Vacuum Valve Assembly," per each. hydrant). All rubber gaskets shall be replaced with new gaskets of The unit contract price per for air-release/air-vacuum valve the type required for a new installation of the same type. assembly shall be for all, labor, equipment and material to SECTION 7-14.3(4) IS SUPPLEMENTED BY ADDING THE complete the installation of the assembly including but not limited FOLLOWING: to, excavating, tapping the main, laying and jointing the pipe and II fittings and appurtenances, backfilling, testing, flushing, and 7-14.3(4) Moving Existing Hydrants (RC) disinfection, meter box and cover, at location shown on the plans, All hydrants shall be rebuilt to the approval of the City(or - and per City of Renton Standard Detail, latest revision. replaced with a new hydrant). All rubber gaskets shall be replaced "Adjust Existing Valve Box to Grade(RC)," per each. with new gaskets of the type required for a new installation of the The contract bid price for "Adjust Existing Valve Box to same type. Grade" above shall be full compensation for all labor, material, tools and equipment necessary to satisfactorily complete the work SECTION 7-14.5 IS REVISED AS FOLLOWS: as defined in the Contract Documents, including all incidental 7-14.5 Payment (RC) work. If not included as a separate pay item in the Contract, but required to complete other work in the Contract,then adjustment of Payment will be made in accordance with Section 1-04.1, for valve boxes shall be considered incidental to other items of work each of the following bid items that are included in the proposal: IN and no futher compensation shall be made. "Hydrant Assembly",per each. The unit contract price per each for"Hydrant Assembly"shall �. be full pay for all work to furnish and install fire hydrant assemblies, including all costs for auxiliary gate valve, shackles, 00 tie rods, concrete blocks, gravel, and painting and guard posts required for the complete installation of the hydrant assembly as 9 specified. The pipe connecting the hydrant to the main shall be '' considered incidental and no additional payment shall be made.T 1 7-14 Hydrants as-spocifie,d-in-Suction-7-1-1..5. -4 "Resetting Existing Hydrants",per each. 7-14.3 Construction Details (RC) The unit contract price per each for "Resetting Existing el Hydrant" shall be full pay for all work to reset the existing SECTION 7-14.3(1) IS REVISED AND SUPPLEMENTED AS hydrant, including rebuilding (or replacement with a new hydrant), ( FOLLOWS: shackling, blocking, painting, and guard posts and reconnecting to the main.The new pipe connecting the hydrant to the main shall be 7-14.3(1) Setting Hydrants(RC) considered incidental and no additional payment shall be made. After all installation and testing is complete, the exposed portion of the hydrant shall be painted with enetwo field coats. The gpecified4n-gestion-7-144. Guard posts, shown on the plans shall sit type and color of paint will be designated by the Engineer. be incidental to the contract. Any hydrant not in service shall be identified by covering with "Moving Existing Hydrants",per each. a burlap or plastic bag approved by the Engineer. The unit contract price per each for "Moving Existing Hydrants shall be installed in accordance with AWWA Hydrant" shall be full pay for all work to move the existing Ai specifications C600-93, Sections 3.7 and 3.8.1 and the City of hydrant, including new tee, rebuilding (or replacement with a new Renton standard details. Hydrant and guard posts shall be painted hydrant), shackling, blocking, painting, and guard posts and in accordance with the water standard detail. Upon completion of reconnecting to the main. The new pipe connecting the hydrant to the •ro•ect all fire h drants shall be ,ainted to The Cit of Renton the main shall be considered incidental and no additional payment 'ila specifications and guard posts painted with two coats of shall be made • • .• . ••- • • — • ••• -'• ••- ' • preservative paint NO. 43-655 safety yellow or approved equal. . Guard posts, shown on the plans shall Fire hydrants shall be of such length as to be suitable for be incidental to the contract. installation with connections to 6", 8' AND 10" piping in 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. tic 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, bit Page-SP-38 Revision Date:May 19, 1997 so 7-15 Service Connections 7-17 Sanitary Sewers 7-15 Service Connections SECTION 7-17.3(2)11 IS SUPPLEMENTED BY ADDING THE ow FOLLOWING: SECTION 7-15.3 IS SUPPLEMENTED AS FOLLOWS: 7-17.3(2)11 Television Inspection (RC) Once the television inspection has been completed the ion 7-15.3 Construction Details(RC) contractor shall submit To the Engineer the written reports of the Pipe materials used to extend or replace existing water service inspection plus the video tapes. Said video tapes are to be in color lines shall be copper. and compatible with the City's viewing_and recording systems.The Where instalation is in existing paved streets,the service lines City system accepts 1/2" wide high density VHS Tapes. The tapes IP shall be installed by a trenchless percussion and impact method will be run at standard speed SP(I 5/16 I.P.S.). (hoe-hogging). If the trenchless percussion and impact method SECTION 7-17.4 IS REVISED AND SUPPLEMENTED AS fails, regular open trench methods may be used. FOLLOWS: on SECTION 7-15.5 IS SUPPLEMENTED AS FOLLOWS: 7-17.4 Measurement(RC) 7-15.5 Payment (RC) The length of sewer pipe will be the number of linear feet of completed installation measured along the invert and will include aro Payment will be made in accordance with Section 1-04.1, for the length through elbows, tees and fittings. The number of linear the following bid item when it is included in the proposal: feet will be measured from the center of manhole to center of "Service Connection In. Diam.",per each. manhole or to the inside face of catch basins and similar type The unit contract price per each for "Service Connection structures. .61 In. Diam." shall be full pay for all work to install the service The length of testing sewer pipe in conformance with connection, including but not limited to, excavating or (hoe- Section 7-17.3(2) will be the number of linear feet of completed hogging),tapping the main,laying and jointing the pipe and fittings installation actually tested. and appurtenances, backfilling, testing, flushing, and disinfection Measurement of "Bank Run Gravel for Trench Backfill tart of the service connection. Sewer" will be determined by the cubic yard in place, measured by the neat line dimensions shown in the Plans, or by the Ton on truck 7-17 Sanitary Sewers tickets. Am SECTION 7-17.5 IS REVISED AND SUPPLEMENTED AS SECTION 7-17.2 HAS BEEN REVISED AS FOLLOWS: FOLLOWS: 7-17.5 Payment (RC) 7-17.2 Materials (RC) (SA) Payment will be made in accordance with Section 1-04.1, for AO Pipe used for sanitary sewers may be: each of the following bid items that are included in the proposal: Rigid Flexible "Plain Conc. or V.C. Sewer Pipe _ In. Diam.", per linear Concrete ABS-Composite foot. rar Vitrified-Clay. PVC(Polyvinyl Chloride) "Cl. _ Reinf. Conc. Sewer Pipe_ In. Diam.", per linear Ductile Iron foot. Materials shall meet the requirements of the following "PVC Sanitary Sewer Pipe In. Diam.", per linear foot. sections. "Ductile Iron Sewer Pipe In. Diam.",per linear foot. Plain Concrete Storm Sewer Pipe 9-05.7(1) . . . -. . -. - .- ' -- _ • •'. ., " ,- .- - Reinforced Concrete Storm Sewer Pipe 9-05.7(2) The unit contract price per linear foot for sewer pipe of the Vitrified Clay Sewer Pipe 9 05.5 kind and size specified shall be full pay for furnishing,hauling, and PVC Sanitary Sewer Pipe 9-05.12(1) assembling in place the completed installation including all wyes, as Ductile Iron Sewer Pipe 9-05.13 tees, special fittings, joint materials, bedding material, and L. ' f- • adjustment of inverts to manholes for the completion of the installation to the required lines and grades. All pipe shall be clearly marked with type, class, and "Testing Sewer Pipe",per linear foot. NO thickness. Lettering shall be legible and permanent under normal The unit contract price per linear foot for "Testing Sewer conditions of handling and storage. Pipe" shall be full pay for all labor, material and equipment required to conduct the leakage tests required in Section 7-17.3(2). SECTION 7-17.3(1) IS SUPPLEMENTED BY ADDING THE If no unit price for "Testing Sewer Pipe" is included it shall be ,., FOLLOWING: considered incidental to the pipe items. "Removal and Replacement of Unsuitable Material", per 7-17.3(1) Protection of Existing Sewerage Facilities (RC) cubic yard. tag When extending an existing sewer, the downstream system The unit contract price per cubic yard for "Removal and shall be protected from construction debris by placing a screen or Replacement of Unsuitable Material"shall be full pay for all work trap in the first existing manhole downstream of the connection. It to remove unsuitable material and replace and compact suitable shall be the contractor's responsibility to maintain this screen or material as specified in Section 7 08.3(1)A. Ss trap until the new system is placed in service and then to remove it. "Bank Run Gravel for Trench Backfill Sewer", per cubic ' Any construction debris which enter the existing downstream yard,or Ton. s stem, shall be removed b the contractor at his ex. nse and to The unit contract price per cubic yard, or Ton for "Bank Run first manhole is set, it's Gravel for Trench Backfill Sewer"shall be full pay for all work to the satisfaction of the Engineer. When the r" outlet shall be plugged until acceptance by the Engineer. furnish, place,and compact material in the trench. "Television Inspection",per Lump Sum. O Page-SP-39 Revision Date:May 19, 1997 • 8-09 Raised Pavement Markers 8-14 Cement Concrete Side Division 8 SECTION 8-13.5 IS SUPPLEMENTED BY ADDING 1 FOLLOWING: Ail Miscellaneous Construction 8-13.5 Payment "Reset Existing Monument"per each. 8-09 Raised Pavement Markers Resetting an existing monument impacted by construction be incidental unless included as a pay item in the Schedule c SECTION 8-09.5 HAS BEEN REVISED AS FOLLOWS: Prices. ; 8-09.5 Payment (RC) (SA) 8-14 Cement Concrete Sidewalks Payment will be made for each of the following bid items that SECTION 8-14.3(4) IS SUPPLEMENTED BY ADDING ligg are included in the proposal: FOLLOWING: "Raised Pavement Marker Type 1",per eachltundred. "Raised Pavement Marker Type 2",per eachhundred. 8-14.3(4) Coring(RC) "Raised Pavement Marker Type 3- In.", per I eachhundred The Contractor shall have readily available suffices "Recessed Pavement Marker",per eaclthaad•ed. protective covering, such as waterproof paper or plastic membra,., The unit contract price per eachhtutdred for"Raised Pavement to cover the pour of an entire day in the event of rain or alb . Marker Type 1", "Raised Pavement Marker Type 2", and "Raised unsuitable weather. Pavement Marker Type 3- In." and "Recessed Pavement The Contractor shall be responsible for barricad Marker"shall be full pay for all labor, materials, and equipment patrolling, or otherwise protecting newly placed concrete necessary for furnishing and installing the markers in accordance Damaged, vandalized, or unsightly concrete shall be removed with these Specifications including all cost involved with traffic replaced at the expense of the Contractor. control .. .. . . ... . 0 n l e s s• s traffic SECTION 8-14.4 IS SUPPLEMENTED BY ADDING Ta.•control '• . . • . . !+ . _ is listed in the FOLLOWING: contract as a separate pay item. 8-14.4 Measurement (RC) 8-10 Guide Posts When the contract contains a pay item for "Curb Ramp Cement Concrete," the per each measurement shall includes ' costs for the corn I lete installation . r the .lam and standard der ;. 8-13 Monument Cases - including expansion joint material, curb and gutter and rant sidewalk section. Sawcutting, removal and disposal of excavates SECTION 8-13.1 IS REVISED AND SUPPLEMENTED AS materials including existing pavement and sidewalk, crus FOLLOWS: surfacing base materials and all other work, materials ig equipment required per Section 8-14 shall be included in the , 8-13.1 Description (RC) each price for "Curb Ramp, Cement Concrete"unless any of the This work shall consist of furnishing and placing monument other items are listed and specified to be paid as separate cases and covers, in accordance with the Standard Plans and these items. Specifications, in conformity with the lines and locations shown in If the contract does not provide a pay item for "Curb Rant the Plans or as staked by the Engineer or by the Contractor Cement Concrete," but the plans call for such installation, 14 supplied surveyor. quantities shall be measured with and paid for under the bid ite_ for Curb and Gutter and for Cement Concrete Sidewalk. SECTION 8-13.3 IS REVISED AND SUPPLEMENTED AS curb ramps are to be constructed of asphalt concrete, the paymen FOLLOWS: shall be included in the pay item for "Miscellaneous and' Driveway Asphalt Concrete." }; 8-13.3 Construction Requirements Ill SECTION 8-14.5 IS SUPPLEMENTED BY ADDING T. The monument will be furnished and set by the Engineer or by FOLLOWING: the Contractor supplied surveyor. When existing monuments will be impacted by a project, the 8-14.5 Payment(RC) x- Contractor shall be responsible for assuring that a registered "Curb Ramp,Cement Concrete,"per each. surveyor references the existing monuments prior to construction. Payment for excavation of material not related to After construction is complete, the monuments shall be re- established by the surveyor in accordance with RCW58.09.130. construction of the sidewalk but necessary before the sidewalk be placed, when and if shown in the Plans, will be made SECTION 8-13.4 IS SUPPLEMENTED BY ADDING THE accordance with the provisions of Section 2-03. Otherwise, the FOLLOWING: Contractor shall make all excavations including haul and dispol 8-13.4 Measurement regardless of the depth required for constructing the sidewalk to Li lines and grades shown, and shall include all costs thereof in ..... All costs for surveying and resetting existing monuments unit contract price per square yard for "Cement Conc. Sidewa impacted by contruction shall be considered incidental to the and the per each contract price for Curb Ramp,Cement Concrete:, contract unless specifically called out to be paid as a bid item. Page-SP-40 Revision Date:May 19, 1997 mos 8-17 Impact Attenuator Systems p y 8-20 Illumination,Traffic Signal Systems,and Electrical 8-17 Impact Attenuator Systems City reserves the right to make additions or deletions to the trench ow which prove necessary for the completion of the project. THE STATE AMENDMENT TO SECTION 8-17 IS The minimum width for the trench will be at the option of the SUPPLEMENTED BY THE FOLLOWING: contractor. Trench width will, however, be of sufficient size so that all of the necessary conduit can be installed within the depths err 8-17.5 Payment (RC) specified while maintaining the minimum cover. Trench backfill material in roadway and sidewalk areas shall If no pay item is included for temporarey impact attenuators be compacted to 95% of the material's maximum density, per then all costs to provide and install shall be considered a part of the Section 2-03.3(14)1). to pay item for "Traffic Control.' SECTION 8-20.3(4)HAS BEEN REVISED AS FOLLOWS: 8-20 Illumination, Traffic Signal Systems, 8-20.3(4) Foundations (RC) es and Electrical 8-20.2 Materials 02.3(14)C. - vas Where obstructions prevent construction of planned SECTION 8-20.2(1)HAS BEEN SUPPLEMENTED WITH THE foundations, the Contractor shall construct an effective foundation FOLLOWING: satisfactory to the Engineer. wr 8-20.2(1) Equipment List and Drawings(RC) ' so The Contractor shall submit for approval six sets of shop ground4i " drawings for each of the following types of standards called for on The contractor shall provide all material for and construct the this project: foundations for and to the dimensions specified in table 1 below. SS 1. Light standards with or without pre-approved plans. The anchor bolts shall match that of the device to be installed 2. Signal standards with or without pre-approved plans. thereon. 3. Combination Signal and lighting standards. All excess materials are to be removed from the foundation 4. Metal Strain Poles: construction site and disposed of at the contractor's expense. "w Concrete shall be placed against undisturbed earth if possible. Disturbed earth or backfill material shall be compacted to 95 percent of the material's maximum density. Before placing the NI The Contractor also shall submit either on the signal standard concrete the contractor shall block-out around any other shop drawings or attached to the signal standard shop drawings all underground utilities that lie in the excavated base so that the dimensions to clearly show the specific mast arm mounting height concrete will not adhere to the utility line. Concrete foundations and signal tenon locations for each signal pole to be installed. shall be troweled, brushed, edged and finished in a workmanship- MO like manner. Concrete shall be promptly cleaned from the exposed SECTION 8-20.3(2) HAS BEEN SUPPLEMENTED BY portion of the anchor bolts and conduit after placement. ADDING THE FOLLOWING: Foundation shall all be Class 3000 concrete. After the specified curing period, the contractor may install the applicable device vas 8-20.3(2) Excavating and Backfilling (RC) thereon. The contractor shall supply trench within the unit widths and to the specified depths at the locations indicated on the contract Table 1 plans or as directed by the engineer. The contractor shall have approved compaction equipment on Type of device Dimensions Ho site before beginning any excavation; compaction shall be Street Light Pole 4'Deep x 3' Sq or Dia. performed at the time of the initial backfilling of the trench unless Signal Pole up to 40'mast arm 7'Deep x 3' Sq or Dia_ directed otherwise by the engineer. so Trenching for conduit runs shall be done in a neat manner Signal Controller See Detail Sheet with the trench bottom graded to provide a uniform grade. No Street Light Control Cabinet See Detail Sheet work shall be covered until it has been examined by the engineer. Special Base See Detail Sheet backfill material used for fill around and over this conduit system ++n' shall be free of rocks greater than two inches in diameter to a depth All concrete foundations shall be constructed in the manner of six inches above the conduit. specified below: Trench within the roadway area shall use select trench backfill I. Where sidewalk or raised islands are to be constructed as a which shall consist of 5/8th inch minus crushed surfacing top p of this project, the top of the foundation shall be made 'w course or other material as indicated in the special provisions or flush with the top of the sidewalk or island. (See detail schedule of prices and directed for use by the engineer. The source sheet) and uali of the material shall be sub"ect to a roval b the 2. Where no sidewalks are to be installed,the grade for the top engineer. Trench backfill within the sidewalk area shall be made of the foundation shall be as specified by the engineer.(See . with acceptable materials from the excavation subject to the detail sheet) Engineer's approval of the material and shall be considered a All concrete foundations shall be located as per stationing on necessary part and incidental to the excavation in accordance with the plans or as located by the engineer in the field. Is the standard specifications. Unsuitable material shall be removed and backfill shall be select material approved by tLe Engineer. The 10" Page-SP-41 Revision Date:May 19, 1997 - 1 8-20 Illumination,Traffic Signal Systems,and Electrical 8-20 Illumination,Traffic Signal Systems,and Electrical tl tt SECTION 8-20.3(5) IS REVISED AND SUPPLEMENTED AS Pull Wires Shall be installed. FOLLOWS: All conduit shall be rigid non-metallic unless noted otherwise flii in the Plans or Special Provisions. 8-20.3(5) Conduit (RC) All conduit openings shall be fitted with approved bellends or Bushings- Wall thickness of conduit shall be consistent within pi locations: continuous conduit runs with no mixing of different schedule types between terminations. The contractor shall provide and install all conduit and necessary fittings at the locations noted on the plans. Conduit size aii shall be as indicated on the wiring and conduit schedule shown on plans. Conduit to be provided and installed shall be of the type utilitiez• indicated below: 'SI I. Schedule 40 heavy wall p.v.c. Conforming to ASTM standards shall be used whenever the conduit is to be placed other • than within the roadway area. ' - 2. Schedule 80 extra heavy wall p.v.c. Conforming to V. - _ ASTM standards shall be used when the conduit is to be placed -- within the roadway area. All joints shall be made with strict compliance to the manufacturer's recommendations regarding cement used and Illl environmental conditions. SECTION 8-20.3(6)IS SUPPLEMENTED BY ADDING THE FOLLOWING_ i 8-20.3(6) Junction Boxes The contractor shall provide and install junction boxes of the type and size at the locations specified in the plans and as per detail Q. sheets. The inscription on the covers of all junction boxes shall be as - indicated below: 1. Street lighting only: "Lighting" 2. Signal only: "Signals" 3. Traffic signal and street lighting: "TS-LT" slipfeuned-barrier' 4. Telemetr itaiy only: "Telemetry" Inscriptions on junction boxes performing the same function, r.. i.e. street lighting, traffic signal, or both, shall be consistent _ throughout the project. All junction boxes shall be installed in • conformance with provisions contained in the standard plans and alit detail sheets. The unit contract price per each for "Type I" or "Type II" s junction box shall be full compensation for furnishing same and for all costs of labor, material, tools, and equipment necessary to III provide and install the junction boxes including excavation, backfilling and compaction all in accordance with plans, If allowed in the-Plans or if obstructions are encountered in specifications and detail sheets. jacking or drilling operations, the Contractor will be allowed to All junction boxes shall have galvanized steel lids and frames. install conduits by open trenching. Open trench construction shall All junction boxes and associated concrete pads shall be conform to the following: installed on compacted sub grade which shall include six inches of I. The pavement shall be sawcut a minimum of 3 inches 5/8th-inch minus crushed surfacing top course material installed ai deep. The cuts shall be parallel to each other and extend 2 feet one under and around the base of the junction box. Concrete shall be (I)foot beyond the edge of the trench. promptly cleaned from the junction box frame and lid. 2. Pavement shall be removed in an approved manner. The unit contract price per junction box shall include 3. Trench depth shall provide 24 inches minimum cover installation of 5/8th-inch minus crushed surfacing top course and a over conduits below the roadbed, and 18 inches below finished 4" thick Class "B" cement concrete pad enclosing the junction box grade in all other areas.. as per the plans, specifications and detail sheets. Installation of the crushed surfacing and the concrete pad shall be incidental to the unit price per junction box and no further compensation will be iiii made unless the contract includes separate pay items for "crushed 5. Trenches located within paved roadway areas shall be restored per the Renton Standard Detail. surfacing"and/or for"concrete pad." x •r., .. t tit - - 'n, followed Page-SP-42 Revision Date:May 19, 1997 too 8-20 Illumination,Traffic Signal Systems,and Electrical 8-20 Illumination,Traffic Signal Systems,and Electrical SECTION 8-20.3(9) IS REVISED AND SUPPLEMENTED AS Upon request of the Contractor, the Engineer will make the ittr FOLLOWS: necessary arrangements with the serving utility to complete the service connections. Electrical energy used prior to completion of 8-20.3(9) Bonding, Grounding(RC) the contract will be charged to the Contractor, except that the cost opi of energy used for public benefit, when such operation is ordered by the Engineer,will be borne by the State City. Three types of power service are used as indicated below: • I. Type I system shall be single phase 120 volt, 2 wire, 60 cycle Ito . A.C.(traffic signal service only) 2_ Type II,system shall be single phase 240 volt,2 wire,60 cycle A.C. (street lighting non contactor, individual controlled photo-cell with no neutral wire) ow • . 3. Type III system shall be single phase 120/240 volt, 3 wire 60 ,. ., .. .., - .•• •• cycle AC. (street lighting contactor/traffic signal, grounded d neutral service) The power service point shall be as noted on the plans and ono 4. shall be verified by the electrical servicing utility. Identification of the equipment grounding conductor shall The service cabinet shall be marked with the service conform to all Code requirements. agreement letters and numbers. The markings shall be installed on Grounding of conduit and neutral at the service point shall be the outside cabinet door near the top of the cabinet. The markings NI shall be series C using stencils and black enamel alkyd gloss paint accomplished as required under the Code. Grounding of the neutral S ky g p shall be accomplished only at the service. conforming to Federal Specification TT-E-489. SECTION 8-20.3(11)IS REVISED AND SUPPLEMENTED AS .... FOLLOWS: _ • • • - - - - . •. . . -•. t. - .. 8-20.3(11) Field Test (RC) on itto All street light standards, signal poles and other standards on No change to stop and go operation will be allowed after 2 p.m.on which electrical equipment is mounted shall be grounded to a any day nor will the change be allowed on Friday, weekends, copper clad metallic ground rod 5/8" in diameter x 8'0" in length holidays,or the day preceding a holiday. complete with a#8 AWG bare copper bonding strap located in the Ow nearest junction box. All signal controller cabinets and 1. Requests for traffic signal turn on will not be considered until a signal/lighting service cabinets shall be grounded to a 5/8" in pre-turn on inspection of signal system has taken place. diameter x 8'0" in length copper clad metallic ground rod located 2. All discrepancies and deficiencies must be corrected by the in the nearest junction box with a bare copper bonding strap sized contractor and re-inspected prior to requesting signal turn on w in accordance with the plans,specifications and applicable codes. date. Ground rods are considered miscellaneous items and all costs 3. Requests for signal turn on°-shall not be considered until are to be included with the system or conductors. Ground straps electrical service to the intersection has been provided and has are also miscellaneous items unless a separate pay item is provided been energized by the electric utility. '1' in the "Schedule of prices." 4. A minimum of three (3) working days notice will be required for signal turn on. SECTION 8-20.3(10)IS REVISED AND SUPPLEMENTED AS 5. Channelization at the intersection must be complete per plan out FOLLOWS: before requesting signal turn on date. Any deletions of channelization prior to turn on must be approved by the 8-20.3(10) Service(RC) engineer. Power sources shown in the Plans are approximate only;exact 6_ City forces shall provide, post and maintain proper signing M+ location will be determined in the field. warning of new signal ahead. 8-20.3(13) Illumination Systems •' "' ' SECTION 8-20.3(13)A IS REVISED AND SUPPLEMENTED AS FOLLOWS: 8-20.3(13)A Light Standards (RC) (SA) 11N Page-SP-43 Revision Date:May 19, 1997 lii 8-20 Illumination,Traffic Signal Systems,and Electrical 8-20 Illumination,Traffic Signal Systems,and Electrical • - All poles and davit arms shall be designed to support a iii luminaire weight of 50 lbs_ or more and to withstand pressures ! �•• • caused by wind loads of 85 m.p.h. with gust factor of 1.3. • All poles shall maintain a minimum safety factor of 4.38 p.s.i. on yield strength of weight load and 2.33 p.s.i. for basic wind 3. Anchor bolts shall extend through the top heavy hex nut two pressure. full threads. Davit Arms: ' • The davit style arm shall incorporate a 5'9" radius bend i as measured from the centerline of the shaft. The outer portion of • the arm shall be nearly horizontal to +2' above horizontal and shall be furnished with a 2" diameter shipfitter with a maximum , - - •• _ length of 8 inches to fit the luminaire specified. The pole end of . . the davit arm tube shall be fastened securely to the top of the shaft • producing a flush joint with an even profile.•. • _ . - . . . a. _ . Anchor Base: 1. the-irregularities. A one piece anchor base of adequate strength, shape and IMP 6. Anchor bolts damaged after the foundation concrete is placed size shall be secured to the lower end of the shaft so that the base shall not be repaired by bending or welding.The Contractor's shall be capable of resisting at its yield point the bending moment repair procedure is to be submitted to the Engineer for of the shaft at its yield point. The base shall be provided with four approval prior to making any repairs. The procedure is to slotted or round holes to receive the anchor bolts. Nut covers shall 4 include removing the damaged portion of the anchor bolt, be provided with each pole. cutting threads on the undamaged portion to remain, the Anchor Bolts: installation of an approved threaded sleeve nut and stud, and Four steel anchor bolts, each fitted with two hexnuts and . repairing the foundation with epoxy concrete repair. two washers, shall be furnished with the pole. Anchor bolts shall iii 7. The grout pad shall not extend above the elevation of the meet the requirements of Section 9-06.5(3) and 9-06.5(4). The bottom of the slip base. anchor bolt yield point shall be capable of resisting the bending la installed plumb, ± 1 degree. moment of the pole shaft at its yield point • The contractor shall assure that all anchor bolts conform to the illi Standard-P-lane- recommended ASTM specifications of the pole manufacturer and shall secure and submit to the City for approval all manufacturer data on pole bending moment, anchor bolt fabrication data, test results and any other data that may be required to confirm that the VP anchor bolts meet these specifications. Miscellaneous Hardware: • - All hardware (bolts, nuts, screws, washers, etc.) needed 4 • _ to complete the installation shall be stainless steel. I.D. (Identification for poles): The contractor shall supply and install a combination of foundation. 4-digits and one letter on each pole, whether individual luminaire iii or signal pole with luminair. The letter and numbers combination shall be mounted at the 15 foot level on the pole facing approaching traffic. Legends shall be sealed with transparent film, resistant to '- - _ dust,weather and ultraviolet exposure. The decal markers shall be id • 3 inch square with gothic gold,white feflectorized 2 inch legend on Standard-Mons. a black background. The I.D. number will be assigned to each 4 • . .. pole at the end of the contract or project by the City traffic "- engineering office. V. Cost for the decals shall be considered incidental to the contract bid. 4 Light standards shall be spun aluminum davit style and shall meet the pole detail requirements indicated below and the detail All new light standards shall be numbered for identification in sheets at the end of these specifications. accordance with the Plans using painted 3-inch series C numbers The pole shaft shall be provided with a 4" x 6" flush hand oi installed three feet above the base facing the travelled way. Paint hole near the base and a matching metal cover secured with shall be black enamel alkyd gloss conforming to Federal stainless steel screws or bolts. Specification TT-E-489. The pole shall be adjusted for plumb after all needed In setting timber poles, the Contractor shall provide a equipment has been installed thereon. After pole is installed and minimum burial of 10 percent of the total pole length plus 2 feet plumbed,nuts shall be tightened on anchor bolts using proper sized kil and shall plumb or rake the poles as directed by the Engineer. sockets,open end,or box wrenches. Use of pliers,pipe wrenches, The hand hole shall be located at 90 degrees to the davit arm or other tools that can damage galvanizing will not be permitted. z on the side away from traffic. A grounding lug or nut shall be Tools shall be of sufficient size to achieve adequate torquing of the ti provided in the hand hole frame or inside the hand hole frame or nuts. the space between the concrete foundation and the bottom of inside the pole shaft to attach a ground bonding strap_ the ■•le base date shall be filled with a d .ack mortar :rout and • NI Page-SP-44 Revision)?ate-Most 19- 1997 Ole 8-20 Illumination,Traffic Signal Systems,and Electrical 8-20 Illumination,Traffic Signal Systems,and Electrical trowled to a smooth finish conforming to the contour of the pole SECTION 8-20.3(14)F IS AN ADDED NEW SECTION: inn base plate. Dry pack mortar 8-20.3(14)F Opticom Priority Control Systems(RC) y p grout shall consist of a 1:3 mixture of ) portland cement and fine sand with just enough water so that the All new Opticom Priority System components shall be 500 Series, or approved equal. The Contractor shall supply one copy mixture will stick together on being molded into a ball by hand, of the manufacturer's software on original disks. Controller via and will not exude moisture when so pressed_ A one half inch drain hole shall be left in the bottom of the grout pad as shown on cabinets shall have the 562 harness wired into the cabinet by the the standard detail. supplier. III SECTION 8-20.3(15) IS SUPPLEMENTED BY ADDING THE SECTION 8-20.3(14) IS SUPPLEMENTED BE ADDING THE FOLLOWING: FOLLOWING: 8-20.3(15) Grout (RC) 8-20.3(14) Signal Systems (RC) After the pole is plumbed the space between the concrete mr► All signal conductors shall be stranded copper pper and shall have foundation and the bottom of the pole base plate shall be filled with 600 volt insulation and be of the sizes noted on the plans. All a dry pack mortar grout trowled to a smooth finish conforming to multi-conductors used for the signal system shall conform to the contour of the pole base plate. Dry pack mortar grout shall yes division 9-29.3 and shall be of the sizes noted on the signal wiring consist of a 1:3 mixture of portland cement and fine sand with just schedule and wiring diagram. All stranded wires terminated at a enough water so that the mixture will stick together on being terminal block shall have an open end, crimp style soderless molded into a ball by hand and will not exude moisture when so terminal connector, and all solid wires terminated at a terminal pressed. A one half inch drain hole shall be left in the bottom of ow block shall have an open end soldered terminal connector. All the grout pad as shown on the standard detail. terminals shall be installed with a tool designed for the installation SECTION 8-20.4 IS REVISED AND SUPPLEMENTED AS of the correct type of connector and crimping with pliers, wire FOLLOWS: cutters, etc., will not be allowed. All wiring inside the controller wI cabinet shall be trimmed and cabled together to make a neat, clean 8-20.4 Measurement (RC) appearing installation. No splicing of any traffic signal conductor When shown as lump sum in the Plans or in the proposal as shall be permitted unless otherwise indicated on the plans. All illumination system , traffic signal stem conductor runs shall be attached to appropriate signal terminal — y boards with pressure no specific unit of measurement p type binding posts. The only exceptions shall will apply, but measurement will be for the sum total of all items be the splices for detector loops at the nearest junction box to the for a complete system to be furnished and installed. loops. Conduit of the kind and diameter specified in the Schedule of SECTION 8-20.3(I4)A IS SUPPLEMENTED BY ADDING THE Prices will be measured by the linear foot for the actual neat line FOLLOWING(RC) length in place, unless the conduit is included in an illumination system, signal system, or other type of electrical system lump sum 8-20.3(14)C Induction Loop Vehicle Detectors(RC) bid item. lint 11. Splices to loop return cables shall be made with soldered Measurement for unit price items shall be as described in compression type connectors. Section 8-20.5 or as described in the contract schedule of prices SECTION 8-20.3(14)D IS SUPPLEMENTED BY ADDING THE and/or special provisions_ jar FOLLOWING: SECTION 8-20.5 IS SUPPLEMENTED AND REVISED AS 8-20.3(14)D Test forInduction Loops and Lead-in FOLLOWS: Cable(RC) 8-20.5 Payment (RC) The Contractor shall keep records of field testing and shall furnish the engineer with a copy of the results. Payment will be made for each-of the following bid items that are included in the proposal: SECTION 8-20.3(14)E IS REVISED AND SUPPLEMENTED "Illumination System °,'lump sum. tato AS FOLLOWS: "Traffic Signal ystem ", lump S-20.3(14)E Signal Standards(RC) sum." 3. Disconnect connectors complete with pole and bracket The lump sum contract price for "Illumination System ",shall be installed in any signal standard supporting a ' so and "Traffic Signal ystem ", and luminaire. .•- ••• • ..' . " _• -.• - . . .•• _" all be full pay for furnishing e ,T .t.,__,e___ , ,r ,, all labor, materials, tools, and equipment necessary for the construction of the complete electrical system, modifying existing t'" systems, or both, as shown in the Plans and herein specified 14. The signal standard and its fabrication shall conform with including excavation, backfilling, concrete foundations, conduit, all current Washington State De•artment of Tran •ortation Si_ al wiring, restoring facilities destroyed or damaged during Standard Seecifications and current •re a•'roved Mans b construction, salvaging existing materials, and for making all ow WSDOT_ required tests. All additional materials and labor, not shown in the 15. Installation of all nuts and bolts shall be performed with plans or called for herein and which are required to complete the proper sized sockets, open end or box wrenches. Use of pipe electrical system, shall be included in the lump sum contract price. " wrenches or other tools which can damage the galvanization of the !. . "••arr nuts and bolts will not be permitted. • Tools shall be of a sufficient size and strength to achieve " — adequate torquing of the nut(s). vat Page-SP-45 Revision Date:May 19. 1997 8-20 Illumination,Traffic Signal Systems,and Electrical 8-20 Illumination,Traffic Signal Systems,and Electrical .- The unit per each price for(14)"Service cabinet" shall be full • - compensation for furnishing and installing the fully equipped cabinet and for risers, standoffs and any other materials, labor or costs associated with providing electrical service as required by the . . electrical utility, the contract plans, details and specifications and - - not included as separate pay items in the contract schedule of prices. syste-chew+- Signal head "per each. All costs for installing conduit containing both signal and " Signal head mounting hardware,"per lump sum. illumination wiring shall be included in the contract prices for the The lump sum price for (16)"....Signal head mounting signal system. hardware" shall be full compensation for supplying and installing ,,. All costs for installing junction boxes containing both all traffic or pedestrian signal head mounting hardware in illumination and signal wiring shall be included in the contract conformance with the plans,specifications and detail sheets. prices for the signal system. "Pole mounted terminal box,..."x...'x...", and mounting The unit prices for the items listed below shall be full hardware," per each. compensation for furnishing and installing each item and for all "2/c shld loop return cable,' per linear foot. labor, materials, tools, equipment and testing necessary and/or "3/C shld pre-emption cable,"per linear foot. incidental for the full and complete installation as per the contract ...-pair shld interconnect cable," per linear foot. plans,detail sheets and these specifications. "Traffic signal controller and cabinet,' per each. "Trench and Backfill " wide by " deep, " per The unit contract price for "Traffic Signal Controller and iii linear foot. Cabinet" shall be full compensation for furnishing and installing a The unit contract price for (3) "Trench and Backfill" per fully equipped,wired and operational controller and cabinet. linear foot shall be full compensation for excavating, loading, "Traffic signal wire,"per lump sum. hauling and otherwise disposing of the waste materials, for "Signal standard, Type...,with ...-foot mast arm,"per each. backfilling and compacting backfill material to specified density "Induction loop vehicle detector." per linear foot. and for the restoration of the trench to its pre-existing condition or The unit linear foot contract price for (24)"Induction loop as shown on the plans or as directed by the Engineer all in vehicle detector" shall be measured by the linear feet of full depth accordance with the plans,specifications and detail sheets_ sawcut required for installation. The unit price shall be full MI "Select Trench Backfill," per ton. (4)"Select Trench Backfill" compensation for full and complete installation including wire, shall consist of 5/8" minus crushed surfacing top course and the sealant and all other labor, materials, tools and equipment required >-#; _unit per ton price shall include all costs associated with furnishing to complete the installation in accordance with the plans, ',- and installing the material and loading, hauling and disposing of specifications and detail sheets. The unit price shall also include t>� waste materials. providing and installing conduit stub-outs and soldered splices, " Foundation, ,"per each.* splices to loop return cables unless separate pay items are included "Type....Junction box," per each. * in the contract schedule of prices for these other items. Sawcutting iii *The unit per each price for(5)"Foundation" and (6)"Junction shall be considered incidental to the loop installation whether or not Box" shall be full compensation for full and complete installation there is a separate pay item in the contract for sawcutting. per the plans, specifications and detail sheets including enclosing Measurement for a standard 6' x 6' induction loop shall be 28 ' ' each item in a finished concrete pad which shall be incidental linear feet. Sawcutting for loop"Home runs" shall be done such as ,ti unless a separate pay item is included in the Schedule of Prices for to minimize the total linear feet of sawcutting required by means of "Concrete Pad." proper locating of loop return "Stub-out", by direct routing of "Concrete Pad,"per square yard. "home runs" and by combining up to 4 pairs of loop wires in a Measurement for (7)"Concrete Pad" shall be by the square single "home run" sawcut. Loop and 'Home Run" layout shall be iii yard of surface area enclosed inclusive of and not subtracting for approved by the Engineer before sawcutting takes place. the area of the junction box or foundation enclosed and shall be full Splice kit,"per each. compensation for full and complete installation as per the plans, "Emergency Vehicle pre-emption detector," per each. specifications and detail sheets. "Opticom discriminator card," per each. till "...,...." Schedule 40 Conduit,P.V.C." per linear foot.* "Detector amplifier,"per each. " "Schedule 80 conduit,P.V.C., "per linear foot.* "Street light fuse kit," per each. *The unit contract price for conduit shall include all conduit, "Pedestrian push button with sign, "per each. couplings, adapters, elbows, bends, reducers, bell ends, bushings, "Pedestrian push button post,"per each. and any other material, labor or equipment necessary to complete "Pedestrian signal pole,Type I, 10-feet," per each. the installation of the conduit. Measurement shall be by linear foot "Relocate existing pole,"per each. - from end of conduit to end of conduit as measured from the top of The unit per each price for "relocate existing ....pole" shall be ii grade along the middle of the trench line and adding a vertical full compensation for removing the pole from its existing measurement at. the end of each conduit run equal to the design foundation, removin_ and salva:in or re-installin_ existin_ depth of the trench. No payment shall be made for additional equipment, plugging holes as required and installing the pole on its conduit used by the contractor due to horizontal or vertical weaving new foundation and shall include all labor, tools, materials, ile of the conduit within the trench line. equipment and any other costs necessary and/or incidental to "Street Light Standard ," per each_ complete the installation and make the electrical equipment -watt...Luminaire and lamp,' per each. operational all in accordance with the plans, specifications and watt...Luminaire and lamp with photocell,"per each. detail sheets. f " AWG....copper wire,"per linear foot. "Remove existing Foundation," per each. "Service cabinet, "per each. VI Page-SP-46 Revision Date:May 19. 1997 ow 8-22 Pavement Marking 8-22 Pavement Marking The unit per each price for `Remove existing foundation" Traffic ILegend ow shall be full compensation for full and complete removal and A WHITE marking hauling and disposal of the foundation. proportionusing alphabetical letters., o 8-22 Pavement Marking SECTION 8-22.1 IS REVISED AS FOLLOWS: high-See contract plans and detail sheets. • 8-22.1 Description (RC) SECTION 8-22.3(5)IS REVISED AS FOLLOWS: lii Skip Center Stripe 8-22.3(5) Tolerances for Line Stripes (RC) A BROKEN YELLOW line 4 inches wide. The broken Length of Stripe: The longitudinal accumulative error tow or"skip"pattern shall be based on a-44-feot 24-foot unit consisting within a-40-foot 24 foot length of skip stripe shall not exceed plus of a-10-foot 9-foot line and a-30-feet 15-foot gap. Skip center or minus 1 inch. stripe is used as center line delineation on two lane or three lane, SECTION 8-22.3(6)IS REVISED AS FOLLOWS: two way highways. ow Double Yellow Center Stripe 8-22.3(6) Installation Instructions(RC) Two SOLID YELLOW lines, each 4 inches wide, _ Installation instructions for plastic markings shall be provided separated by a 4-inch-or-12-inch space. Double yellow center stripe for both the Contractor and the._Engineer. All materials shall be is used as center line delineation on multilane, two way highways installed according to the manufacturer's recommendations and a ow and for channelization. Goro-StripeApproach Stripe A SOLID WHITE line, 8 inches wide, used-at-freeway ••• ' - '•. • •• -• to delineate turn lanes SECTION 8-22.3(7)IS A NEW SECTION: MI from through lanes, for traffic islands, and for hash marks. Hash mark stripes shall be placed on 45 degree angle and 10 20-feet 8-22.3(7) Removal of Traffic Markers(RC) apart. — The work to remove all old or conflicting stripes, lines, ow Lane Stripe buttons, or markers as required to complete the channelization of A BROKEN WHITE line, 4 inches wide, used to the project as shown on the plans or detail sheets shall be delineate adjacent lanes travelling in the same direction. The considered incidental to other contract pay items and no further broken or "skip" pattern shall be based on a-40-foot24-foot unit compensation shall be made unless a separate pay item or items are consisting of a 10-foot 9-foot line and a-30-foot 15-foot gap. provided for such removal. OW Drop Lane Stri��Ski Approach Line) SECTION 8-22.4 IS REVISED AND SUPPLEMENTED AS A BROKEN WHITE line, 8 inches wide, used to FOLLOWS: delineate a lane that ends-at-an-off-ramp. The broken or "skip" we pattern shall be based on a 244-5-foot unit consisting of a 93-foot 8-22.4 Measurement(RC) (SA) line and a 152 foot gap. The measurement will be based on the travel distance-required N o€a marking system capable... twr GoreApproach stripe, barrier stripe, crosswalk stripe, and stop bar will be measured by the linear foot of each marking type. Traffic arrows will be measured by the unit with each arrow twr 42-inch-spasm head defined as a unit. • ' • . . • ••-. •-• •,: Traffic letterelegends, handicapped parking stall symbols, �., •_ preferential lane symbols, railroad crossing symbols, drainage•• •• . •! ._ t.... ..: . . •• .. • _. markings, and cycle detector symbols will be measured by the unit. gap. Measurement for paint/plastic stripe line removed shall be by Two Way Left Turn Stripe the linear foot of "...." wide line or shall be included in the lump A SOLID YELLOW line, 4 inches wide, with a sum price for "remove existing traffic markings" unless specified IOW BROKEN YELLOW line, 4 inches wide, separated by a 4-inch to be paid as a separate pay item. If not specified as a separate pay space.The broken or "skip"pattern shall be based on a-40-feet 24- item, then removal of existing traffic markings shall be considered foot unit consisting of a--1-0-foot 9-foot line and a-30-foot 15-foot incidental to the payment for other items of work and no further space. The solid line shall be installed to the right of the broken compensation shall be made. wor line in the direction of travel. SECTION 8-22.5 IS REVISED AND SUPPLEMENTED AS Crosswalk Stripe FOLLOWS: A SOLID WHITE line,-12 8 inches wide and 10-feet 1 , installed parallel to another crosswalk stripe-with-a-6-foot 8-22.5 Payment (RC) • parallel to the direction of traffic flow and centered in pairs on lane "Painted CereApproach Stripe",per linear foot. lines and the center of lanes. See detail sheet.. rr Stop Bar "Painted Traffic ILegend",per each. A SOLID WHITE line,--14 12, 18 or 24 inches wide "Plastic Traffic I etterLegend",per each. unless as noted otherwise-in on the Contract plans. "Remove Paint Line " wide," per linear foot.* Page-SP-47 Revision Date:May 19, 1997 8-23 Temporary Pavement Markings 8-23 Temporary Pavement Markt "Remove Plastic Line "Wide," per linear foot.* 8-23 Temporary Pavement Markings "Remove existing traffic markings, per lump sum.* The linear foot contract price for "Remove Paint Line" and SECTION 8-23.5 IS SUPPLEMENTED WITH TL "Remove Plastic Line' and the lump sum contract price for FOLLOWING: "Remove existing traffic markings" shall be full compensation for removal of existing traffic markings as per the plans, specifications 8-23.5 Payment(RC) r and detail sheets. If these pay items do not appear in the contract schedule of prices, then the removal of old or conflicting traffic If no pay item is included in the contract for installation o-- markings required to complete the channelization of the project as removal of temporary pavement markings then all costs assoc shown on the plans or detail sheets shall be considered incidental to with these items are considered incidental to other items nil other items in the contract and no further compensation shall be contract or included under "Traffic Control," if that item made, included as a bid item. The unit contract prices for the above listed bid items shall be --- --full pay for furnishing all labor, tools, material, and equipment necessary for the completion of the work as specified. • t tt KIWI A tai «a a a Page-SP-48 t Revision Date:May 19, 1997 too 9-00 Definitions and Tests 9-02 Bituminous Materials Division 9 material for payment may be produced for use on a project until the ''mil job mix formula has been approved by the engineer. The mixture Materials shall be designed to meet the test criteria listed in Section 9-03.8(2) and remain within the limits set forth in 9-03.8(6). The WS determination of the job mix formula shall be the responsibility of 9-00 Definitions and Tests the Contractor. The intermingling of asphalt concrete mixtures produced from more than one JMF is prohibited. Each strip of asphalt concrete SECTION 9-00 IS SUPPLEMENTED BY -ADDING THE pavement placed during a working shift shall conform to a single *It. FOLLOWING: job mix formula established for the class of asphalt concrete 9-00(A) Recycled Materials (RC) specified unless there is a need to make an adjustment Vain the JMF. IS The City encourages the use of recycled materials whenever The JMF shall be submitted in writing by the Contractor to practicable, provided that those materials meet or exceed all the Engineer at least 10 days prior to the start of paving operations applicable requirements described elsewhere in the contract and shall include as a minimum: specifications. Should recycled materials be utilized, the City a. Percent passing each sieve size. AI. requires that a Recycled Product Reporting Form be completed by b. Percent of asphalt cement. the Contractor. c. Asphalt grade. d. Mixing temperature. 9-02 Bituminous Materials e. Compaction temperature. Woo f. Anti-strip agent content. . 9-02.1 Asphalt Material, General The Contractor may not make any changes to the JMF without prior written approval of the Engineer. Should a change in sources rtwt, . SECTION 9-02.1(10)IS A NEW SECTION: of materials be made, a new JMF must be approved by the 9-02.1(10) Loop Sealant (RC) Engineer before the new material is used. Unless specified otherwise in the contract or permitted by the no Engineer upon request from the contractor, loop sealant shall be hot-melt, rubberized asphalt sealant (Crafco Loop Detector Sealant or approved equal), shall meet the penetration, flow and resilience r specifications of ASTM D3407 and shall be installed with an Om approved applicator in conformance with manufacturer's r ' recommendations. The contractor shall request and obtain approval from the n R• ow Engineer for the type of loop sealant to be used before installing 23. Job Mix Formula Tolerances and-Adjustments. detector loops and shall submit manufacturer cuisheets or other a. . - • ... _ . •. •.. • •- After the JMF is data if requested by the Engineer in order to enable the Engineer to determined, the several constituents of the mixture at the time of determine the acceptability of the sealant. All loop sealant shall acceptance shall conform to the following tolerances: Ow only be installed in thoroughly clean and dry pavement and shall be Constituent of Mixture Tolerance Limits applied in conformance with the methods required as to The tolerance limit for each temperature and means of application such as to completely fill the mix constituent shall not sawcut area, encapsulate the loop wires and adhere to the exceed the broad band !if pavement. - specification limits specified in Section 9-03.8(6). 9-03 Aggregates Aggregate assing 1", Broad band specification Itir 3/4 5/8 , '/2", and limits Section 9-03.8(6). SECTION 9-03.8(6)A IS REVISED AS FOLLOWS: 3/8" sieves Aggregate passing 1/4" sieve ± 6% 9-03.8(6)A Basis of Acceptance(RC) Aggregate passing No. 10 sieve ± 5% at 1. Asphalt Concrete will be accepted based on its Aggregate passing No. 40 sieve ± 4% conformance to the project job mix formula (JMF). Foy-the Aggregate passing No. 200 sieve ±2%_Notel Asphalt cement ±0.5%Note2 Mr For open graded mix: Tolerance limits shall be for aggregate gradation only and shall be as specified in Section 9-03.8(6). -- Note 1 — 2.0% if less than 50% RAP (Recycled Asphalt • Pavement),2.5% for 50% RAP or more. Ow Note 2 — 0.5% if less than 20% RAP, 0.7% for over 20% ' - RAP, but less than 50% RAP, 1.0%for 50% RAP or greater. These tolerance limits constitute the allowable limits used in Section 5-04.3(8)A to determine acceptance. l) tow Page-SP-49 Revision Date:May 19, 1997 9-04 Joint and Crack Sealing Materials 9-05 Drainage Structures,Culverts,and Conduit lik • SECTION 9-05.7(3) IS DELETED AND REPLACED BY THE •• FOLLOWING:•• • - • • :•t- • .. . . _ _• e !. . + . . . .• 9-05.7(3) Concrete Storm Sewer Pipe Joints (RC) Joint assembly design shall be reinforced concrete bell and its spigot type incorporating a fully retained single rubber gasket in accordance with ASTM C361 or AWWA C302. Rubber gasket _ • - material shall be neoprene. SECTION 9-05.7(4) IS SUPPLEMENTED BY THE •! _ FOLLOWING: 9-05.7(4) Testing Concrete Storm Sewer Pipe Joints • ,r•- (RC) wit Hydrostatic testing of rubber gasket joints shall be performed in accordance with ASTM C361 or AWWA C302 except test b •�.. . r. �_ pressure shall be 5 psi. I. SECTION 9-05.9 IS REVISED AND SUPPLEMENTED AS ice. FOLLOWS: 9-05.9 Steel Spiral Rib Storm Sewer Pipe (RC) WI tho-stagsificationc. The manufacturer of spiral rib storm sewer pipe shall furnish 9-04 Joint and Crack Sealing Materials the Engineer a Manufacturer's Certificate of Compliance stating that the materials furnished comply in all respects with these Iti SECTION 9-04.11 IS A NEW SECTION Specifications. The Engineer may require additional information or tests to be performed by the Contractor at no expense to the State. 9-04.11 Butyl Rubber (SA) Unless otherwise specified, spiral rib storm sewer pipe shall Butyl rubber shall conform to ASTM D2000,MI BG 610. be furnished with pipe ends cut perpendicular to the longitudinal 1 la 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 9-05 Drainage Structures, Culverts, and a continuous helical welded seam paralleling the rib. al Conduits SECTION 9-05.4 IS REVISED AS FOLLOWS: 9-05.4 Steel Culvert Pipe and Pipe Arch (RC) ! - - Steel culvert pipe and pipe arch shall meet the requirements of - . AASHTO M 36, Type I and Type II. Welded seam aluminum owner, mil coated aluminize ,• : . ( d) corrugated steel pipe and pipe arch with metallized coating applied inside and out following welding is acceptable and shall be asphalt treatment coated. SECTION 9-05.7(2) IS DELETED AND REPLACED BY THE WO FOLLOWING: Steel spiral•rib storm sewer P pipe shall be manufactured of metallic coated (aluminized or galvanized) corrugated steel and 9-05.7(2) Reinforced Concrete Storm Sewer Pipe (RC) inetm with ctin -05 Thfi , , and sp metal ced in shall conforbe as shown ance in the Se Plans o 9 or in.4_the e size coating Specications. Reinforced Concrete Storm Sewer pipe shall conform to the For spiral rib storm sewer pipe, helical ribs shall project requirements of ASTM C-76 and shall be Class IV. Cement used outwardly from the smooth pipe wall and shall be fabricated from a in the manufacture of reinforced concrete pipe shall be Type II in single thickness of material. The ribs shall be essentially conformance with ASTM C150. No admixture shall be used unless rectangular and shall be 3/4 inch plus two times the wall thickness otherwise specified. (2t) plus or minus 1/8 inch (measured outside to outside) and a SECTION 9-05.7(2)A IS SUPPLEMENTED BY THE minimum of 0.95 inch high (measured as the minimum vertical = FOLLOWING: distance from the outside of pipe wall immediately adjacent to the 4 lockseam or stiffener to the top surface of rib). The maximum 9-05.7(2)A Basis for Acceptance(RC) spacing of the ribs shall be 11.75 inches center to center(measured All pipe shall be subject to (1) a three-edge-bearing strength normal to the direction of the ribs). The radius of bend of the (D-load) test in accordance with ASTM C76; and (2)a hydrostatic metal at the corners of the ribs shall be a minimum of 0.10 inch t test of rubber gasket joints in accordance with ASTM C361 or and a maximum of 0.17 inch. If the sheet between adjacent ribs AWWA C302 except test pressure shall be 5 psi. does not contain a lockseam, a stiffener shall be included midway Page-SP-50 liii Revision Date:May 19, 1997 • to 9-06 Structural Steel and Related Materials 9-08 Paints between ribs,having a nominal radius of 0.25 inch and a minimum 1/8 inch wide (measured outside to outside) and a minimum *it height of 0.20 inch toward the outside of the pipe. Pipe shall be spacing of ribs shall be 4.80 inches center to center (measured fabricated with ends that can be effectively jointed with coupling normal to the direction of the ribs). The radius of bend of the bands. metal at the corners of the ribs shall be 0.0625 inch with an When required, spiral rib or narrow pitch spiral rib pipe shall allowable tolerance of+ 10 percent. IS be bituminous treated or paved. The bituminous treatment for For wide pitch spiral rib storm sewer pipe, helical ribs shall spiral rib pipe shall conform to the requirements of Sections 9- project outwardly from the smooth pipe wall and shall be fabricated 05.4(3)and 9-05.4(4) from a single thickness of material. The ribs shall be 3/4 inch + For narrow pitch spiral rib sewer pipe, the helical ribs shall 1/8 inch wide(measured outside to outside)and a minimum of 0.95 project outwardly from the smooth pipe wall and shall be fabricate inch high (measured as the minimum vertical distance from the from a single thickness of material. The ribs shall be .375 inch— outside of pipe wall to top surface of the rib). The maximum 1/8 inch wide (measured outside to outside) and a minimum of spacing of ribs shall be 11.75 inches center to center (measured Mit, .4375 inch high(measured as the minimum vertical distance of ribs normal to the direction of the ribs). The radius of bend of the shall be 4.80 inches center to center (measured normal to the metal at the corners of the ribs shall be 0.0625 inch with an direction of the ribs). The radius of bend of the metal at the allowable tolerance of+ 10 percent. corners of the ribs shall be 0.0625 inch with an allowable tolerance 4 of-10 percent. 9-06 Structural Steel and Related Materials SECTION 9-05.12(3)IS A NEW ADDITIONAL SECTION: 9-06.5 Bolts Olt 9-05.12(3) CPEP Sewer Pipe(RC) CPEP - Smooth interior pipe and fittings shall be SECTION9-06.5(4)HAS BEEN SUPPLEMENTED BY ADDING: manufactured from high density. polyethylene resin which shall meet or exceed the requirements of Type 111, Category 4 or 5, 9-06.5(4)- Anchor Bolts(RC) +t+. Grade P33 or P34, Class C per ASTM D1248. In addition, the All anchor bolts, nuts, washers and anchor plates for signal pipe shall comply with all material and stiffness requirements of poles, street light poles, strain poles or other types of poles shall AASHTO M294. meet the recommended specifications of the pole manufacturer. The Contractor shall be responsible for providing to the Engineer Ase SECTION 9-05.14 IS DELETED: any and all data concerning fabrication, strength test results, mill SECTION 9-05.17 IS REVISED AND SUPPLEMENTED AS certification and other data required to confirm that the anchor FOLLOWS: bolts meet those specifications. The following standard specifications shall apply to anchor or' 9-05.17 Aluminum Spiral Rib Storm Sewer Pipe bolts for street light, signal and strain poles provided that the (RC) Contractor can submit documentation from the manufacturer Unless otherwise specified, spiral rib storm sewer pipe shall affirming that anchor bolts meeting these specifications are #r be furnished with pipe ends cut perpendicular to the longitudinal recommended for the pole to be installed thereon: axis of the pipe.Pipe ends shall be cut evenly. Spiral rib pipe shall 1. The standard anchor bolt for aluminum street light poles be fabricated by using a continuous helical lock seam with a seam shall be 42 inches in length and shall meet the requirements of gasket. ASTM A 36 or ASTM A 307. The shaft of the anchor bolt shall SI be a full one inch in diameter with a hot forged four inch "L" bend '' on the bottom end and a minimum of six inches of die-cut threads on the top end. 1,--AASH-T-0-1s.4-1-96,-Sestion--7,24. 2. The anchor bolts for signal g poles and strain poles. shall _ meet the specifications as designated on the approved manufacturer's pole plans and/or supplemental plans or specifications provided by the manufacturer. All anchor bolts, nuts and washers shall meet the pole row manufacturer's specifications and shall be hot dipped galvanized center, unless such galvanization is not permitted for the type of steel as per Section 9-06.5(4). ow 9-08 Paints ' SECTION 9-08.8 IS A NEW SECTION: ANN ..• , ! . • ,. . .. .. For spiral rib storm sewer. i helical ribs shall 9-08.8 Manhole Coating System Products(RQ P pipe, project outwardly from the smooth pipe wall and shall be fabricated from a irr single thickness of material. The ribs shall be 3/4 inch wide by 3/4 9-08.8(1) Coating System Specification(RC) . inch deep with a nominal spacing of 7-1/2 inches center to center. The following coating system specifications shall be used for Pipe shall be fabricated with ends that can be effectively jointed coating (sealing) interior concrete (including the channel) surfaces with coupling bands. of sanitary sewer manholes when required. tiro 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 + Page-SP-51 Revision Date:May 19, 1997 9-23 Concrete Curing Materials and Admixtures 9-29 Illumination,Signals,Electr Coating System Specification SECTION 9-29.3 IS REVISED AND SUPPLEMENTEL .. FOLLOWS: A_ General 1. Buried Manhole 9-29.3 Conductors, Cable (RC) Surface Color Paint System Each wire shall be numbered at each terminal end wig wrap-around type numbering strip bearing the circuit nui a. Buried, and White C-1 shown on the plans. exposed No splicing of any traffic signal conductor shall be pern'` concrete unless otherwise indicated on the plans. All conductor runs ali surfaces. be pulled to the appropriate signal terminal compartment boa with pressure type binding posts. The only exceptions shall be 9-08.8(2) Coating Systems splices for detector loops at the nearest junction box to the loo A. High Solids Urethane The contractor shall provide and install all the nece Coating System CI wing, fuses and fittings so as to complete the installation of tl Coating Material: High Solids Urethane signal and lighting equipment as shown on the plans. All mat and installation methods, except as noted otherwise herein, Surfaces: Concrete comply with applicable sections of the National Electrical Cod Surface Preparation: In accordance with SSPC SP-7 8. Detector loop wire shall be No. 124 AWG strand (Sweep or brush off blast) copper wire, Class B, with chemically cross-linked 1 eth g Application: Shop/Field The drying time type RHH-RHW insulation of code thickness. y 3 between coats shall not exceed (11) Six pair cCommunications cable(6P }-shall meet 24hours in any case specification PE-39 and shall have six-pair No. 19 AWG win System Thickness: 6.0 mils dry film with 0.008 inch FPA/MPR coated aluminum shielding. The r Coatings: Primer: One coat of Wasser shall have a petroleum compound completely filling the insid MC-Conseal high solids the cable. urethane(2.0 DFT)Finish: The shielded communications/signal interconnect cable sill Two or more coats of Wasser meet the following: MC Conceal(min.4.0 DFT) 1. Conductors: Solid, soft drawn, annealed copper, sizilli awg. 9-23 Concrete Curing Materials and 2. Insulation: solid, virgin high density polyethylene., Admixtures polypropylene, with telephone industry color coding. 1 3. Cable core assembly: insulated conductors are twillN SECTION 9-23.9 IS REVISED AS FOLLOWS: into pairs with varying lays (twist lengths) to minimize cross tal 9-23.9 Fly Ash(RC) and meet strict capacitance limits. 4. Shielding: A corrosion/oxidation resistant tinted eth Fly ash shall not be used around water lines. copolymer coated (both sides) .008" thick corrugated alum tape shield is applied longitudinally with shielding coverage. 9-29 Illumination, Signals, Electrical 005 corrugated tape applied in the same manner is acceptable 'r 5. Outer jacket:A black, low density high molecular wee SECTION 9-29.1 IS SUPPLEMENTED BY ADDING THE virgin polyethylene (compounded to withstand sunlit.. FOLLOWING: temperature variations and other environmental conditions 0] abuse during installation) is extruded overall to providt 9-29.1 Conduit(RC) continuous covering. ill ic The conduit P.V.C. - non-metallic shall be of the two types 6. Footage markings: footage markings must be prir, indicated below: sequentially a minimum of 2' along the outer jacket. 1. Schedule 80 Extra heavy wall P.V.C. conforming to 7. Filling: the entire cable within the outer jacket is floo ," ii . ASTM,Standards,to be used in all installations under roadways. with petroleum polyethylene gel filling compound including f • 2. Schedule 40 heavy wall P.V.C. conforming to ASTM area between the outer jacket and the shield. Standards. SECTION 9-29.9 IS SUPPLEMENTED BY ADDING T : lli SECTION 9-29.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: FOLLOWING: 9-29.9 Ballast, Transformers (RC) 9-29.2 Junction Boxes(RC) I, ) The Ballast shall be ,re-wired to the lam socket and term,,.' Junction boxes shall be reinforced concrete with galvanized board. steel from anchored in place and galvanized steel cover plate SECTION 9-29.10 IS SUPPLEMENTED BY ADDING TM (Diamond pattern)as indicated on detail sheets. FOLLOWING: The inscriptions on the covers of the junction boxes shall be as ila follows: 9-29.10 Luminaires(RC) 1. Signal only "Signals" The filter shall be charcoal with elast-omer gasket. 2. Street Lighting only: "lighting" Luminaires shall have a cast aluminum housing of the cosii 3. Traffic Signal and Street lighting Facilities: "TS-LT" head style with a glass ovate refractor. The above inscriptions shall not be hi'her than the tot surface of the cover plates. Page-SP-52 III Revision Date:May 19, 1997 Eit 9-29 Illumination,Signals,Electrical 9-29 Illumination,Signals,Electrical The manufacturer's name or symbol shall be clearly marked re-energize without change. •. ■ tot on each luminaire. -•9-29.11 Control Equipment �' ' - gip SECTION 9-29.I1(2)IS DELETED AND REPLACED WITH: unsatisfactory Conflict Monitor. Upon sensing conflicting signals or unsatisfactory operation voltages, the conflict monitor shall 9-29.11(2) Photoelectric Controls (RC) immediately cause the signal to revert to flash; however, the controller shall stop time at the point of conflict. After the conflict Photoelectric controls shall be a plug-in device, rated to monitor has been reset, the controller shall immediately take still operate on 120 volts, 60 Hz. The unit shall consist of a light sensitive element connected to necessary control relays. The unit command of the signal displays at the beginning of artery grreayeltow. shall be so designed that a failure of any electronic component will 6. Flash unit shall be a two circuit energize the lighting circuit. type, capable of rtrt switching loads up to 1000 watts per circuit alternately at a rate of The photo cell shall be a solid state device with stable turn-on 60 flashes per minute per circuit, plus or minus two flashes per values in the temperature range of-55 degrees C to +70 degrees minute. C. The photo cell shall be mounted externally on top of the luminaire. In a contactor controlled system, the photo cell to SECTION 9-29.13(3) IS REVISED AND SUPPLEMENTED AS control the system shall be mounted on the luminaire nearest to the FOLLOWS: service/contactor cabinet. The photo cell shall be capable of switching "ON" 1,000 watts of incandescent load as a minimum. 9-29.13(3) Emergency Pre-emption (RC) taw Immediately after a valid call has been received, the SECTION 9-29.13 IS SUPPLEMENTED BY ADDING THE pre-emption controls shall cause the signals to display the required FOLLOWING: clearance intervals and subsequent pre-emption intervals. 9-29.13 Traffic Signal Controllers(RC) Pre-emption shall sequence as noted in the contract. Pre-emption m equipment shall be installed so that internal wiring of the The unit shall operate on 120 volt, 60 cycle, single phase controller, as normally furnished by the manufacturer, is not alternating current and shall use the power line frequency as a time altered. •• . • • base. The traffic signal controller shall meet the requirements of . aw the National Electrical Manufacturers Association (NEMA) Standard Publications. per. Components such as resistors, capacitors, diodes and Emergency vehicle pre-emption shall be furnished as modules ow transistors shall be individually replaceable utilizing approved that plug directly into a rack wired to accept 3-M discriminator standard soldering techniques. Intergrated circuits shall be type units. The pre-emption system operation shall be compatible mounted in sockets and shall be easily replaceable without with the 500 Series 3M company "opticom" system which the City soldering. All components shall be standard"Off the shelf" items. of Renton is currently using and shall be capable of being activated ait The traffic signal controller shall be cable of interfacing by the same transmitters. with the Multisonic real time, master computer. The controller The optical signal discriminator system shall enable an shall be capable of both on-line operation(control by the multisonic authorized vehicle to remotely control traffic control signals from a master computer) and standby operation. The controller shall distance of up to 1800 feet(0.54 kilometers)along an unobstructed establish the sequence of signal phases, including overlaps, in "line of sight" path. The system shall cause the traffic signals conformance with the signal phasing diagram on the plans. When controller to move into an appropriate fire pre-emption program. operating either in a fixed time mode or in a fully-actuated mode this optical discriminator shall interface to the 562 software, for with volume density on each phase as required. All clearance field programmability. It shall consist of the following Or timing and pedestrian timing shall be accomplished at the local components: intersection. a. Optical energy detectors which shall be mounted on the SECTION 9-29.13(2)IS REVISED AND SUPPLEMENTED AS traffic signal mast arms and shall receive the optical energy ow FOLLOWS: emitter's signal. b. Discriminators which shall cause the signal controller to 9-29.13(2) Flashing Operations(RC) go into internal pre-emption which will give the authorized vehicle the right of way in the manner shown on the phase sequence 2. Police Panel Switch. When the flash-automatic switch oar located behind the police panel door is turned to the flash position, diagram. the signals shall immediately revert to flash; however, the c. Pre-emption Indicator Lights. controller shall "STOP TIME." When the switch is placed on Optical Detector automatic, the signals shall continue to flash for an additional a. Shall be of solid state construction. •' 8 second flash period. At the completion of the continued 8 second b. Fittings shall meet the specifications of the system flash period, unless otherwise specified, the controller shall manufacturer to facilitate ease of installation. immediately resume normal cyclic operations at the beginning of c. Shall operate over an ambient temperature range of 40°F artery gyellow. to +180°F(-40°C to +85°C). IMO d. Shall have internal circuitry encapsulated in a semi- 4. Power Interruption. On "NEMA"controllers any power interruption longer than 475 plus or minus 25 milliseconds, signals flexible compound and shall be impervious to moisture. shall re-energize consistent with No.2 above to ensure an 8 second e. Shall respond to the optical energy impulses generated by flash period prior to the start of artery green. A power interruption a pulsed Xenon source with a pulse energy density of 0.8 micro low of less than 475 plus or minus 25 milliseconds shall not cause joule per square meter at the detector, a rise time less than one resequencing of the controller and the signal displays shall microsecond and half power point pulse width on not less than thirty microseconds. Iwo Page-SP-53 Revision Date:Mav 19. 1997 • • 9-29 Illumination,Signals,Electrical 9-29 Illumination,Signals,Electrical•Discriminator - _ • •• Each module shall do the following: a. Shall provide for a minimum of two channels of optical • l - detector input. ,t: b. Shall provide for a minimum of two discrete channels of optically isolated output. When a pre-emption detector detects an emergency vehicle, the phase selector shall hold the controller in the required phase or advance directly to that phase after observing all vehicle clearances. The phase selector shall hold the controller in the „ phase selected until the detector no longer detects the emergency a•• • _ •„• • vehicle. actuatio�t. •• When the phase selector is responding to one detector, it shall All timing functions and input and output features for fully- l not respond to any other detector until calls from the first detector actuated, volume-density operation shall be provided in accordance are satisfied. Indicator lights shall indicate power on, signal being with NEMA standards. received, channel called. Switches shall control system power and The controller shall provide for setting each timing interval by simulate detector calls for each phase. means of positively calibrated settings. The timing functions shall be on the front of the controller unit or shall have keyboard entry SECTION 9-29.13(2) IS SUPPLEMENTED BY ADDING THE and liquid crystal display. For the standby operation, the traffic FOLLOWING: signal controller shall include all circuitry required to provide all ei timing and all functions for signal operation in a fully-actuated 9-29.13(4) Wiring Diagrams (RC) mode. Standby operation shall automatically occur upon opening The controller cabinet shall have a waterproof envelope with a of interconnect lines, failure of central master computer, or when side access attached to the inside of the cabinet door. At the time specified by the master. The standby operation shall follow and be of delivery the envelope shall have four complete sets of schematics coincidental in phase to that phase being displayed at the start of and manuals for all assemblies and sub-assemblies. standby operation. Transfer from computer supervision shall not call up a starting yellow. SECTION 9-29.13(6) IS SUPPLEMENTED BY ADDING THE FOLLOWING: SECTION 9-29.13(7)A IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-29.13(6) Radio Interference Suppressors 9-29.13(7)A Environmental, Performance and Test A Cornell-Dubiler radio interference filter NF 10801-1 30 amps or equivalent shall be used to filter the A.C. power. Standards for Solid-State Traffic Additionally, all power supplies shall have noise immunity from Controllers(RC) other devices within the cabinet. The traffic signal controller assemblies, including the traffic signal controller, auxiliary control equipment and cabinet shall be liti SECTION 9-29.13(7)IS REVISED AND SUPPLEMENTED AS shop tested to the satisfaction of the Engineer. Testing and check- FOLLOWS: out of all timing circuits, phasing and signal operation shall be at 9-29.13(7) Traffic-Actuated Controllers(RC) the City of Renton Signal Shop, Renton, Washington. The Signal Shop will make space available to the contractor for the required Ng Traffic-actuated controllers shall be electronic devices which, test demonstrations. The contractor shall assemble the cabinet and when connected to traffic detectors or other means of actuation, or related signal control equipment ready for testing. A complete both, shall operate the electrical traffic signal system at one or demonstration by the contractor of all integrated components more intersections. satisfactorily functioning shall start- the test period. Any All solid-state electronic traffic-actuated controllers and their malfunction shall stop the test period until all parts are supplemental devices shall employ digital timing methods. satisfactorily operating. The test shall be extended until a The traffic signal control equipment, unless otherwise minimum of 72 hours continuous satisfactory performance of the permitted in the contract, must specifically conform to current entire integrated system has been demonstrated. The NEMA '-specifications. demonstration by the contractor to the Engineer of all components functioning properly shall not relieve the contractor of any Actuated traffic signal controllers shall be 8-phase control responsibility relative to the proper functioning of all aforestated eit control gear when field installed. units. Volume-density timing features shall be provided on all controllers. SECTION 9-29.13(7)8 IS REVISED AND SUPPLEMENTED AS FOLLOWS: i 9-29.13(7)B Auxiliary Equipment for Traffic Actuated Controllers(RC) l al story-testing. it • .t_ . . .. ... _ • _ • - . . • ._ • .t: . • •• Page-SP-54 Revision Dale:May 19, 1997 IWit 9-29 Illumination,Signals,Electrical 9-29 Illumination,Signals,Electrical Power Switches Computer Interface Unit vet There shall be a main power switch inside the cabinet that Interface communication devices shall be designed as separate shall render all control equipment electrically dead when turned units or as modules that plug directly into the controller case. The off. There shall be a controller power switch that shall render the communication devices shall be used for on-line computer control MI controller and load switching devices electrically dead while of the intersection and shall be capable of transmitting all detector maintaining flashing operation for purposes of changing controllers and signal status information and receiving and decoding command or load switching devices. information from the computer all in conformance and within the capability of the multisonic master computer unit and the at Stop Time Bypass Switch interconnect cables. There shall be a switch in the cabinet identified as the stop SECTION 9-29.13(7)D IS REVISED AND SUPPLEMENTED time bypass switch. If the intersection is placed on flashing AS FOLLOWS: operation either by the flash switch or the fail safe monitor, the 9-29.13(7)D Controller Cabinets(RC, SA) controller shall immediately stop time. The stop time bypass 1. Construction shall be of 0.073-inch minimum thickness switch shall remove stop time from the controller and permit Type 304 stainless steel, 0.125-inch minimum thickness ;lea; or normal cycling operation while the intersection remains in flashing anodized--sheet aluminum, or cast aluminum. Cabinets shall be operation. finished inside with an approved finish coat of exterior white enamel and outside with an approved enamel finish, light gray or na DETECTOR test switch aluminum in color. As an alternate to painting, the outside and inside of the aluminum cabinets may be clear anodized aluminum. Each vehicle and pedestrian phase shall have a momentary 5. The cabinet door shall be provided with: (spring return) detector test switch. When depressed, the switch a. A spring loaded construction core lock capable of am shall place a call on its respective signal phase. accepting a Best CX series core installed by others. Cast cabinets shall have an approved one point positive latch. Formed cabinets The convenience outlet and lamp socket shall have a three point latch. b. A police panel door with a stainless steel hinge pin and A convenience outlet protected with a ground fault interrupter a lock. Two police keys with shafts a minimum of 1 3/4 inch long so and an incandescent lamp socket shall be furnished in the main shall be provided with each cabinet. cabinet. A door switch for the lamp shall be provided. THIS Inside the police panel there shall be a signal on-off circuit shall be protected by a circuit breaker rated at 20 amps. switch which shall prohibit any signal display in the field but will ton Fail Safe Unit allow the control equipment to operate when placed in the "off' position_ A second switch shall be the auto-flash switch. When placed in the "flash" position,controller power shall remain on and Fail safe unit shall meet the NEMA-PLUS specifications and controller shall stop tune dependent on switch setting on the ii► shall monitor both the positive and negative portions of the A.C. auxiliary panel described later. sine wave for all green, amber and pedestrian walk indications. c ,•The duration of a display of conflicting indications shall not be long _. _ .__. _ • •• . _ Cabinet doors shall be gasketed enough to be visible to motorists or pedestrians before the monitor with one piece, close cell neoprene. They shall be equipped with to initiates flashing operation. There shall be a visual indication that some type of stops so the door may be held open in either of two- the monitor has preempted normal operation. positions at approximately 90 degrees and 180 degrees and be of The fail safe monitor shall be Model SSM-12LE as suitable design to withstand a 40 mph wind.. manufactured by Eberle Design Inc., or approved equal. d. A two position door stop assembly. itrr e. The Controller cabinet shall have a load bay panel with at Surge Protector(Lighting Arrester) least the following items mounted on the face of the panel: transfer relays; load switches; and, terminal blocks for termination of all The controller shall have an input voltage surge protector that wires contained on a separate panel (the terminal block shall o shall protect the controller input from any voltage surges that could conform to Washington Standard Specifications). damage the controller or any of its components. This load bay panel shall be mounted so that when the screws are removed, it will be possible to obtain full access to the ow Field Wiring Terminal terminations on the back of the load bay panel. There shall be a terminal strip for field wiring in the •• , n.. , , , controller cabinet. The terminals shall be numbered in accordance `e with the schematic wiring diagram on the plans. If a different SECTION 9-29.16 IS SUPPLEMENTED BY ADDING THE numbering system is used for the cabinet wiring, then both FOLLOWING: numbers shall label each terminal and the cabinet wiring schematic drawing shall include the field wiring numbers where the terminal 9-29.16 Vehicular Signal Heads (RC) irr strip is illustrated. A common bus bar with a minimum of 15 Vehicular signal heads shall have 12 inch lens sizes unless terminals and a ground bar with a minimum of 6 terminals shall be shown otherwise on the signal plans. Vehicular signal head provided. housings shall consist of separate sections and be expandable type Ow for vertical mounting. Lens shall be glass and meet I.T.E. Specifications for light output. Reflectors shall be alzac. Each signal head shall have a 1/4 inch drain hole in its base. + Page-SP-55 Revision Dale:May 19,1997 9-29 Illumination,Signals,Electrical 9-29 Illumination,Signals,Electrical • Vehicle signal heads shall be cast aluminum_ 9-29.16(2)E Painting Signal Heads(RC) All signal heads shall include a back plate 5 inch square cut Traffic signal heads, including outside of visors and back of border. Signal heads, including outside of visors and back of back back plates, shall be finished with two coats of factory applied plates shall be finished with two coats of factory-applied traffic traffic signal gre-yellow baked enamel. The inside of visors, signal yellow baked enamel. The inside of the visors and front of front of back plates,and louvers shall be finished with two coats of i back plates shall be finished with two coats of factory-applied flat flat black enamel. black enamel. Mounting hardware will provide for a rigid connection SECTION 9-29.16(3)(RC)IS DELETED. between the signal head and mast arm. All mounting hardware , • • - - • - .. (RC) will be of the top-mount plumbizer type as shown on the standard - plans, unless specified otherwise on the plans. SECTION 9-29.16(3)A(RC)IS DELETED. Position of the signal heads shall be located as close as possible to the center of the lanes. Signal heads shall be mounted on the mast arm such that the red indicators lie in the same plane (RC) and such that the bottom of the housing of a signal head shall not SECTION 9-29.16(3)B(RC)IS DELETED. be less than 16 feet 6 inches nor more than 18 feet 6 inches above the grade at the center of the roadway. All bolts and other ' ' - - • - • . . . . i _ - • miscellaneous mounting hardware shall be stainless steel. Heads (RC) SECTION 9-29.16(2)A HAS BEEN REVISED AS FOLLOWS: SECTION 9-29.17 HAS BEEN REVISED AS FOLLOWS: 9-29.17 Signal Head Mounting Brackets and Fittings 9-29.16(2)A Optical Units (RC) Eight inch conventional signals shall employ a 67 to 69 watt (RC) traffic signal lamp rated for 130420 volt operation, 595 minimum initial lumen, 665 rated initial lumen, 8,000-hour minimum, unpainted.-All otlgr--hardware for ether-mounts shall be painted 2 7/16-inch light center length, A-21 bulb, medium base, clear with two coats of factory applied traffic signal Federal yellow traffic signal lamp. Twelve inch traffic signal heads require green gr•gewbaked enamel. 420130volt, 165 watt, 1,750 minimum initial lumen, 1950 rated oti initial lumen clear traffic signal lamps with a 3-inch light center SECTION 9-29.18(1)IS SUPPLEMENTED AND REVISED AS length, 8,000 hour minimum rated life, P-25 bulb and medium FOLLOWS: base.Bulbs shall be installed with the opening between the filament ends up. 9-29.18(1) Induction Loop Detectors (RC) Detector amplifiers shall be Detector Systems model 810A or SECTION 9-29.16(2)B HAS BEEN REVISED AS FOLLOWS: equal. Induction loop amplifiers installed with NEMA controls shall 9-29.16(2)B Signal Housing(RC) conform to current NEMA specifications. Each lens shall be protected with a removable visor of • • M • ., aluminum of the tunnel type, unless specified 46. otherwise in the contract. Visors shall have attaching ears for installation to the housing doors. Conventional signal heads shall SECTION 9-29.20 HAS BEEN REVISED AS FOLLOWS: have square doors. 9-29.20 Pedestrian Signal (RC) SECTION 9-29.16(2)C HAS BEEN REVISED AS FOLLOWS: Pedestrian signals shall be either incandescent- fiber optic or 1 neon-grid type, or other types as specified in the contract. .. 9-29.16(2)C Louvered Visors(RC) Pedestrian signals shall conform to ITE Standards (Standard for Where noted in the Contract, louvered tunnel visors shall be Adjustable Face Pedestrian Signal Heads, 1975). furnished and installed. Directional louvers shall be constructed to have a snug fit in th`signal visor. The outside cylinder shall be • • ! • a constructed of aluminumpelycarbonate-plastic,and the louvers shall '! '!!! • • be constructed of anodized aluminum painted flat black. Dimensions and arrangement of louvers shall be as shown in the contract. a-minimum of '11121 he.. s higlt,—Symbol messages, when specified, shall be a minimum of 12 inches high and 7 inches in SECTION 9-29.16(2)D HAS BEEN DELETED AND width. REPLACED WITH: Housings shall be die-cast aluminum and shall be painted with two coats of factory applied traffic signal ellow enamel. 9-29.16(2)D Back Plates(RC) Back plates shall be furnished and attached to the signal VACANT SECTION 9-29.20(1) IS-REPLACED BY ADDING .A, heads. Back plates shall be constructed of anodized, 3-S THE FOLLOWING NEW SECTION: half-hard aluminum sheet, 0.058-inch minimum thickness, with 5-inch square cut border and painted black in front and yellow in 9-29.20(1) Fiber Optic Type(RC) back. The fiber o,tics shall be drawn from o•tical :lass of hi:i purity_ The fibers shall be temperature resistant. The fibers shall tl be resistant to the UV li•ht emitted b the halo:en lam' and shall maintain their high transmission properties throughout the lifetime Page-SP-56 t Revision Date:May 19, 1997 IMP 9-29 Illumination,Signals,Electrical 9-29 Illumination,Signals,Electrical - of the sign. The light guides shall contain fibers with a diameter of SECTION 9-29.24(1) IS DELETED AND REPLACED WITH III 53 microns. Each single arm in the harness shall contain THE FOLLOWING: approximately 300 fibers. The optical sheathing shall have a wall thickness of at least 1.5 microns. The common end of each bundle 9-29.24(1) Painting(RC) shall have a hexagonal bundle format. The common bundle end The finish coat shall be a factory baked on enamel light grey on and each arm end shall be epoxied and optically polished. in color. The galvanized surface shall be etched before the baked The light source shall be a halogen incandescent lamp with on enamel is applied. The interior shall be given a finish coat of dichroic reflector. The lamp shall use built-in,lead-in wires instead exterior grade of white metal enamel. ors of pins. The reflector shall be covered with a hard coating capable Painting shall be done in conformance with the provisions of to withstand a temperature of 400 degrees Centigrade, rapid Section 8-20.3(12). temperature changes, aggressive chemical attacks. The coating SECTION 9-29.24(2) IS DELETED AND REPLACED WITH shall be tested by soaking in Oxalic Acid 0.71N for a period of 2 THE FOLLOWING: NM hours. The coating shall not dissolve during this period. The lamp shall be 50 watt and rated for 6000 hours at 10 volts. The. lamp 9-29.24(2) Electrical Circuit Breakers and Contactors together with the fiber shall produce a light intensity as high as (RC) 3800CD. The 115-volt primary, 10-volt secondary transformers, The electrical circuit breakers and contactors shall be as oar light guides and all wiring shall be enclosed in a sheet aluminum indicated on the contract plans and detail sheets. The following housing. The matrix plate shall be constructed of 0.125 thick equipment shall be featured within the cabinet. aluminum sheet protected by a 0.125 polycarbonate sheet. The 1. Main circuit breaker signal housing shall be weather tight. Each common end of a 2. Branch circuit breakers ON bundle shall have a clip-on type color filter, one of Portland 3. Utility plug(120 volt-20 Amp rated)G.F.1.Type Orange and one of Lunar White.The viewing end of the fiber optic 4. Light control test switch(120 volt-15 Amp) display shall not require a cone for magnification, and shall provide 5. Contactor relay for each circuit a wide viewing angle. Each message shall have a minimum of 82 ass light 6. Double pole branch breaker(s) for lighting circuits.(240 g points. All components shall be fastened to the flat black volt) matrix plate. When the sign is not illuminated, it shall blank out 7. One 120 volt, 20 Amp single pole branch breaker (for with no message legible. The low power consumption lamps shall utility plugs) be serviceable without any tools. 8. Type 3-single phase 120/240 volt grounded neutral fis SECTION 9-29.20(2) IS REVISED AND SUPPLEMENTED AS service FOLLOWS: 9. One 120 volt 40 Amp single pole branch breaker (signal service) ow 9-29.20(2) Neon Grid Type (RC) 10. Complete provisions for 16 breaker poles All neon grid heads shall be equipped with Z crate visors 11. Name plates phenolic black with white engraving except made of polycarbonate plastic designed to eliminate sun phantom. the main breaker which shall be red with white lettering. All name Neon tubing shall be enclosed and shockmounted inside plates shall be attached by S.S. screws. tan a rugged plastic module. 12. Meter base sections are unnecessary SECTION 9-29.25 IS DELETED AND SUPPLEMENTED BY THE FOLLOWING: • sui The pedestrian signal shall have a solid state message modules 9-29.25 Terminal and Interconnect Cabinets(RC) electronic ballast,no external transformer,and operate at 30 watts. The heads shall display two symbol messages, "hand" (for the The pole mounted terminal box shall be made of molded sr do not walk mode) in Portland orange and "Man" (for the walk fiberglass, be grey in color, be approximately 16" high x 13-7/8" mode) in lunar white. The message module shall consist of two wide x 5-7/8" deep and have a minimum of 16 terminals on the neon gas tubes enclosed in a housing made of polycarbonate terminal blocks. The box shall be weather tight, have a single door plastic. The lens material shall be polycarbonate plastic. The with continuous hinge on one side and screw hold downs on the ow visors shall be flat black in color. door locking side. All hardware will be stainless steel. All mounting hardware shall be stainless steel and shall be incidental to SECTION 9-29.24 IS DELETED AND REPLACED BY THE the unit price of terminal box. FOLLOWING: Terminal blocks shall be 600V heavy duty, barrier type. Each err 9-29.24 Service Cabinets (RC) terminal shall be separated by a marker strip. The marker strip shall be permanently marked with the circuit number indicated in The signal/street lighting service cabinet shall be as indicated the Plans. Each connector shall be a screw type with No. 10 post on the contract plans and detail sheets. All electrical conductors, capable of accepting no less than 3 #12 AWG wires fitted with mow buss bars and conductor terminals shall be copper or brass. The spade tips. cabinet shall be fabricated from galvanized cold rolled sheet steel, Cabinet doors shall be gasketed with a one-piece closed cell with 12 gauge used for exterior surfaces and 14 gauge for interior neoprene gasket and shall have a stainless steel piano hinge. panels. Door hinges shall be the continuous concealed piano type One spare 12 position terminal block shall be installed in each leo and no screws, rivets or bolts shall be visible outside the enclosure. terminal cabinet and amplifier cabinet. The cabinet door shall be fitted for a Best internal type lock. The Mounting shall be as noted in the contract. cabinet shall have ventilation louvers on the lower and upper sides Interconnect splice tower cabinets shall be Type F, with complete with screens, filters and have rain tight gaskets. The nominal dimensions of 22" high x 13" wide x 11" deep and cabinet door shall have a one piece weather proof neoprene gasket. constructed of cast aluminum and fitted with a Best internal lock. 40rr Page-SP-57 Revision Date:May 19, 1997 9 liff 9-30 Water Distribution Materials 9-30 Water Distribution Materials 9=30 Water Distribution Materials SECTION 9-30.3(3) IS SUPPLEMENTED BY ADDING THE FOLLOWING: ail 9-30.1 Pipe 9-30.3(3) Butterfly Valves (RC) Butterfly valves shall be Dresser 450 or Pratt Groundhog. SECTION 9-30.1(1)IS REVISED AS FOLLOWS: SECTION 9-30.3(5) HAS BEEN DELETED AND REPLACED 9-30.1(1)Ductile Iron Pipe (RC) WITH THE FOLLOWING: 1. Ductile iron pipe shall be centrifugally cast and meet the requirements of AWWA C151. Ductile iron pipe shall have a 9-30.3(5) Valve Marker Posts(RC) eill cement-mortar lining meeting the requirements of AWWA C104. The valve markers shall be fabricated and installed in conformance with the Standard Drawings. All other ductile iron pipe shall be Valve markers shall be carsonite composite utility marker Iii Standard Thickness Class 5250 or the thickness class as shown in 375"x 6'-0"or approved equal with blue label "water. the Plans. SECTION 9-30.3(7) HAS BEEN SUPPLEMENTED AS 9-30.3 Valves FOLLOWS: IA 9-30.3('7) Combination Air Release/Air Vacuum SECTION 9-30.3(1)HAS BEEN REVISED AS FOLLOW: Valves (RC) 9-30.3(1) Gate Valves (RC) Air and vacuum release valves shall be APCO- Valve and ill Valves shall be designed for a minimum water operating Primer Corp, "Heavy-Duty" combination air release valve, or pressure of 200 PSI:_.Gate valves shall be Iowa List 14, Mueller equal. Company No.02380, Kennedy,or M&H. Installation shall be per the City of Renton Standard Detail, Approval of valves other than models specified shall be latest revision. lill obtained prior to bid opening. Piping and fitting shall be copper or brass. Location of the air All gate valves less than 12" in diameter shall include an 8" x release valve as show on the plans is approximate. The installation 24" cast iron gate valve box and extensions, as required. All 12" shall be set at the high point of the line. diameter and larger gate valves shall be installed in a vault. See SECTION 9-30.3(8)IS REVISED AS FOLLOWS: tlli Water Standard Detail for 12" gate valve assembly vault and 1" bypass installation. 9-30.3(8) Tapping Sleeve and Valve Assembly(RC) Gate valves shall conform to AWWA C500 and shall be iron Tapping sleeves shall be cast iron, ductile iron stainless-steel, body, bronze-mounted, double disc with bronze wedging device epoxy-coated steel,or other approved material. Ili and 0-ring stuffing box. RESILIENT SEATED GATE VALVES: SECTION 9-30.3(9)IS A NEW SECTION: Resilient seated gate valves shall be manufactured to meet or 9-30.3(9) Blow-Off Assembly (RC) exceed the requirements of AWWA Standard C509 latest revisions. Permanent blow off assembly shall be#78 Kupferle Foundry All external and internal ferrous metal surfaces of the gate valve shall be coated for corrosion protection with fusion bonded Co. or approved equal. Installation of blow off permanent blow- epoxy. The epoxy coating shall be factory applied to all valve off assembly shall be per City of Renton Water Standard Detail, parts prior to valve assembly and shall meet or exceed the latest revision. Pipe and fittings shall be galvanized. Blow off In requirements of AWWA Standard C-550 latest revision. Valves assembly shall be installed at location(s) shown on the plans. shall be provided with two (2) internal O-ring stems seals. The Temporary blow-off assembly on new dead-end water main shall be valves shall be equipped with one (1) anti-friction washer. The installed at location shown on the plans. resilient gate valve shall have rubber sealing surfaces to permit bi- Temporary blow-off assemblies for testing and flushing of the ne directional flow. The stem shall be independent of the stem nut ors' water mains will not be included under this item and shall be integrally cast. considered incidental to the contract and no additional payment Manufacturers of Resilient Seated gate Valves shall provide shall be made. di the City on request that the valve materials meet the City SECTION 9-30.5 IS SUPPLEMENTED BY ADDING THE specifications. FOLLOWING: Valves shall be designed for a minimum water operating pressure of 200 psi. 9-30_5 Hydrants (RC) illit End connections shall be mechanical joints, flanged joints or Fire hydrants shall be Iowa, Corey Type (opening with the mechanical by flanged joints as shown on the project plans. pressure) or approved equal conforming to AWWA C-502-85. Resilient Seated Gate Valves shall be U.S. Metroseal 250, Approval must be obtained prior to bid opening. WI Clow,M&H Style 3067,Mueller Series 2370,Kennedy. Compression type fire hydrants (opening against pressure) Approval of valves other than model specified shall be shall be Clow Medallion, M&H 929, Mueller Super Centurion obtained prior to bid opening. All gate valves less than 12 inches 200,conforming to AWWA C-502-85. in diameter shall include an 8"x24" cast iron gate valve box and ilit extensions,as required. SECTION 9-30.5(1) IS SUPPLEMENTED BY ADDING THE All 12 inch diameter and larger resilient seated gate valves FOLLOWING: shall have a 1 inch by-pass assembly and shall be installed in a concrete vault per City of Renton Standard Details, latest revision. 9-30.5(1) End Connections (RC) iii Hydrants shall be constructed with mechanical joint connection unless otherwise specified in bid proposal description. Page-SP-58 ]t Revision Date:May 19, 1997 " 9-30 Water Distribution Materials 9-30 Water Distribution Materials SECTION 9-30.5(2) IS DELETED AND REPLACED WITH synthetic molded rubber gasket, and shall be attached to hydrant tart THE FOLLOWING: adapter with 1/8"coated stainless steel aircraft cable. Fire hydrants shall be installed per City of Renton Standard 9-30.5(2) Hydrant Dimensions(RC) Detail for fire hydrants,latest revisions. Fire hydrants shall be Corey type (opening with the pressure) or compression type (opening against pressure) conforming to SECTIONS OF 9-30.6(3) HAVE BEEN MODIFIED AS AWWA C-502-85 with a 6 inch mechanical joint inlet and a main FOLLOWS: valve opening (M.V.O.) of 5 1/4 inches, two 2 1/2 inch hose 9-30.6(3) Service Pipe nozzles with National Standard Threads 7 1/2 threads per inch and p one 4 inch pumper nozzles with the new Seattle Pattern 6 threads 9-30.6(3)B Polyethylene Pipe(RC) per inch, 60 degrees V. Threads, outside diameter of male tread Polyethylene pipe shall not be used. 4.875 and root diameter 4.6263. Hydrants shall have a 1-1/4" sr pentagon operating nut opened by turning counter clockwise(left). 9-30.6(3)C Polybutalene Pipe (RC) The two 2-1/2" hose nozzles shall be fitted with cast iron Polybutalene pipe shall not be used. threaded caps with operating nut of the same design and proportions as the hydrant stem nut. Caps shall be fitted with SECTION 9-30.6(4)HAS BEEN REVISED AS FOLLOWS: suitable neoprene gaskets for positive water tightness under test Fittings used for copper tubing shall be compression type with pressures. gripper ring. The 4" pumper nozzle shall be fitted with a Stortz adapter, 4" SECTION 9-30.6(5) HAS BEEN SUPPLEMENTED AS Seattle Thread x 5" Stortz. Stortz adapter shall be forged and/or FOLLOWS: w extruded 6061-T6 aluminum alloy, hardcoat anodized. Threaded end portion shall have no lugs and 2 set screws 180 degrees apart. 9-30.6(5) Meter Setters(RC) Stortz face to be metal, no gasket to weather. Stortz cap to have Meter setters shall be installed per the City of Renton trr Standard Details for water meters, latest revision. r a.r r�r +rr air err +Ma Page-SP-59 Revision Date:May 19, 1997 WSDOT AMENDMENTS WSDOT AMENDMENTS INDEX TO WSDOT AMENDMENTS low WSDOT AMENDMENTS The following WSDOT Amendments shall be used in conjunction with the WSDOTIAPWA 1996 Standard Specifications for Road, Bridge and Municipal Construction, and with any project specific Special Provisions contained within the contract document. The following "Index - Amendments," as issued by WSDOT, has been edited to signify (with the letters SAX followed by the subsection number) specific subsection amendments that have been issued by WSDOT but are not used by the City of Renton.Those SAX subsections have been deleted from this document. The following Amendments to the Standard Specifications are made a part of this contract and supersede any conflicting provisions of the Standard Specifications. In case of conflict, the order of precedence of the various contract documents shall be as specified in Section 1-04.2 as modified by the Renton Transportation Supplemental Specifications. For informational purposes,the date following each Amendment title indicates the implementation date of the Amendment or the last date of revision by WSDOT. SECTION 1 SECTION 2 02.AP1 SECTION 1-02, BID PROCEDURES AND 03.AP2 SECTION 2-03,ROADWAY EXCAVATION CONDITIONS AND EMBANKMENT rr (March 3, 1997) (March 3, 1997) "Irregular Proposals" revised. A new Amendment. Sub-section 2-03.3(2)Rock 04.AP1 SECTION 1-04, SCOPE OF'I'HE WORK Cuts is revised. Sub section 2-03.3(14)K Select of (March 3, 1997) Common Borrow is added. "Increased or Decreased Quantities" revised. "Embankments at Bridge and Trestle Ends" formula revised. 07.AP1 SECTION 1-07, LEGAL RELATIONS AND 09.AP2 SECTION 2-09, STRUCTURE EXCAVATION ,,,r, RESPONSIBILITIES TO THE PUBLIC (March 3, 1997) (March 3, 1997) A new Amendment. Sub section 1-07.9(5) A new Amendment. Sub-section 2-09.3(4) Required Documents is revised. Sub section Construction Requirements, Structure Excavation, ON 1-07.13(4)Repair of Damage is added. Class B, Sub-section 2-09.4 Measurement, and "Required Records and Retention" revised. Sub-section 2-09.5 Payment are revised. Sub- section 2-09.3(1)E Backfilling, Controlled Density 09.AP1 SECTION 1-09, MEASUREMENT AND Fill is added. PAYMENT "Measurement" drywells added. (March 3, 1997) "Payment for Material on Hand" revised: SECTION 3 10.AP1 SECTION 1-10, TEMPORARY TRAFFIC - CONTROL 02.AP3 SECTION 3-02, STOCKPILING (March 3, 1997) AGGREGATES A new Amendment. Sub-section 1-10.3(5) (March 3, 1997) Temporary Traffic Control Devices is revised. "Asphalt Concrete Aggregates" revised. Sub-section 1-10.5 Payment is added. rt "Conformance to Established Standards", "Traffic SECTION 5 Control Labor" and "Payment" have been revised. 04.AP5 SECTION 5-04, ASPHALT CONCRETE o PAVEMENT (September 30, 1996) A new Amendment. Sub-section 5-04.3(10)B Control is revised. ww tlrr Page-SP-60 Revision Date:May 19,1997 WSllU"1'AMENDMENTS WSDOT AMENDMENTS SECTION 6 SECTION 8 nth 02.AP6 SECTION 6-02, CONCRETE STRUCTURES 09.AP8 SECTION 8-09, RAISED PAVEMENT (March 3, 1997) MARKERS A new Amendment. Sub-section 6-02.3(2)C (March 3, 1997) Contracting Agency-Provided Mix Design, Sub- A new Amendment. Sub-section 8-09.1 section 6-02.3.(6)A Weather and Temperature Description is revised. A new section, Sub- Limits to Protect Concrete, and Sub-section 6- section 8-09.3(5) Recessed Pavement Markers is mit 02.3(24)C Placing and Fastening are revised. added. Sub-section 8-09.5 Payment is Subsection 6-02.3(6)A Temperature and Time for supplemented and revised. Placement is added. Sub-section 6-02.3(11) Section revised St. Item from plural to singular. Ili Curing Concrete is added. "Face Lumber, studs, Wales, and Metal Forms", l0.AP8 SECTION 8-10, GUIDE POSTS and "Field Bending" are revised: (September 30, 1996) A new Amendment. Sub-section 8-10.2 Materials iii 10.AP6 SECTION 6-10, CONCRETE BARRIER is revised. Sub-section 8-10.3 Construction (March 3, 1997) Requirements is revised. A new Amendment. Sub-section 6-10.5 Payment 11.AP8 SECTION 8-11, GUARDRAIL iii is supplemented with an additional item. Sub- section 6-10.3(1) Precast Concrete Barrier is (March 3, 1997) added. Anchor Installation revised. "Precase Conc. Barrier" curing revised. 15.AP8 SECTION 8-15, RIPRAP ati (March 3, 1997) SECTION 7 "Materials", and "Measurement" are revised. 17.AP8 SECTION 8-17, IMPACT ATTENUATOR ii 05.AP7 SECTION 7-05, MANHOLES, INLETS, AND SYSTEMS CATCH BASINS (March 3, 1997) (March 3, 1997) Construction Requirements revised. Revised to include drywells. New standard item ilia 1062 "precast conc. drywell". 20.AP8 SECTION 8-20, ILLUMINATION, TRAFFIC Revised standard item 7345 "Abandon Existing SIGNAL SYSTEMS, AND ELECTRICAL Manhole". (March 3, 1997) 06.AP7 SECTION 7-06, CONCRETE PIPE A new Amendment. Sub-section 8-20.3(4) ANCHORS Foundations is revised. Sub section 8-20.3(13)A 4111: (March 3, 1997) Light standards is added. "Equipment List and Drawings"revised. iii This section is deleted in its entirety. 08.AP7 SECTION 7-08, GENERAL PIPE 21.AP8 SECTION 8-21, PERMANENT SIGNING II INSTALLATION REQUIREMENTS (March 3, 1997) (March 3, 1997) A new Amendment. Sub-.section 8-21.3(6)Sign Refacing is revised. Sub-section 8-21.2 Materials A new Amendment Sub-section 7-08.3(1)C Pipe is added. Sub-section 8-21.3(9)F Bases is added. Zone Bedding is renamed to Bedding the Pipe. Sub-section 8-21.3 Construction Requirements is Iii Sub-section 7-08.3(2)D Pipe Laying--Steel or added. Aluminum, Sub-section 7-08.4 Measurement, and "Construction Requirements", and "Materials" Sub-section 7-08.5 Payment are revised, are revised. ill "Materials", "Trenches", "Jointing of Dissimilar Pipe", and "Payment" are revised. 22.AP8 SECTION 8-22, PAVEMENT MARKING "Standard plan for pipe collars pending. (March 3, 1997) di 17.AP7 SECTION 7-17, SANITARY SEWERS A new Amendment. Sub-section 8-22.4 (March 3, 1997) Measurement is revised. A new Amendment. Sub-section 7-17.3(2)C "Materials" revised. ill Infiltration Test is revised. Sub-section 7-17.2 Materials is added. "Infiltration Test" revised. iii 18.AP7 SECTION 7-18, SIDE SEWERS (October 28, 1996) Page-SP-61 illi Revision Date:May 19,1997 tot WSDOT AMENDMENTS WSDOT AMENDMENTS SECTION 9 10.AP9 SECTION 9-10, PILING err (September 30, 1996) 01.AP9 SECTION 9-01, PORTLAND CEMENT A new Amendment. Sub-section 9-10.1 Timber (September 30, 1996) Piling is revised. Sub-section 9-10.5 Steel Piling A new Amendment. Sub-section 9-01.3 Tests and is revised. Acceptance is revised to reference "Mill Test Use message revised. Report Number". 11.AP9 SECTION 9-11, WATERPROOFING 02.AP9 SECTION 9-02, BITUMINOUS MATERIALS (March 3, 1997) ti" (March 3, 199 7) Asphalt waterproofing revised. "Anti Stripping Additive" revised. 12.AP9 SECTION 9-12,MASONRY UNITS 03.AP9 SECTION 9-03, AGGREGATES (March 3, 1997) (March 3, 1997) Revised. A new Amendment. Sub-section 9-03.15 Bedding Material for Rigid Pipe is revised. Sub section 9- 13.AP9 SECTION 9-13, RIPRAP, QUARRY SPALLS, 03.14(2)Select Borrow is revised. SLOPE PROTECTION, AND ROCK WALLS "Gravel Backfill", revised to include drywells. (March 3, 1997) "Concrete Slab Riprap" section deleted. 04.AP9 SECTION 9-04, JOINT AND CRACK 16.AP9 SECTION 9-16, FENCE AND GUARDRAIL SEALING MATERIALS (March 3, 1997) (March 3, 1997) "Joint Mortar" revised. "Posts and Blocks", revised. ser 05.AP9 SECTION 9-05, DRAINAGE STRUCTURES, 17.AP9 SECTION 9-17, FLEXIBLE GUIDE POSTS CULVERTS, AND CONDUITS (September 30, 1996) (March 3, 1997) A new Amendment. Sub-section 9-17.1 General A new Amendment. Sub-section 9-05.6(4) is revised. Structural Plate Pipe Arch, Sub-section 9- 21.AP9 SECTION 9-21,RAISED PAVEMENT 05.6(8)A Corrugated Steel Plates, and Sub-section MARKERS (RPM) •• 9-05.12(2) Profile Wall PVC Culvert Pipe and (September 30, 1996) Profile Wall PVC Storm Sewer Pipe are revised. A new Amendment. Sub-section 9-21.1(1) Sub-sections revised and added concerning piping. Physical and Chemical Properties and Sub-section "Coupling Bands" revised. 9-21.2(2)Optical Requirements are revised. Sub- wr 06.AP9 SECTION 9-06, STRUCTURAL STEEL AND section 9-29.6(5)Foundation Hardware is revised. RELATED MATERIALS 29.AP9 SECTION 9-29, ILLUMINATION, SIGNALS, (March 3, 1997) ELECTRICAL A new Amendment. Sub-section 9-06.5(3)High (September 30, 1996) Strength Bolts is revised. A new Amendment. Sub-section 9-29.4 "High Strength Bolts" and "Anchor Bolts" are Messenger Cable, Fittings is revised. tit revised. Correction to "Bolt, Nut, and Washer Specifications. 33..AP9 SECTION 9-33, CONSTRUCTION GEOTEXTILE. 09.AP9 SECTION 9-09, TIMBER AND LUMBER (September 30, 1996) """ (March 3, 1997) A new Amendment. Sub-section 9-33.2 A new Amendment. Sub-section 9-09.3(1)B Geotextile Properties is revised. Placing in Treating Cylinders is revised.. rr it Page-SP-62 Revision Date:May 19,1997 * • ,1,- II , . , I ... . . .„ . ...,. .. _, .. . . . .. ' .. - .. .... .. ., 1 ...:- ;.. ,. • , , ,.._, .. ........... ,.. . , .,, • -- ,.. . , . .. _ , .„......., . _ .. . ,..* .. „,...„ ”. . . .. ..,.. . _ . .. . .„........... . . . . .,. . . . ,. ... ....,_„, ... ... ,,. .. .„. .• . .._ . .,.. .......,,,2,„ -_,..,.................... , , , *. ..• „ ..... , . ..„: ,•._ .. ... . . ... . . _ • ,... ... ,..:. . _., _ . .„ . . . .. . _ ... _ ,. ......... ._ ___.,. . .. . .. ,,„ . ., ..... , . ....„..,... ,. . . ...., „.. 4 ... . , ...... 410,. -.., .. ,... -.,.. ....... .., .•. ..... ., IOW ;,.............__ ,. .....„.. -,..._......... .... . ,...„- . _. . . .. .. .. . . .., , . • , ....,„ .. .... . , ..--., ,.... ' ,...,......,,, .,... ...,: • SPECIAL PROVISIONS ,....., ,. ...., .... .., , • . ,.., .,. c. .._ . ., . , II Q : ,,..__....,.. .. .:_. • ,.. , „ .„... ........_ .140...,. „ ,.. „ ...,.....,....., ik.....„ ,..., ,.......... , ....„ , , ..... 111.. 41111111 ., - , -.. . ... .,... . ,„.... , .-..,- .. - , * * iiirmwir.,., *t_-: I . , _.. .., . . .. .., . , = . . - . . . „. . - -,, I '' * PE C IA-LP RO V C 0 V.DOC\ .5 .:._ ....a ',...,,,..,....'-_...,-- Imo Irmo east NOS WIN SPECIAL PROVISIONS 05TH E. 4 ti t s IV. .5'ftiSTE05) . t 3 it 4,1 r?` ( 'T `�" rr. !,:r L_ EXPIRES 7 A , G 4° rm PROVCOV.DOC\ Orr MOW SPECIAL PROVISIONS ,� The following Special Provisions are made a part of this Contract and supersede any conflicting provisions of the 1996 Standard Specifications for Road, Bridge, and Municipal Construction (English) including the American Public Works Association (APWA) Supplement to the Division 1, and the foregoing amendments to the Standard Specifications. DESCRIPTION OF WORK This project includes roadway and storm drainage improvements on approximately 3,000 linear feet of S.W. 7th/S. 7th Street from Lind Ave. S.W. to Morris Ave. S. All work, materials, tools, labor, and guarantees thereof required for this project shall be furnished and supplied in accordance with the attached Contract Plans, these Contract Provisions, and the Standard Specifications. 1-01 DEFINITIONS AND TERMS 1-01.2 Abbreviations 1-01.2(2) Items of Work and Units of Measurement Section 1-01.2(2)is supplemented with the following: ACP Asphalt Concrete Pavement Conn. Connection CPEP Corrugated Polyethylene Pipe E East Ex, Exist Existing ID Inside Diameter Inv. Invert MON Monument MUTCD Manual On Uniform Traffic Control Devices North No. Number OD Outside Diameter �. PC Point of Curve PT Point of Tangency PI Point of Intersection PCC Portland Cement Concrete �. PVC Polyvinyl Chloride Pipe R/W Right-of-Way S South „r. SS Sanitary Sewer or Side Sewer W West 1-02 BID PROCEDURES AND CONDITIONS 1-02.2 Plans and Specifications See "Instructions to Bidders" and "Bidders Checklist" contained in the Contract Documents herein for pre-bid information. H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement Project\Phase II Construction\Contract Document\Specs2\Special l a ph2_GO.doc\AQ\tp Page I cr wr SPECIAL PROVISIONS - Continued 1-02.4 Examination of Plans, Specifications, and Site Work as 1-02.4(1) General Add the following to the end of Section 1-02.4(1): oak Locations of existing utilities shown on the Plans are approximate and some existing utilities may have been omitted. It is the Contractor's responsibility to verify the locations and elevations of existing pipelines, structures, grades, and utilities prior to construction. The Owner assumes no responsibility for any conclusions or interpretations made by the two Contractor on the basis of the information made available. Before submitting a Bid, each Bidder will, at Bidder's own expense, make or obtain any es additional examinations, investigations, explorations, tests, and studies and obtain any additional information and data which pertain to the physical conditions (surface, subsurface, and underground utilities) at or contiguous to the site or otherwise which may affect cost, progress, or performance of the work and which the Bidder deems necessary �+• to determine its Bid for performing the work in accordance with the time, price, and other terms and conditions of the Contract Documents. The Bidder shall be responsible for all costs associated with these additional examinations including all restoration work and damages that may result of such investigation. 1-02.5 Proposal Forms Delete the first sentence of Section 1-02.5 and replace with the following: The Proposal and associated forms are included in these Contract Documents under Documents Submitted in Sealed Bid Package. These forms shall not be altered by the bidder. Reference herein to the Proposal Form(s) shall mean the "Proposal" and "Schedule of Prices." 1-03 AWARD AND EXECUTION OF CONTRACT 1-03.1 Consideration of Bids (Addition) The Contract will be awarded to the lowest responsive,responsible bidder. 1-03.2 Award of Contract (Supplemental Section) The Contract award or bid rejection will occur within 30 calendar days after bid opening. 1-04 SCOPE OF WORK 1-04.3 Project Coordination (New Section) ror It shall be the responsibility of the Contractor to coordinate all work to be performed under this Contract, including the ordering and acquisition of all equipment and materials. This coordination shall encompass all work to be performed by the Contractor, their subcontractor, the Owner, and any public utilities that may be involved. H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)127-2959 SW 7th St.Drainage Improvement Project\Phase II Construction\Contract Document\Specs2\Special la_ph2_GO.doc\AQ\tp Page 2 Il SPECIAL PROVISIONS - Continued 1-04.4(1) Force Account(New Section) Section 1-04.4(1) is supplemented with the following: Payment or credits for changes amounting to $15,000 or less may be made under the bid item"Force Account." At the discretion of the Owner, this procedure for Force Accounts may be used in lieu of the more formal procedure as outlined in Section 1-04.4, Changes. The Contractor will be provided a copy of the completed order for Force Account. The agreement for the Force Account will be documented by signature of the Contractor, or notation of verbal agreement. If the Contractor is in disagreement with anything required by the order for Force Account, the Contractor may protest the order as provided in `MW Section 1-04.5. Payment or credits will be determined in accordance with Section 1-09.4. For the purpose of providing a common proposal for all bidders, the Owner has entered an amount for "Force Account" in the Proposal to become a part of the total bid by the Contractor. 1-04.12 Mobilization and Demobilization (New Section) The Contractor shall prepare a Mobilization and Demobilization Plan showing the proposed location for storage of all equipment and material proposed to be located at the site. Any storage within the City right-of-way shall not interfere with the traffic control and erosion control plans, and the use of traffic lanes. The Contractor shall obtain a Temporary Use Permit for any storage areas on private property that is zoned residential. The Contractor shall be responsible for all fees, applications, and work needed to obtain the permit. The Contractor shall allow 2-3 weeks to obtain the Temporary Use Permit from the Owner. The Contractor shall prepare a Work Plan, which shall include the following: 1. Proposed construction sequence and schedule for all major items of work. An example Construction Sequence can be found in the bid document. 2. Mobilization and Demobilization Plan showing the proposed location for storage of all equipment and materials, and the removal of all equipment and materials following the completion of construction and the removal of traffic and erosion controls. 3. Shoring Plan for all stages of the Project. 4. Temporary Erosion and Sediment Control Plan for all stages of the Project. 5. Traffic Control Plan. 6. A Street Cleaning and Sweeping Plan for any impacted roadways outside the limits of the construction area following completion of construction and the removal of traffic and erosion controls. H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement Project\Phase II Construction\Contract Document\Specs2\SpecialIa ph2_GO.doc\AQ\tp Page 3 riw rrr SPECIAL PROVISIONS - Continued 7. Dewatering Plan. 8. Stormwater Bypass Plan. 9. Noise Variance Complaint Plan 10. Night Work Construction Plan 11. Protection of Existing Utilities Plan 12. Stormwater Pollution Prevention Plan. 13. Spill Prevention, Control and Countermeasure Plan. The Contractor shall submit a Shoring Plan to the Owner showing how shoring will be accomplished and detailing the techniques and equipment that will be used. Shoring shall be capable of supporting all earth loads, traffic loads, adjacent utilities, and sloughing of trenches and shall be based upon recommendations given in the Geotechnical Report, Dewatering Report and Special Provision Specification Section 7-08.3(1)B. This plan shall be coordinated with the dewatering plan and reviewed and approved by the Contractor's Geotechnical and Structural Engineers. Calculations, which are stamped and signed by the Contractor's Engineers, shall be provided with the submittal. The Contractor shall submit a Noise Variance Complaint Plan demonstrating how the requirements of the Noise Variance will be met. The Noise Variance Complaint Plan shall include a 24-hour phone Contractor personnel who can address citizen complaints or concerns. A copy of the Noise Variance is included in the bid document. lib The Contractor shall submit a Night Work Construction Plan that shows the methods and equipment that will be used to accomplish the night work in a safe manner. The Contractor shall submit a plan for protecting and supporting existing utilities. The plan shall be reviewed and approved by the Owner prior to any work occurring in the vicinity of any utilities that are in potential conflict with construction activities. The Contractor shall submit a Temporary Erosion and Sediment Control (TESC) Plan that meets the requirements in Special Provisions Section 1-07.15(2). The Contractor .r shall also submit a Stormwater Pollution Prevention Plan in conjunction with an erosion control plan and submit it to the Owner for review and approval. The plan shall be based upon the Department of Ecology's Stormwater Management Manual for Western Washington (August 2001), proper construction practices and the requirements in Special Provisions Section 1-07.15(2). After the erosion control system is installed, the Contractor shall make any field adjustments necessary to reduce or eliminate any erosion and discharge of sediment-laden water. "E' The Contractor shall submit a Traffic Control Plan for review and approval by the Owner. The plan shall address the proposed working areas, signage, flaggers, Contractor access to the working area, truck and equipment haul routes, and public access during construction. The traffic control requirements for this Project are as follows: Night Work Between Station 1+13 and 7+25 H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement Project\Phase II Construction\Contract Document\Specs2\Special la.ph2_GO.doc\AQ\tp Page 4 NON SPECIAL PROVISIONS - Continued The Contractor shall maintain, at a minimum, one lane of traffic with flaggers for both eastbound and westbound traffic on SW 7th Street between the hours of 7:00 p.m. to 6:30 a.m. Traffic control shall be completely removed and the entire roadway restored and available for vehicular traffic by 6:30 a.m. ... Night Work Between Station 7+25 and 21+00 The Contractor shall maintain, at a minimum, one lane of traffic with flaggers for both eastbound and westbound traffic on SW 7th Street between the hours of 9:00 p.m. to 6:30 "` a.m. Traffic control shall be completely removed and the entire roadway restored and available for vehicular traffic by 6:30 a.m. The Contractor shall be responsible for complying with the noise variance requirements included in the Contract Documents. The Owner may revise the work hours to address traffic problems or neighborhood complaints. Daytime Work Between Station 21+00 and 26+00 *or Traffic control devices shall be completely removed and the entire roadway restored for vehicular traffic by 3:30 p.m. Contractor shall maintain two lanes of traffic; one lane for eastbound traffic and one lane for westbound traffic. If necessary, the Contractor may •• utilize the sidewalk on the south side of the street to provide the minimum of 20 feet to support two lanes of traffic. As part of the Traffic Control Plan, the Contractor shall submit a proposal for utilizing the sidewalk to support vehicular traffic. Any damage done to the sidewalk during the Project shall be repaired and/or replaced as approved by the Owner. The Contractor is responsible for referring to the Plans and existing field conditions for potential utility conflicts associated with the utilization of the sidewalk for traffic control purposes. All sidewalk improvements related to traffic control shall be WIN considered incidental to the Project and shall be included into the various unit and lump sum prices. ,�. Daytime Work Between Station 26+00 and Station 31+00 Traffic control devices shall be completely removed and the entire roadway restored for vehicular traffic by 3:30 p.m. Contractor shall maintain one lane of traffic each direction with flaggers Monday through Friday between 8:30 am to 3:30 pm. Between 7:00 a.m. to 8:30 a.m., Monday through Friday, the Contractor shall maintain one westbound lane on S. 7th St. with detours around the Project for eastbound traffic. If Owner extends work .. hours beyond 3:30 p.m., Contractor shall maintain one eastbound lane on S. 7th St. with detours around the Project for westbound traffic Monday through Friday between 3:30 p.m. and 6:00 p.m. In addition to the required signage for lane closures in the vicinity of the work area, the contractor shall place signs of the following type and locations as follows: • Detour signs as specified in the sample traffic control plan found in the bid document • High visibility, illuminated sign to be placed at the corner of SW 7th Street and Hardie Ave. SW. directing motorists to turn onto Hardie Ave. to access the Bob Bridge Toyota Dealership. H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement IOW Project\Phase II Construction\Contract Document\Specs2\Special 1 a ph2_GO.doc\AQ\tp Page 5 rre SPECIAL PROVISIONS - Continued • High visibility, illuminated sign to be placed at the corner of Hardie Ave. SW and Martin Luther King Way directing motorists to turn onto Hardie Ave. SW to access the Bob Bridge Toyota Dealership. • High visibility, illuminated sign to be placed at the corner of S. 7th Street and Rainier Ave. S. directing motorists to turn onto Rainier Ave. S. to access the Bob Bridge GMC Dealership. • High visibility sign to be placed on Hardie Ave. SW directing motorists to turn left onto Hardie Ave. SW when exiting the Bob Bridge Toyota Dealership parking lot. Contractor shall maintain one access point at all times to business along SW 7th Street. Actual work hours will be approved in the Traffic Control Plan. The Contractor shall submit a Street Cleaning and Sweeping Plan for controlling mud and dust on any route used by trucks or equipment, as noted in the Supplemental .o Specifications Section 1-07.23. The Contractor shall be prepared to use power sweepers, watering trucks, and other means necessary to avoid creating a nuisance. Any debris on the roads shall be cleaned immediately. No additional payment will be made for this work. off The Contractor shall submit a Dewatering Plan for review and approval by the Owner. The plan shall be based on the information provided in the Geotechnical Report and Dewatering Report, previous groundwater records shown in the Contract Documents, Special Provisions Section 7-08.3(1)D and proper construction practices. After the dewatering plan is installed, the Contractor shall make any field adjustments necessary to reduce or eliminate any erosion and discharge of sediment-laden water. This plan shall be coordinated with the shoring plan and reviewed and approved by the Contractor's Geotechnical and Structural Engineers. Calculations, which are stamped and signed by the Contractor's Engineers, shall be provided with the submittal. The Contactor shall submit a Stormwater Bypass Plan for review and approval by the Owner. The plan shall include a method for bypassing flows around existing storm pipe 110 that is taken out of service during construction. The Contractor shall provide a stormwater bypass system designed for an estimated 6-month peak flow of 46 cfs at Lind Ave. SW. The estimated 6-month peak flow at Station 4+75 drops to 13 cfs. It should be noted that there is an existing parallel storm system that will remain in place along portions of the project that could be used as a temporary bypass. The Work Plan shall be submitted to the Owner for review, revision, and approval within es 10 days of the Contract award. 1-05 CONTROL OF WORK 1-05.4 Conformity With And Deviations From Plans And Stakes (Deletion) Section 1-05.4 Conformity With And Deviations From Plans And Stakes is deleted in its entirety and replaced by the following: se H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement Project\Phase II Construction\Contract Document\Specs2\Specialla ph2_GO.doc\AQ\tp Page 6 r�i SPECIAL PROVISIONS - Continued 1-05.4(1) General (Supplement) The Contractor shall be solely responsible for retaining a Professional Land Surveyor, registered in the State of Washington, to set all construction stakes and marks establishing lines, slopes, and grades, and prior to commencing work shall receive written approval of the layout from the Owner. The Contractor shall provide written notice at least 48 hours in advance, for the Owner to approve the layout. The Contractor shall assume full responsibility for detailed dimensions, elevations, and excavation slopes measured from these stakes and marks. All survey work shall be done under the direct supervision of a qualified surveyor licensed by the State of Washington, and in accordance with the City of Renton Surveying Standards. The Contractor shall be liable for any error in alignment or grade from the Contract Plans. 1-05.4(2) Construction Surveying, Staking and As-built Drawings (Supplement) Copies of the Owner provided primary survey control data are available for the Bidder's inspection at the office of the Resident Engineer. The Contractor shall be responsible for setting, maintaining, and resetting all alignment stakes, slope stakes, and grades necessary for the construction of the, drainage pipe and structures, surfacing, paving, pavement markings, signs, and any and all other construction items. Except for the survey control data to be furnished by the Owner, calculations, surveying, and measuring required for setting and maintaining the necessary lines and grades shall be the Contractor's responsibility. Detailed survey records shall be maintained, including a description of the work Olt performed on each shift, the methods utilized, and the control points used. The record shall be adequate to allow the survey to be reproduced. A copy of each day's record shall be provided to the Owner within three working days after the end of the shift. The meaning of words and terms used in this provision shall be as listed in "Definitions of Surveying and Associated Terms" current edition, published by the American Congress on Surveying and Mapping and the American Society of Civil Engineers. The Contractor shall be responsible for surveying to determine all construction quantity computations, including all earthwork quantities, for progress payment purposes. Before starting any phase of construction, the Contractor shall verify that the existing conditions shown on the Plans are valid. The Contractor shall survey the horizontal and vertical location of all existing facilities to be removed and replaced, including existing monuments and curb and gutter. The Owner shall back check the survey field notes prior 'W'° to the removal of any facilities. The Contractor shall also provide construction staking for those facilities to be removed and replaced. Prior to approval of payment, the Owner may spot-check and verify all construction quantity computations prepared by the ._ Contractor. The survey work shall include but not be limited to the following: H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement Project\Phase II Construction\Contract Document\Specs2\SpecialIa_ph2_GO.doc\AQ\tp Page 7 vow so SPECIAL PROVISIONS - Continued oot 1. Verify the primary horizontal and vertical control furnished by the Owner, and expand into secondary control by adding stakes and hubs as well as additional survey control needed for the Project. Provide descriptions of secondary control to the Owner. 2. Establish grading limits, placing slope stakes at centerline increments not more than 50 feet apart. Establish offset reference to all slope stakes. so 3. Establish the horizontal and vertical location of all drainage features, placing offset stakes to all drainage structures and to pipes at a horizontal interval not greater than 25 feet. so 4. Establish intermediate elevation benchmarks as needed to check work throughout the Project. ar 5. For all other types of construction included in this provision (including but not limited to drainage pipes and structures, pavement marking, and signs), provide staking and layout as necessary to adequately locate, construct, determine any and all earthwork quantities, and to check the specific construction activity. NW The Contractor shall provide the Owner copies of any calculations and staking data when requested. The Contractor shall ensure a surveying accuracy within the following tolerances: Vertical Horizontal Slope stakes ±0.10 feet ±0.10 feet Stationing on roadway N/A ±0.1 feet �+ Surfacing grade stakes ±0.01 feet ±0.5 feet The Owner may spot-check the Contractor's surveying. These spot-checks will not change the requirements for normal checking by the Contractor. When staking roadway alignment and stationing, the Contractor shall perform independent checks from different secondary control to ensure that the points staked are within the specified survey accuracy tolerances. The Contractor shall calculate coordinates for the alignment. The Owner will verify these ..s coordinates prior to issuing approval to the Contractor for commencing with the work. The Owner will require up to seven calendar days from the date the data is received. wr H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement Project\Phase II Construction\Contract Document\Specs2\Special1a ph2_GO.doc\AQ\tp Page 8 rrt SPECIAL PROVISIONS - Continued Contract work to be performed using contractor-provided stakes shall not begin until the stakes are approved by the Owner. Such approval shall not relieve the Contractor of responsibility for the accuracy of the stakes. As-Built Survey After construction has been completed, the Contractor shall perform an as-built survey and provide the information in an AutoCAD 14 or AutoCAD 2000 file to the Owner. This as-built survey shall consist of the following: 1. Survey of rim elevation and invert elevations of all storm drainage structures installed, modified or left in place within the limits of this Contract. This shall include all drainage structures between the back of sidewalk to back of sidewalk only. 2. Finished grade shots on all utility appurtenances within the limits of this Contract, including, but not limited to; vaults, handholes, valves, fire hydrants, water meters, junction boxes, signal poles, transmission poles, etc. Appurtenances with round covers should have one survey shot in the center of the manhole or valve cover, or at the center of the fire hydrant. All survey information shall be provided in a single AutoCAD file utilizing separate layers for each type of survey information. The CAD file shall include contours as well as spot elevations. Drainage information shall be summarized in callouts to each structure that includes the size and type of structure, as well as, all rim and invert information. A second AutoCAD file shall be provided that includes the symbol, �.. description, point name, and elevation of each survey point on separate layers. The Contractor's surveyor shall provide the Owner with field books, as-built notes, prints with the existing utilities encountered and locations, and surveyor's seal and signature. The surveyor shall provide the as-built drawing stamp and signature on the Owner mylar plan sheets, after the Owner adds the as-built drawing information. At the end of the Project, the Surveyor shall submit a plan sheet showing all Owner monuments and street centerline monuments in the construction and giving their x, y, and z coordinates. The Surveyor shall establish new reference points to existing street ... monuments where construction destroys an existing reference point (curbs, sidewalks, etc.). The Survey shall submit a new City of Renton Monument card with the updated monument and reference point information. Record Drawings Throughout construction, the Contractor shall keep a set of redline drawings that record as-built information at the Project site. This set of drawings shall be provided to the Owner at the end of the Project. This record drawing information shall, at a minimum, consist of the following: late 1. All changes to the Contract Plans. ,r, 2. All pothole information gathered by the Contractor. H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement Project\Phase II Construction\Contract Document\Specs2\Special1a ph2_GO.doc\AQ\tp Page 9 rr r,rr SPECIAL PROVISIONS - Continued 3. Lengths of all water main spools installed and notes describing the fittings used and final dimensions of all waterline relocation work if required. 4. Existing utility information not included in the Contract Plans, or that differs from the Contract Plans. 1-06 CONTROL OF MATERIAL 1-06.1 Source of Supply and Quality of Materials (Supplemental) No source has been provided for any materials necessary for the construction of this improvement. The Contractor shall arrange to obtain the necessary materials at his own expense, and all costs of acquiring, producing, and placing this material in the finished work shall be included in the unit Contract prices for the various items involved. If the sources of materials provided by the Contractor necessitates hauling over roads other than City Streets, the Contractor shall, at his own cost and expense, make all arrangements for the use of the haul routes. 1-06.7 Shop Drawings and Submittals (Additional Section) 1-06.7(1) General (Additional Section) �r Shop drawings and submittal 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. By approving shop drawings, submittals, and any samples, the Contractor thereby represents that he has determined and verified all field measurements, field construction criteria, materials, catalog numbers, and similar data, and that he has checked and coordinated each shop drawing with the requirements of the work and of the Contract Documents. Shop drawing and submittal data for each item shall contain sufficient information on each item to determine if it is in compliance with the Contract requirements. .r Owner will pay the costs and provide review services for a first and second review of each submittal item. Additional reviews shall be paid for by the Contractor by withholding the appropriate amounts from each payment estimate. Shop drawings and submittal items that have been installed in the work but have not been approved through the review process shall be removed and an approved product shall be furnished, all at the Contractor's expense. wit The Contractor shall review each submittal and provide approval in writing or by stamping with a statement indicating that the submittal has been approved and the Contractor has verified dimensional information, confirmed that specified criteria has H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)127-2959 SW 7th St.Drainage Improvement Project\Phase II Construction\Contract Document\Specs2\Special I a ph2_GO.doc\AQ\tp Page 10 too SPECIAL PROVISIONS - Continued been met, and acknowledges that the product, method, or information will function as intended. 1-06.7(2) Required Information (New Section) Submit five copies of each submittal to the Owner. Shop drawings and submittals shall be submitted on 8t/2"xll", 11"x17", or 22"x34" sheets and shall contain the following information: •.• 1. Project 2. Contractor 3. Owner 4. Applicable specification and drawings reference 5. A stamp showing that the Contractor has checked the equipment for conformance with the Contract requirements, coordination with other work on the job, and dimensional suitability 6. A place for the Owner to place a 3-inch by 4-inch review stamp 7. Shop or equipment drawings, dimensions, and weights 8. Catalog Information 9. Manufacturer's specifications 10. Special handling instructions 11. Maintenance requirements 12. List of Contract exceptions 13. Other information as required by the Owner 1-06.7(3) Review Schedule (Additional Section) Shop drawings and submittals will be reviewed as promptly as possible and transmitted to Contractor not later than 14 working days after receipt by the Owner. The Contractor shall revise and resubmit as necessary to obtain approval. Delays caused by the need for resubmittal may not be a basis for an extension of Contract time or delay damages at the discretion of the Owner. At least one set of shop drawings will be returned to the Contractor after review. Additional sets will be returned to the Contractor if extras are remaining. 1-06.7(4) Substitutions (Additional Section) Any product or construction method that does not meet these Specifications will be considered a substitution. Substitutions must be approved by the Owner prior to their installation or use on this Project. H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement Project\Phase II Construction\Contract Document\Specs2\Special1a ph2_GO.doc\AQ\tp Page 11 rlrr SPECIAL PROVISIONS - Continued 1-06.7(4)A After Contract Execution (Additional Section) as Within 30 days after the date of the Contract execution, the Owner will consider formal requests from the Contractor for substitution of products in place of those specified. OW Submit two copies of request for substitution. Data shall include the necessary change in construction methods, including a detailed description of proposed method and related drawings illustrating methods. An itemized comparison of proposed substitution with product or method specified shall be provided. In making a request for substitution, the Contractor represents that he has personally investigated proposed product or method and has determined that it is equal or superior to, in all respects, the product specified. The Contractor shall coordinate installation of accepted substitutions into the work, making changes that may be required for work to be completed. The Contractor waives all claims for additional costs related to substitutions that consequently become apparent. 1-06.7(5) Submittal Requirements (Additional Section) The Contractor shall provide the following submittal items to the Owner. The Contractor shall provide additional submittal information to the Owner if required by the Owner. 1-04.12 Proposed Construction Sequence and Schedule 1-04.12 Mobilization/Demobilization Plan wit 1-04.12 Shoring Plan (7-08.3(1)B) 1-04.12 TESC Plan(including Trench Dewatering Plan) [7-17.3(1)D] 1-04.12 Traffic Control Plan 1-04.12 Cleaning and Road Sweeping Plan 1-04.12 Stormwater Bypass Plan rra 1-04.12 Noise Variance Complaint Plan 1-04.12 Night Work Construction Plan 1-04.12 Protection of Existing Utilities Plan 1-04.12 Stormwater Pollution Prevention Plan(1-07.15(1)) 1-04.12 Spill Prevention, Control and Countermeasures Plan (1-07.15(2)) New 1-06.7(4) Substitutions 5-04.2 Asphalt Concrete Pavement Materials two 6-02.2 Storm Sewer Vault Materials and Shop Drawings Nwt H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement Project\Phase II Construction\Contract Document\Specs2\Special1a ph2_GO.doc\AQ\tp Page 12 w.. SPECIAL PROVISIONS - Continued 7-04.2 Storm Sewer Pipe Materials 7-05.2 Manhole and Catch Basin Materials and Shop Drawings 7-17.2 Sewer Relocation Materials (i.e.,pipe, inside drop) 7-17.3(1)B Pipe Bedding Materials �.. 7-17.3(1)C Pipe Foundation Materials 7-17.3(3) Backfilling Storm and Sanitary Sewer Trenches 8-01 Erosion Control Materials 8-02 Roadside Planting Materials 8-04 Curb and Gutter Materials .,. 8-14 Cement Sidewalk Materials 9-03.22 Controlled Density Fill Materials 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.1(1) Archaeological Discoveries and Historic Preservation Clause (Addition) The Contractor shall adhere to the National Historic Preservation Act of 1966 and 36 CFR 800 which provide for the preservation of potential historical, architectural, archaeological, or cultural resources (herein called "cultural resources") and fair compensation to the Contractor for delays resulting from such cultural resources investigations. In the event that potential cultural resources are discovered during subsurface excavations at the site of construction, the following procedures shall be instituted: 1. The Owner shall issue a Work Suspension Order directing the Contractor to cease all construction at the location of such potential cultural resources find. 2. If archaeological findings include human remains, the Owner shall contact a qualified archaeologist in consultation with the State Historic Preservation Officer (SHPO)to evaluate the remains. 3. Such Work Suspension Order shall be effective until such time as a qualified archaeologist can be called by the Owner to assess the significance of these potential cultural resources and make recommendations to the State Historic Preservation Officer. If the archaeologist, in consultation with the State Historic Preservation, determines that the potential find is a significant cultural resource, the Owner shall extend the duration of the Work Suspension Order. H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement Project\Phase 1I Construction\Contract Document\Specs2\Special 1 a ph2_GO.doc\AQ\tp Page 13 r SPECIAL PROVISIONS - Continued 4. Suspension of work at the location of the find shall not be grounds for any claim by the Contractor unless the suspension extends beyond the Contract working days allowed for the Project, in which case the Owner will make an adjustment for increased cost of performance of the Contract. 1-07.2(1) State Sales Tax Section 1-07.2(1) is supplemented with the following: The work on this Contract is to be performed upon lands whose ownership obligates the Contractor to collect state sales tax from the City of Renton. Payment of sales tax to the Washington State Department of Revenue is, under this Contract, required to be made by the Contractor. The Contractor shall, at the time of making payment of sales tax, identify the work as having been performed within the City of Renton and for the City of Renton. 1-07.5 Wildlife, Fisheries, and Ecology Regulations (Addition) The Contractor shall comply with all permits obtained by the Owner. ar The Contractor shall be responsible for making any changes required by the agencies, and payment of any fines, for violation of any construction related permit provisions. The Owner will not make additional compensation for any changes or fines due to the Contractor's violation of construction provisions. 1-07.6 Permits and Licenses Section 1-07.6 is supplemented with the following: The Contractor shall meet the required provisions of all permits. The Contractor shall not use, divert, obstruct, or change the natural flow or bed of any river or stream, or utilize any of the waters of the State or materials from gravel or sand bars, or from streambeds. The Contractor shall comply with all requirements in said permit documents and all costs shall be included in the various unit and lump sum prices bid. 1-07.13 Contractor's Responsibility for Work 1-07.13(1) General Section 1-07.13(1) is supplemented with the following: Whether or not there appears here or elsewhere herein specific reference to guarantees of all items of materials, equipment, and workmanship, they nevertheless shall be so guaranteed against mechanical, structural, or other defects for which the Contractor is responsible that may develop or become evident within a period of one year from and sir after acceptance of the work by the Owner. Such guarantees shall include care of backfilling at structures should the fill settle to such extent as to require refilling or resurfacing roadway surfaces to restore the original or intended condition to grade. H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement Project\Phase II Construction\Contract Document\Specs2\Specialla_ph2_OO.doc\AQ\tp Page 14 SPECIAL PROVISIONS - Continued This guarantee shall be understood to imply prompt attention to any remedy of such defects as those mentioned above if and as they occur after the Contractor shall have written notice of their existence. If the defect, in the opinion of the Owner, is of such nature as to demand immediate repair, the Owner shall have the right to correct and cost thereof shall be borne by the Contractor. 1-07.15(1) Stormwater Pollution Prevention Plan (New Section) The Contractor shall prepare and submit a Stormwater Pollution Prevention Plan (SWPP Plan) that incorporates the requirements of the Department of Ecology's Stormwater Management Manual for Western Washington (August 2001) and these Special Provisions. The SWPP Plan shall meet the requirements of the Department of Ecology's NPDES and State Waste Discharge General Permit for stormwater discharges associated with construction activities. A sample SWPP Plan is provided as an example in the Bid Documents for the Contractor to use in formulating the SWPP Plan. The SWPP Plan shall document all the erosion and sediment control Best Management Practices (BMPs) proposed, whether permanent or temporary. The plan shall document installation procedures, materials, scheduling, and maintenance procedures for each erosion and sediment control BMP. The Contractor shall submit the plan to the Owner for approval. The Owner will have ten (10) days from receipt of the plan to approve it. The Contractor may not begin work without an approved Contractor's SWPP Plan. As a minimum, the Temporary Erosion and Sediment Control (TESC) Plan included in the SWPP Plan shall include the following: 1. A list of BMPs that will be used and a description of any materials proposed by the Contractor that are not included in these Specifications. 2. Drawings showing proposed installation and removal of the proposed BMPs. 3. A schedule for phased installation and removal of the proposed BMPs including: • BMPs that will be installed at the beginning of project startup. • BMPs that will be installed at the beginning of each construction season. • BMPs that will be installed at the end of each construction season. • BMPs that will be removed at the end of each construction season. • BMPs that will be removed upon completion of the Project. The Contractor shall submit the modified SWPP Plan for the Owner's approval before any work begins. The Contractor shall allow at least five working days for the Owner's review of the modified SWPP Plan or any revisions to the modified SWPP Plan. Failure to approve all or part of any such plan shall not make the Owner liable to the Contractor for any work delays. H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement Project\Phase II Construction\Contract Document\Specs2\Special1a ph2_GO.doc\AQ\tp Page 15 mow lie SPECIAL PROVISIONS - Continued NW 1-07.15(2) Spill Prevention, Control and Countermeasures Plan (New Section) The Contractor shall prepare project specific spill prevention, control and countermeasures (SPCC)plan to be used for the duration of the project. The plan shall be submitted to the Engineer prior to the commencement of any on site construction activities. The Contractor shall maintain a copy of the plan at the work site, including any necessary updates as the work progresses. If hazardous materials are encountered •• during construction, the Contractor shall do everything possible to control and contain the material until appropriate measures can be taken. Hazardous material, as referred to within this specification, is defined in RCW 70.105.010 under "Hazardous Substances". Occupational safety and health requirements that pertain to SPCC planning are contained in WAC 296-155 and WAC 296-62. The SPCC plan shall address the following project-specific information: 1. SPCC Plan Elements A. Site Information Identify general site information useful in construction planning, recognizing potential sources of spills, and identifying personnel responsible for managing and implementing the plan. mo'" B. Project Site Description Identify staging, storage, maintenance, and refueling areas and their relationship to drainage pathways, waterways, and other sensitive areas. Specifically address: • Contractor's equipment maintenance, refueling, and cleaning activities. • Contractor's on site storage areas for hazardous materials. C. Spill Prevention and Containment Identify spill prevention and containment methods to be used at each of the locations identified in B., above. me D. Spill Response Outline spill response procedures including assessment of the hazard, securing spill response and personal protective equipment, containing and eliminating the spill source, and mitigation, removal and disposal of the material. E. Standby, On-Site, Material and Equipment The plan shall identify the equipment and materials the Contractor will maintain on site to carry out the preventive and responsive measures for the items listed. F. Reporting The plan shall list all federal, state and local agency telephone numbers the Contractor must notify in the event of a spill. G. Program Management Identify site security measures, inspection procedures and personnel training procedures as they relate to spill prevention, containment,response, management and cleanup. H. Preexisting Contamination H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement Project\Phase II Construction\Contract Document\Specs2\Special l a_ph2_GO.doc\AQ\tp Page 16 SPECIAL PROVISIONS - Continued If preexisting contamination in the project area is described elsewhere in the plans or specifications, the SPCC plan shall indicate measures the Contractor will take to conduct work without allowing release or further spreading of the materials. WOW 2. Attachments 'W" A. Site plan showing the locations identified in (1. B. and 1. C.)noted previously. B. Spill and Incident Report Forms, if any,that the Contractor will be using. IMP Implementation Requirements The Contractor shall be prepared and shall carry out the SPCC plan in the event of a hazardous spill within the project limits. 1-07.16 Protection and Restoration of Property 1-07.16(1) Private/Public Property (Supplemental Section) Private property such as; plants, shrubs, trees, fences, mailboxes, curbs, walks, driveways, and rockeries within the work area, shall be removed and restored to the satisfaction of the property owner. It shall be the Contractor's responsibility to notify each property owner when it is necessary to remove such improvements to facilitate the Contractor's progress, and to remove those improvements to locations requested by the property owner or to restore them to their original condition as possible. Private property used by the Contractor for staging and storage shall be restored to the satisfaction of the property owner. All lawn within the area to be disturbed by the Contractor's operations IOW shall be cut with a sod-cutting machine, removed, and disposed. The disturbed lawn area shall be restored, after trench is back-filled and compacted. Restoration shall consist of placing 4-inch compacted topsoil and sod. Disturbed lawn areas, after replacement, shall be watered a minimum of four (4) separate times a week for three weeks. The Contractor shall periodically water, as needed depending on temperature. The water shall be of such duration as to soak the sodded areas thoroughly and promote good root growth. Such removal and restoration shall be paid under the bid items "Removal of Structure and Obstruction", "Restore Existing Landscaping", and "Crushed Surfacing Top Course". '•"' 1-07.16(3)A Protection and Restoration of Existing Markers and Monuments All existing survey monuments and property corner markers shall be protected from movement or damage by the Contractor. All existing markers and/or monuments that are damaged or removed for construction purposes shall be referenced by survey ties and then replaced by the Contractor. The Contractor shall coordinate work with the Owner to reference the markers and/or monuments and return and replace them, as required by state law. All existing property corner markers disturbed or removed by the Contractor's operations shall be replaced at the Contractor's own expense. 1-07.16(5) Utility Service (New Section) The Contractor shall maintain the operational service of water distribution mains, and .�. storm drainage mains at all times. Upon approval by the Owner, individual water service pipes may be off line for 4 hours and catch basins for 8 hours. Sanitary sewer service systems shall be maintained operational in as continuous a manner as possible. No City H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement Project\Phase II Construction\Contract Document\Specs2\Special la ph2_GO.doc\AQ\tp Page 17 wrr SPECIAL PROVISIONS - Continued of Renton sewer service will be allowed to be shut down for more than 8 hours per day. Where services are to be shut down, affected parties and the Owner shall be notified in writing at least 72 hours in advance of the time and period of shut-down. Although not IN anticipated, any work associated with the King County Department of Natural Resource's sewer must be coordinated with King County Department of Natural Resources prior to commencement of the Project. The Contractor shall make every effort to keep shut down schedules to periods of anticipated minimum usage and for the least period of time. The Contractor shall be responsible for monitoring for potential problems with utilities that are temporarily shut off. Services will need to be restored if a significant problem occurs. Where services are planned to be temporarily shut down, affected parties shall be notified in writing at least 48 hours and not more than 72 hours in advance of the time and period of shutdown. 1-07.16(6) Restoration of Property (New Section) The Contractor shall protect property in the vicinity of the work site and in instances of destruction or damage, restore the item to pre-construction condition at the Contractor's expense. 1-07.17 Utilities and Similar Facilities Section 1-07.17 of the APWA Division 1 General Requirements is supplemented per the Supplemental Specifications and with the following: The locations and dimensions shown in the Plans for existing buried facilities are in accordance with available information obtained without uncovering, measuring, or other verification unless otherwise noted on the Plans as potholed. It shall be the Contractor's responsibility to verify and/or determine the correct location of all utilities, public and private, that may be affected by his/her work under this Contract. The Owner assumes no responsibility for improper locations or failure to show in advance of pipe installation to verify that the required vertical and horizontal clearances exist. Any adjustment to pipe use location and elevation must be approved by the Owner prior to installation. The Contractor shall check with the utility companies concerning any possible conflict .n prior to commencing excavation in any area, as not all utilities may be shown or correctly located on the Plans. The Contractor shall be entirely responsible for coordination with the utility companies and arranging for the movement or adjustment, either temporary or permanent, of their facilities within the Project limits. No additional compensation will be made to the Contractor for reason of delay caused by the actions of any utility company, and the Contractor shall consider such costs to be incidental to the other items of the Contract. Extra precaution shall be taken to avoid the 108-inch King County Department of Natural Resources sanitary sewer line and its associated manholes. Public and private utilities, or their Contractors, will furnish all work necessary to adjust, relocate, replace, or construct their facilities unless otherwise provided for in the Plans or these Special Provisions. Such adjustment, relocation, replacement, or construction will be done during the prosecution of the work for this Project. wit H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement Project\Phase II Construction\Contract Document\Specs2\Special I a ph2_GO.doc\AQ\tp Page 18 Win SPECIAL PROVISIONS - Continued The Contractor shall protect from damage private and public utilities, including telephone and telegraph lines, power lines, storm sewer, sanitary sewer, water lines, railroad tracks and appurtenances, highway lighting and signal systems, and similar facilities. Attention is directed to the possible existence of underground facilities which are not shown in the Plans. The Contractor shall examine in detail all plans including but not limited to, existing water, gas, telephone, cable, fiberoptics, electric power and sewerage utilities available with utility owners as required above. The Contractor shall call the Utility Location Request Center (One Call Center) for field location, not less than two nor more than ten business days before the scheduled date for commencement of excavation which may affect underground utility facilities, unless otherwise agreed upon by the parties involved. A business day is defined as any day other than Saturday, Sunday or a legal local, State, or Federal holiday. The telephone number for the One Call Center for this project is 1-800-424-5555. `" The Contractor is also warned that there may be utilities on the Project that are not part of the One Call System. They must be contacted directly by the Contractor for locations. No excavation shall begin until all known facilities, in the vicinity of the excavation area, have been located and marked. The Contractor shall be responsible for any breakage of utilities or services resulting from his operations, and shall hold the Owner and its consultants and agencies harmless from any claims resulting from disruption of or damages to same. The right is reserved to the Owner and the owners of facilities, or their authorized agents, to enter upon the right-of-way for the purpose of making changes as are necessary for the rearrangement of their facilities or for making necessary connections or repairs. The Contractor shall cooperate with forces engaged in this work and shall conduct his operations in such a manner to avoid any unnecessary delay or hindrance to the work being performed by other forces. Wherever necessary, the Contractor's work shall be coordinated with the rearrangement of utility or other facilities, and the Contractor shall make arrangements with the owner of the facilities for the coordination of the work. When the relocation of these facilities are necessary to accommodate the Work, the Owner will provide for the relocations of these facilities by other forces, or the relocations shall be performed by the Contractor pursuant to written authorization and will be paid for by applicable unit prices, agreed price, or as force account. All other costs incurred as a result of performance of the Contractor's obligations in this section shall be incidental to the Contract and included in the unit prices. No additional compensation will be made to the Contractor for reason of delay caused by the actions of any utility company and the Contractor shall consider such costs to be incidental to and included in the other items of the Contract. Contractor warrants and represents that he/she has personally, or through his or her employees and/or subcontractors, examined the right-of-way areas subject to this agreement and that he/she is knowledgeable of specific locations for water, gas, telephone, cable, fiberoptics, electric power and combined sewerage utilities within such rights-of-way. Contractor further warrants and represents that he/she has also examined in H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement Project\Phase II Construction\Contract Document\Specs2\Special la.ph2_GO.doc\AQ\tp Page 19 • SPECIAL PROVISIONS - Continued rr detail the locations of such utilities shown on the Contract Plans or provided to it by affected utility companies or entities. rr, Contractor also warrants and represents that he/she is fully aware of the statutory provisions contained in RCW 19.122.010 through .900, that he/she has read and fully understands the same, and that he/she will comply with the requirements of these provisions which are incorporated by reference herein. Contractor agrees that he/she shall be an excavator as defined under RCW Chapter 19.122 and that such utilities constitute underground facilities. The parties agree that remedies affected under RCW Chapter 19.122 are also incorporated by reference herein. Any cost to the Contractor as a result of this law shall be at the Contractor's expense. The Contractor is alerted to the existence of Chapter 19.122 RCW, a law relating to underground utilities. Any cost to the Contractor incurred as a result of this law shall be at the Contractor's expense. The contents of Chapter 19.122 RCW are provided below: RCW 19.122 UNDERGROUND UTILITIES 19.122.010 Intent It is the intent of the legislature in enacting this chapter to assign responsibilities for locating and keeping accurate records of utility locations, protecting and repairing damage to existing underground facilities, and protecting the public health and safety Inv from interruption in utilities services caused by damage to existing underground utility facilities (1984- c 144 1.) 19.122.020 Definitions Unless the context clearly requires otherwise, the definitions in this section apply throughout this chapter. grig A. "Business day" means any day other than Saturday, Sunday, or a legal local, state, or federal holiday. B. Damage includes the substantial weakening of structural or lateral support of an underground facility, penetration, impairment, or destruction of any underground protective coating, housing, or other protective device, or the severance, partial or complete, of any underground facility to the extent that the Project owner or the affected utility owner determines that repairs are required. sir C. "Emergency" means any condition constituting a clear and present danger to life or property, or a customer service outage. D. "Excavation" means any operation in which earth, rock, or other material on or or below the ground is moved or otherwise displaced by an means, except the tilling of soil less than twelve inches in depth for agricultural purposes, or road and ditch maintenance that does not change the original road grade or ditch flow line. E. "Excavator"means any person who engages directly in excavation. F. "Identified facility" means any underground facility, which is indicated in the Project Plans as being located within the area of proposed excavation. rr H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement Project\Phase II Construction\Contract Document\Specs2\Specialla_ph2_GO.doc\AQ\tp Page 20 ..r SPECIAL PROVISIONS - Continued G. "Identified but un-locatable underground facility" means an underground facility, which has been identified but cannot be located with reasonable accuracy. H. "Locatable underground facility" means an underground facility, which can be field-marked with reasonable accuracy. I. "Marking" means the use of stakes, paint, or other clearly identifiable materials to show the field location of underground facilities, in accordance with the current color code standard of the American Public Works Association. Markings shall include identification letters indicating the specific type of the underground facility. J. "Person" means an individual, partnership, franchise holder, association, corporation, a state, a city, a county, or any subdivision or instrumentality of a state, and its employees, agents or legal representatives. "r` K. "Reasonable accuracy" means location within twenty-four inches of the outside dimensions of both sides of an underground facility. L. "Underground facility" means any item buried or placed below for use in connection with the storage or conveyance of water, sewage, electronic, telephonic or telegraphic communications, cablevision, electronic energy, petroleum products, gas, gaseous vapors, hazardous liquid, or other substances and including but not °" limited to pipes, sewers, conduits, cables, valves, lines wires, manholes, attachments, and those parts of poles or anchors below ground. M. "One-number locator service" means a service through with a person can notify utilities and request field marking of underground facilities. (1984 c 144 2.) 19.122.030 Notice of excavation to owners of underground facilities — One- number locator service — Time for notice — Marking of underground facilities — Costs Before commencing any excavation, the excavator shall provide notice of the scheduled commencement of excavation to all owners of underground facilities through a one- number locator service. All owners of underground facilities within a one-number �.. locator service area shall subscribe to the service. One number locator service rates for cable television companies will be based on the amount of their underground facilities. If no one-number locator service is available, notice shall be provided individually to those owners of underground facilities known to or suspected of having underground facilities with the area of proposed excavation. The notice shall be communicated to the owners of underground facilities not less than two business days or more than ten business days before the scheduled date for commencement of excavation, unless otherwise agreed by the parties. Upon receipt of the notice provided for in this section, the owner of the underground ,�. facility shall provide the excavator with reasonably accurate information as to its locatable underground facilities by surface-marking the location of the facilities. If there are identified but un-locatable underground facilities, the owner of such facilities shall provide the excavator with the best available information as to their locations. The owner of the underground facility providing the information shall respond no later than two business days after the receipt of the notice or before the excavation time, at the option of H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement Project\Phase II Construction\Contract Document\Specs2\Special la ph2_GO.doc\AQ\tp Page 21 oar SPECIAL PROVISIONS - Continued the owner, unless otherwise agreed by the parties. Excavators shall not excavate until all known facilities have been marked. Once marked by the owner of the underground facility, the excavator is responsible for maintaining the markings. Excavators shall have it the right to receive compensation from the owner of the underground facility for costs incurred if the owner of the underground facility does not locate its facilities in accordance with this section. The owner of the underground facility shall have the right to receive compensation for costs incurred in responding to excavation notices given less than two business days prior to the excavation from the excavator. An owner of underground facilities is not required to indicate the presence of existing service laterals or appurtenances if the presence of existing service laterals or appurtenance on the site of the construction project can be determined from the presence of other visible facilities, such as buildings, manholes, or meter and junction boxes on or adjacent to the construction site. Emergency excavations are exempt from the time requirements for notification provided in this section. If the excavator, while performing the Contract, discovers underground facilities, which are not identified, the excavator shall cease excavating in the vicinity of the facility and immediately notify the owner or operator of such facilities, or the one-number locator service. (1988 c99 1; 1984 c 144 3.) 19.122.040 Underground facilities identified in bid or Contract — Excavator's duty of reasonable care—Liability for damages—Attorney's Fees. to A. Project owners shall indicate in bid or Contract Documents the existence of underground facilities known by the Project owner to be located within the .r proposed area of excavation. The following shall be deemed changed or differing site conditions: 1. An underground facility not identified as required by this chapter or other provision of law; and 2. An underground facility not located, as required by this chapter or other provision of law, by the Project owner or excavator if the Project owner or excavator is also a utility. B. An excavator shall use reasonable care to avoid damaging underground facilities. An excavator shall: 1. Determine the precise location of underground facilities which have been marked; 2. Plan the excavation to avoid damage to or minimize interference with imi underground facilities in and near the excavation area; and 3. Provide such support for underground facilities in and near the construction area, including during backfill operations, as may be reasonably necessary for the protection of such facilities. r■ H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement Project\Phase II Construction\Contract Document\Specs2\Special I a_ph2_GO.doc\AQ\tp Page 22 ■11 SPECIAL PROVISIONS - Continued C. If an underground facility is damaged and such damage is the consequence of the failure to fulfill an obligation under this chapter, the party failing to perform that obligation shall be liable for any damages. Any clause in an excavation Contract which attempts to allocate liability, or requires indemnification to shift the economic consequences of liability, different from the provisions of the chapter is against public policy and unenforceable. Nothing in this chapter prevents the parties to an excavation Contract from contracting with respect to the allocation of risk for changed or differing site conditions. D. In any action brought under this section, the prevailing party is entitled to reasonable attorney's fees. (1984 c 144 4.) 191.122.050 Damage to underground facility — No notification by excavator — Repairs or relocation of facility A. An excavator who, in the course of excavation, contacts or damages an underground facility shall notify the utility owning or operating such facility and the one-number locator service. If the damage causes an emergency condition, ... the excavator causing the damage shall also alert the appropriate local public safety agencies and take all appropriate steps to ensure the public safety. No damaged underground facility may be buried until it is repaired or relocated. B. The owner of the underground facilities damaged shall arrange for repairs or relocation as soon as is practical or may permit the excavator to do necessary repairs or relocation at a mutually acceptable price. (198 c 144 5.) 19.122.060 Exemption from notice and marking requirements for property owners An excavation of less than twelve inches in vertical depth on private non-commercial property shall be exempt from the requirements of RCW 19.122.030, if the excavation is being performed by the person or an employee of the person who owns or occupies the property on which the excavation is being performed. (1984 c 144 6.) 19.122.070 Civil penalties - Treble damages - Existing remedies not affected A. Any person who violates any provision of this chapter, and which violation results in damage to underground facilities, is subject to a civil penalty of not more than one thousand dollars for each violation. All penalties recovered in such actions shall be deposited in the general fund. B. Any excavator who willfully or maliciously damages a field-marked underground facility shall be liable for treble the costs incurred in repairing or relocating the facility. In those cases in which an excavator fails to notify known underground facility owners or the one-number locator service, any damage to the underground facility shall be deemed willful and malicious and shall be subject to treble damages for costs incurred in repairing or relocating the facility. 19.122.080 Waiver of notification and marking requirements H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement Project\Phase II Construction\Contract Document\Specs2\Special la ph2_GO.doc\AQ\tp Page 23 ■r SPECIAL PROVISIONS - Continued The notification and marking provisions of this chapter may be waived for one or more designated persons by an underground facility owner with respect to all or part of that underground facility owner's own underground facilities (1984 c 144 9.) 19.122.900 Severability— 1984 c 144 sii If any provisions of this act or its application to any person or circumstance is held invalid, the remainder of the act or the application of the provision to other persons or circumstances is not affected. (1984 c 144 9.) Contractor also agrees that he/she shall fully comply with Sections 1-07.16 and 1-07.17 relating to Protection and Restoration of Property, Utilities and similar facilities, and public liability and property damage insurance provisions of the Standard Specifications as supplemented by these Special Provisions. Notification +r The Contractor is responsible for coordination and scheduling of utility undergrounding and relocation activities with the utility companies. Each utility company shall be notified . that their work will commence at least 15 working days in advance of their scheduled start date. It is anticipated that most of this coordination will be handled at the weekly coordination meeting so that the utility companies can organize similar work between , themselves as well. Puget Sound Energy(PSE) Where there exists potential PSE gas line conflicts, either as shown on the Plans and/or as directed by the Owner and/or suspected by the Contractor, the Contractor shall pothole and survey well in advance to determine the exact location of the possible conflicting utility. If it is determined that a conflict exists, the Contractor shall then notify PSE a minimum of fifteen (15) working days in advance of the required relocation work, and shall coordinate all relocation construction activities with the PSE manager during the relocation process. PSE will furnish all work necessary to adjust, relocate, replace, or construct their facilities, and the Contractor shall work with PSE to determine a suitable location for the relocated utility so that there will be no conflict with the Contractor's operations and construction of the new utility. .� 1-07.17(1) Contractors Notification of Excavation (New Section) est Prior to the commencement of excavation the Contractor shall notify all owners of underground facilities that excavation will occur by calling the Utility Location Request Center (One-Call Center). See Special Provisions Section 1-07.17 for more information. Where the construction includes excavation and construction of utilities that cross existing utilities, the Contractor shall contact the Utility Company at least seven (7) business days prior to excavation. The Contractor shall be responsible for maintaining communication with utility contacts as schedules change. 1-07.17(3) Utility Potholing (New Section) H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement Project\Phase II Construction\Contract Document\Specs2\SpecialIa ph2_GO.doc\AQ\tp Page 24 SPECIAL PROVISIONS - Continued If reasonable doubt exists as to the exact location and depth of an existing utility, the Owner may direct the Contractor to verify field additional locations not shown on the „�. Plans. In no way shall the work described under Utility Potholing relieve the Contractor of any of the responsibilities described in Section 1-07.17 of the Standard Specification or these Special Provisions. Prior to any construction activities, the Contractor shall coordinate with the Owner and determine the locations of all potholes. Surveying of the INA potholed utility shall be in accordance with Supplemental Specifications Section 1- 05.5(2). Once the exact depth and location of the existing utilities are know, the Contractor shall provide that information to the Owner in writing prior to the commencement of any construction. 1-07.17(4) Water Service Line Relocation and Replacement (New Section) The Contractor shall protect all water service lines crossings from damages during construction. Before proceeding with construction activities near water service crossings, the Contractor shall pothole crossings in advance to determine if a conflict exists with the I'" proposed storm pipe. If a conflict exists, the Contractor shall notify the Project Engineer and coordinate service line relocation with the City of Renton Water Maintenance Department. Should potholing reveals that the existing water service line is made of galvanized piping, the Contractor shall notify the Project Engineer and coordinate the replacement of the galvanized line with copper pipe by the City Water Maintenance Department. A two-week advance notice shall be required for each water service requiring relocation or replacement. If a water service line does not require relocation or replacement and is damaged during the course of construction, the Contractor shall be responsible for all labor, materials and °�► equipment costs associated with the repair or replacement of the service line by the City Water Maintenance Department. The following sequence shall apply to all planned water service line replacement or relocation: 1. Contractor potholes and identifies the elevations and pipe materials for all ... water service line crossings with the new storm pipe. 2. If there is a conflict between the existing service line with the new storm line or if the existing service line is made of galvanized pipe, the +■ Contractor notifies the City and coordinates the relocation or replacement of the service line by the City Water Maintenance Department. A two- week advance notice shall be required for each water service requiring „O relocation or replacement. 3. City of Renton Water Maintenance Department will replace the service line with a new copper line from the water main to the meter. The following shall apply to the repair and replacement of damaged copper water service lines that are not in conflict with the new storm line: 1. The Contractor shall notify the City immediately of the damage and coordinate temporary repair of the service line by the City. 2. City of Renton Water Maintenance Department will temporarily shut off water supply and install a temporary "splice". 3. Contractor will complete storm pipe installation at service line crossing. H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement Project\Phase II Construction\Contract Document\Specs2\Special1a ph2_GO.doc\AQ\tp Page 25 rr SPECIAL PROVISIONS - Continued 4. City of Renton Water Maintenance Department will replace the entire copper _ service line from the main to the water meter once the storm line work is well clear of the service line. 101 1-07.18(1) General The Owner shall be given 45 days prior written notice by certified mail of any cancellation, reduction or modification of the insurance. 1-07.18(3) Limits The limits of liability for the insurance required shall provide coverage for not less than the following amounts or greater where required by Laws and Regulations: A. Worker's Compensation: (under limits of liability stated in the City of Renton Construction Contracts Insurance and Related Requirements enclosed in the bid document). B. Comprehensive General Liability: (under limits of liability stated in the City of Renton Construction Contracts Insurance and Related Requirements enclosed in the bid document). Policies shall include premises/operations, products, completed operations, independent Contractors, Owners and Contractors protective, Explosion, Collapse, Underground Hazard, Broad for Contractual, Person Injury with employment exclusion deleted, and Broad From Property Damage. C. Comprehensive Automobile Liability: (under limits of liability stated in the City of Renton Construction Contracts Insurance and Related Requirements enclosed in the bid document) including Owned, Hired, and Non-owned Vehicles. D. The Contractor will be required as part of the insurance provided to complete and submit the attached City of Renton Insurance Information form, and Policy Declaration pages, Endorsement and Coverage Questionnaire forms included in Attachment A of these Contract Documents, prior to Notice to Proceed. so Policies shall also specify insurance provided by Contractor will be considered primary and not contributory to any other insurance available to the Owner. All policies shall provide for 45 days written notice prior to any cancellation or non-renewable of insurance policies required under Contract. "Will endeavor" and "but failure to mail such notice shall impose no obligation or liability of any kind upon the Company, its agents or representatives" wording will be deleted from certificates. Policies shall be provided only by companies with an "Alfred M. Best Rating" of not less than Al2. 1-07.18(4) Endorsement The Contractor shall also name the Owner and Engineer, and their officers, directors, agents, and employees as "additional insureds"under the insurance policies. H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement Project\Phase II Construction\Contract Document\Specs2lSpecial la_ph2_GO.doc\AQ\tp Page 26 wr SPECIAL PROVISIONS - Continued Subsequent to award of the Contract the Contractor shall submit to the Owner the following: 1. City of Renton Insurance Information Form enclosed in the bid document without modification and policy declaration pages obtained from the insurance carrier. 2. Insurance Questionnaire (enclosed within the bid document) completely filled out and appropriate executed. 3. Insurance Endorsement (enclosed with the bid document) executed by an appropriate representative of the insurance company(ies). 1-08 PROSECUTION AND PROGRESS 1-08.1(3) Hours of Work(Addition) Station 1+13 to Station 7+25 The workday shall be defined as the time period from 7:00 p.m. to 6:30 a.m. the following day. The workweek shall be defined as the time period from 7:00 p.m. Sunday to 6:30 a.m. Saturday. Station 7+25 to Station 17+00 The workday shall be defined as the time period from 9:00 p.m. to 6:30 a.m. the following day. The workweek shall be defined as the time period from 9:00 p.m. Sunday „11, to 6:30 a.m. Saturday. Rainier Ave. S. and SW 7th Street Intersection (Station 17+00 to Station 21+00) Construction work at the intersection of Rainier Ave. S. and SW 7th Street (Station 17+00 to 21+00) shall be limited to weekends. The workday shall be defined as the time period from 9:00 p.m. to 6:30 a.m. the following day. Weekend work shall be defined as the time period from 9:00 p.m. Saturday to 6:30 a.m. Monday. The Contractor shall have traffic control devices cleared from the roadway between Station 1+13 to Station 21+00 by 6:30 a.m. For all other portions of the Project, work hours shall be limited to weekdays only between the hours of 7:00 a.m. and 3:30 p.m. unless otherwise approved in advance by the Owner. Noise Variance The City has been issued a noise variance to conduct night work for this project. The contractor shall comply with all contractor related requirements of the noise variance as stated below: H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement Project\Phase H Construction\Contract Document\Specs2\Special1a ph2_GO.doc\AQ\tp Page 27 • ma SPECIAL PROVISIONS - Continued am • All night work between Station 1+13 and Station 21+00 must be completed in 110 nights. • All night work shall be completed by September 30, 2004. • Lighting used for nighttime work shall be directed away from oncoming traffic and residence or shielded. • All haul vehicles shall have rubber bed liners to reduce noise impact. • All backup warning devices employed shall be the least obtrusive ambient sensitive type or the contractors may use a backup observer in lieu of backup warning devices as allowed by WAC Chapter 296-155-610 (2) (e). • The contractor shall provide training of noise mitigation to all workers and inspectors. The contractor shall have an acoustics expert/inspector, aware of mitigation measures, onsite at all times to ensure immediate enforcement action of said measures. • Contractor may need to employ additional mitigation measures if two substantial complaints within the area of work are received by City staff • The contractor shall notify affected residents identified in the City of Renton application about the nighttime work at least (7) seven calendar days in advance of initiating nighttime work. • Any unwanted material shall be removed by sweeping. No scraping type of equipment shall be used. ,rr A copy of the noise variance is included in the bid document. Truck hauling shall be limited to the hours of 7:00 a.m. to 3:30 p.m. on arterial streets unless working at night when hauling is allowed per the conditions set by the traffic control permit. ime The Contractor shall give a minimum 48 hours notice to the Owner prior to work on any roadway and shall do no work on the roadway without a traffic control plan approved by the City of Renton Traffic Engineer. mm Work on weekends will not be allowed, except as noted in these Special Provisions and as approved in writing by the Owner. .. 1-08.3 Progress Schedule (Addition) Section 1-08.3 is supplemented with the following: The order of work, except as may otherwise be outlined herein, will be at the Contractor's option, in keeping with good construction practice. The work shall be scheduled and a„ constructed in accordance with the various permits and franchise requirements and/or conditions. Prior to starting construction, the Contractor shall furnish the Owner with a construction "➢` program, indicating thereon his/her proposed schedule and method of processing the work. As a first order of work, the Contractor shall provide material submittals and shops drawings. As a second order of work, the Contractor shall prepare a Work Plan per Special Provision Section 1-04.12 which includes a construction sequence, H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement Project\Phase II Construction\Contract Document\Specs2\Special I a ph2_GO.doc\AQ\tp Page 28 Ills SPECIAL PROVISIONS - Continued mobilization/demobilization plan, shoring plan, Stormwater Pollution Prevention Plan (including detailed erosion control with dewatering plan), traffic control plan, street „o, cleaning and sweeping, and stormwater bypass plans and transmit them to the Owner within ten(10) days of the Contract award. As a third order of work, the Contractor shall attend a mandatory pre-construction meeting. As a fourth order of work, the Contractor shall call 1-CALL (1-800-424-5555) and have utilities "marked" in the field by the various utility owners. The Contractor shall coordinate any utility relocations with the appropriate utilities prior to commencement of the Project. The remaining order of work shall be at the Contractor's option, in keeping with generally accepted good construction practice and within the allowable hours of work. However, the Contractor shall coordinate work"by others"which will effect mobilization SNP and demobilization efforts. As a second to last order of work, the Contractor shall satisfactorily complete all ,.. preliminary and final "punch list" items, then, as a last order of work, the Contractor shall provide as-built information and drawings to the Owner for review and approval. The Contractor shall so schedule his/her work such that all costs associated with as-built drawings will be included in the lump sum unit price bid item "Construction Surveying, so" Staking, and As-built Drawings" for as-built drawings. The remaining items needed to comply with this "Order of Work" will be considered incidental to the Project, and as such, merged in the various items bid. The Contractor shall conduct the order of work to allow all existing facilities to remain operational except as noted herein during the construction of this Project, and to minimize disruption of any utility service. 1-08.5 Time for Completion (Additional Section) awo The Contractor shall complete all work within the working days specified within the Contract Documents. Failure to complete the work prior to this date shall be grounds for implementation of liquidated damages in accordance with Section 1-08.9 and may require �•• termination of Contract in accordance with Section 1-08.10. 1-08.13 Compensation for Overtime Work(New Section) vs. The Owner reserves the right to charge the Contractor and may deduct from periodical and final payment, labor expenses attributed to administrative, engineering, and inspection work incurred by the Owner for overtime work associated with the Project construction. The Contractor shall pay to the Owner the costs of certain engineering and inspection expenses in the event that the Owner should grant an extension(s) of time because of avoidable delay. The amount of said expenses shall be computed and determined on the basis of an itemized schedule of engineering and inspection labor charges determined for the actual hours of labor performed beyond a forty-hour work week, or beyond the schedule date of completion. ilia H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement Project\Phase II Construction\Contract Document\Specs2\Special l a ph2_GO.doc\AQ\tp Page 29 r.. SPECIAL PROVISIONS - Continued 1-09 MEASUREMENT AND PAYMENT 1-09.8 Payment for Material On Hand (Addition) , Section 1-09.8 is supplemented with the following: The Contractor is cautioned against placing orders for full quantities of materials until the work has advanced to a state permitting the determination of the exact quantities required. Estimates of quantities of materials furnished by the Owner are understood to be ma approximate only and, unless otherwise specified, the Owner will in no way be responsible for any increased costs or extra expenses that the Contractor may have to bear on account of materials or work not being ordered at some earlier date. Payment for "Material on Hand" will be made only when considered desirable and appropriate by the Owner. The Owner reserves the right to make the final determination as to whether payment will be made for"Material on Hand". "1" 1-09.9 Payments Section 1-09.9 is supplemented with the following: "Basis of Payment" In consideration of the faithful performance of all the covenants, stipulations, and agreements of this Contract to be kept and performed by the Contractor, the Owner covenants and agrees to pay the Contractor the amount bid as adjusted when so stipulated in the Contractor's proposal for the work actually performed as determined by the final estimate of the Owner, less any deductions for failure to complete the work within the time specified; and less any deductions for claims and damages paid by the Owner due to acts or omissions of the Contractor and for which he/she is liable under this Contract. ,„ Items or work clearly indicated in the Plans or in the Specifications as work under this Contract but for which an item has not been set forth in the Proposal shall be included in other items of work. Failure to do so will not relieve the Contractor of his responsibility to perform the work indicated and no other compensation will be allowed. am 1-09.9(2) Retainage Section 1-09.9(2) of the APWA Division 1 General Conditions is supplemented with the following: Upon completion of the Project the retainage shall be returned to the Contractor when all am of the following are satisfied: 1. The Contractor and each Subcontractor shall submit to the City of Renton, and to the Department of Labor and Industries, a "Statement of Intent to Pay Prevailing am Wages." 2. Following the acceptance of the Project, the Contractor and each Subcontractor shall submit to the City of Renton, and to the Department of Labor and Industries, H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement Project\Phase II Construction\Contract Document\Specs2\Special I a ph2_GO.doc\AQ\tp Page 30 NO SPECIAL PROVISIONS - Continued and "Affidavit of Wages Paid". This affidavit certifies that all prevailing wage requirements have been met. 3. The Contractor shall submit a complete Affidavit of Industrial Insurance Compliance to the Owner. 4. At least 30 days have elapsed since final acceptance of the Project by the City of Renton at one of its regularly scheduled meetings. 5. The City Clerk must have received a "Release" for the Project from the Department of Revenue ,,,, 6. The Contractor must demonstrate that payments to the Department of Labor and Industries for worker's compensation premiums are current. 7. The City Clerk must have received a letter from the Contractor, on the `"` Contractor's letterhead, stating that all bills and wages have been paid on this project. 1-09.14 Payment Schedule (New Section) GENERAL—Scope Payment for the various items listed in the Proposal, as further specified herein, shall include all compensation to be received by the Contractor for furnishing all tools, equipment, supplies, and manufactured articles, and for all labor, operations, and °r► incidentals appurtenant to the items of work being described, as necessary to complete the various items of the work all in accordance with the requirements of the Contract Documents, including all appurtenances thereto, and including all costs of compliance with the regulations of public regulations of public agencies having jurisdiction, including Safety and Health Administration of the US Department of Labor(OSHA). The Owner shall not pay for material quantities that exceed the actual measured amount used and approved by the Owner. It is the intention of these Specifications that the performance of all work under the bid for each item shall result in the complete construction, in an accepted operating condition, of each item. Work and material not specifically listed in the Proposal but required in the Plans, Specifications, and general construction practice, shall be included in the various bid prices. No separate payment will be made for these items. 1-09.14(1) Basic Bid (New Section) This section is an outline of the basic bid, which determines the low bidder for this AAA Project. Bid Item 1: Mobilization, Cleanup, and Demobilization (LS) oar Measurement of Mobilization and Demobilization shall be per lump sum. Seventy percent (70%) of this item will be paid after the Contractor is fully in operation and H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement Project\Phase II Construction\Contract Document\Specs2\Special la ph2_GO.doc\AQ\tp Page 31 rii SPECIAL PROVISIONS - Continued construction of the Project has began; thirty percent (30%) remaining of this item will be included in the estimate issued at the completion of the work provided that all equipment has been removed from the Project, as-built drawings are submitted and approved by the Owner, and the cleanup is acceptable to the Owner. The lump sum Contract price for Mobilization and Demobilization shall be full compensation for providing, furnishing, and installing all work and materials necessary to move or organize equipment and personnel onto the site, provide all necessary equipment for night work including but not limited to lighting, generators, etc., provide and place Project sign, provide and maintain support facilities, cleanup the Project site once art construction is completed, and obtain all necessary permits, licenses, and bonds. The Contractor shall provide a Project sign to be placed in a location to be determined by ,■ the Owner. The sign shall be constructed to the specifications shown in the standard details and Plans. The Contractor shall prepare a Work Plan per Special Provisions Section 1-04.12, which shall include the following: 1. Construction sequence and schedule for all major items of work. 2. Mobilization Plan showing the proposed location for storage of all equipment and materials. oft 3. Shoring Plan. 4. Temporary Erosion and Sediment Control Plan for all stages of the Project. gip 5. Traffic Control Plan. 6. Street Cleaning and Sweeping Plan. 7. Dewatering Plan. 8. Stormwater Bypass Plan. 9. Noise Variance Complaint Plan 10. Night Work Construction Plan 11. Protection of Existing Utilities Plan 12. Stormwater Pollution Prevention Plan. 13. Spill Prevention, Control and Countermeasures Plan. Bid Item 2: Construction Surveying, Staking, and As-built Drawings (LS) Measurement for Construction Surveying, Staking, and As-built Drawings shall be per lump sum. H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement Project\Phase II Construction\Contract Document\Specs2\Special1a ph2_GO.doc\AQ\tp Page 32 SPECIAL PROVISIONS - Continued ama The lump sum Contract price for Construction Surveying, Staking, and As-built Drawings shall be full compensation for furnishing all materials, labor, tools, and equipment necessary as provided in the Supplemental Specifications Sections 1-05.5(4) and 1-05.5(5). All survey work shall be done under the direct supervision of a qualified surveyor licensed by the State of Washington, and in accordance with the City of Renton Surveying Standards. The existing curb line shall be surveyed prior to construction in order to replace the curb in kind. Payment for this item will be prorated over the construction period. Bid Item 3: Traffic Control (LS) Measurement of Traffic Control shall be per lump sum. The lump sum Contract price for Traffic Control shall be full compensation for all materials, labor, tools, and equipment required to prepare the Traffic Control Plan and provide traffic control during the duration of construction, including temporary pavement markings, mobilization and demobilization. ... The Contractor shall prepare a Traffic Control Plan for review and approval by the Owner. The Plan shall address the proposed working areas, signage, flaggers, Contractor access to the working area, truck and equipment haul routes, and public access during construction. The Traffic Control Plan shall comply with Supplemental Specifications Section 1-10.2(2). Allowable work hours are given in Special Provisions Sections 1-04.12 and 1-08.1(3). Actual work hours will be approved in the Traffic Control Plan. The Owner may revise the work hours to address traffic problems or specific concerns identified during construction. The Project traffic control requirements shall be as required in Special Provisions Section 1-04.12. Payment for this item will be prorated over the construction period. Bid Item 4: Temporary Water Pollution/Erosion Control (LS) Measurement of Temporary Water Pollution/Erosion Control shall be per lump sum. The lump sum Contract price for Temporary Water Pollution / Erosion Control shall be full compensation for all materials, labor, tools, and equipment required to prepare temporary water pollution and erosion control plan and furnish, install, and maintain the temporary erosion control measures as shown on the Plans, as specified in the Special Provisions, and as directed and approved by the Owner. Payment for this item will be prorated over the construction period. Bid Item 5: Dewatering (LS) Measurement of Dewatering shall be per lump sum. H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement Project\Phase II Construction\Contract Document\Specs2\Special1a ph2_GO.doc\AQ\tp Page 33 it SPECIAL PROVISIONS - Continued The lump sum Contract price for Dewatering shall be full compensation for all materials, labor, tools, and equipment required to prepare, furnish, and install dewatering measures as shown on the Plans, and as directed and approved by the Owner, and as specified in .r the Special Provisions. Contractor will be required to comply with the requirements of the King County groundwater discharge permit and the NPDES and State Waste Discharge General Permit for stormwater discharge associated with construction activities provided in the Contract Documents. These requirements include a maximum discharge limit, special conditions, monitoring requirements and reporting requirements. Contractor shall monitor all sag groundwater discharges to the storm sewer or sanitary sewer daily. As part of the Special Provisions, the Contractor shall pump any groundwater encountered during construction to the storm drainage system. Discharge shall not exceed State water quality standards and shall comply with the approved Stormwater Pollution Prevention Plan. Contractor maybe required to pump groundwater into a settling tank or approved treatment facility prior to discharge to the storm drain system. If discharge to the storm drainage system exceeds State water quality standards, the Owner may require the Contractor be discharge groundwater to the sanitary sewer. Discharge to the sanitary sewer will require pre-settling through the use of a settling tank am or approved treatment facility. Payment for this item will be prorated over the construction period. Bid Item 6: Temporary Bypass Pumping (LS) Measurement of Temporary Bypass Pumping shall be per lump sum. The lump sum Contract price for Temporary Bypass Pumping shall cover the complete no cost of furnishing, installing, and removing adequate pumps, pipes, hoses and other equipment necessary to bypass stormwater or sewer as need during construction. vat The Contractor shall provide a storm bypass system designed for an estimated 6-month peak flow rate of 46 cfs at Lind Ave. SW. The anticipated following flow rates at Lind Ave. SW and at Station 4+75 are provided below: Lind Ave. SW Station 4+75 2-yr peak flow= 72 cfs 2-yr peak flow=21 cfs ,. 10-yr peak flow= 89 cfs 10-yr peak flow= 25 cfs 25-yr peak flow= 91 cfs 25-yr peak flow=29 cfs Payment for this item will be prorated over the construction period. vie Bid Item 7: Trench Shoring and Excavation Safety Systems (LS) Measurement of Trench Shoring and Excavation Safety Systems shall be per lump sum. sr H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement Project\Phase II Construction\Contract Document\Specs2\Special1a ph2_GO.doc\AQ\tp Page 34 SPECIAL PROVISIONS - Continued Mrs The lump sum Contract price for Trench Shoring and Excavation Safety Systems shall cover the complete cost of preparing shoring and excavation safety plan (in relation to and in accordance with the Traffic Control Plan) and furnishing, installing, and removing adequate shoring and support for all excavations to provide safe access for workers, prevent soil sluffing, soil loss, damage to pavement, structures, utilities, and ground adjacent to the excavation. Trench Excavation Safety Systems shall comply with WAC 296-155 Part N, Standard Specifications Section 2-09.3(3), Special Provision Section 7- 08.3(1)B, and all other applicable State and Federal regulations. Payment for this item will be prorated over the construction period. Bid Item 8: Locate and Protect Existing Utilities (LS) Measurement of Locate and Protect Existing Utilities shall be per lump sum. The lump sum Contract price for Locate and Protect Existing Utilities shall be full compensation for locating and/or protecting all existing utilities, as may be required for the fulfillment of all requirements of Special Provisions Section 1-07.17. This shall include, but is not limited to all costs of digging exploratory pits and protecting/restraining existing utilities during excavation including but not limited to the water, sewer, gas, power, telephone, fiber optics and storm drainage lines. Payment for this item will be prorated over the construction period. Bid Item 9: Removal of Structure and Obstruction (LS) Measurement of Removal of Structure and Obstruction shall be per lump sum. The lump sum Contract price for Removal of Structure and Obstruction shall be full compensation for furnishing all tools, labor, equipment, materials and incidentals necessary for removing, relocating, wastehauling disposal and delivery of items as noted on the Plans and as described in Special Provisions Section 2-02.1. This bid item shall also include the removal, replacement, and/or relocation of surface features not included under other bid items. These features include but are not limited to mailboxes, utility boxes and vaults, power poles, sidewalks, driveways, pavement, curbs, SNIII and other miscellaneous material that requires removal for project construction. Payment for this item will be prorated over the construction period. Bid Item 10: Remove/Relocate Existing Signing(LS) Measurement for Remove/Relocate Existing Signing shall be per lump sum. The lump sum Contract price for Remove / Relocate Existing Signing shall be full compensation for all materials, labor, tools, and equipment required to furnish, install, remove, and/or relocate existing signing per Standard Specification Section 8-21, and as shown on the Plans, as specified in the Special Provisions, and as directed by the Owner. Bid Item 11: CPEP Drain Pipe 8-Inch Diameter(incl. bedding) (LF) oso H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement Project\Phase II Construction\Contract Document\Specs2\Special la.ph2_GO.doc\AQ\tp Page 35 wo rrr SPECIAL PROVISIONS - Continued r Measurement of CPEP Drain Pipe 8-Inch Dia. shall be per lineal foot along the invert of the pipe from end to end of the finished installed pipe length from inside of the manhole or structure. The unit Contract price per lineal foot of CPEP Drain Pipe 8-Inch Dia. shall be full compensation for all labor, materials, equipment, excavation, new pipe, installation, .� bedding, all appurtenances (such as special fittings, bends, connections, catch basin connectors, etc.), placement of trench backfill, compaction, loading and disposal of excess materials, cleaning, etc. CPEP stormwater pipe shall meet the requirements of Special Provisions Sections 9-05.19 and 9-05.20. Watertight joints shall be furnished and installed. Payment for bedding material shall be included in the unit price bid for pipe in place and shall be bedding material for Thermoplastic Pipe per Standard Specification Sections 9- 03.16. Bedding material shall be placed from a minimum of 6" below the pipe to 6" above the top of the pipe and compacted to 95% maximum density per ASTM D1557. WIN Payment for excavated trench backfill shall be included in the unit price bid for pipe in place. Excavated soil shall be used as backfill for the Project if it is clean, granular material meeting the general requirements for select borrow material. The maximum particle size shall not exceed 3" and has a moisture content that will allow at lease 95% compaction sib when placed. Excess and/or unsuitable excavated material shall be loaded and disposed of offsite. This includes all soil, asphalt, concrete, existing storm sewer pipe, and other excavated material. Payment to haul and dispose of excess excavated material shall be included in the unit price bid for pipe in place. Bank run gravel shall be used only if native material is found to be unsuitable for use as backfill, after approval by the Owner. Payment for bank run gravel shall be paid under the unit price bid "Bank Run Gravel for Trench Backfill". est Bid Item 12: Ductile Iron (DI) Drain Pipe 12-Inch Dia. (incl. bedding) (LF) Measurement of Ductile Iron Drain Pipe 12-Inch Dia. shall be per lineal foot along the ■" invert of the pipe from end to end of the finished installed pipe length from inside of the manhole or structure. w► The unit Contract price per lineal foot of Ductile Iron Drain. Pipe 12-Inch Dia. shall be full compensation for all labor, materials, equipment, excavation, new pipe, installation, bedding, all appurtenances (such as special fittings, bends, connections, catch basin connectors, etc.), placement of trench backfill, compaction, loading and disposal of excess materials, cleaning, etc. DI pipe shall meet the requirements of Standard Specifications Section 9-05.13. The DI pipe shall be class 52. Payment for bedding material shall be included in the unit price bid for pipe in place and shall be bedding material for Rigid Pipe per Standard Specifications Section 9-03.15. Bedding material shall be placed from a minimum of 6" below the pipe to 6" above the top of the pipe and compacted to 95% maximum density per ASTM D1557. H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement Project\Phase II Construction\Contract Document\Specs2\Special la ph2_GO.doc\AQ\tp Page 36 WS allow SPECIAL PROVISIONS - Continued Payment for excavated trench backfill shall be included in the unit price bid for pipe in place. r.• Excess and/or unsuitable excavated material shall be loaded and disposed of offsite. This includes all soil, asphalt, concrete, existing storm sewer pipe, and other excavated material. Payment to haul and dispose of excess excavated material shall be included in "' the unit price bid for pipe in place. Excavated soil shall be used as backfill for the Project if it is clean, granular material trot meeting the general requirements for select borrow material, the maximum particle size shall not exceed 3" and has a moisture content that will allow at lease 95% compaction when placed. MINI Bank run gravel shall be used only if native material is found to be unsuitable for use as backfill, after approval by the Owner. Payment for bank run gravel shall be paid under the unit price bid "Bank Run Gravel for Trench Backfill". Bid Item 13: CPEP Drain Pipe 12-Inch Diameter(incl. bedding) (LF) Measurement of CPEP Drain Pipe 12-Inch Dia. shall be per lineal foot along the invert of the pipe from end to end of the finished installed pipe length from inside of the manhole or structure. The unit Contract price per lineal foot of CPEP Drain Pipe 12-Inch Dia. shall be full compensation for all labor, materials, equipment, excavation, new pipe, installation, bedding, all appurtenances (such as special fittings, bends, connections, catch basin 4., connectors, etc.), placement of trench backfill, compaction, loading and disposal of excess materials, cleaning, etc. CPEP stormwater pipe shall meet the requirements of Special Provisions Sections 9-05.19 and 9-05.20. Watertight joints shall be furnished and installed. Payment for bedding material shall be included in the unit price bid for pipe in place and shall be bedding material for Thermoplastic Pipe per Standard Specification Sections 9- "" 03.16. Bedding material shall be placed from a minimum of 6" below the pipe to 6" above the top of the pipe and compacted to 95%maximum density per ASTM D1557. Payment for excavated trench backfill shall be included in the unit price bid for pipe in place. Excavated soil shall be used as backfill for the Project if it is clean, granular material .• meeting the general requirements for select borrow material. The maximum particle size shall not exceed 3" and has a moisture content that will allow at lease 95% compaction when placed. AIM Excess and/or unsuitable excavated material shall be loaded and disposed of offsite. This includes all soil, asphalt, concrete, existing storm sewer pipe, and other excavated ,.. material. Payment to haul and dispose of excess excavated material shall be included in the unit price bid for pipe in place. Bank run gravel shall be used only if native material is found to be unsuitable for use as backfill, after approval by the Owner. Payment for bank run gravel shall be paid under the unit price bid"Bank Run Gravel for Trench Backfill". .r. H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement Project\Phase II Construction\Contract Document\Specs2\Special I a ph2_GO.doc\AQ\tp Page 37 wic .wr SPECIAL PROVISIONS - Continued Bid Item 14: CPEP Drain Pipe 18-Inch Diameter(incl. bedding) (LF) iie Measurement of CPEP Drain Pipe 18-Inch Dia. shall be per lineal foot along the invert of the pipe from end to end of the finished installed pipe length from inside of the manhole or structure. .w The unit Contract price per lineal foot of CPEP Drain Pipe 18-Inch Dia. shall be full compensation for all labor, materials, equipment, excavation, new pipe, installation, bedding, all appurtenances (such as special fittings, bends, connections, catch basin connectors, etc.), placement of trench backfill, compaction, loading and disposal of excess materials, cleaning, etc. CPEP stormwater pipe shall meet the requirements of Special Provisions Sections 9-05.19 and 9-05.20. Watertight joints shall be furnished and wr installed. Payment for bedding material shall be included in the unit price bid for pipe in place and shall be bedding material for Thermoplastic Pipe per Standard Specification Sections 9- ` 03.16. Bedding material shall be placed from a minimum of 6" below the pipe to 6" above the top of the pipe and compacted to 95%maximum density per ASTM D1557. Payment for excavated trench backfill shall be included in the unit price bid for pipe in place. Excavated soil shall be used as backfill for the Project if it is clean, granular material meeting the general requirements for select borrow material. The maximum particle size shall not exceed 3" and has a moisture content that will allow at lease 95% compaction when placed. 'a Excess and/or unsuitable excavated material shall be loaded and disposed of offsite. This includes all soil, asphalt, concrete, existing storm sewer pipe, and other excavated material. Payment to haul and dispose of excess excavated material shall be included in the unit price bid for pipe in place. Bank run gravel shall be used only if native material is found to be unsuitable for use as im` backfill, after approval by the Owner. Payment for bank run gravel shall be paid under the unit price bid "Bank Run Gravel for Trench Backfill". Bid Item 15: CPEP Drain Pipe 24-Inch Diameter(incl. bedding) (LF) Measurement of CPEP Drain Pipe 24-Inch Dia. shall be per lineal foot along the invert of voi the pipe from end to end of the finished installed pipe length from inside of the manhole or structure. The unit Contract price per lineal foot of CPEP Drain Pipe 24-Inch Dia. shall be full compensation for all labor, materials, equipment, excavation, new pipe, installation, bedding, all appurtenances (such as special fittings, bends, connections, catch basin connectors, etc.), placement of trench backfill, compaction, loading and disposal of excess materials, cleaning, etc. CPEP stormwater pipe shall meet the requirements of Special Provisions Sections 9-05.19 and 9-05.20. Watertight joints shall be furnished and installed. H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)127-2959 SW 7th St.Drainage Improvement Project\Phase II Construction\Contract Document\Specs2\Special 1 a ph2_GO.doc\AQ\tp Page 38 AIM SPECIAL PROVISIONS - Continued Payment for bedding material shall be included in the unit price bid for pipe in place and shall be bedding material for Thermoplastic Pipe per Standard Specification Sections 9- „ 03.16. Bedding material shall be placed from a minimum of 6" below the pipe to 6" above the top of the pipe and compacted to 95%maximum density per ASTM D1557. Payment for excavated trench backfill shall be included in the unit price bid for pipe in place. Excavated soil shall be used as backfill for the Project if it is clean, granular material meeting the general requirements for select borrow material. The maximum particle size shall not exceed 3" and has a moisture content that will allow at lease 95% compaction when placed. Excess and/or unsuitable excavated material shall be loaded and disposed of offsite. This includes all soil, asphalt, concrete, existing storm sewer pipe, and other excavated material. Payment to haul and dispose of excess excavated material shall be included in the unit price bid for pipe in place. Bank run gravel shall be used only if native material is found to be unsuitable for use as backfill, after approval by the Owner. Payment for bank run gravel shall be paid under the unit price bid "Bank Run Gravel for Trench Backfill". Bid Item 16: Class IV Reinforced Concrete Drain Pipe 24-inch Dia. (incl. Bedding) "' (LF) Measurement of Class IV Reinforced Concrete Drain Pipe 24-inch Dia. shall be per lineal �-► foot along the invert of the pipe from end to end of the finished installed pipe length from inside of the manhole or structure. The unit Contract price per lineal foot of Class IV Reinforced Concrete Drain Pipe 24- inch Dia. shall be full compensation for all labor, materials, equipment, excavation, new pipe, installation, bedding, all appurtenances (such as special fittings, bends, connections, catch basin connectors, etc.), placement of Concrete drain pipe shall meet the requirements of Special Provisions Sections 9-05.19 and 9-05.20. Watertight joints shall be furnished and installed. Payment for bedding material shall be included in the unit price bid for pipe in place and shall be bedding material for Thermoplastic Pipe per Standard Specification Sections 9- 03.16. Bedding material shall be placed from a minimum of 6" below the pipe to 6" above the top of the pipe and compacted to 95% maximum density per ASTM D1557. Payment for excavated trench backfill shall be included in the unit price bid for pipe in place. Excavated soil shall be used as backfill for the Project if it is clean, granular material meeting the general requirements for select borrow material. The maximum particle size shall not exceed 3" and has a moisture content that will allow at lease 95% compaction when placed. Excess and/or unsuitable excavated material shall be loaded and disposed of offsite. This includes all soil, asphalt, concrete, existing storm sewer pipe, and other excavated H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement Project\Phase II Construction\Contract Document\Specs2\Special Iajh2_GO.doc\AQ\tp Page 39 w SPECIAL PROVISIONS - Continued material. Payment to haul and dispose of excess excavated material shall be included in the unit price bid for pipe in place. Bank run gravel shall be used only if native material is found to be unsuitable for use as backfill, after approval by the Owner. Payment for bank run gravel shall be paid under the unit price bid "Bank Run Gravel for Trench Backfill". Bid Item 17: CPEP Drain Pipe 36-Inch Diameter (incl. bedding) (LF) Measurement of CPEP Drain Pipe 36-Inch Dia. shall be per lineal foot along the invert of the pipe from end to end of the finished installed pipe length from inside of the manhole or structure. The unit Contract price per lineal foot of CPEP Drain Pipe 36-Inch Dia. shall be full compensation for all labor, materials, equipment, excavation, new pipe, installation, bedding, all appurtenances (such as special fittings, bends, connections, catch basin connectors, etc.), placement of trench backfill, compaction, loading and disposal of excess materials, cleaning, etc. CPEP stormwater pipe shall meet the requirements of Special Provisions Sections 9-05.19 and 9-05.20. Watertight joints shall be furnished and installed. .r Payment for bedding material shall be included in the unit price bid for pipe in place and shall be bedding material for Thermoplastic Pipe per Standard Specification Sections 9- 03.16. Bedding material shall be placed from a minimum of 6" below the pipe to 6" above the top of the pipe and compacted to 95%maximum density per ASTM D1557. Payment for excavated trench backfill shall be included in the unit price bid for pipe in place. Excavated soil shall be used as backfill for the Project if it is clean, granular material rr meeting the general requirements for select borrow material. The maximum particle size shall not exceed 3" and has a moisture content that will allow at lease 95% compaction when placed. ses Excess and/or unsuitable excavated material shall be loaded and disposed of offsite. This includes all soil, asphalt, concrete, existing storm sewer pipe, and other excavated material. Payment to haul and dispose of excess excavated material shall be included in "" the unit price bid for pipe in place. Bank run gravel shall be used only if native material is found to be unsuitable for use as ,rr backfill, after approval by the Owner. Payment for bank run gravel shall be paid under the unit price bid "Bank Run Gravel for Trench Backfill". Bid Item 18: Class IV Reinforced Concrete Drain Pipe 60-inch Dia. (incl. bedding) (LF) Measurement of Class IV Reinforced Concrete Drain Pipe 60-inch Dia. shall be per lineal foot along the invert of the pipe from end to end of the finished installed pipe length from inside of the manhole or structure. The unit Contract price per lineal foot of Class IV Reinforced Concrete Drain Pipe 60- inch Dia. shall be full compensation for all labor, materials, equipment, excavation, new H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement Project\Phase II Construction\Contract Document\Specs2\Special la ph2_GO.doc\AQ\tp Page 40 SPECIAL PROVISIONS - Continued pipe, installation, bedding, all appurtenances (such as special fittings, bends, connections, catch basin connectors, etc.), placement of Concrete drain pipe shall meet the requirements of Special Provisions Sections 9-05.19 and 9-05.20. Watertight joints shall be furnished and installed. Payment for bedding material shall be included in the unit price bid for pipe in place and shall be bedding material for Thermoplastic Pipe per Standard Specification Sections 9- 03.16. Bedding material shall be placed from a minimum of 6" below the pipe to 6" above the top of the pipe and compacted to 95%maximum density per ASTM D1557. Payment for excavated trench backfill shall be included in the unit price bid for pipe in place. Excavated soil shall be used as backfill for the Project if it is clean, granular material meeting the general requirements for select borrow material. The maximum particle size shall not exceed 3" and has a moisture content that will allow at lease 95% compaction when placed. Excess and/or unsuitable excavated material shall be loaded and disposed of offsite. This includes all soil, asphalt, concrete, existing storm sewer pipe, and other excavated material. Payment to haul and dispose of excess excavated material shall be included in the unit price bid for pipe in place. "w. Bank run gravel shall be used only if native material is found to be unsuitable for use as backfill, after approval by the Owner. Payment for bank run gravel shall be paid under the unit price bid"Bank Run Gravel for Trench Backfill". Bid Item 19: Catch Basin Type 1 (EA) 10011 Measurement of Catch Basin Type 1 shall be per each. The unit Contract price per each for Catch Basin Type 1 shall be full compensation for all labor, materials, tools, equipment, concrete base, precast concrete catch basin sections, catch basin frame, grate or lid, appurtenances, adjustments, connections to new and/or existing systems (laterals), backfill with native material, excavation, foundation rock, compaction, loading, hauling and proper disposal of excess and/or unsuitable materials, 1180 and all other items and work necessary to complete this item of work. Catch Basin Type 1 shall be per City of Renton Standard Detail B012. This item includes all the different types of frames and grates (standard, vaned, rolled curb, other) for Type 1 CB's that may be shown on the Plans. Bid Item 20: Catch Basin Type 2—48-inch Dia. (EA) Measurement of Catch Basin Type 2—48-inch Dia. shall be per each. The unit Contract price per each for Catch Basin Type 2 — 48-inch Dia. shall be full compensation for all labor, materials, tools, equipment, concrete base, precast concrete catch basin sections, catch basin frame, grate or lid, appurtenances, adjustments, connections to new and/or existing systems (laterals), backfill with native material, H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement Project\Phase II Construction\Contract Document\Specs2\Special 1 a ph2_GO.doc\AQ\tp Page 41 yam YitY SPECIAL PROVISIONS - Continued as excavation, compaction, loading, hauling and proper disposal of excess and/or unsuitable materials, and all other items and work necessary to complete this item of work. Catch Basin Type 2 shall be per City of Renton Standard Detail B027. This item includes all the different types of frames and grates (standard, vaned, rolled so curb, other) for Type 2 CB's that may be shown on the Plans. Bid Item 21: Catch Basin Type 2 —54-inch Dia. (EA) Measurement of Catch Basin Type 2—54-inch Dia. shall be per each. The unit Contract price per each for Catch Basin Type 2 -- 54-inch Dia. shall be full t, compensation for all labor, materials, tools, equipment, concrete base, precast concrete catch basin sections, catch basin frame, grate or lid, appurtenances, adjustments, connections to new and/or existing systems (laterals), backfill with native material, excavation, compaction, loading, hauling and proper disposal of excess and/or unsuitable materials, and all other items and work necessary to complete this item of work. Catch Basin Type 2 shall be per City of Renton Standard Detail B027. This item includes all the different types of frames and grates (standard, vaned, rolled curb, other) for Type 2 CB's that may be shown on the Plans. us Bid Item 22: Catch Basin Type 2 —60-inch Dia. (EA) Measurement of Catch Basin Type 2—60-inch Dia. shall be per each. u"" The unit Contract price per each for Catch Basin Type 2 -- 60-inch Dia. shall be full compensation for all labor, materials, tools, equipment, concrete base, precast concrete iie catch basin sections, catch basin frame, grate or lid, appurtenances, adjustments, connections to new and/or existing systems (laterals), backfill with native material, excavation, compaction, loading, hauling and proper disposal of excess and/or unsuitable materials, and all other items and work necessary to complete this item of work. Catch Basin Type 2 shall be per WSDOT Standard Plan B-le. This item includes all the different types of frames and grates (standard, vaned, rolled curb, other) for Type 2 CB's that may be shown on the Plans. Bid Item 23: Catch Basin Type 2—72-inch Dia. (EA) Measurement of Catch Basin Type 2—72-inch Dia. shall be per each. The unit Contract price per each for Catch Basin Type 2 -- 72-inch Dia. shall be full compensation for all labor, materials, tools, equipment, concrete base, precast concrete catch basin sections, catch basin frame, grate or lid, appurtenances, adjustments, connections to new and/or existing systems (laterals), backfill with native material, excavation, compaction, loading, hauling and proper disposal of excess and/or unsuitable materials, and all other items and work necessary to complete this item of work. Catch Basin Type 2 shall be per WSDOT Standard Plan B-le. .r H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement Project\Phase II Construction\Contract Document\Specs2\Special la ph2_GO.doc\AQ\tp Page 42 uif SPECIAL PROVISIONS - Continued ASO This item includes all the different types of frames and grates (standard, vaned, rolled curb, other) for Type 2 CB's that may be shown on the Plans. Bid Item 24: Catch Basin Type 2-96-inch Dia. (EA) Measurement of Catch Basin Type 2-96-inch Dia. shall be per each. • The unit Contract price per each for Catch Basin Type 2 - 96-inch Dia. shall be full compensation for all labor, materials, tools, equipment, concrete base, precast concrete catch basin sections, catch basin frame, grate or lid, appurtenances, adjustments, connections to new and/or existing systems (laterals), backfill with native material, excavation, compaction, loading, hauling and proper disposal of excess and/or unsuitable materials, and all other items and work necessary to complete this item of work. Catch Basin Type 2 shall be per WSDOT Standard Plan B-le. This item includes all the different types of frames and grates (standard, vaned, rolled curb, other) for Type 2 CB's that may be shown on the Plans. Bid Item 25: Catch Basin Type 2 - 108-inch Dia. (EA) Measurement of Catch Basin Type 2- 108-inch Dia. shall be per each. The unit Contract price per each for Catch Basin Type 2 - 108-inch Dia. shall be full ■- compensation for all labor, materials, tools, equipment, concrete base, precast concrete catch basin sections, catch basin frame, grate or lid, appurtenances, adjustments, connections to new and/or existing systems (laterals), backfill with native material, excavation, compaction, loading, hauling and proper disposal of excess and/or unsuitable materials, and all other items and work necessary to complete this item of work. Catch Basin Type 2 shall be per the Standard Detail found in the Contract Documents. This item includes all the different types of frames and grates (standard, vaned, rolled curb, other) for Type 2 CB's that may be shown on the Plans. Bid Item 26: Access Riser-48 inc. Dia. (EA) Measurement of Access Riser 48-inch Dia. shall be per each. The unit Contract price per each for Access Riser 48-inch Dia. shall be full compensation for all labor, materials, tools, equipment, precast concrete catch basin sections, catch "'• basin frame, grate or lid, appurtenances, adjustments, connections to new and/or existing systems, backfill with native material, excavation, compaction, loading, hauling and proper disposal of excess and/or unsuitable materials, and all other items and work necessary to complete this item of work. Access riser shall be per detail shown on the Design Plans. +w. H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement Project\Phase H Construction\Contract Document\Specs2\Special I a ph2_GO.doc\AQ\tp Page 43 mow SPECIAL PROVISIONS - Continued Bid Item 27: 18' L x 8' W x 8'-8" H Stormwater Utility Vault (EA) Measurement of 18' L x 8' W x 8'-8" H Stormwater Utility Vault shall be per each. The unit Contract price per each for 18' L x 8' W x 8'-8" H Stormwater Utility Vault shall be full compensation for all labor, materials, tools, equipment, vault sections, lid, appurtenances, adjustments, connections to new and/or existing systems, excavation, compaction, loading, hauling and proper disposal of excess and/or unsuitable materials, and all other items and work necessary to complete this item of work. 18' L x 8' W x 8'-8" H Stormwater Utility Vault shall be per detail shown on the Plans. Bid Item 28: 20 L x 8' W x 9'-6" H Stormwater Utility Vault (EA) Measurement of 20' L x 8' W x 9'-6" H Stormwater Utility Vault shall be per each. The unit Contract price per each for 20' L x 8' W x 9'-6" H Stormwater Utility Vault "i` shall be full compensation for all labor, materials, tools, equipment, vault sections, lid, appurtenances, adjustments, connections to new and/or existing systems, excavation, compaction, loading, hauling and proper disposal of excess and/or unsuitable materials, and all other items and work necessary to complete this item of work. 20' L x 8' W x 9'-6" H Stormwater Utility Vault shall be per detail shown on the Plans. Bid Item 29: 24' L x 8' W x 9'-6" H Stormwater Utility Vault (EA) Measurement of 24' L x 8' W x 9'-6"H Stormwater Utility Vault shall be per each. The unit Contract price per each for 24' L x 8' W x 9'-6" H Stormwater Utility Vault .wi shall be full compensation for all labor, materials, tools, equipment, vault sections, lid, appurtenances, adjustments, connections to new and/or existing systems, excavation, compaction, loading, hauling and proper disposal of excess and/or unsuitable materials, and all other items and work necessary to complete this item of work. 24' L x 8' W x 9'-6" H Stormwater Utility Vault shall be per detail shown on the Plans. Bid Item 30: Bank Run Gravel for Trench Backfill(TN) Measurement for Bank Run Gravel for Trench Backfill shall be per ton. This item will be used only when material from trench and structural excavation is unsuitable for use as backfill and the use of imported backfill is approved by the Owner. Measurement for gravel trench backfill will be based on actual tonnage weight as as determined by measurement from a certified scale. The quantity for this item is included to provide a common proposal for bid purposes. The actual quantity used in construction may vary from that amount. The unit price will not be adjusted if the actual quantity used no varies by more than 25 percent. Imported backfill shall meet Standard Specification Section 9-03.19 and Supplemental Specification Section 7-10.5. so H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement Project\Phase II Construction\Contract Document\Specs2\Special1a ph2_GO.doc\AQ\tp Page 44 SPECIAL PROVISIONS - Continued The unit Contract price per ton for Bank Run Gravel for Trench Backfill shall be full compensation for all materials, tools, labor, equipment and incidentals for processing, UMW hauling, placing and compacting the materials as specified or as directed by the Owner. Payment shall be made according to payment limits as shown on the Plans. No payment shall be made for costs due to over-excavation and subsequent backfill, unless the Owner determines that the over-excavation could not be avoided. Over-excavation is defined as trenching outside the maximum trench or excavation width. oar Payment to haul and dispose of unsuitable excavated material shall be included in the unit bid price. Bid Item 31: Unsuitable Foundation Excavation, Incl. Haul (CY) Measurement of Unsuitable Foundation Excavation, Incl. Haul shall be per cubic yard by truck in the hauling vehicle at the point of loading. The quantity for this item is included to provide a common proposal for bid purposes. The actual quantity used in construction may vary from that amount. The unit price will not be adjusted if the actual quantity used varies by more than 25 percent. The unit Contract price per cubic yard for Unsuitable Foundation Excavation, Incl. Haul shall be full compensation for excavating, loading, hauling and disposing of the material. Bid Item 32: Gravel Backfill for Foundation Class B (TN) Measurement for Gravel Backfill for Foundation Class B shall be per ton. Measurement •.. for gravel backfill for foundation will be based on actual tonnage weight as determined by measurement from a certified scale. The quantity for this item is included to provide a common proposal for bid purposes. The actual quantity used in construction may vary from that amount. The unit price will not be adjusted if the actual quantity used varies by more than 25 percent. The unit Contract price per ton for Gravel Backfill for Foundation Class B shall be full compensation for all materials, tools, labor, equipment and incidentals for processing, hauling, placing, compacting, and compaction testing the materials as specified or as directed by the Owner. AIM No payment shall be made for costs due to over-excavation and subsequent backfill, unless the Owner determines that the over-excavation could not be avoided. Over- excavation is defined as trenching outside the maximum trench or excavation width. Payment to haul and dispose of unsuitable excavated material shall be included in the unit bid price. eat Bid Item 33: Controlled Density Fill (CY) Measurement for Controlled Density Fill (CDF) shall be per cubic yard. The quantity for this item is included to provide a common proposal for bid purposes. The actual quantity used in construction may vary from that amount. Depending on site conditions, the amount of this item may be zero (0). The unit price will not be adjusted if the actual quantity used varies by more than 25 percent. CDF shall comply with the requirements of Special Provision Section 9-03.22. H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement Project\Phase II Construction\Contract Document\Specs2\Special la.ph2_GO.doc\AQ\tp Page 45 woew SPECIAL PROVISIONS - Continued The unit price bid per cubic yard for Controlled Density Fill shall be full compensation for all labor, equipment and materials required to complete this item of work in accordance with the Contract Documents. es Bid Item 34: Sanitary Sewer Encasement—Station 9+78 (LS) Measurement for Sanitary Sewer Encasement—Station 9+78 shall be per lump sum. rr The lump sum Contract price for Sanitary Sewer Encasement — Station 9+78 shall be full compensation for the following: • 8 in. Dia. PVC sanitary sewer pipe • 14 in. Dia. steel sanitary sewer encasement pipe • Casing spacers and end caps • 8 in. flexible coupling The lump sum Contract price for Sanitary Sewer Encasement— Station 9+78 shall also be for full compensation of all materials, tools, labor, equipment, excavation, installation, us bedding, all appurtenances (such as special fittings, bends, connections, steel sleeves, etc.), placement of trench backfill, compaction, disposal of excess and/or unsuitable materials, cleaning and testing, bypass pumping, etc., required to reconnect the existing , sewer main and associated side sewers encountered during construction of the new storm sewer line as shown on the Plans. The Contractor is cautioned that the location of all side sewers may not be known and tit may not be shown on the Plans. Where shown, the location may vary by an unknown distance in either direction. All pipe, fittings, and material used shall be approved by the City of Renton Wastewater Utility. Rubber or neoprene gaskets as specified by the manufacturer shall be used on the joints. Payment for bedding material shall be included in the unit price bid for pipe in place and shall be bedding material for Thermoplastic Pipe per Standard Specification Sections 9- 03.16. Bedding material shall be placed from a minimum of 6" below the pipe to 6" above the top of the pipe and compacted to 95% maximum density per ASTM D1557. Payment for excavated trench backfill shall be included in the unit price bid for pipe in place. Excavated soil shall be used as backfill for the Project if it is clean, granular material meeting the general requirements for select borrow material. The maximum particle size shall not exceed 3" and has a moisture content that will allow at lease 95% compaction when placed. .w Excess and/or unsuitable excavated material shall be loaded and disposed of offsite. This includes all soil, asphalt, concrete, existing sewer pipe, and other excavated material. Payment to haul and dispose of excess excavated material shall be included in the unit price bid for pipe in place. as H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement Project\Phase II Construction\Contract Document\Specs2\Special la ph2_GO.doc\AQ\tp Page 46 vmo SPECIAL PROVISIONS - Continued Bank run gravel shall be used only if native material is found to be unsuitable for use as backfill, after approval by the Owner. Payment for bank run gravel shall be paid under the unit price bid "Bank Run Gravel for Trench Backfill". M" Bid Item 35: Sanitary Sewer Encasement—Station 11+25 (LS) Measurement for Sanitary Sewer Encasement—Station 11+25 shall be per lump sum. The lump sum Contract price for Sanitary Sewer Encasement — Station 11+25 shall be full compensation for the following: • 6 in. Dia. PVC sanitary sewer pipe • 12 in. Dia. steel sanitary sewer encasement pipe • Casing spacers and end caps "" • 6 in. flexible coupling The lump sum Contract price for Sanitary Sewer Encasement— Station 11+25 shall also �,. be for full compensation of all materials, tools, labor, equipment, excavation, installation, bedding, all appurtenances (such as special fittings, bends, connections, steel sleeves, etc.), placement of trench backfill, compaction, disposal of excess and/or unsuitable materials, cleaning and testing, bypass pumping etc. required to reconnect the existing ""' sewer main and associated side sewers encountered during construction of the new storm sewer line as shown on the Plans. The Contractor is cautioned that the location of all side sewers may not be known and may not be shown on the Plans. Where shown, the location may vary by an unknown distance in either direction. All pipe, fittings, and material used shall be approved by the City of Renton Wastewater Utility. Rubber or neoprene gaskets as specified by the manufacturer shall be used on the joints. Payment for bedding material shall be included in the unit price bid for pipe in place and shall be bedding material for Thermoplastic Pipe per Standard Specification Sections 9- •.. 03.16. Bedding material shall be placed from a minimum of 6" below the pipe to 6" above the top of the pipe and compacted to 95%maximum density per ASTM D1557. Payment for excavated trench backfill shall be included in the unit price bid for pipe in place. Excavated soil shall be used as backfill for the Project if it is clean, granular material meeting the general requirements for select borrow material. The maximum particle size shall not exceed 3" and has a moisture content that will allow at lease 95% compaction when placed. Excess and/or unsuitable excavated material shall be loaded and disposed of offsite. This includes all soil, asphalt, concrete, existing sewer pipe, and other excavated material. Payment to haul and dispose of excess excavated material shall be included in the unit price bid for pipe in place. H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement Project\Phase II Construction\Contract Document\Specs2\Special la ph2_GO.doc\AQ\tp Page 47 sww SPECIAL PROVISIONS - Continued Bank run gravel shall be used only if native material is found to be unsuitable for use as backfill, after approval by the Owner. Payment for bank run gravel shall be paid under the unit price bid"Bank Run Gravel for Trench Backfill". tre Bid Item 36: Sanitary Sewer Relocation—Hardie Ave. S.W. (LS) • Measurement for Sanitary Sewer Relocation—Hardie Ave. S.'W. shall be per lump sum. The lump sum Contract price for Sanitary Sewer Relocation-- Hardie Ave. S.W. shall be full compensation for the following: •r • 12 in. Dia. AWWA C900 sanitary sewer pipe • 54 in. Dia. Basic Manhole • Inside drop (complete) The lump sum Contract price for Sanitary Sewer Relocation — Hardie Ave. S.W. shall also be for full compensation of all materials, tools, labor, equipment, excavation, installation, bedding, all appurtenances (such as special fittings, bends, connections, etc.), placement of trench backfill, compaction, disposal of excess and/or unsuitable materials, connection to existing, cleaning and testing, bypass pumping, etc. required to relocate and reconnect the existing sewer main and associated side sewers encountered during construction of the new storm sewer line as shown on the Plans. The Contractor is cautioned that the location of all side sewers may not be known and may not be shown on the Plans. Where shown, the location may vary by an unknown distance in either direction. Side sewers shall be lowered (or raised) to clear the new storm sewer pipe by at least 6 inches vertically unless shown otherwise on the Plans. Side sewer construction shall conform to City Details B 078 and B079. Lowering side sewers may be accomplished by cutting the existing sewer pipe back to behind the sidewalk and installing a vertical cleanout per City Detail B 079. The side sewer shall be lowered (or raised) to pass beneath (or above) the new storm sewer line and reconnected to the existing sanitary sewer main in the approximate location as shown on the Plans. A connection shall be made at the existing tee where provided. Where a tee is not provided connection shall be made to the sanitary sewer main by use of a Romac saddle. The minimum slope for the side sewer shall be at least 2%. Where the side sewer connects to the sanitary sewer main that is to be abandoned, the existing connection shall be capped with a fitting approved by the Owner. The exact construction method for lowering (or raising) side sewers shall be reviewed with the Owner for approval prior to lowering (or raising). All pipe; fittings, and material used shall be approved by the City of Renton Wastewater Utility. Rubber or neoprene gaskets as specified by the manufacturer shall be used on the joints. Pipe bedding shall be Bedding Material for Thermoplastic Pipe per Standard Specification Section 9-03.16. Bedding Material shall be placed a minimum of 6 inches ar H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement Project\Phase II Construction\Contract Document\Specs2\Special1a ph2_GO.doc\AQ\tp Page 48 SPECIAL PROVISIONS - Continued below the pipe to 12 inches above the top of the pipe, and compacted to 95 percent of maximum density per ASTM D1557. The Contractor shall ensure proper placement and compaction of pipe bedding under the pipe haunches. Payment for bedding material shall be included in the unit price. Excavated soil shall be used as backfill for the Project if it is a clean granular material meeting the general requirements for select borrow material, the maximum particle size shall not exceed 3 inches, and has a moisture content that will allow at least 95 percent compaction when placed. Payment for excavated soil backfill shall be included in the unit price bid for"Bank Run Gravel for Trench Backfill." Excess and/or unsuitable excavated material shall be loaded and disposed of offsite. This includes all soil, asphalt, concrete, existing sewer pipe, and other excavated material. Payment to haul and dispose of excess excavated material shall be included in the unit price bid for pipe in place. Bank run gravel shall be used only if native material is found to be unsuitable for use as backfill, after approval by the Owner. Payment for bank run gravel shall be paid under the unit price bid"Bank Run Gravel for Trench Backfill". Bid Item 37: Sanitary Sewer Relocation—Shattuck Ave. S. (LS) Measurement for Sanitary Sewer Relocation—Shattuck Ave. S. shall be per lump sum. The lump sum Contract price for Sanitary Sewer Relocation — Shattuck Ave. S. shall be full compensation for the following: NNW • 12 in. Dia. AWWA C900 sanitary sewer pipe The lump sum Contract price for Sanitary Sewer Relocation— Shattuck Ave. S. shall also be for full compensation of all materials, tools, labor, equipment, excavation, installation, bedding, all appurtenances (such as special fittings, bends, connections, etc.), placement of trench backfill, compaction, disposal of excess and/or unsuitable materials, connection 'N" to existing, abandoning pipe, cleaning and testing, bypass pumping, etc. required to relocate and reconnect the existing sewer main and associated side sewers encountered during construction of the new storm sewer line as shown on the Plans. The Contractor is cautioned that the location of all side sewers may not be known and may not be shown on the Plans. Where shown, the location may vary by an unknown distance in either direction. Side sewers shall be lowered (or raised) to clear the new storm sewer pipe by at least 6 inches vertically unless shown otherwise on the Plans. Side sewer construction shall ... conform to City Details B 078 and B079. Lowering side sewers may be accomplished by cutting the existing sewer pipe back to ,,. behind the sidewalk and installing a vertical cleanout per City Detail B 079. The side sewer shall be lowered (or raised) to pass beneath (or above) the new storm sewer line and reconnected to the existing sanitary sewer main in the approximate location as shown on the Plans. A connection shall be made at the existing tee where provided. Where a tee is not provided connection shall be made to the sanitary sewer main by use of a Romac saddle. The minimum slope for the side sewer shall be at least 2%. Where the side sewer tois Ii:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement Project\Phase II Construction\Contract Document\Specs2\Special I a ph2_GO.doc\AQ\tp Page 49 r rrr SPECIAL PROVISIONS - Continued aw connects to the sanitary sewer main that is to be abandoned, the existing connection shall be capped with a fitting approved by the Owner. IMO The exact construction method for lowering (or raising) side sewers shall be reviewed with the Owner for approval prior to lowering (or raising). All pipe, fittings, and material used shall be approved by the City of Renton Wastewater Utility. Rubber or neoprene gaskets as specified by the manufacturer shall be used on the joints. Pipe bedding shall be Bedding Material for Thermoplastic Pipe per Standard Specification Section 9-03.16. Bedding Material shall be placed a minimum of 6 inches below the pipe to 12 inches above the top of the pipe, and compacted to 95 percent of maximum density per ASTM D1557. The Contractor shall ensure proper placement and compaction of pipe bedding under the pipe haunches. Payment for bedding material shall be included in the unit price. Excavated soil shall be used as backfill for the Project if it is a clean granular material meeting the general requirements for select borrow material, the maximum particle size shall not exceed 3 inches, and has a moisture content that will allow at least 95 percent compaction when placed. Payment for excavated soil backfill shall be included in the unit price bid for"Bank Run Gravel for Trench Backfill." Excess and/or unsuitable excavated material shall be loaded and disposed of offsite. This r includes all soil, asphalt, concrete, existing sewer pipe, and other excavated material. Payment to haul and dispose of excess excavated material shall be included in the unit price bid for pipe in place. um Bank run gravel shall be used only if native material is found to be unsuitable for use as backfill, after approval by the Owner. Payment for bank run gravel shall be paid under w the unit price bid "Bank Run Gravel for Trench Backfill". Bid Item 38: Cement Concrete Curb and Gutter(LF) wat Measurement of Cement Concrete Curb and Gutter shall be per lineal foot along the face of the completed curb including bends. Depending on site conditions, the amount of this item may vary. The unit price will not be adjusted if the actual quantity used varies by more than 25 percent. Curb and gutter shall match the existing curb and gutter in the locations noted on the Plans, including type and dimensions, unless otherwise noted in the Plans or by the Owner. Grade shall meet adjacent curb and gutter in a smooth transition. Contractor shall replace curb and gutter to the nearest construction joint, unless otherwise authorized by the owner. ow The unit Contract price per lineal foot for Cement Concrete Curb and Gutter shall be full compensation for forms, preparation of subgrade, placement, backfill and compaction, and all other materials, tools, equipment, and labor required for construction as specified on the Plans. +.r H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement Project\Phase II Construction\Contract Document\Specs2\Special lajh2_GO.doc\AQ\tp Page 50 SPECIAL PROVISIONS - Continued — Bid Item 39: Cement Concrete Sidewalk(SY) ,O„ Measurement of Cement Concrete Sidewalk shall be per square yard of finished surface. The unit Contract price per square yard for Cement Concrete Sidewalk shall be full compensation for all costs necessary or incidental to furnishing the all labor, equipment, tools, and materials, in connection with preparing the subgrade, placing a 4-inch thickness of crushed surfacing, to include but not limited to, construction of cement concrete sidewalk, handicap ramps, installation of warning strips, construction of additional width, furnishing and placing all expansion joint material, adjusting existing residential sidewalks and protecting all sidewalks from damage until accepted by the Owner. Depending on site conditions, the amount of this item may vary. The unit price will not be adjusted if the actual quantity used varied by more than 25 percent. The unit bid price for Cement Concrete Sidewalk shall also include all costs to provide temporary block outs of sidewalk panels due to utility poles that have not been removed and/or relocated prior to construction of the sidewalks. This shall include all labor, materials, tools, and equipment to construct the temporary block outs and construct the remaining sidewalk sections upon removal of obstructions. Cement Concrete Sidewalk shall conform to Supplemental Specification Section 8-14, City of Renton Standard Detail F007 and as shown on the Plans. Sidewalk ADA ramps shall conform to WSDOT Standard Plan F-3b and F-3a. Payment for the installation of thickened edge at curb returns and construction of handicap ramps, as shown on the Plans, shall be included under this bid item. Crushed surfacing shall be paid under the unit price bid item"Crushed Surfacing Top Course." Sawcutting shall be paid under the unit price bid item"Sawcutting." Bid Item 40: Crushed Surfacing Top Course (TN) Measurement of Crushed Surfacing Top Course shall be per ton. Measurement for crushed gravel surfacing top course will be based on actual tonnage weight as determined by measurement from a certified scale. The quantity for this item is •.� included to provide a common proposal for bid purposes. The actual quantity used in construction may vary from that amount. The unit price will not be adjusted if the actual quantity used varies by more than 25 percent. The unit Contract price per ton for Crushed Surfacing Top Course shall be full compensation for all materials, labor, tools, and equipment necessary for the fulfillment of all requirements of Standard Specification Section 9-03.9(3) in the execution of the work shown in the Plans or as required by the Owner. Any water added to the aggregate at the plant or in the field for placement and ..or compaction shall be considered incidental to this item. Bid Item 41: Sawcutting(LF) IWO H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement Project\Phase II Construction\Contract Document\Specs2\Special1a ph2_GO.doc\AQ\tp Page 51 SPECIAL PROVISIONS - Continued Measurement of Sawcutting shall be per linear foot of pavement or concrete cut. Depending on site conditions, the amount of this item may vary. The unit price will not be adjusted if the actual quantity used varies by more than 25 percent. The unit Contract price per linear foot for Sawcutting shall be full compensation for all materials, labor, tools, and equipment necessary to saw cut the existing asphalt concrete Oki and cement concrete surfaces regardless of the depth encountered or the material to be saw cut. Bid Item 42: Temporary Cold Mix Asphalt Concrete Patch (TN) Measurement of Temporary Cold Mix Asphalt Concrete Patch shall be per ton. Depending on site conditions, the amount of this item may vary. The unit price will not be adjusted if the actual quantity used varies by more than 25 percent. The unit Contract price per ton for Temporary Cold Mix Asphalt Concrete Patch shall be full compensation for removing and disposing of any disturbed pavement at trench edges, furnishing, placing, and maintaining temporary patch consisting of 3 inches of temporary cold mix asphalt during construction. Cold patch shall be placed, maintained (daily) and removed and waste hauled by the Contractor. This item is for temporary asphalt patches. Permanent trench restoration shall be per City Standard Detail H 032A and as shown on the Plans and as described under the bid item "Asphalt Concrete Pavement Cl."B"." Item 43: Asphalt Concrete Pavement Cl. "B" (TN) .w Measurement of Asphalt Concrete Pavement Cl. "B" (ACP) shall be per ton with no deduction being made for the weight of liquid asphalt, blending sand, mineral filler, or any other component of the mixture. Measurement for furnishing and installing ACP will be based on actual tonnage weight as determined by measurement from a certified scale. The quantity for this item is included to provide a common proposal for bid purposes. The actual quantity used in construction Si may vary from that amount. The unit price will not be adjusted if the actual quantity used varies by more than 25 percent. The 6-inch layer of crushed surfacing shall conform to Standard Specification Section 9- 03.9(3) for top course and placed in accordance with Standard Specification Section 4- 04.3. Payment for crushed surfacing shall be under the bid item "Crushed Surfacing Top Course." Si The unit Contract price per ton for Asphalt Concrete Pavement Cl. "B", shall be full compensation for all labor, materials, equipment, tools, and incidental costs necessary for ss placing, compacting and constructing asphalt pavement in and along the Project including asphalt concrete driveways, traffic islands, trench patching, sealing all cold joints, tack coat, raising shoulder to grade, asphalt sidewalk transitions, hauling, notifications, , aggregate, sweeping, utility marking and adjustment, furnishing and preparing subgrade, Si H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement Project\Phase 11 Construction\Contract Document\Specs2\Special Ia ph2_GO.doc\AQ\tp Page 52 SPECIAL PROVISIONS - Continued removal of existing asphalt, cleanup, and all other incidentals necessary for a complete paving system to the lines, cross-section and grades as shown on the Plans. The Contractor shall place the permanent trench patch per "Typical patch for Flexible Pavement" (City of Renton Detail H 032A)within 14 calendar days after first opening the trench. The Contractor shall plan the work to place permanent trench patches throughout project construction as the 14-day period for each section of trench approaches. Any delay of the permanent patch placement is subject to the Owner's approval. Old asphalt, concrete, soil, and other excavated material shall be disposed of offsite. Payment to haul and dispose of old asphalt and other excavated material shall be included in the unit bid price for"Asphalt Concrete Pavement Cl. `B". Bid Item 44: Restore Pavement Markings (LS) The measurement for Restore Pavement Markings shall be per lump sum. The lump sum Contract price for Restore Pavement Markings shall be full compensation for all labor, equipment, and materials required to furnish and install new pavement markings for all pavement areas affected by the Project including, but not limited to, stop bars, crosswalk striping, centerlines, lane lines, traffic buttons, channelization arrows or other channelization markers, and blue fire hydrant marker buttons. It is the Contractor's responsibility to review the Project area prior to the bid to determine all work needed for this item. The new markings shall be identical to the existing markings except where shown •• otherwise on the Plans and shall be installed to fit with the existing markings. New markings shall be extended as needed to fit with existing markings. In some areas it may be necessary to replace old markings outside the pavement restoration area with completely new markings (for example: a new stop bar will be placed across the entire lane width where a pavement patch was installed). Pavement markings shall follow the Supplemental Specifications Section 8-22 and "'" Standard Specifications Section 8-22. Bid Item 45: Traffic Signal Loop (EA) iorir The measurement for Traffic Signal Loop shall be per each. The unit bid Contract price for Traffic Signal Loop shall be full compensation for all labor, equipment, and materials required to furnish and install new traffic signal loops as shown on the Plans, as designated by the Owner, and as specified in the Special Provisions Section 8-20. Bid Item 46: Remove/Restore Existing Landscaping (LS) Measurement for Remove/Restore Existing Landscaping shall be per lump sum. The lump sum Contract price for Remove / Restore Existing Landscaping shall be full compensation for all materials, labor, tools, and equipment required to protect, remove, relocate, and restore to original condition and location or better all landscaped areas inside and outside of the right-of-way that are affected or damaged by the Contractor as H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement Project\Phase II Construction\Contract Document\Specs2\Special I a ph2_GO.doc\AQ\tp Page 53 UPC Ali SPECIAL PROVISIONS - Continued Irs shown on the Plans, as directed by the Owner, and as specified in the Special Provisions Section 2-01. Topsoil, seeding, mulching, and sod will be paid under their respective bid items. Features classified as landscaping include all shrubs, trees, planter boxes, structural and non-structural concrete and block walls, structural and non-structural rock walls, sprinkler aw boxes, yard lights, bark and any other plants and structures. One existing cedar tree and its rootball located at approximately Station 29+80 shall be Nil removed. Bid Item 47: Topsoil Type C (CY) Measurement of Topsoil Type C shall be per cubic yard. The unit price will not be adjusted if the actual quantity used varies by more than 25 percent. The unit Contract price per cubic yard for Topsoil Type C shall be full compensation for furnishing all materials, labor, equipment, and supplies necessary to furnish and place topsoil as shown in the Plans and as described in the bid item "Remove/Restore Existing Landscaping". w► Depending on site conditions,the amount of this item may vary. ro Bid Item 48: Seeding, Fertilizing, and Mulching (SY) Measurement of Seeding, Fertilizing, and Mulching shall be per square yard. The unit price will not be adjusted if the actual quantity used varies by more than 25 percent. The unit Contract price per square yard for Seeding, Fertilizing, and Mulching shall be full compensation for furnishing all materials, labor, equipment, and supplies necessary to prepare soil, furnish plant seeds and fertilize, and fine grade. This item shall be applied in various locations throughout the Project site as directed by the Owner. Depending on site conditions,the amount of this item may vary. Bid Item 49: Television Inspection (LS) Measurement of Television Inspection shall be per lump sum. The lump sum Contract price for Television Inspection shall be full compensation for all labor, materials, equipment, and video tape recordings necessary to document the completed condition of the newly installed pipes. The new storm and sanitary sewer pipe installed for the Project shall be inspected between all Type 2 catch basins and/or gay manholes. Inspections are not required between Type 2 to Type 1 and Type 1 to Type 1 catch basins. The new vaults shall be inspected as well. Bid Item 50: Compaction Testing(EA) Measurement for Compaction Testing shall be per each test performed. The unit price will not be adjusted if the actual quantity used varies by more than 25 percent. H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement Project\Phase II Construction\Contract Document\Specs2\Special1a ph2_GO.doc\AQ\tp Page 54 VW tip SPECIAL PROVISIONS - Continued The unit Contract price per each for Compaction Testing shall be full compensation for all labor, materials, equipment, laboratory costs, etc, needed to sample, test and report each Compaction Test for the Project. This item applies to all compaction tests for all material needed for the Project. The test requirements for the different materials are contained in those bid items and/or `" Specifications. For native soil or Bank Run Gravel used for trench backfill the average testing frequency will be one (1)test per every 50 CY(or 80 tons) of backfill placed. For quantities less than 50 cubic yards, a minimum of one test shall be performed. The now Owner may decide to limit the number of compaction tests performed if it is determined that the Contractor is meeting the compaction requirements. Bid Item 51: Force Account(LS) Measurement of Force Account shall be per lump sum. The unit Contract price for Force Account shall be $15,000. At the discretion of the Owner, all or part of this lump sum may be used in lieu of the more formal procedure as outlined in Standard Specification Section 1-04.4. All work and payment under this item must be authorized in writing by the Owner. Payment will be determined in accordance with Section 1-09.4 of the Standard Specifications. Payment for this item will only be for the changes and amounts approved by the Owner. If no items are authorized under this item, final payment for this bid item will be $0 w- (zero). AWN H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement Project\Phase II Construction\Contract Document\Specs2\Special1a ph2_GO.doc\AQ\tp Page 55 • rrr art: SPECIAL PROVISION - Continued amo SPECIAL PROVISIONS 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP 2-01.1 Description r Section 2-01.1 shall be supplemented with the following: Clearing and grubbing on this Project shall be performed by the Contractor within the following limits: Along and within the construction area of S.W. 7th Street from Lind Ave. S.W. to Morris Ave. S approximately two feet beyond toe of cut or top of fill or to the right-of-way line whichever is less. The Contractor shall determine prior to the bid opening the extent of work by field inspection,using the topographic features shown on we the Plans as a guide for determining the right-of-way location. Existing landscaping, including but not limited to, rockeries, beauty bark, decorative gravel or rock, bushes, trees, and shrubbery adjacent to the work areas shall be protected from damage and/or temporarily removed and/or relocated as required. The Contractor shall assume all costs for these items to include, but not be limited to, protection, removal, temporary, or permanent relocation, watering, staking, etc. amt The property owners shall be requested to remove and/or relocate ornamental trees, shrubs, irrigation, wood headers, ornamental plants, and any other decorative landscaping materials within the work areas that they wish to save. The Contractor shall notify both verbally and in writing all abutting property owners and allow them a minimum of two weeks from the date the property owner is notified for the property owner to remove landscaping within the work area. The Contractor shall temporarily remove all such items not removed by the property owner. For bidding purposes the Contractor shall assume that he/she shall remove and replace all such items. The Contractor shall submit a checklist to the Owner verifying notification of property owners of landscaping Of relocation requirements. Shrubs and trees with less than two inches caliper trunks at the bases shall be relocated at the edge of the right-of-way or outside the limits of construction along the property owner's frontage as directed by the Owner. All landscaping materials not removed by the property owner(s) shall be removed, relocated, or disposed of(if authorized by property owner) by the Contractor. Prior to the removal of the landscaping materials, the Contractor must receive approval from the Owner to begin this work. If the Contractor removes or damages any existing plant or plants not designated for removal because of any act, omission, neglect of misconduct in the execution of the work, such plant(s) shall be restored or replaced by the Contractor to a condition similar or equal to that existing before such damage or removal at the Contractor's expense. If the existing vegetation dies, the Contractor shall replace it with vegetation of the same species, size, and density where applicable. The Contractor shall warranty all vegetation for one year after completion of the project. The Contractor shall replace any vegetation that dies within the one-year period with new vegetation at no cost to the Owner. All replacement vegetation shall have the same one-year warranty and replacement guarantee. H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement Project\Phase II Construction\Contract Document\Specs2\Special2a ph2.doc\AQtp Page 56 SPECIAL PROVISION - Continued 2-01.2 Disposal of Usable Material and Debris ,.,r The third paragraph of Section 2-01.1 is deleted and replaced with the following: Refuse and debris shall be hauled to a waste site secured by the Contractor and shall be disposed of in such a manner as to meet all requirements of state, county, and municipal regulations regarding health, safety and public welfare. 2-01.5 Payment Clearing and grubbing shall be included under the lump sum bid price for "Remove/Restore Existing Landscape." 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 2-02.1 Description Section 2-02.1 shall be supplemented with the following: The work shall consist of necessary removal and disposal of existing improvements, including pavements, sidewalks, curbs, concrete road structures, catch basins, manholes, abandoned piping, the brick obstruction at approximate Station 21+00 and the pipe obstruction at approximate Station 24+20 as shown on the Plans and other items IMO necessary for the completion of the Project. The Contractor is responsible for maintaining access to residential and commercial driveways at all times except when constructing the new system across a driveway. The Contractor shall notify each owner at least one day ahead of time when their driveway may be inaccessible during working hours. Access to driveways shall be restored at the end of each working day. Temporary asphalt and/or gravel paving will be used where needed to maintain driveway access and prevent muddy conditions from inconveniencing residents and businesses. Asphalt and gravel will be paid for under separate bid items. "' All existing manholes and catch basins as noted on the Plans to be removed shall be completely removed, including the base, and hauled offsite for disposal. The Contractor shall coordinate with the appropriate utility companies for the removal, replacement, -•o and/or relocation of utility boxes and vaults and power poles. The removal, replacement, and/or relocation of mailboxes during construction shall be per Standard Specification Section 8-18.3, as directed by the Owner, and as specified in the Special Provisions. Not Waste materials shall be disposed of at an approved and licensed site, or recycling facility,per Standard Specification Section 2-03.3(7)C. 2-02.3 Construction Details 2-02.3(1) General Requirements Section 2-02.3(1) shall be supplemented with the following: The removal(s) shall be conducted in such a manner as not to damage existing utilities, roadway, and other structures that are to remain in place. The Contractor shall repair, replace, or otherwise restore damage resulting from his/her activities. The limits of H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement Project\Phase II Construction\Contract Document\Specs2\Special2a ph2.doc\AQtp Page 57 .r. SPECIAL PROVISION - Continued removal for concrete or rigid materials shall be either the edge of the structure, and existing construction joint, or a new sawcut. The depth of sawcuts shall be such as will accomplish the intended purpose, and will be determined in the field to the satisfaction of the Owner. 2-02.3(1)A Salvage (New Section) .r Unless otherwise indicated in the Plans or Specifications, all removed items of recoverable value shall be carefully salvaged and delivered to the Owner in good condition, and as directed by the Owner. Materials and items deemed of no value by the Owner shall be removed by the Contractor, and shall become the Contractor's property to be disposed of at no additional cost to the Owner. 2-02.3(1)B Contractor Provided Disposal Site (Addition) Waste materials shall be hauled to a waste site secured by the Contractor and shall be disposed of in such a manner as to meet all requirements of state, county and municipal regulations regarding health, safety and public welfare. ver 2-02.3(4) Sawcutting (New Section) Where shown on the Plans or where directed by the Owner, the Contractor shall make a „h neat vertical sawcut at the boundaries of the area to be removed. Care shall be taken sawcutting as not to damage any of the existing asphalt concrete to remain in place. Any pavement damage by the Contractor due to his/her operations shall be repaired or replaced by the Contractor at his/her own expense. Existing pavement shall be precut before commencing excavation, and shall be removed, as required, for the construction. All cuts shall be continuous, and shall be made with saws specifically equipped for this purpose. No skip cutting will be allowed. Any pavement, which is damaged outside the allowable trench widths, as shown on the Plans, shall be repaired entirely at the Contractor's expense. Wheel cutting or jack hammering will not be considered an acceptable means of pavement"cutting", unless pre-approved by the Owner. However, even if pre-approved as a method of cutting or if the Owner directs the Contractor to utilize this method of cutting, no payment will be made for this type of work. 2-02.5 Payment All removal shall be included under the lump sum bid price for"Removal of Structure and Obstruction." All sawcutting shall be included under the unit bid price for "Sawcutting." 2-03 ROADWAY EXCAVATION AND EMBANKMENT 2-03.3 Construction Requirements Section 2-03.3 shall be supplemented with the following: H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement Project\Phase II Construction\Contract Document\Specs2\Special2aj,h2.doc\AQtp Page 58 ail SPECIAL PROVISION - Continued The Contractor's material suppliers shall be required to furnish certification and aggregate gradation results from a qualified testing laboratory(approved by Owner)that the materials supplied are in conformance with these Specifications. The Contractor shall further be required to provide the services of an Owner-approved soils testing firm to conduct in place density tests of the gravel materials to verify if the compaction requirements are in compliance with these Specifications. For bidding purposes, the Contractor shall assume one test for every 50 cubic yards (or 80 tons) of material used. For quantities less than 50 cubic yards, a minimum of one test shall be performed. Test results shall be given directly to the Owner by the testing lab and not via the Contractor. +.P All material shall be compacted to at least 95% of maximum dry density using ASTM D1557. 2-03.3(19) Wet Weather Earthwork(New Section) The following items shall be followed if earthwork is to be accomplished in wet weather or in wet conditions: a. Earthwork shall be accomplished in small sections to minimize exposure to wet weather. Excavation or the removal of unsuitable soil shall be 1,,, followed immediately by the placement and compaction of a suitable thickness (generally 8 inches or less) of clean structural fill. The size and/or type of construction equipment shall be selected as required to prevent soil disturbance. In some instances, it may be necessary to limit equipment size or to excavate soils with a backhoe, gradall, or equivalent to minimize subgrade disturbance caused by equipment traffic. IMO b. Fill or backfill material shall consist of clean, granular soil, of which not more than 3 percent by dry weight passes the No. 200 mesh sieve, based on wet sieving the fraction passing the 3/4-inch sieve. The fines shall be non-plastic. c. The ground surface in the construction area shall be sloped to promote the rapid runoff of precipitation and to prevent ponding of water. d. No soil should be left uncompacted and exposed to moisture. A smooth drum vibratory roller, or equivalent, shall be used to seal the ground surface. e. Excavation and placement of fill or backfill material will be observed by the Owner, to determine that all work is being accomplished in accordance WOW with the project specifications. f. Dewatering shall be completed per Special Provision Section 7-08.3(1)D. 2-03.5 Payment ,r„ Section 2-03.5 shall be supplemented with the following: All costs associated with compaction tests shall be included under the unit bid price for "Compaction Testing." All other costs associated with the above items shall be borne by the Contractor and shall be considered incidental to the project and merged into the various lump sum and unit prices. H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement Project\Phase II Construction\Contract Document\Specs2\Special2a_ph2.doc\AQtp Page 59 WOO SPECIAL PROVISION - Continued 2-07 WATERING Prior to placing new fills, sub-base course materials, all subgrade areas shall be proofrolled to locate any soft or pumping soils. Proofrolling can be completed using a piece of heavy tire-mounted equipment or a loaded dump truck. If soft or pumping soils are observed, such unsuitable subgrade soils shall be overexcavated and replaced. After completing the proofrolling, the subgrade areas shall be recompacted. Subgrade material shall be compacted to at least 95%of maximum dry density using ASTM D1557. two 2-07.3 Construction Requirements Section 2-07.3 shall be supplemented with the following: During construction,the Contractor shall have dedicated to the Project a suitable water truck that shall be operated as necessary to control dust. Failure to have a water truck immediately accessible to the job and failure to use said water truck or other City approved method for dust control shall be adequate reason to "shut-down"the Project construction. Such shut down is herein agreed to by the Contractor upon submitting a bid for this Project. .� Water for this Project shall be obtained from the City of Renton at no cost to the Contractor. However,the City of Renton retains the exclusive right to operate all hydrants and valves. Furthermore, if conditions warrant, the Owner can and may elect to restrict the use, amount, location, and time of removal to best comply with the Owner's own needs. us 2-07.5 Payment Section 2-07.5 shall be supplemented with the following: The cost of water placement shall be merged with the unit price bid for"Bank Run Gravel for Trench Backfill." wirs H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement Project\Phase II Construction\Contract Document\Specs2\Special2a ph2.doc\AQtp Page 60 SPECIAL PROVISIONS 4-04 BALLAST AND CRUSHED SURFACING 4-04.1 Description Section 4-04.1 shall be supplemented with the following: Crushed surfacing shall be placed beneath the curb, gutters, and sidewalk as required, as ,,., well as beneath the asphalt concrete pavement repair and driveway repair sections, as shown on the Plans and as directed by the Owner. 4-04.3(5) Shaping And Compaction Section 4-04.3(5) shall be supplemented with the following: The Contractor's material suppliers shall be required to furnish certification and aggregate gradation results from a qualified testing laboratory(approved by Owner)that the materials supplied are in conformance with these Specifications. The Contractor shall further be required to provide the services of an Owner-approved soils testing firm to conduct in place density tests of the gravel materials to verify if the compaction requirements are in compliance with these Specifications. Test results shall be given directly to the Owner by the testing lab and not via the Contractor. Crushed surfacing shall be compacted to at least 95% of maximum dry density using ASTM D1557. 4-04.5 Payment All costs associated with compaction tests shall be included under the unit bid price for "Compaction Testing." All other costs associated with the above items shall be borne by the Contractor and shall be considered incidental to the Project and merged into the various lump sum and unit prices. SIMI SW T"Street Storm Drainage Improvement Project—Special Provisions\AQtp Page 61 • rr rrr SPECIAL PROVISIONS - Continued SPECIAL PROVISIONS rr 5-04 ASPHALT CONCRETE PAVEMENT 5-04.1 Description Section 5-04.1 shall be supplemented with the following: Asphalt concrete pavement(ACP) shall be Class B. Trench repair patches shall be in accordance with the Contract Documents. The Contractor shall place permanent trench patches per"Typical Patch For Flexible "st Pavement" (City of Renton Standard Detail H 032A) every 14 calendar days (maximum) over all sections of completed stormwater pipe after first opening the trench. Permanent trench restoration shall be performed throughout the project construction. „r All areas of trench excavation under the existing road, or driveways shall be restored with a Typical Trench Patch shall be per City of Renton Standard Detail H 032A. The ACP layer above the crushed surfacing shall be 6 inches of Class "B" asphalt placed in two equal lifts. All applications of ACP shall be per Supplemental Specifications Section 5- 04. so All patches and repairs shall be joined to existing pavement with a clean, sawcut joint. Feathering of edges is not acceptable. Any damaged pavement will be restored by sawcutting and removing damaged asphalt, supplementing and compacting the base, and placing new asphalt. The cost for sawcutting due to damaged pavement shall be considered incidental to this item. The 6-inch layer of crushed surfacing shall conform to Standard Specification Section 9- 03.9(3) for top course and placed in accordance with Standard Specification Section 4- 04.3. Payment for crushed surfacing shall be under the bid item"Crushed Surfacing Top Course." 5-04.2 Materials Section 5-04.2 shall be supplemented with the following: Tack coat shall be emulsified grade CSS-1, as specified in Section 9-02.1(6) of the Standard Specifications. Tack coat shall be applied as specified in Section 5-04.3(5)A of the Standard Specifications. The tack coat shall be applied to all existing pavement surfaces and between successive layers of asphalt concrete pavement. 5-04.3 Construction Requirements Section 5-04.3 shall be supplemented with the following: Temporary Cold Mix During the course of construction, it may be necessary to provide improved temporary NW access along the streets within the construction route and such major property access roads, as may be designated by the Owner in the field. Such improved temporary access SW 7th Street Storm Drainage Improvement Project—Special Provisions\AQtp Page 62 rr SPECIAL PROVISIONS - Continued shall be provided by patching the crossings and entrance roads with temporary cold mix asphalt concrete, until such time as the permanent asphalt pavement is installed. The backfill shall be thoroughly compacted and brought to a smooth grade prior to placing the material. This cold mix asphalt concrete shall consist of a mixture of mineral aggregate and a minimum of five and one half percent (5 1/2%) cutback asphalt binder MC-250, combined in a mechanical mixer. It shall be placed, maintained(daily), and removed and waste hauled by the Contractor. Typical compacted depth will be three inches. The temporary cold mix shall be placed, maintained (daily), and removed and waste �.. hauled by the Contractor. 5-04.3(2) Hauling Equipment The first paragraph of Section 5-04.3(2) shall be supplemented with the following: If the truck has not used canvas to protect asphalt from weather during haul, the Owner 'WI reserves the right to reject the load. Rejection of load due to non-protection will not be basis for any compensation. 5-04.3(5)C Crack Sealing Delete the first sentence of Section 5-04.3(5)C and supplement it with the following: Contractor shall seal all asphalt concrete pavement joints. Prior to sealing the cracks and joints, they shall be cleaned with a stiff-bristled broom and compressed air. •.. 5-04.3(9) Spreading and Finishing Section 5-04.3(9) shall be supplemented with the following: Asphalt Concrete Pavement(ACP) Class B ACP Class B shall be placed to the compacted depths specified herein, equal to existing """ ACP thickness for restored ACP, or as shown on the Plans as leveling and wearing course. Asphalt over 3 inches in compacted depth or where specified on the Plans shall be placed in two equal lifts. Placement shall be in accordance with applicable provisions .�. of Section 5-04. Existing pavement shall be sawcut before commencing excavation, per Special Provisions Section 2-02.3(7) and shall be removed, as required, for the construction. The width of pavement cuts shall be approved in the field by the Owner before cutting or removal of the pavement. SW 7th Street Storm Drainage Improvement Project—Special Provisions\AQtp Page 63 rr ,rr SPECIAL PROVISIONS - Continued 5-04.3(11) Joints The first Sentence of Paragraph 5 of Section 5-04.3(11) is revised to read as follows: The longitudinal joint in any one layer shall be offset from the layer immediately below by less than 12 inches. Section 5-04.3(11) shall be supplemented with the following: The Contractor shall provide butt joints where the new asphalt concrete pavement meets the existing pavement as shown on the Plans or as directed by the Owner in a manner to produce a smooth riding connection to the existing pavement. The depth of butt joint required shall be determined by the depth of new asphalt concrete pavement specified on the Plans. The surface elevation of new and existing asphalt concrete pavement shall be the same as all butt joints, as shown on the detail in the Plans.. All asphalt concrete joints shall be sealed with asphalt cement AR-4000W, per Section 9-02,or as directed by the Owner. After sealing, a sand blanket shall be hand applied to 1111* the surface to help prevent tracking. Excess sand shall be removed and wastehauled. All costs associated with providing, placing and sealing butt joints shall be considered incidental to and included in the unit contract prices for the various items involved. sa 5-04.3(15) Asphalt Concrete Approach Section 5-04.3(15) shall be supplemented with the following: vo Where shown on the Plans and as further directed in the field by the Owner, existing asphalt driveways shall be reconstructed to provide a smooth transition to match with the new roadway grade. The approximate limits of reconstruction are noted on the plans and will be determined during construction. The existing asphalt pavement shall be removed in accordance with Section 2-02.3(3). The asphalt concrete sawcut shall be made in accordance with Section 2-02.3(7). Crushed surfacing top course shall be placed in accordance with Section 4-04.3. Prior to paving the driveway, the Contractor shall obtain the Owner's approval that the new approach meets the requirements of the Owner. At some locations, after the driveway has been graded, the limits may need to be expanded to meet the Owner's requirements. All additional work will be paid under the respective unit bid prices. Asphalt concrete driveways shall be constructed as follows. All asphalt concrete pavement shall be sawcut. The drive shall first be shaped to size and grade, as designated by the Owner. Four inches (minimum) of crushed surfacing top course shall then be placed and compacted. A two-inch lift of Class `B" asphalt concrete, as specified for this project shall then be placed and compacted. All cold joints shall be sealed with a 6-inch wide strip of AR4000W and sand blanket to alleviate tracking. Nit SW 7"Street Storm Drainage Improvement Project—Special Provisions\AQtp Page 64 SPECIAL PROVISIONS - Continued 5-04.4 Measurement See Special Provisions Section 1-09.14 for the measurement of the items listed above. 5-04.5 Payment All costs associated with asphalt concrete pavement shall be included under the unit bid prices for"Temporary Cold Mix Asphalt Concrete Patch", "Asphalt Concrete Pavement Cl. B" and "Crushed Surfacing Top Course." All costs associated with preparing the untreated roadway and furnishing and applying ••• tack coat shall be considered incidental to the Project and merged into the various lump sum and unit prices. All other costs associated with the above items shall be borne by the Contractor and shall be considered incidental to the project and merged into the various lump sum and unit prices. uuu MOW NION SW 7th Street Storm Drainage Improvement Project—Special Provisions\AQtp Page 65 rr SPECIAL PROVISIONS 7-04 STORM SEWERS 7-04.2 Materials Section 7-04.2 shall be supplemented with the following: The storm sewer pipe shall be the size and material indicated on the Plans. Corrugated est polyethylene storm sewer pipe (CPEP) or ductile iron shall be used for all storm sewer pipes 12-inches to 36-inches in diameter as indicated on the Plans. Class IV reinforced concrete pipe shall be used for all storm sewer pipes 60-inches in diameter. Where indicated on the Plans,reinforced concrete pipe lying under tee top access risers shall be reinforced with three (3) no. 6 steel bars in the longitudinal direction and two (2) no. 6 steel bars in the circumferential direction as shown on the Plans. Pipe shall be tested per Standard Specification Section 7-4.3(1)E. CPEP storm sewer pipe shall meet the specifications detailed in Special Provisions Section 9-05.19 and Standard Specification Section 9-05.20. Watertight joints shall be .r► furnished and installed. Concrete Drain Pipe shall meet the specifications required in Section 9-05.1(1). Reinforced concrete shall meet the specifications detailed in Supplemental Specification Section 9-05.7(2). rrs Ductile Iron pipe shall be Class 52 and shall meet the specifications detailed in Standard Specification Section 9-05.13. Watertight joins shall be furnished and installed. In the areas indicated on the Plans, 12-inch and 24-inch Fernco adapters or equal as approved by the Owner shall be used for pipe connections as appropriate. 7-04.3 Construction Requirements Section 7-04.3 shall be supplemented with the following: The Contractor shall take all steps necessary to ensure that existing storm sewer facilities remain fully flowing during all stages of construction and modification. Overflows of facilities will not be permitted. The Contractor shall make all connections of temporary pumping equipment with temporary power service and controls. At the locations indicated on the Plans, knockouts are to be drilled with 1-inch holes at 2 inch spacing to provide a suitable pipe connection with a watertight connection constructed between the structure and the pipe. Reconnecting laterals shall be accomplished through a connection made at a Type 2 catch basin where provided or per Supplemental Specification 7-04„3(2)G as approved by the Owner. The lateral shall connect to the new pipe or it shall be lowered(or raised) to pass beneath(or above) the new storm line and reconnected to the existing storm pipe in the .r approximate location as shown on the Plans. Where the lateral connects to the storm line that is to be abandoned, the existing connection shall be capped with a fitting approved by the Owner. The exact construction method for connecting or lowering/raising laterals shall be reviewed with the Owner for approval prior to lowering (or raising). SW 7t Street Storm Drainage Improvement Project—Special Provisions\AQ\tb Page 66 iflllt SPECIAL PROVISIONS - Continued 7-04.5 Payment All costs associated with storm sewers shall be included under the unit bid prices for "CPEP Drain Pipe 8-inch Dia.", "Ductile Iron Drain Pipe 12-inch Dia.", "CPEP Drain Pipe 12-inch Dia.", "CPEP Drain Pipe 18-inch Dia.", "CPEP Drain Pipe 24-inch Dia.", "Class IV Reinforced Concrete Drain Pipe 24-inch Dia.", "CPEP Drain Pipe 36-inch Dia.", "Class IV Reinforced Concrete Drain Pipe 60-inch Dia.", "Bank Run Gravel for Trench Backfill", "Unsuitable Foundation Excavation, Incl. Haul", "Gravel Backfill for �• Foundation Class B, and"Controlled Density Fill."All other costs associated with the above items shall be borne by the Contractor and shall be considered incidental to the Project and merged into the various lump sum and unit prices. 7-04.6 Television Inspection (New Section) The new storm sewer pipe installed for the Project shall be inspected by the use of a television camera before final acceptance between all Type 2 catch basins, approximately 3,000 linear feet. All vaults shall be inspected by television camera as well. Inspections are not required between Type 2 to Type 1 and Type 1 to Type 1 catch basins. The video inspection shall be done after the manholes have been channeled and the line cleaned and flushed. The video inspection shall be done with a minimum flow of water in the pipe and inspected in the direction of the flow unless otherwise approved by the Owner. The camera shall have rotational capabilities and be used by the operator to view up each side service connection and provide best views of any non-conforming items. Once the television inspection has been completed the Contractor shall submit to the Owner the written reports of the inspection plus the videotapes. Said videotapes are to be in color and compatible with the Owner's viewing and recording systems. The Owner's system accepts 1/2-inch wide high-density VHS tapes. The tapes will be run at standard speed SP (1 5/16 I.P.S.). The Contractor shall use TV inspection report forms as considered industry standard and as approved by the Owner, and provide completed forms and video tapes of the completed TV inspection to the Owner. 7-05 MANHOLES, INLETS, AND CATCH BASINS 7-05.1 Description Section 7-05.1 shall be supplemented with the following: Delete the reference to "Standard Plans" and replace it with"City of Renton Standard Details." 7-05.2 Materials 7-05.2(1) Frames and Covers (New Section) Manhole frames and covers shall be ductile iron and suitable for H-20 loading conditions. The iron shall be of such character as to make castings that will be tough, strong, sound, and of even grain and shall conform to the requirements of ASTM A48, Class 30B. Manhole frames and covers shall be of uniform quality, free from blowholes, porosity, SW 7th Street Storm Drainage Improvement Project—Special Provisions\AQ\tp Page 67 rr SPECIAL PROVISIONS - Continued shrinkage distortion, cavities, cracks, or other defects. They shall be smooth and well cleaned and continuously machined to prevent rocking and rattling. Welded or caulked repairs shall not be permitted. Covers shall be easily removable and shall be interchangeable. Castings shall be as shown on the Plans, and storm sewer covers shall be marked"Storm" with cast-in,two-inch-high, APWA standard lettering. The manufacturer's name shall be cast into, and not stamped on, an exposed surface. r All catch basins and concrete area inlets shall be furnished with a vaned cast iron, rectangular frame and grate, (Olympic Foundry or equivalent as approved by Owner) unless (ring and) solid lid is otherwise indicated in the Plans. All access risers shall have solid lids frames shall be grouted to the body of the catch basin. Catch basins and surface inlets shall be set to line and grade, approved in the field by the Owner. ON 7-05.2(2) Precast Concrete Catch Basins and Concrete Inlets (New Section) The concrete catch basins and concrete area inlets shall be of precast concrete, per City of Renton Standard Details. Catch Basin Type 1 shall be per City of Renton Standard Detail "' B 012. Catch Basin Type 2 shall be per City of Renton Standard Details B 027 and B 027.1 with pre-cast A-lok watertight connections meeting ASTM C-923 or equivalent as approved by Owner. All Catch Basins Type 2 shall have flat tops. .w 7-05.2(3) 108-Inch Catch Basins (New Section) The 108-inch concrete catch basins shall be as indicated on the Plans and shall be designed for H-20 loading and installed with pre-cast A-lok watertight connections meeting ASTM C-923 or equivalent as approved by Owner. 7-05.3 Construction Requirements Section 7-05.3 shall be supplemented with the following: to Unless otherwise noted on the Plans, the Contractor shall construct all manholes, and catch basins from precast concrete bases and risers. Cast-in-place concrete bases shall be OW watertight and may only be used for"straddle"of existing systems. Pipe connections shall also be watertight with pre-cast A-lok connections meeting ASTM C-923 or equivalent as approved by Owner. Tee top access risers shall be installed according to the Plans. Frames and grates for the risers shall be per Renton City Standard Detail B019. Ring and cover assemblies shall be per Renton City Standard Detail B074. The 48-inch manhole sections of the access risers shall conform to City of Renton Standard Detail B027 and shall have flat slab covers. The outside contact points between the manhole and the 60-inch diameter pipe shall be epoxied and grafted with a Class 5,000 concrete gunite mix. The graft interface area shall be cleaned and treated with a bonding agent. As indicated on the Plans, no connection '/ shall be allowed between the springline of the pipe and six inches above the epoxy area. Precast sections with damaged joint surfaces or with cracks or damage shall not be .� installed. Precast base sections shall be set on a prepared bedding material. Before the precast base „ is set in place, the bedding material shall be carefully leveled to provide full bearing for the entire base section. use SW r Street Storm Drainage Improvement Project—Special Provisions\AQ\tp Page 68 SPECIAL PROVISIONS - Continued 1I Precast riser sections and cones shall be set using the specified joint sealant or gasket. Priming and preparation of surfaces and installation of jointing material shall be in strict conformance with the manufacturer's instructions. Only one riser section one-foot high shall be used per structure. Grade rings shall be set in a full bed of cement grout. Frames shall be set carefully to the established surface grade in a full bed of cement grout. The contact surfaces of the frames and covers shall be machined finished to a common plane or have other adequate provisions to prevent rocking. The rim elevation shall be set flush with the existing pavement or grade in paved and improved areas. In �.» unimproved areas, rim elevations shall be set one-inch above finished grade unless otherwise shown on the Plans to be set higher. NMI Channeling of inverts shall be provided, where required, and given a light broom finish, or equivalent, and shall be sloped to drain into the invert. Where new connections are made to existing structures, any existing channelization shall be removed or modified, at the Contractor's option, so that all pipes are channeled to drain to the exit invert. Pre- NNW channelized structures are not acceptable. Steps shall be installed in base sections, riser sections, and taper sections so that the completed manhole will have a continuous vertical ladder with equally spaced rungs. Steps shall be firmly cast or grouted in place. Infiltration from around steps will not be permitted. Frames shall be grouted to the body of catch basins. The catch basins shall be set to line and grade as shown on the Plans or approved in the field by the Owner. All pipe couplings shall be securely grouted into the structure. The cost of the catch basin shall include "straddling" or interrupting the existing storm system, where required, removing the existing pipeline within the new basin, and connecting the new pipeline to the new structure. Backfill around the manholes shall be conducted in accordance to Special Provision Specification Section 7-08.3(3). "M 7-05.3(3) Connections to Existing Manholes Section 7-05.3(3) shall be supplemented with the following: Pipe connections for storm sewers shall be watertight with pre-cast A-lok connections meeting ASTM C-923 or equivalent as approved by Owner. 7-05.3(4) Drop Manhole Connection Section 7-05.3(4) shall be supplemented with the following: The inside drop manhole connection shall be constructed in accordance to City of Renton Standard Detail BR18C in the location shown on the Plans. 7-05.5 Payment All costs associated with manholes, area inlets and catch basins shall be included under the unit bid prices for"Catch Basin, Type 1", "Catch Basin, Type 2—48 inch Dia.", "Catch Basin, Type 2—54 inch Dia.", "Catch Basin, Type 2—60 inch Dia.", "Catch Basin, Type 2—72 inch Dia.", "Catch Basin, Type 2—96 inch Dia.", "Catch Basin, Type SW 7'h Street Storm Drainage Improvement Project—Special Provisions\AQ\tp Page 69 rr` SPECIAL PROVISIONS - Continued �* 2— 108 inch Dia.", "Access Riser—48 inch Dia.", "Bank Run Gravel for Trench Backfill", "Unsuitable Foundation Excavation,Incl. Haul", "Gravel Backfill for Foundation Class B", "Sanitary Sewer Relocation—Shattuck Ave. S.","Sanitary Sewer Relocation—Hardie Ave. S.W." and"Controlled Density Fill". All other costs associated with the above items shall be borne by the Contractor and shall be considered incidental to the project and merged into the various lump sum and unit prices. 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS 7-08.3(1)A Trenches WIN Section 7-08.3(1)A shall be supplemented with the following:: .w Trench excavation shall include removal and wastehaul of all excess and/or unsuitable material encountered, including but not limited to, abandoned pipelines, concrete, asphalt, tree stumps, trees, logs, abandoned rail ties, piling, riprap, and other deleterious material. It is not anticipated solid rock will be encountered. Should such material be encountered, however, it will be paid for by change order. Boulders or broken rock less than two (2) cubic yards in volume, will not be classified as rock, nor will so-called"hard-pan"or cemented gravel. The Owner reserves the right to restrict the Contractor in the amount of trench open at any one time. Should the Contractor, in the Owners' opinion, fail to diligently pursue adequate backfilling and compaction efforts, the limit of open trench shall be 100 lineal feet. Upon completion of work each day, all open trenches shall be completely backfilled, compacted, leveled and temporarily patched, graveled, or otherwise protected (as approved by the Owner), as herein specified. If the Contractor purposely or neglectfully excavates trenches to a width beyond the maximum payment limit lines of the trench, as detailed on the Plans, then payment for import trench backfill, and any additional surface restoration (temporary and permanent) of the type warranted shall be limited to the maximum payment width specified on the Plans for that size of pipe and depth of bury. All trench backfill, bedding, and surface restoration required beyond the maximum payment limits, shall be merged in the various items bid and include the additional compaction and testing of same. rw The width of the trench in the vicinity of the pipe shall be carefully controlled and maintained to insure the structural strength of the pipe is not jeopardized. See details on the Plans. law 7-08.3(1)B Shoring Section 7-08.3(1)B shall be supplemented with the following: Trenches shall be shored using a shoring system appropriate for the soil and ground water conditions encountered as approved by the Owner. To minimize noise and comply with vim the noise variance for this Project, only vibratory or pushing methods will be acceptable for the installation of shoring during nighttime work. The shoring system shall be designed and constructed so as to allow full compliance with Project traffic control and work schedule requirements. ,.r SW 7'"Street Storm Drainage Improvement Project—Special Provisions\AQ\tp Page 70 • SPECIAL PROVISIONS - Continued Soils Information A soils investigation has been conducted for this Project and a copy of the Reports are included with the Contract Documents. Geotechnical and dewatering reports, by HWA GeoSciences Inc., dated March 14, 2003, and February 18, 2004, respectively were prepared for the exclusive use of the Owner and its agents to assist in the design of the subject facility. This information is made available to the Contractor to assist in the design of the shoring systems. It is made available to Contractors for information on factual data only, and not as a warranty of subsurface conditions, such as those interpreted from the exploration logs and generalized subsurface profiles presented, and discussion of subsurface conditions included in the Report. Data on indicated subsurface conditions are not intended as representations or warranties of accuracy or continuity between soil borings. It is expressly understood that the Owner and its agents shall not be responsible for interpretations or conclusions drawn by the Contractor from the Geotechnical Report. This data is made available solely for the convenience of the Contractor. .N. The Contractor shall review the Geotechnical and Dewatering Reports and previous groundwater records for this Project available in the Contract Documents. Upon review of this information, the Contractor shall submit to the Owner for review and approval VON prior to construction activities, a shoring plan showing how shoring will be accomplished and detailing the techniques and equipment that will be used. The shoring plan shall be coordinated with the dewatering plan and reviewed and WWI approved by the Contractor's Geotechnical and Structural Engineers. Calculations, which are stamped and signed by the Contractor's Engineers, shall be provided with the submittal. Existing Utilities The Contractor shall protect existing active sewer, water, gas, electrical and other utility services and structures as may be present. This shall also include all pipelines, services and structures that are the property of the Owner. Removal The Contractor shall remove shoring and bracing in stages to avoid disturbances to adjacent and underlying soils and damage to structures, pavements, facilities and utilities. The Contractor shall repair or replace, as acceptable to the Owner, adjacent work damaged or displaced through the installation or removal of shoring and bracing work. Public Safety All work shall be carried out with due regard for public safety. Open trenches shall be IOW provided with proper barricades, or as directed in the Traffic Control Permit. 7-08.3(1)C Pipe Zone Bedding Section 7-08.3(1)C shall be supplemented with the following: SW 7th Street Storm Drainage Improvement Project—Special Provisions\AQ\tp Page 71 low SPECIAL PROVISIONS - Continued wit All references to "Standard Plan" shall be deleted, and replaced with the details shown on the Plans. Pipe bedding shall conform to Class I,II, or III per ASTM D2321. Subsequent lifts of not more than six inches shall be placed up to the horizontal diameter of the pipe, carefully placed, and firmly compacted to provide a firm, uniform cradle for the pipe. These lifts shall be consolidated first by the use of tamping bars,taking care to work the material under the pipe haunches so that no voids are left. Then a flat tamping bar shall be used to compact the bedding material along the side of the pipe to the trench walls to provide lateral support for the pipes. These lifts shall be individually compacted to 95%of Modified Proctor maximum density for the full width of the trench,per ASTM D1557. The compaction test results shall be furnished to the Owner immediately after „,t testing. The Owner may require additional testing, or may increase or decease the frequency of testing at its discretion. The Owner may require the Contractor to retest any areas that do not meet compaction requirements at the Contractor cost. Further lifts of compacted bedding material shall be placed in lifts of not more than 6 inches thickness to a minimum of 6 inches above the crown of the pipe for flexible pipe and to the spring line of the pipe for rigid (concrete or ductile iron)pipe. .w There shall be at least one-foot of cover over the top of the pipe before the trench is wheel-loaded and three feet of cover (if available)before utilization of a hydro-hammer NO during compaction. 7-08.3(1)D Dewatering (New Section) The Contractor shall control ground water so as to prevent softening of the bottom of excavations, or formation of"quick" conditions or"boils" during excavation and to allow pipe installation to be accomplished in relatively dry conditions. The Contractor shall design, install, maintain, and operate the dewatering systems as necessary so as to prevent piping, movement or removal of the soils around the wells or in excavations. It shall be the sole responsibility of the Contractor to determine what, if any, dewatering measures and efforts may be needed. If dewatering measures are necessary, then it shall be the sole responsibility of the Contractor to control the rate and effect of the dewatering in such a manner as to avoid all .■ objectionable settlement and subsidence. All groundwater encountered during construction shall flow through an on-site settling tank or other approved filtration system prior to discharging into the sanitary sewer system or other area as sr approved by the Owner. A permit will be required if groundwater is discharged into the sanitary sewer through King County Department of Natural Resources prior to construction. The City has obtained a Groundwater Discharge Permit for the Project, which is included in the Contract Documents. The Contractor shall comply with all codes, regulations, and ordinances of applicable governing authorities with regard to drilling, dewatering, and erosion control. The Contractor shall review the Geotechnical and Dewatering Reports and previous groundwater records for this Project available in the Contract Documents. Upon review of this information, the Contractor shall submit to the Owner for review and approval prior to dewatering activities, a dewatering plan discussing proposed methods, equipment sizes, settlement monitoring and contingency plans should dewatering cause settlement of adjacent facilities. The dewatering plan shall show specific locations, in plan and section SW 7ih Street Storm Drainage Improvement Project—Special Provisions\AQ\tp Page 72 rrt SPECIAL PROVISIONS - Continued where dewatering is expected as well as a general discussion of methods should water be encountered in other locations. The dewatering plan shall be coordinated with the shoring plan and reviewed and approved by the Contractor's Geotechnical and Structural Engineers. Calculations,which are stamped and signed by the Contractor's Engineers, shall be provided with the submittal. Acceptance by the Owner of the design, materials, method, installation, and operation and maintenance details submitted by the Contractor shall not in any way relieve the Contractor from responsibility for errors/omissions therein or from the entire responsibility for complete and adequate design, materials, installation, operation, maintenance and performance of the dewatering system. The Contractor shall bear sole responsibility for proper design, installation, operation, maintenance, and any failure of any component of the dewatering system for the duration of this Contract. °i Before operations begin,the Contractor shall have available on site sufficient pumping equipment and/or other machinery to assure that the operation of the dewatering system can be maintained. The Contractor shall provide direct power drops or use a"Whisper" ,., generator for the dewatering process and is responsible for coordinating and furnishing all power drops. During excavation, installing of conduit and structures, and the placing of backfill, excavations shall be kept free of water. The Contractor shall furnish all equipment necessary to dewater the excavation and shall dispose of the water in such a manner as not to cause a nuisance or menace to the public. The dewatering system shall be installed •M• and operated by the Contractor so that the groundwater level outside the excavation is not reduced to the extent that would damage or endanger adjacent structures, utilities, or property. The release of groundwater to its static level shall be performed in such a manner as to maintain the undisturbed state of the natural foundation soil, prevent disturbance of backfill and prevent movement of structures and pipelines. The Contractor shall monitor discharge from all parts of the system to ensure that the "" sand/silt content of the discharge water does not exceed 10 ppm as determined by a Rossum Sand Tester or equivalent. The Contractor shall provide all of the equipment and fittings for monitoring sand content. The Contractor shall monitor sand/silt content daily for one week after installing any pumping well and weekly thereafter, or more frequently as may be required by regulatory/permitting agencies. The Contractor shall take sand/silt content measurements in the presence of the Owner. The Contractor shall provide the Owner 24-hour notice of planned measurements. Should settlement be observed, the Contractor shall cease dewatering operations and implement contingency plans as outlined in the approved dewatering plan. The responsibility for conducting the dewatering operation in a manner, which will protect adjacent structures and facilities, rests solely with the Contractor. The cost of repairing any damage to adjacent structures and restoration of facilities shall be the responsibility of the Contractor. Permanent piping systems existing or new shall not be incorporated into the Contractor's dewatering system. Well construction and abandonment shall be in accordance with WAC 173-160. The ". Contractor shall obtain variances as required to construct any dewatering wells. Contractor shall procure and pay for any approval(s) and/or permit(s) required by the Department of Ecology in regards to the construction, use, and abandonment of SW 7th Street Storm Drainage Improvement Project—Special Provisions\AQ\tp Page 73 ■rr SPECIAL PROVISIONS - Continued dewatering wells. The Contractor shall also be required to comply with all conditions and requirements mandated by the Department of Ecology and is encouraged to familiarize himself/herself with current regulations in this regard. All above-grade dewatering system components must be completely removed and the entire roadway restored and available for vehicular traffic per the requirements set by these Specifications and the Traffic Control Permit. Dewatering hoses related to the on- NO site filtration system shall not be permitted to lay across S. 7th St. or S.W. 7"' St. 7-08.3(1)E: Settlement Monitoring (New Section) Y.r This Section specifies the monitoring of potential deformation of soils, structures, and pavements. NO Ground Movement Limits ir A. The Contractor shall be responsible for all utility repairs and surface restoration resulting from ground movements. .r B. If deformations recorded in instrumentation exceed 0.25 inches from the baseline established,the Contractor shall cease all related construction NO operations and use alternative construction techniques to operate within the settlement limits: Surface Monitoring Points A. Surface monitoring points shall consist of nails, paint spots or other means or locations designated for monitoring of vertical and/or horizontal displacements. B. Surface monitoring points shall be located on existing pavements, structures or utilities. C. Surface monitoring points shall be installed in such a manner that they are not damaged, displaced or otherwise rendered inoperable by construction activities vehicle traffic or weather. °1ri D. Surface monitoring points shall be established at an interval of no less than 5 per 100 feet of trench, at locations to be designated by the Owner. E. Surface monitoring points shall be monitored daily when within 100 feet of an open trench and weekly thereafter. Monitoring Requirements A. Initial (baseline)measurements shall be taken at each instrumentation rr installation after completion of the installation. B. Systematic monitoring (at least once per day) of instrumentation shall be done when within 100 feet of the open trench. The Owner shall be immediately notified if evidence of deformation exists. SW 7th Street Storm Drainage Improvement Project—Special Provisions\AQ\tp Page 74 ni ... SPECIAL PROVISIONS - Continued C. All data shall be entered in Excel spreadsheets and plotted showing deformations or changes in elevation versus time. Plots of data shall be updated to include the IN. latest readings and presented to the Owner within 16 hours of measuring. D. The Contractor shall provide the Owner with access to all instrumentation throughout construction. E. The Contractor shall repair or replace any monitoring points or instrumentation damaged within 24 hours. Contractor's failure to comply may cause the Owner to engage a consultant to perform the required monitoring at the Contractor's expense. Payment for settlement monitoring shall be included in the unit bid price for"Trench Shoring and Excavation Safety Systems". 7-08.3(2)E Rubber Gasketed Joints Section 7-08.3(2)E shall be supplemented with the following: Joint gaskets shall be fabricated from a compound of which the basic polymer shall be a synthetic rubber consisting of styrene, butadiene, polyisoprene, or any combination thereof, and shall meet the requirements of ASTM D1869. 7-08.3(3) Backfilling Section 7-08.3(3) shall be supplemented with the following: IMO Suitable excavated soil shall be used as backfill for the Project if it is a clean granular material meeting the requirements for bank run gravel material as specified in Section 9- 03.10, and has a moisture content that will allow at least 95 percent compaction per ASTM D1557 when placed. It is the intent of these Specifications to utilize suitable excavated material where available. However, for bidding purposes, it shall be the responsibility of the Contractor to estimate the amount of excavated material that will be suitable for backfill purposes, as best determined from the information available. Imported trench backfill shall conform to the requirements of Standard Specification Section 9-03.19 as backfill. Import material will be utilized when necessary, as called out "" on the Plans and further pre-approved by the Owner and authorized for payment. Trench backfill shall be compacted per ASTM D1557 to 95%maximum density. The compaction test results shall be furnished to the Owner immediately after testing. The Owner may require additional testing, or may increase or decease the frequency of testing at its discretion. The Owner may require the Contractor to remove any unsatisfactory NMI backfill, place new backfill, and retest any areas that do not meet compaction requirements at the Contractor cost. If the subgrade soils are soft, become disturbed, or are otherwise unsuitable, a separate erni 12-inch thick foundation material leveling course shall be placed to protect the subgrade and provide uniform support. If organic silt is found at subgrade, the organic silt layers shall be overexcavated if they are present within two feet below the pipe invert or base of r..� manhole structures. The overexcavated area shall be backfilled with foundation material. If the organic silt is deeper than two feet below the pipe, no overexcavation shall be necessary. SW 7th Street Storm Drainage Improvement Project—Special Provisions\AQ\tp Page 75 SPECIAL PROVISIONS - Continued Unsuitable excavated materials will be disposed of offsite. This includes soil, asphalt, concrete, and other excess or unsuitable excavated material. Is 7-08.5 Payment All costs associated with the above items shall be included into the various lump sum and unit prices for"CPEP Drain Pipe 8-inch Dia.", "Ductile Iron Drain Pipe 12-inch Dia.", "CPEP Drain Pipe 12-inch Dia.", "CPEP Drain Pipe 18-inch Dia.", "CPEP Drain Pipe 24-inch Dia.", "CPEP Drain Pipe 36-inch Dia.", "Class IV Reinforced Concrete Drain Pipe 24-inch Dia.", "Class IV Reinforced Concrete Drain Pipe 60-inch Dia.", "Bank Run Gravel for Trench Backfill", "Compaction Testing", "Unsuitable Foundation Excavation, Incl. Haul", "Gravel Backfill for Foundation Class B", "Controlled Density Fill", "Temporary Bypass Pumping" and"Dewatering." 7-17 SANITARY SEWERS 7-17.2 Materials Section 7-17.2 shall be supplemented with the following: Gravity sewer pipe shall be as specified herein and as shown on the plans. The Contractor shall provide two copies of the pipe manufacturer's technical literature and tables of dimensional tolerances to the Engineer. Any pipe found to have dimensional tolerances in excess of those prescribed or having defects, which prevent adequate joint seal or any other damage, shall be rejected. If requested by the Engineer, not less than three nor more than five lengths of pipe for each size, selected from stock by the use Engineer, shall be tested as specified for maximum dimensional tolerance of the respective pipe. Materials shall meet the requirements of the following sections: PVC Sewer Pipe Section 9-05.12 es' C900 Sewer Pipe, Class 100 AWWA C-900 All 12-inch sanitary sewer pipes shall be AWWA C900, Class 100. 7-17.3 Construction Requirements r Section 7-17.3 shall be supplemented with the following: The Contractor shall take all steps necessary to ensure that existing sewer facilities „ei remain fully flowing during all stages of construction and modification. Overflows of facilities will not be permitted. The Contractor shall make all connections of temporary pumping equipment with temporary power service and controls. All sanitary sewer manholes shall be installed per City of Renton Standard Detail BR 28 and side service connections constructed per City of Renton Standard Detail BR 33. SW 7'"Street Storm Drainage Improvement Project—Special Provisions\AQ\tp Page 76 rte Air SPECIAL PROVISIONS - Continued 7-17.3(5) Construction of Sanitary Sewers Intersecting Storm Manholes (New Section) In the areas indicated on the Plans, sanitary sewer directed through storm manholes shall be sleeved with 12-inch and 14-inch steel pipe. The steel encasement pipe shall extend two feet at a minimum beyond the outside surface of the catch basin and the inside PVC carrier pipe shall extend one foot beyond the steel sleeve. Steel pipe shall meet the specifications detailed in Section 9-30.1(4)A of the Special Provisions and Standard Specifications. The carrier pipe shall contain Calpico Model M spacers or equivalent as approved by Owner. The Contractor shall verify line and grade and then fill the voids of the pipe with sand. Both ends of the steel encasement pipe shall be capped with neoprene casing end seals (Cascade End Seals or equivalent as approved by Owner). 7-17.5 Payment Section 7-17.5 shall be supplemented with the following: All costs associated with sanitary sewers as described in these Specifications including shall be included into the lump sum bid prices for"Sanitary Sewer Encasement Station 9+78", "Sanitary Sewer Encasement—Station 11+25", "Sanitary Sewer Relocation— Hardie Ave. S.W.", "Sanitary Sewer Relocation— Shattuck Ave. S." All other costs associated with the above items shall be borne by the Contractor and shall be considered incidental to the Project and merged into the various lump sum and unit prices. 7-17.6 Television Inspection (New Section) The new sanitary sewer pipe installed for the Project shall be inspected by the use of a television camera before final acceptance between all manholes. The video inspection shall be done after the manholes have been channeled and the line cleaned and flushed. The video inspection shall be done with a minimum flow of water in the pipe and inspected in the direction of the flow unless otherwise directed by the Owner. The camera shall have rotational capabilities and be used by the operator to view up each �•• side sewer connection and provide best views of any non-conforming items. Once the television inspection has been completed the Contractor shall submit to the Owner the written reports of the inspection plus the videotapes. Said videotapes are to be in color and compatible with the City's viewing and recording systems. The Owner's system accepts 1/2-inch wide high-density VHS tapes. The tapes will be run at standard speed SP (1 5/16 I.P.S.). The Contractor shall use TV inspection report forms as considered industry standard and as approved by the Owner, and provide completed forms and video tapes of the completed TV inspection to the Owner. SW 7'h Street Storm Drainage Improvement Project—Special Provisions\AQ\tp Page 77 Nis we SPECIAL PROVISIONS 8-01 EROSION CONTROL 8-01.1 Description Section 8-01.1 shall be supplemented with the following: Work shall include the placement of temporary and permanent erosion control facilities during the duration of this project. The Contractor will be held solely responsible for lid maintenance of all erosion control facilities necessary during the duration of this Contract. Temporary erosion control includes catch basin protection, filter fabric fences, placement of plastic sheets over exposed soil and stockpiles, seeding, mulching, netting, cleaning catch basins, sweeping, etc., and any other activities needed to control erosion from the project. Temporary erosion control consists of all activities needed to prevent soil erosion on the project site, creation of sediment-laden water, and migration of sediment-laden water into the City drainage system, other water courses, or private property. The surface water control requirements of King County shall apply and the King County, Washington, Surface Water Design Manual shall be used for the design of all facilities. err Work shall include but not be limited to the following: • Temporary Erosion Control Plan • Dewatering Plan • Storm Drain Inlet Protection • Sediment Control Fencing • Sandbags and Hay Bales • Seeding, Fertilizing, and Mulch i°' • Topsoil rrr • Covering Soil with Plastic Covering • Miscellaneous Erosion Control 8-01.2 Materials Section 8-01.2 shall be supplemented with the following: Filter fabric used in the Sediment Control Fencing shall be equal to Mirafi 100X or approved equal. SW 7th Street Storm Drainage Improvement Project—Special Provisions\AQ\tp Page 78 Ii air SPECIAL PROVISIONS - Continued NS 8-01.3(2) Topsoil Section 8-01.3(2) shall supplemented with the following: Topsoil shall be Type C as specified in Standard Specification Section 8-01.3(2)C. 8-01.3(3) Miscellaneous Erosion Control (New Section) Contractor shall take all necessary precautions to prevent sediment from construction activities from entering into storm water systems or natural waterways and from being transported away from the construction area by storm water. The Contractor shall cover all soil stockpiles at the end of the workday with plastic sheeting securely anchored against the wind. Runoff from the plastic sheeting shall not impact private property and shall be directed to the City storm sewer system. 8-01.3(4)A Seeding Section 8-01.3(4)A shall be supplemented with the following: Turftype Perennial Ryegrasses shall be a blend of the following: Dasher II Manhattan II % by Weight 100 Fiesta II Prelude Min. Seed 98 Diplomat Bright Star Min. Germination 90 Omega II Saturn Max. Weed Seed .05 EIF SR 4200 Tophat Lawn Seed Mix (rates,per 1,000 sJ): 46# Wood Fiber Mulch "'"' 5# Seed Mix 15# 10-20-20 Fertilizer 1# Tackifier When weather conditions are not conducive to satisfactory results from seeding operations the Owner may order the work suspended and it shall be resumed only when the desired results are likely to be obtained. Inspection of any area will be made upon completion of each area of application of seeding and fertilizing and again upon completion of the application of the mulching. wn The work in any area will not be measured for payment until a uniform distribution of the material is accomplished at the specific rate. In some areas, it may be necessary to apply a four-inch lift of"top-soil" to the disturbed surface prior to hydroseeding. This item will be paid for separately as noted in the Proposal. SW 7th Street Storm Drainage Improvement Project—Special Provisions\AQ\tp Page 79 .r. SPECIAL PROVISIONS - Continued 8-01.3(4)B Fertilizing Section 8-01.3(4)B shall be supplemented with the following: „s A. Tree & Shrub Fertilizer Agriform 20-10-15 planting tablets or equivalent. B. Lawn Fertilizer. wr A commercial fertilizer meeting the requirements of Section 9-14.3 shall be furnished. All fertilizer shall be pre-mixed prior to bringing on the job. Initial Application: 10-20-20 at the rate of fifteen (15)pounds per 1,000 square feet. Second Application: When the grass is two inches high, and prior to mowing, a post-seeding fertilizer(10-20-20), shall be applied at the rate of fifteen(15) pounds per 1,000 square feet. Fertilization after first mowing: After the first mowing,the Contractor shall apply fertilizer(6-2-4) at the rate of thirty pounds (30 lbs.) per one thousand square feet(1,000 sq. ft.). First mowing shall occur when the grass first reaches two (2") inches in height and shall be mowed to a continuing height of one and one half inches (1-1/2"). Mowing shall continue on a weekly basis thereafter until Physical Completion of the project. r 8-01.3(5) Mulching Section 8-01.3(5) shall be supplemented with the following: Hydroseeded mulch shall be 100% wood fiber mulch manufactured by the defiberating process, from fir, hemlock, or alder. The mulch shall have a minimum 60% of fibers 8.5 mm or longer and 77% of the total fiber exceeding 3.5 mm in length. Wood fiber mulch shall be uniform in weight with the unit weight displayed clearly on each package. Fiber shall be dyed green in color to provide visual metering of application. Tackifier shall be incorporated into the wood fiber in the drying process. Percentage of tackifier shall not be less than 2% or greater than 10%, with the percentage used clearly labeled on the outside of package. 8-01.3(6)B Soil Binder or Tacking Agent ■r Section 8-01.3(6)B shall be supplemented with the following: Tackifier to be primarily composted of guar gum. Tackifier shall be incorporated into the ni wood fiber in the drying process. Percentage of tackifier shall not be less than 2% or greater than 10%, with the percentage used clearly labeled on the outside of package. Tackifier rates shall be adjusted by adding wood fiber mulch with tackifier and regular wood fiber mulch to provide tackifier rates equivalent to or greater than specified. N o SW 7'Street Storm Drainage Improvement Project—Special Provisions\AQ\tp Page 80 N i 4m• SPECIAL PROVISIONS - Continued MINIM 8-01.5 Payment All costs associated with erosion control shall be included under the lump sum bid for "Temporary Water Pollution/Erosion Control", "Dewatering" and the unit bid prices for "Seeding, Fertilizing and Mulching" and"Topsoil Type C." All other costs associated with the above items shall be borne by the Contractor and shall be considered incidental to the Project and merged into the various lump sum and unit prices. 8-02 ROADSIDE PLANTING 8-02.1 Description !Mk Section 8-02.1 shall be supplemented with the following: This work shall include all planting of trees, shrubs and sod on the site. The planting shall be installed using the materials shown on the Plans and/or as specified in these Special Provisions. The planting shall be installed to grades and conform to the areas and locations as shown on the Plans, or as directed by the Owner. All lawn within the area to be disturbed by the Contractor's operations shall be cut with a sod-cutting machine, removed, and disposed. The disturbed lawn area shall be restored with sod, after trench is back-filled and compacted. Restoration shall consist of placing 4-inch compacted topsoil sod, and fertilizer. Disturbed lawn areas, after replacement of topsoil, re-sod, and "l" fertilizer shall be watered a minimum of four(4) separate times a week for three weeks. The Contractor shall periodically water, as needed depending on temperature. The water shall be of such duration as to soak the grassed areas thoroughly and promote good root growth. 8-02.2 Materials Section 8-02.2 shall be supplemented with the following: Fertilizer for sodded areas: w Initial application: 10-20-20 at the rate of fifteen(15) pounds per 1,000 square feet. •• Second application: When the grass is two inches high, and prior to mowing, a post- seeding fertilizer(10-20-20), shall be applied at the rate of fifteen(15) pounds per 1,000 square feet. Fertilization after first mowing: After the first mowing, the Contractor shall apply fertilizer(6-2-4) at the rate of thirty pounds (30 lbs.) per one thousand square feet(1,000 sq. ft.). First mowing shall occur when the grass first reaches two (2") inches in height and shall be mowed to a continuing height of one and one half inches (1-1/2"). Mowing shall continue on a weekly basis thereafter until Physical Completion of the project. w.. Mulch Shrub Bed Mulch: Shrub bed mulch shall be Pacific Garden mulch or equal approved by the Owner, available through Pacific Topsoil (800) 884-7645. SW 7h Street Storm Drainage Improvement Project—Special Provisions\AQ\tp Page 81 rr SPECIAL PROVISIONS - Continued +0 Tackifier: Tackifier to be primarily composed of guar gum. Tackifier shall be incorporated into the wood fiber in the drying process. Percentage of tackifier shall not be less than 2% or greater than 10%, with the percentage used clearly labeled on the outside of package. as Tackifier rates shall be adjusted by adding wood fiber mulch with tackifier and regular wood fiber mulch to provide tackifier rates equivalent to or greater than specified. Grass: Turftype Perennial Ryegrasses shall be a blend of the following: ,,,,r Dasher II Manhattan II %by Weight 100 Fiesta II Prelude Min. Seed 98 Diplomat Bright Star Min. Germination 90 Omega II Saturn Max. Weed Seed .05 EIF SR 4200 Tophat .w Lawn Seed Mix (rates per 1,000 sf): 46# Wood Fiber Mulch 5# Seed Mix 15# 10-20-20 Fertilizer 1# Tackifier tom Sod. Provide sod as follows: Mixture: 60% Perennial Turf Type Ryegrass 20% Hybrid Kentucky Bluegrass 20% Fescue Ryegrass: 60%by weight TARA perennial ryegrass as DANDY perennial ryegrass SHERWOOD perennial ryegrass Fescue: 20%by weight SPARTAN Hard Fescue Sod shall: as • Contain no more than 1% other grasses,none of which is coarse or of undesirable variety. • Be free of weeds,pests, and diseases. • Contain no more than 1% Poa Anna (annual bluegrass). as a SW 7th Street Storm Drainage Improvement Project—Special Provisions\AQ\tp Page 82 +1. SPECIAL PROVISIONS - Continued IMO • Be not less than 10 months old and no more than 14 months old, healthy and with a dense, vigorous, well-developed root structure. • Be grown on fumigated soil with intensive care and cultivation under rigid quality control. • Be cut from fields no more than 24 hours before delivery to job site. Sod is available through County Green Turf Farms; 1-800-300-1763, or equal. 8-02.3 Construction Requirements Section 8-02.3 shall be supplemented with the following: Sod: Prior to laying sod, the initial application of the 10-20-20 fertilizer shall be spread and raked into the topsoil. When grass reaches 2" in height and before mowing, apply the second application of 10-20-20. Sod shall be placed in accordance with standard horticultural practices. Dry soil shall be moistened by sprinkling. All butt joints shall be staggered. On sloped areas, the sod .� shall be laid with the long dimension parallel to the toe or top of slope. After placing,the sod shall be rolled and heavily watered by sprinkler. The Contractor shall be responsible for watering and fertilizing the sod during the establishment period. Watering shall be scheduled to prevent drying of joints between sod strips. Four weeks after the first mowing, 6-2-4 fertilizer shall be applied and reapplied at six-week intervals. Maintenance: The maintenance of all sodded and seeded areas shall include watering, weed treatment, mowing (between April 1st and September 30th)with a mower with soft pneumatic wheels, and edging adjacent to paving, curbs, or walls. Maintenance shall continue until physical completion of the project. Inspection and Substantial Completion: After completion of all sodding and seeding, including the post-planting fertilization, which follows the first mowing, the Owner will review the sodded or seeded areas for adequacy. Areas not fully established (sod) or germinated (seeded) with a uniform stand of grass, or areas damaged through any cause prior to this inspection shall be resodded/reseeded, as herein specified at the Contractor's expense. "Uniform stand of grass" shall signify complete cover of lush, thriving, green grass with no bare spots. A.• Reseeding: Reseed and fertilize with 6-2-4 at a rate of four hundred pounds (30 lbs.) per 1,000 sf, all areas failing to show a uniform stand of grass after germination of seed, or damage through any cause before physical completion of the project. SW 7th Street Storm Drainage Improvement Project—Special Provisions\AQ\tp Page 83 tr. SPECIAL PROVISIONS - Continued 8-02.3(2)A Chemical Pesticides No chemical herbicides will be allowed in planting or ground cover areas. 8-02.3(4) Preparation, Cultivation, and Cleanup Cultivate topsoil backfill materials, including imported topsoil and soil amendment, into "e the existing subgrades to a minimum transition depth of 6 inches. 8-02.3(4)a Finish Grading and Topsoiling .+ Finish grades of planting and seeding areas shall allow for soil preparation and mulch. Finish grades shall be as follows: .r Planting Areas: 2 inches below all walks, curbs,and/or hard-surface edges. Seeding Areas: 1 inch below all walks, curbs, and/or hard-surface edges. Perform all excavation and backfill necessary to provide finish grade of landscape areas as indicated and specified. Remove from site excess and unsuitable material. Any fill material required to bring landscape areas to finish grade shall be imported Topsoil Type C. Landscape areas shall be graded to lines, grades, and cross sections indicated. Grades shall meet the following: se 1. Maximum 2:1 slope, unless otherwise indicated. 2. Smooth and round off surfaces at abrupt grade changes. 3. Feather grades to meet existing gradually. 4. Provide minimum 2 percent crown or slope in all landscape areas. The Contractor is responsible for any adverse drainage conditions that may affect plant growth, unless he contacts the Owner immediately indicating of any possible problem. Finish grades shall be inspected and accepted by the Owner prior to commencing planting or seeding work. .w The costs of removing all excess material and debris shall be incidental to other contract pay items. 8-02.4 Measurement Refer to bid items in Special Provisions Section 1-09.14 for the measurement of the items listed above. 8-02.5 Payment All costs associated with roadside planting shall be included under the lump sum bid for "Remove/Restore Existing Landscaping" and the unit bid prices for"Seeding, Fertilizing and Mulching" and "Topsoil Type C". The costs of removing all excess material and debris shall be considered incidental to the Project and merged into the various lump sum SW 7ih Street Storm Drainage Improvement Project—Special Provisions\AQ\tp Page 84 1111 SPECIAL PROVISIONS - Continued JIM and unit prices. All other costs associated with the above items shall be borne by the Contractor and shall be considered incidental to the Project and merged into the various lump sum and unit prices. 8-04 CURB, GUTTERS,AND SPILLWAYS 8-04.1 Description Section 8-04.1 shall be supplemented with the following: Work includes replacement of curb and gutters removed or damaged due to construction activities. The existing curb line shall be surveyed prior to construction to ensure that the curb will be replaced in kind. The Owner and Contractor will review the survey to determine if minor adjustments need to be made to the curb line elevations to improve drainage. ""` 8-04.3 Construction Requirements Section 8-04.3 shall be supplemented with the following: Cement Concrete Curb and Gutter shall conform to City of Renton Standard Detail F 008, and as is shown on the Plans. Curb and gutters shall match the existing curb and gutter, including type and dimensions, unless otherwise noted in the Plans or by the Owner. Grade shall meet adjacent curb and gutter in a smooth transition. r 8-04.3(3) Width of Replacement(New Section) Contractor shall replace the curb and gutter to the nearest construction joint, unless otherwise authorized by the Owner. 8-04.5 Payment gip Payment for all construction associated with this item of work shall be under the unit contract price for"Cement Concrete Curb and Gutter". All other costs associated with the above items shall be borne by the Contractor and shall be considered incidental to the project and merged into the various lump sum and unit prices. 8-14 CEMENT CONCRETE SIDEWALKS 8-14.1 Description Section 8-14.1 shall be supplemented with the following: ... Work includes replacement of sidewalks removed or damaged due to construction activities. Replacement of sidewalks shall include driveways and handicap access areas. Cement Concrete Sidewalk shall conform to ADA Standards and City of Renton Standard Detail F 007, and as is shown on the Plans. ADA ramp truncated domes shall conform to WSDOT Standard Plan Detail F-3b. SW 7°i Street Storm Drainage Improvement Project—Special Provisions\AQ\tp Page 85 SPECIAL PROVISIONS - Continued The Contractor shall further provide verbal and written notice (door hanger)to property owners identifying restricted use of their sidewalks, etc. This notice must be provided wit one-week prior and again one day prior to the work being performed. 8-14.3(2) Placing and Finishing Concrete 'S Section 8-14.3(2) shall be supplemented with the following: Contractor shall match the existing dimensions of the sidewalk, unless otherwise directed by the Plans or Owner. Grade shall meet adjacent sidewalks in a smooth transition. rr 8-14.3(5) Width of Replacement(New Section) Contractor shall replace sidewalk to the nearest construction joint, unless otherwise authorized by the Owner. 8-14.5 Payment All costs associated with cement concrete sidewalks shall be included under the unit price bid for"Cement Concrete Sidewalk." All other costs associated with the above items shall be borne by the Contractor and shall be considered incidental to the Project and merged into the various lump sum and unit prices. 8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS,AND ELECTRICAL 0 8-20.3 Construction Requirements Section 8-20.3 shall be supplemented with the following: Traffic signal loops shall be constructed per WSDOT Northwest Region Standard Drawings as shown in the "Standard Details and Plans" section of these Specifications. 111. 8-20.3(14)C Induction Loop Vehicle Detectors Section 8-20.3(14)C shall be supplemented with the following: Loop Replacement r Traffic loops shall be replaced where shown in the Plans or where indicated by the Owner. If advance loops are replaced,they shall be installed immediately ahead of or behind the existing loops. The Contractor shall avoid cutting through the existing loop or lead-in to minimize downtime. ., Round Loops Round loops shall be constructed in accordance with the following requirements: 0 SW 7h Street Storm Drainage Improvement Project—Special Provisions\AQ\tp Page 86 if! .., SPECIAL PROVISIONS - Continued 1. Loop conductor shall conform to these Special Provisions. Loop lead-in cable shall conform to Section 9-29-3. .. 2. Round sawcuts shall be six(6) feet in diameter and shall be constructed using equipment designed for cutting round loops. The equipment shall use a concave, diamond-segmented blade. The sawcuts shall be vertical and shall be a minimum of 0.25 inch wide. The sawcut depth shall be a minimum of 2 ""' 5/8 inches and a maximum of 3 inches measured at any point along the perimeter, except on bridge decks. Other methods of constructing the round sawcut, such as anchoring a router or flat blade saw, will not be allowed. 3. The bottom of the sawcut shall be smooth. No edges created by differences in sawcut depths will be allowed. 4. All sawcut corners shall be rounded to a minimum 1.6 inches radius. 5. All sawcuts shall be cleaned with a 1000 psi high pressure washer as certified by the manufacturer's label on the machine or as measured by an inline pressure gauge. Wash water and slurry shall be vacuumed out and the sawcut shall be blown dry with compressed air. Sawcutting shall be subject to the `"' requirements set forth in Section 1-07.5(3) and the subsection Fish and Wildlife and Ecology Regulations of the Special Provision LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC. 6. Loops shall be installed after all grinding and prior to paving the final lift of asphalt. 7. The loop shall be constructed using 4 turns of conductor. The conductor shall be installed one turn on top of the previous turn. All turns shall be installed in a clockwise direction. The conductors shall be secured to prevent floating with 2-inch lengths of high temperature foam backer rod sized for a snug fit. The backer rod shall be spaced at 2-foot intervals around the perimeter of the w► sawcut and at corners. Supplemental Specification Section 8-20.3(14)C shall be supplemented with the following: 12. Install sealant per Section 9-02.1(10) 8-20.3(14)D Test for Induction Loops and Lead-in Cable Section 8-20.3(14)D shall be supplemented with the following: If grinding occurs in the area of existing induction loops and the Owner suspects that damage to any loop may have resulted or believes it possible that a loop is not operating adequately, the Owner may direct the Contractor to perform the field tests specified in this section. The test results shall be recorded and submitted to the Owner. Loops that fail any of the specified tests stall be replaced. 8-20.5 Payment Section 8-20.5 shall be supplemented with the following: All costs associated with traffic signal loops shall be included under the unit price bid for "Traffic Signal Loop." All other costs associated with the above items shall be borne by SW 7th Street Storm Drainage Improvement Project—Special Provisions\AQ\tp Page 87 SPECIAL PROVISIONS - Continued *+ lig the Contractor and shall be considered incidental to the Project and merged into the various lump sum and unit prices. 8-21 PERMANENT SIGNING 8-21.3(5) Sign Relocation all Section 8-21.3(5) shall be supplemented with the following: Esto Permanent Sign Relocation During the life of the Contract, all existing signs that are damaged or removed shall be replaced by the Contractor at no expense to the Owner. Temporary Sign Relocation Existing signs may be temporarily relocated to portable sign stands for convenience of construction, subject to the approval of the Owner. When temporarily installed on posts, the signs shall be located as near as practical to their permanent locations and shall have a wr minimum vertical clearance above the pavement in accordance with the Manual on Uniform Traffic Control Devices (MUTCD). Upon completion of construction in the area immediately surrounding the permanent sign location, the sign, and support shall be re-installed in their permanent location. All portable sign stands shall be designed to rigidly support the sign in position without creating a hazard to the motorist. Portable sign stands shall be furnished by the Contractor and upon completion of the work shall remain the property of the Contractor and shall be removed from the project. Existing signs shall be relocated as directed and indicated on the Contract Plans. All signs, unless specified herein, shall be mounted at a height of seven feet as measured vertically from the ground (finished grade)to the bottom of the sign. Signs shall be installed in conformance with the Standard Sign Installation Plan Detail. All signposts shall conform to the Standard Sign Installation Plan Detail. Existing signposts, which do not conform to, said detail shall be removed and wastehauled and a new signpost shall be furnished. 8-21.5 Payment All costs associated with permanent signing including furnishing and installing new signs, relocating existing signs, removing and delivering signs to City shop, as specified herein and shown on the Plans including metal tube sign posts, concrete anchors, and fasteners shall be included under the lump sum bid for"Remove/Relocate Existing Signing." All other costs associated with the above items shall be borne by the Contractor and shall be considered incidental to the Project and merged into the various lump sum and unit prices. nm as SW r Street Storm Drainage Improvement Project—Special Provisions\AQ\tp Page 88 SPECIAL PROVISIONS - Continued 8-22 PAVEMENT MARKING 8-22.1 Description Section 8-22.1 shall be supplemented with the following: All existing pavement markings and markers that are removed by the Contractor's activities related to this project shall be replaced in the original location and shall be of similar type. The new markings shall be installed to fit with the existing markings. New markings shall be extended as needed to fit with existing markings. In some areas it may be necessary to replace old markings outside the pavement restoration area with completely new markings (for example: a new stop bar will be placed across the entire AMP lane width where a pavement patch was installed). Markings and markers shall be in accordance with the City of Renton Standard Plans. 8-22.2 Material Section 8-22.2 shall be supplemented with the following: ,,. The following pavement marking materials have been tested and prequalified for use. Plastic - Tape Manufacturer Name Brand 3M Company 3M Stamark 380 - 60 mil. Tape materials are not allowed on bituminous surface treatment (BST)pavement. Plastic - Extruded Material: Manufacturer Identification Lafrentz Road Services Ltd. Lafrentz Thermoplastic Morton International (Norris) Dura-Stripe AC Motron International (Norris) Duraline-Thermoplastic •�► Pave-Mark Corporation Pave-Mark Hydrocarbon Pave-Mark Corporation Pave-Mark Alleyd *Cataphote, Inc. Catatherm ABITOL a. * Approved for installation in Western Washington only. 8-22.5 Payment All costs associated with pavement marking shall be included under the lump sum bid for "Restore Pavement Markings." All other costs associated with the above items shall be awl borne by the Contractor and shall be considered incidental to the Project and merged into the various lump sum and unit prices. IOW SW 7th Street Storm Drainage Improvement Project—Special Provisions\AQ\tp Page 89 Imo rr SPECIAL PROVISIONS 9-03 AGGREGATES ogo 9-03.10 Aggregate For Gravel Base aso Section 9-03.10 shall be supplemented with the following: Gravel Base material shall be free of rock fragments larger than three inches. 9-03.16 Bedding Material for Thermoplastic Pipe „a Section 9-03.16 shall be replaced with the following: .rr Pipe bedding shall conform to Class I, II, or III per ASTM D2321. 9-03.17 Foundation Material Class A and Class B Section 9-03.17 shall be supplemented with the following: aw All foundation material shall be Class B. 9-03.22 Controlled Density Fill (New Section) Controlled Density Fill (CDF) shall be a mixture of Portland cement, fly ash, aggregates, water and admixtures proportioned to provide a non-segregating, self-consolidating, free- flowing and excavatable material which will result in a hardened, dense, non-settling fill. Where not specified in this section, measuring, mixing, delivery and placement shall follow ASTM C94 or WSDOT 6-02.3. 9-03.22(1) Materials Description Controlled Density Fill shall be a mixture of Portland cement, fly ash, aggregates, water, and admixtures, which has been batched and mixed in accordance with ASTM C94 or WSDOT 6-02.3. se Materials 1. Portland Cement: ASTM C150, AASHTO M85, or WSDOT 9-01 2. Fly Ash: Class For Class C rrr NE 7th Street and Monroe Avenue Storm Drainage Improvement Project—Special Provisions\AQ\tb Page 90 SPECIAL PROVISIONS - Continued 3. Aggregates: ASTM C33, WSDOT 9-03.14, or WSDOT 9-03.1 4. Water: WSDOT 9-25 5. Admixtures: WSDOT 9-23.6, AASHTO M194, ASTM C494, or ASTM C260 9-03.22(2) Proportioning The table below provides a guideline for Controlled Density Fill mixes. The weights shown are only an estimate of the amount to be used per cubic yard of CDF. Actual amounts may vary from those shown as approved by the Owner or approved trial mix data or field test results for proper strength, workability, consistency, and density. Maximum Compressive Strength, lbs. per sq. in. 100 300 300 (lbs./sq. ft.) (14,400) (43,200) (43,200) Max. gals. of mixing water per cubic yard 50 50 30 Lbs. of cement per cubic yard, approximate 30 50 50 Lbs. of fly ash per cubic yard, approximate 200 250 250 Lbs. of dry aggregate per cubic yard, approximate (assumed Sp.G. 2.67) 3,200 3,200 3,200 1. If air entraining or water reducing admixture is used for flow-ability, total water and aggregates may be adjusted for yield. 2. Coarse aggregate size of 1-1/2" minus assumed. For flowable or excavatable CDF, 3/8" minus or sand is recommended. 3. Weights may be adjusted for flow-ability and pump-ability. 9-03.22(3) Placement CDF can be proportioned to be flowable, non-segregating, or excavatable by hand or machine. Desired flow-ability shall be achieved with the following guidelines: Low Flow-ability below 6-inch slump Normal Flow-ability 6— 8 inch slump High Flow-ability 8 inch slump or greater CDF shall be placed by any reasonable means in to the area to be filled. Flowable CDF shall be brought up uniformly to the elevation shown on the plans. Trench section to be NE 7th Street and Monroe Avenue Storm Drainage Improvement Project—Special Provisions\AQ\tp Page 91 vow SPECIAL PROVISIONS - Continued mg filled with CDF shall be contained at either end of trench section by bulkhead or earth fill. w CDF patching, mixing and placing may be started if weather conditions are favorable, when the temperature is at 34 degrees F and rising. At the time of placement, CDF must have a temperature of at least 40 degrees F. Mixing and placing shall stop when temperature is 38 degrees F or less and falling. Each filling stage shall be as continuous an operation as is practicable. CDF shall not be placed on frozen ground. go 9-03.22(4) Compaction rr For flowable CDF compaction is not necessary for placement. The Contractor may as an option, adjust the water content to obtain a 0 to 1" maximum slump mixture which if used will be compacted in lifts not to exceed 12 inches. Compaction will be accomplished by use of acceptable compaction means. 9-03.22(5) Protection Contractor shall provide steel plates to span utility trenches and prevent traffic contact with CDF for at least 24 hours after placement or until CDF is compacted or hardened to prevent rutting by construction equipment of traffic. 9-03.22(6) Testing Testing shall be performed per WSDOT 6-02.3(5) for slump and compressive strength. If laboratory trial batches or field trial data confirm weight and strength, no further testing goo will be necessary, if approved by the Owner. For hand excavatable material, the unconfined compressive strength shall be 100 psi maximum at 28 days. Laboratory trial batches or field trial data may be submitted to confirm strength and weight. wr 9-03.22(7) Payment All costs associated with controlled density fill shall be included under the unit bid price for"Controlled Density Fill." All other costs associated with the above items shall be borne by the Contractor and shall be considered incidental to the Project and merged into „i the various lump sum and unit prices. .1 NE 7th Street and Monroe Avenue Storm Drainage Improvement Project—Special Provisions\AQ\tp Page 92 MI SPECIAL PROVISIONS - Continued 9-05 DRAINAGE STRUCTURES, CULVERTS,AND CONDUITS 9-05.13 Ductile Iron Sewer Pipe (DI) Section 9-05.13 shall be supplemented with the following: DI pipe shall be Class 52. Watertight joints shall be furnished and installed. 9-05.19 Corrugated Polyethylene Pipe (CPEP) 9-05.19(2) Pipe Material and Fabrication CPEP shall be in conformance with the latest version of ASTM F 667 or AASHTO M Ito 294, Type S. 9-05.19(3) Fittings and Gaskets (New Section) Fittings shall be gasketed PVC fittings. Gaskets shall conform to ASTM F 477. Fittings shall conform to ASTM F 1536 or ASTM D 3212. Fittings shall be manufactured by Nyloplast USA, Inc., or equal as approved by Owner. 9-05.19(4) Installation (New Section) w Pipe and fittings shall be installed per the manufacturer's recommendations. Lubricate gasket and fitting socket with manufacturer-approved lubricant prior to pushing pipe into fitting. 9-14 EROSION CONTROL AND ROADSIDE PLANTING 9-14.1(3) Topsoil Type C tillit Section 9-14.1(1) shall be supplemented with the following: Topsoil shall not be used while in a frozen or muddy condition. All topsoil shall be furnished as necessary to complete the required restoration and seeding. A certified analysis of the topsoil from each source shall be submitted to the Owner before delivery to the site. If deficiencies in the topsoil are found as a result of this analysis, they shall be corrected at no expense to the Owner. Vow NE 7th Street and Monroe Avenue Storm Drainage Improvement Project-Special Provisions\AQ\tp Page 93 yw. so SPECIAL PROVISIONS - Continued 9-14.8 Cleaning (New Section) Perform cleaning during installation of the work and upon completion of the work. 'g" Remove from the site all excess materials, debris and equipment. Repair damage to any project features. •rr 9-30 WATER DISTRIBUTION MATERIALS Nei 9-30.1(4)A Steel Pipe (6 inches and over) Section 9-30.1(4)A shall be supplemented with the following: The steel sewer pipe encasement shown shall be lined and coated with coal tar epoxy, a +�w minimum of 12 mils. Ass witwry V NE 7th Street and Monroe Avenue Storm Drainage Improvement Project—Special Provisions\AQ\tp Page 94 t11M W V GEOTECHNICAL REPORT GEOTECHCOV.DOC\ rr GEOTECHNICAL REPORT SW 7TH STREET STORM DRAIN RENTON, WASHINGTON HWA Project No. 2003-007-21 w• March 14. 2003 SIP rr ate ir Prepared for: Gray & Osborne, Inc. • vor low HWAGEOSCIENCES INC. U � HWAGEOSCIENCES INC. „, 19730-64TH AVE.W.,SUITE 200 al February 6, 2003, revised March 14, 2003 LYNNWOOD,WA 98036-5957 TEL.425-774-0106 HWA Project No. 2003-007-21 FAX. 425-774-2714 www_h wa g eos cie nces_co rn Gray & Osborne, Inc. 701 Dexter Avenue N, Suite 200 Seattle, Washington 98109 Attention: Ms. Stacy Clear, P.E. Subject: GEOTECHNICAL REPORT SW 7`h Street Storm Drain Renton, Washington Dear Ms. Clear: In accordance with your request, HWA GeoSciences Inc. completed a design level geotechnical engineering study for the proposed storm drain replacement project along SW 7th Street in Renton, Washington. We have incorporated comments from the draft report dated February 6, 2003 in to this final report. We appreciate the opportunity to provide geotechnical services on this project. Should you have any questions or comments concerning our enclosed report, or if we may be of further service, please do not hesitate to call. Sincerely, HWA GEOSCIENCES INC. IMO ildfed • Michelle L. Ramos, P.E. Ralph N. Boirum, P.E. Geotechnical Engineer President BKH:MLR:RNB f i GEOLOGY di GEOENVIRONMENTAL SERVICES HYDROGEOLOGY GEOTECHNICAL ENGINEERING a TESTING&INSPECTION err TABLE OF CONTENTS Page 1.0 INTRODUCTION 1 1.1 GENERAL 1 1.2 PROJECT DESCRIPTION 1 1.3 SCOPE OF SERVICES AND AUTHORIZATION 1 2.0 FIELD AND LABORATORY INVESTIGATIONS 1 2.1 SITE EXPLORATIONS 1 2.2 LABORATORY TESTING 2 3.0 SITE CONDITIONS 2 3.1 SURFACE CONDITIONS 2 3.2 GENERAL GEOLOGIC CONDITIONS 2 3.3 SUBSURFACE CONDITIONS 3 3.3.1 Ground Water 4 4.0 CONCLUSIONS AND RECOMMENDATIONS 4 4.1 GENERAL 4 • 4.2 FOUNDATION CONSIDERATIONS 5 4.2.1 Seismic Considerations 5 4.2.2 Foundation Conditions and Pipe Bedding 6 '"" 4.3 TEMPORARY SHORING 6 4.4 DEWATERING 8 1* 4.5 LATERAL EARTH PRESSURES FOR TEMPORARY BRACED SHORING 8 4.6 PAVEMENT RESTORATION 8 4.7 FILL PLACEMENT AND MATERIALS 8 • • 4.8 SURFACE RUNOFF 9 4.9 SPECIFICATION REVIEW 10 5.0 CONDITIONS AND LIMITATIONS 10 LIST OF FIGURES (FOLLOWING TEXT) Figure 1. Vicinity Map Figure 2. Site and Exploration Plan Figure 3. Cross-Section A-A' w Figure 4. Lateral Earth Pressures for Braced Shoring ON wrn Table of Contents (continued) Appendices Appendix A: Field Exploration Figure A-1. Legend of Terms and Symbols Used on Exploration Logs Figures A-2—A-8. Logs of Boreholes BH-1 through BH-7 Appendix B: Laboratory Testing Figure B-1. Plasticity Chart Figures B-2 - B-6. Grain Size Distribution ail Appendix C: Previous Explorations 0 tow tit0 +rll 2003-007-21 SW 7th Street Report final 11 HWA GEOSCIENCES INC. wr GEOTECHNICAL REPORT SW 7TH STREET STORM DRAIN RENTON, WASHINGTON 1.0 INTRODUCTION 1.1 GENERAL go This report presents the results of a geotechnical engineering study completed by HWA GeoSciences Inc. (HWA) for the proposed storm drain replacement project along a lwop corridor of SW 7th Street in Renton, Washington. The purpose of this investigation was to evaluate the-conditions at the site and provide geotechnical recommendations for design 1111. and construction of the project. 1.2 PROJECT DESCRIPTION tow Our understanding of the project is based on discussions with and design information provided by Mr. Mike Jauhola of Gray& Osborne, Inc. (G&O). We understand that the NW City of Renton plans to replace the existing, undersized storm drain along SW 7th Street between Lind Avenue east to the dead end, with a new 60-inch storm drain. The location of the site is shown on the Vicinity Map, Figure 1. Site features, proposed improvements and locations of subsurface explorations advanced for this study are shown on the Site and Exploration Plan, Figure 2 1.3 SCOPE OF SERVICES AND AUTHORIZATION A proposed scope of services and cost estimate for this geotechnical investigation was ' ` submitted by HWA to G&O on December 10, 2002. Authorization for the work was subsequently given by Thomas Zerkel of G&O on January 16, 2003. The scope of work completed for this project included seven geotechnical borings along the pipe alignment and performing selected field and laboratory testing and engineering analyses to develop geotechnical recommendations for the proposed improvements. yr 2.0 FIELD AND LABORATORY INVESTIGATIONS rr 2.1 SITE EXPLORATIONS ,M,,, The subsurface conditions in the vicinity of the proposed improvements were investigated by means of seven exploratory boreholes, designated BH-1 through BH-7. The boreholes were drilled in the eastbound and westbound lanes of SW 7`h Street,between Lind w. tip February 6, 2003,revised March 14, 2003 HWA Project No. 2003-007-21 Avenue and Burnett Avenue to the east, and extended to depths of approximately 29 to 36 feet below the surface of the existing asphalt pavement. A piezometer was installed each boring to monitor ground water levels (DOE Start Card#45362). Additionally,boring BH-7 (1999) from a previous project in the vicinity, located at the intersection of SW 7th Street and Morris Avenue, is included. The conditions encountered in this boring are plotted on the cross-section, Figure 3, and a log of the boring is presented in Appendix C. The approximate locations of the explorations performed for this project are shown on the Site and Exploration Plan (Figure 2). Within the boreholes, samples were obtained at selected depths, along with strength data, using Standard Penetration Testing (SPT) methods. The exploratory borings were logged by an HWA geotechnical engineer, who also obtained disturbed samples of soils at selected intervals in the borings. Appendix A contains summary logs of the borings and describes the field exploration methodology in greater detail. 2.2 LABORATORY TESTING Laboratory tests were conducted on selected samples obtained from the borings to characterize relevant engineering and index properties of the site soils. Laboratory tests included determination of in-situ moisture content, Atterberg Limits, grain size characteristics and organic content. The tests were conducted in general accordance with appropriate American Society of Testing and Materials (ASTM)standards. The test results and a discussion of laboratory test methodology are presented in Appendix B, or displayed on the exploration logs in Appendix A, as appropriate. 3.0 SITE CONDITIONS 3.1 SURFACE CONDITIONS The SW 7th Street Storm Drain Replacement project site is situated near downtown Renton in a residential and light commercial area, as shown on the Vicinity Map, Figure 1. Site topography is relatively flat, with maximum relief of about 5 feet. The project alignment is approximately 3700 feet in length. Along the western 2600 feet of the alignment, SW 7' Street consists of 4 lanes with a turning lane in locations. At the eastern end the street tapers to 2 lanes. a 3.2 GENERAL GEOLOGIC CONDITIONS The Puget Lowland has repeatedly been occupied by a portion of the continental glaciers that developed during the ice ages of the Quaternary period. During at least four periods, portions of the ice sheet advanced south from British Columbia into the lowlands of western Washington. The southern extent of these glacial advances was near Olympia, a 2003-007-21 SW 7th Street Report final 2 HWA GEOSCIENCES INC. February 6, 2003, revised March 14, 2003 HWA Project No. 2003-007-21 Washington. Each major advance included numerous local advances and retreats, and each advance and retreat resulted in its own sequence of erosion and deposition of glacial lacustrine, outwash and drift deposits. Between and following these glacial advances, sediments from the Olympic and Cascade Mountains accumulated in the Puget Lowland. As the most recent glacier retreated, it uncovered a sculpted landscape of elongated, north-south trending hills and valleys between the Cascade and Olympic mountain es ranges, composed of a complex sequence of glacial and interglacial deposits. Post-glacial deposits within the Puget Lowland include alluvium, lacustrine deposits,volcanic sir , mudflow deposits, and landslide deposits. The project area is located in the geologically recent floodplain of the Cedar and Black Rivers, a site of deposition since the retreat of the last glacier some 13,000 years ago. Post glacial alluvial sediments include fine sands and silts deposited in slow-moving water; coarse sands and gravels deposited in faster-moving active channels; and clayey um silts, organic silts, and peats, deposited in still water such as ponds, oxbow lakes and Lake Washington. �w. 3.3 SUBSURFACE CONDITIONS *Ng information for the site was obtained from the Geologic Map of the Renton Quadrangle, King County, Washington (Mullineaux, 1965). The geologic map indicates that the project area is generally underlain by recent alluvium consisting of sand and gravel with peat, silt and clay. Subsurface conditions along the proposed route are illustrated on Figure 3, Cross-Section rp A-A'. Note the vertical exaggeration (60x) in these figures. Greater detail is presented on the boring logs in Appendix A. Based on our borings, the storm drain alignment is generally underlain by a sequence of fill and alluvium. 11111 Fill was encountered directly beneath the pavement in all of the borings, extending to depths of approximately 2.5 to 4 feet. The fill encountered consisted generally of loose to medium dense, clean to slightly silty, sand and gravel. Bricks were encountered in the fill in BH-6. Some of the fill encountered in these borings could be utility trench backfill. Recent alluvium was encountered in all of our explorations immediately below the fill and extended the entire depth of the explorations. The alluvium consists of interbedded, very loose to medium dense, gray, clean to very silty sand, and very soft to medium stiff, dark, organic silt, peat, and silt. These materials are relatively fine-grained and were deposited in a low-energy environment such as a lake or shallow estuary. They are ++■l moderately to highly compressible and have relatively low shear strengths. They may contain logs, stumps or other woody debris. 2003-007-2I SW 7th Street Report final 3 HWA GEOSCIENCES INC. February 6, 2003, revised March 14, 2003 HWA Project No. 2003-007-21 The borings also encountered a higher energy, coarser deposit of alluvium consisting of sands and gravel containing cobbles and possibly boulders. The coarser alluvial soils are generally present below the fine-grained alluvium, although there are occasional layers of one within the other. The higher energy, coarse alluvium consists of medium dense to dense, gray to brown, , clean to silty gravelly sand and sandy gravel, with occasional cobbles. Organic debris, consisting of sticks, roots, and other organic matter was encountered in several samples. Although no boulders were identified in the explorations, boulders may be present in the +Irf coarse alluvium. Because the borings were drilled to one side of the proposed pipeline alignment, actual soil conditions in the pipeline excavation may be different than indicated. We expect trench backfill to be present above the pipeline being replaced. 3.3.1 Ground Water 0. Ground water was encountered in all borings during drilling at approximately 5 to 7 feet below ground surface. A 2-inch diameter PVC piezometer was installed in all of the borings to monitor ground water levels. Ground water levels taken a week after drilling indicated water levels from 4 to 8 feet below road surface. It is anticipated that ground water conditions will change in response to rainfall, time of year and other factors. 4.0 CONCLUSIONS AND RECOMMENDATIONS • 4.1 GENERAL We understand that the new storm drain is to be located along approximately the same line and grade as the old stone drain. There is a desire to minimize the impacts to traffic along SW 7th Street during construction. Based on the subsurface conditions encountered in our geotechnical investigation, the following constraints will affect the design and construction of the proposed project: • The proposed pipeline will traverse loose, soft alluvial soils below the groundwater table. These soils include compressible clays, silts and peat, in addition to sands and gravels containing occasional cobbles. Logs or other wooden debris and occasional boulders also may be present along the proposed pipe alignment. Since the new pipeline will largely be located in the existing pipeline alignment, much of the soils to be encountered will likely be old trench backfill. 2003-007-21 SW 7th Street Report final 4 HWA GEOSCIENCES INC. -s a February 6, 2003, revised March 14, 2003 "" HWA Project No. 2003-007-21 ,w • Large, potentially damaging settlements to nearby utilities and structures are likely to result from the operation of dewatering wells along the alignment. • The potential need to minimize surface disruptions during construction along with the desire to avoid undermining existing utilities and roadway due to soil sloughing and caving using traditional trench box shoring methods. Based on the these concerns, our recommendations include using either braced steel plates, steel sheetpiles or traditional trench boxes to support the excavation. Additionally, we recommend the use of lightweight fill, either clean, uniform sand or controlled density fill (CDF), as trench backfill. These recommendations will provide for flexibility in the ler method to support the excavation sidewalls, limit dewatering and ground water flow into the excavation and minimize post-construction settlement. Tunneling was identified as a potential construction method, particularly under the high volume intersections. However it was not carried through as a feasible option due to the shallow alignment, the challenging soil conditions (running ground, squeezing ground), the relatively high cost, and the likelihood of having to re-build and re-pave the road due to settlement during tunneling. ars The following sections provide recommendations for seismic considerations, foundation design, lateral earth pressures and construction considerations. 4.2 FOUNDATION CONSIDERATIONS 4.2.1 Seismic Considerations The project site lies within Seismic Zone 3 as defined in the Uniform Building Code (UBC, 1997). Zone 3 includes all of western Washington, and represents an area of moderate seismic risk. Consequently, moderate levels of earthquake shaking should be anticipated during the design life of the proposed improvements, and the facilities should be designed to resist ,r earthquake loading in accordance with applicable local and state requirements. Based on the subsurface conditions observed during our exploration program at the proposed treatment facility site, UBC Soil Type SE should be assumed for the native soils at the depths of the proposed improvements. The corresponding normalized response spectra for the assumed UBC Soil Type is considered adequate for the site. 1r Soil liquefaction is a phenomenon wherein saturated soil deposits temporarily lose strength and behave as a liquid in response to earthquake shaking. Soil liquefaction is generally limited to loose granular soils located below the water table. r 2003-007-21 SW 7th Street Report final 5 HWA GEOSCIENCES INC. e February 6, 2003, revised March 14, 2003 HWA Project No. 2003-007-21 The upper alluvial soils in the project area have a high susceptibility to liquefaction. Evidence of liquefaction was observed in the project area during the 1965 magnitude 6.5 Seattle-Tacoma earthquake. According to Liquefaction Susceptibility for the Des Moines tit and Renton 7.5'Quadrangles, Washington (Palmer et al., 1994),two historic liquefaction sites have been mapped in the project area 1. Near Burnett Street and South 7th Street along the ESI Pipeline alignment; and 2. A residence on South Shattuck Street, between South 6th and 7th Streets. s According to Palmer, at the residence on Shattuck Street, the 1965 earthquake-induced liquefaction resulted in foundation and sidewalk cracking, up to 21/2 inches of settlement of the house, and upheaval/depression of the front and back yards. In our opinion, properly compacted trench backfill will have little of no liquefaction vii potential. 4.2.2 Foundation Conditions and Pipe Bedding Along most of the alignment, the soils at the depth of the proposed storm drain consist of very soft to soft, organic silt and silty sand. It will not be feasible to remove these soils, as these deposits extend to considerable depths. To provide suitable support and bedding for the pipe, we recommend the storm drain be founded on clean sand. To minimize disturbance to the foundation subgrade during excavation, the excavator should use a smooth-edged bucket rather than a toothed bucket. sip Pipe bedding should provide a firm uniform cradle for support of the pipes. A minimum 12-inch thickness of bedding material beneath the pipe should be provided. Prior to installation of the pipe,the pipe bedding should be shaped to fit the lower part of the pipe • exterior with reasonable closeness to provide uniform support along the pipe. Pipe bedding material should be used as pipe zone backfill and placed in layers and tamped around the pipes to obtain complete contact. To protect the pipe,bedding material should extend at least 12 inches above the top of the pipe. 4.3 TEMPORARY SHORING Excavations for the sewer line can be accomplished with conventional excavating equipment such as backhoes and trackhoes. Because of the nature of the alluvial soils, the high ground water table, potential for flowing sands, and the depths of excavation, the excavations will require dewatering and shoring. IW 1 2003-007-21 SW 7th Street Report final 6 HWA GEOSCIENCES INC. February 6, 2003, revised March 14, 2003 '"* HWA Project No. 2003-007-21 w. We have identified three methods by which the excavation could be shored: traditional trench boxes, steel plates with hydraulic/adjustable bracing and driven/vibrated interlocking sheet piles with internal bracing. olo In some areas, trench boxes may not provide adequate sidewall support and could allow soils to slough and cave,resulting in loss of support for existing utilities and the road surface. These soft/loose soils have the potential to slough to slopes approaching 1.25H:1 V (horizontal:vertical). lop Where utility and roadway protection is of more concern, steel plates with adjustable or hydraulic bracing may be used for temporary shoring. Excavation to, or slightly below, 'sr the water table may be possible before placement of the steel plates. Thereafter, excavation could continue within the plates. gym Where it is necessary to minimize the area affected by trench excavation, and/or protect nearby structures or utilities, the use of interlocking sheetpiles may be required. The use of sheetpiles would also minimize ground water flow into the excavation and limit the amount of dewatering required, protecting nearby utilities and structures from settlements associated with dewatering. The temporary shoring should be designed to resist the lateral earth pressures resulting from the soil and ground water as well as any traffic and/or construction surcharge loads. Lateral earth pressures for braced excavations are presented in Figure 4 and discussed in „os the following section. ite We recommend that the contractor be required to submit a shoring/excavation plan for review prior to construction. The plan should be required to contain specific measures for temporary support and protection of the existing utilities and structures. Precautions rw should be taken during removal of the shoring to minimize disturbance of the pipe, underlying bedding materials, and native soils. Maintenance of safe working conditions, including temporary excavation stability, is the responsibility of the contractor. In accordance with Part N of WAC (Washington Administrative Code)296-155, all temporary cuts in excess of 4 feet in height should be "" sloped or shored. The existing native soils generally consist of loose sands and soft silt. These sand deposits generally classify as Type C soil,per WAC 296-155, and, if no ois shoring is used, should be sloped no steeper than I'/2H:l V. Flatter side slopes will be required where ground water seepage is encountered. ON 2003-007-21 SW 7th Street Report final 7 HWA GEOSCIENCES INC. IMO February 6, 2003, revised March 14, 2003 HWA Project No. 2003-007-21 4.4 DEWATERING Dewatering could be accomplished either within the excavation with sumps and pumps, by allowing the water to drain through the constructed sewer, or by dewatering wells. Settlement outside the excavation may occur with dewatering wells. Groundwater was encountered in the exploratory borings approximately 4 to 8 feet below existing ground surface. It should be noted that groundwater conditions can vary substantially over time, and over relatively short distances. The contractor should be prepared to deal with groundwater during construction. Dewatering should be performed is such a way as to not cause settlements or damage to i adjacent properties. Lowering the groundwater level more than about 5 feet below its lowest ambient level could result in settlement of the ground surface and any structures or utilities in the dewatered areas. Design and implementation of any dewatering system is the responsibility of the contractor. Dewatering systems should be designed and submitted to the project engineer for approval prior to the commencement of the excavation. 4.5 LATERAL EARTH PRESSURES FOR TEMPORARY BRACED SHORING gel Lateral earth pressures on a retaining wall are dependant on the soil type, ground water level, allowable lateral movement of the walls, excavation methods and construction sequence. The shoring system should be designed for the pressures illustrated in Figure 4. For design of shoring, we recommend that the ground water level outside of the excavation be assumed at the ground surface. Figure 4 also provides methods to detennine lateral loads for traffic and construction surcharge loading. 4.6 PAVEMENT RESTORATION The new pavement structure should consist of a minimum of 6 inches of asphalt concrete pavement (ACP) over a minimum of 12 inches of crushed surfacing base course meeting the requirements of Section 9-03.9(3) of the WSDOT Standard Specifications. We recommend that the exposed pavement subgrade be evaluated by a geotechnical engineer. i 4.7 FILL PLACEMENT AND MATERIALS In order to reduce settlement potential of the soft silts below the pipe invert,minimize settlement of the trench backfill and reduce roadway maintenance, the weight of the new 2003-007-21 SW 7th Street Report final 8 HWA GEOSCIENCES INC. February 6, 2003, revised March 14, 2003 '"" HWA Project No. 2003-007-21 Ern storm drain pipe and associated backfill should be less than the weight of the existing pipe and material removed. In this regard, we recommend that either clean sand or lightweight Controlled Density Fill (CDF) be utilized as trench backfill. Compacted granular structural fill should consist of clean, fine to medium sand, similar to the bedding material. It should be free of gravel, organics and other debris. The on-site soil removed from the excavation will generally not be suitable for reuse as structural fill, due to the abundance of soft organic silty soils. Structural fill soils should be moisture ■ conditioned to within about 3 percent of optimum moisture content, placed in loose horizontal lifts less than 6 inches in thickness, and compacted to at least 95 percent of the maximum dry density(MDD), determined using test method ASTM D 1557 (Modified rr. Proctor). Trench backfill should be densely compacted in a systematic manner. The contractor should develop compaction methods that consistently produce adequate compaction levels. All backfilling operations should be monitored full-time by a qualified inspector and a sufficient number of in-place density tests should be performed as the fill is placed isr to determine if the required compaction is being achieved. During placement of the initial lifts, the trench backfill material should not be bulldozed ow into the trench or dropped directly on the pipe. Furthermore, heavy vibratory equipment should not be permitted to operate directly over the pipe until a minimum of 2 feet of backfill has been placed over the pipe bedding. Alternatively, CDF or Controlled Low-Strength Material (CLSM) could be used as backfill from the springline of the pipe to the base of the pavement layers. The use of CDF or CLSM would eliminate the effort required to place and compact granular structural fill around and above the pipe, and if a lightweight mix design is selected could reduce potential pipeline settlements. Depending on filler or aggregate material used, CDF ranges from 90 to 145 pounds per cubic foot(pcf). When preformed foaming agents are used in low-density CLSM, unit weights of 20 to 80 pcf can be achieved. We recommend a mix design with a unit weight of 100 pcf or less. A significant cause of large settlement results from inadequate shoring practices and poor PM compaction during shoring removal and backfilling. Special care must be taken to obtain good compaction up to the edges of the excavation as the shoring is removed. Moreover, ,.� attention must be paid to ensuring good compaction around manholes. 4.8 SURFACE RUNOFF Surface runoff control during construction should be the responsibility of the contractor, and should be treated prior to discharge so as to comply with State water quality 2003-007-21 SW 7th Street Report final 9 HWA GEOSCIENCES INC. February 6, 2003, revised March 14, 2003 HWA Project No. 2003-007-21 standards. Grading measures, slope protection, ditching, sumps, dewatering, and other measures should be employed as necessary to permit proper completion of the work. a 4.9 SPECIFICATION REVIEW We recommend HWA review and provide input to the project specifications, specifically sections pertaining to earthwork, and temporary shoring prior to putting the project out to bid. I 5.0 CONDITIONS AND LIMITATIONS We have prepared this report for Gray & Osborne, Inc. and the City of Renton for use in design of a portion of this project. This report should be provided in its entirety to prospective contractors for bidding and estimating purposes; however, the conclusions r and interpretations presented in this report should not be construed as a warranty of the subsurface conditions. Experience has shown that soil and ground water conditions can vary significantly over small distances. Inconsistent conditions can occur between explorations and may not be detected by a geotechnical study. If, during future site operations, subsurface conditions are encountered which vary appreciably from those described herein, HWA should be notified for review of the recommendations of this report, and revision of such if necessary. Sufficient geotechnical monitoring, testing, and consultation by HWA GeoSciences, Inc., should be provided during construction to confirm that the conditions encountered are consistent with those indicated by the explorations, to provide recommendations for Sri design changes should conditions revealed during construction differ from those anticipated, and to verify that the geotechnical aspects of construction comply with the contract plans and specifications. Within the limitations of scope, schedule and budget, HWA attempted to execute these services in accordance with generally accepted professional principles and practices in the fields of geotechnical engineering and engineering geology in the area at the time the report was prepared. No warranty, express or implied, is made. The scope of our work did not include environmental assessments or evaluations regarding the presence or absence of wetlands, hazardous substances in the soil, or surface water at this site or decommissioning of monitoring wells installed for this project. This firm does not practice or consult in the field of safety engineering. We do not direct a the contractor's operations, and cannot be responsible for the safety of personnel other than our own on the site. As such, the safety of others is the responsibility of the iti a 2003-007-21 SW 7th Street Report final 10 HWA GEOSCIENCES INC. February 6, 2003, revised March 14, 2003 HWA Project No. 2003-007-21 sir contractor. The contractor should notify the owner if he considers any of the recommended actions presented herein unsafe. 0.0 We appreciate the opportunity to provide geotechnical services on this project. Should you have any questions or comments, or if we may be of further service,please do not hesitate to call. rr Sincerely, to, HWA GeoSciences Inc. ist #'y Mit Bryan K. Hawkins Ralph N.Boirum, P.E. Geotechnical Engineer President YLOUIS war A ,••.:'"-t*' 8*4.`x\,'1 111111 111111 8 r tAL 3A/4 3 1 EXPIRES 05/18/ 03 Michelle L. Ramos, P.E. Geotechnical Engineer BKH:RNB:mlr .t. 2003-007-21 SW 7th Street Report final 11 HWA GEOSCIENCES INC. 1 al 7 FODNTAIN �7{0y�' rd itt :% 0..,..-�4- }Q•Bryn z r ' `_ -e ._...___ S 112TH LZ C-' 1 tin ,y ' ..to .- NE 12TH wT = < ' 0 0 a. •a tM1:, r'''''?'"4 W o---- ,nS._ ,..:v..m _° €NI m < ,r -trlc�"-.. .m m un.-.a+a < ra - ` u ; �► �D vi w sD to -..or_3,9 0,,.-, to :£......___-W.. j i _ ,_.._ .0 Y �m 11871fm be' ',y tz --- < - w SI eTtf"a Z _ m- -. to ay , z a., ?p < �5 117 T" , r m i ,m £ ti0 .-, ,ca ` _ m c 'S 1ieTH ki: i Q 4 c l q �Ej t x g v -.,�,, Fm - i0 r-S_ 11fiT ;. :t 1 .;!Lill N�BTH? -S G4'- 1 ' °t•U'''''"" 't �[ X'= N 8TH w I .}4.1 '}a .� ?'m ix 1'1 # y s=w_¢.._.,i j S=12 'i_. ? ! --Iii: '. °� 314.4..,,,I;. OLE1.--••- ! i-- N.. 1 rn m .Q�, - fi s ip' .._.5#122ND a.�_5121ST 1'', •.w y,� w .t s." rn s F;t , /Pi-- m}- 1._. iNW7T Etta¢-,, 37TH S' T, > i I yEm' r0 € 4. i im .. S IZ3RD i # _ x2 ] +-- .c1 41. NE 5124 I : x Ill 6TH a 7�3 t: iii T►i BTic`G-RvN r� '.,.,,z,_. S 124'LH a g i, F t i , 3fi -^ G - , S 125 to 7 o W 3 i1W5[H �Q. Y J_t I. � F 1" a• w i r'' �. , {ari l g �: ��' 5TH r 1--„,...--1 s p,• S 127TH a 'rW wa n 3 � Z y m . I b S?H a w Ifi' a5.12T;N i `,, 1 f a_..S W __ 7:~o = 7N ``v = , ' 7 S 14W311°1 I l ?? T I w OFt, ' r- ) '" t•. a Si ` 1 ii -' .. `2:::em m ,° Q1 ', R 1 M $ .. Q<�s t �. , SOS o .''''' a--_,..1.---;D q :744W-2)40>_ ¶on110 81 a : i �_.. at lit F 136Th 54Y`r ' 7 i t, �=t '\ .. . 900 ^ '""<.. _ r ;. �; . PROJECT ,:,.,„„,..,.,...,:,,,,,,,,,,,,,,,,,,_:. c , _, - , , , ,3sT"hF LOCATION ,r ... . 'r• tr gyp, Fr- \. I � gA F. �--14-3', ti � d tm �,,,.. 1� t �.<i�'1`S'.BTH �c '- kwdi‘,..,.._4„,,,i� .r- '' _ 0' �..t .. o it N 1 v._`5E TTH - 11' 4 ', "• ✓ t ..,,„;, ,7' 1, S -4 im 0(41 r # a y� SOY S t°r°]H . . E eta z << f--\,_,, y1 N°-,jz :7 ,, ')%--_'... ,;(,,,,,,,,,,,„54.* `;,e ib1p b. r`""\ IA 9,--- w ,� yt' _ - ;,,_ trt. I r - ,F - ";j 1 r'r �E7C Avp. ND rA PL F /' ` , ' -----4o V,• 1 gv4te.I.. ;" -A 3 - j 3 m. ,,,,e4„-\--7k S 153RD m }'rte - < p< . z�l ..> fi{ I s - A o 7'a U2; 4� i It SaahouterSiroppnq. + s-iI ! �'_ $ 19TH .& :.'t�f m -1^1,-.-.5119 y,7 , i w r, m..m t o:'� /i...• N l'6'.1. , \i;'i� Kr,.'. z z 6t1'''''' 1 •� .a `e 9F'S20T1 .. THCEN ��{{tt .0-,:..--::,,74744-::..m, ) 1P . fi s fz bi t O rye yo O v S �/�.,�. t.:..,_.... .,,'- 1 - , : to . -1 .A Y .fz,.?y,. Sly --vp ^..,+10 '; I , ,x..a "Oeho Pilot Training Center = -, ') '-5�� '-..x < O ,,,wpm'- ° t 3 #m `1`y" ,,&_,,,..,_. Ili a � •7 E1lANS BLACK _ i 4 mr to ,-r _W m y ..4'$ER -. 1 SW 37TH 1 :4 1e t p m SE 162ND `s. S ^�ra .fi �# T ST i__-_._.--' Sr 29TH I S25TH j 1 p-s, Z o ' a i im ! x SE 1e3RD < o RANDER Y, a Tj r; I i ..__ S 6 S 37THSE 164TH w ; ,m ° ' - ^ _ wl _ t t -+ ,-. Try � ... � _ _..__.W p„�� �rID f eil ti, 0 � m r� -i m q m >`� 31ST i - a S:2;571:::,„.1 �s 2 1 -D ../ �- msN+. �wi� ' ,t� >.i _._. 5 4 C ,AD I_ m' m i"0. �,^` m,rd =. li -._. ��` - �� ,t4- t----( 34TH, t 1 . �.�',-....1 ,1f-*a., ,,° _o-S 1 Sly �` \i m = e> i D 3t' p n d1' .... ...ti r. ,_ Q 1 �£..,j .1 f - t* `'''''>.-1. F�Ypuwi{ p Y' 3 uaT Am 4 � f 0199811.Lm...f...n1Lr titA3 SA;n ,3 y"'� �T �: i8 - }w!.>¥ 7< m n 3 ;—!+�[ �a�^�",,,,ztih 3 € m: i cy 4 NOT TO SCALE SOURCE, DeLORME STREET ATLAS USA, 1998 1 S mumm BY SM nw� NO. VICINITY MAP 1 *CHECKED er B QA a UM SW 7TH STREET STORM DRAIN DATE PROJECT„,. HWAGEOSCIENCES INC R E NTO N, WASHINGTON 02.04.03 2003-007-21 ii -01°DWG H'\lPro,Jects\2003 Protects\2003-007-21 SW 7th St Storm Droln\cnd\2003-007-21 \ 1-.1.* a 1 i c9 t)•°a;-0 %4.1-<:0:gL) :U•`" . o .2 \ \ k'...:...0.- .;<3.0.- ;(3..60.. 0-A-c ;();(>0-0 t .-0 i qj (8. 44:.';'.' :.;'•'. ; .--:;ji ,,1-''.:-;'', .:'.:-:;:.\\\\\ n L i C4 CO E Ca 2. . k 41111 ' it, 'itSPA,?:;.:; .':'''', .i...-.,: "-,:i".. \ \.. -. ''-'7 - --:(7-e•.:(,),'.=-0':0.4,3,y0.,a,Q,:c, z i .T.., . a . csi ' . .- "•°' n. . . -'3' 0 • KI'Meift'',.;:::7' :-.':.-.:'.-7"•::;.',."\, " -c'',5..''''.......• :=P-1.):-.CV)•';''Z'--;53-° • , •••-•6,-..c0:,-.0:„..,,ii,-)-g ,•c , c -6- . WIP : - .. \ \ \ . f.-.17114771-41711-.7.17/1-150PP '1''Oq., \ ''.''':.* .:0•4.40°6-;:0•°A;0°40:°%0:°°?" ;:f.,..--::7'..--;.. 4.-c;■-• :40.)Z.,".0.iac;..'0.60. 0.',60.- -;0...60.. :f2 u,2 "V.*=.'6).-f...-:'-'.'-:':".. .- \ \ '-:.-'"---•-•:..'.--'.:-.. 4:<>:-'''''A . 9.612 2;9 -2- - N 00 m 0 ''''''''A '''''"' - \ --:''..:',-1.:-''''',--,°60:-P :-0° -)s'OP P. :'''' P.-a. ' --cz"C 'ac 17s t ...<-2 0 \ \ -::..,. - .• .-.-, . .' --40!"-,,,,„:,40:40:4,.....d... ' .., . :::;,:.'';'';1.4 .41■'''' '' iaQ;-'6 i'().- t ZQ• u" " W 0 11-1 \ - ' .•1 .'.6:-Q::,5 11' S ?: i:,2 ■ qtill.6''.:, t••••^ . 1 2-2 L 0 - - -•.- , • 6.. -(761 0 g 2 a : S t'.t..:„,r--,Ai.i,§:4;,3:,:r4, \4. ' . :;'..:'::••:,, •.- •::: °Ls°b u)i ,„; ..,•... --,,,.„ „<„,,,h-0..„\-.0,,,r„,„:,:_,,,,„:,. ..,.. :.......--..,: •-, ••- ,_; :,.--,,,.:,60,_,..,00,„,,,,c .. it z ' inlit■ 1 Elli111% '.40:.1e-:0:qaTS:0:c. .. 001 VI it''. -VvVrC0.-',:l;:'.,.`:',fP:=.-,4;A::;‹'.::'-''%1,::6-',,.-.;A,.%,:.,,:,T:'1,qF?,4eT:.-J-;-,-..,l.i..::4-..4:V;.t.7,..:,,,,.n Y.!4;,.7;•A 1..#.0::., ‘1 , e's.•,f'•'.'-.\.::.:..:1:':;:r:,-.'.'.:'.6•....,.:',-''.:•:;''-:.,_'':'::,.".''.';:.'.w1.';,.:.""6\:-.--..a`1:-'-.•..'. .,..‘.:\.•-•..:' Ni'a• ..-..-i.':l.--':.'-',i.;.-;=."M.z':':'i.::'.,").:.-;1-.'..','"1'......1:!:•':.!`.5•:...":-"-'.:,'."-;..:'-..-..'•:.','-.:-::'}'::--,:.,:.;-'-,..'.:'..---'•;',:.'.':'0'::::'.:'-1,:'.::-':-,.:---6".:e:-;--':;',!.'•0:'.:,:...-.:7'.....:-5.%.;...0--0....-:.-:':46'.-.6•:'>-•%d-'.6.'•.,.0:iP..4-•-:-:.'i0-.'-,'0;,.,,<'90-:,.ia,::„--,:,,.!-e,z-O'6-''•--,7A::,K0;,-....i 0.!A6.4010.'..-.C.2...--4.5%1.,P.s-4 0p0-a 90'.,......:-...,..,-..4 Z0 6''..'t\c;'';"'.•,-'00r;.')0')0 C,ipc:.:r06• 6q•.0:0 c C,C...-.- . cL0$6 V 8 c i V 8 g fLT uCl'..e:i s 1c°IZ Z.±1- .-1-_,-..-...., z II CO '':....ktAnkt ''..-'-•.:-:: •.-:::'.,'. -".--: •.:,,''':.-:••,,,-1:1'..'•:.;.?..,7,,-1'1.:•,,-: -:.".'.:•••••.:;•Z•.- tn& cr) Sit .:-..,':•tiMA c.:::,..--:,:.,,... .-4 I--.:,PROM ..-;H / .130_ -,..;-, -.-.-.:.::-.:-:.../.....y„..-t ..,. : : .-• ',::::-.W:::; .5.N..=,4 `..•-:•'' '-".'-''''. . 'O. Mt 4',:....4'.;-;Z7, :V'744:4:A .... 6 ..,,......„,,,,,,,,4„ .:;:1-:1:::-,,',. .:;-:-• •-•-----6.-&---6.-c ,••••:-: /.,,,...,:-::7' 1:1:V;,::-:,:j ';','---:''';'::'::-.;,„ g019;1•"kt Dg ,..:.,:.:... v:„,,,,, ,,..,..:A ::;::-.'::. :::,--, ..:;:;.:,,,,0 -.:(}-00-•-:Ly, .. ,. - ;, ,..-!',?0-.0;60..Q.e-cs PO. f0::.',.. e),, N f.'-':4;':i t..4?4:: ',,,, LLT,I. '..,1'',.".:.. k ;V...' Nt:IT4' 41 , . .. \ \ •• -'.•".' '' 9..1 '0.:.' 11L ,,Ii-, ;ha kw • .... i•t.4',• - l'prar. ' .,...-_ .... \ \ s 111110.11a1M111111IMSEMEMMII,:ict.0y Ca P c R:Wtl ,..:, \ g ,.-. :. .: ;::-;-;--: ''.a0.0--o•60.:co.--60.- - -,,,:1- ,,,,-,ht .•-•::',. • \ . ' - <)<:),0°'0:c>:,-----.0:c Pi;4.7 :,4•Av::,FA \ \0.':.•. 1-'---r'•'..:''':,,i0n-0.0.'s'04.a?::!"t, :=4,'- :•Mi . . ... ,.., ‘,. a ,-;, .0:, ;.:: \ -e.0 <3 , ■ ist p 6,4,14„, :-::::,:i.,',1',..,:::::,•".,_-. 0.0.60.. ,CiT,".;,9.0.L' ,6 C?kg tovw04\\, . ,::';•::9,. --:..-.:-J,,,,!,600o00 ,. g•-•E :,.viiiu-11, \ , -:,.,...---.\- • o 2 g....0---d g 1.„-6,>,..I -...z°1'. ..1 -rwn -= T. 5 . 0 ozi 115 03 r -•.' :,.1.::•. .:.-11 0,4iii,1 \\',\s\ \\I""11\111.7v11647.1.1177.7...-. . ..*.i. -1-o:.1-aczoo-f.-/ ,... 1,- 0 tow --' ,' ;- 00''''.0. ›," \\ ...,---.,.-.-;•.,.. „,.,;-;00,,:viOQ Wit',:b:;'t s \\ \ \0` .-1':.:::. :.,'-;::-:- .--(-/:0•-' '-'-- le 2 w: ,O: t,e:',;k4:4W41 4' \ ' -.::::•:,:.-:: :2.: W.• n.:4 \ ;,,<*::,,,,,•:•.•:-:. .:..P:).., ;(3.-b0.-c. 0--°°.. ..:9 -i -,1 ,t_,' >,, .:...,:.'••:::,.1,00-74;:Al, .0241 \ • ."-,-, ,-: -4-XT.1VAI '\ :,:!,•,•=7.•; 8--:o.00.. .,;0:4•■ ;P:0acJI;9.-4-(. 0:P(,,.- •!•-.2.'::',•''', =%-'0,Kg01"• \\\.,, ': : 47 .'. ' ->i,4`;ZI;Z2,,Wil':-.\ .. ,.1,76:,,..._. -:::.: .. .--0, •O.,.5.,,,,,O.,.,....; 0. .< '.3 =.-.•-• o It■ V '..."t.' P.44*-17Z1.‘• ••••.V.-...; - -' ,-470-a-r3 -0:wa-:0:,Ki..6.60): ,o,,c5.0:q!aK-, CM wr.. '..•;,'''• -DA•41.,T.4- ,. ': \44417-.,;:':!-..-T:4 -`43-.6----• .-,a--' • -,,;(74 . -i,,O ,.6(s,'0.p..o`i.0 r.:''--::4•)-.'.VI-M,7,-.i.2A -i`glif- -.-2. •-'''':::-*:'-'?-7C>^2-`?-*- '9'' iiii()iiii .":-.. 6-<5- ... 0 ›,,-... - ct;J. 0, - . :.''''''‘-'"-::...LI'''W;174'451.!:-:''.1';'7.--::6-C; o` 77.160 , •0,1■7swi ‘OPp,:r.c t.,: ,, , ; Co `"•:., :.-::-:,••••,t4-,..,w-,-,4,P0,,L4,`::-.:.-.•:::-•- •,,:::',•••,s:0:,,n,d):4-cac5:0:,aci:Lux,3.:,,,,:c._.,..,, /„.,....:..::.:..„,,,,,,„„,,„..,......_.....,.::_..i.::.:,?.„-.00..Qi•-67-50.. 0.0. --o.- 2-c,-;o.-0.-Q.'.;o:t4c` A ..:•- , ,-,-,, ,.,,,,,-,',,,,k,,A10.74.-.:„, ,,,, :,::- .:y.,:.),-.0.,..,•,6:0:.c,,,-.0:6:.<>„'°0:0:.<,, 04:,.: (0:Q- *V.'...-r--:•,/-'- k---it'47,NAVAI:--',:', .‘•-1.,.., '7'2','.: 'c'..'003Y9ePAJ<,'°60.kJOOqUop.;;... .,s.c 2 d .? _o E„.., IMO laf-.4. -.:...., :••,---:::-"•.:..•-,..:1.. X.1-1,.1::•,:,.-:',.. ':4.=WAFIreU:i-:' .- - ". •.:i l'9A?‘")6 .(1 0.. .:■"9-1-'1 0';9)6 ij' i ,,,i';. ': ,:::,':;: i0.; '•'': '• .-. :-',...''.f.:' .3- `-:'4,-,'-60.T,•i, 6 (4 .-'!Vj-OU:1.,!ii-i6 '•" . :.-.::-'" 'z,A14:4-A;ZNie-. '. •Y:: ',f•''..-- -, ' 5- '7-1--"- >:-.) 7"\ -0!".. , ': ;-4V-44i>,,,ttv41.:;:,: :- ;'. ;:-,;..,. ':.' I' „,Af3--o:uC.,-`'- --i.../' -,.,- -t• z W 1 gm - • , ,*,,,,;--4 -4 :•-..;,-: :... ::,-:, --:, :-•',-.:••.0 cy.c>y50..,. ..,-,-.60..o.Lo. 0..(---..0.4A.2)--0 • •;- ,, ..-!.,,r,441---cw..,4„;,t,. :::.• ,,cc,: ,,,-,E, •:-.-: ,, ,• --;.• -;:,•:,),:A-6 0.-gt-r,--.:-.,:'-,,.:---c.)*°'0/-,-,>":'i o P ''4);Otil ; a;' ' ':..-:'.::.7: ''.'Cs!'-:",.. '-".-(---Y. ..6 )--,'"?.6(),,,:-.)-/c)..: ---Oa. . 0 0 . . . ._ I,...,,,, -63-:.:: . -. ., ,..• ,,::,.: .?. :.'.:-Agglii.rArli!"_,Min .15..6:0:A:0..<:( ta , or 0 32 0 ,. Co e'• '' '1- '-,.,'":,:'',,„-••,'"t?''.:-..," •-'''•-:.-',':f- ' •.:'-' ,-' . ,••:.''t ''6-09..(::;;• '-'; o 02!a . 1 :,-'•••t' ---t•-A•:-..'..,:_d:::,„ _.:. :,.7.,' , -- -.-,-.'. .::::-,-.: \dh oi.o•.•,-1,,,,,,,,,21;,,--,.e,..--,. ..;%:IQ., 0 g ,,..„. ,1.,.. L., _..1 , r. 'v'.. '' "' -.=".•?,.7".... ' - ,• '.::..:-.-:. Z --■ Lf-J 0>, '2 2 -,- .•• ill W M 0 0 0 °g (9 l■- -"rt?/ ''51 64 T ,,,.4-1 M I I I i 1 I I I I / I I I I I I UN 2 LA c. c. ,c, c, ., .0 ,c, 1 0 L (11) NOLLVA313 l'HEI I (••• . 1 lig a t L MATCH TO SEA 12+50 of ' MATCH TO S(A 25+00 p! (SEE BELOW) C C (SEE BELOW) E 1, O p l ' 'O r N ary, . Ir II I I ,% el It s 1ri!I.pl N1 O z p 3ai E ?i ■ _ h O CL II 1- ■ ,•-k a -.7AV 11014111,11 . • /)d f m I 11.......1 a x n, ,! n ' al ri L o � I E n c' ED- I O •-1 C r— r ° o ae z fit' . IJ11IJ E •. � aaagi MEP ♦ ( (n is ' II N I It 0 � . L:: B 6 z 0 a po , N • I i III es,♦ p, o°ff 1 lair,. • lig ' i 1 1. , b. II I E`• : I: ! o t o c o iI1 ►. ! w 3 ei• 1. I Ili k i Z•, i� 11 ,i .. i - o z i ' t Ica 10 o W°{ 1 i { O O pfry x a IC" 1 a I ii _______- -1, I of . iii01—i us_ i ,c, z 0 iti — 1 1 'S '3AV 3iatlVH m ,. z z I _ 0 11110 I M'S '3AV min Q ° ;i ,t ' ry !� • 1 0 w O� } II 7. ciallirlig° r° 3 1' 0 1 w r,. t ..i 0 . 4. O - I ? f ;' (3AOBV 3.) . r , !!!!!!fffiii"' 7! ! 05+Zi V15 Ol FOltlW t °o • ��335) ! a a 00+SZ VAS Ol Vi31VM iii ow l I B I X tr# SURCHAGE LOAD = q I I • ( 15H I X/2 „n, BRACED SHEETING _ I +.w Il _ All H 1.5B w � 111 _ • a BOTT01� OF EXCAVATION ow - 20H ow I / _ _ 0.41 (1—(X/B))q D Iwo ow SURCHARGE PRESSURE I y I 63H I I 20H + 20D -II 280D too HYDRO STATIC PRESSURE ACTIVE PRESSURE PASSIVE PRESSURE tie Influence Factor (i) for Surcharge Loads Ka = 0.390 (Active earth pressure coefficient — for level backslope) For. Kp = 2.56 (Passive earth pressure coefficient) too x-H i=0 H>x>H/2 i=0.5 0 = 26' (Angle of internal friction) H/2>x>H/4 i=0.75 H/4 >x i=1.0 if = 110 pcf (Total unit weight) w if' = 48 pcf (Buoyant unit weight) NOTES: "r' 1. Embedment (0) should be determined by summation of moments below the lowest brace. 2. Recommended earth pressure values are in units of pounds per square foot (psf). ow Dimensions ore in units of feet. 3. A factor of safety has not been applied to the recommended earth pressure values. +r 4. For this site, we recommend that the design ground Water level be assumed at the ground surface. LATERAL PRESSURES FOR mom my SM nom NO. oni ear TEMPORARY BRACED SHORING ,q„ arc=w BKH SW 7TH STREET ous macro. ow AGi MENCESlisTC STORM DRAIN 02.04.03 2003-007 RENTON, WASHINGTON H11Projedsl2003 Projects\2003-007-21 SW 7th St Storm Orawkad12003-007-04.DWG OW • 4 APPENDIX A I • FIELD INVESTIGATION • • a a a a • a a a wr a APPENDIX A FIELD INVESTIGATION The field investigation was performed on January 29 through 31, 2002, and consisted of drilling and sampling seven boreholes, designated BH-1 through BH-7, to depths of approximately 29 to 36 feet. The boreholes were located along SW 7th Street,between ism Lind Avenue and the dead end to the east, in Renton, Washington. The approximate locations are shown on the Site and Exploration Plan(Figure 2). A legend of the terms IMP and symbols used on the boring logs is presented in Figure A-1. Summary boring logs are presented in Figures A-2 through A-8. two The borings were performed by Holocene Drilling of Fife, Washington, under subcontract to HWA GeoSciences Inc., using a truck-mounted Mobile B-85 drill rig. At selected intervals within the drilled boring, Standard Penetration Test (SPT) sampling rsr was performed using a 2-inch outside diameter split-spoon sampler driven with a 140-pound automatic hammer. During the test, samples were obtained by driving the sampler 18 inches into the soil with the hammer free-falling 30 inches. The number of ww■ blows required for each six inches of penetration were recorded. If a total of 50 blows were recorded within a single 6-inch interval, the test was terminated, and the blow count was recorded as 50 blows for the number of inches of penetration. This resistance, or ism N-value,provides an indication of the relative density of the granular soils and the relative consistency of the cohesive soils. Mir A 2-inch diameter, PVC piezometer was installed in each borehole to measure ground water levels. The well details for each borehole are presented in the borehole logs in e Appendix A. Ground water level readings were taken on February 5, 2002 and are shown on the boring logs in Appendix A. ow Soil samples obtained from the borings were classified in the field and representative portions were placed in plastic bags. These soil samples were then taken to our Lynnwood,Washington, laboratory for further examination and testing. Pertinent "" information including soil sample depths, stratigraphy, soil engineering characteristics, and ground water occurrence was recorded. The stratigraphic contacts shown on the individual logs represent the approximate boundaries between soil types; actual transitions may be more gradual. The soil and ground water conditions depicted are only for the specific dates and locations reported and, therefore, are not necessarily representative of other locations and times. 2003-007-21 SW 7th Street Report final A-1 HWA GEOSCIENCES INC. RELATIVE DENSITY OR CONSISTENCY VERSUS SPT N-VALUE TEST SYMBOLS IR COHESIONLESS SOILS COHESIVE SOILS %F Percent Fines A roximate Approximate AL Atterberg Limits: PL=Plastic Limit Density N(blows/ft) pp Consistency N(blows/ft) Undrained Shear LL=Liquid Limit Relative Density(%) Strength(psf) CBR California Bearing Ratio II Very Loose 0 to 4 0 - 15 Very Soft 0 to 2 <250 CN ' Consolidation Loose 4 to 10 15 - 35 Soft 2 to 4 250 - 500 DD Dry Density(pcf) Medium Dense 10 to 30 35 - 65 Medium Stiff 4 to 8 500 - 1000 DS Direct Shear Dense 30 to 50 65 - 85 Stiff 8 to 15 1000 - 2000 GS Grain Size Distribution Very Dense over 50 85 - 100 Very Stiff 15 to 30 2000 - 4000 K Permeability MR Hard over 30 >4000 MD Moisture/Density Relationship(Proctor) USCS SOIL CLASSIFICATION SYSTEM MR Resilient Modulus PID Photoionization Device Reading MAJOR DIVISIONS GROUP DESCRIPTIONS PP Pocket Penetrometer Ili Approx.Compressive Strength(tsf) mei Gravel and .,' GW Well-graded GRAVEL SG Specific Gravity Coarse Clean Gravel Gravelly Soils v TC Triaxial Compression Grained (little or no fines) TV Torvane Soils o b" GP Poorly-graded GRAVEL ea Approx.Shear Strength(tsf) More than Gravel with GM Silty GRAVEL UC Unconfined Compression 50%of Coarse a,f Fraction Retained Fines(appreciable amount of fines) V/ GC Clayey GRAVEL on No.4 Sieve SAMPLE TYPE SYMBOLS Sand and Clean Sand SW Well-graded SAND ® 2.0"OD Split Spoon(SPT) Sandy Soils (140 lb.hammer with 30 in.drop) More than y (little or no fines) SP Poorly-graded SAND Shelby Tube ' 50%Retained di 50%or More _ - on No. Sand with SM Silty SAND of Coarse • 3-1/4"OD Split Spoon with Brass Rings 200 Sieve Fines(appreciable Fraction Passing Size No.4 Sieve amount of fines) SC Clayey SAND O Small Bag Sample Ori ML SILT :l Large Bag(Bulk)Sample tilli Fine Silt Grained Liquid Limit rained and CL Lean CLAY Soils Clay Less than 50% Core Run OL Organic SILT/Organic CLAY / Non-standard Penetration Test Via L" (3.0"OD split spoon) MH Elastic SILT 50%or More Silt and Liquid Limit Passing an 50%or More 4 CH Fat CLAY GROUNDWATER SYMBOLS `� No.200 Sieve Clay `l' W1� Q Groundwater Level(measured at Size OH Organic SILT/Organic CLAY time of drilling) 1 Groundwater Level(measured in well or ""% Highly Organic Soils PT PEAT r, 0 r open hole after water level stabilized) tia COMPONENT DEFINITIONS COMPONENT PROPORTIONS COMPONENT SIZE RANGE PROPORTION RANGE DESCRIPTIVE TERMS Boulders Larger than 12 in <5% Clean ffs: Cobbles 3 in to 12 in Gravel 3 in to No 4(4.5mm) - Coarse gravel 3 in to 3/4 in 5-12% Slightly(Clayey,Silty,Sandy) IP Fine gravel 3/4 in to No 4(4.5mm) - - 12-30% Clayey,Silty,Sandy,Gravelly Sand No.4(4.5 mm)to No.200(0.074 mm) - Coarse sand No.4(4.5 mm)to No.10(2.0 mm) , Medium sand No.10(2.0 mm)to No.40(0.42 mm) 30-50% Very(Clayey,Silty,Sandy,Gravelly) Fine sand No.40(0.42 mm)to No.200(0.074 mm) Silt and Clay Smaller than No.200(0.074mm) Components are arranged in order of increasing quantities. NOTES: Soil classifications presented on exploration logs are based on visual and laboratory observation. ta Soil descriptions are presented in the following general order. MOISTURE CONTENT Density/consistency,color,modifier(if any)GROUP NAME,additions to group name(if any),moisture DRY Absence of moisture,dusty, w' content. Proportion,gradation,and angularity of constituents,additional comments. dry to the touch. (GEOLOGIC INTERPRETATION) MOIST Damp but no visible water. 1. WET Visible free water,usually Please refer to the discussion in the report text as well as the exploration logs for a more soil is below water table. complete description of subsurface conditions. as LEGEND OF TERMS AND rirm SW 7th Street Storm Drain SYMBOLS USED ON HWAGEOSCIENCES INC. EXPLORATION LOGS sii PROJECT NO.: 2003007 FIGURE A-i LEGEND 2003007.GPJ 2/13/03 illii DRILLING COMPANY: Holocene Drilling LOCATION: See Figure 2 DRILLING METHOD: Hollow Stem Auger DATE STARTED: 1/29/2003 NW SAMPLING METHOD: SPT w/autohammer DATE COMPLETED: 1/29/2003 SURFACE ELEVATION: 24 t feet LOGGED BY: B.Hawkins WO w w Z Standard Penetration Test J w m q w co }a} L c~i� w (140 lb.weight,30"drop) J O W Z w F- w Q A Blows per foot NW = 0 F-— m co a a =y w O w 1- W e >- cn o w a- w^ 0. U) D DESCRIPTION - ai ai o_a O a ai 0 10 20 30 40 50 0 0—� ` ` _0 t� - 0 v` GP \ASPHALT CONCRETE PAVEMENT(ACP) /' � 4 o Q` Medium dense,brown,sandy,fine to coarse GRAVEL, - ,j - \moist. r SM (FILL] / • • _ A S-1 3-3-3 Loose,dark gray and brown,very silty,fine SAND,moist. IWO [ALLUVIUM] 5— • • —5 R S-2 1-7-8 0 — k, GP Loose,brown,sandy,fine to coarse GRAVEL,wet. °Q` ✓W - )0 C X S-3 3-3-7 •A - 0 o ( - 10 - ° , SP Loose to medium dense,brown grading to gray,slightly silty, - S-4 0-2-4 A • —10 WO SM fine to coarse gravelly,fine to coarse SAND,wet. Wood A - - noted. - • _ M S-5 4-6-12 • AW 15— S 6 4-7-8 • A =15 A S-7 9-10-11 GS • A - i toe 20— R A • —20 _ "`'`�OH Soft,dark brown,organic SILT,moist to wet. Abundant S-8 0-1-2 C _ o GM '-organics and wood. ■ U' o r= o Medium dense,brown,silty,sandy GRAVEL,wet. - 1 0 t GP Medium dense,brown,sandy,fine to coarse GRAVEL,wet. AN ow No °Cy Oxidation stains noted at 25 feet. ws - )o C 1t• _ 00( X S-9 5-11-11 = 25— • —25 0( rC m - )o C w - 00( - _ O - o Cy - 30— )0 0 !',oral • ♦ —30 _ DO( X S-10 5-11-11 122Lez ' h'' i - 11 Total depth=31.5 feet. 35— —35 - 40. —40 0 20 40 60 80 100 Water Content(%) NW Plastic Limit 1—•—] Liquid Limit Natural Water Content NOTE: This log of subsurface conditions applies only at the specified location and on the date indicated and therefore may not necessarily be indicative of other times and/or locations. "' BORING: UZISW 7th Street Storm Drain BH- 1 T HWAGEOSCIENCES INC. PAGE: 1 of 1 PROJECT NO.: 2003007 FIGURE: A-2 PZO 2003007.GPJ 2113/03 WI DRILLING COMPANY: Holocene Drilling LOCATION: See Figure 2 DRILLING METHOD: Hollow Stem Auger DATE STARTED: 1/29/2003 ii SAMPLING METHOD: SPT w/autohammer DATE COMPLETED: 1/29/2003 SURFACE ELEVATION: 25± feet LOGGED BY: B.Hawkins illa co tr Li co w w 0 m Standard Penetration Test ill o a N w U (140 lb.weight,30"drop) O W w..5g. F w Q A Blows per foot -J m rn a a N w O w x a iu M o M M Z A x N x w o!--- N Cl) DESCRIPTION co N a s H a co 0 10 20 30 40 50 0 � —0 ili .v 1 GP ACP r - 0(3* Loose,brown,sandy,fine to coarse GRAVEL,moist. ( ' - o , [FILL) y - n S-1 3 4-3 - SM Loose to very loose,brown and gray,silty SAND,moist to wet. Oxidation stains at 5 feet. - 5— [ALLUVIUM] •A • ,_5 - S-2 1-2-3 - - n A • ZS-3 1/12"-2 GS _ 10= N S-4 5-7-7 —10 1 GM Loose,gray,slightly silty,sandy,fine to coarse GRAVEL, gi wet. N S-5 1-1-2 • • - SM Very loose,brown,slightly silty,fine to medium SAND,wet - - 15— � S6 8-9-5 •A` —15 - C GP Medium dense,brown,sandy,fine to coarse GRAVEL,wet. - 0(3' Note:Blow counts inflated due to driving on gravels. • A - lel 0 1 N S-7 11-17-18 - .0 1 20- 1 � -,7 o X S-8 2-7-7 A' —20 - .01 _ iIi � - o p 1 - li 25— 0 o—I S-9 12-15-30 • A" —25 - .0 - .- 0i ,-� 30— II — �it • ♦ —30 o b XS-10 4-12-13 ��i7� � - _ 0 _ Total depth=31.5 feet - 35— —35 iii - 40— —40 0 20 40 60 80 100 Water Content(%) Plastic Limit I--0-1 S I Liquid Limit Ili Natural Water Content NOTE: This log of subsurface conditions applies only at the specified location and on the date indicated and therefore may not necessarily be indicative of other times and/or locations. di BORING: OMSW 7th Street Storm Drain BH- 2 No HWAGEOSCIENCES INC. PAGE: 1 of 1 PROJECT NO.: 2003007 FIGURE: A-3 _7 PZO 2003007.GPJ 2/13/03 MB DRILLING COMPANY: Holocene Drilling LOCATION: See Figure 2 DRILLING METHOD: Hollow Stem Auger DATE STARTED: 1/29/2003 lie SAMPLING METHOD: SPT w/autohammer DATE COMPLETED: 1/29/2003 SURFACE ELEVATION: 26 ± feet LOGGED BY: B.Hawkins iiim W ca ix c..) ca til Standard Penetration Test < Z— _, ec W C12 to Cl) C.) 0_ M F- 0 I— IX (140 lb.weight,30"drop) 1— Z — i_w wl-P •Blows per foot —J 5 (n c friri x 0 1—......, Cl] Cf) b_ ti! x 3 w g.LT, = F-..... 0 M M Z g = W 0 } CO < < W— 0 CD , t.-- U) D DESCRIPTION 1/) co Cl a.-...°- 0 E w 0 10 20 30 40 50 0— 17111--G , \ACP r ‘c • 4 —0 II. - o Rc Medium dense,brown,sandy,fine to coarse GRAVEL, &4 - _ -1'.--) ML \moist. [FILL] 1 VI S-1 2-2-2 GS A • Soft,red brown to gray,sandy to very sandy,SILT,moist to - lir wet. Oxidation stains noted,organics noted. 5— [ALLUVIUM] —5 - - foe - X S-2 2-2-3 GS T._ A • - - ML Soft,dark gray,clayey SILT,wet. Organics and wood 10— noted. —10 - INN - ES-3A 0/12"-2 GS A • _ E1S-3B AL I-10 - - _ OW 15— —15 - . - ,.....k.,_, ...A...iv OH Soft,dark brown and gray,slightly sandy,organic SILT,wet. A llot • X S-4 1/12-5 - N—A.......l Abundant organics and wood noted. ,..,., •—..._A-1 zu— ,........—/ —20 Llk_Jk_, _ k÷','", ', s • ML Soft,dark brown and dark gray,SILT,moist. Fine sand Ur lenses noted. - X S-5 2-1-2 AL • 1---I• - 25— - - —25 NY • SM Loose,dark gray,silty SAND,wet. Abundant organics and - - wood. - - X S-6 4-4-4 ,„., lo . 1%. A • 4304111 or 30— Total depth=29 feet. —30 11111 35— —35 Ow _ RI 40— —40 0 20 40 60 80 100 Water Content(%) Plastic Limit 1---111--I Liquid Limit IOW Natural Water Content NOTE: This log of subsurface conditions applies only at the specified location and on the date indicated and therefore may not necessarily be indicative of other times and/or locations. sr BORING: OIM SW 7th Street Storm Drain BH- 3 PAGE: 1 of 1 lool HWAGEOSCIENCES INC PROJECT NO.: 2003007 FIGURE: A-4 PZO 2003007.GPJ 2113/03 *Of DRILLING COMPANY: Holocene Drilling LOCATION: See Figure 2 p DRILLING METHOD: Hollow Stem Auger DATE STARTED: 1/31/2003 SAMPLING METHOD: SPT w/autohammer DATE COMPLETED: 1/31/2003 SURFACE ELEVATION: 25±feet LOGGED BY: B.Hawkins a Cl) w w Standard Penetration Test m U a O �r co w U (140 lb.weight,30"drop) J J 5 w w 2 co 1- w¢ A Blows per foot t=- 0 CI) a s o N uJ O w F=- w d > Cl) w o S W 2 w a� O= U) D DESCRIPTION co a a e O a co 0 10 20 30 40 50 0 v ail 0— 0 - o GP .ACP /-- GM Medium dense,brown,sandy GRAVEL,moist. - )^ [FILL] - SM Loose,brown,silty,fine SAND,moist. Trace organics N S-1 3-2-3 A • _ noted. la [ALLUVIUM] _ 5 - ML Soft,dark brown to dark gray,fine sandy,SILT,moist to wet. X S-2 2-1-1 GS A 5 Trace organics noted. Sandy lenses noted. i - fiti - X S-3 0/12"-2 GS • 10 /\.` OH Very soft,dark brown and gray,organic SILT,wet. S-4 0/12"-1 GS 10 III `-,^-„^' Abundant organics noted. 3"wood/organic lens noted. _ ..mow - .Av to ♦ • - SM Loose,dark brown and gray,very silty,fine SAND,wet. X S-5 1-2-4 1 Abundant organics and wood noted. Lenses of organic silt noted. 15 - ;M OH Soft,dark brown and gray,slightly sandy,organic SILT,wet. X S-6 0-2-2 '� 15 Sand lenses noted. Abundant organics and wood noted. Q - Iiii - X S-7 1-1-2 A • — ." ...A—kJ ■Mi 20— ,nn A r 20 ML Very soft,dark gray,clayey SILT,moist. Abundant organics X S-8 0/12"-2 . noted. le 25 - ML Medium stiff,dark brown and gray,clayey SILT,moist. X S-9 0-2-4 25 ai Abundant organics noted. X um k _ u SM Loose,gray,silty SAND,wet. Organics noted. � 30— X S-10 4-5-12 m A.. .• 30 3- '-' GP Medium dense,gray,sandy,fine to coarse GRAVEL,wet. m.. la - 0 C am ) - o C ow - 3a( 35— �o C X S-11 7-12-20 i 41.40, • A 35 It Q 1"t. Total depth=36.5 feet 40— 40 0 20 40 60 80 100 kkr Water Content(%) Plastic Limit I--•-1 Liquid Limit Natural Water Content NOTE: This log of subsurface conditions applies only at the specified location and on the date indicated and therefore may not necessarily be indicative of other times and/or locations. � , BORING: SW 7th Street Storm Drain BH- 4 HWAGEOSCIENCES INC. PAGE: 1 of 1 PROJECT NO.: 2003007 FIGURE: A-5 ' PZO 2003007.GPJ 2/13/03 lii DRILLING COMPANY: Holocene Drilling LOCATION: See Figure 2 DRILLING METHOD: Hollow Stem Auger DATE STARTED: 1/30/2003 III. SAMPLING METHOD: SPT w/autohammer DATE COMPLETED: 1/30/2003 SURFACE ELEVATION: 25± feet LOGGED BY: B.Hawkins 11.1 co ir IA w m z y Standard Penetration Test o } D u)r ai w_U (140 lb.weight,30"drop) O I-- Z m H i j< •Blows per foot MO = 0 a d y w O w =f- m Co i . o CO CO DESCRIPTION ai Co a s O a co 0 10 20 30 40 50 o w 0— —0 ACP imp - Dill Medium dense,brown,sandy,GRAVEL and COBBLES, `• - moist. (FILL1 f m S-1 1-1-3 ♦ • _ Loose to very loose,dark gray,very sandy SILT,wet _ - Ow Abundant organics and wood. - 5— [ALLUVIUM] • —5 - m OH El S-2 0/18" GS NI, Very soft,dark brown and gray,organic SILT,wet. - _ Abundant organics and wood. - • 111111 - Very soft,blue gray,slightly fine sandy,plastic SILT,wet I S-3 0/18" GS - - Sandy lenses and organics noted. - - 10— • —10 Very soft,dark olive brown,clayey SILT,moist. Abundant X S-4 0/18° GS - 111f organics and wood noted. - - Loose,gray,fine to medium SAND,wet. Silt lenses with - - organics noted. S-5 0-2-2 • - ON 15— N S-6 0-2-4 • - 15 -- �HH y OH Very soft,dark brown and gray,organic SILT,wet. A S-7 0/12"-2 • • - NW _ testuro Abundant organics and wood noted. - �/W • —20 20= 51111111•111111 �7 S-8 3-4-4 .Soft,gray,SILT,wet. /� = - SM Loose,gray,silty to clean,SAND,wet. Interbedded with r No - dark brown,organic silt lenses. No mi - - - m 25— A • —25 Nit _ X S-9 3-2-2 im o E ■ mi ow 1111+ - i 30— ' �1i .$ A --• —30 A,10 2-4-5 1rillit.j 11111111 Total depth=31.5 feet. 35— —35 SI —40 0 20 40 60 80 100 Water Content(%) Plastic Limit 1--•-1 Liquid Limit tort Natural Water Content NOTE: This log of subsurface conditions applies only at the specified location and on the date indicated and therefore may not necessarily be indicative of other times and/or locations. or BORING: OR , SW 7th Street Storm Drain BH- 5 IN HWAGEOSCIENCES INC. PAGE: 1 of 1 PROJECT NO.: 2003007 FIGURE: A-6 PZO 2003007.GPJ 2/13/03 Mill DRILLING COMPANY: Holocene Drilling LOCATION: See Figure 2 1 DRILLING METHOD: Hollow Stem Auger DATE STARTED: 1/30/2003 IP SAMPLING METHOD: SPT w/autohammer DATE COMPLETED: 1/30/2003 SURFACE ELEVATION: 26 ±feet LOGGED BY: B.Hawkins a tr co W Z Standard Penetration Test J } D r CO W v (140 lb.weight,30"drop) -J O W W w W¢ •Blows per foot I- 0 CO d a y w O w I-- ° W in ) 0 CO D DESCRIPTION CO CO o-a 0 n.CO 0 10 20 30 40 50 0 0— 'a .v GP ACP —0 ■ ■ - o Q• Loose to medium dense,brown,sandy GRAVEL and - to , COBBLES,moist. Bricks from 2.5 to 3.5 feet _ •O I [FILL] X S-1 34-24-8 • A - SM Loose,dark gray,slightly silty to silty,fine SAND,wet. 1 5 [ALLUVIUM] X S-2 2-3-2 A • —5 _ Q S-3 0/18" GS UP »•_ OH Very soft,dark gray and black,organic SILT,wet. Peat and - clayey silt lenses noted. Abundant organics and wood - 10— IAA, noted. I —1 .• —10 _ Organic Content(S-3)=14.7°/. S 4 0/18" AL _ li Vine thole - Ilinrhol uhh/ •- S 5 0/t2"1 • - - Vine WN - 15— inane S-6 0-2-3 i • —15 - ®�� SP Loose,gray,slightly silty,fine to medium SAND,wet. _ SM - MI OH Very soft,dark brown,organic SILT,wet. S 7 0118" A • a - litene 20— .A • —20 .„ ML Loose,gray,very silty,fine SAND to sandy SILT,wet. g S-8 2-2-3 SM - - 25— 'A , m • GP Medium dense,gray,sandy,fine to coarse GRAVEL,wet. X S-9 5-12-12 • —25 ai - �- Dark brown,organic silt lenses noted. - - o t• _ .01 F - _ �� • o • 30— •O I 14 •A —30 V S-10 3-9-8 �. a Total depth=31.5 feet. - 35— —35 - - a 40— —40 0 20 40 60 80 100 Water Content(%) iii Plastic Limit F—f —1 Liquid Limit Natural Water Content NOTE: This log of subsurface conditions applies only at the specified location and on the date indicated and therefore may not necessarily be indicative of other times and/or locations. a OIMI BORING: SW 7th Street Storm Drain BH- 6 1/4, HWAGEOSCIENCES INC. PAGE: 1 of 1 MI PROJECT NO.: 2003007 FIGURE: A-7 PZO 2003007.GPJ 2/13/03 - a DRILLING COMPANY: Holocene Drilling LOCATION: See Figure 2 DRILLING METHOD: Hollow Stem Auger DATE STARTED: 1/31/2003 ti111 SAMPLING METHOD: SPT w/autohammer DATE COMPLETED: 1/31/2003 SURFACE ELEVATION: 28 t feet LOGGED BY: B.Hawkins t• cn eC ur cn U W m a y Standard Penetration Test .J } D co r cn w v (140 lb.weight,30"drop) -' O w w w e ~Ill H w Q •Blows per foot ilew I,. 0 rn a -.1 Cr f W O w 2 a.m 0 Z 3 = N= F-� w >- Cl) Q Q W 2 t- W U Q.a) 0= D DESCRIPTION - in cn a a 0 a rn 0 10 20 30 40 50 0 Or 0 • GP ASPHALT CONCRETE PAVEMENT(ACP) I ■ —0 �' Medium dense,brown,sandy,fine to coarse GRAVEL, - - o 6 moist. - .0 t [FILL] X S-1 6-6-6 • • _ writ 0. 7.F• SW Very loose,dark brown to gray,slightly silty,fine to coarse - - V 5— . SM gravelly,fine to coarse SAND,wet. Silt lenses and organics X S-2 1-1-1 _ • —5 :` noted. A _ [ALLUVIUM] 11110 - R S-3 •0/12"-1 GS • - 10— ' • —10 SP Very loose,dark gray to black,slightly gravelly,slightly silty, X S-4 0/12"-1 GS We SM medium to coarse SAND,wet. - ML Very soft,dark brown and gray,SILT,wet. Interbedded A • sand lenses. Organics noted. \/ S-5 0/12"-2 GS - MM 15— �� /� A • —15 t OH Very soft,dark brown and gray,organic SILT,wet M S-6 1-1-1 - NOV Abundant organics and wood noted. - SM Loose to medium dense,dark gray,silty,fine to medium A• OW SAND,wet. Interbedded with dark brown,organic silt S-7 2 4-5 - lenses and coarse sand lenses. � _ 20— E • A /\ S-8 2-8-9 C —20 w m mu 25— ow •A —25 WI S-9 2-7-8 A. ow Am w s - -, - 30= �S-10 2-4-4 ;44•-1*rL~� • • —30 Medium stiff,dark brown and gray,fine sandy SILT,moist r WI Organic lenses noted. f - _ Total depth=31.5 feet 35— —35 Um 40— —40 0 20 40 60 80 100 Water Content(%) tiles Plastic Limit 1--111--1 Liquid Limit Natural Water Content NOTE: This log of subsurface conditions applies only at the specified location and on the date indicated and therefore may not necessarily be indicative of other times and/or locations. UN nisi BORING: Li i SW 7th Street Storm Drain BH- 7 111 HWAGEOSCIENCES INC PAGE: 1 of 1 PROJECT NO.: 2003007 FIGURE: A-8 PZO 2003007.GPJ 2/13/03 MIN • Wit oil APPENDIX B II LABORATORY INVESTIGATION git vit it • a a wr APPENDIX B LABORATORY TESTING +• HWA personnel performed laboratory tests in general accordance with appropriate ASTM test methods. We tested selected soil samples to determine moisture content, grain size distribution and Atterberg Limits. The test procedures and results are briefly tov discussed below. Moisture Content rrr Laboratory tests were conducted to determine the moisture content of selected soil r.. samples, in general accordance with ASTM D 2216. Test results are indicated at the sampled intervals on the boring logs in Appendix A. Atterberg Limits .�r The Liquid Limit(LL), Plastic Limit(PL), and Plasticity Index (PI) were determined for the portions of selected samples passing the No. 40 sieve, in general accordance with ,,,,, ASTM D 4318. The test results are plotted on Figure A-2 and Figure B-1. Grain Size Analysis The grain size distributions of selected soil samples were determined in general accordance with ASTM D 422. Grain size distribution curves for the tested samples are presented in Figures B-2 through B-6. Organic Content The organic content of a selected sample was determined in general accordance with ASTM D 2974. The test results are presented in the boring log text, Figure A-7. to ■r. 2003-007-21 SW 7th Street Report final B-1 HWA GEOSCIENCES INC. Olt 4V. Z CO 126 0 co IV -JP _E co _J LL ..1- LL cn 0 0 a ., cu -, c if - 1---7- X < 0 (f) a- c 04 00 ._.1 Z < ,.....r`-- 41 EL — L., a CD -'-r--, ›- CO - CL N CO 'I' 0 . ,-- _J 1--• W ' '1 J C0 ,:t• 111 L-J I- ° 0 r.- .t- _J JAI '71- •cr CO 0 Cl- a ,..,.,4., 0 UN a .1:i- __I c *- -- Z 0 IT! I- 4 • co o 0 C) 2 < o — _ (7) w E (7) MI • C.) C) o ' _J 3 .0 _c P_ (7) , ...:, • u) , • > — — a — U) 1ii1 i;1 Pi, c\I c) Id •ti- . Iii co( Co' U). -J _I a. Cj 2 2 < co co to Z ow 1 •—+ 0 co 03 CO FZ-1 ,4 CD . CD CD 0 CD 0 CD tO V) •1- CO C\I x— 0 I/0 Z iii (Id) X2 • • 1 I-4 0 DC1NI A11011.SVid ).- C...) :2- 3 pr-1 MI 4.1 2 N INN t m n o (n o _ °• m w �- O ai of ›' (NUJ D cr ill N O J '4. 2 Q o Q W o 0 U 0 c 'O' o) o QU) � to oi N. 0 v J F- - o L.JQC/) -a3 N— < (co v °? a O � co� r 0 o U N O d 1— W �r I— o -.1 a W 0 0 W CO— -J ix a rr1' 0 to M N 0 O O L1 O W O + i ,c; 2 Ilit ii „ , rr_i I o C47) CI c o 0 CI -fc o a cn �•0 o 3 o 0 o >. - W me 2 ~ 0/CO a - to -i o W U a c n.0 i ` 0 c a N n+rr Q x Z 0 U 0 — � 0 < a-•- - - _ in ,_ to 1St U) ii 0) in 2 Cl) j— — — a) • - c 0 E0_ ------ — o _ o LL i") — Qj O 0 as W - / = of v W Q - fT 1 _ o N. N N U ,.r 0 Z a7 •- J to to to - W coo O - U 0 0- U w o `n-0 0 0 0 o o o 0 o m m m 0 o U a o C) o n m u) v 0) N U.) NO IH9I3M A9 2�3NId IN30�I3d 2 • • .4 o to l CO rrl We • c m o (n o ° c in m co } N � o 10 0 J o Q 0 U ° ry v Q . V CO N _J W O (n N (f Q N-1 . `° LL 0 o ° o U ° H- oN ° Er_ F— W -J Q F H ° a J 0,11 U) _., c ;: 0 to 2 N CO LEI Co M CO 0 LL7 O w O LL O H J oo_ J iL ° , y Z Q ;' N E z in _Z p CO Q w ° Q c n u) E fY U J N N N ° - 0 LT- (7)(/) x 2 W Q -o J Y—w 0 u (n _o c 4. a) C m o p n in O Z m m m _C n O.- u izi • J — T_ F- . `�' --- � 1 W n N iri Ct c+) U C0 a, Z I N N M N ~� Lel U r Uto M M V �/ ii iO- S S Z w—( 0 0 0 0 o O o 0 0 0 o m co m U F. o rn m n co Lo v M N JO IHDI2M A9 2:19NId 1N9O2Ed co 2 • • v) Lina Iwo o :cr. 1- MI CO an 0 0 ° U) ( ui ° N- CO m >"' N iX u >- o ° rn � __t tI TS Q 0 U ° a) M v °� Q U) 2L_�� N M J 1� WOCo NUQ r` E.° N � W0 p CD o O O O- M o J CD 0 o o o n- E— W C o Oft F- O i- d J Q U J O w c J W J tL l 0 CO v CD r o u) o LL o W W I I- *t lull p o -J iL wr a Z Cl 1 T 1 N E 0 to tc5 z U) um Z o Z O Q Q a a) U) E W O Et U N a N 0-) N _ 0 ft/ t/) I- -,- _ _I cfl W t) N- �_ J '0 0 CD - ( c`U V)I- i Q J ` 2 ct 0 0 U Z � > Y sr W c ai T 7 I T 7 a ° o > v_ _ r` o �n C^^ "' Li - 0 i (\ M N O r --- J to o o w U t ' Z 1M CO v v in e. I I I U in-0 0 0 0 m° 0 0 0 N 0 0 m m m a C6 ow 1HJI3M A9 213NIJ 1N902�3d m • a krial >- N N N 2 M 2 WM LU to m 0 o _ o rn W >- N- rn ,°n J - Q ° ° Q o -0 Z I U o o < U) t NOCn � Q ti o BO =O o to °o U �- N o °- I— W _ CC 2 Z -J Q H I - - ° a J ° -) .,.: a ` 0 g ,n N o M 7� r. c to (/) o cK _- - ----�_----* r _� W o � o J c 2 c ii ° Z W EN L 0 aa-al � --- --- - z ZO c ... a Z_ _ _ Q W ° Q F' a) W Q i-.1 2 W us r " c W J 3 c ~ w- o U _J 3 U 0 e- • 6 a as C m > Q E > ( o 0 m o m --- - In a N C D �. --- --- O ^ tc) vs V-. ... I __- _ 0 � 0 W F > - 'tn-- I I -r --- a to O to Q `�—— --- L --- Wp I� p t� ` iV ch 4 th �� o -— — J In fn In - to U o a U `� z CO • . i7- i i I ►w� ° °O 0 ° ° 0. o °v M N 0 O m m m U r '^ f 4,g IHJ13M AEI 2�3NIJ 1N3O213d • ■ , 0 u i 4 CO ill ire to o 0 o cn Cl) w c o o N >-- N Er a: 6 LCi J N a 0 e Q LL J a U o c to o Q � � (n N N N ,J F, WM -e to 0) N W (n 0Q N u o c,9, (v o W I _J o rrr o ch to o U H N a I— W it J o E) a Q _J o �- w J -., a. too O in o CO c N M • e O II O O W * ♦ I Wc > r/ ,--O I air o J a it N 75 0 0 a-i ---� .r�■ii�i . _� z . z 0 15 .r. z oz ' iii Q.i:i a) * f 6 row cr, U Z r cn ccnn c C/) t c D °D ——— C) to o it c J r = ai NO f- W a o C) to- --— > - n ( I W r-: o " U ow Zu) N M V t() V e- - o cc. U _ M I S S U ° M O O O 0 O o O O O O O m CO CO O W co ti a t1 i •V' cv) N `� N O 0 •• 1H0I3M A9 IDNI.A IN30�I3d 2 • ■ 4 w U, o co N N N MI PC S • APPENDIX C PREVIOUS EXPLORATIONS kill a /DRILLING COMPANY: Holocene Drilling LOCATION: "Ste 1 +00 DRILLING METHOD: Mobile B-75, Hollow Stem Auger DATE COMPLETED: 5/17/99 SURFACE ELEVATION: 27 t Feet LOGGED BY: Erik Andersen um in co w f11 J W U LOU- m Z m ro J ? U Penetration Resistance O i-. Z N c w F (300 lb. weight,30"drop) c um H m -J •J LI) a CC 2 Blows per foot in LU a F- o o w O w = H w X N a 0 0) Q DESCRIPTION (n in a— O a rn w 0— 0 10 20 30 40 50 _ le 4 3/4"Asphalt 0 mi Medium dense to dense,brown to gray,SAND r and GRAVEL. Old Brick at 1 foot. - (FILL) 1 j S-1 1-2-2 • - Very loose,gray,very silty fine SAND,moist. L mil 5— Ocassional organics. (RECENT ALLUVIUM) S-2 1/12"-1 • 5 Very loose,gray,very silty to silty,fine SAND, i moist to wet.Numerous organics and roots. _- •(One 1/4"stick). >> Very soft,grayish brown, PEAT, wet. /S 3a 1/12"-1 - srni�,Very loose, gray, SILT, wet.Occasional J —S 3b AL- 10— ®®I1 %organics.- / _ ""'w ;Very loose,dark gray,silty to very silty,fine J� L S 4 1-0 1 • 10 +n �,IW�i7 SAND, wet. 1 uLaminate of slightly silty,fine to medium SAND tr un S-4. it / S 5 1/18" - Very soft,SILT, wet.Numerous to abundant Jti — >>15- or anics. 11 _ Ai liel tL g ��1 S 6 1-1-1 - ....-....._..• 15 Very loose,gray,slightly silty to silty,medium i, • "SAND wet. 1� — ti/ery soft,dark brown,SILT and PEAT, wet. Jar 1.'Abundant organics. ��i S 7 3 2-11 NW 1Very loose,gray,very silty,fine SAND, wet. 20— Occasional organics. — Medium dense,slightly silty,fine to coarse J S 8 1-3-3 'k 20 _ SAND,wet. - - ww �1Les of very silty fine SAND in sample S-7. / • S-9 1/12"-1 CN - Wine Very soft,very dark brown, PEAT, wet. J — 25— Mov Abundant organics, sticks. _ tor _ mr, S 10 25 r • • - rw ~Nil — 30— III Loose,gray, silty to very silty,fine SAND,wet. . S-11 2-2-3 • ow - r war' pT •Occasional organics in top of sample 5-12. •S-12 1-1-1 } • 30 inno few Very soft to soft,grayish brown to dark gray, — - IrOW* organic SILT;and brown PEAT, wet. Numerous y - to abundant organics. • S-13 1/12, 1 AL i---01 rwd — 35— vr'w ,� • 4 35 - - SP Medium dense,very dark gray,clean,gravelly, r fine to medium SAND,wet. • 14 1-4-7 GS r to 40- • - 0 20 40 60 80 100 40 Water Content(%) Plastic Limit I----•---I Liquid Limit mu Natural Water Content NOTE: This log of subsurface conditions applies only at the specified location and on the date indicated \` and therefore may not necessarily be indicative of other times and/or locations. / aso BORING: BH- 7 821 ESI SECTION 1 CAPACITY RESTORATION ,,,HWAGEOSCIENCESINC RENTON, WASHINGTON PAGE: 1 of 2 PROJECT NO.: 98148 FIGURE: A-8 PZONSPT 98148 8/27/99 SW I DRILLING COMPANY: Holocene Drilling LOCATION: "Ste 1 +00 DRILLING METHOD: Mobile B-75,Hollow Stem Auger DATE COMPLETED: 5/17/99 SURFACE ELEVATION: 27 ± Feet LOGGED BY: Erik Andersen ril cn CC w IN cn m Z : v d 2 Q r I-- CC Penetration Resistance tu o J 0 H Z U.c w 1-- (300 lb. weight,30"drop) w ;I = 0 w w Co w w Q Blows per foot �- l.`' Co rro, �2 I- .4 t-- 2 2 Z o = NI F- w m N < DESCRIPTION N N a 0 0_ 0 10 20 30 40 50 0 40— —40 Ili - SP Medium dense,very dark gray,clean, gravelly, fine to medium SAND,wet.Fine gravel. - - . (ALLUVIUM/OUTWASH) S-15 2-9-14 GS _ h= 45- -45 H1/ A Ng - - 5-16 3-6-18 _ 50— —50 SM Loose,gray,bedded,slightly silty fine SAND; and very silty fine SAND, wet. - - - (RECENT ALLUVIUM) S-17 2-3-4 = A _ •55— _ — —55 ON - •- SP Medium dense,gray,clean to slightly silty, .S-18 5-6-5 — A _ slightly gravelly to gravelly,fine to medium — SAND, wet.Subrounded to rounded gravels. - — - 60— =._ (ALLUVIUM/OUTWASH) —60 S-19 1-1-2 A _ iiii _ '-j'•I ML •Very soft,gray,SILT, wet. ,. —• _ 65— SM `Very loose,gray,very silty fine SAND, wet.. —65 t iii - Total Depth = 64 feet. - - Groundwater observed at about 5 feet during - _ drilling. - 70— —70 75— —75 - I 1 MI 80— —80 0 20 40 60 80 100 Water Content(%) _„ Plastic Limit 1-0---1 Liquid Limit ai Natural Water Content NOTE: This log of subsurface conditions applies only at the specified location and on the date indicated and therefore may not necessarily be indicative of other times and/or locations. / BORING: BH- 7 i ` ESI SECTION 1 CAPACITY RESTORATION H% GEOSCIENCES INC RENTON, WASHINGTON PAGE: 2 of 2 it PROJECT NO.: 981 48 FIGURE: A-8 PZONSPT 98148 8/27/99 a 9110 rr Excavation Dewatering Estimates SW 7th Street Storm Drain Replacement fr Renton, Washington HWA Job No. 2003-007-21 rw Prepared for Gray & Osborne, Inc. February 18, 2004 WO IMP ' HWA GEOSCIENCES INC. • (ieotec/ii11Ct11 };11g111f't'i'illg • J1Vl110 Y'o10 . • {.ieoet1i!i'OJi1?iCltt(11 • iliSpe tio11 t" 1 'stitlg HWA GEOS CIE NCES INC. Geotechnical Engineering • Hydrogeology • Geoennironinental Services • Inspection & Testing February 18, 2004 HWA Project No. 2003 007-21 Gray & Osborne, Inc. 701 Dexter Avenue North, Suite 200 Seattle, Washington 98109 Attention: Matt Winkelman S Subject: EXCAVATION DEWATERING ESTIMATES - SW 7th Street Storm Drain Replacement Renton,Washington Dear Mr. Winkelman: r This report summarizes HWA GeoSciences Inc. (HWA's) construction dewatering evaluation for the City of Renton SW 7th Street Storm Drain Replacement project, based on HWA's field investigations and laboratory testing. SITE LOCATION & DESCRIPTION The City of Renton plans to replace the existing, undersized storm drain along SW 7th Street between Lind Avenue East to the dead end, with a new 60 inch storm drain. We understand that the project will be an open trench excavation along all of the full length of the alignment. Planned trench excavation depth will be approximately 10 feet tit below grade. SCOPE mi The objective of this evaluation was to estimate the range of dewatering volumes for trenching operations along the alignment. HWA performed the following tasks: 1. Review available existing data including City obtained groundwater levels for the months of September and December 2003. 2. Perform additional grain size analyses on four archived soil samples. Estimate hydraulic conductivities from grain size analyses. n 3. Install four shallow hand-driven piezometers. 19730-64th Avenue W. Suite 200 Lynnwood,WA 98036.5957 4 Tel 425 7740106 Fax"425 771 . www.hwageoscences.o ,:4* February 18, 2004 HWA Project No. 2003-007 4. Perform slug and short-term pumping tests on three selected existing wells (BH-1, BH-2, and BH-5) and piezometers to determine approximate hydraulic conductivity values for the formation materials immediately surrounding each well or piezometer. 5. Estimate aquifer hydraulic conductivity from well testing analysis, using applicable analytical approaches. "s' 6. Estimate the range of expected dewatering volumes for open trenching or sheet piling options, for summer and winter ground water levels. 7. Provide recommended dewatering methods for inclusion in the bid document specifications. Refer to our geotechnical report dated March 14, 2003 for boring logs and laboratory test •` results. • Grain Size Testing We estimated hydraulic conductivity(K)using grain size distribution data for selected soil samples, and used three interpretive methods: • An empirical method derived from blending various soil grain sizes and hydraulic conductivity testing(Massmann, 2003). • A graphical method in which the uniformity coefficient (D60/D10)is plotted against the D50 to yield an estimate of K(Powers, 1992). • Hazen formula, K(cm/sec)= D102(mm) (Powers, 1992). These methods are limited mostly to coarse grained soils. Refer to Table 1 for estimates of hydraulic conductivity. Appendix A contains new grain size reports not included in previous HWA reports. tio SW 7th dewaterrpt 2.doc 2 HWA GEOSCIENCES INC. • S February 18, 2004 HWA Project No. 2003-007 I Table 1 Hydraulic Conductivity(K)Estimates iiii From Grain Size Testing Soil Massmann Powers Hazen Nil Boring Depth Class ft/min ft/min ft/min BH-1 7.5- 9 SP-SM 1.01E-1 7.88E-2 4.98E-2 BH-1 17.5-19 SP-SM 5.69E-2 3.94E-3 1.60E-2 iii BH-1 25-26.5 GW GM 1.25E+0 NA 1.28E-1 BH-2 7.5-9 SM 1.74E-2 5.91E-3 4.93E-3 BH-2 20-21.5 SP 1.3E-1 1.77E-1 1.37E-1 5 BH-3 7.5-9 ML 4.50E-3 NA NA BH-4 7.5-9 ML 2.00E-3 NA NA iii BH-5 5-6.5 ML 4.02E-3 NA NA BH-5 25-26.5 ML 5.66E-2 NA NA BH-6 7.5—9 ML 3.50E-3 NA NA isia BH-7 7.5—9 SW-SM 1.58E-1 7.88E-2 1.97E-2 BH-7 10- 11.5 SP-SM 1.59E-1 1.18E-1 1.44E-1 NA- not analyzed Piezometers HWA installed four temporary hand-driven piezometers near three of the existing monitoring wells, as summarized in Table 2: ft Table 2 Piezometers " ' Piezometer Depth Screened Location IN (feet) interval (feet below grade) P-1 13 11-13 7 feet S of BH-1 a P-2 13 11-13 14 feet SE of BH-1 P-3 13 11-13 8 feet S of BH-2 ad P-4 13 11-13 10 feet N of BH-5 The piezometers consisted of 1.25-inch outside diameter steel pipe with a 24-inch gai screened interval at the bottom, driven into the ground using a slide hammer to depths of 13 feet below grade. The piezometers were installed in unpaved planting strips adjacent to the roadway near each existing monitoring well. All piezometers were removed from iiiii the ground after use and the holes filled with bentonite. rr SW 7th dewater rpt 2.doc 3 HWA GEOSCIENCES INC. 1a February 18, 2004 HWA Project No. 2003-007 AQUIFER TESTING AND ANALYSIS Slug Tests HWA used single-well hydraulic conductivity testing to further define the aquifer parameters. Our aquifer testing program included rate-of-fall (falling head) slug tests on monitoring wells BH-1, BH-2 and BH-5 and piezometers P-1, P-2 and P-3. Piezometer P-4 was not tested as its water level was several feet higher than the nearby monitoring .. well, suggesting that the screen may have been plugged during installation. We used the Bouwer and Rice method to analyze the slug test results in wells and piezometers that displayed suitable drawdown curves. The Bouwer and Rice method can be used for"slug tests on partially or completely penetrating wells in unconfined aquifers for a wide range of geometry conditions" (Bouwer and Rice, 1976). taw Pumping Tests Short term pumping tests were conducted at BH-1, BH-2, and BH-5 using a two-inch diameter electrical submersible pump. No response to pumping the wells was measured ,,,, in any of the adjacent piezometers, indicating moderate to high hydraulic conductivities, relative to the limited pumping rates available(up to 6.5 gpm). Response to pumping at the pumping wells, and recovery after pumping was stopped, were measured using datalogging pressure transducers. We used the Cooper Jacob method to analyze the pumping and recovery test results (Driscoll, 1986). Data from some wells was not analyzed due to interference from the sand filter pack, or casing storage effects in the well (rapid drawdown due to pumping water from casing). Table 3 summarizes the slug and pumping test results and comments on wells not tested or analyzed. MO HWA analyzed the results of the slug and pumping tests using the above listed methods with the Aquifer Test for Windows Version 2.55 software (Rohrich, 1996). Appendix B +• contains the pumping test data, drawdown curves, and calculations. SW 7th dewater rpt 2.doc 4 HWA GEOSCIENCES INC. February 18, 2004 HWA Project No. 2003-007 Table 3 Pumping Test Analysis Results Well/ Test Estimated K Comments Piezo (ft/min) BH-1 Pumping NA Drawdown too rapid due to BH-1 Recovery NA casing storage BH-1 Falling head NA Well filter pack influence P-1 Falling head 1.26E-2 P-2 Falling head 1.55E-2 BH-2 Pumping 2.06E-2 BH-2 Recovery 6.43E-2 BH-2 Falling head Well filter pack influence P-3 Falling head 9.42E-3 BH-5 Pumping NA Drawdown too rapid due to casing storage BH-5 Recovery 4.86E-3 BH-5 Falling head NA Well filter pack influence P4 No testing NA Piezometer screen plugged performed NA- not analyzed Ground Water Levels a Ground water levels in existing wells were measured several times by the City of Renton and HWA. Table 4 summarizes the ground water level measurements. Seasonal variations of over eight feet were observed over a one year period. No ground water measurements were made during times of typical seasonal high ground water, in late winter and early spring(March and April). SW 7th dewater rpt 2.doc 5 HWA GEOSCIENCES INC. +r. February 18, 2004 HWA Project No. 2003-007 Table 4 Ground Water Levels Depth to water(feet below grade) Well 2/3/03* 9/12/03 12/29/03 1/21/04* aut BH-1 7 10.25 8 7.46 BH-2 7.2 10.15 7.83 7.43 •.. BH-3 8 13.1 8.75 NA BH-4 6 9 6.58 NA BH-5 4 12.15 5.17 3.96 BH-6 4.5 8 5.08 NA - *Measured by HWA, all others measured by City of Renton NA- not measured lop Dewatering Estimates Open Trench HWA utilized the Universal Well Formula, a derivative of Darcy's Law to estimate the amount of flow from wells dewatering a length of excavated trench (Powers, 1992), where: ( Z —h2)+2 xK —h2� Q_ H, R 2L rs and IOW Q=Rate of discharge to lower water table to target elevation(f13/min) K=Hydraulic conductivity(ft/min) ors H=Height of static potentiometric surface above base of aquifer(aquifer thickness) h=Height of controlled potentiometric surface above base of aquifer R.=Radius of influence(cylindrical area) L=Radius of influence(linear area) or distance to line source ra=Radius of trench(5 feet) x=Length of trench segment dewatered Aquifer thickness (H) -Existing well log data in the project area suggest that the total aquifer thickness exceeds 80 feet. The presence of intermittent fine grained layers and stratification will reduce the effective aquifer thickness, consequently, 60 feet was used for flow estimates. IMO SW 7th dewater rpt 2.doc 6 HWA GEO SCIENCES INC. ala iY February 18, 2004 HWA Project No. 2003-007 Height of controlled potentiometric surface above base of aquifer(h) -This value was estimated based on measured ground water levels, and pipe invert depths as provided by Gray& Osborne, with an added four feet of drawdown. Radius of influence(R.)- Radius of influence was estimated based on Suchart's formula, R. =30001—h)r With Ro, H and h in feet and K in cm/sec. The above fisted principal dewatering parameters serve as the basis for estimating dewatering flows. Extreme variability(spatially and temporally)throughout the site of these dewatering parameters requires simplifying assumptions based on the available data in order to develop estimates of dewatering volumes. This method assumes flow to wells along the trench. Open trench dewatering estimates are summarized in Table 5. Sheet Piling The use of interlocking steel sheet piles, embedded to a depth of at least twice the trench depth, will act to cut off some ground water flow by 1) increasing the gradient, by r increasing the flow path ground water must take to enter the trench, and 2) intercepting lower permeability layers. Alluvial sediments are horizontally layered, and as such display higher horizontal hydraulic conductivities than vertical. Estimates of flow to sheet piled trenches were based on flow net analyses (Cedergren, 1989). Flow net analysis employs a graphical technique to estimate the gradient, which is then used in ma Darcys law to calculate discharge: Q=Kh(Nf/Nd) Where Nf and Nd are flow and equipotential lines on the flow net, representing the gradient. f Dewatering estimates for sheet piled trenches are summarized in Table 5. I a a I SW 7th dewater rpt 2.doc 7 HWA GEO SCIENCES INC. r. February 18, 2004 HWA Project No. 2003-007 Table 5 Dewatering Flow Estimates (Gallons per minute per 100 foot of trench) Well Assumptions Dewatering Flow Estimates (gpm/100 ft trench) Open Trench Sheet Pile4 K1 Pipe Depth to High Low High Low (ft/min) Invert Water Water Water Water Water Depth2 (feet) BH-1 2.9E-1 10 6- 10 1400 900 420 230 BH-2- 4.8E-2 11 6- 10 340 260 90 40 wig BH-3 4.5E-3 13 7 - 13 60 50 10 N BH-4 2.0E-3 11.5 6-9 35 30 N N BH-5 2.2E-2 11 3- 12 210 120 50 10 ""` BH-6 3.5E-3 9 3-8 50 40 N N 1 -Based on weighted average of different tests performed 2-Dewatering depth four feet below pipe invert rog 3-Estimated seasonal range 4-Assumed sheet pile depth=twice trench depth (2x(Pipe invert+2)) N- Negligible flows anticipated CONCLUSIONS Dewatering flows along the west end of the alignment at BH-1 and BH-2 are expected to be the highest. Sheet piling is recommended from the western end of the alignment to at least Station 12+00, near BH-3. The transition from gravelly to silty soils occurs somewhere between BH-2 and BH-3. Sheet piles terminating in low permeability silt layers will effectively cut off most ground water flow. The extent of sheet piling may also be determined based on conditions encountered, e.g., after some maximum flow rate from open trenches is exceeded. The use of sheet piles will greatly reduce pumping volumes required, and the associated risks of ground settlement. Construction should be staged to allow excavation at the west end of the alignment during periods of low ground water,typically August through October. SW 7th dewaterrpt 2.doc 8 HWA GEOSCIENCES INC. wr di February 18, 2004 HWA Project No. 2003-007 REFERENCES Cedergren, Harry, Seepage, Drainage and Flow Nets, John Wiley & Sons,New York, 1989 Driscoll, F., Groundwater and Wells, Johnson Division, St. Paul,Minnesota, 1986. i Massmann, Joel, course notes: Stormwater Infiltration Fundamentals, Design, and Site Assessment, a Short Course, October 28, 2003. Powers, J. Patrick, Construction Dewatering, New Methods and Applications, John Wiley and Sons, Inc., New York, 1992. Rohrich, Thomas, Waterloo Hydrogeologic, Inc.Aquifer Test for Windows Version 2.0 software, 1996. LIMITATIONS The conclusions expressed by HWA are based solely on material referenced in this ati report. Observations were made under the conditions stated. Within the limitations of scope, schedule and budget, HWA attempted to execute these services in accordance with generally accepted professional principles and practices in the area at the time the report was prepared. No warranty, express or implied, is made. Experience has shown that subsurface soil and groundwater conditions can vary significantly over small distances. Inconsistent conditions can occur between explorations and not be detected by a ri geotechnical study. It during future site operations, subsurface conditions are encountered which vary significantly from those described herein, HWA should be notified for review of the recommendations of this report, and revision of such if necessary. a The findings and recommendations of this report were prepared in accordance with generally accepted professional principles and practices in the fields of geotechnical engineering and engineering geology. No warranty, expressed or implied, is made. We do not warrant the accuracy of information supplied by others, nor the use of segregated portions of this report. HWA does not practice or consult in the field of safety engineering. We do not direct the contractor's operations, and cannot be responsible for the safety of personnel other than our own on the site. nil a SW 7th dewaterrpt2.doc 9 HWA GEOSCIENCES INC. r �r. February 18, 2004 HWA Project No. 2003-007 0.0 We appreciate the opportunity to provide our services. Should you have any questions regarding this report, or require additional services, please contact us at your convenience. NO Sincerely, HWA GEOSCIENCES INC. ot IN a ski) Iirr / Hydrogeolog-3 Zf r• / f;. Amon Sugar Arnie Sugar, P.G. Senior Environment#Geologist err NO NO SW 7th dewater rpt 2.doc 10 HWA GEOSCIENCES INC. irr N. N. Appendix A Grain Size Analysis N. N. N. N N. a N. 91. �. N. N. N. N .. Q LL vi iri �i >- N 5 2 ao o _i- Q Q 0 g ci y° n °v 03 Z � 2 iii I- I rn v, Q _ I- I aR N �i N p cn Q Jp0 0` 2 O a H w N ° 2 a -J ^Q^ E' 0 LL o "'I m CO 0 Co Ui N re, 4 m E 10 iii z w v ri ikc Ws _ .�A ai Q z o` Z ���������i�� o Z O c, $ to E = D N g-=======__ s��II s_ C� O 111 . a ,. Z/3 0 I mom IN 5 0 >. I co FAMILIES! w O Lli ~ N N s fi N• e- N C.) m CO N Bl. w g `�-8 8 8 f2 8 8 ? 8 N 1H0131/1 AEI 213NIJ 1N3O2Ed 2 • a 4 6 1 ° ii 1 or CV Q w ^ Ui O •° g1 }CO N g IN )"- " N c7 'Cr I.o g Cl) Q o ZU Q o o J MN 111> Oco� N � Q a '' LL 0 r. woo o a U H N o I-- W iis $J Q O °" F 0 0 U Nt o IR a. a. Am m E a r. 8 c c Ce a w r. g u) 0 0. a> g- -- -- -- --- -- -- -- -- -J ` C ae c. c Li- illi --- -- -- -- rr Z# o Z' , !n O 1 Z M W O N N. N o 2 (; c) * f NW e 2 c 0 0 U O- U Z CO2 No 03 vi C ii_ A -- -- -- -- — -- -- -- -- -- o x o N ea _1 s o W70 ■■ ■■ __ __ ■■ ■■ ■■ ■■ ■■ __ imp s N o -- -- -- -- -- a V iii u, � z 1 O aa IHOI3M A8 2J3N1I 1N332d3d g m PJ am B Pumping Test Appendix Analysis ON M INN MO Waterloo Hydrogeologic slug/ball test analysis uate.co.u1.zuv4 1 rage 1 180 Columbia St W. BOUWER-RICE's method Watertoo,Ontario,Canada Project P1 Falling Head ph(519)746-1798 Evaluated by:AS ,111,,, Slug Test No. Test conducted on: 1/21/04 iiii P1 I i t[min] 1 0 0 0 0 0 , , 1 1 1 1 1. . _ Of — • _ .... • _ . . • ———— • • _ • , • . • . 10-1 • _ • _ 11 i• . ———— • — _ , 5 . 0 •• a 00 0 10-2 -- ---- A---- ' --- --- - --- __ - T -- ---- ---- ii I' 0 P1 Falling Head ,,,,, I to Hydraulic conductivity[ft/mint 1.26 x 10-2 00 I P r 1,,,, la ,„. Waterloo Hydrogeologic slug/bail test analysis Date:26.01.2004 I Page 2 180 Columbia St W. BOUWER-RICE's method Project P1 Falling Head got Watedoo,Ontario,Canada ph.(519)746-1798 Evaluated by:AS Slug Test No. Test conducted on: 1/21/04 are P1 P1 Falling Head rrs Static water level:0.0000 ft below datum Pumping test duration Water level Drawdown Bir [min] [ft] [ft] 1 0.0000 6.9200 6.9200 2 0.0200 6.9200 6.9200 3 0.0300 6.4300 6.4300 4 0.0500 5.4100 5.4100 5 0.0700 4.7300 4.7300 6 0.0800 4.1000 4.1000 7 0.1000 3.5800 3.5800 8 _ 0.1200 3.0200 3.0200 9 0.1300 2.6600 2.6600 ar 10 0.1500 2.3000 2.3000 11 0.1700 2.0400 2.0400 12 0.1800 1.7400 1.7400 13 0.2000 1.5100 1.5100 Os 14 0.2200 1.3100 1.3100 15 0.2300 1.1800 1.1800 16 0.2500 1.0500 1.0500 mom 17 0.2700 0.8900 0.8900 18 0.2800 0.7900 0.7900 19 0.3000 0.6900 0.6900 20 0.3200 0.5600 0.5600 21 0.3300 0.5300 0.5300 22 0.3500 0.4600 0.4600 23 0.3700 0.4000 0.4000 iii 24 0.3800 0.3300 0.3300 25 0.4000 0.2700 0.2700 26 0.4200 0.2700 0.2700 11111 27 0.4300 0.2300 0.2300 28 0.4500 0.2000 0.2000 29 0.4700 0.1700 0.1700 30 0.4800 0.1300 0.1300 to 31 0.5000 0.1300 0.1300 32 0.5200 0.1300 0.1300 33 0.5300 0.1000 0.1000 • rr. 34 0.5500 0.1000 0.1000 . 35 0.5700 0.0700 0.0700 36 0.5800 0.0700 0.0700 air 37 0.6000 0.0700 0.0700 38 0.6200 0.0700 0.0700 39 0.6300 0.0700 0.0700 40 0.6500 0.0700 0.0700 No 41 0.6700 0.0700 0.0700 42 0.6800 0.0400 0.0400 43 0.7000 0.0400 0.0400 44 0.7200 0.0000 0.0000 iimo 45 0.7300 0.0000 0.0000 46 0.7500 0.0000 0.0000 47 0.7700 0.0000 0.0000 - 48 0.7800 0.0000 0.0000 49 0.8000 0.0000 0.0000 50 0.8200 0.0000 0.0000 ma Waterloo Hydrogeologic slug/bail test analysis Date:26.01.2004 1 Page 3 4 180 Columbia St W. BOUWER-RICE's method Project P1 Falling Head Watedoo,Ontario,Canada ph.(519)746-1798 Evaluated by:AS Slug Test No. Test conducted on: 1/21/04 P1 P1 Falling Head Static water level:0.0000 It below datum Pumping test duration Water level Drawdown if[min] [ft] [ft] 51 0.8300 0.0000 0.0000 52 0.8500 0.0000 0.0000 53 0.8700 0.0000 0.0000 54 0.8800 0.0000 0.0000 55 0.9000 0.0000 0.0000 ili IT riiiii-',-.1' It ■ I 4 t r Tt f r ,, f 1 ri ,. ; Waterloo Hydrogeologic slug/bail test analysis Date:26.01.2004 I Page 1 180 Columbia St W. BOUWER-RICE's method Project P2 Falling Head VVaterloo,Ontatio,Canada Sis ph(519)746-1798 Evaluated by:AS Slug Test No. Test conducted on: 1/21/04 P2 t[mm ] 0 0 0 0 0 1 1 1 1 1 1 10° . _ _ • sO _ • . 10-1 . ———— o r _ -0- 0 0 0 11111 o 10.2 0 10-3 o P2 Falling Head Hydraulic conductivity[ft/min]: 1.55 x 10.2 • Waterloo Hydrogeologic slug/bail test analysis Date:26.01.2004 I Page 2 4 180 Columbia St.W. BOUWER-RICE's method -4 VVatedoo Ontario Canada Project P2 Falling Head ph.(519)746-1798 Evaluated by:AS Slug Test No. Test conducted on: 1/21/04 P2 P2 Falling Head ofStatic water level:0.0000 ft below datum Pumping test duration Water level Drawdown 4 [min] [ft] [ft] 1 0.0000 5.9710 5.9710 2 0.0200 5.9700 5.9700 3 0.0300 5.1200 5.1200 4 0.0500 _ 4.3300 4.3300 5 0.0700 3.6400 3.6400 6 0.0800 3.0800 3.0800 7 0.1000 2.5900 2.5900 8 0.1200 2.2000 2.2000 9 0.1300 1.8000 1.8000 10 0.1500 1.5400 1.5400 11 0.1700 1.3100 1.3100 12 0.1800 1.0800 1.0800 1 13 0.2000 0.9500 0.9500 14 0.2200 0.7900 0.7900 15 0.2300 0.6500 0.6500 16 0.2500 0.5900 0.5900 17 0.2700 0.4900 0.4900 18 0.2800 0.3900 0.3900 19 0.3000 0.3600 0.3600 20 0.3200 0.2900 0.2900 21 0.3300 0.2600 0.2600 22 0.3500 0.2300 0.2300 23 0.3700 0.1600 0.1600 24 0.3800 0.1300 0.1300 25 0.4000 0.1300 0.1300 26 0.4200 0.1300 0.1300 li 27 0.4300 _ 0.1000 0.1000 28 0.4500 0.1000 0.1000 29 0.4700 0.0600 0.0600 to 30 0.4800 0.0600 0.0600 31 0.5000 0.0600 0.0600 32 0.5200 0.0300 0.0300 33 0.5300 0.0300 0.0300 iiii 34 0.5500 0.0300 0.0300 35 0.5700 0.0300 0.0300 41. 36 0.5800 0.0000 0.0000 37 0.6000 0.0000 0.0000 38 0.6200 0.0000 0.0000 39 0.6300 0.0000 0.0000 40 0.6500 0.0000 0.0000 41 0.6700 0.0000 0.0000 42 0.6800 0.0000 0.0000 43 0.7000 0.0000 0.0000 44 0.7200 0.0000 0.0000 45 0.7300 0.0000 0.0000 I ig Waterloo Hydrogeologic slug/bail test analysis Date:26.01.2004 I Page 1 180 Columbia St W. BOUWER-RICE's method VVaterioo,Onfario,Canada Project P3 Falling Head ph.(519)746-1798 Evaluated by:AS Slug Test No. Test conducted on: 1/21/04 P3 • ame t[min] 0 0 0 0 0 1 1 1 1 1 1 10° -0 • • 0 10'1 --- -- ---- . 0_ --- o o — ' .0 t -- -0-atT 0-- 0 • 0 00 0 00 0 00 10-2 -- ---- --- 103 o P3 Falling Head rr Hydraulic conductivity[ft/min]: 9.42 x 10 w irr Waterloo Hydrogeologic slug/bail test analysis Date:26.01.2004 I Page 2 180 Columbia St W. BOUWER-RICE's method Project P3 Falling Head VYaterloo,Ontario,Canada ph(519)746-1798 Evaluated by:AS 4 Slug Test No. Test conducted on: 1/21104 P3 P3 Falling Head Static water level:0.0000 ft below datum Pumping test duration Water level Drawdown [min] [ft] [ft] 1 0.0000 5.5700 5.5700 ;` 2 0.0200 5.5700 5.5700 r 3 0.0300 5.5700 5.5700 4 0.0500 4.8800 4.8800 5 0.0700 4.2300 4.2300 6 0.0800 3.7000 3.7000 7 0.1000 3.2800 3.2800 8 0.1200 2.9500 2.9500 9 0.1300 2.6500 2.6500 10 0.1500 2.3600 2.3600 11 0.1700 2.1300 2.1300 12 0.1800 1.9000 1.9000 1 13 0.2000 1.7000 1.7000 14 0.2200 1.5400 1.5400 15 0.2300 1.3700 1.3700 16 0.2500 1.2700 1.2700 17 0.2700 1.1800 1.1800 18 0.2800 1.0100 1.0100 19 0.3000 0.9500 0.9500 20 0.3200 - 0.8800 0.8800 21 0.3300 0.7800 0.7800 Ils. 22 0.3500 0.7200 0.7200 23 0.3700 0.6500 0.6500 24 0.3800 0.5900 0.5900 25 0.4000 0.5200 0.5200 26 0.4200 0.4900 0.4900 27 0.4300 0.4500 0.4500 28 0.4500 0.3900 0.3900 29 0.4700 0.3600 0.3600 30 0.4800 0.3200 0.3200 31 0.5000 0.2900 0.2900 32 0.5200 0.2900 0.2900 33 0.5300 0.2600 0.2600 34 0.5500 0.2200 0.2200 35 0.5700 0.1900 0.1900 36 0.5800 0.1900 0.1900 37 0.6000 0.1600 _ 0.1600 38 0.6200 0.1600 0.1600 ity.,::1-' 39 0.6300 0.1600 0.1600 ;,, 40 0.6500 0.1600 0.1600 41 0.6700 0.1300 0.1300 _ 42 0.6800 0.0900 0.0900 - 43 0.7000 0.0900 0.0900 44 0.7200 0.0900 0.0900 45 0.7300 0.0900 0.0900 46 0.7500 0.0900 0.0900 47 0.7700 0.0600 0.0600 48 0.7800 0.0600 0.0600 49 0.8000 0.0600 0.0600 0.8200 0.0600 0.0600 NO Waterloo Hydrogeologic slug/bail test analysis Date:26.01.2004 I Page 3 ii 180 Columbia St W. BOUWER-RICE's method Project P3 Falling Head liP Watei1oo,Ontario,Canada 014519)746-1798 Evaluated by:AS Slug Test No Test conducted on 1/21/04 ire P3 P3 Falling Head t Pio Static water level:0.0000 ft below datum Pumping test duration Water level Drawdown ills [mini [ftl [ftl 51 0.8300 0.0600 0.0600 52 0.8500 0.0300 0.0300 L.__ 53 0.8700 0.0300 0.0300 54 0.8800 0.0000 0.0000 55 0.9000 0.0300 0.0300 illoi 56 0.9200 0.0300 0.0300 57 0.9300 0.0000 0.0000 58 _ 0.9500 0.0000 0.0000 59 0.9700 0.0000 0.0000 s 60 0.9800 0.0000 0.0000 61 1.0000 0.0000 0.0000 62 1.0200 0.0000 0.0000 63 1.0300 0.0000 0.0000 OP 64 1.0500 0.0000 0.0000 65 1.0700 0.0000 0.0000 66 1.0800 0.0000 0.0000 tiw 67 1.1000 0.0000 0.0000 68 1.1200 0.0000 0.0000 69 1.1300 0.0000 0.0000 70 1.1500 0.0000 0.0000 IP 71 1.1700 0.0000 0.0000 72 1.1800 0.0000 0.0000 73 1.2000 0.0000 0.0000 Sr 74 1.2200 0.0000 0.0000 75 1.2300 0.0000 0.0000 76 1.2500 0.0000 0.0000 77 1.2700 0.0000 0.0000 78 1.2800 0.0000 0.0000 79 1.3000 0.0000 0.0000 80 1.3200 0.0000 0.0000 M► 81 1.3300 0.0000 0.0000 82 1.3500 0.0000 0.0000 83 1.3700 0.0000 0.0000 rr 84 1.3800 0.0000 0.0000 irr rrr AO W Waterloo Hydrogeologic slug/bail test analysis Date:26.01.2004 Page 1 180 Columbia St.W. BOUWER-RICE's method Project BH2 Falling Head Waterloo.Ontario,Canada ph(519)746-1798 Evaluated by:AS Slug Test No. Test conducted on: 1/21/04 BH2 t[s] 0 3 6 9 12 15 18 21 24 27 30 10°° o O O o L 10-1 — 10-2 0 BH2 Falling Head Hydraulic conductivity[ft/s]: 221 x 104 Waterloo Hydrogeologic Pumping test analysis Date:28.01.2004 1 Page 4 180 Columbia St.W. Time-Drawdown-method after Project Ow Vvatertoo.ontario.Canada COOPER&JACOB ph.(519)746-1798 Unconfined aquifer Evaluated by: Pumping Test No. Test conducted on: AIM BH2 pumping Discharge 6.46 U.S.gal/min Distance from the pumping well 0.0100 ft taw Static water level:0.0000 ft below datum Pumping test duration Water level Drawdown Corrected drawdown so [min] [ft] [ft] [ft] 101 1.6800 2.0300 2.0300 1.9785 102 1.7000 2.0300 2.0300 1.9785 au 103 1.7200 2.0300 2.0300 1.9785 104 1.7300 2.0300 2.0300 1.9785 105 1.7500 2.0300 2.0300 1.9785 106 1.7700 2.0300 2.0300 1.9785 107 1.7800 2.0300 2.0300 1.9785 108 _ 1.8000 2.0300 2.0300 1.9785 109 1.8200 - 2.0300 2.0300 1.9785 MI 110 1.8300 2.0300 2.0300 1.9785 111 1.8500 2.0300 2.0300 1.9785 112 1.8700 2.0300 2.0300 1.9785 113 1.8800 2.0300 2.0300 1.9785 so 114 1.9000 2.0300 2.0300 1.9785 115 1.9200 2.0300 2.0300 1.9785 116 1.9300 2.0300 2.0300 1.9785 irr 117 1.9500 2.0300 2.0300 1.9785 118 1.9700 2.0300 2.0300 1.9785 119 1.9800 2.0300 2.0300 1.9785 ON 120 2.0000 2.0300 2.0300 1.9785 121 2.0200 2.0300 2.0300 1.9785 to um to sow +w NV >r SO Waterloo Hydrogeologic slug/bail test analysis Date:28.01.2004 I Page 1 180 Columbia St W. BOUWER-RICE's method Water�oo o�rio Canada Project Renton ph.(519)746-1798 Evaluated by:AS Slug Test No Test conducted on 1/21/04 BH2 Recovery t[min] 0 0 0 0 0 0 0 0 0 0 0 100 • - - - - 0 ----- — --- ———— o L I 1 ____ o I:r, 10.1 - o BH2 Recovery t Hydraulic conductivity[ft/min]: 6.43 x 104 is 1 r I ti iii Waterloo Hydrogeologic slug/bail test analysis Date:28.01.2004 I Page 2 180 Columbia St W. BOUWER-RICE's method wrr Waterloo Ontario Canada Project Renton p,.(519)746-1798 Evaluated by:AS Slug Test No. Test conducted on: 1/21/04 BH2 Recovery BH2 Recovery low Static water level:21.0900 ft below datum Pumping test duration Water level Drawdown wr [min] [ft] [ft] 1 0.0000 19.4800 -1.6100 2 0.0100 19.4200 -1.6700 3 0.0300 19.7800 -1.3100 4 0.0500 20.2000 -0.8900 5 0.0600 20.6300 -0.4600 6 0.0800 20.8900 -0.2000 7 0.1000 21.0900 0.0000 8 _ 0.2800 21.0900 0.0000 Ow wi it Iwo low rr irr Waterloo Hydrogeologic Pumping test analysis Date:28.01.2004 (Page 1 1; 180 Columbia St.W. Recovery method after IP Watertoo.oMario.Canada THEIS&JACOB Project Renton ph.(519)746-1798 Unconfined aquifer Evaluated by:AS Pumping Test No Test conducted on 1/21/04 BH5 recovery Discharge 4.53 U.S.gal/min Pumping test duration:2.00 min yr 10° 101 102 0.00 2.00 4.00 lit 6.00 8.00 E In 10.00 si 12.00 14.00 I 16.00 18.00 iiii 20.00 o BH5 recovery rTransmissivity[fP/min]: 1.94 x 10'1 Hydraulic conductivity[ft/min]: 4.86 x 104 ri Aquifer thickness[ft]:40.00 r r .. Waterloo Hydrogeologic Pumping test analysis Date:28.01.2004 1 Page 2 180 Columbia St.W. Recovery method after sew Waterloo,Ontario,Canada THEIS&JACOB Project Renton ph.(519)746-1798 Unconfined aquifer Evaluated by:AS Pumping Test No. Test conducted on: 1/21/04 se BH5 recovery BH5 recovery Discharge 4.53 U.S.gaVmin mig Static water level:0.0000 ft below datum Pumping test duration:2.00 min Time from Water level Residual Corrected end of pumping drawdown drawdown am [min] [ft] [ft] [ft] 1 0.0700 21.5500 21.5500 15.7450 2 0.1000 21.5200 21.5200 15.7311 - 3 0.1400 21.4800 21.4800 15.7126 4 0.1700 21.4500 21.4500 15.6987 5 0.2000 21.4200 21.4200 15.6848 am 6 0.2300 21.3900 21.3900 15.6708 7 0.2700 21.3500 21.3500 15.6522 8 • 0.3300 21.2900 21.2900 15.6242 9 0.4000 21.2200 21.2200 15.5914 +ter 10 0.4300 21.1900 21.1900 15.5773 11 0.4600 21.1600 21.1600 15.5632 12 0.5000 21.1200 21.1200 15.5443 ,1rr 13 0.5300 21.0900 21.0900 15.5301 14 0.5600 21.0600 21.0600 15.5160 15 0.5900 21.0300 21.0300 15.5017 16 0.6300 20.9900 20.9900 15.4827 r 17 0.6600 20.9600 20.9600 15.4685 18 0.6900 20.9300 20.9300 15.4542 19 0.7300 20.8900 20.8900 15.4351 off 20 0.7600 20.8600 20.8600 15.4208 21 0.7900 20.8300 20.8300 15.4064 22 0.8600 20.7600 20.7600 15.3728 23 0.8900 20.7300 20.7300 15.3583 Iso 24 0.9200 20.7000 20.7000 15.3439 25 0.9600 20.6600 20.6600 15.3246 26 1.0500 20.5700 20.5700 15.2809 ow 27 1.0900 20.5300 20.5300 15.2615 28 1.1500 20.4700 20.4700 15.2322 29 1.1900 20.4300 20.4300 15.2127 30 1.2200 20.4000 20.4000 15.1980 sr 31 1.2500 20.3700 20.3700 15.1833 32 1.3500 20.2700 20.2700 15.1341 33 1.3800 20.2400 20.2400 15.1193 - 34 1.4100 20.2100 20.2100 15.1044 35 1.4800 20.1400 20.1400 15.0698 36 1.5100 20.1100 20.1100 15.0548 AO 37 1.5500 20.0700 20.0700 15.0349 38 1.5800 20.0400 20.0400 15.0200 39 1.6100 20.0100 20.0100 15.0050 40 1.6400 19.9800 19.9800 14.9900 " 41 1.6800 19.9400 19.9400 14.9700 42 1.7100 19.9100 19.9100 14.9549 43 1.7400 19.8800 19.8800 14.9398 In 44 1.7800 19.8400 19.8400 14.9197 45 1.8100 19.8100 19.8100 14.9045 46 " 1.8400 19.7800 19.7800 14.8894 47 1.8700 19.7500 19.7500 14.8742 amp 48 1.9100 19.7100 19.7100 14.8539 49 1.9400 19.6800 19.6800 14.8387 50 1.9700 19.6500 19.6500 14.8235 w CITY SURVEY CONTROL INFORMATION A 1 SURVEYCONTLCOV.DOC\ A lec Y N./ 0 CD � 1V1O ma CITY OF RENTON SURVEY CONTROL NETWORK Vertical Control 3rd Order, 1st Class North American Vertical Datum 1988 Meters Horizontal Control 2nd Order, 1st Class North American Datum 1983/1991 Meters 1"Printing January 1995 2ad Printing January 1997 Revised&Reprinted May 2000 .r TS_SERVER//SYS2\MAPS\83m\control\scn.doc Title 2 May,2000 rw TABLE OF CONTENTS SECTION I SURVEY CONTROL NETWORK DESCRIPTION i SURVEYING STANDARDS 1-11-1 MONUMENT CASE& COVER STANDARD PLAN H031 SECTION II ir• MAPS, DESCRIPTIONS &VALUES Section Index Map Index " Section Township Range Page 13_ T23N R4E WM F2 14 T23N R4E WM Fl 24 T23N R4E WM G2 25 T23N R4E WM H2 36 T23N R4E WM I2 5 T22N R5E WM J4 6 T22N R5E WM J5. us 3 T24N R5E WM D6 4 T23N R5E WM D5 5 T23N R5E WM D4 o 7 T23N R5E WM E3 8 T23N R5E WM E4 9 T23N R5E WM E5 p• 10 T23N R5E WM E6 11 T23N R5E WM E7 14 T23N R5E WM F7 ""' 15 T23N R5E WM F6 16 T23N R5E WM F5 17 T23N R5E WM F4 18 T23N R5E WM F3 19 T23N R5E WM G3 20 T23N R5E WM G4 21 T23N R5E WM G5 22 T23N R5E WM G6 ,■, 29 T23N R5E WM 114 30 T23N R5E WM 1-13 31 T23N R5E WM I3 - 32 T23N R5E WM I4 29 T24N R5E WM B4 31 T24N R5E WM C3 "" 32 T24N R5E WM C4 TS_SERVER//SYS2\MAPS\83m\control\scn.doc Table of Contents 2 May 2000 wr w. around the City. Four NAD 1983/1991 National Geodetic Survey (NGS) high precision geodetic network (HPGN) monuments (BROWN, PT B 1962, HAFF and MUD MTN) controlled the GPS survey. All coordinates show are "Washington Coordinate System of 1983/1991,North Zone." The vertical control phase was performed by Triad Associates, under the direction of ow Brad Freeman PLS, using a Wild NA2000 automatic auto reading level and Star*Lev adjustment software. This phase established NAVD 1988, 3rd Order, 1st Class, elevations on 190 monuments in and around the City with 70 of these being horizontal control monuments as well. The leveling project was divided into seven primary interdependent loops connected at a minimum of two points with common benchmarks. Additional legs were run across the primary loops tying into two benchmarks at both ends. A total of 15 NGS benchmarks were part of the network, four of which were held in the final adjustment(NGS Archive Numbers SY0232, SY0162, SY0163 and SY0617) and provided substantial agreement(less than or equal to 5mm)with 5 others. The City, in 1995, will have reference points set for all Survey Control Network street centerline monuments not currently referenced. Over the next several years monuments in need of upgrade will be reset as part of an ongoing maintenance program or where capital improvement projects would likely disturb them. ire As an adjunct to the Survey Control Network the city has developed the enclosed Surveying Standards. Al Hebrank of Hebrank & Associates developed the first draft of these standards which were modified to require the use of the Survey Control Network for all public and private development projects within the city and define the responsibilities of the surveyor in the establishment of new monuments and their NI associated records. The standards have been reviewed by at least ten licensed surveyors for completeness and suitability. The City of Renton and its urban growth area lie between latitudes 47° 25' North to the south and 47° 32' 30" North to the north. In most cases the combined scale factor Eno (elevation and grid scale) throughout this area can be treated as equal to 1.0000000. Table 1. shows the grid scale factors for each minute of latitude in the Renton area identified above. Please note that the relative accuracy for the grid scale factors is approximately 1 in 60,000 at 47° 25' N to the south and 1 in 111,000 at 47° 33' N to the north and thus for most survey work will have no impact on surveys covering less than 1.5 miles. TS_SERVER//SYS2\MAPS\83m\controI\scn.doc ii 2 May 2000 rr.r City of Renton Surveying Standards 41 City of Renton Standard Plans& Supplemental Specifications Section 1-11 Adopted December 16, 1996 Effective January,21, 1997 rrr wr wr TS_SERVER//SYS2\MAPS\83m\contronscn.doc 1-11-1 2 May 2000 r physically reference a corner's location on the requirements of the project, the original will be II lit ground. recorded with the King County Recorder. Monument Any physical object or structure of If recording is not required, the survey drawing record which marks or accurately references: shall be prepared on 22 inch by 34 inch mylar, and the original or a photographic mylar thereof • A corner or other survey point established will be submitted to the City of Renton. by or under the supervision of an individual The survey drawings shall meet or exceed the per section 1-11.1(1) and any corner or requirements of WAC 332-130-050 and shall rrr monument established by the General Land conform to the City of Renton's Drafting Office and its successor the Bureau of Land Standards. American Public Works Association Management including section subdivision symbols shall be used whenever possible, and a corners down to and including one-sixteenth legend shall identify all symbols used if each corners;and point marked by a symbol is not described at each use. • Any permanently monumented boundary, An electronic listing of all principal points right of way alignment, or horizontal and shown on the drawing shall be submitted with vertical control points established by any each drawing. The listing should include the governmental agency or private surveyor point number designation (corresponding with +r.r including street intersections but excluding that in the field notes), a brief description of the dependent interior lot corners. point, and northing, easting, and elevation (if applicable)values, all in ASCII format, on IBM 1-11.1(6) Control or Base Line Survey PC compatible media. ' (RC) Control or Base Line Surveys shall be 1-11.1(7) Precision Levels(RC) established for all construction projects that will Vertical Surveys for the establishment of bench >rw create permanent structures such as roads, marks shall satisfy all applicable requirements of sidewalks,bridges,utility lines or appurtenances, section 1-05 and 1-11.1. signal or light poles, or any non single family Vertical surveys for the establishment of bench building. Control or Base Line Surveys shall marks shall meet or exceed the standards, tar consist of such number of permanent monuments specifications and procedures of third order as are required such that every structure may be elevation accuracy established by the Federal observed for staking or "as-builting" while Geodetic Control Committee. occupying one such monument and sighting Bench marks must possess both permanence and another such monument. A minimum of two of vertical stability. Descriptions of bench marks these permanent monuments shall be existing must be complete to insure both recoverablilty monuments, recognized and on record with the and positive identification on recovery. City of Renton. The Control or Base Line 1-11.1(8) Radial and Station — Offset Survey shall occupy each monument in turn,and Topography shall satisfy all applicable requirements of (RC) 610 Section 1-11.1 herein. Topographic surveys shall satisfy all applicable The drawing depicting the survey shall be neat, requirements of section 1-11.1 herein. legible, and drawn to an appropriate scale. All points occupied or back sighted in r.r North orientation should be clearly presented developing radial topography or establishing and the scale shown graphically as well as noted. baselines for station -- offset topography shall The drawing must be of such meet the requirements of section 1-11.1 herein. g quality that a The drawing and electronic listing requirements O reduction thereof to one-half original scale set forth in section 1-11.1 herein shall be remains legible. observed for all topographic surveys. If recording of the survey with the King County Recorder is required, it will be prepared on 18 1-11.1(9) Radial Topography(RC) " inch by 24 inch mylar and will comply with all Elevations for the points occupied or back provisions of Chapter 58.09 RCW. A sighted in a radial topographic survey shall be photographic mylar of the drawing will be determined either by 1) spirit leveling with submitted to the City of Renton and, upon their misclosure not to exceed 0.1 feet or Federal review and acceptance per the specific wr TS_SERVER!/SYS2\MAPS\83m\controllscn_doc 1-11-5 2 May 2000 rrr i.r marked or tagged with the surveyor's wr identification number. 1-11.2(3) Monument Case and Cover (RC) Materials shall meet the requirements of section 9-22 and City of Renton Standard Plans page H03 1. irr r OW MO NM SO NW rw rrr err OW WM TS_SERVER//SYS21MAPS\83m\contronscn.doc 1-11-5 2 May 2000 IMO • 11. 3,. sti‘liesgMr,gE, ::2:;,,,,Eni,, g tgagiggii - ' -'.::'tillk,-1X:1_340,4qA: 18 T24N R5E engt#5_41 16 T24N R5E 15 T24N RSE 14 T24N R5E 13 T24N R5E 4101 -1- li .:..._........„....... . _ ,....... ,.....„. _ _ _____ . = 0 ,—, ....„.,_ittled A3 ___ a% ... A I--Z-N,a A5 I A6 A7 A8 23 T24N'Mal 24 124N 19 724N RSE iii4;;.:..:Z...'SE 21 T24N R5E f, 2212414 R5E 23 T24N RSE 24 T24N RSE 141 •P lIft''.-- ON ...:i- -.. II gE;;_ tgM 1 gi'"11. 2 2.3.:=,, :P., Iti, B 4);1.Z.Z.:Ve.„... A B5 B6 B7 B8 -,-.. ....-,..; .i114.... fi_..i.,33..w.0,-,4 26 :'4- .4 ...!:Ar.:: R4E 30124N*.LAI:. ! ,.411;1 28 724N RSE -'-fioi 7 T24N R5E 26 T24N RSE 25 T24N R5E No ) ‘1,. .z.atze p;:::::;::-:;,:mx-__ ,-::,...-21-3E-E-Ef. pre ■ E.tx.tz,z:4 2—•„?....„4. N% .it • c6 C7 08 35 T24N R4 7'-r .;i.-3Mati4gma Amittlz:_._:\ .40:661141111R5E 35 T2414 R5E 36 T24N R5E • 1 tr=t!-!-EIg: ;;! NM! ' - ,,,.:E.:::::Mg-2::::::::::::ZK Itr LI, - 1010 Ail --- _,-;:.;-----:-*-5i-i ge - '-':5.-7-1-1.1':' i IP\-Ilt it::=5.51 14 3 D " N • I D8 ,.... _ .....,,.._ 2 T23N R4E 1 11311 R4E '',:s-i...,e; '.f ,-7-rNgf At5E 4 'jall .• 2 T23N R5E 1 T23N RSE kill 1 •■• n Vi Ilk ti. • 1 E8 I. • 2 ".74. i Atli.. 1 - 7 ... _A 12 T23N••E a In. , " - , 9 T23N„gm ---.. _ .. . R5E 12 723N R5E N N 0 (YAtlililigghlr t41:4 Aggig" I ,.....„( iipo 14 T23N R. \1;,.. ... mts, 7 F8 ....—Eii1.2311:6. C.T23N R5E 14 T23N R5E 13 T23N R5E Ilii ' -.111 Awl FENN, -■=r4k4. \CllMllkdillIlliO:10 or 6 A k 1 AX " . . . 13167:41 'PI') LW 724131111114PIMY .01.44 23 T23N R5E 24 T23N RSE llinil il 1 tli ti l'IP:'iN H5 6 H7 H8 A a, • r-g!oiti . .1,4pa , ,,,... 1,,,„,,fr,. .... E 26 T23N R5E 25 T23N siso -...mui 1%-lEIII MEIN'il NIP 1 ----=- 0 r „.....,...._ _...._ iiii. / — ...,'; sr 1 2 7 r 4 .4 I (110 a 17 18 :-=-:--. ' 35 T23'"-' 36 123N R4E 31 32 T23t4 •SE 3312311**; 34 T23N • 35 T23N -", 7K:it::: 36 12314 RSE IN - --------- or 1 14k f.1713617 NI!, . ____ 40 1 J2 3 0 J 4 -Iii, j5 . 41 0 li1==E----:::-_-,._::______-,,:t___ A ilia .T22N R4E 1 T22N R4E 6T22 R5E 5 12,4 • E 4ETI22N R5E 3 / R5E 2 T22jN R571! , "..-: kW CITY OF RENTON SURVEY CONTROL NETWORK MONUMENTS & BENCHMARKS INDEX 18 T23N R5E NE 1/4 ism t5 ti 4 ----", 1 I i 1 . 1 \ 1119 ,...,.:. '\ S 91 d 6;7 3 I ---- \\ 1 J , I I _ • 2.5,,_______265, :___94,,J,, ,42 .... -2655 1f47*-1 191447+ 326t3--.7_4!-' 1+-413'1145i L------\° —1-1S I -'11---lc1 1 L _ . _ 883 I +655 +241 4_-, INt " 322+. 2566+ - )152 265264. _ +674 144di 1 __, _____ 581! .114 11451:2657 -----• I : ; .! ----:!! 205 -1 I -,--, 1 -- - , . .-- Cds----- i ! 882 I 4-1 1086 - -__ Cr, : 1:1- . — . rfl . _. .' ii•• Oisi., . + , 6 i-r i , :* -1 i 1 Q.) T" it.s12Th-. cu L L9 (1 0 88 dt "--"I'd St I I ' -" . Iy 1 i -- ...-- , ' it - 49\,,-:- !ilk – ' •! el, ge.. : . ; i-.C-• 1 I . . r•-,,, --------I . +1139 . 1+1138 1137+ 1+113-61"2?-+6-9 +1135 11 1+ 1314: - - ilmo (*0+ 4. . 580 ____------- \ ,-4--) i ! ;,--44 ! : !;,--■ — 1 I 1 . -,-,--, ,------ 1 - ._ , r \ ' L.) t...•._. ...1. . i 1 --1 •. 1 — 2 1 2 ...... - 2500-----4.1317 -- -c5 i - : .r,,,,,i 1 .. . I 1 , i ist--- - - 7 4- -. • 72499 1 .--i-.) .- -ie._ } ._. •)7--4 I ---- I 1 I L - glik I I ri.. I. .- - I I I ' '. '''-"I 0. - ' 1 9 tow \4‘ .-. 4t --:--- g ;.--- 124'i°Rc. 992 ! ---- ‘ 4_ • '-`4!---;!–'- I 1--.L____-- •I• •A. ,\*-,!"! -a-"c i\‘81 78\\- !I +98411_-__ +11 1—.8. +1190 . I++--+ -4 ,tA"7r,--r----+«,I +119 +119 1 _ 1__ ._• .1 I :4 '■---'- \ \ I . _ 1 _,_. 1 _., 7,-'254 .,- -1 ri Frki 7.- \ ■ (T) \+1005 i -- • i - .;Li. 4"..„---<-7.1r , 1 , 1 -)--- -----r-- 11 z d..----- +298 /..1 1 11 - 1 11 '11 0.;) I - • li 6 g (-'--lcjil r-di •1 ,4.,11. +11-4 300 _ i ,_..,-- 30),/,---1 a-rio r< _...'.,. _ L_____i______24 -4._____.0•,- . U 2+-1-02 . . ...; - 302,-+ +297 + 1506+ +1505 ----C.:711 1 f 17-1 \ N 299!+f ,--?'..:1 ii ter // C - , :-.-- 4.--- - 7,:,--)i ; 1 I I; I •I _ ! I ; --- --7- 1 li -- i — 1 1 1 , . : -• - 1 f- . 0 I -1; i 1 —ii_t t- 1, -- , it • .: .__ _ _ _.. , . . • ,, t_ If , , _ __ , 1 , 1 , .._ _:•,—; ._,_,..„ low+-, ..__ r- i II I I ll II .'7---4_;.___i_ Ism > , : _8 ..il__ , ,, 1 8 9 -.1 -7-j•• 1 t 1 11 ' • •\b-_ 9 2 0 g----0 1 LLLPLI '------:-- J4 _ 24 +331 +246 +296 +245. : -- !!-154! 1279/4) ■__. . ■ ! )4 1 7-11r li I ] 1-7--- IFT----1 1 ! . / I ' ' _ :__ _ 1 2328' I — ii ----- I I II 1 . 1/ I . ; 4. ------, . i L /, , --4—, II 1 1------ "4— ; I 11 A002 --.1_ ,1 ,1 s, , ■ ii f : lf._. am 7,--'7j, i 1 11 11 11 1' - C3 I rlill . hVir .' 1043-9-.3 6 3 .,.... .,. . i ,i.a . t.-±,- ./ so. -s - . 2432 ft!-_ ____ _, _____ Lj L_JL.–1 +34 1274*2284----- - ----."- 1276 +576 +61 "---)t------+1278 -----! !,, , . (--- — +2285--! N. ! / Y 1 i - -- 1 i2Z31: V V // I /769 , , : . / +2287"," 7, i .-- ow G3 - 19 T23N RSE NE 1/4 LEGEND CITY OF RENTON 1111 OM ■.'.. Horizontd & Verticd SURVEY CONTROL NETWORK 2222 MONUMENTS & BENCHMARKS e Horizontd Only ON N:rir ° TECHNICAL SERVICES 3333 0 Vertical Only 1 fft • PLANNING/BUILDING/PUBLIC WORKS on 02/14/00 +1"4-" Monument 0 450 900 NO■IMP MID Renton Gty Limits F3 ,,,,,,,,„..,....., i:5400 18 T23N R5E SE 1/4 MO • rr SECTION 18 T23N R5E W.M. 28-Apr-00 Horizontal: NAD 1983/91 Meters Vertical: NAVD 1988 Meters ew 60 N 1/4 Corner 19 T23N R5E Location: Found 1/8"pin in concrete monument case at intersection of Hardie Ave SW and SW 7th St. r. Monument: 1/8 IN BRASS PIN IN CONC. 0.4' BELOW RIM OF MON. CASE NORTHING: 53611.676 EASTING: 395635.050 ELEVATION: arr 63 Location: Set brass disc stamped 804/BRH123 per 2 each 2 foot reference points in the right west bound lane of S Grady Way west of the intersection with Williams Ave S Monument: BRASS DISC IN MONUMENT CASE it NORTHING: 53638.518 EASTING: 396486.958 ELEVATION: 205 Location: Found a concrete monument in a monument case at the intersection of Burnett Avenue S. and S. 2nd Street. Monument: CONC MON, IN CASE U. NORTHING: 54429.257 EASTING: 396408.155 ELEVATION: U. U. rr F3-1 r • SECTION 18 T23N R5E W.M. 28-Apr-00 Horizontal: NAD 1983/91 Meters Vertical: NAVD 1988 Meters 673 w. Location: Top of 1/4"brass pin set in concrete monument at centerline of Morris Avenue & 12' north of centerline of S. Second Street. Monument: BRASS PIN IN CONC MON MORRIS AVE NORTH OF S 2ND STREET war NORTHING: EASTING: ELEVATION: 9.943 .a 754 Location: Found a 1/2" brass plug with a punch mark grouted in on easterly side of a 4"x4"concrete post monument down 0.6' in a monument case at the arr constructed intersection of SW 7th Street&Seneca Avenue SE. Monument: 1/2 IN BRASS PLUG W/PUNCH ON CONC MON, IN CASE, DN. 0.6' NO NORTHING: 53620.647 EASTING: 395016.102 ELEVATION: 6.801 rr 884 rr Location: Found a concrete monument, in a monument case at the intersection of Rainier Avenue S and S 2rd Street. Monument: CONC MON, IN CASE ore NORTHING: 54453.626 EASTING: 395704.557 ELEVATION: wrr 1056 Location: Found 1/8"pin in a monument case at the intersection SW langston Rd. and Earlington Ave SW Monument 1/8 IN BRASS PINON 4 IN X 4 IN POST 0.5'BELOW RIM OF 10 IN MON CASE ems NORTHING: 54421.101 EASTING: 395088.623 ELEVATION: NMI F3-2 wr «r. No SECTION 19 T23N R5E W.M. 28-Apr-00 Horizontal: NAD 1983/91 Meters Vertical: NAVD 1988 Meters rr. 1551 Location: Found 3/8" brass plug in a 10"monument case in centerline of Lind Ave SW at SW 23rd. St. (pipeline R.O.W.) Monument 3/8 IN BRASS PLUG IN MON CASE Mil NORTHING: 51992.882 EASTING: 395190.593 ELEVATION: 6.497 1856 Location: Found a Washington State Department of Transportation brass disk set in south shoulder of SR167, 1-405 overcrossing above the approximate +r. centerline of SR167. Monument: W.S.D.O.T. BRASS DISC NORTHING: 52927.573 EASTING: 395616.229 ELEVATION: 1895 lie Location: Found a 2"flat brass disc with a punch mark on a 4"x4"concrete post monument down 0.45' in a monument case at the constructed intersection of SW 16th Street& Lind Avenue SW. This mark is an alternate to the quarter corner to sections 24-23-4E & 19-23-5E. Monument: 2 IN BRASS DISC W/PUNCH ON CONC MON, IN CASE, DN. 0.45' NORTHING: 52766.111 EASTING: 395209.265 ELEVATION: 7.834 rr rW rrr G3-4 or • I I I I 1 ,.. I . . .... . PERMITS I i i ,011,... 1 I ,.. .,..- - --.-----. -, olioPERMITSCOV.DOC\ ,' cis�STATE O� O a 0 �H't I889�y�? STATE OF WASHINGTON DEPARTMENT OF ECOLOGY P.O. Box 47600 • Olympia, Washington 98504-7600 (360) 407-6000 • TDD Only (Hearing Impaired) (360) 407-6006 March 4, 2004 RECEIVED "' Mr. Allen Quynn,Project Manager MAR 5 _ 2004 City of Renton 1055 South Grady Way CITY N sSTEMS Renton, WA 98055 Dear Mr. Quynn: RE: Coverage under the Stormwater General Permit for Construction Activity Permit Number: S03-005527 Site Name: SW 7th Street Drainage Improvement Project Location: Between Lind Avenue SW&Morris Avenue S Renton, WA 98055 Receiving Water: Springbrook Creek Ns The Washington Department of Ecology has reviewed your application for coverage under the stormwater general permit for construction activity for the above 5.5-acre site, of which 1.4-acres es will be disturbed. We are granting coverage under the permit as of March 4, 2004. Retain this letter with your permit. It is the official record of permit coverage for your site. 6. Note the permit number assigned for the above project. Refer to the permit number on any future correspondence with Ecology. Examples of the type of correspondence could be as follows: 1) If you wish to notify Ecology that there is a new 24-hour contact person for the project. 2)When the site has been stabilized, submission of a termination request form to cancel the permit and associated fees. Please read the enclosed permit carefully. As a permittee, you are legally obligated to comply with its terms and conditions. An accompanying document called a Fact Sheet is available upon request ,.. by calling(360)407-7156. The Fact Sheet helps explain the development process for the general stormwater permit. • Stormwater Pollution Prevention Plan (SWPPP) The most significant requirement of the general permit is the development, implementation, and maintenance(revision) of a Stormwater Pollution Prevention Plan for the entire duration of the project. Implement the SWPPP as the first step when starting construction. Plan requirements are given in Special Condition S9 of the permit. The purpose of the SWPPP is to reduce, eliminate, and prevent the pollution of stormwater through the application of Best Management Practices. Failure w. a Mr. Allen Quynn March 4, 2004 Page 2 of 2 to prepare and implement an adequate SWPPP could result in violations of state and federal laws r.. and regulations. Retain the SWPPP on or near your project. The SWPPP shall be made available upon request form Ecology or local government inspectors. •• Permit Fees State law (RCW 90.48.465)requires that all permittees pay an annual permit fee. If your permit goes into effect during the State's fiscal year(June 30-July 1), the initial fee will be prorated to the quarter. Future yearly billing notices will be mailed to you in August. Permits that terminate during the State's fiscal year will have their fees prorated. Ecology will not ■. process refunds if the ending balance of the fee account is less than one-hundred dollars($100). If you would like more information on the fee process, contact Bev Poston, Fee Administrator, Depaltment of Ecology at(360) 407-6425. Appeal You, or a third party,may appeal Ecology's decision to issue a general stormwater permit for your site. The appeal is limited to the general permit's applicability or non-applicability to your project, not the permit itself An appeal may be filed with the Pollution Control Hearings Board, P.O. Box 40903,Olympia,WA 98504-0903 within thirty days from the effective date of your permit. In addition, a copy of the appeal must be served on the Department of Ecology, P.O. Box 47696, Olympia, WA 98504-7696. Enclosed is a copy of RCW 43.21B.310 that lists the procedures and requirements for the appeal process. Notice of Termination After your site has undergone final stabilization, submit a Notice of Termination request form (located in the back of the permit). Final stabilization is defined as follows: There are no bare soils remaining, the landscaping is well established,paving is complete, all temporary sediment and erosion and control devices have been removed, and all stormwater discharges associated with `r construction activities have been eliminated. Permit fees continue until Ecology receives the completed termination form. r. Ecology Regional Assistance If you have questions regarding stormwater discharges for your construction site, contact Ron Devitt, of Ecology's Northwest Regional Office in Bellevue, at(425) 649-7028. If you have any questions regarding this letter,please call Linda Matlock at (360)407-6437. Sincerely, M2-0-0-rb Melodie A. Selby, P.E., Manager Program Development Services Water Quality Program Enclosures: Permit and RCW Cc: Ron Devitt, Ecology,NWRO rn wr rr� Issuance Date: October 4,2000 Effective Date: November 18,2000 Expiration Date: November 18,2005 NATIONAL POLLUTANT DISCHARGE ELIMINATION SYSTEM AND STATE WASTE DISCHARGE GENERAL PERMIT FOR STORMWATER DISCHARGES ASSOCIATED WITH am CONSTRUCTION ACTIVITIES State of Washington DEPARTMENT OF ECOLOGY -. err Olympia,Washington 98504-7696 In compliance with the provisions of rw The State of Washington Water Pollution Control Law Chapter 90.48 Revised Code of Washington and The Federal Water Pollution Control Act do (The Clean Water Act) Title 33 United States Code,Section 1251 et seq. rr� Until this permit expires,is modified or revoked,permittees that have properly obtained coverage under this permit are authorized to discharge to waters of the state in accordance with the special and general conditions which follow. No Mega 'te, P.E.,Manager Water Qu. ity Program rrr Department of Ecology um orr Definitions • Best Management Practices(BMPs-general definition)means schedules of activities,prohibitions of rs practices,maintenance procedures,and other physical,structural and/or managerial practices to prevent or reduce the pollution of waters of the state. BMPs include treatment systems,operating procedures,and practices to control: plant site runoff,spillage or leaks,sludge or waste disposal,or drainage from raw material storage. In this permit BMPs are further categorized as operational,source control,erosion and JAIN sediment control,and treatment BMPs. Bypass means the diversion of waste streams from any portion of a treatment facility. ire Clean Water Act(CWA)means the Federal Water Pollution Control Act enacted by Public Law 92-500,as amended by Public Laws 95-217,95-576,96-483,and 97-117;USC 1251 et seq. rr. Combined Sewer means a sewer which has been designed to serve as a sanitary sewer and a storm sewer, and into which inflow is allowed by local ordinance. Constructed Wetland means wetlands intentionally created,on sites that are not natural wetlands,for the rri primary purpose of wastewater or stormwater treatment and managed as such. Constructed wetlands are normally considered as part of the stormwater collection and treatment system. Construction Activity means clearing,grading,excavation and any other activity which disturbs the surface of the land. Such activities may include road building,construction of residential houses,office buildings, or industrial buildings,and demolition activity. Construction Dewatering means the act of pumping ground water or stormwater away from an active irr construction site. Detention means the temporary storage of stormwater to improve quality and/or to reduce the mass flow r�r rate of discharge. Director means the Director of the Washington Department of Ecology or his/her authorized representative. Discharger means an owner or operator of any facility or activity subject to regulation under Chapter 90.48 RCW or the Federal Clean Water Act. MP Domestic Wastewater means water carrying human wastes,including kitchen,bath,and laundry wastes from residences,buildings,industrial establishments,or other places,together with such ground water infiltration or surface waters as may be present. Ecology means the Washington Department of Ecology. Equivalent BMPs means operational,source control,treatment,or innovative BMPs which result in equal or better quality of stormwater discharge to surface water or to ground water than BMPs selected from the SWMM. Equivalent Stormwater Management Manual means a manual that has been deemed by Ecology as being equivalent to the SWMM. Erosion means the wearing away of the land surface by running water,wind,ice,or other geological agents,including such processes as gravitational creep. iw Erosion and Sediment Control BMPs means BMPs that are intended to prevent erosion and sedimentation, such as preserving natural vegetation,seeding,mulching and matting,plastic covering,filter fences,and rot Page 1 of 20 ui. irr _ sediment traps and ponds. Erosion and sediment control BMPs are synonymous with stabilization and structural BMPs. Erosion and Sediment Control Plan means a document which describes the potential for erosion and sedimentation problems,and explains and illustrates the measures which are to be taken to control those problems. Final Stabilization means the completion of all soil disturbing activities at the site and the establishment of a permanent vegetative cover,or equivalent permanent stabilization measures(such as riprap,gabions or geotextiles)which will prevent erosion. "40 CFR"means Title 40 of the Code of Federal Regulations,which is the codification of the general and permanent rules published in the Federal Register by the executive departments and agencies of the federal government. General Permit means a permit which covers multiple dischargers of a point source category within a designated geographical area,in lieu of individual permits being issued to each discharger. Ground Water means water in a saturated zone or stratum beneath the land surface or a surface water body. Illicit discharge means any discharge that is not composed entirely of stormwater except discharges authorized under a separate NPDES permit and discharges resulting from fire fighting activities. Leachate means water or other liquid that has percolated through raw material,product or waste and contains substances in solution or suspension as a result of the contact with these materials. Local Government means any county,city,or town having its own government for local affairs. Municipality means a political unit such as a city,town or county;incorporated for local self-government. 1 Municipal Entitiv means incorporated cities and counties(municipalities)as well as service districts such as school districts,sanitary sewer districts,flood control districts,fire districts,port districts and unincorporated towns and townships. National Pollutant Discharge Elimination System(NPDES)means the national program for issuing, modifying,revoking,and reissuing,terminating,monitoring and enforcing permits,and imposing and enforcing pretreatment requirements,under sections 307,402,318,and 405 of the Federal Clean Water Act,for the discharge of pollutants to surface waters of the state from point sources. These permits are referred to as NPDES permits and,in Washington State,are administered by the Washington Department of Ecology. Notice of Intent(NOI)means the application for,or a request for coverage under this General Permit pursuant to WAC 173-226-200. Notice of Termination(NOT)means a request for termination of coverage under this general permit as specified by Special Condition S10 of this permit. Point Source means any discernible,confined,and discrete conveyance,including but not limited to,any pipe,ditch,channel,tunnel,conduit,well,discrete fissure and container from which pollutants are or may be discharged to surface waters of the state. This term does not include return flows from irrigated agriculture. (See Fact Sheet for further explanation.) Pollutant means the discharge of any of the following to waters of the state: dredged spoil,solid waste, incinerator residue,filter backwash,sewage,garbage,domestic sewage sludge(biosolids),munitions, chemical wastes,biological materials,radioactive materials,heat,wrecked or discarded equipment,rock, sand,cellar dirt and industrial,municipal,and agricultural waste.This term does not include sewage from Page 2 of 20 vessels within the meaning of section 312 of the FWPCA,nor does it include dredged or fill material discharged in accordance with a permit issued under section 404 of the FWPCA. rrr Pollution means contamination or other alteration of the physical,chemical,or biological properties of waters of the state;including change in temperature,taste,color,turbidity,or odor of the waters;or such discharge of any liquid,gaseous,solid,radioactive or other substance into any waters of the state as will or is likely to create a nuisance or render such waters harmful,detrimental or injurious to the public health, safety or welfare;or to domestic,commercial,industrial,agricultural,recreational,or other legitimate beneficial uses;or to livestock,wild animals,birds,fish or other aquatic life. Process Wastewater means any water which,during manufacturing or processing,comes into direct contact rs or results from the production or use of any raw material,intermediate product,finished product, byproduct,or waste product. Puget Sound Basin means the Puget Sound south of Admiralty Inlet(including Hood Canal and Saratoga Passage);the waters north to the Canadian border,including portions of the Strait of Georgia;the Strait of Juan de Fuca south of the Canadian border;and all the lands draining into these waters as mapped in Water Resources Inventory Areas numbers I through 19,set forth in WAC 173-500-040. wr Sanitary Sewer means a sewer which is designed to convey domestic wastewater. Sediment means the fragmented material that originates from the weathering and erosion of rocks or unconsolidated deposits,and is transported by,suspended in,or deposited by water. Sedimentation means the depositing or formation of sediment. vas SEPA(State Environmental Policy Act)means the Washington State Law,RCW 43.21C.020,intended to prevent or eliminate damage to the environment. Severe Property Damage means substantial physical damage to property,damage to the treatment facilities which would cause them to become inoperable,or substantial and permanent loss of natural resources which can reasonably be expected to occur in the absence of a bypass. Severe property damage does not mean economic loss caused by delays in production. jrr Significant Amount means an amount of a pollutant in a discharge that is amenable to available and reasonable methods of prevention or treatment;or an amount of a pollutant that has a reasonable potential to cause a violation of surface or ground water quality or sediment management standards. Significant Contributor of Pollutant(s)means a facility determined by Ecology to be a contributor of a significant amount(s)of a pollutant(s)to waters of the state of Washington. Significant Materials includes,but is not limited to:raw materials;fuels;materials such as solvents, detergents,and plastic pellets;finished materials such as metallic products;raw materials used in food processing or production;hazardous substances designated under section 101(14)of CERCLA;any or chemical the facility is required to report pursuant to section 313 of title III of SARA;fertilizers; pesticides;and waste products such as ashes,slag and sludge that have the potential to be released with stormwater discharges. oat Site means the land or water area where any"facility or activity"is physically located or conducted. Source Control BMPs means physical,structural or mechanical devices or facilities that are intended to prevent pollutants from entering stormwater. A few examples of source control BMPs are erosion control ire practices,maintenance of stormwater facilities,constructing roofs over storage and working areas,and directing wash water and similar discharges to the sanitary sewer or a dead end sump. rre Page 3 of 20 rr a Mil Stabilization means the application of appropriate BMPs to prevent the erosion of soils,such as,temporary and permanent seeding,vegetative covers,mulching and matting,plastic covering and sodding. See also the definition of Erosion and Sediment Control BMPs. a Storm Sewer means a sewer that is designed to carry stormwater. Also called a storm drain. 4 Stormwater means rainfall and snow melt runoff. Stormwater Drainage System means constructed and natural features which function together as a system to collect,convey,channel,hold,inhibit,retain,detain,infiltrate or divert stormwater. Stormwater Management Manual for the Puget Sound Basin(SWMM)or Manual means the technical manual prepared by Ecology for use by local governments and published in 1992,or statewide revisions when they become available,that contain descriptions of and design criteria for BMPs to prevent,control, or treat pollutants in stormwater. Stormwater Pollution Prevention Plan(SWPPP)means a documented plan to implement measures to identify,prevent,and control the contamination of point source discharges of stormwater. a Surface Waters of the State includes lakes,rivers,ponds,streams,inland waters,salt waters,and all other surface waters and water courses within the jurisdiction of the state of Washington. Treatment BMPs means BMPs that are intended to remove pollutants from stormwater. A few examples of treatment BMPs are detention ponds,oil/water separators,biofiltration,and constructed wetlands. USEPA means the United States Environmental Protection Agency. Water Quality means the chemical,physical,and biological characteristics of water,usually with respect to its suitability for a particular purpose. Waters of the State includes those waters as defined as"waters of the United States"in 40 CFR Subpart a 122.2 within the geographic boundaries of Washington State and"waters of the state"as defined in Chapter 90.48 RCW which include lakes,rivers,ponds,streams,inland waters,underground waters,salt waters and all other surface waters and water courses within the jurisdiction of the state of Washington. a fi Ai Page 4 of 20 I rue rr Acronyms BMP Best Management Practice rrr CERCLA Comprehensive Environmental Response Compensation&Liability Act CFR Code of Federal Regulations CWA Clean Water Act kW EPA Environmental Protection Agency ESC Erosion and Sediment Control FWPCA Federal Water Pollution Control Act NOI Notice of Intent N, NOT Notice of Termination NPDES National Pollutant Discharge Elimination System RCRA Resource Conservation and Recovery Act RCW Revised Code of Washington SEPA State Environmental Policy Act SWMM Stormwater Management Manual for the Puget Sound Basin SWPPP Stormwater Pollution Prevention Plan USC United States Code rw USEPA United States Environmental Protection Agency WAC Washington Administrative Code WQ Water Quality x11► ,1w rrr ■r rrr 1rr rrr Page 5 of 20 it its Introduction The Ecology stormwater pollution control program is based,in part,on the federal regulations of 40 CFR Parts 122, 123,and 124 Subchapter D(Water Programs)issued on November 16, 1990,and the l implementation of section 402(p)of the Federal Clean Water Act. The goals of these federal regulations are to reduce or eliminate stormwater pollution from construction activity by requiring the implementation of technology based Stormwater Pollution Prevention Plans(SWPPP),and to eliminate surface water quality standards violations caused by stormwater. Under the authority of Chapter 90.48 RCW,Ecology has expanded the scope of its stormwater program beyond the federal government's requirements. Ecology's program requires compliance with ground water quality and sediment management standards for those operations that are required to obtain an NPDES permit for a stormwater discharge to surface waters or storm drains. To comply with 40 CFR Parts 122, 123,and 124,and pursuant to the provisions of Chapters 90.48 and 90.52 RCW and Chapter 173-226 WAC,all those who file a Notice of Intent and are covered under this baseline general permit(see Special Condition S2)shall comply with the following: Special Conditions S1. Application for Coverage A. Notice of Intent(NOI)Submission Deadline The permit application called a Notice of Intent(NOI)shall be submitted to Ecology on or before the date of the first public notice and at least 38 days prior to the start of construction activities.(see NOI instructions in Appendix 1) B. Public Notice Requirement At the time of application the permittee must publish a notice that they are seeking coverage under Ecology's general stormwater permit for construction activities. This notice must be published at least once each week for two consecutive weeks,in a single newspaper which has general circulation in the county in which the construction is to take place. Refer to the NOI instructions for public notice language requirements. State law requires a 30 day public comment period prior to permit coverage,therefore permit coverage will not be granted sooner than 31 days after the date of the last public notice. C. Stormwater Pollution Prevention Plan(SWPPP)Deadlines Permit coverage will not be granted until the permittee has indicated completion of the a SWPPP or certified that development of a SWPPP in accordance with S9 of this permit will occur prior to the commencement of the construction activity. SWPPPs are not submitted to Ecology but retained on-site or within reasonable access to the site to be made available to Ecology and local governmental agencies upon request. D. State Environmental Policy Act(SEPA)Notification The permittee must comply with the SEPA process and provide the following information lr prior to receiving permit coverage:the type of SEPA document required,the date and agency which issued the final determination and whether or not the permittee is aware of any appeals of the adequacy of the SEPA document. If the above information is not supplied on the NOI it must be supplied in writing to Ecology prior to permit coverage. I 1 Page 6 of 20 I s_ MN S2. Permit Coverage A. How to Obtain Coverage rr� Coverage under this general stormwater permit for construction activities may be obtained by submitting a NOI to Ecology to discharge"Stormwater Associated With Construction Activity"(Appendix 1). Ecology intends to notify applicants by mail of their status concerning coverage under this permit within 10 working days of Ecology's receipt of a complete NOI. An NOI is only deemed complete after it is fully filled out and signed,and a final SEPA determination has been made,the applicant has certified that a SWPPP will be developed prior to the start of construction,the 30 day public comment period has been satisfied,and all other NOI information has been supplied. Upon receipt of a complete NOI Ecology will notify the applicant of their permit status either through written authorization of permit coverage or by sending a letter to the applicant giving a date when permit coverage will automatically commence. Coverage will begin from the date of Ecology's written authorization or will automatically commence on the date specified by Ecology. oro Applicants which discharge stormwater associated with construction activity to a storm drain operated by any of the following municipalities shall submit a copy of the NOI to the municipality. Seattle,King County,Snohomish County, Tacoma,Pierce County, Clark County, Spokane County, and Washington Department of Transportation(WSDO7), if discharge occurs within these permit areas. B. Construction Activities Required to Seek Coverage rw Construction Activity which results in the disturbance of five acres or more of land(or other minimum land area to be determined by federal regulation),including clearing,grading and excavation activities;and those sites or common plans of development or sale that will result in the total disturbance of five acres or more land area and also have a discharge of stormwater to a surface water or storm drain. C. Construction Activities not Required to Apply yr The following construction activities are not required to apply for coverage under this permit to discharge stormwater associated with construction activity: 1. Construction activities which discharge stormwater only to the ground through infiltration basins,dry wells,drain fields,and any other discharge to the ground and have no point source discharge to surface water or a municipal storm sewer; 2. Any part of a facility with a stormwater discharge resulting from remedial action conducted by the USEPA or Ecology or a potentially liable/responsible person under an order or consent decree issued under the Comprehensive Environmental Response, Compensation,and Liability Act. These facilities must still comply with the requirements in this general permit determined by Ecology to be applicable,relevant, and appropriate requirements under these laws; 3. Any emergency construction activity required to protect public health and safety; 4. Any construction activity for routine maintenance of existing facilities to maintain original line and grade,or hydraulic capacity. Page 7 of 20 rr� _ D. Facilities EXCLUDED from Coverage Under This Permit lii Ecology will not consider coverage for the following facilities: MI 1. Nonpoint source silvicultural activities;such as nursery operations,site preparation, reforestation and subsequent cultural treatment,thinning,prescribed burning,pest and fire control,harvesting operations,surface drainage,or road construction and maintenance from which there is natural runoff as excluded in 40 CFR Subpart 122.27; Ili 2. Construction projects that are federally owned or operated or are on Tribal land,or discharge stormwater directly to tribal waters with EPA approved water quality iiii standards,including portions of the Puyallup River and other waters on trust or restricted lands within the 1873 Survey Area of the Puyallup Tribe of Indians Reservation; ii 3. Stormwater discharges that originate from the site after construction activities have been completed and the site has undergone final stabilization; 4. Any facility covered under an existing NPDES individual or general permit in which stormwater management or treatment requirements or both are included for all stormwater discharges associated with construction activity. E. Coverage for Significant Contributors of Pollutants This permit may also cover any construction activity discharging stormwater which Ecology determines to be a significant contributor of pollutants to waters of the state of Washington or may reasonably be expected to cause a violation of a water quality standard. F. Coverage for Discharges to Ground Water This permit also covers discharges of stormwater associated with construction activity to ground water from any facility which has a discharge of stormwater to a surface water or a storm sewer requiring permit coverage. 4 S3. Authorized Discharges This permit authorizes the discharge of stormwater and construction dewatering waters associated with construction activity to waters of the state of Washington and/or to municipal storm drains from construction sites owned or operated by pennittees identified in Special Condition S2(Permit Coverage). 4 S4. Discharge Prohibitions A. Discharges to a storm drain or surface water of process wastewater,domestic wastewater or 0 noncontact cooling water not covered by an NPDES permit are prohibited. B. Discharges of stormwater to sanitary or combined sewers shall be limited pursuant to Chapter IIII 173-245 WAC and WAC 173-226-100. Discharges of stormwater to sanitary or combined sewers shall not occur without the approval of the municipality which owns or operates the sanitary or combined sewer system. a C. This permit does not authorize illicit discharges,including spills of oil or hazardous substances,nor does it relieve entities from obligations under state and federal laws and regulations pertaining to those discharges. Page 8 of 20 NI oat an S5. Compliance with Standards NW The permittee is responsible for achieving compliance with state of Washington surface water quality standards(Chapter 173-201A WAC),sediment management standards(Chapter 173-204 WAC),ground water quality standards(Chapter 173-200 WAC),and human health based criteria in the National Toxics Rule(Federal Register,Vol.57,No.246,Dec.22, 1992,pages 60848-60923). Where construction sites are not in compliance with these standards,the permittee shall take immediate action(s)to achieve compliance by implementing additional BMPs and/or improved maintenance of existing BMPs. For permit compliance purposes compliance with standards means: ors i) An adequate SWPPP has been prepared and fully implemented; ii) The SWPPP and its implementation are adequate to prevent the discharge of toxic pollutants,floating materials,and erosion;and iii) All available and reasonable means have been taken to prevent the discharge of settleable solids and to reduce turbidity in discharges directly or indirectly to surface 0* waters. In determining compliance Ecology will consider: ro i) Weather conditions as related to design storms for BMPs; ii) Available dilution and background conditions in the receiving water if the SWPPP and its implementation are determined adequate;and ow iii) Other requirements of Chapters 173-200 WAC, 173-201A WAC,and 173-204 WAC. S6. Sampling and Analysis Sampling and analysis of stormwater for pollutants and ground water,surface water,or sediments for impacts of stormwater discharges are not required by this permit. However,sampling and analysis are encouraged and may be appropriate during the development and implementation of the SWPPP. Analysis conducted in accordance with 40 CFR Part 136 and Puget Sound Estuary Program Protocols is recommended but not required. Sampling procedures may be conducted in 'rr' accordance with USEPA's NPDES Stormwater Sampling Guidance Document(EPA 833-B-92-001), July 1992,or Ecology guidance when it becomes available. Sampling and analysis may be needed on a case-by-case basis for the discharge of construction dewatering waters to ensure compliance with standards. Dewatering in areas where the potential for ground water contamination exists should not be discharged without characterization of the ground water to be discharged. For guidance on the discharge of dewatering waters contact your Ecology it Regional Office. S7. Permit Fees s Annual payment of fees in accordance with RCW 90.48.465 is a condition of this permit. Fees for stormwater discharges covered under this permit shall be established by Chapter 173-224 WAC. INN Page 9 of 20 rr rrr _ a S8. Solid and Liquid Waste Disposal The following requirements apply in the handling of solid and liquid wastes generated in compliance l with the requirements of this general permit: A. Disposal of waste materials from maintenance activities,including liquids and solids from cleaning catch basins and other stormwater facilities,shall be conducted in accordance with the Minimum Functional Standards for Solid Waste Handling,Chapter 173-304 WAC,and where appropriate,the Dangerous Waste Regulations,Chapter 173-303 WAC. B. Leachate from the solid waste material handling and disposal sites shall not be discharged to state ground or surface waters without providing all known,available,and reasonable methods of treatment,nor shall such leachate cause violations of the state water quality standards for ground water or surface water or violations of sediment management standards. S9. Stormwater Pollution Prevention Plan (SWPPP)for Construction Activities (1rr A SWPPP for construction activity,including construction dewatering,shall be prepared and implemented in accordance with the schedule of Special Condition S1 and the requirements of this Special Condition. A. Objectives 1. To implement Best Management Practices(BMPs)to minimize erosion and sediments from rainfall runoff at construction sites,and to identify,reduce,eliminate,or prevent the pollution of stormwater. 2. To prevent violations of surface water quality,ground water quality,or sediment management standards. 3. To prevent,during the construction phase,adverse water quality impacts including impacts on beneficial uses of the receiving water by controlling peak rates and volumes of stormwater runoff at the permittee's outfalls and downstream of the outfalls. 4. To eliminate the discharges of unpermitted process wastewater,domestic wastewater, illicit discharges,and non-contact cooling water to stormwater drainage systems and surface waters of the state. B. General Requirements 1. The site owner shall be the permittee and responsible for the implementation of a SWPPP. At construction sites for which a lease,easement,or other use agreement has been obtained from the site owner,the entity obtaining the use agreement shall be the le permittee. The SWPPP shall be prepared sufficiently in advance of construction to allow the contractor sufficient time to plan the implementation of the SWPPP. 2. The permittee shall designate on the NOI,a contact person who will be available 24 hours a day to respond to emergencies,and to inquiries or directives from Ecology. The contact person shall have authority over the SWPPP implementation. While the site owner is ultimately responsible for proper activities under the general permit and for proper implementation of the SWPPP,both the owner and/or operator of the site may be held liable for any permit violations. rid Page 10 of 20 rn 3. The permittee shall retain the SWPPP on-site or within reasonable access to the site and make it available upon request to Ecology and local governmental agencies with jurisdiction. If stormwater is discharged to a municipal storm drain system,the SWPPP shall be available to the municipality upon request.The public may obtain a copy of a permittee's SWPPP by request from Ecology. 4. The permittee shall retain the SWPPP and copies of the Notice of Intent,inspection reports and all other reports required by this permit for,at least three years after the date of final stabilization of the construction site. The permittee shall make these documents available upon request to Ecology and to the local government agencies with jurisdiction. 5. Reports on incidents,such as discharge of spills and other noncompliance notification (see G3),shall be included in the records. 6. Modifications: a. Ecology may notify the permittee when the SWPPP does not meet one or more ow of the requirements of this Special Condition S9. Upon notification by Ecology, the permittee shall take appropriate action(s)to come into compliance with this Special Condition S9. b. Ecology may require SWPPP and BMP modifications if compliance with standards is not being achieved as required in accordance with Special Condition S5. mom c. The permittee shall modify the SWPPP whenever there is a change in design, construction,operation,or maintenance of any BMP which cause(s)the SWPPP to be less effective in controlling the pollutants. rim d. Whenever a self-inspection reveals that the description of pollutant sources or the BMPs identified in the SWPPP are inadequate,due to the actual discharge of or potential to discharge a significant amount of any pollutant,the SWPPP shall be modified,as appropriate. The permittee shall provide for implementation of any modifications to the SWPPP in a timely manner. 7. Applicability of Current and Future Editions of the Stormwater Management Manual for the Puget Sound Basin(SWMM): BMPs shall be selected from the most recent published edition of the SWMM,that has been available for at least 120 days prior to BMP selection,or other equivalent manuals available at the time of BMP selection or when the selection of additional BMPs is necessary. If new BMPs are required they shall be implemented in accordance with Special Condition S9.B.6. is C. SWPPP Contents and Requirements: The SWPPP shall consist of and make provision for the following: 1. An Erosion and Sediment Control Plan: The Erosion and Sediment Control Plan shall describe stabilization and structural practices,both of which shall be implemented to minimize erosion and the transport of sediments. Page 11 of 20 ire a. Stabilization Practices: The Erosion and Sediment Control Plan shall include a description of stabilization Best Management Practices(BMPs),including site-specific scheduling of the implementation of the practices. Stabilization practices may include:temporary seeding,permanent seeding,mulching,geotextiles,sod stabilization,vegetative buffer strips,protection of trees,preservation of mature vegetation,and other appropriate measures. A record of the dates when major grading activities occur,when construction activities temporarily or permanently cease on a portion of the site,and when stabilization measures are initiated shall be included in the plan. Stabilization measures shall be initiated as soon as practicable in portions of the site where construction activities have temporarily or permanently ceased. The plan shall ensure that the following requirements are satisfied: i) All exposed and unworked soils shall be stabilized by suitable and timely application of BMPs. ii) Existing vegetation should be preserved where attainable. In the field, fili mark areas which are not to be disturbed,including setbacks, sensitive/critical areas and their buffers,trees and drainage courses shall be marked or flagged on site before construction activities are initiated. These areas should not be harmed when measures under the SWPPP API and/or construction activities are undertaken. iii) Cut and fill slopes shall be designed and constructed in a manner that will minimize erosion. Slopes shall be stabilized in accordance with requirement a.above. iv) Stabilization adequate to prevent erosion of outlets and adjacent stream banks shall be provided at the outlets of all conveyance systems. v) All storm drain inlets made operable during construction shall be properly maintained. vi) Wherever construction vehicle access routes intersect paved roads, provisions must be made to minimize the transport of sediment(mud) onto the paved road. If sediment is transported onto a road surface,the roads adjacent to the construction site shall be cleaned on a regular basis. Street washing shall be allowed only after other methods to prevent the transport or to remove the sediments are unsuccessful. b. Structural Practices: In addition to stabilization practices,the Erosion and Sediment Control Plan shall include a description of structural BMPs to divert flows from exposed soils,store flows,or otherwise limit runoff and the discharge of pollutants from exposed areas of the site to the degree attainable. Such practices may include silt fences,earth dikes,drainage swales,sediment traps,check dams,subsurface drains,pipe slope drains,level spreaders,storm drain inlet protection,rock outlet protection,reinforced soil retaining systems,gabions,and sediment basins. Structural practices should be placed on upland soils to the degree attainable. The installation of these devices may be subject to Section 404 of the Federal Clean Water Act. The plan shall ensure that the following requirements are satisfied: 14 ltiiil Page 12 of 20 a i) Prior to leaving the site,stormwater runoff shall pass through a sediment pond or sediment trap,or other appropriate BMPs. ii) Properties adjacent to the project site shall be protected from sediment deposition. iii) Sediment ponds and traps,perimeter dikes,sediment barriers,and other rrr BMPs intended to trap sediment on-site shall be constructed as a first step in grading. These BMPs shall be functional before land disturbing activities take place. Earthen structures used for sediment control such as rr, dams,dikes,and diversions shall be stabilized as soon as possible. iv) Properties and waterways downstream from the construction site shall be protected from erosion due to increases in volume,velocity,and peak rr flow of stormwater runoff from the project site. v) All temporary erosion and sediment control BMPs shall be removed within 30 days after final site stabilization is achieved or after the — temporary BMPs are no longer needed. Trapped sediment shall be removed or stabilized on-site. Disturbed soil areas resulting from removal shall be permanently stabilized. c. Selection of Stabilization and Structural BMPs: Permittees within the Puget Sound Basin shall select from BMPs described in r Volume II of the most recent edition of Ecology's Stormwater Management Manual(SWMM)that has been available at least 120 days prior to the BMP selection,or other equivalent and appropriate BMPs to comply with the requirements listed in sections a.and b.above. wr Permittees outside the Puget Sound Basin shall select from BMPs described in the Erosion and Sediment Control Handbook,by Goldman et al;Volume II of the most recent edition of Ecology's SWMM,that has been available at least 120 days prior to the BMP selection,as adapted for local conditions using best professional judgment;or other equivalent and appropriate BMPs to comply with the requirements listed in subsections a.and b.above. d. Inspection and Maintenance: All BMPs shall be inspected,maintained,and repaired as needed to assure continued performance of their intended function. All on-site erosion and as sediment control measures shall be inspected at least once every seven days and within 24 hours after any storm event of greater than 0.5 inches of rain per 24 hour period. e. Recordkeeping: Reports summarizing the scope of inspections,the personnel conducting the inspection,the date(s)of the inspection,major observations relating to the implementation of the SWPPP,and actions taken as a result of these inspections shall be prepared and retained as part of the SWPPP. ars Page 13 of 20 AIN 6111111 a f. Compliance Reporting Requirement: Compliance with the maintenance and schedule requirements of the SWPPP and 1 other schedule requirements of this permit constitutes compliance with the reporting requirements of WAC 173-226-180. g. Format: The Erosion and Sediment Control Plan shall consist of two parts: a narrative and a set of site plans(drawings). Permittees may refer to Volume II, Construction Stormwater Pollution Prevention,of Ecology's SWMM for guidance on the content and format. 2. Control of Pollutants Other Than Sediment on Construction Sites: All pollutants other than sediment that occur on-site during construction shall be handled and disposed of in a manner that does not cause contamination of stormwater. Chapter 11-3 of the SWMM can be referenced for guidance in controlling other a potential pollutants. 3. Coordination with Local Requirements: This permit does not relieve the permittee of compliance with any more stringent requirements of local government. Also,as required by the Puget Sound Water Quality Management Plan,local governments within the Puget Sound Basin are to adopt requirements for construction which are at least equivalent to the requirements listed in Volume I,Minimum Technical Requirements,of Ecology's SWMM. Where Ecology has determined such requirements to be equivalent,compliance with these requirements meets the SWMM requirements of this permit. S10. Notice of Termination (NOTI After the site has undergone final stabilization,and all stormwater discharges from soil disturbing activities have ceased,and all exposed soils have a permanent vegetative cover,or equivalent permanent stabilization measure which prevent erosion,the permittee shall submit a Notice of Termination form(Appendix 2 of this permit). A Notice of Termination,that is signed in accordance with General Condition G20 of this permit,will end permit coverage and the responsibility of the permittee(s)to be subject to the conditions of this permit. The permittee is responsible for submitting the termination notice in order to end permit coverage.Unless the permit is terminated,Ecology will continue to assess a fee for the permit. Where the site owner changes,the site owner listed as the permittee shall submit a NOT that is signed in accordance with General Condition G20 of this permit. The new site owner shall submit a new Notice of Intent. 1 Page 14 of 20 w'?3. ..x.iY{ a General Conditions GI. Discharge Violations: All discharges and activities authorized by this permit shall be consistent with the terms and conditions of this permit. Imo G2. Proper Operation and Maintenance: The Permittee shall at all times properly operate and maintain all facilities and systems of collection, to treatment,and control(and related appurtenances)which are installed orused by the Permittee for pollution control. G3. Non-compliance Notification: If for any reason,the Permittee does not comply with,or will be unable to comply with conditions specified in the permit,the Permittee shall,at a minimum,provide the Department of Ecology (Ecology)with the following information: Mir A. A description of the nature and cause of noncompliance,including the quantity and quality of any unauthorized waste discharges; to B. The period of noncompliance,including exact dates and times and/or the anticipated time when the Permittee will return to compliance;and its C. The steps taken,or to be taken,to reduce,eliminate,and prevent recurrence of the noncompliance. In addition,the Permittee shall take immediate action as expeditiously as practicable,to stop, wr contain,and clean up any discharge of spills and take all reasonable steps to minimize any adverse impacts to waters of the state and correct the problem. The Permittee shall notify Ecology by telephone so that an investigation can be made to evaluate any resulting impacts and the corrective actions taken to determine if additional action should be taken. In the case of any discharge which could constitute a threat to human health,welfare,or the environment,40 CFR Part 122 requires that the information specified in Sections G3.A.,G3.B.,and G3.C.,above,shall be provided not later than 24 hours from the time the Permittee becomes aware VOI of the circumstances. If this information is provided orally,a written submission covering these points shall be provided within five days of the time the Permittee becomes aware of the circumstances,unless Ecology waives or extends this requirement on a case-by-case basis. w Compliance with these requirements does not relieve the Permittee from responsibility to maintain continuous compliance with the conditions of this permit or the resulting liability for failure to comply. too G4. Bypass Prohibited: The intentional bypass of stormwater from all or any portion of a stormwater treatment system tom whenever the design capacity of the treatment system is not exceeded,is prohibited unless the following conditions are met: A. Bypass is: 1)unavoidable to prevent loss of life,personal injury,or severe property damage; or 2)necessary to perform construction or maintenance-related activities essential to meet the requirements of the Clean Water Act and authorized by administrative order;and w Page 15 of 20 a.r w t B. There are no feasible alternatives to bypass,such as the use of auxiliary treatment facilities, retention of untreated stormwater,maintenance during normal periods of equipment down time,or temporary reduction or termination of production; N G5. Right of Entry: The Permittee shall allow an authorized representative of Ecology,upon the presentation of credentials and such other documents,as may be required by law: A. To enter upon the premises where a discharge is located or where any records must be kept under the terms and conditions of this permit; B. To have access to and copy at reasonable times any records that must be kept under the terms of the permit; AO C. To inspect at reasonable times any monitoring equipment or method of monitoring required in the permit; D. To inspect at reasonable times any collection,treatment,pollution management,or discharge facilities;and E. To sample at reasonable times any discharge of pollutants. G6. Revocation of Coverage: Pursuant with Chapter 43.21B RCW and Chapter 173-226 WAC,the director may terminate coverage under this General Permit.Cases where coverage may be terminated include,but are not limited to the following: A. Violation of any term or condition of the general permit; B. Obtaining coverage under a general permit by misrepresentation or failure to disclose fully all relevant facts; C. A change in any condition that requires either a temporary or permanent reduction or elimination of the permitted discharge; D. A determination that the permitted activity endangers human health or the environment,or 00 contributes significantly to water quality standards violations; E. Failure or refusal of the permittee to allow entry as required in RCW 90.48.090; F. Nonpayment of permit fees assessed pursuant to RCW 90.48.610; 3' G. Failure of the permittee to satisfy the public notice requirements of WAC 173-226-130(6);or Revocation of coverage under a general permit may be initiated by Ecology or requested by any interested person. Page 16 of 20 ri NW rr� G7. Transfer of Coverage: Pursuant with Chapter 4121 RCW and Chapter 173-226 WAC,the director may require any discharger authorized by this general permit to apply for and obtain an individual permit or to apply for coverage under an industry-specific general permit. G8. General Permit Modification and Revocation: General permits may be modified,revoked and reissued,or terminated in accordance with the provisions of Chapter 173-226 WAC. Grounds for modification,revocation and reissuance,or termination include,but are not limited to,the following: out A. A change occurs in the technology or practices for control or abatement of pollutants applicable to the category of dischargers covered under the general permit; B. Effluent limitation guidelines or standards are promulgated pursuant to the FWPCA or chapter 90.48 RCW,for the category of dischargers covered under the general permit; C. A water quality management plan containing requirements applicable to the category of dischargers covered under the general permit is approved;or D. Information is obtained which indicates that cumulative effects on the environment from flu dischargers covered under the general permit are unacceptable. G9. Permit Coverage Modification: tar A Permittee who knows,or has reason to believe,that any activity has occurred or will occur which would constitute cause for revocation or transfer of coverage under General Conditions G6 and G7 respectively,or 40 CFR Subpart 122.62,must report such plans,or such information to Ecology. Activities which shall be reported include facility expansions,production increases,or process modifications which will: 1)result in new or substantially increased discharges of pollutants into stormwater or a change in the nature of the discharge of pollutants into stormwater;or 2)violate the terms and conditions of this permit. Ecology may then require submission of a new Notice of Intent i+M or an application for an individual permit. Submission of a new Notice of Intent for coverage under this or another general permit,or an application for an individual permit does not relieve the Permittee of the duty to comply with the 'wr terms and conditions of the existing permit until the new notice of intent has been approved or an individual permit has been issued. G10. Toxic Pollutants: ASO If any applicable toxic effluent standard or prohibition(including any schedule of compliance specified in such effluent standard or prohibition)is established under Section 307(a)of the Clean Water Act for a toxic pollutant and that standard or prohibition is more stringent than any limitation upon such pollutant in this general permit,Ecology shall institute proceedings to modify or revoke and reissue this general permit to conform to the new toxic effluent standard or prohibition. G11. Other Requirements of Title 40 Code of Federal Regulations: All other requirements of 40 CFR Subpart 122.41 and 122.42 are incorporated in this permit by reference. wr rw Page 17 of 20 fry out ai • G12. Compliance With Other Laws and Statutes: Nothing in this permit shall be construed as excusing the Permittee from compliance with any applicable federal,state,or local laws,ordinances,or regulations. IN G13. Additional Monitoring: Ecology may establish specific monitoring requirements in addition to those contained in this permit a by administrative order or permit modification. G14. Removed Substances: Collected screenings,grit,solids,sludges,filter backwash,or other pollutants removed in the course of treatment or control of stormwater shall not be resuspended or reintroduced to the final effluent stream for discharge to state waters. G15. Duty to Reapply: The Permittee must reapply for coverage under this general permit,at least 180 days prior to the specified expiration date of this permit. An expired general permit continues in force and effect until a new general permit is issued or until the department cancels it. Only those facilities which have reapplied for coverage under the general permit are covered under the continued permit. 10 G16. Transfer of Permit Coverage: Coverage under this permit is not transferable to any other person or entity except in compliance with WAC 173-226-210. The new operator shall submit a new Notice of Intent for coverage under this or another general permit,or apply for and obtain an individual discharge permit. The previous operator shall submit a Notice of Termination. G17. Requests to be Excluded from Coverage Under a General Permit: Any discharger authorized by a general permit may request to be excluded from coverage under the general permit by applying for an individual permit. The discharger shall submit to the director an application as described in WAC 173-220-040(NPDES permit program),with reasons supporting the request. The director will either issue an individual permit or deny the request with a statement explaining the reason for denial. G18. Appeals: A. The terms and conditions of this general permit,as they apply to the appropriate class of dischargers,are subject to appeal by any person within 30 days of issuance of this general permit,in accordance with Chapter 43.21B RCW,and Chapter 173-226 WAC. B. The terms and conditions of this general permit,as they apply to an individual discharger,are appealable in accordance with Chapter 43.21 B RCW within 30 days of the effective date of coverage of that discharger. Consideration of an appeal of general permit coverage of an individual discharger is limited to the general permit's applicability or nonapplicability to that individual discharger. C. The appeal of general permit coverage of an individual discharger does not affect any other dischargers covered under this general permit. If the terms and conditions of this general permit are found to be inapplicable to any individual discharger(s),the matter shall be remanded to the department for consideration of issuance of an individual permit or permits. tier. Page 18 of 20 GI9. Record Keeping Requirements: The permittee shall maintain records required as a condition of the application for,as a condition of 1101 coverage under,and as conditions of this permit. The permittee shall retain for a minimum of five(5)years reports required by this permit. This period of retention shall be extended during the course of any unresolved litigation regarding the ar discharge of pollutants by the permittee or when requested by the department or regional administrator. Upon termination of coverage under this permit,the owner shall retain all records and reports required under this General Condition for at least three(3)years from the date of termination of coverage under this permit. G20. Signatory Requirements: All Notices of Intent and Termination,plans(including the SWPPP),reports,certifications or information either submitted to the Department of Ecology or to the operator of a municipal storm sewer system,(or that this permit requires be maintained by the permittee),shall be signed as follows: A. In the case of corporations,by a responsible corporate officer or a duly authorized representative,if such representative is responsible for the overall operation of the facility from which the discharge originates. B. In the case of a partnership,by a general partner. C. In the case of a sole proprietorship,by the proprietor. D. In the case of a municipal,state or other public agency,by either a principal executive officer, ranking elected official,or other duly authorized employee. G21. Use of Registered or Accredited Laboratories: Except for flow,temperature and internal process control parameters,sampling and analysis data required as a condition of coverage under this general permit shall be prepared by a laboratory accredited under the provisions of Chapter 173-50 WAC(Accreditation of Environmental 41101 Laboratories). G22. Commencement of Coverage Under a General Permit: Unless the department responds in writing to an application for coverage,coverage of a discharger under a general permit will automatically commence on the later of the following: Iwo A. On the effective date of the general permit; B. On the 31st day following the end of the 30 day comment period required by WAC 173-226- 130(5)(iv)for new operations; bye C. On the 31st day following receipt by the department of a completed application for coverage under a general permit;or ot D. On the coverage date specified in this permit. taw Page 19 of 20 rr - G23. Termination of coverage upon issuance of an individual permit or an industry-specific general IEN permit: When an individual permit is issued to a discharger otherwise subject to this general permit,the applicability of the general permit to that permittee is automatically terminated on the effective date of the individual permit. When coverage under an industry-specific general permit is granted to a discharger otherwise subject to this general permit,the applicability of this general permit to that permittee is automatically terminated 90 days after the effective date of the industry-specific general permit. G24. Severability: The provisions of this permit are severable,and if any provision of this permit,or application of any provision of this permit to any circumstance,is held invalid,the application of such provision to other circumstances,and the remainder of this permit shall not be affected thereby. a a a a a a a Page 20 of 20 a err SAMPLE STORMWATER POLLUTION PREVENTION PLAN (SWPPP) SW 7TH STREET DRAINAGE IMPROVEMENT PROJECT PHASE II- MORRIS AVE. SW TO MORRIS AVE S. wr Renton,Washington tar sel isr smo +r• March 2004 IMP ONO t ws STORMWATER SITE PLAN (SWPPP) EROSION AND SEDIMENT CONTROL NARRATIVE 1. Project Description The City of Renton Surface Water Utility is proposing to replace an existing undersized mainline storm pipe with 2,500 LF of 60-inch reinforced concrete pipe and 580 LF of 36-inch corrugated polyethylene pipe on SW 7th Street between Lind Ave. SW and Morris Ave. S. in Renton, Washington. The project area is approximately 4.5 acres of which, approximately 1.5 ww acres of will be disturbed. No cut or fill is proposed other than trenching and backfill for the storm pipe. wr• 2. Existing Site Conditions The existing site consists almost exclusively of paved roadway with curb gutter and sidewalk *II on both sides of the street. The site topography is flat with the average ground slope not exceeding 0.08 percent. A small amount of grass area outside of the paved roadway will be disturbed during construction. The new storm pipe will be constructed entirely in the w. roadway. Existing drainage consists of storm pipe and catch basins to collect road runoff Potential stockpile and staging areas include adjacent commercial asphalt parking areas or parking areas that are accessible via paved roadways. 3. Adjacent Areas The majority of the project is surrounded by major businesses including car dealerships, restaurants and retail stores. The closest water body is Springbrook Creek located "" approximately 3,100 feet west. 4. Critical Areas usw There are no critical areas located in or around the project site which is in an area of the City zoned commercial and residential. ow Once runoff leaves the onsite drainage system, it continues downstream in a closed storm pipe t' in SW 7Street approximately 3,100 feet to Springbrook Creek. wr fir 5. Soils wr The soil beneath the site consists of loose, soft alluvial soils below the groundwater table. These soils include compressible clays, silts and peat in addition to sands and gravels O containing occasional cobbles. Logs or other wooden debris may also be present. 6. Erosion and Sedimentation BMPs In accordance with the City of Renton's Erosion Control standards and the Department of Ecology's Stormwater Management Manual for Western Washington (August 2001), BMPs will be implemented to mitigate the adverse affects of erosion. Proposed BMPs used on this project include but are not limited to those shown below. It is noted that the Contractor will be required to submit a detailed TESC Plan for review and approval by the City. The plan ■+ will spell out the quantity and location of the BMPs in greater detail. Temporary erosion and sediment control measures shall be installed prior to any construction activity. The Contractor shall be responsible for phasing of temporary control during construction so that they are coordinated with the staging of construction activities. A TESC supervisor shall be designated by the Contractor, whose name and phone number shall be '/" given to the Engineer at the Preconstruction Conference. Proposed BMPs used on this project include but are not limited to those shown below. . The Contractor will be required to implement a base level at a minimum. If the base level does not provide sufficient protection, the City can require increased effort to achieve adequate protection and maintain permit compliance. tar BMPs for Base Level 1. Clearly labeling the clearing limits with 42-inch-high orange safety fence(Exxon Safety/Barrier fence, Tenax Beacon, or equal). This fencing will not be needed in areas where silt fencing is used. 2. Using temporary silt fencing around the staging/stockpile areas and other cleared areas if feasible to do so. imp 3. Using Visqueen plastic (minimum 6 mil)to cover stockpiles items when not in use. The Visqueen shall be held down by a minimum of 10 lb sandbags placed every 15 feet along the edge and across the pile. two 4. Providing storm drain inlet protection for catch basins and inlets to prevent sediment-laden runoff from entering the storm drain system. as 5. Keeping paved roads clean, by constructing temporary rock construction entrances for pervious staging areas to prevent the tracking of sediment onto off-site roadways and by sweeping tracked sediment from the roadways(as necessary). ""' 6. Provide for the cleaning of all surfaced roadways as a result of the execution of the work of this project. Flushing shall not be used. Vacuum type sweepers are required. 7. Where feasible, no more than 100 feet of trench shall be open at one time 00 r.. .r. 8. The Contractor shall be responsible for ensuring that precautions are taken to prevent any cement concrete or by-products, asphalt concrete or byproducts, or any discharge from saw cutting are discharged into any storm drain or surface water system. ""' 9. Teatment of dewatered groundwater from the construction trench The Contractor will be required to ensure that all dewatered groundwater from ,,,, construction trench being discharged to the storm system meets State Water Quality standards. If ground water discharge exceeds 5 NTUs above background level,the contractor will be required to treat groundwater prior to discharge. Method of treatment ,w. must be approved by the City prior to use. 7. Construction Sequence A preliminary construction sequence was developed and included in the bid document. The preliminary construction sequence provides a conceptual approach to the construction activities required by this project. The Contractor will be required to submit a more detailed construction schedule. A generalized sequence for implementing on-site BMPs is as follows: • Hold Pre-construction meeting • Post sign designating TESC Supervisor • Establish on-site erosion and sediment control BMPs + ► • Establish Surface Water Controls—Dewatering and bypass system BMPs • Maintain BM's during course of project construction • Make adjustments as necessary to BMPs as determined in the field • Upon completion of project stabilize all disturbed areas and remove BMPs 7. Permanent Stabilization so The project includes seeding of all existing grass areas that are disturbed during construction. 9. Maintenance Maintenance for stormwater control will be necessary for the temporary erosion and sediment or control system as well as the permanent drainage system. For the temporary erosion and sediment control, the Contractor will be required to clean and so maintain catch basin sedimentation inserts,plastic covering for stock piles, and bypass and dewatering systems regularly. Catch basins inserts shall be replaced if damaged or filled with sediment. Plastic sheets protecting stockpiles shall be replaced if torn. Inspection of these control measures will be required daily. 10. Calculations Calculations are required to show that bypass and dewatering pipes and pumps are sized to convey design flows. Anticipated dewatering and bypass flows are provided in the bid document. w. low 11. Non Erosion and Sediment Control Management Practices Required +Mr Pesticide Control r. No chemical herbicides will be allowed in seeding areas, with the exception of the use of glyphosate ("Roundup"or approved equivalent)for selective clearing of weed species as listed above, and as directed by the engineer. Equipment Washing +e Washout from a concrete trucks should be disposed of into a designated area or where the concrete wash can harden,be broken up, and then hauled for disposal at a location which is not subject to surface water runoff, and more than 100 feet away from a storm drain, open +W ditch, or receiving water. Petroleum and Chemical Products All vehicle maintenance and fueling shall be performed in areas that are located away from drainage courses. r.r Petroleum and chemical products shall be stored in locked weather resistant sheds that are located away from drainage courses. The sheds shall be monitored regularly for leaks and repaired as necessary. Workers shall be instructed in proper storage and handling of materials. "" Information for procedures in case of spills shall be provided by the Contractor. The Contractor shall have persons trained in handling spills and shall be on-site or on-call at all times. The construction contractor is required to prepare and submit to the City a Spill "" Prevention, Control, and Countermeasures Plan (see Section 1-07.15)that will outline responsive actions in the event of a spill. Materials for cleaning spills shall be kept on-site and easily available. Spills should be cleaned up immediately and the contaminated material disposed of properly. sir Nutrient Application and Control Great care shall be taken to keep fertilizers out of waterways. Fertilizers shall be """� phosphorus free. tai 0 top King County Wastewater Treatment Division or Industrial Waste Program Department of Natural Resources and Parks 130 Nickerson Street, Suite 200 Seattle,WA 98109-1658 + 206-263-3000 RECEIVE ' 206-263-3001 Fax FEB 212Q°4 WE February 25, 2004 flu cm(OF roN TE Allen Quynn t}T'Liv SYSMS Surface Water Utility City of Renton 1055 South Grady Way Renton,WA 98055 Authorization 10470-01 to Discharge to the Sanitary Sewer -. Dear Mr. Quynn: The King County Industrial Waste Program has reviewed your request to discharge wastewater from the SW 7`h Street Storm Drainage Improvement Project located along SW 7th Street, between Lind Avenue SW&Morris Avenue SW in Renton, to the sanitary sewer. In accordance with King County Code 28.84.060 (enclosed), King County grants approval for the discharge of up to 100,000 gallons per day(gpd) from April 15, 2004 through October 31, 2004,provided that: • Approval from City of Renton is received before discharge to allow for permitting of a ,,• connection to the sanitary sewer and assessment of sewer charges. Please call David Christensen, (425) 430-7212, to obtain required approval; and • The discharge limitations, special conditions,monitoring and reporting requirements listed below are met. Discharge Limitations `. Maximum daily discharge volume— 100,000 gallons per day (*) Maximum discharge rate(gpm)— To be determined by City of Renton sewer utility Settleable solids (by Imhoff cone) - 7 ml/L New (*) See special condition No. 1 below There shall be no odor of solvent, gasoline, or hydrogen sulfide(rotten egg odor), oil sheen, unusual color, or visible turbidity. The discharge must remain translucent. If any of the discharge limits are exceeded,you must stop discharging and notify the King County Industrial Waste Program at(206)263-3000. +•• %* CLEAN WATER - A SOUND INVESTMENT ®, Allen Quynn February 25,2004 Page 2 a Special Conditions 1. The maximum permitted daily discharge volume is 100,000 gallons per day(gpd). City of Renton Surface Water Utility has indicated that there may be a short-term need to discharge at a daily discharge rate of up to 400,000 gallons per day. Short-term daily discharge volume of up to 400,000 gallons per day is permitted provided that the City of Renton sewer Utility and King County Industrial Waste are notified and that verbal approval is granted. This notification should include: • Anticipated daily discharge rate(not to exceed 400,000 gpd); • Duration during which you anticipate to discharge at a greater than 100,000 gpd daily discharge rate; and • Discharge location. 2. The discharge shall not cause hydraulic overloading conditions of the sewerage conveyance a system. During periods of peak hydraulic loading,King County and City of Renton representatives reserve the authority to request that discharge to the sewer be stopped. a 3. This document permits the discharge of limited amounts of construction dewatering from the construction site into the sanitary sewer. Wastes or contaminants from sources other than permitted herein shall not be discharged to the sanitary sewer without prior approval from King County's Industrial Waste Program. 4. The contractor shall take all reasonable steps to minimize the amount of solids discharged to the sanitary sewer system. As a minimum precaution, the wastewater must be pumped to settling tanks prior to entering the sewer system. 5. The City of Renton has applied for a NPDES General Permit to discharge construction dewatering from this project to local surface waters. It is King County's expectation that construction dewatering from this site will be discharged to surface waters when possible (upon receipt of NPDES permit&indication that water quality meets required discharge conditions). Monitoring Requirements a The following self-monitoring requirements shall be met for this discharge authorization: Parameter Frequency Sample Type/Method Discharge Volume Daily Pump Estimate Settleable solids Daily Grab/Imhoff Cone(*) (*) In accordance with the American Public Health Association, Standard Methods for the a Examination of Water and Wastewater, 16th edition, the settleable solids field test by Imhoff cone must be performed as follows: • Fill cone to one-liter mark with well-mixed sample • Allow 45 minutes to settle • Gently stir sides of cone with a rod or by spinning. Settle 15 minutes longer ta • Record volume of settleable matter in the cone as mL/L a too Allen Quynn February 25, 2004 Page 3 Reporting Requirements Monthly King County self-monitoring reports (form provided) shall be filed with Industrial Waste no later than the 15`h day of the time period following the sample collection (i.e., the "" 15th day of the following month for monthly, weekly, daily samples). If no discharge takes place during any monitoring period, it shall be noted on the report. The first and last reports are due May 15, 2004 and November 15, 2004, respectively. If you propose to substantially increase the volume of your discharge or change the type and quantities of substances discharged,you must submit a new waste discharge permit application to King County. Chapter 28.84 of the King County Code—Water Pollution Abatement sanctions a fee for each letter of discharge authorization(LDA)issued by the Department of Natural Resources and Parks. The fee for issuance of an LDA in 2004 is $125. You will be sent an invoice for this amount. ,,, If you have any questions about this authorization, or other questions about your discharge, please call me at(206)263-3012. Sincerely, ger Arnaud Girard Investigator „ „ Industrial Waste Program Enclosure cc: David Christensen, City of Renton Doug Hilderbrand, King County ay Idarenton2.doc IP wr irr NW K K w W N N N N N N N N N N c0 oD V •O tJi A W N Sample Date D o 7 O O co op V 0) CT A W N 0 CO Co V 0) CA A W N -+ 0 (circle) 0.0 01. O Sample Type 0 N = i—i co C (Composite) p 'p gt (( D ID Q'BC(batch) n S = Z 1114 to 3 x en y 11° K rt cb VD e) Po Po R � 0 0 C t'� m m O Settleable O. ? .v `C Solids(mt/L) ? E• C m 1 to S o C a K ile - N b ° ?. 7d fib co eb n "Z7 ' old 0 Do Nil Ti, e) HI H da K co X 3 o o 0 VA R. r• o K ,t• o D 0 O o O la 6)o m ai `, K E-Z m $ O 3 o<<1 N o N 0 -. T all R a CD 0= Su0= = x Z e° 'R 1 W fD (7 0 t s: a o m c rc Po 8Z NDo3 0 il0 3 rnm3 -a ca co 0) o C o�m �, o , at I certify under penalty of law that this document and all attachments were prepared under my direction or supervision in p 0 _coal N NV accordance with a system designed to assure that qualified personnel properly gather and evaluate the information m el m submitted. Based on my inquiry of the person or persons who manage the system,or those persons directly w O D o -. responsible for gathering the information,the information submitted is,to the best of my knowledge and belief,true, < X m s.of accurate,and complete. I am aware that there are significant penalties for submitting false information,including the N N m possibility of fine and imprisonment for knowing violations. I further certify that all data requiring a laboratory analysis 0 00 ii were analyzed by a Washington State Department of Ecology accredited laboratory for each parameter tested. = N a w x; v oSignature of Principal Executive or Authorized Agent Date Li) IN tti 0 I I I TRAFFIC CONTROL INFORMATION INCLUDING SAMPLE PLANS AND DETOUR SIGN LOCATIONS TRAFFICCOV.DOC\ CITY OF RENTON TRANSPORTATION SYSTEMS—TRAFFIC OPERATIONS TRAFFIC CONTROL PLAN CONSTRUCTION COMPANY: APPL. DATE: ADDRESS: PERMIT #: PHONE #: ( ) CONSTRUCTION SUPERINTENDENT: MOB./CEL. 0: ( ) PROJECT NAME: FAX f: ( ) PROJECT LOCATION: N/E/S/W OF: WORK TIME: APPROVED BY: WORK DATE: APPROVAL DATE: NOTES: 1) WORK ZONE TRAFFIC CONTROL SHALL BE IN ACCORDANCE WITH MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (MUTCD). 2) CALL 911 (USING A LOCAL PHONE) OR 253-852-2121 (USING A CELL PHONE), FIRE, AND POLICE DEPARTMENTS BEFORE ANY CLOSURE WITHIN PUBLIC RIGHT OF WAY. 3) CALL METRO TRANSIT CONTROL CENTER AT (206) 684-2732 AT LEAST TWENTY-FOUR (24) HOURS BEFORE ANY STREET OR LANE CLOSURE AND 30 MINUTES BEFORE THE ACTUAL CLOSURE. 4) THIS PLAN MUST BE SUBMITTED AT LEAST THREE (3) WORKING DAYS PRIOR TO WORK. 5) APPROVED TRAFFIC CONTROL PLAN MUST BE AT THE WORK SITE DURING WORK HOURS. 6) ANY VEHICLE AND/OR EQUIPMENT TO BE USED FOR WORK WITHIN THE CITY RIGHT OF WAY MUST DISPLAY A COMPANY LOGO (ANY LEGALLY ACCEPTABLE SIGN SHOWING A COMPANY NAME, ADDRESS, AND TELEPHONE NUMBER) AT A CONSPICUOUS PLACE ON THE VEHICLE OR EQUIPMENT. COMMENTS: SKETCH —NORTH- i have been informed of my responsibilities for traffic control and OFFICE COPY r- a agree to comply with all traffic regulations of the City of Renton. INSPECTOR g p y g y INSPECTOR K. KITTRICK/ SIGNATURE: DATE: POLICE FLOYD ELDRIDGE ' FIRE JIM GRAY/STA. x{11 C\TRAFFIC OPERATIONS\TCP\CTRIPEN3 I, , representing agree to comply with all traffic regulations of the City of Renton. I shall prepare a traffic control plan and obtain City approval of that plan. That plan shall be implemented for all street and lane closures, and the plan shall be performed in compliance with the Manual on Uniform Traffic Control Devices. I shall notify emergency services twenty-four (24) hours before any street or lane closures. I understand any lane or street closures not in conformance with the approved traffic control plan and/or without notification of emergency services may result in my receiving a citation for violation of R.C.W. 47.36.200 through 47.36.220, 9A.36.050 Reckless Endangerment, and other applicable State and City codes. a I certify I am responsible for the project and the responsible party to be cited for violation of R.C.W. 47.36.200 through 47.36.220 or 9A.36.050 Reckless Endangerment, and other applicable State and City codes. NAME: a D.O.B.: SS#: HOME ADDRESS: a WORK ADDRESS: 1 WORK PHONE: HOME PHONE: I COLOR EYES: WEIGHT: HEIGHT: COLOR HAIR: WASHINGTON STATE DRIVERS LICENSE NUMBER: h:\division.s\transpor.tat\operatio\traf-con\fines I I I I I a _ y��,�, /`i• t g `1k '• 0 . • N.." :1'v J t O W■. ` W y'� W Z til G. a . d Z C to la+ Y W. _,• "`r ., ` �• • �� Q W C • 0 .1 0 G. w B . U Ci l�! 11.1 »� ` . i ..s.s1 •••• r c `4 CI La a om co r ' ! •� ` Q �i Q ern Q � Z fG • 1+ U W �"" Q C1) v W z _ °"�� z Wct anc t.1.. ( V O O O O -- 0 J Q aD fjtt ` td td a o ._; Q <.. 1511 Y S'� +r..O U W i??• V ` �iM :.\ W = > 0 Z 1 Q CD 1 O ›— l ' u 5- X - a O n' • I Z a C: X -11.•4-tli f v� 4 O W o I� _ �� v WI 1G � a ON . a' CO Cc •••`c a u. ft O 4 N X 'W .. x ' U m=+-. f. O O _ ■ p : ■ O W .•:i•'rti� ..7 ti ?' F)p J . = J m :• •y W 4 ' 0u. a. U 4 ? J •:s• ,�x-• 3. • ■ 2 V 4 Q X O C J ., 4 O C O +� m Q is m 2�-� 7•'� — • W V ..La • �� 2 r,. 1. • Ui U ■ d' fir. ¢J ,�_•• � y • O aC. O W O a 'r OJ NOi+- s'h'a . m J4r. x J W 4• X=c•a 4 J O ' Q 4 J r J • O < .O O m m CZ O Y .ae-- m J = ttl .'f.`5� . t7• JJ ■ co ■ 4 y 1"'. • .( W ° W a m Q- C, U 5�- •• L; m CC J • CC a U ° •r0 0 4 X ¢W O D Z0_i XOu. '- O ta. i +W • W M W Q cc W Xa 4 w • Z W W Y- • QW : �ti:. �Od• • x J vi m2 J 4 m cc 2 f0 5 tX CC Jo u o` U r m li /- 3 1 z L a °' N 4• N J r 4- . • ` 1 G 7 v nn • T O D C L O 4- N 0 01 O t W v C i- w z a. E U ti M ° o Q r Z : jj E W o v, oo w G Ul 4- 2a Nt W a Ll o C C- 7 w n p .- W 0 = r J 0 c.E ° Cl_N 4- al W E - O p '> O> Z W N C L > O a CUO O W 0 U O w O O TC °a O c4 S cg 0 C W L W a,CC • - W 4, v N C L O t OD t L w. L: 7 U < 0 N < C.,. a< Z ] aC I O 7 W m O 7 F- 0 O hL � �J 1 N C- 0 •- w 04- N a, ut v O }L p W>- a D o _ V 0 L - 3 w W -DD - • w . w, 0 ° On5{ r W Q a W t C W O V � 4- , 'A o n 0 D' 0 0- - - U W 0 LL 4- n N - n 0 n 7_' a Z n z 0' t C - - 0 0: - 1--0 E O W a a O w•- i- G -+-O] O O W m 7 0 . - 4- C U a,t C F W 0 (n m L LA O. LL u 4- W 04 W > 41 W N C N W U '/+ C-- L >D N - > 7 U '^ C4 O w •- L 7 W U w 0 Ui CO L L V1 W a. ‘4' ( L -o W L-- U 0 N W CO LS Cr 0 ED 4- W- O.C W 0 - •F- E O C C 4-4- 0 0 0 1- - 4- E-+ <t L 0 i- 34-C -t J,.0 C X 7 70 - ' O 4- O .0 7w W w . r- 0' 0' a_ — 00 a - --- 4- 0 .0 D -.- _ _ M n NJ W L 4- 0 0 V •C U1 S 0 0 w p V - W L 0 4- W•- (A L v 1- a W .0 C• 0 L.0 E i-t L °y 4- N - i '0 - 01 4- W O > 7 0 O 0 W • N O w > E O+ n c m Q O O >4- E = W•L 4- C - W N _ N CO _ N 0. w 0 UU) • 0 3 0 E 0.--- 0 3 0 •- 3 W•- L C > t W 4- W -G 0 t - - W v O v .0 0 G .0 Wt TV CD W as < W W t 0 > CO) L C O a o W La cc- L w F- L W w 3 C. 0 N s < 0 ° 3 - ill O L a- 7 3 C 0 i 3 4. C . L 4- 00Ut- 0+N W <°i o w L W W 0 3 4- 3 0 C-- w • _)0 W C °3t C ° C • W �S o ` w 0 4- O. C W N u a t O • W L 0 in L C > L' C L C W W - - 7 0 W O - i O+ L -0 0" '4-D W D O L - - -"0 - W 4- C U W G ac _ t W t w 7 T W C- T.0 L L C o C w O m O O U U W O m 0 \ -\- 1 O W 7 W C E E+-•- 0 z G 3 ' .a z O L O+ W O w G W 0 t O 4., o 4- W•- ._ W t L•- W F 0 --w _ N a Y N • a > I 41 al Cr o a 0 m 4_0 0 C ¢ a. O ( w O C N u L. ar 3 -\. vV 0 O O A UO n.- '0 M G N m -Sr L 0 Se w W Q m = 1 S 2 ` `X S S Z is.''',... • 4, u at 0 v, o 0 1 0 .n to Lc) In C OS a a 'n v tn <" p a(l - LA • 0 S p O U W w U e T h I O � \ ' n r� � O T U W W-W R w 4)0 3 0 LoC}p .w L +- D O S ` 3 O`U+ aC a Vl C'0 O U— O >y� Q,,,(, ° W — c cv0,1 L m p U,L O O O•- - C•_ rd. L D Duvw c �x 7 L L W C•- / '..w CC 7 7 a:0 0 0 C x OOS 00! • G U O Os • w = I °°° > W .°° \ r O O O LL ° W 4-°3 • � o �z - O __,,� t 3 > O w ( N 0 G 0 p * 0 ZN 1-°- W W -G . a L,la Q c 0 / '(O CO X CO ° u " - C q• N �( ti o ' 'n o a 0 ' •- W U 0 T 0 dU vl ea a 1 - 3 O' ■ t\I S' - - w a ■ •a t ° J r 0 . 1 Z N Q 0 N N _1 r a V 1 vN a- Q • CD t_ O N._ C poll i - CC 77 CJ Cr a c N NOS ^ 0 N^ O ( =vI' i o LL J Q N Z i-= 2 OD+ WR a 0 O O =0y O a . l- Q -p'p Zvl �O a.a ZO L'-- W U o a M Cr N N � 1:1-.."-1 • >o0 O FY 0 Q 4-0 U <o Loa > O $ p N 2 t CD NON /--..1 o o a Z J N N 0 0 0 N Q 1••l-' 0 a I- �m_ a =N (./)(./) W CC 3 O • I- Z 0 1 0. "1".. i --_ - O 1[ O W _ W - -I - - T O O R - N CC 2 —_ +' ' ° P 0 +r w 0 01 o N v O uJ l an .n N I I O N? O O t n° N M O N W W L 2 L X 0 W I I V • 0 u J Z Q O C 0 Z co x S 2 2 a v ul a,< O 0 F Q. o CL-J 41 N y 2 ?- � T V= I N a O O In O O N P 0,.- < U N o to O O _ V u I _ a tO In V M Z N N M CC Q N \ \ \ \ W v O O In In vl vl J q) In •n v .o O I I N __ V M N , O N O X Q. co N M N N N W N W O N a CL O to O O. > 3 U N N N Q ,, In .a as v fx a v ° i- N F In T C N N L a N 0 T _ T ~ O 0 v a a a 7 N 0 -. N T O 0 L L O C H TN K a In C N - Z C' O N a 7'- L.1- 2N C CvmL N o t. 0 ° wL 0 0 0.- 4 2 Cv N O — v X ° N a L D JD N v N °•-4- L x 7 L L N C•- '�3,... O I I u W cc O O0- 00 .- _ L 0 J O O • N c 1.1.. I I C U O O p m ® a of I p- -J O , C _ 1 '^ CO LO Cv t 0 •c C O N c:„.0_ 0 —a—0 co I I ° v a' c - ti cvil • LN . O C L ® In C ,O o E O LO to M .4_ a U' L N a t — , I o N N O C O •awl_. r� N 0 °0 9_C a C O L L v-Q ut O a L C °C- 0 a ml� ra u a P a c°� a 'f'� 0L L Q a a O O = o 0 0 �0 ''L O W\ I I O P - 0 i-- L 0; Al N �Q\ w L O tY a c C N � 3 �, g4- O \ LL N In N NO ._ N Or ap O M N a °3 \ J O 0.17) V VI l N v Nvc [ 1:., I °° CO o In .-- a E o L N j M co N In N al O F L ^ q V 0 N3 O o I i > J TN L� +r O o N N 1-L-m L O+ Q vv ` L O y,• aJ Q a Ni 0 r E - - Cv o Oo I S 7 J O —O C O d CO 00 u N C N E u O 0 C a +-C v L C 0- CO Q 0 d u2 Z Q5':: O -T - T I v F-• L a a 0 N VV- v N O c a V a D 0 0 V ¢ co 0— W 0 O° V Q ii W a 0 TC /1 N l-O 0 I z = - - 2 00 J ` I-- ° � „o N N- O W co r 4" 1 :! b- U1C a) O E� o o a w N o w o f oo Q o. N/� L-L == Q ^ Ot L - O] = V r c .n F- a Q ry Q n W r F'/ 1— N c) ll O a O 3 o 4l U H ° 0 Coo r a - oo ©n> Z I--i = 4- L 4) C = No N N as n _ W v _O N „O rJ O 4... = Q T 4) V) 0 W L - > t J v r W LL N N z a w.-• Cl \ 0 Y 41.- • O N N N O J O Q f.J O Q '4l • L en W O N m m n m.V. !t r r 0 w C 4- 0 7 a a_o t^ m x rm to to U o O O U 3 4) Q tO .n w a.J a= • en ¢ Z fN- C } ° C d z p S Ir �8 Q <S Li_ 10- < Q L o c 4) _ 5 ^ ^ ^ - &H 1.,. = h- 01•- O .0 co 244 J� °,t.• ._ 0 - 4- C 4- U 3 �— - - - - - - O v U - n _ C N - r CD L - 0 4) . 3 O y- .0 L > 4) _ - _ _ !- < a U U W L ._ u w Z a _.. C,O a > 4- U b.,. .. ., •• a °m o o - 4- V) L 4- 4) x Nat 0 o N V -o m L 4) 7 L _¢¢ r, _ ,-- v) I, C 4- .0 W o6w O 4) 4) 4- L - 41 .0 O 4- O m = = = x a W W 7 3 m •-•4- F o i i y- Z N a ,.. w to o n O W 0 I- v n. .ten .`n ■ L) ¢ Z •--• N M co O. v n N • (J '^ ° > < X a NF W I- 0- in _ F w a z Y _, to - Z f. .- N -0> ow W iC) N Y N < < FY Q Z • N ¢ a NV, J t,o d v N` M U O 24.1 J z ZO Z s - cc w¢ ` • _ N Nry Y, 0 > m CO V,u a¢x CC La. 4_w ¢> >¢m = ¢ u rn C v -- 2 o _ 4) u [L o) t0 0 . }O Z o ., _ V O C < V 1 4 a ^ W Il in N N L V C •3 _N N 3 w O O CI Nc o o O W'3 0 W ;J D $~ L 0_ 4) O L C 4) O 4- 0 4 0 7 4) CO 13 o NI 1 1Z 1 I x I x I x 4' r00� O T —I . ° d C a o( v -.n \ -__ L • - kt — _. .-.-C 0---. .—. O—Y > C 1 , LA- 3 •- - III G CC N •- O - 0 Cr - 7 Z a _, E - a J C o _" W -, O • Z w 4- a) a 7 O a x 0 0 ° O cJ w •_ 4- W = t/) - a O...■,,, 1Q, a C W LN O O O Z U N D I 0 C Z U o` V) 4) O O •- L CD a co ■�N 3 L ° > T c > O O 3 U 4) L a L N J L L O O O +- I XI O_ _O ti O 1 � O O a- 41)<O 303 . _ z r7 0 i i 0 0 II v O cF,r ji N N ■ v 3 it r o " di I 3 o c $ +i cn v • • • I --„ v } . I • • - _� 3 I . r Z.. s • r I Z • I Z z a I- �`rn III ■ I- • LLJ \: i ct Q \• s z ■ �o Z O i` • : -INi vi 0 ' _ w 1-Z w F= pc, , mOQ m n< "' lO J V)a J Q Z - * N N • mod' �w J # N I t o Z\Z Zw N N Q ZO Qtx- 0_ 0 0 0 s • iraarts I-1- .411 O I-LL O • 'M-S 'and GNI] 1— Lt 1—O m 0 0~ O w m ��Ilr"'arTi�a lt O O 0 0 .:U0Q O-> N S '' V (n Q Q Q m r i 1 wch QI- ty Dd # o O N O I- m(n F-(n Q . : '1-'-li 3 a loO _ Z c\i ve ' 3 NivvgN11c- 1\o►ezo\uow.a\:n \ IF z §o ii / § §§ y | gQ ƒ\ 0 § 2� \ai \ � G | § ® \ §s &� } . . &a � §§ \ § g77 \ ` %§1 (U ■ § fatanwie\ , \ �¥ ` ±±VHS ,� •,,,, T .•" : OW \ . « 3n <m i . ! | X§ ii � ( ■ 32 _ J. ' , • z . . I my m N . | ]O . I • a U) | • |∎ , • , I . . l . 1 Y • ; I . ■ •• I § •▪ $ 5 i } •• \ I II 5 \ tig | •• \ � • © ' • a / // /// • I _I (/) /«f7 § *� ° ® I® � // $$/ Ji � � - T �z @ \ // /Ig %y / I ® ® E// ` :mot . » \c O0 I / mac \/� , / f/ /zE . § . � . oGC 0E\ k • � D CL 0 < o�> � $ �� %ƒ // �3/ a /\ /\ 1-/\ �% 6 0 . . ♦ z2 3 \ 4. E•o_amzo\_-#» iii( .ia Apt CITY OF RENTON DEPARTMENT OF PLANNING, BUILDING & PUBLIC WORKS pgg •- .mow `I i /f I iii ,• %* r iii 1 `: NNW —fit RD. s �;'-, � x ,� .,.., �! iq; _�.._;_f '1 - ): -i .., _ \ J x v..,a•.1:3' p,°`J y b4 • +1 gq,, .. Jii Lail l�. qtly - '. u r`� !-:-. 3-, L, I q' i t tl it �a res.••ff , • t s :, , Iiii , - a '?4R 141 '0:g■ it& ' .. f..-.,., ?4i,„, 0 Q ;I A °7 N � p - r• � � MS yiY _ illO j - ONI1 d ' iP .t e, - i M "co d'Nr d n in in st 7 ..,,it.mt, ,17,,,,,..iiji......t.lis: ,LuLL J. . i ;or; 1 ot...iu je‘ Li J. )1 cnou j,i, „ — "° It / O 0 < I— --: MS�� 3AY TBMOd ♦ I, , '�` W ,` A >.. f Q I W.. Cl) Z _I — MR( c , U. •O_ 3' {t aye s ir wilk WO#5389-A SW 7TH ST. STORM DRAINAGE IMPROVEMENT PROJECT- PHASE I DATE: 02/24/04 ONLY ONE LANE OPEN /ADVANCE WARNING SIGNS SHEET: 1.0 A 111111111111111111111 r kiwi Via CITY OF RENTON DEPARTMENT OF PLANNING, BUILDING & PUBLIC WORKS V „ram r '� As IN ' . • - V r Dom . —ig �: ` . Ea o $ .. ,Y cy. ...„..„ - 1 ..- r r y - ii "Is " 114 e1 - I 1 _, •111 r1 ,J l I J J as _ 3Atl "r,i� ,may_ - Y ' ' r-.��,• �:C. & 5:. Ire MO UT,' .. , „ .,. y }a 9 6 ,1 VOW .. ilia .,b,. i ,., _. r ' -'. 8 1 Fpv :. S 3AV )g111!VHS t !'�,,i ice"l '' :, r ( ,t b , L N , ,' f , ., i . iii i J y,. .0 .„ , r, '. 1 ,' chi bit ' 1 wr ,. �a, - .....,..„, b� I, . ,„... J r . ,-,,,,, \,,, , , _ j ..__ i - P 4 i �1', " ' ter.° � i •<d.. ` t.��,. 11.—s•� }�y�1'.G�':. M .r ; MS , 3AV UN1 k U., _ ■ .'._ PO (0 '-.' -��51(t) :� ; f, , � • %s> • 'h,':- � •+ , , < I e _ vau (T), O 0 I „,..', . .- •-•, ' __21.--- . #-,iiiiks , •,.- '-'--e-w, . ,.1 I NI w';` �r$., . W I1I v 7 3Atl A i o O ): t;; ~ I ' �� 1 d 4 ft`Q Q W ?'' yr - ` '4'''•''' ' I— Q W I -,t 21,; • 1 W Z Q fir. : I ,: o W CC WO#5389-81 MY9 SW 7TH ST. STORM DRAINAGE IMPROVEMENT PROJECT- PHASE I DATE: 02/25/04 ONE LANE OPEN EACH DIRECTION /ADVANCE WARNING SIGNS SHEET: 2.0 CITY OF RENTON ..if p*a DEPARTMENT OF PLANNING, BUILDING & PUBLIC WORKS _III___ x 1 asz :`+., r. / 3AV 5.1-3.A , JF3 =,1 P I 1; A -rb r A _.� SWVIIIIM` - _ _I -jit r . L.fic�c R Ro. S - , Alor ., 5 env ak .- ,S i 3AVaeHliws._�" j: -.�.,, ' -r `. la II d smKw �y ' 7 c,2 -,_ - _ .. S 3AV H150M_IHM .._ __. - f'^'S� 4 r r' A ., - - S F SAP 80PLbHS r.. Cs i - 1 « 7 01 1 s N ;i 'ir,a - spay' 0 ou ,+ 11!•11 0 __ a 4 r ,,� ~ - Y /'/ft 3 t' XtA - '� r Ljtr d MS 3AV ` tr - - � dill teaia«. y r< Y ss; C j ' +7(o d',r cr n�n rin st i M 1 - 1 f , (/[ ail '',,,,,,,*/ O Z I _ Ill qC Y11 fi ~ ' pi E�4 ' r �I— Q! I ;•. • ,, MS 3Av naMOd. iti , .,� "r > W V W 4 !'.cc ti * LU ��. V. Ott 1� i- o a ! ' z if t - L - .. ,0 it e WO#5389-82 Arr SW 7TH ST. STORM DRAINAGE IMPROVEMENT PROJECT- PHASE I DATE: 02/25/04 ONLY ONE LANE OPEN /ADVANCE WARNING SIGNS SHEET: 3.0 ...,..,.. .......„,...„.„.„,,„ * /-. -, .. , , • -;`,;.' „.. ., 444 4 , •; '•- '4- . , ...-.4" 444 4,4 -• 4,,,,,, ., , -... ---- „rt , - -, ' • -- ,, IS 4 VAR AN ,,, , , „ „...- . . ..... . „.. ., .- ., - "--, _ .--a - = , . ... ------ ----- ,....... ,...,„ ... *,'... ,,,,... ..,,. .... -, * , . * ' ' 0 _ .,...„.,„ ...., .. . * _ . . 40- ' 4 I . ,, , „ ._ „, .„, •, .. ,, . . . , . * .„.....-. !.. ..: . . . • ,,.;,, , . . , . ',',.. :_:: .,....„.__, ... _ ' 40„,„ ', 111 ' ,, _, ,,...' OISE VARIANCECOV.DOC\ .-T.''.-----------: , e . 0 lira 4.10',. ' '..'_ ....., I .,',' CITY OF RENTON .lt Planning/Building/PublicWorks Department Kathy Keolker-Wheeler, Mayor Gregg Zimmerman P.E.,Administrator rrr January 8,2004 Attn: Allen Quynn 'i. Renton Surface Water Utility 1055 South Grady Way Renton,WA 98055 q.. SUBJECT: NOISE VARIANCE REQUEST CITY OF RENTON UTILITY SYSTEMS DIVISION SW 7TH STREET DRAINAGE IMPROVEMENT PROJECT,PHASE II SW 7TH STREET(BETWEEN LIND AVE SW AND RAINIER AVE S) Dear Mr.Quynn: die A Public Meeting was held on Wednesday,January 8,2004, in order to hear public input and subsequently render a decision regarding your noise variance request. The Board of Public Works made the following determination: To approve a 110 night(maximum)noise variance to the Noise Ordinance for the City of w• Renton Utility Systems project to replace approximately 3,000 lineal feet of storm water pipe on SW 7th Street, beginning March 15th and to end no later than September 30th,2004. This approval is subject to the following Mitigation Measures: 1. Lighting used for nighttime work shall be directed away from oncoming traffic and residences or shielded. sir 2. All haul vehicles shall have rubber bed liners to reduce noise impact. 3. All backup warning devices employed shall be the least obtrusive ambient sensitive type °11 or the contractors may use a backup observer in lieu of backup warning devices as allowed by WAC Chapter 296-155-610(2)(e). +r• 4. The applicant shall provide training of noise mitigation measures to all inspectors and contractors. The contractor shall have an acoustics expert/inspector,aware of mitigation measures,onsite at all times to ensure immediate enforcement action of said measures. rIr 5. After two substantiated continuing complaints within the area of work are received and reviewed by staff, applicant shall perform noise measures in sleeping quarters or at property line of affected residents. If noise levels are above allowed threshold, applicant shall provide additional mitigation measures such as, but not limited to shielding of noise source, reducing use of certain equipment, or providing motel accommodations. 6. A 24-hour complaint phone number as well as a list of designated contact persons shall be provided to register complaints or voice concerns. H:\ttie Sys\BYW-1 UJJ JoUtt�rao4sWay Ol-ent`On`' agOlgt°onn\y2SUJJ duty Noise Variance LetterRcoE N T 0 N h AHEAD OF THE CURVE �.? This paper contains 50%recycled material,30%post consumer January 8,2004 Page 2 7. The contractor shall notify affected residents identified in the City of Renton application about the nighttime work at least(7)seven calendar days in advance of initiating nighttime work. 8. Any unwanted material shall be removed by sweeping. No scraping type equipment shall be used. 9. The requested time frame to perform work shall be at night from March 15t to September 30th,2004. As per Ordinance 4521, Section 4-34-14,you have fifteen(15)days from today's date to appeal the Board's decision. Appeals are to be filed in writing,with the City Clerk and require a filing fee of$75.00. An approved copy of the Minutes will be sent to all parties of interest upon their approval. If you have any questions,please do not hesitate to contact Juliana Sitthidet,Board Coordinator,at(425) 111 430-7278. Sincerely, ��- tiV 1 Crystal McMeans,Recording Secretary Board of Public Works cc: Juliana Sitthidet,Board Coordinator Board of Public Works Members Mayor Kathy Keolker-Wheeler City Council Members a a a \\DAEDALUS\SYS2\SHARED\File Sys\BPW-Board of Public Works\BPW-03-Variance Applications\SW 7th Utility Noise Variance Letter.doc\cor a SEQUENCE OF CONSTRUCTION e CONSTRUCTIONSEQCOV.DOC\ kom • City of Renton—SW 7th Street Projected Construction sequence Night Work Main-Line Pipe Construction 1. Set-up project site (Complete during permitted daylight working hours) a. Potholing b. Survey existing curb line where applicable c. Establish survey baseline d. Prepare staging area 2. Connect to existing manhole at Lind Avenue S.W. 3. Work east towards Hardie Avenue S.W. a. Utilize existing 54- and 24-inch storm pipes for bypass flows b. Stop work at CB No. 27 c. Complete lateral storm systems,asphalt repairs, and temporarily stripe street. 4. Relocate 2-inch gas line within Hardie Avenue S.W. intersection. Work may be scheduled at any point up to commencement of the storm, sewer, and other work within the intersection. 5. Install sanitary sewer and storm systems at Hardie Avenue S.W. intersection. a. Install temporary traffic signalization while traffic loops out of service b. Bypass storm flow from east to CB No. 27 c. Bypass sewer flows from south of intersection to SSMH 5319-175 d. Plug upstream end of SSMH 5319-175 e. Install SSMH 1, complete with inside drop assembly. f Remove existing CB No. 16, E8-4 and adjacent piping g. Bypass storm flows from south of intersection to CB No. 27 h. Install pipe between SSMH 1 and SSMH 5319-175 without backfilling trench i. Plug upstream pipe in SSMH 1 j. Install CB Nos. 31 and 24 k. Backfill sewer trench between SSMH 1 and SSMH 5319-175 I. Reconnect storm pipe to south and remove storm bypass from south m. Test, clean, and accept work completed and remove bypass line between SSMH 1 and SSMH 5319-175 n. Bypass flows from SSMH 5319-13 to SSMH 5319-175 o. Install pipe between SSMH 1 and SSMH 5319-13, complete with CDF over the top of the sewer pipe p. Test, clean, and accept work and remove bypass line from SSMH 5319-13 to SSMH 5319-175 q. Remove plug in SSMH 1 r. Install storm pipe between CB Nos. 27 and 31. s. Revise storm bypass to allow construction of storm pipe to CB No. 37. t. Install storm pipe to CB No. 37 u. Bypass storm flows to CB No. 37 using existing north storm pipe v. Complete lateral pipe systems at intersection including the system inclusive of CB Nos. 35 and 36 w. Repair asphalt and temporarily stripe Hardie Avenue S.W. intersection .r x. Complete signalization at intersection H:(File SysISWP-Surface Water ProjectslSWP-27-Surface Water Projects(CIP)127-2959 SW 7th St. Drainage Improvement ProjectlPhase II ConstructionlContract Document\Bid DocumentlConstruction �+ Sequence.doc wag 6. Work east towards Rainier Avenue S. a. Utilize existing 24-inch storm pipe for bypass flows b. Stop work at CB No. 38 ' 7. Coordinate Rainier Avenue S. crossing with revised traffic plan. a. Install temporary traffic signalization while traffic loops out of service at northeast corner of intersection b. Stop work at CB No. 39 c. Complete signalization at intersection 8. Install 24-inch storm pipe at northeast corner of intersection east to CB No. 40. a. Utilize 60-inch storm pipe for bypass flows b. Provide temporary repair for existing sidewalk 9. Complete lateral pipe systems throughout night-work project site. 10. Complete surface restoration as needed for traffic impact areas. Defer restoration outside of traffic impact areas until completion of all project utility construction. Day Work Main-Line Pipe Construction 11. Work east towards Shattuck Avenue S. ' a. Utilize existing 24-inch storm pipe for bypass flows 12. Install storm system at Shattuck Avenue S. intersection. a. Protect existing 18-inch PVC sanitary sewer and 16-inch CI water pipes b. Install storm system to CB Nos. 45 and 48 c. Reconnect existing lateral pipe systems. Bypass flows as needed to existing or new downstream systems am 13. Work east towards CB No. 49. Bypass flows to CB No. 48. 14. Work east towards final existing catch basin. a. Bypass flows to existing north storm pipe as necessary b. Field determine alignment of storm pipe between CB No. 52 and final catch basin c. Align storm pipe to properly connect to final catch basin i. Bypass flows around final catch basin ii. Abandon existing 36-inch DI storm pipe and connect new 36-inch CPEP storm pipe 1. Expose reinforcing 2. Add wire mesh/cage 3. Connect CPEP storm pipe 4. Weld wire mesh/cage 5. Pour concrete to fill hole d. Provide temporary repair for existing sidewalk near Station 27+50 15. City option on scheduling of sanitary sewer work west of Shattuck Avenue S. a. Bypass flows from SSMH R01-66A to SSMH 5319-18 b. Plug upstream pipe in SSMH 5319-18 c. Install sewer pipe d. Test, clean, and accept work and remove bypass line e. Abandon existing sewer pipe and manhole per plan U' 16. Complete lateral pipe systems throughout day-work project site. 17. Complete new curb, gutter, and sidewalk work. 18. Complete surface restoration for entire project. H(File SysISWP-Surface Water ProjectslSWP-27-Surface Water Projects(CIP)I27-2959 SW 7th St. Drainage Improvement ProjectlPhase II ConstructionlContract Document\Bid DocumentlConstruction Sequence.doc a I 1 I I I „..... : I , , . " - . . .. STANDARD DETAILS AN - ' S i 1 1 I I . . I i I I 1 :, DETAILSCOV.DOC1 - - ' CITY OF RENTON +.. AN DEPARTMENT OF PLANNING, BUILDING & PUBLIC WORKS 1 J IN 0 B.O. . .z. . 4�•"�' W 27TH STREET CULT -.''4- .i+��M) - . CEMENT PR e • - irr FUNCEI BY: SURF OF It-, It 4b• as --..r CONTR CT A e • . (Dollar) �r MN CON1R (Name) r SCHED (Start Date to Completion) • I. l . . i---q'O -j 'x8' 1/2• Exbrior P (Smooth.Both Sides. NB 2•x4• Diagonal Brace O.F. Std.dcBtr. (TYP.) TD•ABOVE 4•x4•x12' Vertical Poste ROADWAY ow Treated (TYP.) (MIN) ■ e" 4 � - � . , N%W V V NK .\/\% //\.\, me ' K 3b• me se —1 EMS air 1. PAINTING. THE FACE AND EDGES OF THE 1/2 INCH PLYWOOD SIGN BOARD SHALL HAVE ONE PRIME COAT AND TWO COATS OF EXTERIOR ENAMEL THE POSTS. BRACES AND BACK OF SIGN to BOARD SHALL HAVE ONE COAT OF PRIMER AND EXTERIOR ENAMEL THE BACKGROUND COLOR IS WHITE. 2. LETTER TYPES. THE LETTER TYPE SHALL BE SOLID HELVETICA MEDIUM EXCEPT THE LOGO WHICH WILL BE PROVIDED BY 1iei THE CRY. ALL LETTERS AND NUMBERS WILL BE BLACK. 3. LETTER SIZE. 4• LETTERS ARE 1/2• WIDE; 3• LETTERS ARE 3/8• WIDE; 2• LETTERS ARE 1/4• WIDE r. % APPROVED BY: • SIM ( PROJECT SIGN DETAIL - SAMPLE DATE: 4/99 SHEET: MN O Z 1- O O t. a O a m X MN N w W J Q CO a X w p<0 W R x 0 °° - o �zN 1- W a ,_i a `„" U 0 (.1 - v w a w 5 a�' - > C7 Ll Ic cn • m twi1��' W Z z 0� _ �N E� O z- W 0. fZ W a n 4i <Q OW At i Z U pa zo Ll E- a (3Nll A1213dOild) a 1 EW-' W QZ .. m ■rr a z� } zo iz a O F. + W • w CCWM -' °� F M■ O< Mo d Ups Yrav c� �°m zM Q'' J ; 4 0 J z 0 c W 1-O m0 rn W W z O i y j O o o ° J ZQ U • O `o ,OW O O Ix O m� 0 N� cc Cr 0 o Y o o N a� pa 0 0 . EL m:2,EL zQ Q o - : <a zaa . mm o w a%8 u €• - N O . . >-O vio D a oo o r ° ° jNw Oa X CO L ZZd .-L- w O m u o an O u_. a o^ o 40 0 E 1 W, O w V a° rn c °m° L no- t, • i - _ oY _m 3 V^ ° MQ(3NIl A13dO2d) �� o x_ T Y a N u � ® •10".4 . i yr c f- t:� 1 2f a Y E o O = v \ 5 , mo o o . °- a U o = n c _° �Y b - n $Q �D cg° o QY J . c c v tt aJ O � 1.2 °Q e 1110 _ O P ▪ non o UN G ° ;Y 0 3 p D O o c n -° o 3 Y DY u y x m O D 2 Y T` WI P '6- 1 o'i E� ': .22 o 5 CC La cL id ii NI In 0 Q Z Q U . O A O a v Do uo MOM ; o o X 1 � E E n °o� o O o ay LL \\\ \P `7' bu ].. u • O P O P \U 4 s ..0-,.-2 22 N b N O F V N i , O D K 3 5 n !0 0 Q m Y Y▪ el Y . _0 0 ° o g© '53 °. D u b u vg• E J f O 1 s n • a y o U ._E ° v ° I. 12 0 d II , x ° a n°> E o c m a . ° .; ,. - a 213A00 _ 0 s fil o NIIN „9£ °+°I ` - «n- ° c� ` - co rPt ° i D rN>w .• ° o 3 o x o ° - vv LJ7 •' o op � .y 7_0o u n ° gu cc<Wb oa 1 no„ _ -04 a °c o ,u I O ° Y b O O O w • a 10; ,,f.'" . C° N :` o 0 ° h ' cc S - 23 D°' c5 4 °c °a o N Z W _ Y o o° " ; " D° .-o rn x - < O o ... k LY c o E. - III mZ U 4 - i4 anp NPO Lo; , -, �w _ _:c' c- oP H,:u `?z .;oo v Du :"e `,, Jam a c . oo gr,T =°D p mE o °o d • �O o.: N P • 0°' t") '"-->'t; Qr • Y 2g 5'2 o N N ^-°1 „0'3 3 ° _• °°o. go .v $.L Cu .e E E. m'°n o0 w °. UN F W N - ° �a D`op :n vrn a �o o vLLYn D f- � N to No NNN fVtVfV NOD O: 3: ni. NF; aaa UI J U 4 - N h V h bh of T O /1 O a r IN 1/2 PLUG AS DAM 6", 8" OR 10" TEE la -1N 6", 8" and 10" PIPE ONLY I ) A ) L z SEE NOTE 3 r y I RELINER STAINLESS STEEL iiii I ii ADJUSTABLE CLAMPING /J BRACKETS OR APPROVED EQUAL1 Al -90' BEND __ 3/4 THE DIAMETER OF THE DOWNSTREAM PIPE IIIII NOT TO SCALE MIS 0 NOTES: id 1. INSIDE DROPS ARE ONLY TO BE USED UPON APPROVAL BY THE WASTEWATER UTILITY SECTION AND MAY ONLY BE USED WITH 6", 8", AND 10" PIPES. rar 2. ALL PIPE SHALL BE SIMILAR MATERIAL AS MAINLINE. 3. RELINER STAINLESS STEEL ADJUSTABLE CLAMPING BRACKETS a OR APPROVED EQUAL SHALL BE INSTALLED WITHIN 6" OF ' BOTH BELL AND SPIGOT ENDS OF EACH DROP PIPE. IF DROP PIPE LENGTH EXCEEDS 5 FEET THEN CENTER STRAPS Ili SHALL BE INSTALLED WITH A MINIMUM SPACING OF 4 FEET ON CENTER. BRACKETS SHALL BE ATTACHED UTILIZING STAINLESS STEEL EXPANSION BOLTS. iii INSIDE DROP CONNECTION TO 60" MANHOLE ii �� `C Y o ADOPTED CITY OF RENTON + v + STANDARD PLANS €.N T O LST DATE:12/2001 DATE REVISION BY APPR'D DWG. NAME: BR18C SP PAGE: A >- 00 - r I-w Z W Z Y m am Q 0 O.. 0 aJ w - - - N. w 0 , _ _ O 0 < W� FI- op N N O A a W cn 0 w w z 0 � Sr a a eta Q 0 d Jv WO D0 _Z Z_ Z U_ V) > a0 -) O W> z c''<0 0 J Z wI- -'D 0 0 a� �_ - - 0 0, a < 0 >a00 ,t-,1- 04 [� z c� 0 > a aOZW Z m a_ N N d' al W° A 0' O SUF- Wa 14c4 a W �z J a°w�m °° z 0 p.° AQ m u_ cKw aZOO J z _10 z M - qqO 0 W ma 0 Jw� Q maaO U - dU �ii� co _ F-- LC) m e N CYL ( co w Z_O Do) <m(n aa(no in >-, co orm O a <m O'JIWa--II- m Jm H ♦ w o a CC 010w0<z _11-610_j Z Z Z Q4 k < e z CO mQz(<- m JQ� m En E' Z �} w wZ JmEONOo U)wm c0 a0 00 \f , 71 ty 0 too \ m 0 a0 Z-W�i- O a �?o w- =w-J00QW<2,_F-z J 4 0 W01-LUmw Nw- j�ONUwwv)O mwWJO(n Ntn 1OUa 2OZY <o0N0 w O ale HOazctZ<Q W ZF-w1- Ce CLdd-z-oo awix < w 1 oiO_ F2U��L� 000 ZZa Q WW W WNZZJZO: co J co�a QZa mim W F-F-F-aaa0_)a0-a0D 2-OD a>>>" F (n(n(na U U<U)U) UFY 000a < OOm O MO Z - (Ni r7 d 1f6 tD 00 0ri M .C) 0 LI w to d Q m • 0 CC 7 ID a < U `°w CO b Z 0 Z 0 m 0 W h f>N 0 I- m W a 0 Z a , a m z .m x ,[) ;r D Z OS OU a_I W ZW 0 HOC Z a N 0 � w- OD:3 �N w J ° W W� w Ow WW -J J mW 1- �m d. WO - w W W a0 W W2 o xo a Y .<__J (f)0 NI N 2 mm ok'z W O 0- (n a w o0 0_z H m a \J a> 1-Z CO_ 5 Wo U.- Z a 0 r7 a w W Oct I Wa a Wa E-I- rc -0 OC I- a 0 N Lj a. d crJ W (n(n n .. 2D N W W 0 GO U) as 00 0 00 �n�H Zw -) Z 0 a ww z x 0 Z W J N�\a AM alit 0 0 0 I-I-- 00! a a0' 0 a0! m Ong M(n a 0 a Z U)(/) 00 M J0 0 MO Q I-' 1.1.1 a ANN J i:,,7 1 1 411 1 1 1Is��. Q ........ I I I II I II 1 1 1 1 _t7 — J MIN f N 0 -'"1 I'_ LL., I ' 4 �`4M1 (o Q • Z J Li, cn r O o� _ �' ° Z o z • N A - > Z me r m Q Z cc <F_ Q 0:J O J L M E w 0 Z z U, W c O y W Ua UO- W a 10 w m p w w E 00 Him I 0 }, ii w=¢ ?mow 00 00 - d C 0 w1UU) - e-a3 z w w (. N,v¢ U7 a H O U Z U1 p v >-,-uro J-0 U 3 < O I < ° Z. F¢�O+ w w J U LIJ V) 0 Q a� Lai z¢w 1250.< L a Wa o ° ¢ ;-(21 ~ I w U 0 E- f>;FI`.... I- vi' a- aoU' '-p wZ ° C 0..o oa o x3X\ Saw OP 0i- D 0 0 0 0 C7 ME-, <E- w W H S w , N 0 W a o ‹.< Z Z J N N O Z <40 W Zp=w UUg. U- LILT, O 0 3' w zw_t ¢w =0 I- N o s ow Da° a w w q Q Z O0 _j JUW =U Za a ° U Co i-_, V W ° � Z 0<a z? aQ w a 0 o w 0 ; 4p cc oar mawo -Q aw < \ a) R 7' N = w a o F, a w c� U [1' i f 'fl z a) o zw_�o � n0 a� � ¢ z t Cy W M P Z 0 m w w 0m X W S 0 a + p ¢OP c (x 61- wx U W m p p ° Z Cr) iO 0 -01-W OW W IY fx 11~ N m 0 O 0 wa 1- = a~WU 00: w wO z ¢ N N ° O U 7‘," wU=z O O Ow 0 \ \ z - , 0 z w CL& 0 00 u_En w p 0 , Q_ w w O 0 w.z wz Jz w ¢^ � ; a < a pam� ao= ¢o ¢o z oN a a o < x N ¢U)J VI V)H J W U W U U Z ° ¢ ° ° - W 0 Z J ZCZ JUIw¢ Qt7 Qty Z N 0 O -1,, p , m Z p Z 0¢ -1 ce U'a' MO m U a ¢ - V <Y 0 D 00 aOz L UQ Om L.1 U d' \ N \ Z Z Z a ma >¢O= UW J¢ ZUl ZUi m E5 ° > <!-NI- mNU,M Op 0° H0 ¢ F'¢ UN W r p p v1 w0 I- °I- W Wa U =a'mJ ma wQ =? Z �t m 0 °Z a Z W~w p w2 J 0 W 1 - 1 W Z O 11 will' fY < 0¢ ww=w a'¢ ¢ W F¢-- wF- 9,--a- z < m U ¢ I- a m U= U]OF-m ,-UOm ov) Ul Ul a:•O — N M 6 c0 t. N ° z z.°I r W W W °" z z z O O N N W W W W W CL O O 0 f ` 0 ym + _ U--m--¢ _ O I M r m Q r__=3 --•-<[..-- -_7i iii UILtt !1 Q• 4 ■j W �4 Lo O W o W t W j n W W W N O ,. J 0 Q W ¢ Q > W > Q d W W < J 1--^ W Li J L d W W _ Q U z ¢U1 Q a (O ~ 1� J has Z < -1-' � WH 0 � SOH 0 � —tw 0 �O w0 < _IO c� O F LU ila W Z Q Z Q - ( Z z E z 0 Z J O < Y W U W Z Y W p W z Q 4- Z UW zW UW DfYW D O0W D Q(n O(n 0 < W W CO.� 0.-- L_ Co CO�� WO m�v WO iiii 00 0 C N V".4 U 4 Z C 0 4-- N- .-0- -7 • - d t s - -o t c • En o -:0u -0 3 - L o C W, 0 a N 44- • 4 0 0 • oz 0. in ii` '' � 1/04 0 V n 0 L A 0 V C 4- � =^ Z C D O > + t K C '0 0 ( Z C- C E V 4.I 0 C aII - I �L24.N 3+ C 0� o m o W -0 0 X f m Novo t o 4 • 0>- v A Q O. c vv ai sue, 3 ., S N 4 a .a. " 2 .., [� g 0C- NC + C 0 0 WQ Z ? 0 < !1410041 ON. 10 p0 IIIII C000m 041--LC OC 0 - I . ra o2 2 0-• o •0 0 aoo-- 00 E 4- QS^ OE ) 0 --CU C CO L4-0 -L n=-•in .21 L1 0>•g . a }UCLO Y-L 0 - n0 C L �• Qt-...H 001-1s.0 L S 4-7 N co N- co - Q �� 'c 41011 U 0 0EvC DU 0 3 QQ(0 ii• 4-CO -41 co •OX -4----co -Z 0 0 m .�! 4 ill C--Z-7 }Z-OCO 0 410 3.-.0 --U- -- 0 °-' =0 p '4 • • cc • .1 a .-C } L O• - N- O 0 �� r I Z -N0 0 3_ 0 -000 0 + rc J4-O L- UN 4-41 tOL - co i `+ "0 0 0 04-000LC 00 - .- V - 0 L- 0 >0 C4-04, 4-41 0 L 1 al -Oval 0 0Y 04-0 N 0 0 00 'L00 -- L0000 3 0 0 Dal '!. 0 0--2 41--- Z } C L. •- 011 C V•-; -C aL: m 0 -0 0. 0 L O 0L2' C 04-- '04' U} N E al 0 m O L-}- p al L L 4- ®�8 , ._0�: . 41._ 0 0 0 0 04- 4- WC t— d L-0000 C 0 la U: C alt 3 34- 0 C •0 0 y'.... -Z CL. 410C' C. 4,- 0141 - 1/E 030 0-0•-m•--- LO E 0 > 0 • 0 0 4,01 al p • •- 13 Op C_ 3 4,0 0 0L 4- - CL $Z LOON 1- 101]-0 E 410 }p O L 3 �..., 0--n1-L}- 41 0 -- E O O O N O i -� C -to 0 0 -L L E 04- 0C N { 00-3 0 0C-000- C EC �.5'„ C>OO'4} 04-04-N4 C -0 03 03 OOL000 L-L0•-0•- -L CO CO vim Y": W xL-t eon. d3 al U al Of a} 1-L tip _ F- - ¢ 0 ES Z ^ N n v O a •P$3 a a a 000 v0 L 0 - -m L Q 41 to N -0 0 - L -L L L •- ` 'x. 0 -000 L -_ n > L Y-4-4- p O - p L alU C C C O N° 0 0 0 0 0 L L,, c C 0 c 0.4_} 0 4, 0 O •- 000 0 + O_ - 4- t0NL C ._L 01 0 C L L L •- C 0 _- a+ 13°p L L N _n L t +-L L L T 0° Id L C - U U U 3 0 N 3 00 0 ° E L 0 0 0 N - 4) 4- L y -0 co -0 + 41 0 p 0-CC C 0 ._ o N 0 3 > p 0 0--•-.- 0 m n - - L •- 0 0 F-0 O E >T 0■ 0. ° U - 4-, 1-1-1-- 4- 0 0- 0 iii O t LA_1L IL to 0 O C p - C L p 0 C C10Z2 Z 0 -Z° N --.a as 0 0 ° ..«.. 0 0 - O TOO C]O - U N N l L >m 0 U E N p } - o a a 1oi1 NO a O m 0 C. o al C 0 W r *Cr (J t0 a °m v 0 ,p L •- 0 - t f -° t v)U0 1° y v v1 to t..._ LL lL N -- - O-..-•N 0 al - ..L- III1 ° CC-0 0 0 1 _l___ +O C O O O t C C C 4' . • - •, o 0 0 0 0 0 0 L_ ��. O U L p°p ___- .. .• 0 L LL wl D. U 0 0 iii \0 O -■-1--!- L ��__ _-_- 0 c\\\ I 1 O P uw+r-.a ;- XVI'I 0XVW „9I„BZ - 41 o NIW „O-,Z �oo0 N • lii ca 1: ° =� ' 0 W J m •— D• a f.�” 1n- t Q a o," 0 O- - CO F- t a W V ro w 0. MN' Q Q a - C u + w 0 0 0 o L 0 CC L 0 (XVW ,ZI) „9„ o mQo • o 2 li 0-10 1O NO — E "" . o v o s n 0 L L l.&J Z ab C`1 w C ° 0 a �i aao 4- O L • d C° 3 ^J. £ h— V V 4-- m >-* — Z lb t- b O V � 4- � 1 � C 7 O V U A a gel L O— o v — L nm-o 0 m Z C Wp o . 7 a A Old t_ L a V .- w L O t A 0 p NO O D t t11 14 avti • n.V2 4- _ }p V 0 C pa 4- L Q p: m — #-—Y a +- CO t t -000 V O - C oovV m3 4101 s- L L - I L 0 V ma- „ LQ v 4- C o d ° 0 C V U WV % m a n— a o p • 0 3 .- L0 U H • D 7 — +- r O D vs v -_ o Cr c 4 1 4. t —v C L 01- C U 0♦ 4 c O 0 C OL— + O — _ a` 0 0 0 L O C ea 0 m.0 0 O C 0 _ oC —N t �_ _ o hY aD 00 00 w— 0 • i 3 Q } £ 11101 C LT Vm0 mL i N— 4-0 .0 0—0 0:. L w V L s — £ 4-0 00, 4- t m - y o V q- T Sw V s C Ow LV 0V 0m 3 - Co L- ;;.=: 00 C Co. — EILA 0— OIL I E p CO w a w n E m L o V o Or n }-ac 4- 4-L -- V V 'C 4- O 4-0 J 3V X no 0 L V 0.- 0 •04- O4- 0 — .: D DL x mac V £L 4-L. V 3 l' 4- OOOE a, V E4 +- 0 0000 m> Van 0 C o c .. 1-C L ; CLC— LC L— L0 v W F-c w Y - V I-— .I-L h_0 c ii. 11 o O o 2 N M v *0 l0 -▪ V z o. -' • Y ow 0' v ¢ n a o C_0 ~ C C C i L Od.-, n t t N V i i D 0 0 CM y y 4_O vb . O V • • CCV W o CL N c O O V 0 w 10 0. . ^ a. u - E • VI E „ L� • o OmY- 0 7O la.m t0 N m ° VI -- L a M .IV / /.. Z 41, sz \ el. IA o �i' aor O y /,z' wrer . 4/ 's"--,,7_ c.. 471"---Lsrasikk. c. _ L S L a> OW . 10 141 m V O O O ��i C — 3 aD CO L N NMI r'f h -Q U L U U O L O N . . U W O L ry m L O O CO t_ m Old O M co 417 • • !- r VW 0 I-- w m Ur w E~ J U z 0 0 OZ w r d U E1 Cl) fla a n Q ti w d o m z(v r a a caw aN r+K$\/ ill 1 > Fk. aF O E' a'O Ana r ®1�1' -: - - a CO w .a 04 Z a x Q Q L a M 0 W Z E, 0 , U) f= iii D o W a a a a ilv I* w —�-t iiii w t o �`�``` il � ��` J i0�///D� �_Z t-W Li ~ 1. O U L,... K O_ Q U Z N a D CO U W p cr a W o r)o 0 Q� — Mo o I- U> N I LLI p 0 • i°_ 1/) z w 0 U O ix w t- F= Z w t w w • t-¢ _o t . sii to W - U) ol'- Q z C3= Q ii'iiiiii'i•••i - Z N In o cv um - d m° U J W 41 \,.,\ \ a +.• \ 0 H w = E _ a W z n._ F A al Q W C..1 cc Qw ,:mrr \;' W o0 Cr Z Qv to CC CO allt i U I-- Cr D () Cr) 0 m I I- - 0 m 04/_-\O Q w w = E-, z OZ U V 1 4-� f 0 U X NO I W a c.) c] < Z W 0 Ed poy 0_ N CJ % Q m ila alla z 0 En -I 5 .. ; cc - ( _._ i. M w d w am !-- Q a N tz to u., r L_J LJ L J k- -7( 0 s-- cn = - d} z ID w I-- 4 Z r`` N H ww . \ Z -0 N r�(D = F _� mm tIl N W x I x x I x OFo N _CV N Fnw(!) (D \ N Z ile INN. in I In in _ m, QU v } U�VU y tn l-Q Q Q I V J<O w irf r--1..., r--1 1 , m M O QoN CC QQ�o J w Z N or J O V a d Q Qom' } O Ix _ ppf--zo Z< <Z H - (DOD a ` < — .-- Uw0 = o,.... cr,_vta Cl - - OY Ud Q d Q 0& 0 1.-(n- O O W Q w W N <I a: J X --J. Li y Q H Q W �0CC wtr t-- 0 h ti V!11 O Z Nr _� a F 0 y. :ca: m o rn °:,,,,,,',. - w a E, Ill H W n6 Et]Cr Ha td ao 7 U A E- > Q i 1,-;w L a cr En ie MW j r � O d (d 1 Q I "1..11111111111111111M111111111 iii- _ is p 11111111.1111.1111111111111 x o mY Q C5 1.1) , r W O W t:E I_ iX ei OUTFALL TO f STREAM Z cn o Cr i CO 0 N t �'-�W m W r i m V) Z W O )-- Q NS QO pZ Jvi W el I MI DUMP NO POLLUTANTS 1.111 W w Q W OIn u�mW OQ r )- w�,n -i- i ? N .O 1- Mir 1 ' W Q W W ad FOUNDRY NAME I -' o w: Q => ,ii C)C) OQ Z Q - m mZ(n(�F--� NZ Z �-i Ou)01- �1- ]-\ Q-,ZQaI�i cn<DIX w r` c0 N E- LL.`n O c 7 _ O p Il D Z <V- Z411 X p p EY QaO CCw Q p -OJ E- t]_ Z J a\ w m Z w cn Q Q O 0 ,0 ;n 1- - O U r N> Q0NWUW~ J wp lii Z X 0 a0 O Ui 1x Y 1-w Z C W■ O )- > 0OJ�Wn- ›.0 J W w '- W00(1W F. VI O J Z -103`.").-- Q DF-X O p <0,-00 O O 0 J t, ~<_i-Z w < 1 OH Q JouO(nm 1 wW� J?tn< �w_J1- DQ-J0w w(n Q w W In D�2: 6 LIJWD 1- O a-Z .-N 17 <tu�(on(O d ural 0 CO ..9 - a w _ > < n 1 (v O 2 v a �i I q (n Z SU Z r ji wX o i I CO ji a n�.o << - Q - zo ow M ; i 1 /, N Q V uFi N 0 Cr (V N d N r`) - '1 x m 4 lil i1.1 ' 1 N �1 • 4, dm Z �_ z - r- J + 4 Q I-- IX td 0_ w o CD Q U wr Q M v 0 < a . 0 Z o m a 1 _ v)Z o r Z n' W' (--• 41 W W ° ;•� 0 o m SW Z Q t-O Z Y M d W Z Z O - Z \ 0 0 O el J O W W uir (O X 1 N w >- - O �(0 Z �� O v } - lw- x O O ()4.1 IX W x.? 0< Z (V(r 0 w a iv 1- ZO >- m j O O I i� ~ U` N Z fm°1 \O °1 - Y stn !�0 0- avi -0 <__.,. c �� ! I Zvi U.0c=,1 �' ! ! '1 io�,1 O �Q i•1 U >m Z-- ^ 3 SW 1 a = ce>- CO M M=pW \ O W I-- 'n >- Z ova CL rZ5� Q v SW N ¢ ~ cv o}ate fZ \ Z m Zq�Q Q = CO X•400■ftitio 00rr 3 f *4\ Z-1.7 sir W°CC W (n_ W N •••••• Z i :e0 • mme LI>:: VI Mt 0 U�11_ O 0 ErCC Z J W t- er cr ca 0°j Q tar - �-(V Nj _ il1 ! \ W a '"" a UN a `w \ > w I N mi 3_ F F dZ O -EZ _ p1- N\ f,':' ° O v.Z LL O W O. N - 10i 1 _J fa".5 U N ry W �Z ® 171 Q o ZO F- w•ICI 4 " ; _ - Ho ° a o ozm+ 31 m Z , I �u W o ' 0 11 a zc - . _ faro w o oz r- ."2°> 0 3E �_ ' o¢ zzow _ ` J~ t IN wc. wviM a a u _, ¢ 30^ .-az o Uzi w o� vai cnwao oii � zz Z .7.i. I-d_______________i J I m a O an x no w x / z Z N U U W w W^ E w 4. J s n CO _L oZ L w ca J= W J V) a ¢ o `I 1 J m+ ! m I i a t `6.2 w i 1111111‘1116 CD Vi La 5' : a Uo6 I- 6 w n O m W W CO Z •i 0 a ¢ Z Ili o J D o Z a i N O — _ o ° a F Q w - e• U U < ¢W CL yr -° w 10 0 '^ _ _ ,17. 3 a a 9 WA Q • Z y sk N N• _ �2 x4 Q H3ointhis ?03ntld JO 3003 ¢ W CL o T j .n o o w u, m 0 O J z I ..t-Z °cc E . CC m F °¢ ,r.. i'ow O 1 I i • J 0 o O D LL H / � "' Q z cwi. ICI __ m m , ! j o" a F— u a ' °o < m N F 1 o W z o - J Z In .c I D o w m _ L3J m .-.nu° W w_ ow z UJ � �" U wu cam° U r- Q z w 3 - J wu Z - m m W ;i� , �w a r " a r- �� - O Q _ . a a J • �w ° - O N _ H!! � r o ¢ L Y° ° 9..s. r � b- mOa J _, ~ m JO moo >xCaJ w Q o � a� U na s o ° u _ W 6 o Ili di sr a- �° W .tea a u u 0 I- J 00 < 3 m cz z o oa - - -- p � r • aO p��� t -0- � ~ = w `1-°am- CI-r- W - V _ o>-U = ° Oz Oil n CL o av ° ,0 a o i �_¢ S � . ._o O .—a - - z zO F W O O J H I ?p7 L W --I —26E36 o mi ii . .t§, m u 'NI11„> 1,1 aw� <�W I It e vie '_ �- J � � I o ooO = °�i -� zo • o i ° .x f u S'a'S',:, i. -NIPI y Z C O ? o• U ^ L I E Iy .m _ . ..,.,.i ___ L6' m >-U ``■l a s m i UM o Z " i : o o , 1-w I-- - ° U 1, N 'x1,11„i 0s W NI11,.%z V) oa ° --.a - O a w i < ° ¢ , 1;1 < .1 3 !L-E • -,3 a w 2_ i o ..° m s ='n O. a m a or j f i o - G. W o LL • a J .o 0 o.< Z ¢ m a- ao V. ¢ .- 1.1 © 1 'x1,11.0 „•I s U W � D F o N -NIN„%Z V') .A. xo zo _ - u z_ ° °oa n o4 v mm° o 4 z J ° 08 ,T4'. 4 f¢ m J m O mW i 5- y - WNy z 5,- ,T, 7;„ / ° P. a a2 6 2 < oV. 80 i 'n a ¢wo z <o s W X'' ° ` _ e c p aa iz.-' i z z o z - _ . 1 t t= - LL o - 72,-z a ° „s o X _ ▪ . ` -r m Wow'o z It: J ° _ - - s g a - z e - um< w u` o Q X-J - - oi - u a 1,.i W �z7 w J - - i° • i W N Q a K - n aO.j - OO w - _ o u�o o <g a o li w_ s z W� o J z a u s w O ° n p m c; J ° 0 80 O 0 ® X '\ me ¢ i ° o• :.:§ , m 6 Y l _ • H O am _ �NJ �„ g y E Q E • -1 o W - �I a O 1 m w w x x V i< f V z , v, n e- S :• a a`� „ >id:s es s d .'g oz L. J z oaY .o z °°- - - rv. LT A° XWUF¢ OW too V a• W 5.h-,-; lii of la G ii Woo dg oa�. f 1; J SZ W I I� o 2 Ou Wo H W 0 • - • I • . � os__ - r r m 0 0 0 ao W a C I• • • f r c • • • o o cc o n Si W {/i C a L'-' r - \«'�- fir o - d W S C } • u0 3E El Z w u "F- 6 1 • xr w ' w c• aw ° a a a n< -- • • • W z = o r,rm as —a • • • Jr Z &$ W N H m N '• ' ' =a W _ N J r'l ¢ a °W >-- f w < V • a 'Jm6 J F- _ ono=w Q wV a L LLv nuo Wes, \ O a z w a 6 ..7:...>-.1• ` _ • • Q a a co N ✓�rm • • 3_ — !.s 3_ • • / a: yY _ a it elli K. r J w �I v n'o'n c / �—i or ri Vo u N a c Z •" " a W o ll.71 p O -.1 - a w < o - m < H V '' a Z Illi LE :AI 4411111—_\ Z • < x Z u m Ir— r .--i O¢w O 4,ill ---1 • = o o a- ___ :-■ >■20......i oO oo O eo. - a v. O o N J cm ' .• u¢iW a O _,. _, Jro mzuaa di id C 0 tor a v o 9 0 i'i crn n� l7 O,.a I _ 2 o m U —0 3a4i at • d ,u m o IIhh U_i aE rJry�: d < , Jm D o jr1L 5 W a a mZ ^,! _,1�'" " a ' _ g5 a o ° "E-e a�E a ' Nd a I1 ; = � Eo� ,$p y 1D Ev �E Y$c o / Fao �� I i .o B o °m to g.v .0 sl,\ •ou, o a p o fA p9 c •_cis 00 c' N L t T. aE Sflfl !t !H !• � �'� y° i U ui Yit al v- O. k \ .di sr`odc a io gain 1 ►�/ A. i a°t OG^ u � m s� i Y oo wzw oo o M/o°a •j O `� 3 tz HO~o w a< on 6,3 0 lo 0 00 � w wW o ao W =i N •g " �s ibo .9 UoS MO if �'� W?W UUy o .9 6 H 0. ... b' rl Z O O 0 I is <o .s, k o 1 �j a TW ?c 'r o U Z c o V —1� o = V ° CO W W - W Xi N o CO WIC #, \ U N N' Ili E. VW i � oy a a <5 . 1 a ii z ° W w rc ) o H W z=a m i!L •° =4- Ac :z P gss g5 a3 o:.--, ia< m i o ° W z"J W __ T3 LL �L Uj� fA 9E `T T N3W _-..__�-_—_ CC6 O 3w Liii� '� `,-�-_�' I I I wW° ,d mN Q Fn.-sc. of °a / <-1— 9Uf 0fpZ d...., ow W Fa ow o m w V ,,n w j e i a i ° NIP p, _ J iN < 6100 i" ,li It.\\ i://,\N\ . .J /`` ?a a Mt IA ik/frUttil oi, I-5 ci =Z fq IIE\VL---L\ CI <a Kd b as �`ma 3w 10 \� ;0 g R aZ umJmaWO co- ya o e <z .L.• O �� Kw Er x,_ \ a 6OF Aa W W N woo v . r ' b - b c ? b Es • v ii 0 i, h iv F. F. a i o a i B el - LI r B 0 o c b r o a b E a •a w 0 42' ,v V �y/ o N Z F • o r r o ,.,rt o • • .9 ° bm c� , 1 F F x y w �v 4IF y N a s i. b b b b b m a -0 e O -tie • � d u a �. : : C yora aGa o : °-[i�f a 04 4 ►r,,('4N, Q JN d b b •). h f A .•! N N V C O g- of it g,G n CO O .4,-,?, N 410 cg — ...,_ . .i• i1 i, is n i< in K p e81 C�F a Y V LL ....1 ...A.'�.4, Spa ¢ d a W 1�. e a E•3 gab • Y ��' -.t\F� y1 z 00 '�‘d 20 N t t W rii t N w i gE E83raa b c y �•'�. i ` .. gF R .g S ° .� 8 8 a°°« ooaN 3 c h N gp. ail S Pg Fs E ow M Iii Cr:- Q Ego 'q, U. e .4 �c r a 4. a = a5o a1-a .:1„ C :; Lg. JUl Qo U a4 C _� 4(; p a. 8�__.._-Ai �8 Z � N Vi Y .D �l\ .eL 5 > ,. ) I J /4 ■ W • r 3 m -'4.4 Ili 'it om a in Y a i <: •*".,, J 1 0 8 b m b � 3 amp w li p W b ... -o �j .r o / m I _ z o . -0,... (go...__.--. 0 i. ,O / oS ` 1 b S CO ILI a f OZ Z FFp 1 ,_! _ op / WW O L. m •.1 m .? d O I• < Z Z LL� / 0� WOa b h.-.a $ x en % W �N 0— iI al �; Ud a¢w 3w X«S o wow <z <Q XOa 00 Vw = OU% El :y li W ��]t h 32 iii 1-4‘ =,°e~o < el rf 121% to U. Ill w O 0. VC �'' n UUy in Ile T ° O IQ 61i: \ : I. Y Z iii 1 3f2 ow _ -i 2 b z UUm U 8 mu'°3 0 evv' ao � H . il.14, �\� I Y K b \// ccUz L y ZO ZZS LLI O. fili J /40‘ — — a oy o a. 1 Z zwh CU gli E ow x z �� m Y wa.W W ; 3 b viz w Y' W ., U / / 0 w a Ma 0.0w / E2 m ill ® 0 2ZJ 4, / D wa< I w co CO D < UK ~I 3 z in b fmZ di l9 �w 2J ^ W W~�• W m ac1 i 1 - -ate r� 9L/E UN .X N 73 0 ra rn w INN i- O d GD err A a. ''. f:14 rzi 174 A a o o Q w I m "" Li o� `�o Q W E-, y, (� Z • 0 ► Y 91 6 v~ia°—" rJ 4w 0 3 -?01 �ii � - 1 M,r, a Z CA • Cl. Wz0 QZ ao= =aIX J 'r CO v Fn n" Ua _CA INN CO - - - 1 F-Q z Z J W 0 ~ p owF=- F-Z Q D N D W W U=Z - ZZ— D Li_ n.J OZ� 0 U O O w LL wa~ z QwW Ce rn o z Ix z Z ZZZ _ _ d ad WQ O wZ� N I- Hce iwW NW 0 F- F-U5 ° w c2 ti Z a O — - - - Cif — >. z<o O WZg ix Jaa cc 0 am 1-" w w w Y ILl W U W Z WZaZ CC z Ce W 0 F- I �a�aa. um I x��U '4" 3woE w v)Ice g zz- - - - - gJ — Q v=Zo 0 oF-w- aoow W .-. V) a Z LL MI Z 5 — - - - ``I �V) cc wF'w LJ � m ix CC F-a YZF- CL U Li F- W - 0 7- 0 .O-4, 00 Z it we We _ A. Z� . W - fn a — ! 0 "C: 9 o E=W .. . h�yi a..o Y Q d � °c Z e A Hc o :14....iiii. ° 0 „ ° - V H c2 ° moo .°. c +� W �_ =u` =or .j!. m, J d a1 .0 r tl z N 2 ot a x m r-5 Ur. .dILLI►1 �rj��,� •o Isiiiiii7lry roll A lox ,u∎. ,.�� A Y 0 Li -"--"�°-1W o ■. �mergeli W uji— iii .. §- -__... - 0 J U `3- IiiiT J 0 0, II 1 W Y o • o R --16 .■►.rt.44 - µ � _ ../ 11-._.-1_x_ ? +:O a T- i._-T....- m N- - a Y)- W u - )'- a 0v Z m w•- J W- - N f • _ ��#. _ f- J J a 5 o m Z W r\ c S O < W c9 0 iiii -N W _ • ¢ _ Q ... . m •s1.- l ■■ N Q� • 11110 •• - ran - ama. w N f N. Jr. � aS . .,.....H.HH.■ . " AY.■i■"1� 1.a • • I fr H%rage„Law■. .1H■ )- ego.- /■ �.'.:. 0 II!.." swam _ w CO ci—w T 1H�>: _ m _J.0 7 c= u..W�.n:i=.�•. • ••9 . a (1) «'.. •_ice_ {■. } �1. - ._ ...�A.1.. ‘1=Ziti Cr iii ! i MEr a 1.1 ■�i .I -I isms N vs cr O ¢ O m --1 I CL W d W Z W ¢ Ylli O wJZ q d vi p U J a .,CL ¢ ,- rn 12 14140° y00 z No o z2 ¢ F PM Q <L Z ' A w a o Z U)¢W z W x a w cr)O ~ CC E+ O>.. z° N 1i1 W O O¢J N d v ti::$ OI Z OWE¢ W EC p CC� cE Z W Z W 00 U ¢ QQQZ 0 0 z O m mm0 O �� �,-� 000•- 4 0 - a n¢ Z Q 000V � Qcc0 - cy ¢¢¢< a co m II .--NM¢ _ Q y J m N D _N W_ o�noo N = Z LI)NOO • _ —�N �MM WU) WU) a_� ^ 1 I I • >-f >-a. >_W_ —ii CC �W �W Y N W p0 W Y Y �O N HQ=C NANO 1W-¢ H¢ N N � aW _ 0 tig Lii N d'J W� d J �J W Z ¢ ,J - J N _ W • Z •—L = N z J M 0 -,1-J < N J W sai 0 Z • Cr Q Q. •• J Q � SI o W N _ (i mw (1 N v N N �� �� N N I-W W • Y Y pi N� Z iW-¢ Or FW-¢ • 444 J W W = Z _ Z U �t J d J Q � N NM 0 i-E moil M Q N CL Y CP In o c3123-4 emo os •*-----I- age a -jt .a cicsiti,_, • • H i • •� • • Qw a, t • • • • cn -i (f) x z 0o • L` • ix 0 z M LJ w d z a o CC • .� Y • A a a Z • 0 < Z F'r...w a Fw Q W • O_ a0° z Q • Y W • F" A a F. z 0---1- Q Z N Qv rFn 1 CY • M J • • w n. 1- • •--F _z �, • • Z W $, 1~i • • J a • • x O� « �O a:,. >- ~ 0 Z . . z I r• � W ° • J + 4 lir .'e Q a J O,- •• • O O;n F--- r • _4- Ic H • w • a li Q • • .t • • r m . • 1 l'---______,...• • to O O O -(Ni CL ----1 ma - 0 0 r,, ,,, Z NNE I__ 1 1 1 ZO 1 1 i vt'- i_ I S S 5 w 1 d Q -J I Q 12_M.4- I I 1 InOO CV (V1n•cf- 0 F-F- --j L-- _ W J J J_ W ® ^ J co OOH Q^.; • • W = W - a Li W W W d 11 LY • _ =W D W W W W"--� Z CL CL it • • �w a N. • CL CL � (I (.1)(1) • • ow ~w • rr-CC i-CC J Q Y W W • •• ?-W W� __J< JQ Z }W W W • •• J- Z r W }W d J - Z _ Z 4\• • J-J J r W ® 215---1- •✓ _J • W •____I Z • Z M tJ W I- • • w CC • Z .., W • . . Z U 1 • • M In • O -J •• •® t -J r• filli r a• Y • •-1 m • ® 0 • • •-_L I Z • • (n tr. ,x o r / o c J j CO �a\.Cid ars m o a� �� a i \)0/1. ✓ .` � U Az CO ti a 1 t° v 1.L. z aN W HF m U . 0� ali OO q'g r U m U O O � I A E. c ac U I ' . m m a a co ctS Ai o w uv, ''' z Li fa- _ � a a C 3 : 1 / s r to I I � I A -tics Y���Cj YID __ ._-•____ __ ________ _ iii i i i•i ���i�s�; "A •••A •••••r • •�•Pil ■• •.••• i•• WAIN! Oii *a •• •i' (►❖•• ii •Oi + vi'i'i o i�...x.. I4,. r M � z ei,,, N - / w o r ?' 1Z QI c O 00 CC - /// N ti■ i i 'biii*iii ? w } N LIU � i J C C o 0 y;i•••• i i ❖i N cc i an CD t,1 O y 1 j1 Z r� v o I 1 F- Z i•iii�i ii iiri•i�'•�•iri ii7 \ • ••••••••❖•••••.❖.•�••►•••►••►•� U a-0 3 v) w O t) -o d *-- ?Z C0� N N N N N Cl VW p ?. N Q""1 j� F- F- )- F- ►- occ CC a ill Q il Q fill • +1 Z \ U um (W Q iW rr i c:iii'll,,,' az 1 Jr O o GSA 4 A >' cl c (6 \,,, :v te g ,U r° '�.¢4 N iiii c■I IA I k(6 4- Z o o I - , I _J p I cO a • el CC d ti . . O L. o o t� la ~ N� 11.1 0 �Z Y o W tD Q r ' Ii 1,1_11 i l-1jl_I_I_1 < .., W s, _ :_ Z a\ CI to ri3_s-.t j °, 0 - W > 0 ...!;.?\ 0 ‘\.., r;-; Z -- • -- Ce N } J I 1 � o ' r' Z �' 3 1 N _ Y (n - �, r) II X I 11 c 11 CC Q a� O ao O Z •• ,., o I Iii M _0-.9 ii Q ire O - ap J J a Q a a _ O - v 4 u v Q -- l.1-F -• Z- Q Q V �3vOb,fev " o Cr �- CO 3 Q OM Z �O }1vd a o z O Q = _ d' W a �, ll a m > v a W I' W Z 3u it - Q - - I W O p a. Z -' vt _Q .o _J = V r-- IX Z MI Z O = m r- I a Q F- Z F-- a 2 °av Z -o _ t� v r W p_ c Q O.a o_ N v --L y C7 CC J W V .- 0 v[:i W a 0 1� F- QN Z aOH p Z to.J �° vn a J QX O Q A1- if- Z X 33e_I VICO` a Q Zr; OW W W F- } O CL Z CL W O 4 o W d a vF u - F-W i Z LA - W F-> W< V •V *ti W i. D'Li Y Z aOVWa � t It- ...t IX✓F O 4- O a1 W D Z Mir Cc O I Q DS* W•- Uv10mvF u. it __I I S J IC N CL 0 m W W a W a- Y = a O 01111 CI F- Z J 1,_ a O .4( O W --) W -.,_ m >- Z ° O m Cr >- - a NO LJ J / Z Z a CI 1- N P :- h Q"Z a X W \ 1=-W= CO W J O W UM 7 Q 2',r .e` a N` m W t c (n Q F- / J^nF � J Z o � ` LJ .5:-..'`c:: --...„. t • 'tn W il - =0_ O X Q Z O 1- 2i h OZ o =2� WWa V u Ill °�Q °F2 O V1--I Ca O �2=H W `y= Z Q Q NW *-�d OJ v) `h W W= -QO C'� Z 2e W m WNY 3 Y O ovc,c N u C3�Vi W N Q' X Q -�l� J '+�Q o Wr a Z Z �Sry t, W m Q W Q Q�a N W O o> /`J O F-O V a h Q W aZ0 -- N 4? ` O ~NQ WW I Q _ /,, WOZ ' ZNW F- 1--tJp� F- X r Z [�Z N NO v) \\ �W- X Z O "Cr W ZZ LJJ N Z-N Os 1 \ vt a W O z / --I Q Q v W 1 1f Cr -1(..1 i N W�Q.UWce pp DD m N_ / \ (� Z �� vz \ �( ff, QZWW 00 0.1 - J d m W a V a Z Q JJJW�I \--*S4 A + 3 W.DJJUmCX N m—aQ F ►W o \= t-1�AZ < �-� Z N JmNNm0QO M a Iii, QQNWJ 1-'V Q O W H� •r-LJ I a 2 CC •CC Z Z N Z N N 3 v - a Z OJCYUZI W Ca • W W Z � � a > �m Zo 0a�a a < Q Z �W ,u f_, -_- W W W Z m N E-►-NIJa~CO - W-I CI- a 3 ° z- cv6Qui .o ? N ' Y U a O WI -z O Z 3 W 0 O Z_ ti OJ ', 0 �� p?<O W Zta p"m C7 at-- O�0 Q X O J W a a IN I-OJ vi OWa WZ-i X/ d (1)_U mD .] (J)la tan- JWW U) < t a3z aaa z "to 0,a tznmz 4 W FO- z� A 1` 0mW I-�0/-- W Q 6Z.] a N a v04? 0Oww 0 W n W m -' F o .-7 E-.w <E- it)wW Wa 2 *- d p-.O 0 q 02} '-QWF U QF 6FU� N y. yWj IW--m QZ N a <U m2 O iii UW0 WN aW < ,1• I WW~ - xY 0 omen 0aaa 5 ~Jp oOWH z I L.7J ors <-.0Z 0 ��k s ill 00 a CO V -^ 0 Ey'` z WZI- Dat"\ 0 O ct aT1 �r Qaz voD J 0 f C fl C7 W a 0 O mY0 I-WtYttt, 1-- o ..- . Juu 2a> ' 3 a a =pS."J 00- u U 00 a - o O Z a <w<0 _z m 0 'j o WmWF w At a a O a a ��W QaaW O OI Q }ZO a0 mi'd w w 3 >- a M2a mam5 a -J p m D'...W! o - W w < N Z 0 u)a) �'II--a,r > US) (0 J W t/)WaU Nf�= S Z L- d F L-JQZ I- J O �, ZW z0 YZJ J 2 V D omvlc� aoao < W O O ~F03 wZW� a < d O O Z-, D a M W CE Illi H2 W �0 W N O w I-J-,m �X W w 0 0 Q f- Q Q OatY^ IS- p0 0 0 bi } F ~ Z 0 4(( p �I < I- Z 0 C (n m -z W x 0 0 w ir �WNIW- WzzNaa_ W CO L./ w_ M Q a w o oI-.W $ W Vl I- VI Vl LL Q Z Q' Illi O Q <Q o F- a z w I m Z L <O -. ° 0 mf- U O a w `� f\o V / (ANIS 9NIlNVId to i 7 a 0 iiii ' J ' M I / ' Q a Z 7. w 0 z F-ul cn m� Q z iiii Q z W > n Q c� a O Z_ :)- --I Z X --( 2 Z Z J N f-- W J F w Q Q O z \ W Q <} QQ 0 ZO a_ O J iiii X ec () Q z Z d to 0 CV F v- 4. U) a < 0 �¢\ W� I- r- - W Z 2 F • M In w O C-) a 7 xm I • Sit\i\: -CNI CK ' La .0 (-=, J _ Y —o a a Q Q Q z° m z II Li-w J Q QI Q I o + w a u- v I- al Q U o W o NY � U) I- Z S w CL I Z Z O NU) F 0 z _ F p J xO cnZ ci Q - N wF wQ xo I '- OM _z ti Q V ¢ J m w Q N-X Cr W CC U X \ �\ 0 to N Om e•I ec 0\ cc Ch r--t t ....: ,--4 cp ....„ w ••• . — m ..- , ........: < 4-4 rioi -J CC LL.1 1-Ila ...P"--1- Ilk•.- - :. "CC= _ z' -----,-.7.• Lii .... CC cr C...) ..- 11401 P 4:::)*--La CC I- CI= PI ,...-!- .;I.: 0114 1- .: . - 1-1- .4111 C3 -o ,z ...__4 ..z• .:. ..,., T--- 1 n 0 (ICI 9 9, 04 „F . --- •-•ix 1- 2 1.)c.% .3 v) C_) .,z z ti; xta zo I----.< :51 z !. 88 ...., Win Iia "c.,, W . ,..4 . X 123 10 •\;le ta ':-•—•-•- I—I— 41 CC o cr o -.---. ; • 0 X cr 03 Li Q. x La c.) d ...c IN 1— fe,„01-64.:811,71,1 i z 1-11 c) w X IS 03 CC * -41 14 • a I- C) w a. .0 C 41 X CC CC =I 1.8.1 03 CC -• r Iii /-C.) CC CC X 0 Ct a o MN 0 11.) F-7.Z W W * -r-riCli ... 4 o 41 4° 1.1.. - : ea .4 Lai 1- - . W 2 .z...... . 1 IWO -31 -7.z id= _. 7° ..: -- W -* z —. ■ It, .:-.*:--.-.2. -41 0 0 M Ls- --.• ' -... , wn - -. -.... -1 . - 1 --.. It--C., 4- 2 tll 11- w' --.- 70 - W C e-4(_.$ Id X I 111■ -- 10 ccca S z • In „Z --1W - I ()2 c Nit E 6 „i, 03 r.... > la 7..... 0 f O C3 CI 9 „9 •„O 1 0 C0 4 t tr a 1- a -- -- ce ,e, • .- s--- -• • L .... 0. '' CsJ Z „9 I SU W .-- t 3: .. a 41 * o W o .c ...• - to 43 X C V 0 a o• • o I-- L 0 3 0 et A rt •-•X 0 0 0 t • C IBM ei X -J CC - .r NII „ I 91 L W , - b — UT 0.._ CC C.) — ('4 E • ••• ... m „-ii -. pi o la c 0 6- -, -) ..- -- W CC ea __/.._ 13--• .0 CC „9 -.'. -.- 1 c 4.0 W 0.-4 • W . - : u cc 0 4- :7.----- A 13 0' a_ :. cc ci_ c L •+- .. .. -. : -cm .-_1 ).- 0 0. C I- ifl 03 o L t - :: ” ow 1 • - o c o o - rt IlL1 1- W 1M C> o - • ' 1- 4- .2 4-11 ar CI ow I 22 :-. a, . o _ . , r „F- 1 1 W a." z . „....... W o P!.,c 1- Icc Ida: tow I w = a raw I (/) -at (....) .... la c 9 - .... o 3 0 0 0 X IX W tr M-4 w a w L _ u ,. c 0 a_ . .01 1 IP a E 0 t- o , o GM t OM o rig a O 1- 14 A C, z a to w W Z U) I-- W 14 s Q C) oz Z rn W 4) CC > t1. A W d o illi 0 Q CL W a a E t - O ao 00 U W C4 O>. z A (r) C7. C4 A . <*-. W < E• -�U Li N to la < a U 0 C7 W t U O m < a z W a A z F U ` 4 to W O 1I 4 O w O J 0 I Z id 1- < m Q M 1 F- b a f . in a)_ O ,.,. ,, ■ iii ct W r v � - ail 0 a z W O Z r . > •Z iZUj iii - IIlliN \ Ass Ili I I 1 I la h ' / I ili Ii 1 z Q I /�1 ...,___A__Th. 1 1 I I Z z riff I 1 5 \ 1 �_ Cj Y I- 1.d< O W U U W I-m O V)_ a w CO to J() .= J QNmV Q(/)- UQU '-IJW - OC CC: - - UU QMd(O We CC•,1-c0 la a a CONSTRUCTION PLANS SEE SEPARATE SET OF 11 x 17 REDUCED PLANS