Loading...
HomeMy WebLinkAboutContract Award Date: CAG Awarded to: KC 15e0V►PruE,tr'_ L.C- qSS V !"TM AV R NE SEATrLe _ wA 98105 (2.&&) 344-3037 "m-P4.far. 1 Bidding Requirements, City of Renton + . Forms, Contract Forms, Conditions of the Contract, Plans and Specifications 1 � o 1 1 City of Renton Lake Washington Boulevard North Storm & Water Improvement Project Project No. SWP-27-3531 Washington State ® _ Public Works Board PO Box 4331.9 Olympia,WA 98504 Department of Commerce 1 ° Innovation is in our nature. 1 City of Renton 1055 South Grady Way Renton WA 98057 1 Project Manager: 425-430-7205 Steve Lee s 1, �> ® Printed on Recycled Paper KC EQUIPMENT t 4550 49TH AvENUE NE SEATTLE, WASHINGTON 98105 March 30th 2011 Mr. Steve Lee, P.E. City of Renton ' 1055 South Grady Way Renton, Washington 98057 ' RE: Lake Washington North Storm & Water System Improvement Project ' Project Manager: Kevin C. Pleas 4550 49th Avenue NE Seattle, Washington 98105 ' 206-300-6535 (c) Responsible Officer: ' Brett Franceschina 4550 49th Avenue NE ' Seattle, Washington 98105 206-399-3687 (c) ' Bonding Agent: Matt Brandt ' Terril, Lewis & Wilke 112 South 4th Street Yakima, Washington 98901 ' 206-619-1088 I KC EQUIPMENT ' 4550 49TH AVENUE NE SEATTLE, WASHINGTON 98105 ' March 30th, 2011 ' Mr. Steve Lee, P.E. City of Renton ' 1055 South Grady Way Renton, Washington 98057 ' RE: Lake Washington North Storm & Water System Improvement Project ' KC Equipment LLC is a two member partnership. Both partners are authorized to sign for the company. ' Kevin C. Pleas 4550 49th Avenue NE ' Seattle, Washington 98105 206-300-6 5 (c) — — — ------------------ ' Shonagh J. Pleas 4550 49th Avenue NE Seattle, Washington 98105 206-551-4908 (c) ' Sincerely, Kevin C. Pleas ' President Business License ; Annual D City of .Expiration Date 04/30/2012 " . O O o . 1055 South Grad Way Renton WA 98057 425 430-6851 Y Y ( ) ' Business Location 4550 49TH AVE NE Issued Date: License# SEATTLE, WA 98105 03/21/2011 . BL.033593 1 Licensee has applied. for a,City of Renton business . license- in accordance with Renton Municipal- Code KC.EQUIPMENT LLC (the Code), Title V Business, Chapter 5 Business 4550 49TH AVE SEATTLE, Licenses. The Licensee agrees to,comply with all SEAE, WA 981100 5 requirements of'the.Code, as well as State laws and regulations applicable to the business activity licensed. Post this License at-the place of business. -------------------- -------------------------------- ------------------------------------------ t 1 DEPARTMENT OF LABOR AND INDUSTRIES i REGISTERED AS PROVIDED BY LAW AS CONST CONTR GENERAL i REGIST.#, .. EXP..DATE CC01 KCEQUEL929MM 7/14/2012 I EFFECTIVE DATE 7/14/2008 KC EQUIPMENT LLC { i 4550 49TH AVE NE I� SEATTLE WA 98105 t i V 625-052-000(8/97) t ,;�srereoAa MASTER LCNSESERVtCE . y} P©BOX,'9034°-01 ympias WA-985 9034 .(360)684-1400 yam _ 07 _ REGISTRATIONS AND LICENSES STATE Of aAtASHltVGTON Unified Business ID #: 602 602 529. Business ID #: 1 f.; -. Expires: 04-30-2011 KC EQUIPMENT L.LC. 4550 49TH AVE NE = SEATTLE WA 98105 Domestic Limited Liability Company Renewed by Authority of Secretary of State • 'C 1 The licensee named above has en be +ssuedthe b. chess registrations or licenses listed B y accepting this document thejicensee certifies the formation provided on the application for thes8l+censes was complete true attd acctirateto the best of It+s or her-knowle ige,:and that busi6ess'.witi be:eonducted in,comp Hance.With G N ' all'applicable Washirmtor+state county and city regulations Director Department of Licensing �,i _ Department of Licensing Office of the Secretary of State , Master License Service Corporations Division LEGAL ENTITY REGISTRATION fji.. Unified Business ID #: 602 602 529 'Z Business ID #: 1 `ll Expires: 04-30-20.12 KC EQUIPMENT LLC. 4550 49TH AVE NE 14P (j, SEATTLE WA 98105 '_. 4+jF jA =if Domestic Limited Liability Company Renewed by Authority of Secretary of State t„ C314 Qj t 'ri 19a p ug' y 1 tJZ f€ j- �y. 11fAAA i jE� lNf1�� I>?kl r, NT cl'f 6 By accepting this document the licensee certifies that information provided on the renewal was complete,true,and accurate to the �a� best of his or her knowledge,and that the company will stay in `I, compliance with all applicable Washington State regulations. Director D oartment of Licensing f'K-Ue ' _ CITY OF RENTON RENTON, WASHINGTON CONTRACT DOCUMENTS ' for the Lake Washington North Storm & Water Improvement Project ' PROJECT NO. SWP-27-3531 February 2011 ' BIDDING REQUIREMENTS CONTRACT FORMS CONDITIONS OF THE CONTRACT SPECIFICATIONS PLANS J. �r of Way r CITY OF RENTON 1055 South Grady Way Renton, WA 98057 ® Printed on Recycled Paper CITY OF RENTON ' Lake Washington North Storm & Water Improvement Project SWP-27-3531 CONTRACT DOCUMENT TABLE OF CONTENTS Summary of Fair Practices Policy Summary of Americans with Disability Act Policy Scope of Work Location,Vicinity Figure . Instructions to Bidders Call for Bids 1 -Bid Section *Proposal and Combined Affidavit&Certificate Form: Non-Collusion,Anti-Trust Claims,Minimum Wage Form *Bid Bond Form *Schedule of Prices *Acknowledgement of Addenda **Subcontractors List (not required for this project) 2—Contract Section ❖Bond to the City of Renton ❖Fair Practices Policy Affidavit of Compliance ❖Contract Agreement(Contracts other than Federal-Aid FHWA) ❖Retainage Selection ❖City of Renton Insurance Information Form ❖City of Renton Standard Endorsement Form Insurance Information and Requirements Certificate of Payment of Prevailing Wages(City Form) Statement of Intent to Pay Prevailing Wages Affidavit of Prevailing Wages Paid Prevailing Minimum Hourly Wage Rates(New job classifications) Environmental Regulation Listing CITY of RENTON SPECIAL PROVISIONS ' WSDOT Amendments Survey Control Network, Surveying Standards, and Monuments Traffic Control Information Site Photos Standard Details Construction Plans(reduced 11 x 17) Documents marked as follows must be submitted at the time noted and must be executed by the Contractor, President and Vice President or Secretary if corporation by-laws permit. All pages must be 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 t ** Submit with Bid or within 24 hours of bid ❖ Submit after Notice of Award CITY OF RENTON Public Works Department 02-Contents.D00 ' CITY OF RENTON SUMMARY OF FAIR PRACTICES POLICY ADOPTED BY RESOLUTION NO. 4-085 ' 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 their race; religion/creed; national origin; ancestry; sex;age over 40;sexual orientation or g ender identity;pregnancy;HIV/AIDS and Hepatitis C status; use of a guide dog/service animal; maritaF status; parental/family status;,.military status;.or veteran's status, or the .presence of a physical, sensory, or mental disability, when the City of Renton can ' `reasonably accommodate the disability, of employees and applicants for employment and fair;. non-discriminatory treatment: ta all citizens. All departments of the City of Renton shall adhere to the following.guidelines; ' (1) EMPLOYMENT PRACTICES - The City of Renton vv'ill- ensure all employment related activities included recruitment, selection, promotion, demotion, training, retention and separation are conducted in a manner which is based on job-related criteria which does not discriminate against women, minorities and other protected classes. Human resources decisions will be in accordance with individual performance, staffing requirements, governing civil service rules, and labor contract agreements., ' (2) COOPERATION WITH .HUMAN RIGHTS ORGANIZATIONS - The City of Renton will cooperate fully with all :organizations and commissions organized to promote fair practices and equal opportunity in employment. ' (3) CONTRACTORS' OBLIGATIONS - Contractors, sub-contractors, consultants and supplie-rs.conducting business,with the City of Renton shall affirm.and subscribe to the Fair Practices and Non-discrimination policies set forth by ' the law and by City policy. Copies of this policy shall be distributed to all City employees, shall appear in all ' operational documentation of the City, including bid calls, and shall be prominently displayed in appropriate city facilities. ' CONCURRED IN by the .City Council of the City of Renton, Washington, this 7 th day of March. , 20,11 . ' CITY,(0, RENTON RENTON CITY COUNCIL ' Denis Law, Mayor t 'uncil Pr ident Attest: y Bonnie I;Walton, City Clerk i ' CITY OF RI NTON SUAA,fARYOFAAIMCANS WITHDISABIIIZ'IESACTPOLICY' ADOPTED BYRESOLU17ONNO. 3007 The policy of the City of Renton is to promote and afford equal treatment and service to all citizens and to assure employment opportunity to persons with disabilities, when the City of Renton can reasonably accommodate the disability. This policy shall be based on the principles of equal employment opportunity, the Americans With Disabilities Act and other applicable guidelines as set forth tai federal, state and Iocal laws. All departments of the City of Renton shall adhere to the following guidelines: (1) EMPLOYMENT PRACTICES - All activities re atmg to employment su ch as recruitment, selection,promotion,termination and training shall be conducted in a non- discriminatory manner. Personnel decisions will be based on individual performance, staffing requirements,and in accordance with the Americans With Disabilities Act and other applicable laws and regulations. (2) COOPERATION WTI'H HUMAN RIGHTS ORGANIZATIONS - The City of Renton will cooperate fully with all organizations and commissions organized to promote fair practices and equal opportunity for persons with disabilities in employment and receipt of City services,activities and programs. (3) AMERICANS WITH DISABILITIES ACT POLICY-The City of Renton Americans ' With Disabilities Act Policy will be maintained to facilitate equitable representation within the City work force and to assure equal employment opportunity and equal access to City services, activities and.programs to all people with disabilities. It shall be the responsibility and the duty of all City officials and employees to carry out the policies and guidelines as set forth in this policy (4) CONTRACTORS' OBLIGATION - Contractors, subcontractors, consultants and suppliers conducting business with the City of Renton shall abide by the requirements of the Americans With Disabilities Act and promote access to services, activities and programs for people with disabilities. Copies of this policy shall be distributed to all City employees, shall appear in all operational documentation of the City, ' including bid calls,and shall be prominently displayed in appropriate City facilities. CONCURRED RV by the City Council of the City of Renton, Washington, this 4th. day of October 1993. C RENTON RENTON CITY COUNCIL: Mayor Pcilident Attest: City Clerk VU CITY OF RENTON Lake Washington North Storm & Water Improvement Project SWP-27-3531 SCOPE OF WORK The work involved under the terms of this contract document shall be full and complete installation of the facilities, as shown on the plans and as described in the construction specifications, to include but not be limited to: • Removing existing curb, storm pipe,headwall,tree(s), fences,and grubbing. • Removing and relocating monuments and signs. • Installing 810 feet of new 24-inch storm line, 100 feet of new 12-inch storm line, 70 feet of new 18-inch storm line, 9 MH/CBs, 1 flow splitter ME, 1400 feet of 12-inch ductile iron watermain pipe,fire hydrants,valves and bio-Swale. • Making connections to the existing water system. • Installing new curb, gutter, 235 feet of 12-feet wide pervious cement concrete sidewalk, concrete panels, and access driveway. • Restoring landscaping on side slopes and asphalt with half street overlay. • Installing new landscaping and irrigation. • Removing and restoring concrete and/or asphalt pavement along with re-stripping. The estimated project cost is.$1,000,000 to $1,000,000. A total of 80 working days is allowed for completion of the project. For Bid Item Descriptions see Special Provisions Section 1-09.14 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. 04-SCOPE-WORK.D00 i r 1 ti NE 44TH Y Ex IT 7 Ln 0v 0 jC> ��` SITE � 0 o � s j � a 0 O of m C7 w z v CL CL Ln I ET F`91 L �O E D C _ CITY OF RENTON o LAKE WASHINGTON BLVD in STORM AND WATER SYSM BeR0VEIIENM NEIGHBORHOOD MAP J CO Ln CsY,sy 8c Di�so�aq I�aa ca+sam c o NEERS i, F- iu [C INSTRUCTIONS TO BIDDERS 1. Sealed bids for this proposal will be received by the City of Renton at the office of the Renton City Clerk,Renton City Hall,until the time and date specified in the Call for Bids. At that time the bids will be publicly opened and read, after which the bids will be considered and the award made as early as practicable. No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall be submitted on the forms attached hereto. 2 Any omissions, discrepancies or need for interpretation should be brought, in writing, to the attention of the Project Engineer. Written addenda to clarify questions that arise may then be issued. No oral statements by Owner, Engineer, or other representative of the owner shall, in any way, modify the contract documents, whether made before or after letting the contract. 3 The work to be done is shown in the plans and/or specifications. Quantities are understood to be only approximate. Final payment will be based on actual quantities and at the unit price bid. The City reserves the right to add or to eliminate portions of that work as deemed necessary. 4. Plans may be examined and copies obtained at the Public Works Department Office. Bidders shall satisfy themselves as to the local conditions by inspection of the site. 5. The bid price for any item must include the performance of all work necessary for completion of that item as described in the specifications. 6. The bid price shall be stated in terms of the units indicated and as to a total amount. In the event of errors,the unit price bid will govern. Illegible figures will invalidate the bid. 7. The right is reserved to reject any and/or all bids and to waive informalities if it is deemed advantageous to the City to do so. 8. A certified check or satisfactory bid bond made payable without reservation to the Director of Finance of the City of Renton in an amount not less than 5% of the total amount of the bid shall accompany each bid proposal. Checks.will be returned to unsuccessful bidders immediately following the decision as to award of contract. The check of the successful bidder will be returned provided he enters into a contract and furnishes a satisfactory performance bond covering the full amount of the work within ten days after receipt of notice of intention to award contract. Should he fail, or refuse to do so,the check shall be forfeited to the City of Renton as liquidated damage for such failure. 9. All bids must be self-explanatory. No opportunity will be offered for oral explanation except as the City may request further information on particular points. 10. The bidder shall, upon request, furnish information to the City as to his financial and practical ability to satisfactorily perform the work. 11. Payment for this work will be made in Cash Warrants. 12. The contractor shall obtain such construction insurance (e.g. fire and extended coverage, worker's compensation, public liability, and property damage as indicated on forms enclosed under Attachment ' A herein and as identified within Specification Section 1-07.18. I Revised:04/06 bh 13. The contractor, prior to the start of construction, shall provide the City of Renton a detailed bar chart type construction schedule for the project. 14 Before starting work under this contract,the Contractor is required to supply information to the City of Renton on all chemical hazards Contractor is bringing into the work place and potentially exposing City of Renton Employees. j15. Payment of retainage shall be done in accordance with Section 1-09.9(1) "Retainage. 16. Basis For Approval The construction contract will be awarded by the City of Renton to the lowest, responsible, responsive bidder. The bidder shall bid on all bid schedules items of all schedules set forth in the bid forms to be jconsidered responsive for award. The total price of all schedules will be used to determine the successful low responsive bidder. Partial bids will not be accepted. The owner reserves the right to award any or all schedules of the Bid to meet the needs of the City. The intent is to award to only one BIDDER. 17. Trench Excavation Safety Systems As required by RCW 39.04.180, on public works projects in which trench excavation will exceed a depth of four feet, any contract therefor shall require adequate safety systems for the trench excavation that meet the requirements of the Washington Industrial Safety and Health Act, Chapter 49.17 RCW. These requirements shall be included in the Bid Schedule as a separate item. The costs of trench safety systems shall not be considered as incidental to any other contract item and any attempt to include the trench safety systems as an incidental cost is prohibited. 18. Payment of Prevailing Wages In accordance with Revised Code of Washington Chapters 39.12 and 49.28 as amended or supplemented herein, there shall be paid to all laborers, workmen or mechanics employed on this contract the prevailing rate of wage for an hour's work in the same trade or occupation in the area of work regardless of any contractual relationship which may exist, or be alleged to exist, between the CONTRACTOR and any laborers,workmen, mechanics or subconsultants. The most recent issue of the prevailing wage rates are included within these specifications under section titled "Prevailing Minimum Hourly Wage Rates". The Contractor is Responsible for obtaining updated issues of the prevailing wage rate forms as they become available during the duration of the contract. The wage rates shall be included as part of any subcontracts the Contractor may enter into for work on this project. t19. Pollution Control Requirements Work under this contract shall meet all local, state and federal requirements for the prevention of environmental pollution and the preservation of public natural resources. The CONTRACTOR shall conduct the work in accordance with all applicable pollution control laws. The CONTRACTOR shall comply with and be liable for all penalties, damages, and violations under Chapter 90.48 RCW, in performance of the work. The CONTRACTOR shall also comply with Article 4 in the Puget Sound Air Pollution Control Agency Regulation III regarding removal and encapsulation of asbestos materials. Revised:04/06 bh I 20. Standard Specifications All work under this contract shall be performed in accordance with the following standard specifications except as may be exempted or modified by the City of Renton Special Provisions or other sections of these contract documents. These standard specifications are hereby made a part of this contract and shall control and guide all activities within this project whether referred to directly, paragraph by paragraph, or not. 1. WSDOT "2010 Standard Specifications for Road,Bridge and Municipal Construction" hereinafter referred to by the abbreviated title "Standard Specifications." A. Any reference to "State," "State of Washington," "Department of Transportation," "WSDOT," or any combination thereof in the WSDOT standards shall be modified to read "City of Renton," unless specifically referring to a standard specification or test method. B. All references to measurement and payment in the WSDOT standards shall be deleted and the measurement and payment provisions of Section 1-09 of the City of Renton Special Provisions,Measurement and Payment(added herein), and Section 1-09.14 shall govern. 21. If a soils investigation has been completed, a copy may be included as an appendix to this document. If one has not been provided for this project by the City or Engineer, the Bidders shall familiarize themselves adequately with the project site and existing subsurface condition as needed to submit their bid. Upon approval of the City, the Bidder may make such subsurface explorations and investigations as they see fit. The Bidder shall be responsible for protection of all existing facilities, utilities and other buried or surface improvements and shall restore the site to the satisfaction of the City. 22 Bidder's Checklist ❑ It is the responsibility of each bidder to ascertain if all the documents listed on the attached index are included in their copy of the bid specifications. If documents are missing, it is the sole responsibility of the bidder to contact the City of Renton to obtain the missing documents prior to bid opening time. ❑ Have you submitted, as part of your bid, all documents marked in the index as"Submit With Bid"? O Has bid bond or certified check been enclosed? ❑ Is the amount of the bid guaranty at least 5 percent of the total amount of bid including sales tax? ❑ Has the proposal been signed? ❑ Have you bid on ALL ITEMS and ALL SCHEDULES? ❑ Have you submitted the Subcontractors List(If required) ❑ Have you reviewed the Prevailing Wage Requirements? ❑ Have you certified receipt of addenda, if any? Revised:04/06 bh I, CAG-11-030 CITY OF RENTON u CALL FOR BIDS Lake Washington Boulevard North Storm & Water System Improvement Project � I SWP-27-3531 Sealed bids will be received until 2:30 p.m., Tuesday, March 15, 2011, at the City Clerk's office, 7th floor, and will be opened and publicly read in conference room #511 on the 5th floor, Renton City Hall, 1055 South Grady Way, Renton WA 98057, for the Lake Washington Boulevard North Storm & Water Improvement Project. The work to be performed within 80 working days from the date of commencement under this contract shall include, but not be limited to: it Removing existing curb, storm pipe, asphalt roadway, headwall, concrete panels, and grub and remove vegetation. Remove and relocate sign. Install 810 feet of new 24-inch storm pipe, 100 feet of new 12-inch storm pipe, 70 feet of new 18 inch diameter storm pipe, 9 manholes, 1 flow splitter, i1400 feet of new 12-inch diameter ductile iron water pipe,fire hydrants,valves, concrete panels, and a bio-Swale. Provide traffic control, erosion control, dewatering, fill, 280 feet of pervious cement concrete sidewalk, landscape strip, maintenance access entrance, curb and half street asphalt itoverlay and restoration. The estimated project cost is$1,000,000 to$1,100,000. The City reserves the right to reject any and/or all bids and to waive any and/or all informalities. I Bid documents will be available February 24,2011. Plans, specifications, addenda, and the plan holders list for this project are available on-line through Builders Exchange of Washington, Inc., at i� http://www.bxwa.com. Click on "bxwa.com"; "Posted Projects", "Public Works", "City of Renton", "Projects Bidding". (Note: Bidders are encouraged to "Register as a Bidder," in order to receive automatic email notification of future addenda and to be placed on the "Bidders List.") Questions about the project shall be addressed to, Steve Lee, City of Renton, Public Works Dept., 1055 Grad Way, Floor Renton WA 98057 hone 425 430-7205 fax(425)430-7241. Y Y, , P ( ) A certified check or bid bond in the amount of five percent (5%) of the total of each bid must accompany each bid. The City's Fair Practices, Non-Discrimination, and Americans with Disability Act Policies shall apply. I Bonnie I.Walton, City Clerk Published: Daily Journal of Commerce February 24, 2011 Daily Journal of Commerce February 28, 2011 it 1 1 - BID SECTION Lake Washington Boulevard North Storm & Water System Improvement Project SWP-27-3531 The following documents must be submitted for the bid at the time noted, and must be executed by the Contractor, President and Vice President or Secretary if corporation by-laws permit. All pages must be signed. In the event another person has been duly authorized to execute contracts, a copy of the corporation minutes establishing this authority must be attached to the bid document. *Proposal and Combined Affidavit& Certificate Form: Non-Collusion,Anti-Trust Claims, and Minimum Wage Form *Bid Bond Form *Schedule of Prices *Acknowledgement of Addenda(if any) **Subcontractors List (may be required for this project) * Submit with Bid ** Submit with Bid or within 24 hours of bid For Bid Item Descriptions see Special Provisions Section 1-09.14 23 Bidder's Checklist ❑ It is the responsibility of each bidder to ascertain if all the documents listed on the attached index are included in their copy of the bid specifications. If documents are missing, it is the sole responsibility of the bidder to contact the City of Renton to obtain the missing documents prior to bid opening time. ❑ Have you submitted, as part of your bid, all documents marked in the index as"Submit With Bid"? ❑ Has bid bond or certified check been enclosed? ❑ Is the amount of the bid guaranty at least 5 percent of the total amount of bid including sales tax? ❑ Has the proposal been signed? ❑ Have you bid on ALL ITEMS and ALL SCHEDULES? ❑ Have you submitted the Subcontractors List(If required) ❑ Have you reviewed the Prevailing Wage Requirements? ❑ Have you certified receipt of addenda, if any? 08-BID Section.DOC\ Proposal-Page 1 CITY OF RENTON Lake Washington North Storm and Water Improvement Project SWP-27-3531 PROPOSAL TO THE CITY OF RENTON RENTON, WASHINGTON 1 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 1 available, in accordance with the said plans, specifications and contract and the following schedule of rates and prices: 1 (Note: Unit prices for all items,all extensions,and total amount of bid should be shown. Show unit prices numerically.) The undersigned certifies and agrees to the following provisions: 1 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 orequipment to ut in a sham bid or an other person or corporation to refrain from bidding, P � Y P rp b dd ng, 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. 1 AND 1 CERTIFICATION RE: ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER Vendor and purchaser recognize that in actual economic practice overcharges resulting from anti-trust violations are in fact usually borne by the purchaser. Therefore, vendor hereby assigns to purchaser any and all claims for such over-charges as to goods and materials purchased in connection with this.order or contract, except as to overcharges resulting from anti-trust violations commencing after the date of the bid, quotation, 1 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. 1 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 i Page 12 Proposal 'Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale ' Proposal-Page 2 ' performance of such work; not less than the prevailing rate of wage or not less than the minimum rate of wages as specified in the principal contract: that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. ' FOR: PROPOSAL, NON COLLUSION AFFIDAVIT, ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER AND MINIMUM WAGE AFFIDAVIT Name of Bidder's Firm ' Printed Name C„T Signature Address: fi'550 i-(q- IM- We St4.yia,WA 18 i avi, Names of Members of Partnership: kevin C. yle.&_,% 1 OR Name of President of Corporation Name of Secretary of Corporation Corporation Organized under the laws of With Main Office in State of Washington at ' Subscribed and sworn to before me on this 1154" day of �,20it . 144—6 �, Notary Public in and for the State of Washington BRETT S FRANCESCHINA Notary Public Notary(Print)'3W-* Sa � �1Ce5 1 State of Washington My Commission Expires My appointment expires: 02131 I2»X'L December 31 , 2012 i 1 Page 13 Provided to Builders Exchange of WA,Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale + f BID BOND FORM ' Herewith find deposit in the form of a certified check, cashier' check, cash or bid bond in the amount of$_ which amount is ess th fi rcent of the total bid. C ' Si a re ' Know All Men by"These Presents: That we, _ KC Ec dip 1 T,Z,C , as Principal, and RLI Insurance Company as Surety, are held and firmly bound unto the City of Renton, as Obligee, in the penal sum of Five percent of totsa.1- amount hi d 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 Lake Washineton North Storm & Water Improvement Proiect 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 11 DAY OF arc 20 11 P a - y Surety Kenneth J. Frick Attorney—in—Fact Received return of deposit in the sum of$ 10-Bi dBond.DOO ' F'age 14 Bid Bond Form Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale ® RLI Surety POWER OF ATTORNEY LI P.O.Box 3967 1 Peoria,IL 61612-3967 RPhone:(800)645-2402 1 Fax:(309)689-2036 RLI Insurance Company ' www.rlicorp.com Know All Men b y These Presents: 'That this Power of Attorney is not valid or in effect unless attached to the bond which it authorizes executed, but may be detached by the approving officer if desired. 'That RLI Insurance Company,an Illinois corporation,does hereby make,constitute and appoint: 1:enneth J.Frick,Donna S.Martinez.Alex B.Hodge Matthew Brandt Rod Lewis jointly or severally in the City of Yakima , State of Washington its true and lawful Agent and Attorney in Fact, with full power and authority hereby conferred, to sign, execute, acknowledge and deliver for and on its behalf as Surety, the following described bond. Any and all bonds,undertakings,and recognizances in an amount not to exceed Ten Million Dollars($10,000,000)for any single obligation. 'The acknowledgment and execution of such bond by the said Attorney in Fact shall be as binding upon this Company as if such bond had been executed and acknowledged by the regularly elected officers of this Company. The RLI Insurance Company further certifies that the following is a true and exact copy of the Resolution adopted by the Board of Directors of RLI Insurance Company,and now in force to-wit: ' All bonds,policies,undertakings,Powers of Attorney or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or Agents who shall have authority to issue bonds, policies or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation.The signature of any such officer and the corporate seal may be printed by facsimile." IN WITNESS WHEREOF,the RLI Insurance Company has caused these presents to be executed by its Vice President with its corporate seal affixed this 8th day of February, 2011 .�```0EtANCE C'a'o� o RLI Insurance Company _.-gr -•- State of Illinois S E A L : = BY: -� SS Roy C.Di Vice President County of Peoria �''��61 N`p�s�o`,` 10n this 8tb day of February 2011 before me, a Notary CERTIFICATE Public, personally appeared Roy C. Die who being by me duly sworn, I, the undersigned officer of RLI Insurance Company, a stock acknowledged that he signed the above Power of Attorney as the aforesaid corporation of the State of Illinois, do hereby certify that the attached officer of the RLI Insurance Company and acknowledged said instrument to be Power of Attorney is in full force and effect and is irrevocable; and the voluntary act and deed of said corporation. furthermore, that the Resolution of the Company as set forth in the Power of Attorney, is now in force. In testimony whereof, I have hereunto set my hand and the seal of thg I Insurance Company this 11 day of March GO1 BY RLI Insurance Company ' Cherie L.Montgomery Notary Public J �t:i "OFFICIAL SEAL° BY: ' '.� CHERIE L.MONTGOMERY Roy C.D Vice President ' STATEOF �NON� COMMISSION EXPIRES 02/02/12 4665729030110 A0059207 CITY OF RENTON ' Lake Washington North Storm & Water Improvement Project SWP-27-3531 ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA r ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA ' NO._� DATE:—3 IZ I 7-0V N NO.�_ DATE: '3 Zp1 ' NO. DATE: NO. DATE: NO. DATE: ' SIGNED: % TITLE: tNAME OF COMPANY: C .n LVL ADDRESS: NS SC �I`-f" CITY/STATE/ZIP: 'Spa WA q,,91 aC ' TELEPHONE: 206-3c,q—3 Gp--}— Page 15 Acknowledgment of Receipt of Addenda 'Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale i CITY OF RENTON ' SCHEDULE W OF PRICES Lake Washington Boulevard North Storm &Water System Improvement Project (Sales Tax Rule 171 Applies To This Project for Schedule A) ' SEE SPECIAL PROVISIONS SECTION 1-09.14 FOR BID ITEMS. 'Note: Show UNIT PRICE and TOTAL AMOUNT In figures only. ' ADDENDUM1 ITEM ITEM WITH UNIT PRICED BID APPROX. UNIT PRICE* TOTAL AMOUNT" NO. QUANTITY Dollars Cents Dollars Cents i A-1 Mobilization Cleanup and Demobilization 1 LS Per LS Construction Surveying, Staking &Record A-2 1 lo_B _ _._0�', ' Drawings LS _ Per LS %0'God ©© A-3 Re-establish Existing Monuments 3 11-Goa.C9_ 3 ocio'c a ' EA _ Per EA A-4 Traffic Control 1 j ® C®_ LS Per LS 0�°fib tap ' A-5 Temporary Water Pollution!Erosion 1 S Control LS Per LS 5'd4D,®® A-6 Dewatering (non-watermain worts) 1 _ Q6jecNZk 5rooc�.00 LS Per LS A-7 Potholing 5 _145D0.tP0 EA Per EA A-8 Temporary Stormwater Bypass Pumping LS _ �1_a00 Per 15,cwt®0 ' A 9 Trench Shoring and Excavation Safety 1 1 bl'ao Systems LS Per LS DOO.O® A-10 Locate and Protect Existing Utilities 1 _J®rLbq.q? i p`rsr'c', 00 LS Per LS A-11 Clearing and Grading 1 I Sae - ' LS Per LS I Sr 000.C'0 A-12 Removal of Structures and Obstructions 1 Cl.000s 00 � ' LS Per LS CPEP Storm Sewer Pipe 12-inch Dia. (incl A-13 144 _ 45,00_ _ bedding) LF LF Per ' CPEP Storm Sewer Pipe 18-inch Dia. (incl _ _ _ _ _ .cc, A-14 bedding) 70 _ ��Q60t 0 a LF Per LF ' CPEP Storm Sewer Pipe 24-inch Dia. (incl _ �� A-15 bedding) LF P`e LF� N-4`tw'ep Class V Reinforced Concrete Drain Pipe ' A-16 355 _ sto.0_(3_ 33r SD O s©o 24-inch Dia. (incl bedding) LF Per LF ' ADDENDUM 1 -Schedule of Prices Page 2 'Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale I i CITY OF RENTON ' SCHEDULE W OF PRICES Lake Washington Boulevard North Storm &Water System Improvement Project ' (Sales Tax Rule 171 Applies To This Project for Schedule A) SEE SPECIAL PROVISIONS SECTION 1-09.14 FOR BID ITEMS. 'Note: Show UNIT PRICE and TOTAL AMOUNT in figures only- ADDENDUM I ITEM ITEM WITH UNIT PRICED BID APPROX. UNIT PRICE* TOTAL AMOUNT" NO. QUANTITY Dollars Cents Dollars Cents A-17 Catch Basin,Type 1 (incl foundation rock) 1 EA Per EA A-18 Catch Basin,Type 2-48 inch Dia. 7 YI LZiSr�-o ' EA Per EA 8tti0®`C)O A-19 Catch Basin, Type 2-Additional Height, 48- 30 in. VF Per VF A-20 Catch Basin, Type 2-60 inch Dia. 1 _lif?0b'0® �6 Qp,pO EA Per EA _ j i A-21 Cutout of Ex.24-inch Storm Pipe 1 _(y$Q��oc ,�S-p�00 LS Per LS Flow Splitter Catch Basin Type 2-72 inch A-22 Dia. 1 5jo-ot- �o 5,000. too EA Per EA A-23 Gravel Borrow 850 _ 1�5®Dv_ _ 12tg5©-oat TN Per TN A-24 Bank Run Gravel for Trench Backfill 4,220 _ 10. _ Li2`Zop� TN Per TN t A-25 Unsuitable Foundation Excavation, (incl 140 _ 2 is. dam_ haul) CY Per CY 2160D. On A-26 Gravel Backfill for Foundation Class B 250 _ I S°"_ 3,q TN Per TN A-27 Cement Concrete Driveway Entrance& 1 S�_ ' Access Pad LS Per LS 5°w,oo A-28 Cement Concrete Curb and Gutter 765 15,acs LF _ Per LF A-29 Pervious Cement Concrete Sidewalk 320 _ S�Oc�_ 13I bed, pp I SY Per SY ' A-30 Non-pervious Cement Concrete Sidewalk 30 _ tiS 0 _ ii 35 a oa j SY Per SY i i ' A-31 Crushed Surfacing Top Coarse 180 _ 2b. TN I Per TN A-32 Sawcutting(Less than 6-inch) 520 _ !/_Oo _ 20,50 ,e 0 LF Per LF ' ADDENDUM 1 -Schedule of Prices Pacle 3 'Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale CITY OF RENTON SCHEDULE 'A' OF PRICES Lake Washington Boulevard North Storm &Water System Improvement Project ' (Sales Tax Rule 171 Applies To This Project for Schedule A) SEE SPECIAL PROVISIONS SECTION 1-09.14 FOR BID ITEMS. 'Note: Stow UNIT PRICE and TOTAL AMOUNT in figures only, ' ADDENDUM1 ITEM ITEM WITH UNIT PRICED BID APPROX. UNIT PRICE TOTAL AMOUNT* NO. QUANTITY Dollars Cents Dollars Cents A-33 Grind Existing Pavement 1,390 _ O _ _ SY Per SY 5, 0`i.®o I Temporary Cold Mix Asphalt Concrete A 50 _ (_�_O_0 ' Patch TN Per TIN 5`5,00, Trench/Temp HMA Patching Class 1/2" A-35 PG 64-22 1,087 �r�6®_ 3 0,C'C"`0 2 c SY Per SY ' A-36 HMA Class 1/2" PG 64-22 2,670 3 0® SY Per SY A-37 Concrete Panel Repair 55 _ SY Per SY A-38 Restore Pavement Markings 1 S _ � ^coo_ �' pop, 1 LS Per LS A-39 Topsoil Type C. 125 _ `°�_ CY Per CY A-40 Seeding, Fertilizing, and Mulching 600 0_a o u5_ _ _ SY Per ' A-41 Bioswale 1 1 cs,o .��_ I a ;aewak.V 0. LS Per LS A-42 Debris Barrier 1 _ l°tt aC>- LS Per LS a0 A-43 Temporary Block Wall 130 _. �,�fo _ �l r 999,t3D ' BL Per BL A-44 Project Sign 1 _ �( ®Q 50®=00 ' LS Per LS A-45 Television Inspection 1 _ 1, q'pD ®® (� C700.00 LS Per LS A-46 Compaction Testing 50 _ /�b_oo_ 9'0© EA Per EA t3m�t� A-47 Irrigation, Controller and Irrigation Meter 1 Orr✓ I Q I Ooc�. p p LS Per LS A-48 Landscape Strip Planting and Sod 1 _-f_��_ _ eC -4xcxc>,vc l LS Per LS ADDENDUM 1 -Schedule of Prices Page 4 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale CITY OF RENTON SCHEDULE 'N OF PRICES Lake Washington Boulevard North Storm &Water System Improvement Project ' (Sales Tax Rule 171 Applies To This Project for Schedule A) SEE SPECIAL PROVISIONS SECTION 1-09.14 FOR BID ITEMS. 'Note: Show UNIT PRICE and TOTAL AMOUNT in figures only. t ADDENDUMI ITEM ITEM WITH UNIT PRICED BID APPROX. UNIT PRICE" TOTAL AMOUNT" NO. QUANTITY Dollars Cents Dollars Cents Initial Soils and Foundation Exploration for A-49 1 5�®•O 0 Building - - - - �j oco.©o LS Per LS � A-50 Structural Pin Pile Design 1 -�Aoa oc� ' LS Per LS Structural Pin Pile Support for Existing A-51 30 3(q-A.c'O I 1 �O i c>, onm Building EA Per EA ' A-52 Minor Changes(Schedule A:Storm/Road) 1 $ 15,000.00 $15,000.00 LS 'Per LS ' Schedule A Subtotal 56(o `i`1 a �O tI j tt' f li ' ADDENDUM 1 -Schedule of Prices Page 5 'Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale CITY OF RENTON SCHEDULE 'B' OF PRICES ' Lake Washington Boulevard North Storm &Water System Project Improvement Proj P (Sales Tax Rule 170 Applies To This Project for Schedule B) ' SEE SPECIAL PROVISIONS SECTION 1-09.14 FOR BID ITEMS. "Note: Show UNIT PRICE and TOTAL AMOUNT in figures only. ' ITEM ITEM WITH UNIT PRICED BID APPROX. UNIT PRICE' TOTAL AMOUNT* NO. QUANTITY Dollars Cents Dollars Cents ' B-1 Mobilization, Cleanup and Demobilization 1 215,o00,op LS _Per LS z5t OOH°bo B-2 Construction Surveying, Staking & Record 1 Drawings LS —Pero—LL'S-- — 'j cco`00 B-3 Traffic Control 1 _ 1_5(®Oo•o_ LS Per_LS 1.51000.00 B-4 Potholing 15 _1)5-C)0.00 EA Per EA 2 ' B-5 Trench Shoring and Excavation Safety 1 SbC)�Systems ao Per L _ SvC7.©o LS S ' B-6 Locate and Protect Existing Utilities 1 _ 560,x_ LS Per LS B-7 Removal of Structures and Obstructions 1 _S'W.0v _ 5 DO.p G ' LS Per LS B-8 Ductile Iron Water Main, 12-inch Dia. 1,470 C).� CL52 — 9 — — — �SiSt;7oa�c� LF Per LF B-9 Fusion Epoxy Coated Welded Steel Pipe, 12 inch Dia. 80 —1-5-P , ©G LF Per LF ' B-10 Megalug Restraint Harness Assembly 35 _ /Co yc_> 3�s"�` ©c3 EA Per EA B-11 Connection to Ex. 12-inch water main 1 —Per_EA 00. (t, Connection to Ex. 12-inch water main 3 t� B-12 (Sta. 22+19) 1 �o6.Per EA 3`500`00 ' B-13 Concrete Thrust Blocking and Dead-Man 120 _ _570_,_0©_ _ Anchor Blocks CY Per CY 16%OW .0a ' B-14 Additional Ductile Iron Fittings 500 _ 6,08 — LB Per LB 310O0•M ' B-15 Gate Valve, 12-inch 13 _/J�-a© e�pe0 EA Per EA B-16 Fire Hydrant Assembly 7 _ c�voo EA Per EA (r opp.00 t Schedule of Prices Page 20 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale CITY OF RENTON SCHEDULE `B' OF PRICES Lake Washington Boulevard North Storm & Water System Improvement Project (Sales Tax Rule 170 Applies To This Project for Schedule 13) SEE SPECIAL PROVISIONS SECTION 1-09.14 FOR BID ITEMS. "Note: Show UNIT PRICE and TOTAL AMOUNT in figures only. ' ITEM ITEM WITH UNIT PRICED BID APPROX. UNIT PRICE- TOTAL AMOUNT` NO. QUANTITY Dollars Cents Dollars Cents B-17 Bank Run Gravel for Trench Backfill 1,560 _ _� 0O TN Per TN Unsuitable Foundation Excavation, (incl B-18 320 haul) _ Zc�,— _ ' CY Per CY B-19 Gravel Backfill for Foundation Class B 580 _ I s.oc>Per_TN_ TN 1 B-20 Crushed Surfacing Top Coarse 150 _ _15'C>_P_ z TN Per TN ' B-21 Sawcutting (Less than 6-inch) 2,540 _ _J1.00 _ LF Per LF /of` ISO- �® B-22 Sawcutting (Greater than 6-inch) 60 _ _9'W_ _ _ A/130,00 LF Per LF B-23 Minor Changes 1 $ 10,000.00 LS Per LS Schedule B Subtotal B-1 to B-23 _Z CoZ,L-%R 0 •0G ' Schedule B 9.5%Sales Tax 9 3( .55 Schedule B Sub-Total Z61 J1Zfo­55 t 1 Schedule of Prices Page 21 'Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale Lake Washington Boulevard North Storm &Water System Improvement Project (TOTAL SCHEDULE A&SCHEDULE B) SEE SPECIAL PROVISIONS SECTION 1-09.14 FOR BID ITEMS. `Note: Show UNIT PRICE and TOTAL AMOUNT in figures only. Schedule A Subtotal ' L S-ao Schedule B Subtotal ,A 2 z ,5 ' Schedule A&Schedule B Total= 55 I I II t Page 22 'Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale 2 — CONTRACT SECTION INFORMATION ONLY Lake Washington Blvd North Storm & Water System Improvement Project SWP-27-3531 The contract documents in this section must be executed and submitted by the successful Bidder within ten(10) days following the Notice of Award. ❖Bond to the City of Renton ❖Fair Practices Policy Affidavit of Compliance ❖Contract Agreement(Contracts other than Federal -Aid FHWA) ❖Retainage Selection ❖City of Renton Insurance Information Form ❖City of Renton Standard Endorsement Form ❖ Submit after Notice of Award I III 14-CONTRACT Section.DOC\ ' D City of tCITY OF RENTON FAIR PRACTICES POLICY ' AFFIDAVIT OF COMPLIANCE K it r� `.pdv�e✓� - L I.-C. . hereby confirms and declares that: (Name of contractor/subcontractor/consultant) I. It is the policy of the above-named contractor/subcontractor/consultant,to offer equal opportunity to all qualified employees and applicants for employment without regard to their ' race; religion/creed; national origin; ancestry; sex; the presence of a physical, sensory, or mental ' disability; age over 40; sexual orientation or gender identity; pregnancy; HIV/AIDS and Hepatitis C status; use of a guide dog/service animal; marital status; parental/family status; military status; ' -or veteran's status. II. The above-named contractor/subcontractor/consultant complies with all applicable federal, ' state and local laws governing non-discrimination in employment. ' III. When applicable,the above-named contractor/subcontractor/consultant will seek out and negotiate with minority and women contractors for the award of subcontracts. tPrint Agent/Representative's Name ' Print Agent/Representative's Title Agent/Representative's Signature Date Signed Instructions: This document MUST be completed by each contractor, subcontractor, consultant and/or supplier. Include or attach this document(s)with the contract. C:\Users\Kevin Plea s\AppData\Local\Temp\Templ_fwforupcomingcontractsupdatedfairpracticessummarya.zip\Affidavit of Compliance FINAL 2011.doc ' BOND TO THE CITY OF RENTON Bond #: SSB 409595 KNOW ALL MEN BY THESE PRESENTS: ' That we,the undersigned KC Equipment, LLC ' as principal, and RLI Insurance Company corporation organized and existing under the laws of the State of Illinois 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$ 854,171 .55 for the payment of which sum on demand we bind ourselves and our successors, heirs,administrators or person representatives, as the case may be. ' This obligation is entered into in pursuance of the statutes of the State of Washington, the Ordinance of the City of Renton. Dated at Washington,this day of�,20 11. Nevertheless,the conditions of the above obligation are such that: ' WHEREAS, under and pursuant to Public Works Construction Contract CAG-11-n-In providing for construction of Lake WashinLyton Blvd North Storm & Water System ' Improvement Proiect 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; NOW, THEREFORE, if the principal shall faithfully perform all of the provisions of said contract in the manner and within the time therein set forth, or within such extensions of time as may be granted ' under said contract, and shall pay all laborers, mechanics, subcontractors and materialmen, and all persons who shall supply said principal or subcontractors with provisions and supplies for the carrying on of said work, and shall hold said City of Renton harmless from any loss or damage occasioned to any person or property by reason of any carelessness or negligence on the part of said principal, or any subcontractor in the performance of said work,and shall indemnify and hold the City of Renton harmless from any damage or expense by reason of failure of performance as specified in ' the contract or from defects appearing or developing in the material or workmanship provided or performed under the contract within a period of one year after its acceptance thereof by the City of Renton,then and in that event this obligation shall be void;but otherwise it shall be and remain in full force and effect. ' KC Equipment, LLC RLI Insurance Company Princip u ty r rkw ' Signa re Signature Donna S. Martinez Attorney—in—Fact ' Title Title Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale RL'® surety P.O. POWER OF ATTORNEY � P.O Box 3967 1 Peoria,IL 61612-3967 ' Phone:(800)645-2402 1 Fax:(309)689-2036 RLI Insurance Company www.rlicorp.com Know All Men by These Presents: ' That this Power of Attorney is not valid or in effect unless attached to the bond which it authorizes executed, but may be detached by the approving officer if desired. ' That RLI Insurance Company,an Illinois corporation,does hereby make,constitute and appoint: Kenneth J.Frick-Donna S Martinez Alex B Hodge Matthew Brandt Rod Lewis jointly or severally. ' in the City of Yakima , State of Washington its true and lawful Agent and Attorney in Fact, with full power and authority hereby conferred, to sign, execute, acknowledge and deliver for and on its behalf as Surety, the following described ' bond. Any and all bonds,undertakings,and recognizances in an amount not to exceed Ten Million Dollars($10,000,000)for any single obligation. ' The acknowledgment and execution of such bond by the said Attorney in Fact shall be as binding upon this Company as if such bond had been executed and acknowledged by the regularly elected officers of this Company. ' The RLI Insurance Company further certifies that the following is a true and exact copy of the Resolution adopted by the Board of Directors of RLI Insurance Company,and now in force to-wit: All bonds,policies,undertakings,Powers of Attorney or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint ' Attorneys in Fact or Agents who shall have authority to issue bonds, policies or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation.The signature of any such officer and the corporate seal may be printed by facsimile." IN WITNESS WHEREOF,the RLI Insurance Company has caused these presents to be executed by its Vice President with its corporate seal affixed this 11th day of March 2011 SJ ECO, RLI Insurance Company ���• RPOft) •��� : SEAL : = - - ' State of Illinois SS BY: 1 ••,• •;: Roy C.Di Vice President County of Peoria Jj ',,',�O�i�((� �pgrmm���a CERTIFICATE On this 11th day of March 2011 before me, a Notary Public, personally appeared Roy C. Die who being by me duly sworn, 1, the undersigned officer of RLI Insurance Company, a stock acknowledged that he signed the above Power of Attorney as the aforesaid corporation of the State of Illinois,do hereby certify that the attached officer of the RLI Insurance Company and acknowledged said instrument to be Power of Attorney is in full force and effect and is irrevocable; and ' the voluntary act and deed of said corporation. furthermore, that the Resolution of the Company as set forth in the Power of Attorney, is now in force. In testimony whereof, I have hereunig,set my hand andAhe seal of the RLI Insurance Company this_L,Vtay of 2011 ' BY: owya, RLI Insurance Company Cherie L.Montgomery Notary Public "OFFICIAL SEAL" By. 3 NOp1iV= r Roy C.D .STATE�. CHERIE L.MONTGOMERY Y Vice President W'= COMMISSION EXPIRES 02/02/12 ' 4665729030110 A0059207 CONTRACTS OTHER THAN FEDERAL-AID FHWA ' THIS AGREEMENT, made and entered into this �' day of 2011. by and between THE CITY OF RENTON, Washington, a municipal corporation of the State of Washington, hereinafter referred to as "CITY" and hereinafter referred to as "CONTRACTOR." �—T WITNESSETH: I) The Contractor shall within the time stipulated, (to-wit: within SO 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-27-3531 for improvement by construction and installation of: Lake Washington Blvd North Storm & Water System Improvement Project ' Work as described in"Scope of Work"dated February,2011 ,attached hereto. All the foregoing shall be timely performed, furnished,constructed, installed and completed ' in strict conformity with the plans and specifications, including any and all addenda issued by the City and all other documents hereinafter enumerated, and in full compliance with all applicable codes, ordinances and regulations of the City of Renton and any other governmental authority having jurisdiction thereover. It is further agreed and stipulated that ' all of said labor, materials, appliances, machines, tools, equipment and services shall be furnished and the construction installation performed and completed to the satisfaction and the approval of the City's Public Works Director as being in such conformity with the plans, ' specifications and all requirements of or arising under the Contract. The Contractor agrees to use recycled materials whenever practicable. 2) The aforesaid Contract,entered into by the acceptance of the Contractor's bid and signing of this agreement, consists of the following documents, all of which are component parts of said Contract and as fully a part thereof as if herein set out in full, and if not attached, as if hereto attached. ' a) This Agreement b) Instruction to Bidders c) Bid Proposal ' d) Specifications e) Maps and Plans f) Bid ' g) Advertisement for Bids h) Special Provisions, if any i) Technical Specifications, if any - 'Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale ' 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 t arrangement for the correction thereof be made,this Contract, shall, upon the expiration of said ten (10) day period, cease and terminate in every respect. In the event of any such termination,the City shall immediately serve written notice thereof upon the surety and the ' Contractor and the surety shall have the right to take over and perform the Contract, provided, however, that if the surety within fifteen (15) days after the serving upon it of such notice of termination does not perform the Contract or does not commence ' performance thereof, the City itself may take over the work under the Contract and prosecute the same to completion by Contract or by any other method it may deem advisable,for the account and at the expense of the Contractor, and his surety shall be liable to the City for any excess cost or other damages occasioned the City thereby. In such event, ' the City, if it so elects, may, without liability for so doing,take possession of and utilize in completing said Contract such materials, machinery, appliances, equipment, plants and other properties belonging to the Contractor as may be on site of the project and useful therein. ' 4) The foregoing provisions are in addition to and not in limitation of gP an other Y rights or remedies available to the City. ' 5) Contractor agrees and covenants to hold and save the City, its officers, agents, representatives and employees harmless and to promptly indemnify same from and against ' any and all claims, actions, damages, liability of every type and nature including all costs and legal expenses incurred by reason of any work arising under or in connection with the Contract to be performed hereunder,including loss of life,personal injury and/or damage to property arising from or out of any occurrence, omission or activity upon, on or about the ' premises worked upon or in any way relating to this Contract. This hold harmless and indemnification provision shall likewise apply for or on account of any patented or unpatented invention,process,article or appliance manufactured for use in the performance ' of the Contract, including its use by the City, unless otherwise specifically provided for in this Contract. ' The Contractor agrees to name the City as an additional insured on a noncontributory primary basis. In the event the City shall, without fault on its part, be made a party to any litigation commenced by or against Contractor, then Contractor shall proceed and hold the City harmless and he shall pay all costs,expenses and reasonable attorney's fees incurred or ' paid by the City in connection with such litigation. Furthermore, Contractor agrees to pay all costs,expenses and reasonable attorney's fees that may be incurred or paid by City in the enforcement of any of the covenants,provisions and agreements hereunder. ' Nothing herein shall require the Contractor to indemnify the City against and hold harmless the City, from claims, demands or suits based solely upon the conduct of the City, its officers or employees and provided further that if claims or suits are caused by or result ' from the concurrent negligence of(a)the Contractor's agents or employees and(b)the City, 2 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale ' its agents, officers and employees, and involves those actions covered by RCW 4.24.115, this indemnity provision with respect to claims or suits based upon such concurrent ' negligence shall be valid and enforceable only to the extent of the Contractor's negligence or the negligence of the Contractor's agents or employees. ' Should a court of competent jurisdiction determine that this agreement is subject to RCW 4.24.115,then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the contractor and the city, its officers, officials, employees and volunteers, the contractor's liability ' hereunder shall be only to the extent of the contractor's negligence. It is further specifically and expressly understood that the indemnification provided herein constitute the contractor's waiver of immunity under the Industrial Insurance Act, Title 51 RCW, solely ' for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this agreement. ' 6) Any notice from one party to the other party under the Contract shall be in writing and shall be dated and signed by the party giving such notice or by its duly authorized representative of such party. Any such notice as heretofore specified shall be given by personal delivery ' thereof or by depositing same in the United States mail, postage prepaid, certified or registered mail. ' 7) The Contractor shall commence performance of the Contract no later than 10 calendar days after Contract final execution, and shall complete the full performance of the Contract not later than 80 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. Defective or Unauthorized Work. The City reserves its right to withhold payment from Contractor for any defective or unauthorized work. Defective or unauthorized work includes, without limitation: work and materials that do not conform to the requirements of ' this Agreement; and extra work and materials furnished without the City's written approval. If Contractor is unable, for any reason, to satisfactorily complete any portion of the work, the City may complete the work by contract or otherwise, and Contractor shall be liable to ' the City for any additional costs incurred by the City. "Additional costs" shall mean all reasonable costs, including legal costs and attorney fees, incurred by the City beyond the maximum Contract price specified above. The City further reserves its right to deduct the cost to complete the Contract work, including any Additional Costs, from any and all ' amounts due or to become due the Contractor. I 3 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale t tThe 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. tFinal Payment: Waiver of Claims. THE CONTRACTOR'S ACCEPTANCE OF FINAL PAYMENT (EXCLUDING WITHHELD RETAINAGE) SHALL CONSTITUTE A WAIVER OF CONTRACTOR'S CLAIMS, EXCEPT THOSE PREVIOUSLY AND PROPERLY MADE AND IDENTIFIED BY CONTRACTOR AS UNSETTLED AT THE TIME FINAL PAYMENT IS MADE AND ACCEPTED. ' 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. ' 11) The Contractor shall verify, when submitting first payment invoice and annually thereafter, possession of a current City of Renton business license while conducting work for the City. ' The Contractor shall require, and provide verification upon request, that all subcontractors participating in a City project possess a current City of Renton business license. The Contractor shall provide, and obtain City approval of, a traffic control plan prior to tconducting work in City right-of-way. 12) The total amount of this contract is the sum of 1 854} 111,55 numbers ' t,�O Nvndred FAv Favr Aw5a.d ®ne&,d,e ue ,ic—Cents wntten words including Washington State Sales Tax. Payments will be made to Contractor as specified in the "Special Provisions"of this Contract. ' 13) INDEPENDENT CONTRACTOR. The parties intend that an Independent Contractor- Employer Relationship will be created by this Agreement and that the Contractor has the ' ability to control and direct the performance and details of its work, the City being interested only in the results obtained under this Agreement. 14) LIMITATION OF ACTIONS. CONTRACTOR MUST, IN ANY EVENT, FILE ANY ' LAWSUIT ARISING FROM OR CONNECTED WITH THIS AGREEMENT WITHIN 120 CALENDAR DAYS FROM THE DATE THE CONTRACT WORK 1S COMPLETE OR CONTRACTOR'S ABILITY TO FILE THAT CLAIM OR SUIT SHALL BE ' FOREVER BARRED. THIS SECTION FURTHER LIMITS ANY APPLICABLE STATUTORY LIMITATIONS PERIOD. ' 15) Non-Waiver of Breach. The failure of the City to insist upon strict performance of any of the covenants and agreements contained in this Agreement, or to exercise any option 4 ,Provided to Builders Exchange of WA, Inc.For usage Conditions Agreement see www.bxwa.com-Always Verify Scale tconferred by this Agreement in one or more instances shall not be construed to be a waiver or relinquishment of those covenants, agreements or options, and the same shall be and remain in full force and effect. 16) Written Notice. All communications regarding this Agreement shall be sent to the parties at ' the addresses listed on the signature page of the Agreement, unless notified to the contrary. Any written notice hereunder shall become effective three(3)business days after the date of mailing by registered or certified mail, and shall be deemed sufficiently given if sent to the addressee at the address stated in this Agreement or such other address as may be hereafter ' specified in writing. 17) Assignment. Any assignment of this Agreement by either party without the written consent ' of the non-assigning party shall be void. if the non-assigning party gives its consent to any assignment, the terms of this Agreement shall continue in full force and effect and no further assignment shall be made without additional written consent. 18) Modification. No waiver, alteration, or modification of any of the provisions of this Agreement shall be binding unless in writing and signed by a duly authorized representative of the city and Contractor. ' 19) Compliance with Laws. The Contractor agrees to comply with all federal, state, and municipal laws, rules, and regulations that are now effective or in the future become ' applicable to Contractor's business, equipment, and personnel engaged in operations covered by this Agreement or accruing out of the performance of those operations. 20) Counterparts. This Agreement may be executed in any number of counterparts, each of ' which shall constitute an original, and all of which will together constitute this one Agreement. 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. CON, R CITY OF REN N f ' a 'i ent/Partner 'w 'er Mayor Denis Law ATTEST Secretary Bonnie I . Walton, City Clerk rdba IBC. E4 v%i�v new 4- L%--c- Firm Name ' check one - ❑ Individual ® Partnership ❑ Corporation Incorporated in 5 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale ' 1 Attention: 1 If business is a CORPORATION, name of the corporation should be listed in full and both President and Secretary must sign the contract, OR if one signature is permitted by corporation by-laws, a copy of the by-laws shall be furnished to the City and made a part of the contract document. If business is a PARTNERSHIP, full name of each partner should be listed followed by d/b/a (doing business as)and firm or trade name;any one partner may sign the contract. 1 If business is an INDIVIDUAL PROPRIETORSHIP,the name of the owner should appear followed by d/b/a and name of the company. 1 1 1 1 1 i 1 1 1 1 6 :)MYj 1 ,Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale ' CITY OF RENTON ' Lake Washington Blvd North Storm & Water System Improvement Project SWP-27-3531 RETAINAGE SELECTION ' Per Standard Specifications Section 1-09.9(1)Retainage,and RC W 60.28,a sum of 5-percent of the monies earned by the Contractor will be retained from progress estimates. The retainage will be used as a trust fund for the protection and payment of(1)the State with respect to taxes,and(2)the claims of any person arising under the Contract. The Contractor shall select one of the options below for the retainage fund(check one): 1. Retained in a fund held by the City(non-interest bearing),or 2. Deposited by the City in an escrow account(interest bearing) in a bank,mutual savings bank,or ' savings and loan association. Deposits will be in the name of the City and are not allowed to be withdrawn without the City's written authorization. t _3. The City, at it's option,may accept a bond from the Contractor in lieu of retainage. If the Contractor selects option 2 or 3 it is fully responsible for selecting the bank or association to be ' used,and for making all arrangements and paying all costs associated with that option. All arrangements and forms needed for option 2 or 3 shall be submitted to the City for review and approval. ' Release of the Retainage will be made 60 days following the Completion Date provided the conditions in Special Provisions Section 1-09.9(1), and applicable State Regulations,are met. SIGNED: PMA= PRINT NAME: - �"YOu/1G2S�/l� l ' COMPANY: DATE: 312.&Z-_0 I I Provided to Builders Exchange of WA,Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale t INSURANCE INFORMATION and REQUIREMENTS 1 1 1 1 1 i City of Renton ' Human Resources & Risk Management Department Insurance Information Form tFOR:Lake Washington Blvd Storm&Water Systems Improvement Proiect PROJECT NUMBER: SWP-3531 STAFF CONTACT: Steve Lee Certificate of Insurance indicates the coverages/limits specified in [ Yes ❑ No contract? Are the following coverages and/or conditions in effect? ® Yes ❑ No ' The Commercial General Liability policy form is an ISO 1993 ® Yes ❑ No Occurrence Form or Equivalent? C-6 o601 1 001 ' (If no,attach a copy of the policy with required coverages clearly identified) CG 0043 Amendatory Endorsement provided?* i r%.6u ded i n FV] Yes ❑ No C 6 ODd 1 / poi General Aggregate provided on a"per project basis(CG2503)?* © Yes ❑ No Additional Insured wording provided?* ® Yes ❑ No Coverage on a primary basis and non-contributing basis?* © Yes ❑ No Waiver of Subrogation Clause applies?* © Yes ❑ No Severability of Interest Clause(Cross Liability)applies? ® Yes ❑ No ' Notice of Cancellation/Non-Renewal F'arzn, C600al 1001 ❑ Yes No amended to 45 days per RCW 48.18.290?* S c< _�o¢,n -rL Out 7 (l qg *To be shown on certificate of insurance* AM BEST'S RATING FOR CARRIER ' GL A - Auto A Umb 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. - e-r ,,1, L .r .4 Gu, /Ice js- T.c Oohn�3 MAAne2 Agency/Broker ', o pleted By(Type or Print Name) P 6 l3DY 1789 ]tc�,i►,a, t,A gt89a-) A Zkk�-,� Address Completed By(Signature) ' _M ez Mxp d �r cn d-� Sb 5• -2 q g • 3 sl g- Name of person to contact Telephone Number NOTE: THIS QUESTIONNAIRE MUST BE COMPLETED FOR EACH LINE OF COVERAGE AND ATTACHED TO CERTIFICATE OF INSURANCE ,Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale Starr Surplus Lines Insurance Company SSDC0006 0310 ' COMMON POLICY - DECLARATIONS Renewal of Number New Policy Polic No. SL PG-G L00240-00 ' Named Insured and Mailing Address Agent KC Equipment, LLC PGI Commercial ' 4550 49th Ave NE 65 Madison Ave Seattle, WA 98105 Morristown, NJ 07960 ' Policy Period: From 9/25/2010 To 9/25/2011 12:01 Standard Time at your mailing address shown above. (Unless otherwise Endorsed) Business Description: ' [�7 of Business: Individual Joint Venture Partnership _X LLC Trust Corporation ' IN RETURN FOR THE PAYMENT OF THE PREMIUM,AND SUBJECT TO ALL OF THE TERMS OF THIS POLICY,WE AGREE WITH YOU TO PROVIDE THE INSURANCE STATED IN THIS POLICY. THIS POLICY CONSISTS OF THE FOLLOWING COVERAGE PARTS FOR WHICH A PREMIUM IS INDICATED.THIS PREMIUM MAY ' BE SUBJECT TO ADJUSTMENT. COVERAGE PART COVERAGE PART DECLARATIONS PREMIUM (FORM NUMBER) Commercial General Liability SSDC0007 0310 $ 7,500.00 Terrorism N/A $ 75.00 Policy Fee N/A $ 250.00 TOTAL MINIMUM& DEPOSIT PREMIUM $ 7,825.00 ' Premium shown is payable: at inception $ 7,825.00 ' Service Fee: $250.00-WA Surplus Lines Tax:$161.50-OVA Audit Period is Policy Period shown above unless otherwise stated: Stamping Fee:$20.19-WA ' Date of Issue: 10/2412010 Countersigned By Authorized Representative l Schedule of Forms ' Named Insured KC Equipment, LLC 1 Policv No: SLPG-GL00240-00 Starr Surplus Lines Insurance Company Form Name Form Edition No ' Common Policy Declarations Page SSDC 0006 0310 Starr Surplus Lines Signature Page SSIL 0003 0310 Schedule of Forms SSDC 0015 0410 ' Common Policy Conditions IL00171198 Calculation of Premium IL00030908 OFAC Notice SSPN 002 0310 Service of Suit SSIL 0005 0310 Nuclear Energy Liability Exclusion Endorsement IL00210702 Disclosure to Terrorism Act SSIL 0002 0310 ' Pollutants Definition Amendment SSIL 0001 0310 0000 Minimum Earned Premium Endorsement SSDC 0013 0310 Claim Form SSCN 001 0310 Commercial General Liability Declarations Page SSDC 0007 0310 Commercial General Liability Coverage Form CG00011001 Employee and Benefits Liability Coverage CG04351207 ' Stop Gap Employers Liability Endorsement CG04421103 Deductible Liability Insurance CG03000196 Amendment of Insured Contract Definition CG24260704 ' Waiver of Transfer of Rights of Recovery Against Others CG24041093 Designated Construction Projects Aggregate Limit CG25030397 Basis of Premium Endorsement SSCG 0008 0210 Additional Insured -Owners, Lesees, or Contractors- Blanket as required by CG20101001 written contract on a primary&non-contributory basis Additional Insured -Completed Operations- Blanket as Required by Virtue of CG20371001 Written Contract ' Additional Insured - Lessor of Leased Equipment CG20340704 Total Pollution Exclusion with a hostile fire exception CG21550999 Cross Suits SSCG 0009 0210 ' Fungi or Bacteria Exclusion CG21671204 War Liability Exclusion CG00621202 Exclusion-Violation of Statutes CG00670305 ' Employment Related Practices Exclusion CG21471207 Exclusion-Contractors Professional Liability CG22790798 Exclusion- Exterior Insulation and Finish Systems CG21861204 Exclusion- Designated Operations Coverage by A Consolidated (Wrap-Up) CG21540196 Insurance Program Exclusion-Testing or Consulting E&0 CG22330798 Exclusion of Punitive Damages Related to TRIA CG21760108 Exclusion-Asbestos Liability SSCG 0012 0310 Exclusion—Lead Liability SSCG 0013 0310 Silica or Silica Related Dust Exclusion SSCG 0021 0310 Toxic Drywall Exclusion SSCG 0005 0210 Continuous or Progressive Injury& Damage Exclusion SSCG 0004 0210 Cap on Losses from Certified Acts of Terrorism CG21700108 ' Certified Acts of Terrorism Aggregate CG21800108 SSDC 0015 0410 (*Starr Surplus Lines Insurance Company SSDC0007 0310 COMMON GENERAL LIABILITY COVERAGE PART DECLARATIONS Policy No: SLPG-GL00240-00 ' LIMITS OF INSURANCE ' General Aggregate Limit(Other Than Products/Completed Operations) $ 2,000,000 Products-Completed Operations Aggregate Limit $ 2,000,000 Personal and Advertising Injury Limit $ 1,000,000 Each Occurrence Limit $ 1,000,000 ' Damage to Premises Rented to Your Limit $ 50,000 Medical Expense Limit $ 5,000 RETROACTIVE DATE CG 00 02 only) ' Coverage A of this insurance does not apply to"bodily injury"or"property damage"which occurs before the Retroactive Date, if any, shown here: NONE Enter Date or"None" if no Retroactive Date applies) LOCATION OF PREMISES Location of All Premises You Own; Rent of Occupy: 1. 4550 49th Ave NE, Seattle, WA 98105 Additional locations per application on file with the company at binding PREMIUM $ ' Rate Advance Premium Classification Code No. Premium Basis" Pr/Co All Other Pr/Co Pr/Co All Other Grading of Land 95410 Flat No Audit Flat Included Included Included $7,500 Sewer Mains 98820 Included Included Included Included Included Included Excavation 94007 Included Included Included Included Included Included r Total Minimum &Deposit Premium $7,500 a Area, c Total Cost, Payroll, s Gross Sales, u Units, o Other FORMS AND ENDORSEMENTS other than applicable Forms and Endorsements shown elsewhere in the policy) Forms and Endorsements applying to this Coverage Part that are made a part of this policy at time of issue and that ' add, change, exclude or limit coverage. See Schedule of Forms& Endorsements attached. THESE DECLARATIONS ARE PART OF THE POLICY DECLARATIONS CONTAINING THE NAME OF THE INSURED AND THE POLICY PERIOD ' COMMERCIAL GENERAL LIABILITY CG 00 01 10 01 COMMERCIAL GENERAL LIABILITY COVERAGE FORM 1 Various provisions in this policy restrict coverage. b. This insurance applies to "bodily injury" and Read the entire policy carefully to determine rights, "property damage"only if: duties and what is and is not covered. (1) The "bodily injury" or "property damage" is Throughout this policy the words "you" and "your" caused by an "occurrence"that takes place refer to the Named Insured shown in the Declara- in the"coverage territory"; ' tions, and any other person or organization qualifying (2) The "bodily injury" or "property damage" as a Named Insured under this policy. The words occurs during the policy period; and "we", "us" and 'bur" refer to the company providing ' this insurance. (3) Prior to the policy period, no insured listed The word "insured" means any person or organization under Paragraph 1. of An Insured and no "employee" authorized 11 — Who Is qualifying as such under Section II — Who Is An In- by you to give or receive notice of an "oc- currence" or claim, knew that the "bodily ' Other words and phrases that appear in quotation injury" or "property damage" had occurred, marks have special meaning. Refer to Section V — in whole or in part. If such a listed insured Definitions. or authorized "employee" knew, prior to the ' SECTION I —COVERAGES policy period, that the "bodily injury" or "property damage" occurred, then any con- COVERAGE A BODILY INJURY AND PROPERTY tinuation, change or resumption of such DAMAGE LIABILITY "bodily injury" or "property damage" during ' 1. Insuring Agreement or after the policy period will be deemed to a. We will pay those sums that the insured be- have been known prior to the policy period. comes legally obligated to pay as damages c. 'Bodily injury" or "property damage" which ' because of "bodily injury" or "property dam- occurs during the policy period and was not, age" to which this insurance applies. We will prior to the policy period, known to have oc- have the right and duty to defend the insured curred by any insured listed under Paragraph against any "suit' seeking those damages. 1. of Section II — Who Is An Insured or any ' However, we will have no duty to defend the "employee" authorized by you to give or re- insured against any"suit' seeking damages for ceive notice of an 'occurrence" or claim, in- "bodily injury" or "property damage" to which cludes any continuation, change or resumption this insurance does not apply. We may, at our of that "bodily injury" or "property damage" af- discretion, investigate any 'occurrence" and ter the end of the policy period. settle any claim or"suit'that may result. But: d. 'Bodily injury" or "property damage" will be (1) The amount we will pay for damages is deemed to have been known to have occurred limited as described in Section III — Limits at the earliest time when any insured listed un- Of Insurance; and der Paragraph 1. of Section II —Who Is An In- (2) Our right and duty to defend ends when we sured or any "employee" authorized by you to have used up the applicable limit of insur- give or receive notice of an occurrence or ance in the payment of judgments or set- claim: tlements under Coverages A or B or medi- (1) Reports all, or any part, of the "bodily in- cal expenses under Coverage C. jury" or "property damage" to us or any No other obligation or liability to pay sums or other insurer; ' perform acts or services is covered unless ex- (2) Receives a written or verbal demand or plicitly provided for under Supplementary claim for damages because of the "bodily Payments—Coverages A and B. injury"or"property damage'; or (3) Becomes aware by any other means that "bodily injury" or "property damage" has occurred or has begun to occur. CG 00 01 10 01 ©ISO Properties, Inc., 2000 Page 1 of 16 ❑ e. Damages because of "bodily injury" include c. Liquor Liability damages claimed by any person or organiza- "Bodily injury" or "property damage" for which lion for care, loss of services or death resulting any insured may be held liable by reason of: at any time from the"bodily injury". 2. Exclusions (1) Causing or contributing to the intoxication of any person; This insurance does not apply to: (2) The furnishing of alcoholic beverages to a a. Expected Or Intended Injury person under the legal drinking age or un- "Bodily injury" or "property damage" expected der the influence of alcohol; or or intended from the standpoint of the insured. (3) Any statute, ordinance or regulation relating This exclusion does not apply to "bodily injury" to the sale, gift, distribution or use of alco- resulting from the use of reasonable force to holic beverages. protect persons or property. This exclusion applies only if you are in the b. Contractual Liability business of manufacturing, distributing, selling, ' "Bodily injury" or "property damage" for which serving or furnishing alcoholic beverages. the insured is obligated to pay damages by d. Workers' Compensation And Similar Laws reason of the assumption of liability in a con- Any obligation of the insured under a workers' ' tract or agreement. This exclusion does not compensation, disability benefits or unem- apply to liability for damages: ployment compensation law or any similar law. (1) That the insured would have in the absence e. Employer's Liability of the contract or agreement; or ' (2) Assumed in a contract or agreement that is "Bodily injury"to: an "insured contract", provided the "bodily (1) An "employee" of the insured arising out of injury" or "property damage" occurs subse- and in the course of: ' quent to the execution of the contract or (a) Employment by the insured; or agreement. Solely for the purposes of li- (b) Performing duties related to the conduct ability assumed in an "insured contract", of the insured's business; or reasonable attorney fees and necessary litigation expenses incurred by or for a (2) The spouse, child, parent, brother or sister party other than an insured are deemed to of that "employee" as a consequence of be damages because of "bodily injury" or Paragraph(1)above. "property damage", provided: This exclusion applies: ' (a) Liability to such party for, or for the cost (1) Whether the insured may be liable as an of, that party's defense has also been employer or in any other capacity; and assumed in the same "insured contract"; {2) To any obligation to share damages with or ' and repay someone else who must pay dam- (b) Such attorney fees and litigation ex- ages because of the injury. penses are for defense of that party This exclusion does not apply to liability as- against a civil or alternative dispute ' resolution proceeding in which damages sumed by the insured under an "insured can- to which this insurance applies are al- tract". leged. I Page 2 of 16 © ISO Properties, Inc., 2000 CG 00 01 10 01 ❑ premises, site or location ' f. Pollution (d) on At or from which any insured sured or any contractors Bodily injury or property damage arising out of the actual, alleged or threatened dis- or subcontractors working directly or in- ' charge, dispersal, seepage, migration, re- directly on any insured's behalf are lease or escape of"pollutants": performing operations if the "pollutants" are brought on or to the premises, site (a) At or from any premises, site or location or location in connection with such op- ' which is or was at any time owned or erations by such insured, contractor or occupied by, or rented or loaned to, any subcontractor. However, this subpara- insured. However, this subparagraph graph does not apply to: does not apply to: (i) "Bodily injury" or "property damage" ' (i) "Bodily injury" if sustained within a arising out of the escape of fuels, lu- building and caused by smoke, bricants or other operating fluids fumes, vapor or soot from equip- which are needed to perform the ment used to heat that building; normal electrical, hydraulic or me- (ii) "Bodily injury" or "property damage" chanical functions necessary for the for which you may be held liable, if operation of "mobile equipment" or you are a contractor and the owner its parts, if such fuels, lubricants or ' or lessee of such premises, site or other operating fluids escape from a location has been added to your vehicle part designed to hold, store policy as an additional insured with or receive them. This exception respect to your ongoing operations does not apply if the "bodily injury" performed for that additional insured or "property damage" arises out of at that premises, site or location and the intentional discharge, dispersal such premises, site or location is not or release of the fuels, lubricants or and never was owned or occupied other operating fluids, or if such fu- ' by, or rented or loaned to, any in- els, lubricants or other operating sured, other than that additional in- fluids are brought on or to the prem- sured; or ises, site or location with the intent ' (iii) "Bodily in u rY or "property damage" that they be discharged, dispersed or arising out of heat, smoke or fumes released as part of the operations from a "hostile fire'; being performed by such insured, contractor or subcontractor; (b) At or from any premises, site or location (ii) "Bodily injury" or "property damage" ' which is or was at any time used by or sustained within a building and for any insured or others for the han- caused by the release of gases, dling, storage, disposal, processing or fumes or vapors from materials treatment of waste; ' brought into that building in connec- (c) Which are or were at any time trans- tion with operations being performed ported, handled, stored, treated, dis- by you or on your behalf by a con- posed of, or processed as waste by or tractor or subcontractor, or ' for: (Ili) "Bodily injury" or "property damage" (i) Any insured; or arising out of heat, smoke or fumes (ii) Any person or organization for whom from a"hostile fire". ' you may be legally responsible; or i I CG 00 01 10 01 ©ISO Properties, Inc., 2000 Page 3 of 16 ❑ ' (e) At or from any premises, site or location (3) Parking an "auto" on, or on the ways next on which any insured or any contractors to, premises you own or rent, provided the or subcontractors working directly or in- "auto" is not owned by or rented or loaned ' directly on any insured's behalf are to you or the insured; performing operations if the operations (4) Liability assumed under any "insured con- are to test for, monitor, clean up, re- tract" for the ownership, maintenance or move, contain, treat, detoxify or neu- use of aircraft or watercraft; or tralize, or in any way respond to, or' as- sess the effects of, "pollutants". ($) "Bodily injury" or "property damage" arising (2) Any loss, cost or expense arising out of out of the operation of any of the equip- ment listed in Paragraph f.(2) or f.(3) of the ' any: definition of"mobile equipment". (a) Request, demand, order or statutory or h. Mobile Equipment regulatory requirement that any insured or others test for, monitor, clean up, re- "Bodily injury" or"property damage" arising out ' move, contain, treat, detoxify or neu- of: tralize, or in any way respond to, or as- (1) The transportation of "mobile equipment" sess the effects of, "pollutants"; or by an "auto" owned or operated by or (b) Claim or"suit" by or on behalf of a gov- rented or loaned to any insured; or ' ernmental authority for damages be- (2) The use of "mobile equipment" in, or while cause of testing for, monitoring, clean- in practice for, or while being prepared for, ing up, removing, containing, treating, any prearranged racing, speed, demolition, 1 detoxifying or neutralizing, or in any way or stunting activity. responding to, or assessing the effects of, "pollutants". i. War "Bodily injury" or "property damage" due to However, this paragraph does not apply to ' l war, whether or not declared, or any act or liability for damages because of "property damage"that the insured would have in the condition incident to war. War includes civil absence of such request, demand, order or war, insurrection, rebellion or revolution. This exclusion applies only to liability assumed un- statutory or regulatory requirement, or such claim or "suit" by or on behalf of a govern- der a contract or agreement. mental authority. j. Damage To Property g. Aircraft,Auto Or Watercraft "Property damage"to: ' "Bodily injury" or"property damage" arising out (1) Property you own, rent, or occupy, includ- of the ownership, maintenance, use or en- ing any costs or expenses incurred by you, trustment to others of any aircraft, "auto' or or any other person, organization or entity, ' watercraft owned or operated by or rented or for repair, replacement, enhancement, loaned to any insured. Use includes operation restoration or maintenance of such property and"loading or unloading". for any reason, including prevention of in- This exclusion applies even if the claims jury to a person or damage to another's against any insured allege negligence or other property; wrongdoing in the supervision, hiring, em- (2) Premises you sell, give away or abandon, if ployment, training or monitoring of others by the "property damage" arises out of any that insured, if the "occurrence" which caused part of those premises; ' the "bodily injury" or "property damage" in- (3) Property loaned to you; volved the ownership, maintenance, use or (4) Personal property in the care, custody or entrustment to others of any aircraft, "auto" or control of the insured; watercraft that is owned or operated by or ' rented or loaned to any insured. (5) That particular part of real property on This exclusion does not apply to: which you or any contractors or subcon- tractors working directly or indirectly on (1) A watercraft while ashore on premises you your behalf are performing operations, if own or rent; the "property damage" arises out of those ' operations; or (2) A watercraft you do not own that is: p , (a) Less than 26 feet long; and (6) That particular part of any property that ' (b) Not being used to carry persons or must be restored, repaired or replaced be- cause "your work" was incorrectly per- property far a charge; formed on it. Page 4 of 16 © ISO Properties, Inc., 2000 CG 00 01 10 01 ❑ i 1 Paragraphs(1), (3) and (4) of this exclusion do n. Recall Of Products,Work Or Impaired not apply to "property damage" (other than Property damage by fire) to premises, including the Damages claimed for any loss, cost or ex- 1 contents of such premises, rented to you for a pense incurred by you or others for the loss of period of 7 or fewer consecutive days. A sepa- use, withdrawal, recall, inspection, repair, re- rate limit of insurance applies to Damage To placement, adjustment, removal or disposal of: Premises Rented To You as described in Sec- tion III—Limits Of Insurance. (1) "Your p roduct"; Paragraph (2) of this exclusion does not apply (2) "Your work"; or if the premises are "your work" and were never (3) "Impaired property'; occupied, rented or held for rental by you. if such product, work, or property is withdrawn 1 Paragraphs (3), (4), (5) and (6) of this exclu- or recalled from the market or from use by any sion do not apply to liability assumed under a person or organization because of a known or sidetrack agreement. suspected defect, deficiency, inadequacy or 1 Paragraph (6) of this exclusion does not apply dangerous condition in it. to "property damage" included in the "prod- o. Personal And Advertising Injury ucts-completed operations hazard". "Bodily injury" arising out of "personal and ad- 1 k. Damage To Your Product vertising injury". "Property damage" to "your product" arising Exclusions c. through n. do not apply to damage out of it or any part of it. by fire to premises while rented to you or tempo- 1. Damage To Your Work rarily occupied by you with permission of the owner. A separate limit of insurance applies to this "Property damage"to"your work"arising out of coverage as described in Section III — Limits Of it or any part of it and included in the "prod- Insurance. ucts-completed operations hazard 1 COVERAGE B PERSONAL AND ADVERTISING This exclusion does not apply if the damaged work or the work out of which the damage INJURY LIABILITY arises was performed on your behalf by a sub- 1. Insuring Agreement contractor. a. We will pay those sums that the insured be- m. Damage To Impaired Property Or Property comes legally obligated to pay as damages Not Physically Injured because of"personal and advertising injury" to "Property damage" to "impaired property" or which this insurance applies. We will have the 1 property that has not been physically injured, right and duty to defend the insured against any "suit" seeking those damages. However, arising out of: we will have no duty to defend the insured ' (1) A defect, deficiency, inadequacy or dan- against any "suit" seeking damages for "per- gerous condition in "your product" or "your sonal and advertising injury" to which this in- work"; or surance does not apply. We may, at our dis- (2) A delay or failure by you or anyone acting cretion, investigate any offense and settle any 1 on your behalf to perform a contract or claim or"suit"that may result. But: agreement in accordance with its terms. (1) The amount we will pay for damages is This exclusion does not apply to the loss of limited as described in Section III — Limits use of other property arising out of sudden and Of Insurance; and 1 accidental physical injury to "your product" or (2) Our right and duty to defend end when we "your work" after it has been put to its intended have used up the applicable limit of insur- use. ance in the payment of judgments or set- ' tlements under Coverages A or B or medi- cal expenses under Coverage C. i 1 1 CG 00 01 10 01 ©ISO Properties, Inc., 2000 Page 5 of 16 ❑ 1 No other obligation or liability to pay sums or g. Quality Or Performance Of Goods— Failure perform acts or services is covered unless ex- To Conform To Statements plicitly provided for under Supplementary "Personal and advertising injury" arising out of Payments—Coverages A and B. the failure of goods, products or services to b. This insurance applies to "personal and adver- conform with any statement of quality or per- tising injury" caused by an offense arising out formance made in your"advertisement'. of your business but only if the offense was h. Wrong Description Of Prices committed in the "coverage territory" during the policy period. "Personal and advertising injury" arising out of 2. Exclusions the wrong description of the price of goods, products or services stated in your "advertise- This insurance does not apply to: ment'. a. Knowing Violation Of Rights Of Another I. Infringement Of Copyright, Patent, "Personal and advertising injury" caused by or Trademark Or Trade Secret at the direction of the insured with the knowl- "Personal and advertising injury" arising out of edge that the act would violate the rights of the infringement of copyright, patent, trade- another and would inflict "personal and adver- mark, trade secret or other intellectual property tising injury", rights. b. Material Published With Knowledge Of However, this exclusion does not apply to in- Falsity fringement, in your "advertisement", of copy- "Personal and advertising injury" arising out of right,trade dress or slogan. oral or written publication of material, if done j. Insureds In Media And Internet Type by or at the direction of the insured with knowl- Businesses edge of its falsity. "Personal and advertising injury" committed by c. Material Published Prior To Policy Period an insured whose business is: "Personal and advertising injury" arising out of (1) Advertising, broadcasting, publishing or oral or written publication of material whose telecasting; first publication took place before the begin- (2) Designing or determining content of web- ning of the policy period. sites for others; or d. Criminal Acts (3) An Internet search, access, content or "Personal and advertising injury" arising out of service provider. a criminal act committed by or at the direction However, this exclusion does not apply to of the insured. Paragraphs 14.a., b. and c. of "personal and e. Contractual Liability advertising injury" under the Definitions Sec- "Personal and advertising injury" for which the tion. insured has assumed liability in a contract or For the purposes of this exclusion, the placing agreement. This exclusion does not apply to li- of frames, borders or links, or advertising, for 1 ability for damages that the insured would you or others anywhere on the Internet, is not have in the absence of the contract or agree- by itself, considered the business of advertis- ment. ing, broadcasting, publishing or telecasting. f. Breach Of Contract k. Electronic Chatrooms Or Bulletin Boards ' "Personal and advertising injury" arising out of "Personal and advertising injury" arising out of a breach of contract, except an implied con- an electronic chatroom or bulletin board the in- tract to use another's advertising idea in your sured hosts, owns, or over which the insured "advertisement". exercises control. Page 6 of 16 © ISO Properties, Inc., 2000 CG 00 01 10 01 ❑ I. Unauthorized Use Of Another's Name Or (2) Necessary medical, surgical, x-ray and Product dental services, including prosthetic de- "Personal and advertising injury" arising out of vices; and the unauthorized use of another's name or (3) Necessary ambulance, hospital, profes- product in your e-mail address, domain name sional nursing and funeral services. or metatag, or any other similar tactics to mis- 2. Exclusions lead another's potential customers. m. Pollution We will not pay expenses for"bodily injury": "Personal and advertising injury" arising out of a. Any Insured the actual, alleged or threatened discharge, To any insured, except"volunteer workers". dispersal, seepage, migration, release or es- b. Hired Person cape of"pollutants"at any time. To a person hired to do work for or on behalf of n. Pollution-Related any insured or a tenant of any insured. Any loss, cost or expense arising out of any: c. Injury On Normally Occupied Premises (1) Request, demand or order that any insured To a person injured on that part of premises or others test for, monitor, clean up, re- you own or rent that the person normally occu- move, contain, treat, detoxify or neutralize, pies. or in any way respond to, or assess the ef- d. Workers Compensation And Similar Laws fects of, "pollutants'; or (2) Claim or suit by or on behalf of a govern- To a person, whether or not an "employee" of any insured, if benefits for the "bodily injury" mental authority for damages because of are payable or must be provided under a testing for, monitoring, cleaning up, re- workers' compensation or disability benefits moving, containing, treating, detoxifying or neutralizing, or in anyway responding to, or law or a similar law. ' assessing the effects of, "pollutants". e. Athletics Activities COVERAGE C MEDICAL PAYMENTS To a person injured while taking part in athlet- 1. Insuring Agreement ics. a. We will pay medical expenses as described f. Products-Completed Operations Hazard below for"bodily injury"caused by an accident: Included within the "products-completed op- (1) On premises you own or rent; erations hazard". (2) On ways next to premises you own or rent; g• Coverage A Exclusions or Excluded under Coverage A. (3) Because of your operations; h. War provided that: Due to war, whether or not declared, or any act (1) The accident takes place in the "coverage or condition incident to war. War includes civil territory" and during the policy period; war, insurrection, rebellion or revolution. (2) The expenses are incurred and reported to SUPPLEMENTARY PAYMENTS—COVERAGES A us within one year of the date of the acci- AND B dent; and 1. We will pay, with respect to any claim we investi- ' (3) The injured person submits to examination, gate or settle, or any "suit" against an insured we at our expense, by physicians of our choice defend: as often as we reasonably require. a. All expenses we incur. ' b. We will make these payments regardless of fault. These payments will not exceed the ap- plicable limit of insurance. We will pay reason- able expenses for: ' (1) First aid administered at the time of an accident; CG 00 01 10 01 ©ISO Properties, Inc., 2000 Page 7 of 16 ❑ ' b. Up to $250 for cost of bail bonds required e. The indemnitee and the insured ask us to because of accidents or traffic law violations conduct and control the defense of that indem- arising out of the use of any vehicle to which nitee against such "suit" and agree that we can ' the Bodily Injury Liability Coverage applies. assign the same counsel to defend the insured We do not have to furnish these bonds. and the indemnitee; and c. The cost of bonds to release attachments, but f. The indemnitee: only for bond amounts within the applicable (1) Agrees in writing to: ' limit of insurance. We do not have to furnish these bonds. (a) Cooperate with us in the investigation, d. All reasonable expenses incurred by the in- settlement or defense of the"suit'; ' sured at our request to assist us in the investi- (b) Immediately send us copies of any gation or defense of the claim or "suit", in- demands, notices, summonses or legal cluding actual loss of earnings up to $250 a papers received in connection with the day because of time off from work. "suit'; ' e. All costs taxed against the insured in the"suit". (c) Notify any other insurer whose coverage f. Prejudgment interest awarded against the is available to the indemnitee; and insured on that part of the judgment we pay. If (d) Cooperate with us with respect to coor- ' we make an offer to pay the applicable limit of dinating other applicable insurance insurance, we will not pay any prejudgment available to the indemnitee; and interest based on that period of time after the (2) Provides us with written authorization to: offer. (a) Obtain records and other information ' g. All interest on the full amount of any judgment related to the"suit'; and that accrues after entry of the judgment and (b) Conduct and control the defense of the before we have paid, offered to pay, or depos- indemnitee in such"suit ited in court the part of the judgment that is within the applicable limit of insurance. So long as the above conditions are met, attor- These payments will not reduce the limits of in- neys'fees incurred by us in the defense of that in- demnitee, necessary litigation expenses incurred in- surance. by us and necessary litigation expenses incurred 2. If we defend an insured against a "suit" and an by the indemnitee at our request will be paid as indemnitee of the insured is also named as a party Supplementary Payments. Notwithstanding the to the"suit",we will defend that indemnitee if all of provisions of Paragraph 2.b.(2) of Section I — ' the following conditions are met: Coverage A— Bodily Injury And Property Damage a. The "suit" against the indemnitee seeks dam- Liability, such payments will not be deemed to be ages for which the insured has assumed the li- damages for"bodily injury" and "property damage" ability of the indemnitee in a contract or and will not reduce the limits of insurance. agreement that is an"insured contract'; Our obligation to defend an insured's indemnitee b. This insurance applies to such liability as- and to pay for attorneys' fees and necessary liti- sumed by the insured; gation expenses as Supplementary Payments ' c. The obligation to defend, or the cost of the ends when: defense of, that indemnitee, has also been as- a. We have used up the applicable limit of insur- sumed by the insured in the same "insured ance in the payment of judgments or settle- contract''; ments; or ' d. The allegations in the "suit" and the informa- b. The conditions set forth above, or the terms of tion we know about the "occurrence" are such the agreement described in Paragraph f. that no conflict appears to exist between the above, are no longer met. ' interests of the insured and the interests of the indemnitee; Page 8 of 16 © ISO Properties, Inc., 2000 CG 00 01 10 01 ❑ t SECTION II—WHO IS AN INSURED (b) To the spouse, child, parent, brother or 1. If you are designated in the Declarations as: sister of that co-"employee" or "volun- teer worker" as a consequence of Para- a. An individual, you and your spouse are in- graph{1){a) above; sureds, but only with respect to the conduct of a business of which you are the sole owner. (c) For which there is any obligation to share damages with or repay someone b. A partnership or joint venture, you are an in- else who must pay damages because of sured. Your members, your partners, and their the injury described in Paragraphs (1)(a) spouses are also insureds, but only with re- or(b) above; or spect to the conduct of your business. (d) Arising out of his or her providing or ' c. A limited liability company, you are an insured. failing to provide professional health Your members are also insureds, but only with care services. respect to the conduct of your business. Your managers are insureds, but only with respect (2) "Property damage"to property: to their duties as your managers. (a) Owned, occupied or used by, d. An organization other than a partnership, joint (b) Rented to, in the care, custody or con- venture or limited liability company, you are an trol of, or over which physical control is insured. Your"executive officers" and directors being exercised for any purpose by are insureds, but only with respect to their du- you, any of your "employees", "volunteer ' ties as your officers or directors. Your stock- workers", any partner or member (if you are holders are also insureds, but only with respect a partnership or joint venture), or any ' to their liability as stockholders. member (if you are a limited liability com- e. A trust, you are an insured. Your trustees are pany). also insureds, but only with respect to their du b. Any person (other than your "employee" or ties as trustees. "volunteer worker"), or any organization while ' 2. Each of the following is also an insured: acting as your real estate manager. a. Your"volunteer workers" only while performing c. Any person or organization having proper duties related to the conduct of your business, temporary custody of your property if you die, ' or your "employees", other than either your but only: "executive officers" (if you are an organization (1) With respect to liability arising out of the other than a partnership, joint venture or lim- maintenance or use of that property; and ited liability company) or your managers(if you are a limited liability company), but only for (2) Until your legal representative has been acts within the scope of their employment by appointed. you or while performing duties related to the d. Your legal representative if you die, but only conduct of your business. However, none of with respect to duties as such. That represen- t these "employees" or "volunteer workers" are tative will have all your rights and duties under insureds for: this Coverage Part, (1) "Bodily injury" or "personal and advertising 3. With respect to "mobile equipment" registered in injury": your name under any motor vehicle registration (a) To you, to your partners or members (if law, any person is an insured while driving such you are a partnership or joint venture), equipment along a public highway with your per- to your members (if you are a limited li- mission. Any other person or organization respon- ' ability company), to a co-"employee" sible for the conduct of such person is also an in- while in the course of his or her em- sured, but only with respect to liability arising out ployment or performing duties related to of the operation of the equipment, and only if no the conduct of your business, or to your other insurance of any kind is available to that ' other "volunteer workers" while per- person or organization for this liability. However, forming duties related to the conduct of no person or organization is an insured with re- your business; spect to: ' a. "Bodily injury" to a co-"employee" of the per- son driving the equipment; or b. "Property damage" to property owned by, ' rented to, in the charge of or occupied by you or the employer of any person who is an in- sured under this provision. CG 00 01 10 01 ©ISO Properties, Inc., 2000 Page 9 of 16 ❑ t 4. Any organization you newly acquire or form, other 5. Subject to 2. or 3. above, whichever applies, the than a partnership, joint venture or limited liability Each Occurrence Limit is the most we will pay for company, and over which you maintain ownership the sum of: or majority interest, will qualify as a Named In- a. Damages under Coverage A; and sured if there is no other similar insurance avail- able to that organization. However: b. Medical expenses under Coverage C a. Coverage under this provision is afforded only because of all "bodily injury" and "property dam- , until the 90th day after you acquire or form the age" arising out of any one "occurrence". organization or the end of the policy period, 6. Subject to 5. above, the Damage To Premises whichever is earlier; Rented To You Limit is the most we will pay under ' b. Coverage A does not apply to"bodily injury" or Coverage A for damages because of "property ,property damage that occurred before you damage" to any one premises, while rented to acquired or formed the organization; and Y g Y au, or in the case of damage b fire while rented c. Coverage B does not apply to "personal and to you or temporarily occupied by you with per- c. of the owner. advertising injury" arising out of an offense committed before you acquired or formed the 7. Subject to 5. above, the Medical Expense Limit is organization. the most we will pay under Coverage C for all No person or organization is an insured with respect medical expenses because of "bodily injury" sus- ' to the conduct of any current or past partnership, joint tained by any one person. venture or limited liability company that is not shown The Limits of Insurance of this Coverage Part apply as a Named Insured in the Declarations. separately to each consecutive annual period and to ' SECTION III— LIMITS OF INSURANCE any remaining period of less than 12 months, starting with the beginning of the policy period shown in the 1. The Limits of Insurance shown in the Declarations Declarations, unless the policy period is extended and the rules below fix the most we will pay re- after issuance for an additional period of less than 12 gardless of the number of: months. In that case, the additional period will be a. Insureds; deemed part of the last preceding period for purposes of determining the Limits of Insurance. b. Claims made or"suits" brought; or SECTION IV—COMMERCIAL GENERAL ' c. Persons or organizations making claims or LIABILITY CONDITIONS bringing "suits". 1. Bankruptcy 2. The General Aggregate Limit is the most we will ' pay for the sum of: Bankruptcy or insolvency of the insured or of the insured's estate will not relieve us of our obliga- a. Medical expenses under Coverage C; tions under this Coverage Part. b. Damages under Coverage A, except damages 2. Duties In The Event Of Occurrence, Offense, because of "bodily injury" or "property dam- Claim Or Suit age" included in the "products-completed op- erations hazard"; and a. You must see to it that we are notified as soon as practicable of an "occurrence" or an offense c. Damages under Coverage B. which may result in a claim. To the extent pos- t3. The Products-Completed Operations Aggregate sible, notice should include: Limit is the most we will pay under Coverage A for (1) How, when and where the "occurrence" or damages because of "bodily injury" and "property offense took place; damage" included in the "products-completed op- erations hazard". (2) The names and addresses of any injured persons and witnesses; and 4. Subject to 2. above, the Personal and Advertising Injury Limit is the most we will pay under Cover- (3) The nature and location of any injury or ' age B for the sum of all damages because of all damage arising out of the "occurrence" or "personal and advertising injury" sustained by any offense. one person or organization. Page 10 of 16 0 ISO Properties, Inc., 2000 CG 00 01 10 01 ❑ ' b. If a claim is made or "suit" is brought against 4. Other Insurance any insured, you must: If other valid and collectible insurance is available (1) Immediately record the specifics of the to the insured for a loss we cover under Cover- ' claim or"suit"and the date received; and ages A or B of this Coverage Part, our obligations (2) Notify us as soon as practicable. are limited as follows: You must see to it that we receive written no- a. Primary Insurance tice of the claim or "suit" as soon as practica- This insurance is primary except when b. be- ble. low applies. If this insurance is primary, our c. You and any other involved insured must: obligations are not affected unless any of the other insurance is also primary. Then, we will ' (1) Immediately send us copies of any de- share with all that other insurance by the mands, notices, summonses or legal pa- method described in c. below. pers received in connection with the claim or"suit"; b. Excess Insurance ' (2) Authorize us to obtain records and other This insurance is excess over: information; (1) Any of the other insurance, whether pri- (3) Cooperate with us in the investigation or mary, excess, contingent or on any other ' settlement of the claim or defense against basis: the"suit"; and (a) That is Fire, Extended Coverage, (4) Assist us, upon our request, in the en- Builder's Risk, Installation Risk or simi- forcement of any right against any person lar coverage for"your work"; ' or organization which may be liable to the (b) That is Fire insurance for premises insured because of injury or damage to rented to you or temporarily occupied by which this insurance may also apply. you with permission of the owner, t d. No insured will, except at that insured's own (c) That is insurance purchased by you to cost, voluntarily make a payment, assume any cover your liability as a tenant for obligation, or incur any expense, other than for "property damage" to premises rented first aid, without our consent. to you or temporarily occupied by you 3. Legal Action Against Us with permission of the owner; or No person or organization has a right under this (d) If the loss arises out of the maintenance Coverage Part: or use of aircraft, "autos" or watercraft ' to the extent not subject to Exclusion g. g a. To join us as a party or otherwise brin us into of Section I — Coverage A — Bodily In- a "suit' asking for damages from an insured; or jury And Property Damage Liability. b. To sue us on this Coverage Part unless all of (2) Any other primary insurance available to ' its terms have been fully complied with. you covering liability for damages arising A person or organization may sue us to recover out of the premises or operations for which on an agreed settlement or on a final judgment you have been added as an additional in- ' against an insured; but we will not be liable for sured by attachment of an endorsement. damages that are not payable under the terms of this Coverage Part or that are in excess of the ap- plicable limit of insurance. An agreed settlement means a settlement and release of liability signed by us, the insured and the claimant or the claim- ant's legal representative. t CG 00 01 10 01 ©ISO Properties, Inc., 2000 Page 11 of 16 ❑ ' When this insurance is excess, we will have no 6. Representations duty under Coverages A or B to defend the in- By accepting this policy, you agree: sured against any"suit" if any other insurer has a duty to defend the insured against that"suit". a. The statements in the Declarations are accu- ' If no other insurer defends, we will undertake rate and complete; to do so, but we will be entitled to the insured's b. Those statements are based upon representa- rights against all those other insurers. tions you made to us; and ' When this insurance is excess over other in- c. We have issued this policy in reliance upon surance, we will pay only our share of the your representations. amount of the lass, if any, that exceeds the 7. Separation Of Insureds sum of: (1) The total amount that all such other insur- Except with respect to the Limits of Insurance, ance would pay for the lass in the absence and any rights or duties specifically assigned in of this insurance; and this Coverage Part to the first Named Insured, this ' insurance applies: (2) The total of all deductible and self-insured a. As if each Named Insured were the only amounts under all that other insurance. Named Insured; and We will share the remaining lass, if any, with b. Separately to each insured against whom ' any other insurance that is not described in this claim is made or suit„ Excess Insurance provision and was not is brought. bought specifically to apply in excess of the 8. Transfer Of Rights Of Recovery Against Limits of Insurance shown in the Declarations Others To Us ' of this Coverage Part. If the insured has rights to recover all or part of c. Method Of Sharing any payment we have made under this Coverage If all of the other insurance permits contribu- Part, those rights are transferred to us. The in- ' tion by equal shares, we will fallow this method sured must do nothing after lass to impair them. also. Under this approach each insurer con- At our request, the insured will bring "suit” or tributes equal amounts until it has paid its ap- transfer those rights to us and help us enforce plicable limit of insurance or none of the loss them. ' remains, whichever comes first. 9. When We Do Not Renew If any of the other insurance does not permit If we decide not to renew this Coverage Part, we contribution by equal shares, we will contribute will mail or deliver to the first Named Insured by limits. Under this method, each insurer's shown in the Declarations written notice of the share is based on the ratio of its applicable nonrenewal not less than 30 days before the expi- limit of insurance to the total applicable limits ration date. of insurance of all insurers. If notice is mailed, proof of mailing will be suffi- 5. Premium Audit cient proof of notice. a. We will compute all premiums for this Cover- SECTION V— DEFINITIONS age Part in accordance with our rules and 1. "Advertisement" means a notice that is broadcast ' rates. or published to the general public or specific mar- b. Premium shown in this Coverage Part as ad- ket segments about your goods, products or serv- vance premium is a deposit premium only. At ices for the purpose of attracting customers or the close of each audit period we will compute supporters. For the purposes of this definition: the earned premium for that period and send a. Notices that are published include material notice to the first Named Insured. The due placed on the Internet or on similar electronic date for audit and retrospective premiums is means of communication; and the date shown as the due date on the bill. If the sum of the advance and audit premiums b. Regarding web-sites, only that part of a web- paid for the policy period is greater than the site that is about your goods, products or earned premium, we will return the excess to services for the purposes of attracting custom- ' the first Named Insured. me or supporters is considered an advertise- ment. c. The first Named Insured must keep records of the information we need for premium campu- 2. "Auto" means a land motor vehicle, trailer or tatian, and send us copies at such times as we semitrailer designed for travel on public roads, in- ' may request. cluding any attached machinery or equipment. But "auto"does not include"mobile equipment". Page 12 of 16 © ISO Properties, Inc., 2000 CG 00 01 10 01 ❑ ' 3. "Bodily injury" means bodily injury, sickness or 9. "Insured contract" means: disease sustained by a person, including death re- a. A contract for a lease of premises. However, sulting from any of these at any time. that portion of the contract for a lease of ' 4. "Coverage territory" means: premises that indemnifies any person or or- a. The United States of America (including its ganization for damage by fire to premises territories and possessions), Puerto Rico and while rented to you or temporarily occupied by Canada; you with permission of the owner is not an "in- ' b. International waters or airspace, but only if the sured contract'; injury or damage occurs in the course of travel b. A sidetrack agreement; or transportation between any places included c. Any easement or license agreement, except in ' in a. above; or connection with construction or demolition op- c. All other parts of the world if the injury or dam- erations on or within 50 feet of a railroad; age arises out of: d. An obligation, as required by ordinance, to (1) Goods or products made or sold by you in indemnify a municipality, except in connection ' the territory described in a. above; with work for a municipality; (2) The activities of a person whose home is in e. An elevator maintenance agreement; ' the territory described in a. above, but is f. That part of any other contract or agreement away for a short time on your business; or pertaining to your business (including an in- (3) "Personal and advertising injury" offenses demnification of a municipality in connection that take place through the Internet or with work performed for a municipality) under ' similar electronic means of communication which you assume the tort liability of another party to pay for "bodily injury" or "property provided the insured's responsibility to pay dam- damage"to a third person or organization. Tort ages is determined in a "suit" on the merits, in the liability means a liability that would be imposed ' territory described in a. above or in a settlement by law in the absence of any contract or we agree to. agreement. 5. "Employee" includes a "leased worker". "Em- Paragraph f. does not include that part of any t ployee"does not include a"temporary worker". contract or agreement: 6. "Executive officer" means a person holding any of (1) That indemnifies a railroad for "bodily in- the officer positions created by your charter, con- jury" or "property damage" arising out of stitution, by-laws or any other similar governing construction or demolition operations, document. within 50 feet of any railroad property and ' 7. Hostile fire means one which becomes uncon- affecting any railroad bridge or trestle, trollable or breaks out from where it was intended tracks, road-beds, tunnel, underpass or to be. crossing; 8. "Impaired property" means tangible property, (2) That indemnifies an architect, engineer or other than "your product" or "your work", that can- surveyor for injury or damage arising out not be used or is less useful because: of: ' a. It incorporates "your product" or "your work" (a) Preparing, approving, or failing to pre- that is known or thought to be defective, defi- pare or approve, maps, shop drawings, cient, inadequate or dangerous; or opinions, reports, surveys, field orders, ' b. You have failed to fulfill the terms of a contract change orders or drawings and specifi- or agreement; cations; or if such property can be restored to use by: (b) Giving directions or instructions, or failing to give them, if that is the primary ' a. The repair, replacement, adjustment or re- cause of the injury or damage; or moval of"your product"or"your work'; or (3) Under which the insured, if an architect, b. Your fulfilling the terms of the contract or engineer or surveyor, assumes liability for ' agreement. an injury or damage arising out of the in- sured's rendering or failure to render pro- fessional services, including those listed in (2) above and supervisory, inspection, ar- chitectural or engineering activities. CG 00 01 10 01 ©ISO Properties, Inc., 2000 Page 13 of 16 ❑ 10."Leased worker" means a person leased to you by f. Vehicles not described in a., b., c. or d. above a labor leasing firm under an agreement between maintained primarily for purposes other than you and the labor leasing firm, to perform duties the transportation of persons or cargo. ' related to the conduct of your business. "Leased However, self-propelled vehicles with the fol- worker"does not include a "temporary worker lowing types of permanently attached equip- 11."Loading or unloading" means the handling of ment are not "mobile equipment" but will be property: considered"autos": ' a. After it is moved from the place where it is (1) Equipment designed primarily for: accepted for movement into or onto an air- (a) Snow removal; craft, watercraft or"auto' b. While it is in or on an aircraft, watercraft or (b) Road maintenance, but not construction or resurfacing; or "auto"; or (c) Street cleaning; c. While it is being moved from an aircraft, wa- tercraft or "auto" to the place where it is finally (2) Cherry pickers and similar devices delivered; mounted on automobile or truck chassis but "loading or unloading" does not include the and used to raise or lower workers; and movement of property by means of a mechanical (3) Air compressors, pumps and generators, ' device, other than a hand truck, that is not at- including spraying, welding, building tached to the aircraft, watercraft or"auto". cleaning, geophysical exploration, lighting 12."Mobile equipment" means any of the following and well servicing equipment. ' types of land vehicles, including any attached ma- 13."Occurrence" means an accident, including con- chinery or equipment: tinuous or repeated exposure to substantially the a. Bulldozers, farm machinery, forklifts and other same general harmful conditions. vehicles designed for use principally off public 14."Personal and advertising injury" means injury, ' roads; including consequential "bodily injury", arising out b. Vehicles maintained for use solely on or next of one or more of the fallowing offenses: to premises you awn or rent; a. False arrest, detention or imprisonment; c. Vehicles that travel on crawler treads; b. Malicious prosecution; d. Vehicles, whether self-propelled or not, main c. The wrongful eviction from, wrongful entry tained primarily to provide mobility to perma- into, or invasion of the right of private occu- ' nently mounted: pancy of a room, dwelling or premises that a (1) Power cranes, shovels, loaders, diggers or person occupies, committed by or on behalf of drills; or its owner, landlord or lessor, d. Oral or written publication, in any manner, of (2} Road construction or resurfacing equipment material that slanders or libels a person or or- ganization or or disparages a person's or organi- e. Vehicles not described in a., b., c. or d. above zation's goods, products or services; that are not self-propelled and are maintained e. Oral or written publication, in any manner, of primarily to provide mobility to permanently material that violates a person's right of pri- attached equipment of the fallowing types: vacy; (1) Air compressors, pumps and generators, f. The use of another's advertising idea in your including spraying, welding, building "advertisement"; or cleaning, geophysical exploration, lighting and well servicing equipment; or g. Infringing upon another's copyright, trade dress (2) Cherry pickers and similar devices used to or slogan in your"advertisement". ' raise or lower workers; Page 14 of 16 © ISO Properties, Inc., 2000 CG 00 01 10 01 ❑ r 15."Pollutants" mean any solid, liquid, gaseous or b. Loss of use of tangible property that is not thermal irritant or contaminant, including smoke, physically injured. All such loss of use shall be vapor, soot, fumes, acids, alkalis, chemicals and deemed to occur at the time of the "occur- waste. Waste includes materials to be recycled, rence"that caused it. reconditioned or reclaimed. For the purposes of this insurance, electronic data 16."Products-completed operations hazard": is not tangible property. a. Includes all "bodily injury" and "property dam- As used in this definition, electronic data means age" occurring away from premises you own or information, facts or programs stored as or on, rent and arising out of "your product" or "your created or used on, or transmitted to or from com- work"except: puter software, including systems and applications (1) Products that are still in your physical pos- software, hard or floppy disks, CD-ROMS, tapes, session; or drives, cells, data processing devices or any other media which are used with electronically con- (2) Work that has not yet been completed or trolled equipment. ' abandoned. However, "your work" will be deemed completed at the earliest of the 18."Suit" means a civil proceeding in which damages following times: because of "bodily injury", "property damage" or "personal and advertising injury" to which this in- (a) When all of the work called for in your surance applies are alleged. "Suit" includes: ' contract has been completed. a. An arbitration proceeding in which such dam- (b) When all of the work to be done at the ages are claimed and to which the insured job site has been completed if your must submit or does submit with our consent; ' contract calls for work at more than one or job site. b. Any other alternative dispute resolution pro- (c) When that part of the work done at a job ceeding in which such damages are claimed site has been put to its intended use by and to which the insured submits with our con- any person or organization other than sent. another contractor or subcontractor working on the same project. 19."Temporary worker" means a person who is fur- nished to you to substitute for a permanent "em- Work that may need service, maintenance, ployee" on leave or to meet seasonal or short- correction, repair or replacement, but which term workload conditions. is otherwise complete, will be treated as completed. 20."Volunteer worker" means a person who is not your"employee", and who donates his or her work ' b. Does not include "bodily injury" or "property and acts at the direction of and within the scope of damage"arising out of: duties determined by you, and is not paid a fee, (1) The transportation of property, unless the salary or other compensation by you or anyone injury or damage arises out of a condition else for their work performed for you. in or on a vehicle not owned or operated by 21."Your product": you, and that condition was created by the "loading or unloading" of that vehicle by a. Means: ' any insured; (1) Any goods or products, other than real (2) The existence of tools, uninstalled equip- property, manufactured, sold, handled, dis- ment or abandoned or unused materials; or tributed or disposed of by: (3) Products or operations for which the classi- (a) You; fication, listed in the Declarations or in a (b) Others trading under your name; or policy schedule, states that products- (c) A person or organization whose busi- ' completed operations are subject to the ness or assets you have acquired; and General Aggregate Limit. 17."Property damage" means: (2) Containers (other than vehicles), materials, parts or equipment furnished in connection ' a. Physical injury to tangible property, including with such goods or products. all resulting loss of use of that property. All such loss of use shall be deemed to occur at the time of the physical injury that caused it; or CG 00 01 10 01 ©ISO Properties, Inc., 2000 Page 15 of 16 ❑ r 1 b. Includes 22."Your work": (1) Warranties or representations made at any a. Means: time with respect to the fitness, quality, du- (1) Work or operations performed by you or on rability, performance or use of "your prod- your behalf; and uct"; and (2) Materials, parts or equipment furnished in (2) The providing of or failure to provide connection with such work or operations. ' warnings or instructions. b. Includes c. Does not include vending machines or other property rented to or located for the use of (1) Warranties or representations made at any others but not sold. time with respect to the fitness, quality, du- rability, performance or use of "your work", and (2) The providing of or failure to provide rwarnings or instructions. r r r r r r r r r r r Page 16 of 16 © ISO Properties, Inc., 2000 CG 00 01 10 01 ❑ r co CERTIFICATE OF LIABILITY INSURANCE D/30//DD201/Y 3/30/ 1 1 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES ELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to he terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Donna Martinez NAME: erril Lewis & Wilke Ins A/c°No Ext: (509)248-3515 AIC No: (509)248-3673 E-MAIL dmartinez@tlwins.com O BOX 1789 ADDRESS: 2 S 4th Street CRODUCER D ,00009753 Yakima WA 98907 INSURERS AFFORDING COVERAGE NAIC# 1 URED INSURERA:Starr Surplus Lines Ins CO. 13604 INSURERB:North Pacific Insurance Company an RC Equipment, LLC INSURER C: 50 49th Ave NE INSURER D: INSURER E Battle WA 98105 INSURER F: COVERAGES CERTIFICATE NUMBER:9/25/2010 GA REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. R TYPE OF INSURANCE ADDL SUB POLICY EFF POLICY EXP R D POLICY NUMBER MM/DD/YYYY MM/DD/YYYY LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 11000,000 DAMAGE TO RENTED 100,000 X COMMERCIAL GENERAL LIABILITY PREMISES Ea occurrence $ 000 CLAIMS-MADE X OCCUR SLPGGL002400 9/25/2010 9/25/2011 MED EXP(Any one person) $ 10,000 PERSONAL&ADV INJURY $ 11000,000 GENERAL AGGREGATE $ 2,000,000 GENT AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ 2,000,000 POLICY 1XI PRO M LOG $EC� AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 (Ea accident) X ANY AUTO BODILY INJURY(Per person) $ ALL OWNED AUTOS 04174575 11/1/2010 11/1/2011 BODILY INJURY(Per accident) $ SCHEDULED AUTOS PROPERTY DAMAGE $ HIRED AUTOS (Per accident) NON-OWNED AUTOS Uninsured motorislcombined $ 11000,000 Medical payments $ 5,000 UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE AGGREGATE $ DEDUCTIBLE $ RETENTION $ $ A WORKERS COMPENSATION WC STA IU- OTH- AND EMPLOYERS'LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE N/A STOP GAP E.L.EACH ACCIDENT $ 1,000,000 (Mandatory ER EXCLUDED? SLPGGL002400 9/25/2010 9/25/2011 (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 11000,000 SCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (Attach ACORD 101,Additional Remarks Schedule,if more space is required) City of Renton is named as an additional insured, per forms CG2010 1001 & CG2037 1001. Waiver of Subrogation applies er form CG2404 1093 Per project Aggregate applies per form CC2503 0397 Project: Lake Washington Blvd North Storm & ater System Improvement Project CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Renton ACCORDANCE WITH THE POLICY PROVISIONS. 1055 South Grady Way Renton, WA 98057 AUTHORIZED REPRESENTATIVE Matthew Brandt/DONNA CORD 25(2009/09) ©1988-2009 ACORD CORPORATION. All rights reserved. S025(200909) The ACORD name and logo are registered marks of ACORD ' IL 00 17 11 98 ' COMMON POLICY CONDITIONS All Coverage Parts included in this policy are subject to the following conditions. ' A. Cancellation b. Give you reports on the conditions we find; 1. The first Named Insured shown in the Declara- and tions may cancel this policy by mailing or de- c. Recommend changes. ' livering to us advance written notice of cancel- 2. We are not obligated to make any inspections, lation. surveys, reports or recommendations and any 2. We may cancel this policy by mailing or deliv- such actions we do undertake relate only to in- ' ering to the first Named Insured written notice surability and the premiums to be charged. We of cancellation at least: do not make safety inspections, We do not un- a. 10 days before the effective date of cancel- dertake to perform the duty of any person or lation if we cancel for nonpayment of pre- organization to provide for the health or safety mium; or of workers or the public. And we do not warrant b. 30 days before the effective date of cancel- that conditions: lation if we cancel for any other reason. a. Are safe or healthful;or ' 3. We will mail or deliver our notice to the first b. Comply with laws, regulations, codes or Named Insured's last mailing address known to standards. us. 3. Paragraphs 1. and 2. of this condition apply 4. Notice of cancellation will state the effective not only to us, but also to any rating, advisory, t date of cancellation. The policy period will end rate service or similar organization which on that date. makes insurance inspections, surveys, reports or recommendations. 5. If this policy is cancelled, we will send the first 4. Paragraph 2. of this condition does not apply ' Named Insured any premium refund due. If we cancel, the refund will be pro rata. If the first to any inspections, surveys, reports or recom- Named Insured cancels, the refund may be mendatians we may make relative to certifica- less than pro rata. The cancellation will be ef- tion, under state or municipal statutes, ordi- ' fective even if we have not made or offered a nances or regulations, of boilers, pressure ves- refund. sels or elevators. 6. If notice is mailed, proof of mailing will be suf- E. Premiums ' ficient proof of notice. The first Named Insured shown in the Declara- B. Changes tions: This policy contains all the agreements between 1. Is responsible for the payment of all premiums; you and us concerning the insurance afforded. and The first Named Insured shown in the Declara- 2. Will be the payee for any return premiums we tions is authorized to make changes in the terms pay. of this policy with our consent. This policy's terms F. Transfer Of Your Rights And Duties Under ' can be amended or waived only by endorsement This Policy issued by us and made a part of this policy. C. Examination Of Your Books And Records Your rights and duties under this policy may not be transferred without our written consent except ' We may examine and audit your books and rec- in the case of death of an individual named in- ords as they relate to this policy at any time during sured. the policy period and up to three years afterward. If you die, your rights and duties will be trans- D. Inspections And Surveys ferred to your legal representative but only while ' 1. We have the right to: acting within the scope of duties as your legal rep- resentative. Until your legal representative is ap- a. Make inspections and surveys at any time; pointed, anyone having proper temporary custody of your property will have your rights and duties tbut only with respect to that property. IL 00 17 11 98 Copyright, Insurance Services Office, Inc., 1998 Page 1 of 1 ❑ ' COMMERCIAL GENERAL LIABILITY -CG 20.10 10.01..._... -- - ' THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION ' This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART ' SCHEDULE Name of Person or Organization: Blanket as required by written contract on a primary&non-contributory basis. (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) ' A.Section II—Who Is An Insured is amended to include as an insured the person or organization shown in the Schedule,but only with respect to liability arising.out of your ongoing operations performed for that insured. B.With respect to the insurance afforded to these additional insureds,the following exclusion is added: I 2.Exclusions This insurance does not apply to"bodily Injury"or"property damage"occurring after: ' (1)All work, including materials,parts or equipment furnished in connection with such work, on the project(other than service, maintenance or repairs)to be performed by or on behalf of the additional insured(s)at the site of the covered operations has been ' completed;or (2)That portion of"your work"out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same ' project. ' CG 20 10 10 01 1 `I I I ' I I t i i COMMERCIAL GENERAL LIABILITY CG.2 0_37 A 0-.01 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS- COMPLETED OPERATIONS This endorsement modifies Insurance provided under the following: o COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: Blanket as required by virtue of written contract. Location And Description of Completed Operations: oAdditional Premium: (if no entry appears above, Information required to complete this endorsement will be shown In the Declarations as applicable to this endorsement.) Section 11—Who Is An Insured Is amended to Include as an insured the person or organization shown in the Schedule,but only with respect to liability arising out of"your work"at the location designated and described in the schedule of this endorsement performed for that insured and included in the"products-completed operations hazard". CG 20 37 10 01 ' COMMERCIAL GENERAL LIABILITY -.-,CG,-24 0410 91 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 S SCHEDULE O Name of Person or Organization: . Blanket 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. ) The TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US Condition(Section IV— COMMERCIAL GENERAL LIABILITY CONDITIONS)is amended by the addition of the following: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or"your work"done under a contract with that person or organization and included in the"products-completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. 0 p CG 24 04 10 93 © Insurance Services Office,Inc., 1992 1 ^ ` U� COMMERCIAL 0� GENERAL LIABILITY _-_----_-CG25�03-038I-_ - THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ iTCAREFULLY. N� 1� DESIGNATED CONSTRUCTION PROJECT(S) 0N ` / ' GENERAL AGGREGATE LIMIT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART ! SCHEDULE Designated Construction Projects: All operations of the named insured. (If no entry appears above, Information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) legally b|ig d to pay as damages caused by .occurrences"under COVERAGE A(SECTION I ),and for all medical expenses caused by accidents under COVERAGE C (SECTION| ).which ran uo attributed only nn ongoing operations | N� ato single designated construction project shown in the Schedule above: -- 1.A separate Designated Construction Project General Aggregate Limit oppVan to each designated construction project, and that limit is equal to the amount of the General Aggregate Limit shown in the Declarations. . N� 2.The Designated Construction Project General Aggregate Limit Is the most we will pay for the sum of all damages under COVERAGE A,except damages because of"bodily Injury"or .property damage"included in the^pnoducta`uump|etod operations hazard", and for medical N� expenses under COVERAGE C regardless oy the number of. a. Insureds; b.Claims made or^suits"brought;or c Persons o,organizations making claims orbdng|n0^nuits". m� 3.Any payments made under COVERAGE A for damages under COVERAGE C for medical expenses shall reduce the Designated Construction Project General Aggregate Limit for that designated construction project. Such payments shall not reduce the General Aggregate Limit shown In the Declarations nor shall they reduce any other Designated Construction Project General Aggregate Limit for any other designated construction project shown in the Schedule eouvu. 4.The limits shown In the Declarations for Each Ocvunenno,Fire Damage and Medical N� Expense continue tu apply. However, instead nf being subject to the General Aggregate Limit N� shown In the Declarations,such limits will be subject tuthe applicable Designated Construction Project General Aggregate Limit. B.For all sums which the insured becomes legally obligated to pay as damages caused by N� N� ' | N� � f. "occurrences"under COVERAGE A(SECTION I ),and for all medical expenses caused by accidents under COVERAGE C(SECTION I ),which cannot be attributed only to ongoing operations at a single designated construction project shown in the Schedule above: O 1.Any payments made under COVERAGE A for damages or under COVERAGE C for medical expenses shall reduce the amount available under the General Aggregate Limit or the Products-Completed Operations Aggregate Limit;whichever is applicable;and 2.Such payments shall not reduce any Designated Construction Project General Aggregate Limit. C.When coverage for liability arising out of the"products-completed operations hazard"is provided,any payments for damages because of"bodily injury"or"property damage"included in the"products-completed operations hazard"will reduce the Products-Completed Operations Aggregate Limit,and not reduce the General Aggregate Limit nor the Designated Construction Project General Aggregate Limit. D. If the applicable designated construction project has been abandoned,delayed, or abandoned and then restarted,or if the authorized contracting parties deviate from plans, blueprints,designs, specifications or timetables,the project will still be deemed to be the same construction project. E.The provisions of Limits Of Insurance(SECTION III }not otherwise modified by this endorsement shall continue to apply as stipulated. CG 25 03 03 97 I 0 o � PREVAILING MINIMUM HOURLY � WAGE RATES i Q _ 1 1 1 t t A 1 t t 1 CERTIFICATION OF PAYMENT OF PREVAILING WAGES Date: Ref: Pay Estimate No. Project Lake Washington Blvd North Storm & Water System Improvement Proiect SWP-27-3531 CAG No. This is to certify that the prevailing wages have been paid to our employees and our subcontractors' employees for the period from through in accordance with the Statements of Intent to Pay Prevailing Wage filed with the Washington State Department of Labor & Industries. This form will be executed and submitted to the City of Renton prior to or with the last pay request. Company Name By: Title: List of Subcontractors Used on the Project: 20-Cert-PrevailingWages-City.doc\ Department of Labor and Industries STA.TE117ENT OF:IN'T`ENT T© Prevailing Wage r Q (360)902-5335 y PAY PI2EV ILTNG WAGES wtvxti,.Ini.wa.gov//TradesLicensing/Prevailin,&)r'age PubI>c Works Con#ract - ���_00 Filzl;6 Fete Re ure+� • This form must be typed or printed in ink Pmlect Name Contract Large,bold numbers match instructions on back of form _. Please allow aminimum of lQ working da`S For procc sing, `Contract Awardih:.Agency(public a�encv notfuleral orpmate) Once a roved out form will be' hosted.online of tlie;above:websifi. `Contractor,company or agency name address:cii} sfale R 7IP+4 j. State ZIP+d ... ..- A«44ing Aaency Proiect.Contact Person Pfione I.. County where work was performed City where work was performed I I Bid due date (mm/dd!yy) ! Date contract awarded (mm/ddlyy) Will all work,be subcontracted? Do you intend to use subcontractors? Q Yes Ll No 0: Yes a'.No Prime contractor(has contract with the public agency) Contractor Registration# Expected job start date(mm/dd/vy) Do you intend to use apprentices? Yes L No CratUtrade/occupation(Do NOT list apprentices) Estimated no. I Rate of Rate of hourly fringe _Indicate number ofo�ynersexpected:to perform work. of workers I bo4iypay benefits j ! k i i I I ! { � I I r Company name I Indicate total dollar amount of your contract i T # or time and materials if applicable. Address I I hereby certify that the above information is correct and that all workers I employ on this Public NN%orks Project will,be paid no less City State 71P+4 i than the Prevailing Wage Rate(s) as determined by the Industrial i I Statistician of the Department of Labor and Industries i! i l Contractor Registration No. UBI ' Title Signature Industrial Insurance Account Number ( ! . Email address 'F t.: x Por'L&d lse Qnty s Phone number i Check Dumber: J $25 or I ! Issued By: APPROVED: Department of Labor and Industries i � I � By 1 Industrial Statistician F700-029-000 statement of intent to pay prevailing wages I2-04 After APPROVAL,send white copy to Awarding Agency. Canary copy—L&I Hove to expedite the processing of.your forrr> REQUIRED FOR PROCESSING ERROR'S THAT CAUSE REJECTION Filing Fee No fee or?vrong amount $25 00•fifng fee required: Bid Due Date and Date Contract Awarded Missing Award date.is.before bid,due date. Prevailing Wage is based on the date brds°from prime contractor were due to.fhecontract awarding agency. Date work completed Missing or.a date in the future 1 Date Intent Filed Missing An affidavit cannot be approved v✓thout the Statement of Intent to Pay Prevailing W ages being filed Craft/trade/occupation Craft not fisted,.not.specific;'or does`not,match prevailing wage occupation listings Ov ner/Operators: If the work was performed by owners/partners,state: Owner/Operator" derthe Craft".section,and the wage and fringe need not be comp e#ed.':Do list the number of owners on.tfie job. (Individdals'who own less Phan 30%of the cgmpany are not considered to be owner/operators and must be paid prevailing wage.) All:'work subcontracted: If all work was performed by subcontractors,check tine appropriate boron the form. Number of workers each trade Missing Total number of hours worked each trade Missing Rate of Hourly Pay Missing or incorrect wages. Enter the rate of hourly pay and rate of qualified hourly fringe benefits, as defined by RCW 39.12.010,that you actually provided to.the workers. The amount listed for"Rate of Hourly Pay"plus the amount listed .for the"Rate of Hourly Fringe Benefits" ,if any,must equal or exceed the Prevailing Wage rate. Apprentices* Missing information or apprentice not registered*. List each apprentice by name, registration number,trade,stage of progression,beginning and ending dates of work performed on the project(m/d/y to m/d/y),and rate of hourly pay and fringe benefits. Total Dollar Amount of Your Contract Missing—Enter exact amount not"time and materials"). Contractor Registration No.or UBI Missing or not registered. Companies not required to obtain a contractor's registration number need only indicate UBI(i.e.,janitorial,surveying, truck driving). Signature Missing—Affidavit must be signed by an authorized representative. * Any apprentice not registered with the Washington State Apprenticeship and Training Council within 60 days of hire must be paid prevailing journey level wages for the time preceding the date of registration Call (360) 902-5323 to verify registration. NOTE: Electrical and Plumber trainees registered with the Department of Labor and Industries MUST ALSO be registered with the Washington State Apprenticeship and Training Council to qualify for apprentice rates. If there is not enough space to list all required information on one form, use additional Affidavit forms as needed. Please indicate at the top of each form"Page 1 of 2", "Page 2 of 2",etc. No additional fee is required. No other attachments will be accepted. Approvat of this Affidavit will be based on the information provided by the contractor/subcontractor. It does not signify approval of the classifications of labor used by the contractor/subcontractor. L&I will mail the approved white copy of this Affidavit to the organization provided on the front of this form. Make a copy for your records. Prevailing wage i,. r- o. rll�,, g g rates are available on the Internet at http.L,n�+w.�rn.,rra.gov.�raosLicensing,� �eiaiin.,r•�ae,: Submit both copies (white and canary) and the $25.00 filing fee to: MANAGEMENT SERVICES Please fold in thirds so the address DEPT.OF LABOR AND INDUSTRIES will show in a window envelope PO BOX 44835 OLYMPIA,WASHINGTON 98504-4835 For questions call (360)902-5335 F7nf)_nn7_O(1(1 of idAvit of u•a -ha k4 I?113 Department of Labor and Industries 5, AFFIDAVIT OF VYAGES PAID P ey.ailing Wage v, (360)902-533D -M, ortt Contract. hrtp:;lwww.Ini.ova.goy/TradesLicensin--,T'Ievatlmewage P��s 689?' X23�� Illil Ci tli CE • This form must be typed:or-printed`.in i.nk: Pr,Qjecf,aerie Cvntract,t Fill in all blanks or form will be rettirned for correcUOn See back). • Please allow a minimum of 1 U working day s.forprocesstna Contracc aaatitmg� en.cy(public a tnc. naf federa l or private} • .Once a .ro:ved.you;f w e. i norm rtl b osted:onlne at fhe�vebstte abo e..: Contractor,company or agency name a, 6—§s 1 &Z r i Ctty.. State `i ZIP+3 ... Awirdtn Agenn-ProjectContaUPerson .. . P,.honc Counnxirereworkwas,performed :CehNheework�tasperforrued 13&duedate.(mmldd/vy). Dafecon[rac[awariied (min/ddlyg) Date work completed (mai/ddhy) Datetntentfiled (mmlddlyy) .Vas all work su bcontracted? Did'yoti in tend.to use subcontractors? Prime contractor(has contract Nvith the public agency) Contractor Registration No' Yes ❑ No ❑ Yes ❑ No `.Job'star.date(mnilddlyy) Craft/trade/occupation and apprentices(For apprentices give name,registration#, Number. Total.#ofbours. Rafe of Rate offlou.4 trade,dates of work on project,stage of progression,wage and fringe) of cvorlers worked—ea trade hourly Pay Fringe Benefits Ind icate:numberofovvnersthat performed work. �s Company name i Indicate total dollar amount of your contract: I or time and materials if applicable. li =address I hereby certify that the above information is correct and that all � { workers I employ on this Public Works Project will be paid no less l City State ZIP+4 l than the Prevailing Wage Rate(s) as determined by the Industrial Statistician of the Department of Labor and Industries k Contractor Registration No. UBI i l Title Signature Industrial Insurance Account Number Email address Phone number r -- i Check Number: ❑ Sono $ ) x I For L3 Y ruse On1w t 3 Issued By: APPROVED: Department of Labor and Industries 1 1 E t By ` Industrial Statistician � I 17700-007-000 affidavit of wages 1'-04 after APPROVAL.send white copv to.awarding A2encv. ✓ Canary copy—LSI How to expedite the processing of your form: REQUIRED FOR PROCESSING ERRORS THAT CAUSE REJECTION Filing Fee No fee or wrong amount X25 00 filing fee required.. Bid Due Date and Date Contract Awarded Missing: Award date is.before bid,due date. Prevailing Wage 1s bas,ed on the date bltls from prime contractor were due to`.the contract awarding.agency. Date work completed Missing or a date in the future. Date Intent Filed Missing An affidavit cannot be approved without the Statement of:l.ntent to Pay Prevadrng Wages being filed Craft/trade/occupation Craft not;fistetl nofispecifie, or does not match prevailing wage occupation . listings _, Owner/Operators:. If the work was performed by ownerslpartners,state Owner/Operator"under the Craft"section,:and the.wage and fringe.need no.t 6e coinpletetl: Do list;the number of:owners o the job,.,{individuals who own less. than 30%of the company'are not considered to 6e.6wner/operators and must be paid prevailing wage.) All-work subcontracted: If all work was performed.by subcontractors,check the appropriate box on the form. DNumber of workers each trade Missing Total number of hours worked each trade Missing Rate of Hourly Pay Missing,oe incorrect wages. Enter the rate of hourly pay and rate of qualified hourly fringe benefits,as defined by:RCW 39.92.010,that you actually provided to the workers. The amount listed for"Rate.of Hourly Pay"plus the amount fisted for the"R,ate of Hourly Fringe Benefits", if any,must equal or exceed the Prevailing Wage rate. Apprentices* Missing information or apprentice not registered*. List each apprentice by name, registration number,trade,stage of progression,beginning and ending dates of work performed on the proiect(m/d/y to m/dly),and rate of hourly pay and fringe benefits. Total Dollar Amount of Your Contract Missing—Enter exact amount not"time and materials"). Contractor Registration No.or UBI Missing or not registered. Companies not required to obtain a contractor's registration number need only indicate UBI(i.e.,janitorial,surveying, truck driving). Signature Missing—Affidavit must be signed by an authorized representative. * Any apprentice not registered with the Washington State Apprenticeship and Training Council within 60 days of hire must be paid prevailing iourney level wages for the time precedirig the date of registration Call (360) 902-5323 to verify registration. NOTE: Electrical and Plumber trainees registered with the Department of Labor and industries MUST ALSO be registered with the Washington State Apprenticeship and Training Council to qualify for apprentice rates. If there is not enough space to list all required information on one form, use additional Affidavit forms as needed. Please indicate at the top of each form"Page 1 of 2","Page 2 of 2",etc. No additional fee is required. No other attachments will be accepted. Approval of this Affidavit will be based on the information provided by the contractor/subcontractor. It does not signify approval of the classifications of labor used by the contractor/subcontractor. L&I will mail the approved white copy of this Affidavit to the organization provided on the front of this form. Make a copy for your records. Prevailing wage rates are available on the Internet at http:l/vvbrw.tni.wa.aov/i radesLicensingiPrevaii no'Naae Submit both copies (white and canary) and the $25.00 filing fee to: MANAGEMENT SERVICES Please fold in thirds so the address DEPT.OF LABOR AND INDUSTRIES will show in a window envelope PO BOX 44835 OLYMPIA,WASHINGTON 98504-4835 For questions call (360)902-5335 F7M_(1(17�1(1O of irlavil of uaoPC _hackPr I'7_04 STATE OF WASHINGTON DEPARTMENT OF LABOR AND INDUSTRIES PREVAILING WAGE RATES FOR PUBLIC WORKS CONTRACTS: The State of Washington prevailing wage rates applicable for this public works project, which is located in King County, may be found at the following website address of the Department of Labor and Industries: https://fortress.wa.aov/Ini/waoelookup/prvWagelookup.aspx. Based on the bid submittal deadline for this project, the applicable effective date for prevailing wages for this project is . A copy of the applicable prevailing wage rates are also available for viewing at the office of the Owner, located at 1055 S. Grady Way, Renton, WA 98057. Upon request, the Owner will mail a hard copy of the applicable prevailing wages for this Q, project. ,1 i 1 t ENVIRONMENTAL REGULATION d LISTING 1 Q 1 I 1 i RE(jUIRE1VIENTS FOR THE PREVENTItjN OT'`MIRRONM-MEN'I'AL POLLi1TION ANI) PRESERVATION OF PUBLIC NTURL..R> S'O.URCES In accordance with the provisions of Cbapter 52, Laws of 1973 H -B 6?1:;.;the Contract or shall., secure any permits or licenses required by and'comply fully with a7:} provisions.of the following '. laws,ordinances,and resolutions: King County. Ordinance No. 1527 requires Bur.l'ding and Land .:Development Division and Hydraulics :Division review of grading and filling perrn3ts and unclassified use permits.in flood 1 hazard areas Resolution No. 36230 estatifrshes storm drain design standards to be)lcorpoirated mto project design standards to be incorporated into`.pro}ect ties)gn by Engtteermo 5eruices. Review'fiy Hy.drauhcs Division, King County Ordinance No. 800 No. '900 No 1:006 and Resolution No $778 No 24553' No 24834 N6. 689.4 and No. 11242 contained 'in King County Code f-'J`s 8 and 10 are provisions for disposition'bf refuse and litter in a Incensed disposal site and provide penalties for failure:to comply. Review by Division of Solid.Waste_ Puget Sound Air Pollution Control Agency ReguIIiition 1: A regulation to control the emission of Air contaminants from all sources within the jun diction of the Puget Sound' Air Pollution Control Agency (King, Pierce, Snohomish, and Kitsap Counties)in accordance:. i4 the Washington Clean Air Act,R.C.W. 70:94. WASHINGTON STATE DEPARTMENT Or ECOLOGY W_A.C. 18-02: Requires operators of stationary sources of air contaminants to maintain record's of emissions, periodically report to the State information conceming these emissions from his -operations, and to make such information available to the public. See Puget Sound Pollution Control Agency Regulation L R_C.W. 90-8: Enacted to maintain the highest possible standards to ensure the purity of all water of the State consistent with public health and public enjoyment thereof, the propagation and protection of wildlife,birds,game,fish, and other aquatic life, and the industrial.development of the state, and to that end require the use of all known available and reasonable methods by industries and others to prevent and control the pollution of the waters of the State of Washington. It is unlawful to throw, drain, run or otherwise discharge into any of the water of this State any organic or inorganic matter that shall cause or tend to cause pollution of such waters. The law also provides for civil penalties of$5,000/day for each violation. R_C_W. 70.95: Establishes uniform statewide program for handling solid wastes which will prevent land, air and water pollution. Makes it unlawful to dump or deposit solid wastes onto or under the surface of the ground or into the waters of this State except at a solid waste disposal site for which there is a valid permit. R.C.W. 76-04.370: Provide for abatement of additional fire hazard(Iands upon which there is forest debris) and extreme fire hazard(areas of additional fire hazard near buildings, roads, campgrounds, and school grounds). The owner and/or person responsible is fully liable in the event a fire starts or spreads on property on which an extreme fire hazard exists. R.C_W. 76.04.010: Defines terms relating to the suppression or abatement of forest fires or forest fire conditions. H:\DIVISION.S\UTII.rM.S1wATER\RICK\Springbrook Spring ABIDSPEC.DOMh REQUIREMENTS FOR'THE_FREYEN,T.LON OE ENYTREiVTAL I'OLLUTIi3N'AN➢. PRESERVATION..OF'P,UBIIC NATURAL_RESOURCES i R C W. 70:94.660:; Provides for issuance of burning perrruzs for abating or prevenp, n of forest f ire. hazards,instruction.or agricultural.operations ;R.C_W. 76-.04-3 Sty Mates that eve 'one clearing land or?cleann n ht of vza 'shall ile and-, P r}; b g g y R: burn or dispose— 6y other satisfactory.means; all forest debns cut thereon, as rapidly'as the cteanirg or cutting progresses or, at such other times_ as the department may specify,:and ln .. cornpltdnce with the;law,regmnng t'urrlmg-pernvts R. C. W: 7844 LaNys governing surface mlriir3_g (mclud,g sand gravel, stone, an earth front borrow pits)which pi oxide for fees and pernuts,:plan or:operation,reclamation plait; bonding and inspection of operations. W.A.C. 33248: Delineates all' requirements of R C.W Z6-04 pertaining to laird clearing and burning, ' U.S.ARMY CORPS OF ENGINEERS Section 1 of the R'ver.and Harbor Act of June 1'3 1902: Authorizes Secretary of Army a Corps. ' of Engineers to issue penriits to any persons or corporation desiring to:irnprove any navigable rifer at their•_own expense and risk upon approval of the..plans`and specifications, Section 404 of the•Federal Water Pollution:Control Act TL92-500 86 Stat. 816): Authorizes the Secretary of fire 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 disch.arge will have adverse effects on municipal water supplies, sbeIl fish beds and fishery areas and wildlife or recreational areas. MISCELLANEOUS FEDERAL LEGISLATION Section 13 of the River and Harbor Act approved March 3. 1899: Provides that discharge of refuse without a permit into navigable waters is prohibited. Violation is punishable by fine. Any citizen may file a complaint with the U.S.Attorney and share a portion of the fine. PERMITS REQUIRED FOR THE PROJECT ARE AS FOLLOWS: KING COUNTY BUILDING AND LAND DEVELOPMENT DIVISION King County Resolution No. 25789 requires an unclassified use permit for filling, quarrying (including borrow pits and associated activities such as asphalt plants, rock crushers) and refuse disposal sites and provides for land reclamation subsequent to these activities. A copy is available at the Department of Public Works or Building and Land Development Division. �. Shoreline Management Act 1971 requires a permit for construction on State shorelines. Permit acquired by Public Works and reviewed by Building and Land Development Division_ King C0—untv Ordinance No. 1.488 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. ' H:\DrV1SION-S\U7 7tLFrM-S\1VATERVZICK\Springbrook SpringslSIDSPEC.DOGbh REQUIREMENTS FOR THE PREVENTION OF E"ONI`IEN3'AL:.POLLUTION AND PRESERVATION OF PUBLIC NA'CURAL RESOURCES WASH INGTON S:TATI✓DEPARTMENT OF FISHERLES AND GAME;`:, . Chapter 112. Laws: of 1949 Requires hydraulics permit.�on certain projects. (King County Department:ofPu'.kwo' will obtain.. WASIIINGTON STATE DEPARTMENT OF ECOLOGY W.A.0 173= es a NaiionaI Pollutant Discharge Elimination System ( _'P ES) permit before discharge of pollutants from a point source .info the navigable waters. of the State of Washington. W.A.C. 372-24: Permit to discharge commercial or industrial waste waters into State surface or ground water(such as gravel washing, pit operations,or any operation which results in a discharge which contains turb..idity. ). W.A.C.508-12=100: Requires permit to use surface water. W.A.C. 5087127190' Requires that changes to penrrrits for water use be reviewed`by the Department of Ecology w' heneyer it is desired' to change f ei` 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. W.A.C. 508-60: Requires permit to construct in State flood control zone_ King County Public Works secures one for design. Contractor secures one for his operation (false work design,etc_) WASHINGTON STATE DEPARTMENT OF NATURAL RESOURCES R.C.W. 76.04.150: Requires burning permit for all fires except for small outdoor fires for recreational purposes or yard debris disposal. AIso the Department of Natural Resources reserves the right to restrict burning under the provisions of R.C.W. 76.04.150, 76.04.170, 76.04.I80, and 70.94 due to extreme fire weather or to prevent restriction of visibility and excessive air pollution. R.C.W. 76.08.030: Cutting permit required before cutting merchantable timber. R.C.W. 76.08.275: Operating permit required before operating power equipment in dead or down timber. R_C.W. 78.44.080: Requires permit for any surface mining operation(including sand,gravel,stone, and earth from borrow pits)_ UNITED STATES ARMY CORPS OF ENGINEERS Section 10 of River and Harbor Act of March 3 1899: Requires perrrrit for construction (other than bridges, see U.S.Coast Guard administered permits)on navigable waters (King County Department of Public Works will obtain_) ' I i.NDIVISION.S\UTI LrnE.SXWATER\RiCKlSpringbrook Springs\BIDSPEC_DOC/bh �• . U U:IREI IENTS.FOR THE.-P IE'PENTION OF,El I ONIVI:EIVTAL.Pf T'ACID: PRESERVATI<�Jt`L.OF.PUBI>TC NAT[JRAL 7tES�t7R+CES - ' FIRE PROTECTION N DI- RI F O S ,:.. T C..,.:. , R-CM 5228.010 52.28.020 52 28 030 52.28 040 52 281050. Provides authority for, requirements of, and penalties for failure'to secure a fise perrria for lturldin•g an open fire within a fire protection district iUNITED STATES COAST GUARD Section'9 of River and Harbor Act'of-.,— .3 1899;.General'Bnd e`Act of March'23, V%6. atilt. General Bndgg Act-of. 1946 as amended:August 2 1956 Requires a permit for constrction of brldge,on navigable waters fKing County.Depament of Pubbc Works wrIl.obtain). King..County Department of Public Works wilt; compy will►' pertinent sections of the following laws where securing the aforementioned permit Section 4(_f) of Department of Transportation Act, National Environmental Policy Act of 1.969,Water Quality Improve„merit Act of 1970. ' PUGET SOIgM AIR POLLUTION CONTROL AGENCY Section 9.02(d)(2)(iii) of:Regulafion l: Request for venfecaii PIP of pop'I bon.density. Contractor should.:' 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 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 havingfewer than five(5)dwelling units). The above requirements will be applicable only where called for on the various road projects. Copies of these permits, ordinances, laws, and resolutions are available for inspection at the Office of the Director of Public Works,900 King County Administration Building, Seattle,RYA. 98104. It shall be the responsibility of the Contractor to familiarize himself with all requirements therein. All costs resulting therefrom shall be included in the Bid Prices and no additional compensation shall be made. All permits will be available at construction site. i H:\DrVISION.S\UnLrnE.S\wATER\RICK\Spiingbrook Springs\BIDSPEC.DOCJbh i 1 D City of �Y o 1 1 CITY OF RENTON � SPECIAL PROVISIONS � �I CONTRACT DOUCMENTS FOR THE CONSTRUCTION OF LAKE WASHINGTON BLVD. NORTH STORM AND WATER SYSTEM IMPROVEMENT PROJECT SWP -27-3531 P. 8 ANA 1 nn F WAS RA ty 38311 q W ST 3Eg� ZONAL L (5�-! City of Renton ' Planning/Building/Public Works Department February 2011 Prepared by: Gray&Osborne Inc.,Consulting Engineers City of Renton Surface Water Utility , Planning/Building/Public Works Department i 1 ' TABLE OF CONTENTS 1-01 DEFINITIONS AND TERMS..............................................................................1 1-01.1 GENERAL..........................................................................................1 1-01.2 ABBREVIATIONS ...............................................................................1 1-01.2(2) Items of Work and Units of Measurement...........................1 ' 1-01.3 DEFINITIONS.....................................................................................2 Actof God................................................................................................................ 2 ConsultingEngineer.................................................................................................2 ' Contract Price........................................................................................................... 2 Dates ........................................................................................................................ 2 Day........................................................................................................................... 3 Engineer................................................................................................................... 3 Inspector................................................................................................................... 3 OrEqual................................................................................................................... 3 Owner....................................................................................................................... 3 ' Performance and Payment Bond.............................................................................. 3 Plans......................................................................................................................... 3 ' Points........................................................................................................................ 4 Provide..................................................................................................................... 4 Secretary, Secretary of Transportation.....................................................................4 ShopDrawings......................................................................................................... 4 SpecialProvisions.................................................................................................... 4 State.......................................................................................................................... 4 Supplemental Drawings and Instructions ................................................................ 4 1 Utility....................................................................................................................... 4 1-02 BID PROCEDURES AND CONDITIONS .........................................................5 ' 1-02.2 PLANS AND SPECIFICATIONS.............................................................5 1-02.4 EXAMINATION OF PLANS, SPECIFICATIONS,AND SITE OF WORK...............................................................................................5 ' 1-02.4(l) General.................................................................................5 1-02.5 PROPOSAL FoRMs.............................................................................5 1-02.6 PREPARATION OF PROPOSAL.............................................................5 1-02.6(1) Proprietary Information (New Section, Project No. SWP-27-3531).....................................................................6 1-02.12 PUBLIC OPENING OF PROPOSALS ......................................................6 1-03 AWARD AND EXECUTION OF CONTRACT.................................................6 1-03.1 CONSIDERATION OF BIDS..................................................................6 1-03.2 AWARD OF CONTRACT......................................................................6 1-03.3 EXECUTION OF CONTRACT................................................................7 1-04 SCOPE OF WORK................................................................................................7 1-04.2 COORDINATION OF CONTRACT DOCUMENTS,PLANS, SPECIAL PROVISIONS SPECIFICATIONS,AND ADDENDA....................7 1-04.3(1) Contractor-Discovered Discrepancies (New Section, Project No. SWP 27-3531) ..................................................8 j 1-04.3(2) Project Coordination............................................................8 1-04.4 CHANGES........... .............................................................................8 1-04.4(1) Minor Changes.....................................................................9 1-04.8 PROGRESS ESTIMATES AND PAYMENTS ............................................9 1-04.11 FINAL CLEANUP................................................................................9 1-05 CONTROL OF WORK.......................................................................................10 1-05.4 CONFORMITY WITH AND DEVIATION FROM PLANS AND , STAKES...........................................................................................10 1-05.4(3) Contractor Supplied Surveying (New Section, Project No. SWP 27-3531) ................................................11 1-05.4(4) Contractor Provided Record Drawing Information (New Section, Project No. SWP 27-3531).........................12 1-05.7 REMOVAL OF DEFECTIVE AND UNAUTHORIZED WORK...................13 1-05.10 GUARANTEES..................................................................................13 1-05.11 FINAL INSPECTION..........................................................................14 1-05.11(1) Substantial Completion Date.............................................14 1-05.11(2) Final Inspection Date.........................................................15 . 1-05.11(3) Operational Testing............................................................15 1-05.12 FINAL ACCEPTANCE........................................................................15 ' 1-05.14 COOPERATION WITH OTHER CONTRACTORS...................................16 1-05.18 CONTRACTOR'S DAILY DIARY(NEW SECTION,PROJECT NO. SWP27-3531)................................................................................16 ' 1-06 CONTROL OF MATERIAL..............................................................................18 1-06.1 APPROVAL OF MATERIALS PRIOR TO USE.......................................18 1-06.2(1) Samples and Tests for Acceptance ....................................18 1-06.2(2) Statistical Evaluation of Materials for Acceptance............18 1-06.7 SHOP DRAWINGS AND SUBMITTALS(NEW SECTION,PROJECT No. SWP 27-3531) ........................................................................18 ' 1-06.7(1) General (New Section, Project No. SWP 27-3531)...........18 1-06.7(2) Required Information (New Section,Project No. SWP 27-3531)....................................................................19 ' 1-06.7(3) Review Schedule (New Section, Project No. SWP 27-3531).............................................................................20 1-06.7(4) Substitutions (Additional Section).....................................20 1-06.7(4)A After Contract Execution (New Section, Project No. SWP 27- 3531) 20 1-06.7(5) Submittal Requirements (New Section, Project No. ' SWP 27-3531)....................................................................21 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC ........22 1-07.1 LAWS TO BE OBSERVED..................................................................22 1-07.1(1) Archaeological Discoveries and Historic Preservation Clause (Addition)..........................................23 ' 1-07.2(1) State Sales Tax: Work Performed on City, County, or Federally-Owned Land..................................................23 2 , i ' 1-07.5 WILDLIFE,FISHERIES,AND ECOLOGY REGULATIONS(NEW SECTION,PROJECT No. S WP 27-353 1) ..........................................24 1-07.6 PERMITS AND LICENSES..................................................................24 1-07.9(5) Required,Documents..........................................................25 i1-07.11(11) City of Renton Affidavit of Compliance New Section(Project No. SWP 27-3531)..................................25 FEDERAL AGENCY INSPECTION............................................................... 25 1-07.13(1) General...............................................................................25 1-07.15 TEMPORARY WATER POLLUTION/EROSION CONTROL....................26 1-07.16(1) Private/Public Property......................................................27 1-07.17 UTILITIES AND SIMILAR FACILITIES................................................28 1-07.17(3) Interruption of Services (New Section, Project No. 27-3531).............................................................................31 1-07.18 PUBLIC LIABILITY AND PROPERTY DAMAGE INSURANCE...............36 1-07.18(1) General...............................................................................36 ' 1-07.18(2) Coverages...........................................................................37 1-07.18(3) Limits.................................................................................39 1-07.18(4) Evidence of Insurance........................................................40 1-07.22 USE OF EXPLOSIVES.........................................................................41 1-07.23(1) Construction Under Traffic................................................41 1-07.24 RIGHTS OF WAY..............................................................................42 ' 1-08 PROSECUTION AND PROGRESS..................................................................43 1-08.0 PRELIMINARY MATTERS. ..43 1-08.0(1) Preconstruction Conference...............................................43 1-08.1 SUBCONTRACTING..........................................................................45 1-08.1(2) Hours of Work...................................................................45 1-08.1(3) Reimbursement for Overtime Work of Contracting Agency Employees 46 ASSIGNMENT 46 1-08.3 PROGRESS SCHEDULE............... ...................................47 i 1-08.4 NOTICE TO PROCEED AND PROSECUTION OF THE WORK.................49 1-08.5 TIME FOR COMPLETION...................................................................50 1-08.4 SUSPENSION OF WORK...................................................................51 1-08.9 LIQUIDATED DAMAGES...................................................................51 1-08.11 CONTRACTOR'S PLANT AND EQUIPMENT........................................52 1-08.12 ATTENTION TO WORK.....................................................................52 i 1-09 MEASUREMENT AND PAYMENT.................................................................52 1-09.1 MEASUREMENT OF QUANTITIES......................................................52 1-09.3 SCOPE OF PAYMENT........................................................................54 ' 1-09.7 MOBILIZATION................................................................................55 1-09.9 PAYMENTS......................................................................................55 1-09.9(1) Retainage............................................................................5 5 1-09.9(2) Contracting Agency's Right to Withhold and Disburse Certain Amounts..................................................56 1-09.9(3) Final Payment(New Section, Project No. 27-3531)..........58 3 1-09.11(2) Claims................................................................................59 1-09.11(3) Time Limitations and Jurisdiction.....................................59 1-09.13(3)B Procedures to Pursue Arbitration......................:........................... 59 1-09.14 PAYMENT SCHEDULE(NEW SECTION,PROJECT No. 27- 3531)..............................................................................................60 General- Scope..................................................................................................... 60 1-09.14(1) Basic Bid (New Section, Project No. 27-3531).................60 1-10 TEMPORARY TRAFFIC CONTROL.........................................................9291 1-10.1 GENERAL....................................................................................9294- 1-10.2(1)B Traffic Control Supervisor........................................................ 939-2 1-10.2(2) Traffic Control Plans..........................................................93 1-10.3 TRAFFIC CONTROL LABOR,PROCEDURES AND DEVICES ............9493, 1-10.3(3)A Construction Signs.........................................................9495 1-10.4 MEASUREMENT...........................................................................9495 1-10.5 PAYMENT....................................................................................9594 1-11 RENTON SURVEYING STANDARDS...................................................... .9594 1-11.1(1) Responsibility for Surveys.............................................9594 1-11.1(2) Survey Datum and Precision..........................................9594 1-11.1(3) Subdivision Information................................................9695 1-11.1(4) Field Notes.....................................................................9695 1-11.1(5) Corners and Monuments................................................9695 1-11.1(6) Control or Base Line Survey..........................................9796 1-11.1(7) Precision Levels.............................................................989 1-11.1(8) Radial and Station-Offset Topography .......................989 1-11.1(9) Radial Topography.........................................................9897 1-11.1(10) Station-Offset Topography..........................................989-7 LIf 1-11.1(11) As-Built Survey .............................................................9999 1-11.1(12) Monument Setting and Referencing ..............................9999 1-11.2 MATERIALS...............................................................................10099 1-11.2(1) Property/Lot Corners ...................................................10099 1-11.2(2) Monuments ..................................................................10099 1-11.2(3) Monument Case and Cover..........................................10099 2-01 CLEARING, GRUBBING,AND ROADSIDE CLEANUP.......................10099 2-01.1 DESCRIPTION ............................................................................10099 2-01.2 DISPOSAL OF USABLE MATERIAL AND DEBRIS........................1014-00 2-01.5 PAYMENT................................................................................1014-W 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS......................101100 2-02.1 DESCRIPTION ..........................................................................1014-00 2-02.3 CONSTRUCTION DETAILS........................................................102101 2-02.3 Construction Requirements........................................102444 2-02.3(1)A Salvage (New Section, Project No. SWP 27-3531).............. 102191 2-02.3(3) Removal of Pavement................................................102101 2-02.3(4)A Sawcutting (New Section, Project No. SWP 27-3531)......... 10312 2-02.3(4)B Measurement......................................................................... 1034x-2 2-02.5 PAYMENT................................................................................1031A5 4 (� 2-03 ROADWAY EXCAVATION AND EMBANKMENT...................................103 2-03.3 CONSTRUCTION REQUIREMENTS....... ..........................................103 2-03.3(7)D Contractor Provided Disposal Site (Addition)...................... 1054-04 2-03.3(19) Wet Weather Earthwork (New Section, Project No. SWP 27-3531)............................................................105-1-94 2-03.4 MEASUREMENT...................ERROR! BOOKMARK NOT DEFINED.4-G6 2-03.5 PAYMENT............................ERROR! BOOKMARK NOT DEFINED.4-06 t2-04 HAUL.............................................................................................................1061-06 2-04.5 PAYMENT................................................................................1064 2-06 SUBGRADE PREPARATION...................................................................1.064.0 2-06.5 MEASUREMENT AND PAYMENT..............................................10646 2-07 WATERING................................................................................................... 107 2-07.3 CONSTRUCTION REQUIREMENTS.............................................10747 2-07.5 PAYMENT.............................................................................. .1074-0-7 2-09 STRUCTURE EXCAVATION...................................................................1070-7 2-09.1 DESCRIPTION ..........................................................................10747 2-09.3(1)D Disposal of Excavated Material............................................ 10744).8 2-09.4 MEASUREMENT.......................................................................10848 2-09.5 PAYMENT................................................................................1084 9 4-04 BALLAST AND CRUSHED SURFACING..............................................1084 4-04.1 DESCRIPTION ..........................................................................10848 4-04.3(5) Shaping and Compaction...........................................1084 t 4-04.4 MEASUREMENT......................................................................... 109 4-04.5 PAYMENT................................................................................109409 ' 5-01 CEMENT CONCETE PAVEMENT REHABILITATION.....................10904 5-01.3(4) Replace Portland Cement Concrete Panel ............................ 1.094-899 5-01.4 Measurement......................................................................... 109449 5-01.5 Payment..............................................:.................................. 109441 5-04 HOT MIX ASPHALT..................................................................................1094 4-9 5-04.3(7)A Mix Design............................................................................... 110 ' 5-04.3(8)A Acceptance Sampling and Testing-HMA Mixture..............11044-8 5-04.5(1)A Price Adjustments for Quality of HMA.................................11044-9 5-04.4 Measurement............................................................................ 112 5-04.5 Payment..................................................................................11244 5-06 NEW SECTION (PROJECT NO. SWP-27-3531)....................................112 CITYOF RENTON.................................................................................................1123 TRENCH RESTORATION AND STREET OVERLAY REQUIREMENTS...112444 7-01 DRAINS......................:.................................................................................11848 7-01.2 MATERIALS.............................................................................118449 7-01.3 CONSTRUCTION REQUIREMENTS.............................................1 1844-9 7-02 CULVERTS..................................................................................................1191 7-02.2 MATERIALS.............................................................................1194-W 7-04 STORM SEWERS.......................................................................................111 9449 7-04.2 MATERIALS.............................................................................11949 7-04.3 CONSTRUCTION REQUIREMENTS.............................................1.204,10 lil � 5 7-04.4 MEASUREMENT.......................................................................12040 , 7-04.5 PAYMENT................................................................................12040 7-05 MANHOLES,INLETS,AND CATCH BASINS......................................121M 7-05.1 DESCRIPTION ..........................................................................1214-24 7-05.2 MATERIALS.............................................................................121 -2-1- t 7-05.2(1) Frames and Covers (New Section, Project No. SWP 27-3531).....................................................................1214-24 7-05.2(2) Precast Concrete Catch Basins and Concrete Inlets (New Section, Project No. SWP 27-3531).......................122 7-05.3 CONSTRUCTION REQUIREMENTS.............................................1224-2 7-05.3(1) Adjusting Manholes and Catch Basins to Grade.......1224 ? t 7-05.3(2) Abandon Existing Manholes......................................1254 7-05.3(3) Connections to Existing Manholes ............................1254? 7-05.4 MEASUREMENT......................................................................... 126 ' 7-05.5 PAYMENT................................................................................1264 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS........................1266 , 7-08.3(1)A Trenches (Addition, Project No. SWP 27-3531) .................. 1264-26 7-08.3(1)B Shoring (Addition, Project No. SWP 27-3531) .......................... 127 SoilsInformation ........................................................................................... 1274 Existing Utilities............................................................................................ 1274 Removal......................................................................................................... 1274?8 PublicSafety..................................................................................................... 128 7-08.3(1)C Pipe Zone Bedding (Addition, Project No. SWP 27-3531)........ 128 ' 7-08.3(1)D Dewatering (New Section, Project No. SWP 27-3531).............. 129 7-08.3(2)A Survey Line and Grade ............................................................... 131 7-08.3(2)B Pipe Laying-General .......................................................... 1314-3-1- 7-08.3(2)E Rubber Gasketed Joints......................................................... 1324-3-? 7-08.3(2)H Sewer Line Connections....................................................... 1324-3? 7-08.3(4) Plugging Existing Pipe...............................................1324 7-08.4 MEASUREMENT......................................................................... 133 7-08.5 PAYMENT......................................................................................133 7-09 PIPE AND FITTINGS FOR WATER MAINS.........................................133 7-09.3(15)A Ductile Iron Pie 1334 7-09.3(15)B Polyvinyl Chloride (PVC) Pipe (4 inches and Over)............ 1334-34 7-09.3(17) Laying Ductile Iron Pipe and Fittings with Polyethylene Encasement................................................134 7-09.3(19)A Connections to Existing Mains............................................. 1344-34 , City Installed Connections............................................................................. 13444 7-09.3(21) Concrete Thrust Blocking and Dead-Man Block.......1354-3-�5 7-09.3(23) Hydrostatic Pressure Test ..........................................135 7-09.3(24)A Flushing and "Poly-Pigging"................................................. 137 7-09.3(24)D Dry Calcium Hypochlorite.................................................... 1.374 7-09.3(24)K Retention Period.................................................................... I':)74� ' 7-09.3(24)N Final Flushing and Testing.................................................... 1374-3-8 6 ' t 7-09.3(25) Joint Restraint Systems (New Section, Project No. SWP27-3531)..................................................................138 General................................................................................................................. 138 Materials ........................................................................................................ 13845 Installation......................................................................................................... 139 7-09.4 Measurement....................................................................140 7-09.5 Payment.................................................................... .1.404 7-12 VALVES FOR WATER MAINS ..14049 7-12.3(1) Installation of Valve Marker Post..............................14041.0 7-12.3(2) Adjust Existing Valve Box to Grade (New Section, Project No. SWP 27-3531) ........................................140444 7-12.4 MEASUREMENT......................................................................... 141 7-12.5 PAYMENT(REVISED SECTION,PROJECTNo. SWP 27-3531)..1414-14 7-14 HYDRANTS.................................................................................................141 7-14.4 MEASUREMENT.......................................................................14244? 7-14.5 PAYMENT(REVISED SECTION,PROJECT No. SWP 27-3531)..14244L 7-20 SIOSWALE (NEW SECTION)..................................................................1.42-1-42 7-20.1 DESCRIPTION..........................................................................1424.4? 7-20.2 MATERIALS.............................................................................1424-43 7-20.3 CONSTRUCTION REQUIREMENTS.............................................142443 7-20.4 MEASUREMENT.............................................................................143 7-20.5 PAYMENT......................................................................................143 8-01 EROSION CONTROL (REVISED SECTION,PROJECT NO. SWP 27-3531).................................................................................143443 8-01.1 DESCRIPTION ............................................... .....143-1-4-3 8-01.2 MATERIALS.............................................................................1434-44 8-01.3(l) General......................................................................... 144 Section 8.01.3(1) shall be supplemented with the following:..................144 8-01.3(1)C Temporary Storm and Surface Water Management (New Section, Project No. SWP 27-3531).................144445 8-01.3(2) Seeding, Fertilizing, and Mulching....................................... 14544-5, 8-01.3(2)A Topsoil................................................................................... 1454-45 8-01.3(2)A Seeding.................................................................................. 1454445 8-01.3(2)B Seeding and Fertilizing......................................................... 1464-4-6 8-01.3(2)D Mulching...................................................................... 147 8-01.3(2)E Soil Binder or Tacking Agent................................................ 147447 8-01.3(2)) Miscellaneous Erosion Control (New Section, Project No. SWP 27-3 53 1) ........................................1474-47 8-01.4 MEASUREMENT.............................................................................148 Section 8.01.4 shall be supplemented with the following: ......................148 8-01.5 PAYMENT......................................................................................148 Section 8.01.5 shall be supplemented with the following: ................1484-4-9 ' 8-02 ROADSIDE RESTORATION (REVISED SECTION, PROJECT NO. SWP 27-3531)....................... ..........................148"8 8-02.1 DESCRIPTION..........................................................................1484-48 7 1 ' 8-02.2 MATERIALS.............................................................................1484 Treesand Shrubs................:........................................................................... 1484-49 Fertilizer............................................................................................................ 149 HydroMulch................................................................................................... 1494-4-9 8-02.3 CONSTRUCTION REQUIREMENTS............................................... 150 Sod....................................................................................................................... 150 Maintenance................................................................................................... 150450 Inspection and Substantial Completion 150138 , Reseeding.......................................................................................................... 151 8-02.3(2)A Chemical Pesticides.................................................................... 151 8-02.3(4) Preparation, Cultivation, and Cleanup.............................151 , 8-02.3(4)A Finish Grading and Topsoiling.............................................. 1514-5-1 8-02.3 (10) Fertilizers .........................................................................152 Section 8.01.3(10) shall be supplemented with the following:................152 8-02.3 (11) Bark or Wood Chip Mulch........................................1524-5-? Section 8.01.3(l 1) shall be supplemented with the following:..........1524-5-2 Delete the first sentence and add the following:................................15245? 8-02.3 (16)C Lawn Installation......................................................1521-5-2 Section 8.01.3(16)C shall be supplemented with the following:.......1524-5-2 Add paragraph number four:..............................................................1524}2 For seeded and lawn areas, fertilize these areas uniformly at a rate of 15 pounds per 1,000 square feet.........:........ .152453 , 8-02.3(17) Preparation, Cultivation, and Cleanup......................... 153 (NEW SECTION, PROJECT NO. SWP 27-3531)......................................................153 8-02.4 MEASUREMENT.............................................................................153 , 8-02.5 PAYMENT......................................................................................153 8-03 IRRIGATION SYSTEM.............................................................................1533 8-03.1 Description................... ..............................................153453 ' Section 8.01.3(1) shall be supplemented with the following:............1534-5-3 8-03.3(5) Installation................................................................................154 8-03.3(6) Electrical Wire Installation..............................................154 ' 8-03.3(11) System Operation.......................................................15444 8-03.3(15) Sleeves (New Section, Project No. SWP 27-3531) ..1544-5-5 8-03.3(16) Maintenance (New Section Project No. SWP 27- 3531)................................................................................15 5 8-03.4 MEASUREMENT.............................................................................155 Section 8.03.4 shall be supplemented with the following: ......................155 , 8-03.5 PAYMENT................................................................................1554 Section 8.03.5 shall be supplemented with the following: ................1554-5 8-04 CURBS, GUTTERS,AND SPILLWAYS..................................................1554 , 8-04.4 MEASUREMENT.......................................................................155 8-04.5 PAYMENT.................................................................................. 156 8-06 CEMENT CONCRETE DRIVEWAY ENTRANCES...................................156 ' 8-06.4 MEASUREMENT.............................................................................156 8-06.5 PAYMENT......................................................................................156 8 8-09 RAISED PAVEMENT MARKERS...........................................................1565§ 8-09.5 PAYMENT............................................................ ..................156-K6 8-13 MONUMENT CASES.................................................................................156 8-13.1 DESCRIPTION ..........................................................................156 8-13.3 CONSTRUCTION REQUIREMENTS.............................................1564-57 8-13.4 MEASUREMENT......................................................................... 157 8-13.5 PAYMENT............................ ........157 8-14 CEMENT CONCRETE SIDEWALKS.....................................................1577 8-14.2(1)A Proportions (New Section)......................................................... 1584759 8-14.3 CONSTRUCTION REQUIREMENTS.............................................1599 t8-14.3(2)A Forms for Pervious Concrete (New Section) ............................. 1594-59 8-21 PERMANENT SIGNING (ADDED SECTION,PROJECT NO. SWP 27-3531).................................................................................1631-6-3 8-21.3(5) Sign Relocation..........................................................1634£ Permanent Sign Relocation............................................................................ 163 -3 Temporary Sign Relocation........................................................................... 163463 8-21.5 PAYMENT......................................................................................164 i 8-22 PAVEMENT MARKING .................................................................................164 8-22.1 DESCRIPTION ................................................................................164 t Skip Center Line (Replacement).................................................................... 1641-64 Double Yellow Center Line (Replacement)................................................... 164464 Approach Line (New)................................................. .... 164464 Lane Line (Replacement)............................................................................... 164464 Two Way Left Turn Line (Replacement)............................................................. 165 Stop Line (Replacement) ..................................................................... . 165 8-22.2 MATERIAL ..............................................................................16546-5 Plastic—Tape................................................................................................. 16546 Plastic—Extruded Material............................................................................ 16546-5 8-22.3(5) Plastic Installation Instructions........................................166 8-22.4 MEASUREMENT.............................................................................166 8-22.5 PAYMENT......................................................................................166 8-23 TEMPORARY PAVEMENT MARKINGS..............................................166 8-23.5 PAYMENT................................................................................166466 8-24 ROCK AND GRAVITY BLOCK WALL AND GABION CRIBBING.166"6 8-24.2 MATERIALS.............................................................................166466 8-24.3 CONSTRUCTION REQUIREMENTS.............................................166466 8-24.4 MEASUREMENT......................................................................... 167 8-24.5 PAYMENT......................................................................................167 9-03 AGGREGATES...........................................................................................1677 9-03.8(2) HMA Test Requirements...........................................16746-7 ESALs............................................................................................................ 1674-6-7 9-03.8(7) HMA Tolerances and Adjustments............................167447 9-03.10 AGGREGATE FOR GRAVEL BASE (REVISED SECTION, PROJECT No. SWP 27-3531)........................................................168 9-05 DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS.............1688 9 j 1 9-05.1(1) Concrete Drain Pipe...................................................1681-6-8 9-05.12(3) CPEP Sewer Pipe (New Section, Project No. SWP , 27-3531)......................................................................16 84 9-14 EROSION CONTROL AND ROADSIDE PLANTING (REVISED SECTION,PROJECT NO. SWP 27-3531)................................................169 i 9-14.1(3) Topsoil Type C ................................................................169 9-14.1(4) Planting Soil in Bioretention Pond Bottom(New ' Section, Project No. SWP 27-3531) ..........................1691-6.9 9-14.1(5) Planting Soil Backfilled Around Plant Material........1691£69 Section 9-14.3 shall be supplemented with the following:......................170 Section 9-14.4 (3) shall be supplemented with the following: ..........1704-70 , Section 9-14.4 (7) shall be supplemented with the following: ..........170470 9-14.6(8) SOD...............................................................................................171 SECTION 9-14.6(8)SHALL BE SUPPLEMENTED WITH THE FOLLOWING:..................171 9-14.7 STACKS,GUYS AND WRAPPING..............................................1714 4 9-14.8 CLEANING(NEW SECTION,PROJECT N0.27-3531).................. 172 9-15 IRRIGATION SYSTEM.............................................................172 , 9-23 CONCRETE CURING MATERIALS AND ADMIXTURES ................1724 9-23.9 FLY ASH(RC).......................................... ............................1724 ? . 1 9-30 WATER DISTRIBUTION MATERIALS.................................................172 9-30.1(1) Ductile Iron Pipe........................................................17243 9-30.1(4)A Steel Pipe ..................................................................... 173 9-30.3(1) Gate Valves (3 inches to 12 inches)...........................1734 Resilient Seated Gate Valves................................................................................ 174 9-30.3(5) Valve Marker Posts....................................................1741-74 9-30.3(8) Tapping Sleeve and Valve Assembly........................17444 9-30.3(9) Blow-Off Assembly (New Section, Project No. SWP27-3531)..................................................................175 9-30.6(3)B Polyethylene Tubing................................................................... 175 I I' 10 , ', t 1 SPECIAL PROVISIONS The following Special Provisions are made a part of this Contract and supersede any conflicting provisions of the 2010 Standard Specifications for Road, Bridge, and Municipal Construction (English), and the foregoing amendments to the Standard Specifications. 1-01 DEFINITIONS AND TERMS 1-01.1 General Section 1-01.1 is supplemented with: tWhenever reference is made to the State, Commission, Department of Transportation, Secretary of Transportation, Owner, Contracting Agency or Engineer, such reference shall be deemed to mean the City of Renton acting through its City Council, employees, and duly authorized representatives for all contracts administered by the City of Renton. 1-01.2 Abbreviations 1-01.2(2) Items of Work and Units of Measurement tSection 1-01.2(2) is supplemented with the following: HMA Hot Mix Asphalt Conn. Connection CPEP Corrugated Polyethylene Pipe ' E East Ex, Exist Existing FOB Freight on Board ID Inside Diameter Inv. Invert MON Monument MUTCD Manual on Uniform Traffic Control Devices N North No. Number OD Outside Diameter PC Point of Curve PT Point of Tangency 1 PI Point of Intersection PCC Portland Cement Concrete PVC Polyvinyl Chloride Pipe R/W Right-of-Way S South SS Sanitary Sewer or Side Sewer Project No.SLAT 27-3531 Page 1 SPECIAL PROVISIONS - Continued W West 1-01.3 Definitions Section 1-01.3 is revised and supplemented by the following: , Act of God "Act of God" means an earthquake, flood, cyclone, or other cataclysmic phenomenon of nature. A rain, windstorm, high water or other natural phenomenon of unusual intensity for the specific locality of the work, which might reasonably have been anticipated from historical records of the general locality of the work, shall not be'construed as an act of God. Consulting Engineer The Contracting Agency's design consultant, who may or may not administer the , construction program for the Contracting Agency. Contract Price j Either the unit price, the unit prices, or lump sum price or prices named in the proposal, or in properly executed change orders. Dates Bid Opening Date: The date on which the Contracting Agency publicly opens and reads bids. Award Date: The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive Bidder for the work. Contract Execution Date: The date the Contracting Agency officially binds the agency to the Contract. Notice to Proceed Date: The date stated in the Notice to Proceed on which the Contract time begins. Contract Completion Date: The date by which the work is contractually required to be completed. Final Acceptance Date: The date the Contracting Agency accepts the work as complete per the contract requirements. Page 2 Project No.SWP 27-3531 SPECIAL PROVISIONS - Continued Day Unless otherwise designated, day(s)s as used in the Contract Documents shall be g understood to mean working days. Engineer The City Engineer or duly authorized representative, or an authorized member of a licensed consulting firm retained by Owner for the construction engineering of a specific public works project. Inspector Owner's authorized representative assigned to make necessary observations of the work performed or being performed, or of materials furnished or being furnished by Contractor. Or Equal Where the term "or equal" is used herein, the Contracting Agency, or the Contracting Agency on recommendation of the engineer, shall be the sole judge of the quality and suitability of the proposed substitution. The responsibility and cost of furnishing necessary evidence, demonstrations, or other information required to obtain the approval of alternative materials or processes by the Owner shall be entirely borne by the Contractor. Owner The City of Renton or its authorized representative also referred to as Contracting Agency. Performance and Payment Bond Same as "Contract Bond"defined in the Standard Specifications. Plans The contract plans and/or standard plans which show location, character, and dimensions 1 of prescribed work including layouts, profiles, cross-sections, and other details. Plans may either be bound in the same book as the balance of the Contract Documents or bound in separate sets, and are a part of the Contract Documents, regardless of the method of binding. The terns "Standard Drawings" or "Standard Details" generally used in specifications. refers to drawings bound either with the specification documents or included with the Plans or the City of Renton Standard Plans. Project No.SWP 27-3531 Page 3 SPECIAL PROVISIONS - Continued l Points Wherever reference is made to Engineer's points, this shall mean all marks, bench marks, reference points, stakes, hubs, tack, etc., established by Engineer for maintaining t horizontal and vertical control of the work. Provide Means"furnish and install" as specified and shown in the Plans. Secretary, Secretary of Transportation The chief executive officer of the Department and other authorized representatives. The chief executive officer to the Department shall also refer to the Department of Planning/Building/Public Works Administrator. Shop Drawings Same as "Working Drawings" defined in the Standard Specifications. ' Special Provisions Modifications to the standard specifications and supplemental specifications that apply to an individual project. The special provisions may describe work the specifications do not cover. Such work shall comply first with the special provisions and then with any specifications that apply. The Contractor shall include all costs of doing this work within the bid prices. State The State of Washington acting through its representatives. The State shall also refer to The City of Renton and its authorized representatives where applicable. Supplemental Drawings and Instructions Additional instructions by Engineer at request of Contractor by means of drawings or documents necessary, in the opinion of Engineer, for the proper execution of the work. Such drawings and instructions are consistent with the Contract Documents. Utility Public or private fixed improvement for the transportation of fluids, gases, power, signals, or communications and shall be understood to include tracks, overhead and underground wires, cables, pipelines, conduits, ducts, sewers, or storm drains. Pale 4 Project No.SWP 27-3531 SPECIAL PROVISIONS - Continued i1-02 BID PROCEDURES AND CONDITIONS 1-02.2 Plans and Specifications Section 1-02.2 is deleted and replaced with the following: ' See "Instructions to Bidders" and "Bidders Checklist" contained in the Contract Documents herein for prebid information. 1-02.4 Examination of Plans, Specifications, and Site of Work Section 1-02.4 is supplemented with the following: 1-02.4(1) General iLocations 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 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 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." 1-02.6 Preparation of Proposal P P Project No.SWP 27-3531 Page 5 SPECIAL PROVISIONS - Continued The third paragraph is revised as follows: All prices shall be in legible figures and words written in ink or typed. The proposal shall include: A unit price for each item (omitting digits more than four places to the right of the decimal point) shall be numerically written. When a conflict or math error arises, the unit price will prevail over the sub-total amount. 1-02.6(1) Proprietary Information (New Section,Project No. SWP-27-3531) 1-02.6(1) is a new section. i Vendors should, in the bid proposal, identify clearly any material(s) which constitute "(valuable) formula, designs drawings, and research data" so as to be exempt from public disclosure, RCW 42.17.310, or any materials otherwise claimed to be exempt, along with a Statement of the basis for such claim of exemption. The Department (or State) will give notice to the vendor of any request for disclosure of such information received within 5 (five) years from the date of submission. Failure to so label such materials or failure to timely respond after notice of request for public disclosure has been given shall be deemed a waiver by the submitting vendor of any claim that such materials are, in fact, so exempt. 1-02.12 Public Opening of Proposals Section 1-02.12 is supplemented with the following: The Contracting Agency reserves the right to postpone the date and time for bid opening. Notification to bidder will be by addenda. 1-03 AWARD AND EXECUTION OF CONTRACT 1-03.1 Consideration of Bids Section 1-03.1 is supplemented with the following: All bids will be based on total sum of all schedules of prices. No partial bids will be accepted unless so stated in the call for bids or special provisions.. The City, at its discretion, reserves the right however to award all or any schedule of a bid to the lowest responsive, responsible bidder. 1-03.2 Award of Contract Section 1-03.2 is supplemented with the following: i Page 6 Project No.SWP 27-3531 SPECIAL PROVISIONS - Continued The contract, bond form, and all other forms requiring execution, together with a list of ' all other forms or documents required to be submitted by the successful bidder, will be forwarded within 5 days of the award. The number of copies to be executed by the Contractor shall be determined by the Contracting Agency. 1-03.3 Execution of Contract Section 1-03.3 is revised and supplemented as follows: Within 10 calendar days after receipt from the City of the forms and documents required to be completed by the Contractor, the successful bidder shall return the signed Contracting Agency-prepared contract, an insurance certification as required by Section 1-07.18, and a satisfactory bond as required by law and Section 1-03.4. Before execution of the contract by the Contracting Agency, the successful bidder shall provide any pre- award information the Contracting Agency may require under Section 1-02.15. iUntil the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor shall any work begin within the project limits or within Contracting Agency-furnished sites. The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the Contracting Agency. If the bidder experiences circumstances beyond their control that prevents return of the contract documents within 10 calendar days after the award date, the Contracting Agency may grant up to a maximum of 10 additional calendar days for return of the documents, provided the Contracting Agency deems the circumstances warrant it. The Contracting Agency is prohibited by RCW 39.06.010 from executing a contract with a Contractor who is not registered or licensed as required by the laws of the state. In addition, the Contracting Agency requires persons doing business with the Contracting Agency to possess a valid City of Renton business license prior to award. When the Bid Form provides spaces for a business license number, a Washington State Contractors registration number, or both the Bidder shall insert such information in the spaces provided. The Contracting Agency requires legible copies of the Contractor's Registration and business license be submitted to the Engineer as part of the Contracting Agency's post-award information and evaluation activities. 1-04 SCOPE OF WORK 1-04.2 Coordination of Contract Documents, P Plans Special Provisions Specifications, and Addenda Revise the second paragraph to read: Project No.SWP 27-3531 Pace 7 SPECIAL PROVISIONS - Continued I i Any inconsistency in the parts of the contract shall be resolved by following this order of precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 1. Addenda, 2. Proposal Form, 3. Special Provisions, 4. Contract Plans, 5. Amendments to Division 1-99 APWA Supplement 6. Amendments to the Standard Specifications, 7. 2010 WSDOT Standard Specifications for Road, Bridge and Municipal Construction 8. Contracting Agency's Standard Plans (if any) 9. WSDOT Standard Plans for Road, Bridge and Municipal Construction 1-04.3(1) Contractor-Discovered Discrepancies (New Section, Project No. SWP 27-3531) Section 1-04.3 is a new section: Upon receipt of award of contract, Contractor shall carefully study and compare all the components of the Contract Documents and other instructions, and check and verify all field measurements. Contractor shall, prior to ordering material or performing work, report in writing to Engineer any error, inconsistency, or omission in respect to design or mode of construction, which is discovered. If Contractor, in the course of this study or in the accomplishment of the work, finds any discrepancy between the Plans and the physical condition of the locality as represented in the Plans, or any such errors or omissions in respect to design or mode of construction in the Plans or in the layout as given by points and instructions, it shall be Contractor's duty to inform Engineer immediately in writing, and Engineer will promptly check the same. Any work done after such discovery, until correction of Plans or authorization of extra work is given, if Engineer finds that extra work is involved, will be done at Contractor's risk. If extra work is involved, the procedure shall be as provided in Section 1-04.4 of the Standard Specifications. 1-04.3(2) Project Coordination 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 or private utilities that may be involved. 1-04.4 Changes The last two :ara ra hs are replaced with the following: p g p p g Page 8 Project No.SWP 27-3531 i SPECIAL PROVISIONS - Continued Renton does not have a formal policy or guidelines on cost reduction alternatives, but will evaluate such proposals by the Contractor on a case-by-case basis. 1-04.4(1) Minor Changes Section 1-04.4(1) is supplemented with the following: Payment or credits for changes may be made under the bid item "Minor Changes." At the discretion of the Owner, this procedure for Minor Changes 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 Minor Changes. The agreement for the Minor Changes 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 Minor Changes, the Contractor may protest the order as provided in 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 "Minor Changes" in the Proposal to become a part of the total bid by the Contractor. t1-04.8 Progress Estimates and Payments Section 1-04.8 is supplemented as follows: The Contractor is encouraged to provide to the Engineer prior to progress payments an estimate of lump sum work accomplished to date. The Engineer's calculations and decisions shall be final in regard to the actual percentage of any lump sum pay item accomplished and eligible for payment unless another specific method of calculating lump sum payments is provided elsewhere in the specifications. 1-04.11 Final Cleanup Section 1-04.11 is supplemented as follows: All salvage material as noted on the plans and taken from any of the discarded facilities shall, at the Engineer's discretion, be carefully salvaged and delivered to the City shops. Any cost incurred in salvaging and delivering such items shall be considered incidental to the project and no compensation will be made. The lump sum contract price for "Mobilization, Cleanup and Demobilization" shall be full compensation for all work, equipment and materials required to perform final cleanup. lii Project No.SWP 27-3531 Page 9 SPECIAL PROVISIONS - Continued i 1-05 CONTROL OF WORK 1-05.4 Conformity With and Deviation from Plans and Stakes Section 1-05.4 is supplemented with the following: If the project calls for Contractor. supplied surveying, the Contractor shall provide all required survey work, including such work as mentioned in Special Provisions Section 1-11 and elsewhere in these specifications as being provided by the Engineer. All costs for this survey work shall be included in "Contractor Supplied Surveying," per lump sum. The Engineer or Contractor supplied surveyor will provide construction stakes and marks establishing lines, slopes, and grades as stipulated in Sections 1-05.4 and will perform such work per Special Provisions Section 1-11. The Contractor shall assume full responsibility for detailed dimensions, elevations, and excavation slopes measured from the Engineer or Contractor supplied surveyor furnished stakes and marks. The Contractor shall provide a work site which has been prepared to permit construction staking to proceed in a safe and orderly manner. The Contractor shall keep the Engineer or Contractor supplied surveyor informed of staking requirements and provide at least 48 hours notice to allow the Engineer or Contractor supplied surveyor adequate time for setting stakes. The Contractor shall carefully preserve stakes, marks, and other reference points, including existing monumentation, set by Contracting Agency forces. The Contractor will be charged for the costs of replacing stakes, markers and monumentation that were not to be disturbed but were destroyed or damaged by the Contractor's operations. This charge will be deducted from monies due or to become due to the Contractor. Measurement for re-establishing existing monuments will be per each monument re- established, in conformance with RCW 58.09.130. Payment for re-establishing monuments will be made at the unit price bid per each, which payment will be complete compensation for all permitting, labor, equipment, materials, excavation, new monument with housing, placement, installation, backfill, compaction, restoration, City monument card for survey records, etc. required to reference the existing monument and re-establish a new one after utility construction and restoration is complete, in conformance with the Contract Documents. Any claim by the Contractor for extra compensation by reason of alterations or reconstruction work allegedly due to error in the Engineer's line and grade, will not be allowed unless the original control points set by the Engineer still exist, or unless other satisfactory substantiating evidence to prove the error is furnished the Engineer. Three consecutive points set on line or grade shall be the minimum points used to determine any variation from a straight line or grade. Any such variation shall, upon discovery, be Page 10 Project No.SWP 27-3531 II SPECIAL PROVISIONS - Continued reported to the Engineer. In the absence of such report the Contractor shall be liable for any error in alignment or grade. The Contractor shall provide all surveys required other than those to be performed by the Engineer. All survey work shall be done in accordance with Special Provisions Section 1-11 SURVEYING STANDARDS of these specifications. The Contractor shall keep updated survey field notes in a standard field book and in a format set by the Engineer, per Special Provisions Section I-11.1(4). These field notes shall include all survey work performed by the Contractor's surveyor in establishing line, grade and slopes for the construction work. Copies of these field notes shall be provided the Engineer upon request and upon completion of the contract work the field book or books shall be submitted to the Engineer and become the property of the Contracting Agency. If the survey work provided by the Contractor does not meet the standards of the Engineer, then the Contractor shall, upon the Engineer's written request, remove the individual or individuals doing the survey work and the survey work will be completed by the Engineer at the Contractor's expense. Costs for completing the survey work required by the Engineer will be deducted from monies due or to become due the Contractor. Payment for all work associated with this item of work shall be-under the unit contract price for the various bid items described in Section 1-09.14 of these Special Provisions. 1 1-05.4(3) Contractor Supplied Surveying(New Section, Project No. SWP 27- 3531) Section 1-05.4(3) is a new section: When the contract provides for Contractor Supplied Surveying, the Contractor shall supply the survey work required for the project. The Contractor shall retain as a part of the Contractor Organization an experienced team of surveyors under the direct supervision of a professional land surveyor licensed by the State of Washington. All survey work shall be done in accordance with Sections 1-05.4 and Special Provisions Section 1-11. The Contractor and/or Surveyor shall inform the Engineer in writing of any errors, discrepancies, and omissions to the plans that prevent the Contractor and/or Surveyor from constructing the project in a manner satisfactory to the Engineer. All errors, discrepancies, and omissions must be corrected to the satisfaction of the Engineer before the survey work may be continued. The Contractor shall coordinate his work with the Surveyor and perform his operations in a manner to protect all survey stakes from harm. The Contractor shall inform the Project No.SAT 27-3531 Page 11 SPECIAL PROVISIONS - Continued Surveyor of the Contractor's intent to remove any survey stakes and/or points before physically removing them. The surveyor shall be responsible for maintaining Record Drawings for the project. The Contractor shall coordinate his operations and assist the Surveyor in maintaining accurate Record Drawings for the project. If the Contractor and Surveyor fail to provide, as directed by the Engineer and/or these plans and specifications, accurate Record Drawings and other work the Engineer deems necessary, the Engineer may elect to provide at Contractor expense, a surveyor to provide all Record Drawings and other work as directed by the Engineer. The Engineer shall deduct expenses incurred by the Engineer-supplied surveying from moneys owed to the Contractor. Payment for all work associated with this item of work shall be under the unit contract price for the various bid items described in Section 1-09.14 of these Special Provisions. 1-05.4(4) Contractor Provided Record Drawing Information (New Section, Project No. SWP 27-3531) Section 1-05.4(4) is a new section: It shall be the Contractor's responsibility to record the location of all utilities prior to the backfilling of the trenches, by centerline station, offset, and depth below pavement, of all existing utilities uncovered or crossed during his work as covered under this project. It shall be the Contractor's responsibility to have his surveyor locate by centerline station, offset and elevation each major item of work done under this contract per the survey standard of Special Provisions Section 1-11. Major items of work shall include but not be limited to water main horizontal information, bend locations, hydrants, storm inlet and outlet inverts, catch basins, manhole rim elevations, bioswale ground elevations at the inlet, mid swale and outlet locations, potholing information, curbline locations, water and storm endcap location and invert elevations, and the top and centerline of the bioswale.. After the completion of the work covered by this contract, the Contractors surveyor shall provide to the City the hard covered field book(s) containing the record drawing notes and one set of white prints of the project drawings upon which he has plotted the notes of the contractor locating existing utilities, and one set of white prints of the project drawings upon which he has plotted the record drawing location of the new work as he recorded in the field book(s). This drawing shall bear the surveyors seal and signature certifying its accuracy. All costs for record drawing work shall be included in the lump sum contract item "Construction Surveying, Staking and Record Drawings". Page 12 Project No.SWP 27-3531 SPECIAL PROVISIONS - Continued 1-05.7 Removal of Defective and Unauthorized Work Section 1-05.7 is supplemented as follows: Contractor shall promptly replace and re-execute work by Contractor forces, in accordance with the intent of the Contract and without expense to Owner, and shall bear the expense of making good all work of other contractors destroyed or damaged by such removal or replacement. If Contractor does not remove such condemned work and materials and commence re-execution of the work within 7 calendar days of notice from Engineer, Owner may correct the same as provided in the Standard Specifications. In that case, Owner may store removed material. If Contractor does not pay the cost of such removal and storage within 10 calendar days from the date of the notice to Contractor of the fact of such removal, Owner may, upon an additional 10 calendar days' written notice, sell such materials at public or private sale, and deduct all costs and expenses incurred from moneys due to Contractor, including costs of sale, and accounting to Contractor for the net proceeds remaining. Owner may bid at any such sale. Contractor shall be liable to Owner for the amount of any deficiency from any funds otherwise due Contractor. 1-05.10 Guarantees Section 1-05.10 is supplemented as follows: If within one year after the Acceptance Date of the Work by the Contracting Agency, defective and/or unauthorized Work is discovered, the Contractor shall promptly, upon written order by the Contracting Agency, return and in accordance with the Engineer's instructions, either correct such Work, of if such Work has been rejected by the Engineer, remove it from the Project Site and replace it with non-defective and authorized Work, all without cost to the Contracting Agency. If the Contractor does not promptly comply with the written order to correct defective and/or unauthorized Work, or if an emergency exists, the Contracting Agency reserves the right to have defective and/or unauthorized Work corrected or removed and replaced pursuant to Section 1-05.7 "Removal of Defective and Unauthorized Work." The Contractor agrees the above one year limitation shall not exclude or diminish the Contracting Agency's rights under any law to obtain damages and recover costs resulting from defective and/or unauthorized work discovered after one year but prior to the expiration of the legal time period set forth in RCW 4.16.040 limiting actions upon a contract in writing, or liability expressed of implied arising out of a written agreement. The Contractor shall. warrant good title to all materials, supplies, and equipment purchased for, or incorporated in the Work. Nothing contained in this paragraph, Project No.SWP 27-3531 Page 13 SPECIAL PROVISIONS - Continued however, shall defeat or impair the tight of persons furnishing materials or labor, to recover under any bond given by the Contractor for their protection, or any rights under any law permitting such persons to look to funds due the Contractor in the hands of the Contracting Agency. The provisions of this paragraph shall be inserted in all subcontracts and material p p g p contracts, and notice of its provisions shall be given to all persons furnishing materials for the Work when no formal contract is entered into for such materials. 1-05.11 Final Inspection 1-05.11(1) Substantial Completion Date Section 1-05.11(1) is a new section: When the Contractor considers the work to be substantially complete, the Contractor shall so notify the Engineer and request the Engineer establish the Substantial Completion Date. To be considered substantially complete the following conditions must be met: 1. The Contracting Agency must have full and unrestricted use and benefit of the facilities both from the operational and safety standpoint. 2. Only minor incidental work replacement of temporary substitute facilities, or correction of repair work remains to reach physical completion of the work. The Contractor's r eq u est shall list the specific items of work in subparagraph two above that remains to be completed in order to reach physical completion. The Engineer may also establish the Substantial Completion Date unilaterally. If after this inspection, the Engineer concurs with the Contractor that the Work is substantially complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial Completion Date. If, after this inspection the Engineer does not consider the Work substantially complete and ready for its intended use, the Engineer will, by written notice, so notify the Contractor giving the reasons therefore. Upon receipt of written notice concurring in or denying substantial completion, whichever is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption, the Work necessary to reach Substantial and Physical Completion. The Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work. Page 14 Project No.SWP 27-3531 SPECIAL PROVISIONS - Continued The above process shall be repeated until the Engineer establishes the Substantial Completion Date and the Contractor considers the work physically complete and ready for Final Inspection. 1-05.11(2) Final Inspection Date Section 1-05.11(2) is a new section: When the Contractor considers the Work physically complete and ready for Final Inspection, the Contractor, by Written Notice, shall request the Engineer to schedule a final inspection. The Engineer will set a date for Final Inspection. The Engineer and the Contractor will then make a final Inspection and the Engineer will notify the Contractor in writing of all particulars in which the Final Inspection revels the Work incomplete of unacceptable. The Contractor shall immediately take such corrective measures as are necessary to remedy the listed deficiencies. Corrective work shall be pursued vigorously, diligently, and without interruption until physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied the listed deficiencies have been corrected. If action to correct the listed deficiencies is not initiated within 7 days after receipt of the Written Notice listing the deficiencies, the Engineer may, upon Written Notice to the Contractor, take whatever steps are necessary to correct those deficiencies pursuant to Section 1-05.8. Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting Agency, in writing , of the date upon which the Work was considered physically complete, that date shall constitute the Physical Completion date of the Contract, but shall not imply all the obligations of the Contractor under the Contract have been fulfilled. 1-05.11(3) Operational Testing Section 1-05.11(3) is a new section: Unless otherwise noted in the Contract Documents, Contractor shall give Engineer a minimum of 3 working days' notice of the time for each test and inspection. If the inspection is by another authority than Engineer, Contractor shall give Engineer a minimum of 3 working days' notice of the date fixed for such inspection. Required certificates of inspection by other authority than Engineer shall be secured by Contractor. 1-05.12 Final Acceptance The third and fourth sentences in paragraph 1 are deleted and replaced with: Project No.SWP 27-3531 Page 15 SPECIAL PROVISIONS - Continued The Final Acceptance date shall be that date in which the Renton City Council formally approves acceptance of the Contract. 1-05.14 Cooperation with Other Contractors Section 1-05.14 is supplemented as follows: Contractor shall afford Owner and other contractors working in the area reasonable opportunity for the introduction and storage of their materials and the execution of their respective work and shall properly connect and coordinate Contractor's work with theirs. Other utilities, districts, agencies, and contractors who may be working within the project area are: Puget Sound Energy (gas and electric) AT&T Broadband Qwest Communications City of Renton(water, sewer,transportation) Private contractors employed by adjacent property owners The Contractor shall coordinate with City of Renton on tying into any existing electrical service cabinet and with PSE. 1-05.18 Contractor's Daily Diary (New Section, Project No. SWP 27-3531) Section 1-05.18 is a new section: Contractor and subcontractors shall maintain and provide to Engineer a Daily Diary Record of this Work. This Diary will be created by pen entries in a hard-bound diary book of the type that is commonly available through commercial outlets. The Diary must contain the Project and Number; if the Diary is in loose-leaf form, this information must appear on every page. The Diary must be kept and maintained by Contractor's designated project superintendent(s). Entries must be made on a daily basis and must accurately represent all of the project activities on each day. At a minimum,the diary shall show on a daily basis: 1. The day and date. 2. The weather conditions, including changes throughout the day. 3. A complete description of work accomplished during the day with adequate references to the Plans and Contract Provisions so that the reader can easily and accurately identify said work in the Plans. Identify location/description of photographs or videos taken that day. Page 16 Project No.SWP 27-3531 SPECIAL PROVISIONS - Continued 4. An entry for each and every changed condition, dispute or potential dispute, incident, accident, or occurrence of any nature whatsoever which might affect Contractor, Owner, or any third party in any manner. 5. Listing of any materials received and stored on- or off-site by Contractor for future installation, to include the manner of storage and protection of the same. 6. Listing of materials installed during each day. 7. List of all subcontractors working on-site during each day. 8. Listing of the number of Contractor's employees working during each day by category of employment. 9. Listing of Contractor's equipment working on the site during each day. Idle equipment on the site shall be listed and designated as idle. 10. Notations to explain inspections, testing, stake-out, and all other services furnished by Owner or other party during each day. 11. Entries to verify the daily (including non-work days) inspection and maintenance of traffic control devices and condition of the traveled roadway surfaces. Contractor shall not allow any conditions to develop that would be hazardous to the public. 12. Any other information that serves to give an accurate and complete record of the nature, quantity, and quality of Contractor's progress on each day. 13. Plan markups showing locations and dimensions of constructed features to be used by Engineer to produce record drawings. 14. All pages of the diary must be numbered consecutively with no omissions in page numbers. 15. Each page must be signed and dated by Contractor's official representative on the project. Contractor may use additional sheets separate from the diary book if necessary to provide a complete diary record, but they must be signed, dated, and labeled with project name and number. It is expressly agreed between Contractor and Owner that the Daily Diary maintained by Contractor shall be the "Contractor's Book of Original Entry" for Project No.SWP 27-3531 Page 17 i SPECIAL PROVISIONS - Continued the documentation of any potential claims or disputes that might arise during this Contract. Failure of Contractor to maintain this Diary in the manner described above will constitute a waiver of any such claims or disputes by Contractor. Engineer or other Owner's representative on the job site will also complete a Daily Inspection Report. 1-06 CONTROL OF MATERIAL 1-06.1 Approval of Materials Prior to Use Section 1-06.1 is supplemented as follows: The materials and equipment lists submitted to Engineer at the Preconstruction Conference shall include the quantity, manufacturer and model number, if applicable, of materials and equipment to be installed under the Contract. This list will be checked by Engineer as to conformity with the Contract Documents. Engineer will review the lists within 10 working days, noting required corrections. Contractor shall make required corrections and file 2 corrected copies with Engineer within one week after receipt of required corrections. Engineer's review and acceptance of the lists shall not relieve Contractor from responsibility for suitability for the intended purpose, nor for deviations from the Contract Documents. 1-06.2(1) Samples and Tests for Acceptance Section 1-06.2(1) is supplemented a follows: The finished Work shall be in accordance with approved samples. Approval of samples by Engineer does not relieve Contractor of responsibility for performance of the Work in accordance with the Contract Documents. 1-06.2(2) Statistical Evaluation of Materials for Acceptance Section 1-06.02(2) is supplemented by adding the following: Unless stated otherwise in the Special Provisions, statistical evaluation will not be used by the City of Renton. 1-06.7 Shop Drawings and Submittals (New Section, Project No. SWP 27- 3531) 1-06.7(1) General(New Section, Project No. SWP 27-3531) 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 Page 18 Project No.SWP 27-3531 SPECIAL PROVISIONS - Continued 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. 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 f imished, all at the Contractor's expense. 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 been met, and acknowledges that the product, method, or information will function as intended. I1-06.7(2) Required Information (New Section, Project No. SWP 27-3531) Submit five copies of each submittal to the Owner. Shop drawings and submittals shall be submitted on 8-1/2" x 11", 11" x 17", or 22" x 34" 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 Project No.SWP 27-3531 Page 19 SPECIAL PROVISIONS - Continued 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 (New Section, Project No. SWP 27-3531) 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. 1-06.7(4)A After Contract Execution (New Section, Project No. SWP 27-3531) 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. 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 Page 20 Project No.SWP 27-3531 SPECIAL PROVISIONS - Continued completed. The Contractor waives all claims for additional costs related to substitutions that consequently become apparent. The Owner may choose to reject the substitution if they so choose. 1-06.7(5) Submittal Requirements (New Section,Project No. SWP 27-3531) 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. 1-06.7(4) Substitutions 1-06.7(5) Work Plan 5-04.2 Asphalt Concrete Pavement Materials 7-04.2 Storm Sewer Pipe Materials including Baffle Wall 7-05.2 Manhole and Catch Basin Materials 7-05.2 Backfill for Storm and Water Trenches 7-05.2 Pipe Foundation Materials f 7-09.2 Water Pipe Materials 8-01 Erosion Control Materials 8-02 Roadside Planting 8-04 Curb and Gutter 8-14 Pervious Cement Concrete Sidewalk The Contractor shall prepare a Work Plan, which shall include the following: 1. Proposed construction sequence and schedule for all major items of work. 2. Mobilization and Demobilization Plan showing the proposed location for storage of all equipment and materials proposed to be located at the site, and the removal of all equipment and materials following the completion of construction and the removal of traffic, project and erosion controls. 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. 3. Disposal Site: All excess and waste material removed from the site shall be disposed of at a Contractor Provided Disposal Site per Standard Specifications Section 2-03.3(7)C. Hauling shall be included at no extra cost. i 4. Temporary Erosion and Sediment Control Plan and Stormwater Pollution Prevention Plan (SWPP) for all stages of the Project. The Contractor shall submit a Temporary Erosion and Sediment Control (TESC) Plan that meets the requirements in Section 1-07.15. 5. Traffic Control Plan: The Contractor shall submit a Traffic Control Plan for review and approval by the Owner. The plan shall address the Project No.SWP 27-3531 Page 21 SPECIAL PROVISIONS - Continued proposed working areas, signage, flaggers and roadway traffic flow modifications. Contractor access to the working area, truck and equipment haul routes, and public access during construction shall also be provided within the plan that complies with WSDOT requirements. The Contractor may also be required to submit to the FHWA an approved traffic safety and access entry/exit plan. 6. Street Cleaning and Sweeping 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 Special Provisions Specifications Section 1-07.23(l). 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. All areas, including the street and parking lot, shall be cleaned and swept following completion of construction and the removal of traffic and erosion controls. No additional payment will be made for this work. 7. Dewatering Plan: The Contractor shall submit a Dewatering Plan for review and approval by the Owner. 8. Stormwater Bypass Plan: The Contractor 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 conveyance that is taken out of service during construction. 9. Spill Prevention, Control and Countermeasure Plan. The Work Plan shall be submitted to the Owner for review, revision, and approval within 10 days of the Contract award. 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.1 Laws to be Observed Section 1-07.1 is supplemented as follows: Contractor shall erect and properly maintain, at all times, as required by the conditions and progress of the work, all necessary safeguards for protection of workers and the public; shall post danger signs warning against known or unusual hazards; and shall designate as Safety Supervisor a responsible employee on the construction site whose duty shall be the enforcement of safety. The name and position of such person so designated shall be reported in writing to Engineer by Contractor. Page 22 Project No.SWP 27-3531 SPECIAL PROVISIONS - Continued Contractor shall, at all times, enforce strict discipline and good order among all employees and shall not employ any person unfit or not skilled in the work assigned to him/her. Necessar y sanitation conveniences for the use of the workers on the job, properly isecluded from public observation, shall be provided and maintained by Contractor. 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 otential cultural resources are discovered during subsurface excavations p g 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. 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: Work Performed on City, County, or Federally- Owned Land Section 1-07.2(1) is supplemented with the following: Project No.SWP 27-3531 Page 23 SPECIAL PROVISIONS - Continued 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 depending on which schedule of prices the work is completed (Schedule A for Storm/Road and Schedule B for water system components). 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 per either Rule 171 or Rule 170 by the Department of Revenue. 1-07.5 Wildlife, Fisheries, and Ecology Regulations (New Section,Protect No. SWP 27-3531) The Contractor shall comply with all permits obtained by the Owner. 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. The permits, easements, and right of entry documents that have been acquired are available for inspection and review. Contractor shall be required to comply with all conditions of the permits, easements, and rights of entry, at no additional cost to Owner. Contractor is required to indemnify Owner from claims on all easements and rights of entry. All other permits, licenses, etc., shall be the responsibility of Contractor. Contractor shall comply with the special provisions and requirements of each. Permits, permission under franchises, licenses and bonds of a temporary nature necessary for and during the prosecution of the work, and inspection fees in connection therewith shall be secured and paid for by Contractor. If Owner is required to secure such permits, Page 24 Project No.SWP 27-3531 SPECIAL PROVISIONS - Continued permission under franchises, licenses and bonds, and pay the fees, the costs incurred by Owner thereby shall be charged against Contractor and deducted from any funds otherwise due Contractor. 1-07.9(5) Required Documents Delete the first sentence of the third paragraph, and replace it with the following: Contractor must submit weekly-certified payrolls for the Contractor and all Y subcontractors and lower tier subcontractors, regardless of project's funding source. 1-07.11(11) City of Renton Affidavit of Compliance New Section (Project No. SWP 27-3531) Section 1-07.11(11) is a new section: Each Contractor, Subcontractor, Consultant, and or Supplier shall complete and submit a copy of the "City of Renton Fair Practices Policy Affidavit of Compliance." A copy of this document will be bound in the bid documents. Federal Agency Inspection Section 1-07.12 is supplemented with the following: Required Federal Aid Provisions The Required Contract Provisions Federal Aid Construction Contracts (FHWA 1273) and the amendments thereto supersede any conflicting provisions . of the Standard Specifications and are made a part of this contract; provided, however, that if any of the provisions of FHWA 1273, as amended, are less restrictive than Washington State Law, then the Washington State Law shall prevail. The provisions of FHWA 1273, as amended, included in this contract require that the . Contractor insert the FHWA 1273 and amendments thereto in each subcontract, together with the wage rates which are part of the FHWA 1273, as amended. Also, a clause shall be included in each subcontract requiring the subcontractors to insert the FHWA 1273 and amendments thereto in any lower tier subcontracts, together with the wage rates. The Contractor shall also ensure that this section, REQUIRED FEDERAL AID PROVISIONS, is inserted in each subcontract for subcontractors and lower tier subcontractors. For this purpose, upon request to the Project Engineer, the Contractor will be provided with extra copies of the FHWA 1273, the amendments thereto, the applicable wage rates, and this Special Provision. 1-07.13(1) General Project No.SwP 27-3531 Page 25 SPECIAL PROVISIONS - Continued Section 1-07.13(1) is supplemented as follows: 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 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. 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. During unfavorable weather and other conditions, the contractor shall pursue only such portions of the work as shall not be damaged thereby. No portion of the work whose satisfactory quality or efficiency will be affected by unfavorable conditions shall be constructed while these conditions exist, unless by special means or precautions acceptable to the engineer the contractor shall be able to overcome them. 1-07.15 Temporary Water Pollution/Erosion Control Delete the first paragraph, and replace it with the following: In an effort to prevent, control, and stop water pollution and erosion within the project, thereby protecting the work, nearby land, streams, and other bodies of water, the Contractor shall perform all work in strict accordance with all Federal, State, and local laws and regulations governing waters of the State, as well as permits acquired for the project. The Contractor shall submit a Temporary Erosion and Sediment Control (TESC) Plan that meets the requirements in Section 1-07.15. The Contractor shall also prepare 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 (February 2005), proper construction practices and the requirements in Section 1-07.15. 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. Page 26 Project No.SWP 27-3531 SPECIAL PROVISIONS - Continued 1-07.16(1) Private/Public Property Section 1-07.16(1) is supplemented by adding the following: The Contracting Agency will obtain all easements and franchises required for the project. The Contractor shall limit his operation to the areas obtained and shall not trespass on private property. The Contracting Agency may provide certain lands, as indicated in connection with the �+ work under the contract together with the right of access to such lands. The Contractor shall not unreasonably encumber the premises with his equipment or materials. The Contractor shall provide, with no liability to the Contracting Agency, any additional land and access thereto not shown or described that may be required for temporary construction facilities or storage of materials. He shall construct all access roads, detour roads, or other temporary work as required by his operations. The Contractor shall confine his equipment, storage of material, and operation of his workers to those areas shown and described and such additional areas as he may provide. A. General. All construction work under this contract on easements, right-of-way, over private property or franchise, shall be confined to the limits of such easements, right-of-way or franchise. All work shall be accomplished so as to cause the least amount of disturbance and a minimum amount of damage. The contractor shall schedule his work so that trenches across easements shall not be left open during weekends or holidays and trenches shall not be open for more than 24 hours. B. Structures. The contractor shall remove such existing structures as may be necessary for the performance of the work and, if required, shall rebuild the structures thus removed in as good a condition as found. He shall also repair all existing structures which may be damaged as a result of the work under this contract. �1+ C. Easements, cultivated areas and other surface improvements. All cultivated areas, either agricultural or lawns, and other surface improvements which are damaged by actions of the contractor shall be restored as nearly as possible to their original condition. Prior to excavation on an easement or private right-of-way, the contractor shall strip top soil from the trench or construction area and stockpile it in such a manner that it may be replaced by him, upon completion of construction. Ornamental trees and shrubbery shall be carefully removed with the earth surrounding their roots wrapped in burlap and replanted in their original positions within 48 hours. Project No.SWP 27-3531 Page 27 SPECIAL PROVISIONS - Continued All shrubbery or trees destroyed or damaged, shall be replaced by the contractor with material of equal quality at no additional cost to the Contracting Agency. In the event that it is necessary to trench through any lawn area, the sod shall be carefully cut and rolled and replaced after the trenches have been backfilled. The lawn area shall be cleaned by sweeping or other means, of all earth and debris. The Contractor shall use rubber wheel equipment similar to the small tractor-type backhoes used by side sewer contractors for all work, including excavation and backfill, on easements or rights-of-way which have lawn areas. All fences, markers, mailboxes, or other temporary obstacles shall be removed by the Contractor and immediately replace, after the trench is backfilled, in their original position. The Contractor shall notify the Contracting Agency and property Owner at least 24 hours in advance of any work done on easements or rights-of-way. Damage to existing structures outside of easement areas that may result from dewatering and/or other construction activity under this contract shall be restored to their original condition or better. The original condition shall be established by photographs taken and/or inspection made prior to construction. All such work shall be done to the satisfaction of the property Owners and the Contracting Agency at the expense of the Contractor. D. Streets. The Contractor will assume all responsibility of restoration of the surface of all streets (traveled ways) used by him if damaged. In the event the Contractor does not have labor or material immediately available to make necessary repairs, the contractor shall so inform the Contracting Agency. The Contracting Agency will make the necessary repairs and the cost of such repairs shall be paid by the Contractor. The Contractor is responsible for identifying and documenting any damage that is pre-existing or caused by others. Restoration of excavation in City streets shall be done in accordance with the City of Renton Trench Restoration Requirements, which is available at the Public Works Department Customer Services counter on the 6th floor, Renton City Hall, 1055 South Grady Way. 1-07.17 Utilities and Similar Facilities Section 1-07.17 is supplemented by adding: Existing utilities indicated in the Plans have been plotted from the best information available to Engineer. Information and data shown or indicated in the Contract Documents with respect to existing underground utilities or services at or contiguous to Page 28 Project No.SWP 27-3531 SPECIAL PROVISIONS - Continued the project site are based on information and data furnished to Owner and Engineer by owners of such underground facilities or others, and Owner and Engineer do not assume responsibility for the accuracy or completeness thereof. It is to be understood that other aboveground or underground facilities not shown in the Plans may be encountered during the course of the work. All utility valves, manholes, vaults, or pull boxes which are buried shall be conspicuously marked in a fashion acceptable to the Owner and Engineer by the Contractor to allow their location to be determined by the Engineer or utility personnel under adverse conditions, (inclement weather or darkness). Where underground main distribution conduits such as water, as sewer, electric ower, g � g p , or telephone, are shown on the Plans, the Contractor, for the purpose of preparing his bid, shall assume that every property parcel will be served by a service connection for each type of utility. Contractor shall check with the utility companies concerning any possible conflict prior to commencing excavation in any area. Contractor shall resolve all crossing and clearance problems with the utility company concerned. No excavation shall begin until all known facilities, in the vicinity of the excavation area, have been located and marked. In addition to Contractor having all utilities field marked before starting work, Contractor shall have all utilities field marked after they are relocated in conjunction with this project. Call Before You Dig The 48 Hour Locators 1-800-424-5555 At least 2 and not more than 10 working days prior to commencing any other excavations for utility potholing or for any other purpose under this Contract, Contractor shall notify the Underground Utilities Location Center by telephone of the planned excavation and progress schedule. Contractor is also warned that there may be utilities on the project that are not part of the One Call system. They must be contacted directly by Contractor for locations. Contractor shall make arrangements 48 hours in advance with respective utility owners to have a representative present when their utility is exposed or modified, if the utility chooses to do so. Existing utilities for telephone, power, gas, water, and television cable facilities shall be adjusted or relocated by the appropriate utility company unless otherwise noted in the Plans. These adjustments may be completed before Contractor begins work, or may be performed in conjunction with the contract work. Contractor shall be entirely responsible for coordination with the utility companies and arranging for the movement or Project No.SWP 27-3531 Page 29 SPECIAL PROVISIONS - Continued adjustment, either temporary or permanent, of their facilities within the project limits. See also Section 1-05.14 of these Special Provisions. If or when utility conflicts occur, Contractor shall continue the construction process on other aspects of the project whenever possible. No additional compensation will be made to Contractor for reason of delay caused by the actions of any utility company and Contractor shall consider such costs to be incidental to the other items of the contract. The lump sum Contract price for Locate, Relocate, 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 for protecting/restraining existing utilities during excavation including but not limited to the water, gas, power, telephone, fiber optics and storm drainage lines. Payment for this item will be prorated over the construction period. Payment for potholing shall be provided under the contract unit price per each for Potholing. Utility Potholing It shall be the responsibility of the contractor to pothole and locate existing utilities, as required, and their depth and provide a record of these locations to the Owner. The Contractor shall notify the Engineer, a minimum of 24 hours before the pothole work is performed, to coordinate the work with the owner of the utility, City project inspector and contractor's surveyor. Each pothole shall include standby time to allow the contractor's surveyor to accurately measure the location and depths of existing utilities. The Engineer n will witness the potholing. The Contractor shall decide on the difficulties to be encountered in constructing the Project based upon the information provided on the Plans, field investigation, and the Contractor's contacts with the existing utility companies. The Contractor shall determine the extent of exploration required to prevent damage to the existing utilities, and determine if the new construction is to go around, over, or under the existing utility. The Contract is also responsible to determine the location of existing utilities that need to be crossed by water or storm piping and all other items that may conflict as seen in the Plans or specified herein. No excavation shall begin until all known facilities in the vicinity of the excavation area have been located and marked. Backfill and surfacing material shall match conditions of the pothole location. Pothole work located in asphalt concrete pavement, shall be backfilled with gravel borrow and crushed rock, then patched with asphalt cold mix. Pothole work located in cement concrete shall be backfilled with gravel borrow, then patched with cement concrete. Pothole work not on paved surfaces shall be backfilled with native material. The pothole shall be of sufficient size and depth to expose existing utilities to determine potential conflicts and verify compatibility with designs. Page 30 Project No.SAT 27-3531 SPECIAL PROVISIONS - Continued In no way shall the work described under Utility Potholing relieve Contractor of any of the responsibilities described in Section 1-07.17 of the Standard Specifications and Special Provisions, and elsewhere in the Contract Documents. Payment Payment for all work associated with this item of work shall be under the unit contract price for the various bid items described in Section 1-09.14 of these Special Provisions. 1-07.17(3) Interruption of Services (New Section, Project No. 27-3531) Section 1-07.17(1) is a new section: ' Whenever in the course of the construction operation it becomes necessary to cause an outage of utilities, it shall be Contractor's responsibility to notify the affected users and Engineer not less than 48 hours in advance of such outage. Contractor shall make reasonable effort to minimize the duration of outages, and shall estimate the length of time service will be interrupted and so notify the users. In the case of any utility outage that has exceeded or will exceed four hours, user contact shall again be made. Temporary service, if needed, will be arranged by Contractor at no cost to Owner. ' Overhead lighting outages shall not exceed 24 hours. All cost to Contractor for providing temporary overhead lighting to meet above requirements shall be incidental to the various unit and lump sum items of the Contract; no separate payment will be made. Added Section (Project No. SWP 27-3531) 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 from interruption in utility 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 through out this chapter. Project No.SWP 27-3531 Page 31 SPECIAL PROVISIONS - Continued 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. 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 below the ground is moved or otherwise displaced by any 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. 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 Page 32 Project No.SWP 27-3531 SPECIAL PROVISIONS - Continued ' subdivision or instrumentality of a state, and its employees, agents, or legal representatives. 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 which 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 within 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 the owner, Project No.SWP 27-3531 Page 33 SPECIAL PROVISIONS C O ISIONS - Continued unless otherwise agreed by the parties. Excavators shall not excavate until all , know facilities have been marked. Once marked by the owner of the underground facility, the excavator is responsible for maintaining the markings. Excavators shall have 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 appurtenances 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 l; 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 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 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 recise location of underground facilities p g which have been marked; Page 34 Project No.SWP 27-3531 SPECIAL PROVISIONS - Continued 2. Plan the excavation to avoid damage to or minimize interference with 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. ' 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.) 19.122.05 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 Project No.SWP 27-3531 Page 35 SPECIAL PROVISIONS - Continued ' 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. C. The chapter does not affect any civil remedies for personal ' injury or for property damage, including that to underground facilities, nor does this chapter crest any new civil remedies for such damage. (1984 c 144 7.) 19.122.080 Waiver of Notification and Marking Requirements -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 ' 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.) 1-07.18 Public Liability and Property Damage Insurance Section 1-07.18 is deleted replaced by the following new section and subsections: 1-07.18(1) General Page 36 Project No.SWP 27-3531 SPECIAL PROVISIONS - Continued The Contractor shall obtain and maintain in full force and effect, from the Contract ' Execution Date to the Completion Date, public liability and property damage insurance with an insurance company(ies) or through sources approved by the State Insurance Commissioner pursuant to RCW 48. The Contractor shall not begin work under the Contract until the required insurance has g q been obtained and approved by the Contracting Agency. Insurance shall provide coverage to the Contractor, all subcontractors, Contracting Agency and the Contracting Agency's consultant. The coverage shall protect against claims for bodily injuries, personal injuries, including accidental death, as well as claims for property damages ' which may arise from any act or omission of the Contractor or the subcontractor, or by anyone directly or indirectly employed by either of them. ' If warranted work is required the Contractor shall provide the City proof that insurance coverage and limits established under the term of the Contract for work are in full force and effect during the period of warranty work. The Contracting Agency may request a copy of the actual declaration pages(s) for each ' insurance policy effecting coverage(s) required on the contract prior to the date work commences. Failure of the Contractor to fully comply during the term of the Contract with the requirements described herein will be considered a material breach of contract and shall be caused for immediate termination of the Contract at the option of the Contracting Agency. 1-07.18(2) Coverages As part of the response to this proposal, the Contractor shall submit a completed City of ' Renton Insurance Information form which details specific coverage and limits for this contract. All coverage provided by the Contractor shall be in a form and underwritten by a company acceptable to the Contracting Agency. The City requires that all insurers: ' 1. Be licensed to do business within the State of Washington and the City of Renton. 2. Coverage to be on an "occurrence" basis (Professional Liability and Pollution coverage are acceptable when written on a claims-made basis). The City may also require proof of professional liability coverage be provided for up to two (2) years after the completion of the project. 3. The City may request a copy of the actual declaration page(s) for each ' insurance policy affecting coverage(s) required by the Contract prior to the date work commences. Project No.SWP 27-3531 Page 37 SPECIAL PROVISIONS - Continued 4. Possess a minimum A.M. Best rating of AVII (A rating of A XII or better is preferred.) If any insurance carrier possesses a rating of less than AVII, the City may make an exception. The City reserves the right to approve the security of the insurance coverage provided by ' the insurance company(ies), terms, conditions, and the Certificate of Insurance. Failure of the Contractor to fully comply during the term of the contract with these requirements will be considered a material breach of contract and shall be cause for immediate termination of the contract at the option of the City. The Contractor shall obtain and maintain the minimum insurance coverage set forth , below. By requiring such minimum insurance, the City of Renton shall not be deemed or construed to have assessed the risks that may be applicable to the Contractor. The ' Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverage. Coverage shall include: ' A. Commercial General Liability - ISO 1993 Form or equivalent. Coverage ' will be written on an occurrence basis and include: Premises and Operations (including CG2503; General Aggregate to apply , per project, if applicable). Explosion, Collapse and Underground Hazards Products/Completed Operations ' Contractual Liability (including Amendatory Endorsement CG 0043 or equivalent which includes defense coverage assumed under contract) Broad Form Property Damage Independent Contractors Personal/Advertising Injury Stop Gap Liability B. Automobile Liability including all Owned Vehicles ' Non-Owned Vehicles Hired Vehicles C. Workers' Compensation Statutory Benefits (Coverage A) - Show Washington Labor & Industries ' Number D. Umbrella Liability (when necessary) ' Page 38 Project No.SWP 27-3531 , SPECIAL PROVISIONS - Continued Excess of Commercial General Liability and Automobile Liability. ' Coverage should be as broad as primary. E. Professional Liability - (whenever the work under this Contract includes Professional Liability, (i.e. architectural, engineering, advertising, or computer programming) the Contractor shall maintain professional liability covering wrongful acts, errors and/or omissions of the Contractor for damage sustained by reason of or in the course of operations under this Contract. ' F. The Contracting Agency reserves the right to request and/or require additional coverages as may be appropriate based on work performed (i.e. pollution liability). Contractor shall Name City of Renton, and its officers, officials, agents, employees and volunteers as Additional Insured (ISO Form CG 2010 or equivalent). The Contractor shall provide City of Renton Certificates of Insurance prior to commencement of work. The City reserves the right to request copies of insurance policies, if at their sole discretion it is deemed appropriate. Further, all policies of insurance described above shall: A. Be on a primary basis not contributory with any other insurance coverage and/or self-insurance carried by City of Renton. B. Include a Waiver of Subrogation Clause. C. Severability of Interest Clause (Cross Liability) ' Policy may not be non-renewed, canceled or materially changed or altered unless forty-five (45) days prior written notice is provided to City Of ' Renton. Notification shall be provided to City Of Renton by certified mail. 1-07.18(3) Limits LIMITS REQUIRED Providing coverage in these stated amounts shall not be construed to relieve the contractor from liability in excess of such limits. The Contractor shall carry the following limits of liability as required below: _Commercial General Liability ' General Aggregate* $2,000,000 Products/Completed Operations Aggregate $2,000,000 ** Each Occurrence Limit $1,000,000 i Project No.SWP 27-3531 Page 39 SPECIAL PROVISIONS - Continued 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) **Amount may vary based on project risk Automobile Liability Bodily Injury/Property Damage $1,000,000 (Each Accident) Workers' Compensation Statutory Benefits - Coverage A Variable (Show Washington Labor and Industries Number) ' Umbrella Liability Each Occurrence Limit $1,000,000 General Aggregate Limit $1,000,000 Products/Completed Operations Aggregate $1,000,000 Professional Liability (If required) Each Occurrence/Incident/Claim $1,000,000 , Aggregate $2,000,000 The City may require the Contractor to keep professional liability coverage in effect for , up to two (2) years after completion of the project. The Contractor shall promptly advise the City of Renton in writing in the event any ' general aggregate or other aggregate limits are reduced. At their own expense, the Contractor will reinstate the aggregate to comply with the minimum limits and requirements as stated in Section 1-07.18(3) and shall furnish the City of Renton a new ' Certificate of Insurance showing such coverage is in force. 1-07.18(4) Evidence of Insurance , The Contractor shall also name the Owner and Engineer, and their officers, directors, agents, and employees as "additional insureds" under the insurance policies. Within 20 days of award of the contract the Contractor shall provide evidence of insurance by submitting to the Contracting Agency the following: , 1. City of Renton Insurance Information Form (attached herein) without modification. ' 2. Certificate of Insurance (Accord Form 25s or equivalent) conforming to items as specified in Sections 1-07.18(1), 1-07.18(2), and 1-07.18(3) as ' revised above. Other requirements are as follows: Page 40 Project No.SWP 27-3531 SPECIAL PROVISIONS - Continued i A. Strike the following or similar wording: "This Certificate is issued as a matter of information only and confers no rights upon the Certificate Holder"; B. Strike the wording regarding cancellation notification to the City: "Failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representatives". C. Amend the cancellation clause to state: "Policy may not be Y non-renewed, canceled or materially changed or altered unless 45 days prior written notice is provided to the City". Notification shall be provided to the City by certified mail. ' For Professional Liability coverage only, instead of the cancellation language specified above, the City will accept a written agreement that the consultant's broker will provide the required notification. 1-07.22 Use of Explosives Section 1-07.22 is supplemented by the following: I Use of explosives is not anticipated for this project. Explosives shall not be used without specific authority of the Engineer, and then only under such restrictions as may be required by the proper authorities. Explosives shall be handled and used in strict compliance with WAC 296-52 and such local laws, rules and regulations that may apply. The individual in charge of the blasting shall have a current Washington State Blaster Users License. The Contractor shall obtain, comply with, and pay for such permits and costs as are necessary in conjunction with blasting operations. ' 1-07.23(1) Construction Under Traffic Section 1-07.23(l) is supplemented by adding the following: The Contractor shall be responsible for controlling dust and mud within the project limits and on any street which is utilized by his equipment for the duration of the project. The Contractor shall be prepared to use watering trucks, power sweepers, and other pieces of equipment as deemed necessary by the engineer,to avoid creating a nuisance. Dust and mud control shall be considered as incidental to the project, and no compensation will be made for this section. i Project No.SWP 27-3531 Page 41 SPECIAL PROVISIONS - Continued ' i Complaints of dust, mud, or unsafe practices and/or property damage to private Ownership will be transmitted to the Contractor and prompt action in correcting them will be required by the Contractor. Contractor shall maintain the roads during construction in a suitable condition to , minimize affects to vehicular and pedestrian traffic. All cost to maintain the roads shall be borne by Contractor. At least one-way raffic shall be maintained on all cross-streets within the project limits ' Y p J during working hours. One lane shall be provided in each direction for all streets during non-working hours. Contractor shall provide one driveable roadway lane and maintain convenient access for local and commuter traffic to driveways, businesses, and buildings along the line of Work throughout the course of the project. Such access shall be maintained as near as possible to that which existed prior to the commencement of construction. This restriction shall ' not apply to the paving portion of the construction process. Contractor shall notify and coordinate with all property owners and tenants of street closures, or other restrictions which may interfere with their access—at least 24 hours in advance for single-family residential property, and at least 48 hours in advance for apartments, offices, and commercial property. Contractor shall give a copy of all notices to Engineer. When the abutting owners' access across the right-of-way line is to be eliminated and replaced under the Contract by other access, the existing access shall not be closed until the replacement access facility is available. All unattended excavations shall be properly barricaded and covered at all times. , Contractor shall not open any trenches that cannot be completed and refilled that same day. Trenches shall be patched or covered by a temporary steel plate, at Contractor's , expense, except in areas where the roadway remains closed to public traffic. Steel plates must be anchored. 1-07.24 Rights of Way Section 1-07.24 is supplemented by adding the following: Street right of way lines, and limits of easements are indicated on the Drawings. The Contractor's construction activities shall be confined within these limits unless arrangements for use of private property are made. The Contracting Agency has obtained all rights of way and easements, both permanent ' and temporary, necessary for carrying out the completion of the Work. Exceptions to this Page 42 Project No.SWP 27-3531 SPECIAL PROVISIONS - Continued i are noted in the Contract Documents or brought to the Contractor's attention by a duly issued Addendum. Whenever any of the Work is accomplished on or through property other than public 1 right of way, the Contractor shall meet and fulfill all covenants and stipulations of any easement agreement obtained by the Contracting Agency from the owner of the private property. Copies of the easement agreements are included in the Contract Provisions or made available to the Contractor as soon as practical after they have been obtained by the Engineer. Each property owner shall be given 48 hours notice prior to entry by the Contactor. This includes entry onto easements and private property where private improvements must be adjusted. The Contractor shall be responsible for providing, without expense or liability of the Contracting Agency, any additional land and access thereto that the Contractor may desire for temporary construction facilities, storage of materials, or other Contractor needs. However, before using any private property, whether adjoining the Work or not, the Contractor shall file with the Engineer a written permission of the private property ' owner, and, upon vacating the premises, a written release from the property owner of each property disturbed or otherwise interfered with by reasons of construction pursued under this contract. The statement shall be signed by the private property owner, or proper authority acting for the owner of the private property affected, stating that permission has been granted to use the property and all necessary permits have been I obtained or, in the case of a release, that the restoration of the property has been satisfactorily accomplished. The statement shall include the parcel number, address and date of signature. Written releases must be filed with the Engineer before the Completion Date will be established. 1-08 PROSECUTION AND PROGRESS 1-08.0 Preliminary Matters Section 1-08.0 is a new section with subsection: 1-08.0(1) Preconstruction Conference The Engineer will furnish the Contractor with up to 5 copies of the Contract Documents. Additional documents may be furnished upon request at the cost of reproduction. Prior to undertaking each part of the Work the Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures shown therein and all applicable field measurements. The Contractor shall promptly report in writing to the ' Engineer any conflict, error or discrepancy which the Contractor may discover. Project No.SWP 27-3531 Page 43 SPECIAL PROVISIONS - Continued After the Contract has been executed, but prior to the Contractor beginning the Work, a preconstruction conference will be held between the Contractor, the Engineer and such , other interested parties as may be invited. The Contractor shall prepare and submit at the preconstruction meeting: • Contractor's plan of operation and progress schedule (3+ copies, submitted 7 days prior to preconstruction meeting per Special Provisions Section 1-08.3) • Approval of qualified subcontractors (bring list of subcontractors if different from list submitted with Bid) • List of materials fabricated or manufactured off the project • Material sources on the project , • Names of principal suppliers • Detailed equipment list, including "Rental Rate Blue Book" hourly costs (both working and standby rates) • Weighted wage rates for all employee classifications anticipated to be used on Project • Cost percentage breakdown for lump sum bid item(s) ' • Shop Drawings (bring preliminary list) • Traffic Control Plans (3+ copies) • Temporary Water Pollution/Erosion Control Plan • Bypass Pumping Plans • Cleaning and Road Sweeping Plan • Stormwater Pollution Prevention Plan • Spill Prevention, Control and Countermeasures Plan In addition, the Contractor shall be prepared to address: • Bonds and insurance • Project meetings—schedule and responsibilities • Provision for inspection for materials from outside sources • Responsibility for locating/relocating utilities ' • Responsibility for damage • Time schedule for relocations, if by other than Contractor • Compliance with Contract Documents • Acceptance and approval of work • Labor compliance,payrolls, certifications • Safety regulations for Contractors' and Owner's employees and representatives • Suspension of work, time extensions ' • Change order procedures • Progress estimates -procedures for payment Page 44 Project No.SWP 27-3531 SPECIAL PROVISIONS - Continued • Special requirements of funding agencies • Construction engineering, advance notice of special work • Any interpretation of the Contract Documents requested by Contractor • Any conflicts or omissions in Contract Documents • Any other problems or questions concerning the work • Processing and administration of public complaints ' • Easements and rights of entry • Other contracts The franchise utilities may be present at the preconstruction conference, and Contractor should be prepared for their review and discussion of progress schedule and coordination. 1-08.1 Subcontracting Section 1-08.1 is supplemented as follows: Written requests for change in subcontractors shall be submitted by Contractor to Engineer at least 7 calendar days prior to start of a subcontractor's work. ' Contractor agrees that s/he is fully responsible to Owner for the acts and omissions of all subcontractors and lower-tier subcontractors, and persons either directly or indirectly employed by the subcontractors, as well as for the acts and omissions of persons directly employed by Contractor. Contractor shall be required to give personal attention to the work that is sublet. Nothing contained in the Contract Documents shall create any Icontractual relation between any subcontractor and Owner. Contractor shall be responsible for making sure all subcontractors submit all required documentation, forms, etc. 1-08.1(2) Hours of Work Section 1-08.1(2) is a new section: Except in the case of emergency or unless otherwise approved by the Contracting Agency, the normal straight time working hours for the contract shall be any consecutive 8-hour period between 7:00 a.m. and 5:00 p.m. of a working day with a maximum 1-hour lunch break and a 5-day work week. The normal straight time 8-hour working period for the contract shall be established at the preconstruction conference or prior to the Contractor commencing the Work. If a Contractor desires to perform work on holidays, Saturdays, Sundays, or before 7:00 a.m. or after 5:00 p.m. on any day, the Contractor shall apply in writing to the Engineer for permission to work such times. Permission to work longer than an 8-hour period between 7:00 a.m. an 5:00 p.m. is not required. Such requests shall be submitted Project No.SWP 27-3531 Page 45 SPECIAL PROVISIONS - Continued to the Engineer no later than noon on the working day prior to the day for which the Contractor is requesting permission to work. Permission to work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and between the hours of 10:00 p.m. and 7:00 a.m. on weekends or holidays may also be subject to noise control requirements per City Ordinance. Approval to continue work during these hours may be revoked at any time the contractor exceeds the Contracting , Agency's noise control regulations or complaints are received from the public or adjoining property owners regarding the noise from the Contractor's operations. The Contractor shall have no claim for damages or delays should such permission be revoked for these reasons. Permission to work Saturdays, Sunday, holidays of other than the agreed upon normal straight time working hours Monday through Friday may be given subject to certain other conditions set forth by the Contracting Agency or Engineer. These conditions may include but are not limited to: requiring the Engineer or such assistants as the Engineer may deem necessary to be present during the Work; requiring the Contractor to reimburse the Contracting Agency for the cost of engineering salaries paid Contracting Agency employees who worked during such times; considering the Work performed on Saturday ' and holiday as working day with regards to the Contract Time; and considering multiple work shifts as multiple working days with respect to Contract Time even though the multiple shifts occur in a single 24-hour period. Assistants may include, but are not limited to, survey crews; personnel from the Contracting Agency's material testing lab; inspectors; and other Contracting Agency employees when in the opinion of the Engineer such work necessitates their presence. 1-08.1(3) Reimbursement for Overtime Work of Contracting Agency Employees Section 1-08.1(3) is a new section: Where the Contractor elects to work on a Saturday'' Sunday, or other holiday, of longer than an 8-hour work shift on a regular working day, as defined in the Standard Specifications, such work shall be considered as overtime work. Any such work must be approved by the City Engineer prior to conducting such work. On all such overtime work an inspector will be present, and a survey crew may be required at the discretion of the Engineer. The Contractor shall reimburse the Contraction Agency for the full amount of the straight time plus overtime costs for employees of the Contracting Agency required to work overtime hours. The Contractor by these Specifications does hereby authorize the Engineer to deduct such costs from the amount due or to become due the Contractor. Assignment Page 46 I Project No.SWP 27-3531 SPECIAL PROVISIONS - Continued The second paragraph of Section 1-08.2 is modified as follows: ' Contractor shall not an assign s due or to become due to Contractor hereunder Y moneys without the prior written consent of Owner. The assignment, if approved, shall be subject to all setoffs, withholdings, and deductions required by law and the Contract. ' 1-08.3 Progress Schedule Section 1-08.3 is supplemented as follows: The 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 constructed in accordance with the various permits and franchise requirements and/or conditions. As a first order of work, the Contractor shall prepare a detailed erosion control plan, bypass pumping plan, Spill Prevention Control and Countermeasures Plan (SPCC plan), traffic control plan, and project schedule and transmit them to the Contracting Agency within 5 calendar days after the date the date the Contract is executed. All plans must be approved by the Contracting Agency prior to commencing any construction operations. The progress schedule for the entire project shall be submitted 7 calendar days prior to the Preconstruction Conference. The schedule shall be prepared using the critical path method (CPM), preferably using Microsoft Project or equivalent software. The schedule shall contain this information, at a minimum: 1. Construction activities, in sufficient detail that all activities necessary to construct a complete and functional project are considered. Any activity that has a scheduled duration exceeding 30 calendar days shall be subdivided until no sub-element has a duration exceeding 30 calendar days. The schedule shall clearly indicate the activities that comprise the critical path. For each activity not on the critical path, the schedule shall show the float, or slack, time. 2. Procurement of material and equipment. 3. Submittals requiring review by Engineer. Submittal by Contractor and review by Engineer shall be shown as separate activities. 4. Work to be performed by a subcontractor, agent, or any third party. 5. Allowances for delays that could result from normal inclement weather (time extensions due to inclement weather will not be allowed). Project No.SWP 27-3531 Page 47 SPECIAL PROVISIONS - Continued 6. Allowances for the time required by utilities (Owner's and others) to , locate, monitor, and adjust their facilities as required. Engineer may request Contractor to alter the progress schedule when deemed necessary t in the opinion of Engineer—in the interest of public safety and welfare or of Owner, or for coordination with any other activity of other contractors, the availability of all or , portions of the job site, or special provisions of this Contract, or to reasonably meet the completion date of the project. Contractor shall provide such revised schedule within 10 days of request. If, at any time, in the opinion of Engineer, the progress of construction falls significantly behind schedule, Contractor may be required to submit a plan for regaining progress and a revised schedule indicating how the remaining work items will be completed within the authorized contract time. Contractor shall promptly report to Engineer any conditions which Contractor feels will , require revision of the schedule and shall promptly submit proposed revisions in the progress schedule for acceptance by Engineer. When such changes are accepted by , Engineer,the revised schedule shall be followed by Contractor. Weekly Schedule. Contractor shall submit a weekly progress schedule to Engineer which ' sets forth specific work to be performed the following week, and a tentative schedule for the second week. Failure to Maintain Progress Schedule. Engineer will check actual progress of the work against the progress schedule a minimum of two times per month. Failure, without just cause, to maintain progress in accordance with the approved schedule shall constitute a breach of Contract. If, through no fault of Contractor, the proposed construction schedule cannot be met, Engineer will require Contractor to submit a revised schedule to Engineer for acceptance. The approved revisions will thereafter, in all respects, apply in lieu of the original schedule. Failure of Contractor to follow the progress schedule submitted and accepted, including revisions thereof, shall relieve Owner of any and all responsibility for furnishing and making available all or any portion of the job site, and will relieve Owner of any responsibility for delays to Contractor in the performance of the work. As a second order of work, the Contractor shall attend a mandatory preconstruction meeting. As a third order of work, the Contractor shall provide material submittals. The Contractor shall also provide a schedule of value for all lump sum bid items. Page 48 Project No.SWP 27-3531 SPECIAL PROVISIONS - Continued As a fourth order of work,the Contractor shall call 1-CALL and have utilities "marked" in the field by the various utility owners. As a fifth order of work, after the utilities have been "marked," the Contractor shall tprovide for the photographing of the entire project site. This activity must be completed and the photographs and negatives or digital files delivered to the Contracting Agency as required and further specified in Section 1-04 prior to any excavation, asphalt cutting, mobilization, staging, or any other work items being performed. As a sixth order of work, the Contractor shall furnish and install all temporary facilities, erosion control items, and signs/barricades for traffic control. As a seventh order of work, the Contractor shall pothole existing utilities as specifically noted on the Plans, as well as in other areas the Contractor deems necessary. The remaining order of work shall be at the Contractor's option, in keeping with generally accepted, good construction practice. However, the Contractor shall coordinate twork by others which will affect his production, schedule, mobilization and demobilization efforts. ' As a second to last order of work, the Contractor shall submit Record Drawings. After all preliminary and final "punch list" items have been satisfactorily completed, then, as a last order of work, the Contractor shall provide post-construction photographs. 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. The order of work for the Contract shall be so planned as to complete all work within the time limits established within the Contract Provisions. All costs to comply with this Section are incidental to the Contract and are the responsibility of the Contractor. 1-08.4 Notice to Proceed and Prosecution of the Work Section 1-08.4 is supplemented as follows: Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of insurances have been approved and filed by the Owner. The Contractor shall not commence the Work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the Project Site i within ten days of the Notice to Proceed Date. The Work thereafter shall be prosecuted diligently, vigorously, and without unauthorized interruption until physical completion of the work. There shall be no voluntary shutdowns or slowing of operations by the Contractor without prior approval of the Engineer. Such approval shall not relieve the Contractor from the Contractual obligation to complete the work within the prescribed Contract Time. t Project No.SWP 27-3531 Page 49 SPECIAL PROVISIONS in - Continued II 1-08.5 Time for Completion The first five paragraphs of Section 1-08.5 are deleted and replaced with the following: II The Work shall be physically completed in its entirety within the time specified in the Contract Documents or as extended by the Engineer. The Contract Time will be stated in "working days", shall begin on the Notice to Proceed Date, and shall end on the Contract Completion Date. A nonworking day is defined as a Saturday, a Sunday, a day on which the contract specifically suspends work, or one of these holidays: January 1, Memorial Day, July 4, Labor Day, November 11, Thanksgiving Day, the day after Thanksgiving, and Christmas Day. The day before Christmas shall be a holiday when Christmas Day occurs on a Tuesday or Friday. The day after Christmas shall be a holiday when Christmas Day occurs on a Monday, Wednesday, or Thursday. When Christmas Day occurs on a Saturday, the two preceding working days shall be observed as holidays. When Christmas day occurs on a Sunday, the two working days following shall be observed as holidays. When holidays other than Christmas fall on a Saturday, the preceding Friday will be counted as a non-working day and when they fall on a Sunday the following Monday will be counted as a non-working day. The Contract Time has been established to allow for periods of normal inclement weather which, from historical records, is to be expected during the Contract Time, and during which periods, work is anticipated to be performed. Each successive working day, beginning with the Notice to Proceed Date and ending with the Physical Completion Date, shall be charged to the Contract Time as it occurs except a day or part of a day which is designated a nonworking day or an Engineer determined unworkable day. The Engineer will furnish the Contractor a weekly report showing (1) the number of working days charged against the Contract Time for the preceding week; (2) the Contract Time in working days; (3) the number of working days remaining in the Contract Time; (4) the number of nonworking days; and (5) any partial or whole days the Engineer declared unworkable the previous week. This weekly report will be correlated with the Contractor's current approved progress schedule. If the Contractor elects to work , 10 hours a day and 4 days a week (a 4-10 schedule) and the fifth day of the week in which a 4-10 shift is worked would ordinarily be charged as a working day then the fifth day of that week will be charged as a working day whether or not the Contractor works , on that day. The Contractor will be allowed 10 calendar days from the date of each report in which to file a written protest of an alleged discrepancy in the Contract Time as reported. Otherwise, the report will be deemed to have been accepted by the Contractor as correct. Page 50 Project No.SWP 27-3531 ISPECIAL PROVISIONS - Continued The requirements for scheduling the Final Inspection and establishing the Substantial iCompletion, Physical Completion, and Completion Dates are specified in Sections 1-05.11 and 1-05.12. iSection 1-08.5 is supplemented as follows: Within 10 calendar days after execution of the Contract by the Contracting Agency, Contractor shall provide the Contracting Agency with copies of purchase orders for all equipment items deemed critical by the Contracting Agency, including but not limited to signal controller materials, lighting standards, and signal standards required for the physical completion of the contract. Such purchase orders shall disclose the estimated delivery dates for the equipment. ( All items of work which can be performed without delivery of the critical items shall start and be completed as soon as possible. At that time, Engineer may suspend the work upon request of Contractor until the critical items are delivered to Contractor, if the Contracting Agency received a purchase order within 10 calendar days after'execution of the Contract by the Contracting Agency. Contractor will be entitled to only one such suspension of time during the performance of the work and during such suspension shall not perform any additional work on the project. Upon delivery of the critical items, contract time will resume and continue to be charged in accordance with Section 1-08. 1-08.4 Suspension of Work Section 1-08.6 is supplemented as follows: Owner may at any time suspend the work, or any part thereof, by giving notice to Contractor in writing. The work shall be resumed by Contractor within 14 calendar days after the date fixed in the written notice from Owner to Contractor to do so. Contractor shall not suspend work under the Contract without the written order of Owner. If it has been determined that Contractor is entitled to an extension of time, the amount of such extension shall be only to compensate for direct delays and shall be based upon Contractor's diligently pursuing the work at a rate not less than that which would have been necessary to complete the original Contract Work on time. 1-08.9 Liquidated Damages Section 1-08.9 is supplemented as follows: In addition, Contractor shall compensate Owner for actual engineering inspection and supervision costs and any other expenses and legal fees incurred by Owner as a result of 1 Project No.SWP 27-3531 Page 51 SPECIAL PROVISIONS - Continued i such delay. Such labor costs will be billed to Contractor at actual costs, including administrative overhead costs. In the event that Owner is required to commence any lawsuit in order to enforce any provision of this Contract or to seek redress for any breach thereof, Owner shall be entitled to recover its costs, including reasonable attorneys fees, from Contractor. 1-08.11 Contractor's Plant and Equipment , Section 1-08.11 is a new section: The Contractor alone shall at all times be responsible for the adequacy, efficiency, and sufficiency of his and his subcontractor's plant and equipment. The Owner shall have the right to make use of the Contractor's plant and equipment in the performance of any work on the site of the work. The use by the Owner of such plant and equipment shall be considered as extra work and paid for accordingly. Neither the Owner nor the Engineer assumes any responsibility, at any time, for the , security of the site from the time Contractor's operations have commenced until final acceptance of the work by the Engineer and the Owner. The Contractor shall employ such measures as additional fencing, barricades, and watchmen service, as he deems necessary for the public safety and for the protection of the site and his plant and equipment. The Owner will be provided keys for all fenced, secured areas. 1-08.12 Attention to Work Section 1-08.12 is a new section: , The Contractor shall give his personal attention to and shall supervise the work to the end that it shall be prosecuted faithfully, and when he is not personally present on the work site, he shall at all times be represented by a competent superintendent who shall have full authority to execute the same, and to supply materials, tools, and labor without delay, ' and who shall be the legal representative of the contractor. The Contractor shall be liable for the faithful observance of any instructions delivered to him or to his authorized representative. 1-09 MEASUREMENT AND PAYMENT 1-09.1 Measurement of Quantities Section 1-09.1 is supplemented by adding the following: ' Page 52 Project No.SWP 27-3531 SPECIAL PROVISIONS - Continued Lump Sum. The percentage of lump sum work completed, and payment will be based on the cost percentage breakdown of the lump sum bid price(s) submitted at the preconstruction conference. The Contractor shall submit a breakdown of costs for each lump sum bid item. The breakdown shall list the items included in the lump sum together with a unit price of labor, materials, and equipment for each item. The summation of the detailed unit prices for each item shall add up to the lump sum bid. The unit price values may be used as a guideline for determining progress payments or deductions or additions in payment for ordered work changes. Cubic Yard Quantities. Contractor shall provide truck trip tickets for progress payments only in the following manner. Where items are specified to be paid by the cubic yard, the following tally system shall be used. All trucks to be employed on this work will be measured to determine the volume of each truck. Each truck shall be clearly numbered, to the satisfaction of Engineer, and there shall be no duplication of numbers. Duplicate tally tickets shall be prepared to accompany each truckload of material delivered on the project. All tickets received that do not contain the following information will not be processed for payment: 1. Truck number I 2. Quantity and type of material delivered in cubic yards 3. Drivers name, date and time of delivery 4. Location of delivery, by street and stationing on each street 5. Place for Engineer to acknowledge receipt 6. Pay item number 7. Contract number and/or name It will be Contractor's responsibility to see that a ticket is given to Engineer on the project for each truckload of material delivered. Pay quantities will be prepared on the Ibasis of said tally tickets. Loads will be checked by Engineer to verify quantity shown on ticket. Quantities by Ton. It will be Contractor's responsibility to see that a certified weight ticket is given to the Inspector on the project at the time of delivery of materials for each truckload delivered. Pay quantities will be prepared on the basis of said tally tickets, delivered to Inspector at time of delivery of materials. Tickets not receipted by Inspector will not be honored for payment. Each truck shall be clearly numbered to the satisfaction of Engineer and there shall be no duplication of numbers. Project No.SWP 27-3531 Page 53 SPECIAL PROVISIONS - Continued Duplicate tickets shall be prepared to accompany each truckload of material delivered to the project. All tickets received that do not contain the following information will not be processed for payment: 1. Truck number 2. Truck tare weight(stamped at source) 3. Gross truck load weight in tons (stamped at source) 4. Net load weight(stamped at source) 5. Driver's name, date, and time of delivery 6. Location for delivery by street and stationing on each street 7. Place for Engineer to acknowledge receipt 8. Pay item number 9. Contract number and/or name 1-09.3 Scope of Payment Section 1-09.3 is supplemented by adding the following: Unless modified otherwise in the Contract Provisions, the Bid Items listed or referenced in the "Payment" clause of each Section of the Standard Specifications, will be the only items for which compensation will be made for the Work described in or specified in that particular Section when the Contractor performs the specified Work. Should a Bid Item be listed in a "Payment" clause but not in the Proposal Form, and Work for that item is performed by the Contractor and the work is not stated as included in or incidental to a pay item in the contract and is not work that would be required to complete the intent of the Contract per Section 1-04.1, then payment for that Work will be made as for Extra Work pursuant to a Change Order. The words "Bid Item," "Contract Item," and "Pay Item," and similar terms used throughout the Contract Documents are synonymous. If the "payment" clause in the Specifications relating to any unit Bid Item price in the Proposal Form requires that said unit Bid Item price cover and be considered compensation for certain work or material essential to the item, then the work or material will not be measured or paid for under any other Unit Bid Item which may appear elsewhere in the Proposal Form or Specifications. Pluralized unit Bid Items appearing in these Specifications are changed to singular form. Payment for Bid Items listed or referenced in the "Payment" clause of any particular Section of the Specifications shall be considered as including all of the Work required, specified, or described in that particular Section. Payment items will generally be listed i generically in the Specifications, and specifically in the bid form. When items are to be ■ "furnished" under one payment item and "installed" under another payment item, such Page 54 Project No.SWP 27-3531 SPECIAL PROVISIONS - Continued i items shall be furnished FOB project site, or, if specified in the Special Provisions, delivered to a designated site. Materials to be "furnished," or "furnished and installed" under these conditions, shall be the responsibility of the Contractor with regard to storage until such items are incorporated into the Work or, if such items are not to be incorporated into the work, delivered to the applicable Contracting Agency storage site when provided for in the Specifications. Payment for material."furnished," but not yet incorporated into the Work, may be made on monthly estimates to the extent allowed. 1-09.7 Mobilization jSection 1-09.7 is supplemented as follows: Mobilization shall also include, but not be limited to, the following items: the movement of Contractor's personnel, equipment,. supplies, and incidentals to. the project site; the establishment of an office, buildings, and other facilities necessary for work on the project; furnishing and installation of a project sign (see detail in appendix), providing sanitary facilities for Contractor's personnel; and obtaining permits or licenses required to complete the project not furnished by Owner. jThis item shall also include providing Engineer and Inspectors with access to telephone, facsimile machine, and copy machine during all hours Contractor is working on the jobsite; and a table and chair for their use when needed. Payment for all work associated with this item of work shall be under the unit contract price for the various bid items described in Section 1-09.14 of these Special Provisions. 1-09.9 Payments Section 1-09.9 is supplemented as follows: Applications for payment shall be itemized and supported to the extent required by Engineer by receipts or other vouchers showing payment for materials and labor, payments to subcontractors, and other such evidence of Contractor's right to payment as Engineer may direct. Contractor shall submit a.progress report with each monthly request for a progress payment. The progress report shall indicate the estimated percent complete for each activity listed on the progress schedule (see Section 1-08.3). 1-09.9(1) Retainage Section 1-09.9(1) is supplemented as follows: tThe retained amount shall be released as stated in the Standard Specifications if no claims have been filed against such funds as provided by law and if Owner has no unsatisfied Project No.SWP 27-3531 Page 55 SPECIAL PROVISIONS - Continued claims against Contractor. In the event claims are filed, Owner shall withhold, until such claims are satisfied, a sum sufficient to satisfy all claims and to pay attorney's fees. In addition, Owner shall withhold such amount as is required to satisfy any claims by Owner against Contractor, until such claims have been finally settled. Neither the final payment nor any part of the retained percentage shall become due until Contractor, if requested, delivers to Owner a complete release of all liens arising out of this Contract, or receipts in full in lieu thereof, and, if required in either case, an affidavit that so far as Contractor has knowledge or information, the release and receipts include all labor and materials for which a lien could be filed: but Contractor may, if any subcontractor refuses to furnish a release or receipt in full, furnish a bond satisfactorily to Engineer to indemnify Owner against the lien. If any lien remains unsatisfied after all payments are made, Contractor shall reimburse to Owner all monies that the latter may be compelled to pay in discharging such lien, including all costs and reasonable engineer's i and attorney's fees. 1-09.9(2) Contracting Agency's Right to Withhold and Disburse Certain Amounts Section 1-09.9(2) is a new section: In addition to monies retained pursuant to RCW 60.28 and subject to RCW 39.04.250, RCW 39.12 and RCW 39.76, the Contractor authorizes the Engineer to withhold progress payments due or deduct an amount from any payment or payments due the Contractor which, in the Engineer's opinion, may be necessary to cover the Contracting Agency's costs for or to remedy the following situations: 1. Damage to another contractor when there is evidence thereof and a claim has been filed. 2. Where the Contractor has not paid fees or charges to public authorities of municipalities which the contractor is obligated to pay. 3. Utilizing material, tested and inspected by the Engineer, for purposes not connected with the Work (Section 1-05.6) 4. Landscape damage assessments per Section 1-07.16. 5. For overtime work performed by City personnel per Section 1-08.1(4). 6. Anticipated or actual failure of the Contractor to complete the Work on time: a. Per Section 1-08.9 Liquidated Damages; or Pale 56 Project No.SWP 27-3531 SPECIAL PROVISIONS - Continued b. Lack of construction progress based upon the Engineer's review of the Contractor's approved progress schedule which indicates the Work will not be complete within the Contract Time. When calculating an anticipated time overrun, the Engineer will make allowances for weather delays, approved unavoidable delays, and suspensions of the Work. The amount withheld under this subparagraph will be base upon the liquidated dames amount per day se forth in Contract Documents multiplied by the number of days the Contractor's approved progress schedule, in the opinion of the Engineer, indicates the Contract may exceed the Contract Time. I 7. Failure of the Contractor to perform any of the Contractor's other obligations under the contract, including but not limited to: a. Failure .of the Contractor to perform any of the Contractor to provide the Engineer with a field office when required by the Contract Provisions. b. Failure of the Contractor to protect survey stakes, markers, etc., or to provide adequate survey work as required by Section 1-05.5. C. Failure of the Contractor to correct defective or unauthorized work (Section 1-05.8). d. Failure of the Contractor to furnish a Manufacture's Certificate of Compliance in lieu of material testing and inspection as required by Section 1-06.3. e. Failure to submit weekly payrolls, Intent to Pay Prevailing Wage forms, or correct underpayment to employees of the Contractor of subcontractor an=of any tier as required by Section 1-07.9. f. Failure of the Contractor to pay worker's benefits (Title 50 and Title 51 RCW) as required by Section 1-07.10. g. Failure of the Contractor to submit and obtain approval of a progress schedule per Section 1-08.3. The Contractor authorizes the Engineer to act as agent for the Contractor disbursing such funds as have been withheld pursuant to this section to a party or parties who are entitled to payment. Disbursement of such funds, if the Engineer elects to do so will be made I only after giving the Contractor 15 calendar days prior written notice of the Contracting Agency's intent to do so, and if prior to the expiration of the 15-calendar day period, 1. No legal action has commenced to resolve the validity of the claims, and 2. The Contractor has not protested such disbursement. 1 A proper accounting of all funds disbursed on behalf of the Contractor in accordance with this section will be made. A payment made pursuant to this section shall be considered Project No.SWP 27-3531 Page 57 SPECIAL PROVISIONS - Continued as payment make under the terms and conditions of the Contract. The Contracting Agency shall not be liable to the Contractor for such payment make in good faith. 1-09.9(3) Final Payment (New Section, Project No. 27-3531) Section 1-09.9(3) is a new section: Upon Acceptance of the Work by the Contracting Agency the final amount to be paid the Contactor will be calculated based upon a Final Progress Estimate made by the Engineer. Acceptance by the Contractor of the Final Payment shall be and shall operate as a release: 1. To the Contracting Agency of all claims and all liabilities of the Contractor, other than claims in stated amounts as may be specifically excepted in writing by the Contractor; 2. For all things done or furnished in connection with the Work; 3. For every act and neglect by the Contracting Agency; and 4. For all other claims and liability relating to or arising out of the Work. A payment (monthly, final, retainage, or otherwise) shall not release the Contractor or the Contractor's Surety from any obligation required under the terms of the Contract Documents or the Contract Bond; nor shall such payment constitute a waiver of the Contracting Agency's ability to investigate and act upon findings of non-compliance with the WMBE requirements of the Contract; nor shall such payment preclude the Contracting Agency from recovering damages, setting penalties, or obtaining such other remedies as may be permitted by law. Aim Before the Work will be accepted by the Contracting Agency, the Contractor shall submit an affidavit, on the form provided by the Engineer, of amounts paid to certified disadvantaged (DB), minority (MBE) or women business enterprises (WBE) participating in the Work. Such affidavit shall certify the amounts paid to the DB, MBE or WBE subcontractors regardless of tier. On Federally-funded projects the Contractor may also be required to execute and furnish the Contracting Agency an affidavit certifying that the Contractor has not extended any loans, gratuity or gift and money pursuant to Section 1-07.19 of these Specifications. If the Contractor fails, refuses, or is unable to sign and return the Final Progress Estimate or any other documents required for the final acceptance of the contract, the Contracting Agency reserves the right to establish a completion date and unilaterally accept the contract. Unilateral acceptance will occur only after the Contractor has been provided the opportunity, by written request from the Engineer, to voluntarily submit such documents, if voluntary compliance is not achieved, formal notification of the impending unilateral Page 58 Project No.SWP 27-3531 I SPECIAL PROVISIONS - Continued acceptance will be provided by certified letter from the Engineer to the Contractor which will provide 30 calendar days for the Contractor to submit the necessary documents. The 30-calendar day deadline shall begin on the date of the postmark of the certified letter from the Engineer requesting the necessary documents. This reservation by the Contracting Agency to unilaterally accept the contract will apply to contracts that are completed in accordance with Section 1-08.5 for contracts that are terminated in accordance with Section 1-08.10. Unilateral acceptance of the contract by the Contracting Agency does not in any way relieve the Contractor of the provisions under contract or of the responsibility to comply with. all laws, ordinances, and regulations — Federal, State, or local — that affect the contract. The date the Contraction Agency unilaterally signs the Final Progress Estimate constitutes the final acceptance date (Section 1-05.12). 1-09.11(2) Claims Paragraph 5 is revised as follows: Failure to submit with the Final Application for Payment such information and details as described in this section for any claim shall operate as a waiver of the claims by the Contractor as provided in Section 1-09.9. 1-09.11(3) Time Limitations and Jurisdiction Paragraph 1, Sentence 1 is revised as follows: ...such claims or causes of action shall be brought in the Superior Court of the county where the work is performed. 1-09.13(3)B Procedures to Pursue Arbitration Section 1-09.13(3)B is supplemented by adding: The findings and decision of the board of arbitrators shall be final and binding on the parties, unless the aggrieved party, within 10 days, challenges the findings and decision by serving and filing a petition for review by the superior court of King County, Washington. The grounds for the petition for review are limited to showing that the findings and decision: 1. Are not responsive to the questions submitted; 2. Is contrary to the terms of the contract or any component thereof, 3. Is arbitrary and/or is not based upon the applicable facts and the law controlling the issues submitted to arbitration. The board of arbitrators Project No.SWP 27-3531 Page 59 SPECIAL PROVISIONS - Continued shall support its decision by setting forth in writing their findings and conclusions based on the evidence adduced at any such hearing. The arbitration shall be conducted in accordance with the statutes of the State of Washington and court decisions governing such procedure. The costs of such arbitration shall be borne equally by the City and the contractor unless it is the board's majority opinion that the Contractor's filing of the protest or action is capricious or without reasonable foundation. In the latter case, all costs shall be borne by the Contractor. 1-09.14 Payment Schedule (New Section,Project No. 27-3531) 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 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, Project No. 27-3531) This section is an outline of the basic bid, which determines the low bidder for this Project. Bid Item Al & B1: Mobilization, Cleanup, and Demobilization (LS) The Contractor shall provide all required Mobilization, Cleanup, and Demobilization for the Project, including such work as described in Special Provisions Section 1-09.7, 2- 03.3(20) , and elsewhere in these specifications. Page 60 Project No.SWP 27-3531 SPECIAL PROVISIONS - Continued II Measurement of Mobilization, Cleanup, and Demobilization shall be per lump sum. Seventy percent (70%) of this item will be paid after the Contractor is fully in operation and 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, final punch-list items has been corrected, record drawings are submitted and approved by the Owner, and the cleanup is acceptable to the Owner. The lump sum contract price for Mobilization, Cleanup, 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 and maintain support facilities and personnel, cleanup the Project site once construction is completed, remove the project sign, and obtain all necessary permits, licenses, and bonds. Bid Item A2 & B2: Construction Surveving, Staking, and Record Drawings (LS) i The Contractor shall provide all required survey work and record drawing information for the project, including such work as described in Special Provisions Section 1-05.4, 1-11, and elsewhere in these specifications. All costs for this survey work shall be included in the Construction Surveying bid item. Measurement for Construction Surveying, Staking, and Record Drawings shall be per lump sum. The lump sum contract price for Construction Surveying, Staking, and Record Drawings shall be full compensation for furnishing all materials, labor, tools, and equipment necessary as provided in the Special Provisions Sections 1-05.4 and 1-11. It shall also include but not be limited to water main horizontal information, bend locations, hydrants, valves, blow offs, monuments, storm inlet and outlet inverts, catch basins, manhole rim elevations, bio-swale ground elevations at the inlet, mid Swale and outlet locations, potholing information, monuments, water and storm end cap location and invert elevations, and the top and centerline of the bio-swale prior to construction, during construction(if needed) and for as-built record drawings. Payment for this item will be prorated over the construction period. Bid Item A3: Re-Establish Existing Monuments The Contractor shall provide all required Re-Establish Existing Monuments for the Project, including such work as described in Special Provisions Section 1-05.4, 1-11, and elsewhere in these specifications. 1 Project No.SWP 27-3531 Page 61 SPECIAL PROVISIONS - Continued Measurement for Re-Establishing Existing Monuments will be per each monument re- established, in conformance with RCW 58.09.130. The unit contract price per each for Re-Establishing Existing Monuments will be made at the unit price bid per each, which payment will be complete compensation for all permitting, labor, equipment, materials, excavation, new monument with housing, placement, installation, backfill, compaction, restoration, City monument card for survey records, etc. required to reference the existing monument and re-establish a new one after utility construction and restoration is complete, in conformance with the Contract Documents. 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. Bid Item A4 & B3: Traffic Control (LS) i The Contractor shall provide all required Traffic Control for the Project, including such work as described in Special Provisions Section 1-06.7(5), 1-10, and elsewhere in these specifications. This bid item includes all Traffic Control needed for work during and outside of normal working hours. All adjustments to the Traffic Control Plan are considered incidental and no additional payment will be made for adjustments. 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 lump sum contract price for Traffic Control shall be full pay for all costs not covered by other specific pay items in the bid proposal for furnishing, installing, maintaining, and removing traffic control devices required by the contract and as directed by the Engineer in conformance with accepted standards and in such a manner as to maximize safety, and minimize disruption and inconvenience to the public. This payment will include all labor, equipment, and vehicles necessary for the initial acquisition, the initial installation of Class A signs, and ultimate return of all Contracting Agency-furnished signs. The lump sum contract price shall be full pay for all costs involved when a person performs the duties described in Section 1- 10.2(1)B including when performing traffic control labor duties. Payment for this item will be prorated over the construction period. Bid Item A5: Temporary Water Pollution/Erosion Control LS Page 62 Project No.SWP 27-3531 SPECIAL PROVISIONS Continued - Co The Contractor shall provide all required Temporary Erosion and Sediment Control (TESC) for the Project, including such work as described in Special Provisions Section 1- 06.7(5), 1-07.15, the 2009 King County Stormwater Design Manual with City Amendments, and elsewhere in these specifications. All adjustments to the TESC Plan are considered incidental and no additional payment will be made for adjustments. 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 a 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 A6: Dewatering (Non-Water Main Work) (LS) The Contractor shall provide all required Dewatering for all non-water main construction for the Project, including such work as described in Special Provisions 1-06.7(5), 7- �, 08.3(1)D, and elsewhere in these specifications. All adjustments to the Dewatering Plan are considered incidental and no additional payment will be made for adjustments. Measurement of Dewatering (Non-Water Main Work) shall be per lump sum. The lump sum contract price for Dewatering (Non-Water Main Work) shall be full compensation for all materials, labor, tools, and equipment required to prepare a dewatering plan and prepare, furnish, and install dewatering measures for non-water main construction as shown on the Plans, and as directed and approved by the Owner, and as specified in the Special Provisions. Any dewatered volume must not drain downstream greater than 5 NTUs as compared to May Creek receiving water, otherwise baker tanks and discharge to the sewer system may be required. Payment for dewatering during water main construction shall be included in the per lineal foot price for Ductile Iron Water Pipe, Class 52 (incl. fittings and Poly-wrap). Payment for this item will be prorated over the construction period. Bid Item A7 & B4: Potholing (EA) The Contractor shall provide all required Potholing for the Project, including such work as described in Special Provisions Section 1.07-17, and elsewhere in these specifications. Project No.SWP 27-3531 Page 63 G SPECIAL PROVISIONS - Continued The unit contract price bid per each for Potholing shall constitute full compensation for all labor, materials, tools, equipment, transportation, supplies, and incidentals required to complete all work to furnish and install this item, to include but not limited to potholing, excavation, hauling, backfill, compaction, surface restoration, and cleanup. Where underground utilities are found to be in the way of construction, such condition shall not be deemed to be a changed or differing site condition, and if necessary, pipe alignment or grade shall be modified at the Contractor's expense. No payment will be made unless potholing has been performed prior to trench excavation, and witnessed by the Engineer. Different utilities may be found to occupy a common trench. Any two or more utilities separated by 2 feet or less shall constitute one locate. Where multiple utilities exist in close proximity, the Contractor shall be paid for one locate for every 4 feet of exploration trench. 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. Bid Item A8: Temporary Stormwater Bypass (LS) The Contractor shall provide all required Temporary Stormwater Bypass for the Project, including such work as described in Special Provisions Section 1-06.7(5), 8.01.3(1)C, and elsewhere in these specifications. All adjustments to the Stormwater Bypass Plan are considered incidental and no additional payment will be made for adjustments. Measurement of Temporary Stormwater Bypass Pumping shall be per lump sum. The lump sum contract price for Temporary Stormwater Bypass shall be full compensation for all materials, labor, tools, and equipment required to prepare a bypass plan and furnishing, installing, and removing adequate pumps, pipes, hoses and other equipment necessary to bypass stormwater as need during construction. Payment for this item will be prorated over the construction period. Bid Item A9 & B5: Trench Shorine and Excavation Safety Systems (LS) The Contractor shall provide all required Trench Shoring and Excavation Safety systems , for the Project, including such work as described in these Special Provisions, Standard Specifications, and Washington Administrative Code (WAC). 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. Page 64 Project No.SAT 27-3531 SPECIAL PROVISIONS - Continued The Contractor shall be responsible at all times for the inspections, safety, maintenance, and adequacy of the Trench Shoring and Excavation Safety Systems. Measurement of Trench Shoring and Excavation Safety Systems shall be per lump sum. The lump um contract rice for Trench Shoring and Excavation Safe Systems shall p p g Safety Y cover the complete cost of furnishing, installing, and removing adequate shoring and support for all excavations to provide safe access for workers, prevent soil sloughing, soil loss, damage to pavement, structures, utilities, and ground adjacent to the excavation. Payment for this item will be prorated over the construction period. Bid Item A10 & B6: Locate and Protect Existing Utilities (LS) The Contractor shall provide all required Locate and Protect Existing Utilities for the Project, including such work as described in Special Provisions Section 1-07.17, and elsewhere in these specifications. This item includes coordination with private utility companies and relocating private utility lines and conduits as shown on the Plans, and as determined in the field. The Contractor shall pot-hole (1), water lines (2), and private utilities as shown on the Plans. The pole located at Station 20+90 will be relocated by PSE. The work includes clearing surface obstructions, removing pavement, trench excavation, excavation safety systems, providing trench bedding, and backfill and compaction after the private utility has been relocated. 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 for protecting/restraining existing utilities during excavation including but not limited to the water, gas, power, telephone, fiber optics and storm drainage lines. Potholing shall be paid under the unit contract price per each for potholing. Payment for this item will be prorated over the construction period. Bid Item All: Clearinz and Grubbing (LS) The Contractor shall provide all required Clearing and Grubbing for the Project, including such work as described in Special Provisions Section 2-01, and elsewhere in these specifications. Measurement of Clearing and Grubbing shall be per lump sum. Project No.SWP 27-3531 Page 65 SPECIAL PROVISIONS - Continued The lump sum contract price for Clearing and Grubbing shall be full compensation for all work described in Special Provisions 2-01 and shown in the Plans, including removing trees and shrubbery in the work area and as directed by the Engineer. Bid Item Al2 & B7: Removal of Structures and Obstructions (LS) The Contractor shall provide all required Removal of Structures and Obstructions for the Project, including such work as described in Special Provisions Section 2-02.1, and elsewhere in these specifications. Th i s bid item shall also incl ud e the removal, re 1 cement an d/o r 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, driveways, pavement, curbs, concrete panels, concrete headwalls, asphalt grindings, catch basins, pipes and other miscellaneous material that requires removal for project construction. Removal of concrete panels in the roadway shall be anticipated where pipes are crossing the panels. 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, waste hauling disposal and delivery of items as noted on the Plans and as described in Special Provisions Section 2-02.1. Payment for this item will be prorated over the construction period. Bid Item A13: CPEP Storm Sewer Pipe 12-Inch Diameter(LF) The Contractor shall provide all required CPEP Storm Sewer Pipe 12-Inch Diameter for the Project, including such work as described in Special Provisions Section 7-04, and elsewhere in these specifications. Measurement of CPEP Storm Sewer Pipe 12-Inch Dia. shall be per lineal foot along the invert of the pipe from the center of catch basin to the center of catch basin, or similar structure. Where the pipe does not begin or end within a catch basin, the pipe shall be measured from the ends of the pipe. The unit contract price per lineal foot of CPEP Storm Sewer 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, cleaning and testing, etc. Payment for bedding material shall be included in the unit price bid for pipe in place. Page 66 Project No.SWP 27-3531 SPECIAL PROVISIONS - Continued Bank run gravel shall be used only if native excavated material is found to be unsuitable for use as backfill, after approval by the Owner. If native materials are found to be suitable for backfill then storing and relocating is considered incidental. Payment for trench backfill shall be included in the unit price bid for "Bank Run Gravel for Trench Backfill". Excess and/or unsuitable excavated material will be loaded and disposed of offsite. This includes all soil, existing storm sewer pipe, and other excavated material below the subgrade. Payment to haul and dispose of excess excavated material shall be included in the unit contract price bid for "Unsuitable Foundation Excavation, Incl. Haul". Payment to haul and dispose of asphalt and concrete shall be included in the unit contract price for Removal of Structures and Obstructions. Bid Item A14: CPEP Storm Sewer Pine 18-Inch Diameter (LF) The Contractor shall provide all required CPEP Storm Sewer Pipe 18-Inch Diameter for the Project, including such work as described in Special Provisions Section 7-04, and elsewhere in these specifications. Measurement of CPEP Storm Sewer Pipe 18-Inch Dia. shall be per lineal foot along the invert of the pipe from the center of catch basin to the center of catch basin, or similar structure. Where the pipe does not begin or end within a catch basin, the pipe shall be measured from the ends of the pipe. The unit contract price per lineal foot of CPEP Storm Sewer 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, cleaning and testing, etc. Payment for bedding 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. If native materials are found to be suitable for backfill then storing and relocating is considered incidental. Ih Payment for trench backfill shall be included in the unit price bid for `Bank Run Gravel for Trench Backfill". Excess and/or unsuitable excavated material will be loaded and disposed of offsite. This includes all soil, existing storm sewer pipe, and other excavated material below the subgrade. Payment to haul and dispose of excess excavated material shall be included in the unit contract price bid for "Unsuitable Foundation Excavation, Incl. Haul". Payment to haul and dispose of asphalt and concrete shall be included in the unit contract price for Removal of Structures and Obstructions. Project No.SWP 27-3531 Page 67 SPECIAL PROVISIONS - Continued Bid Item A15: CPEP Storm Sewer Pipe 24-Inch Diameter(LF) The Contractor shall provide all required CPEP Storm Sewer Pipe 24-Inch Diameter for the Project, including such work as described in Special Provisions Section 7-04, and elsewhere in these specifications. Measurement of CPEP Storm Sewer Pipe 24-Inch Dia. shall be per lineal foot along the invert of the pipe from the center of catch basin to the center of catch basin, or similar structure. Where the pipe does not begin or end within a catch basin, the pipe shall be measured from the ends of the pipe. The unit contract price per lineal foot of CPEP Storm Sewer 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, cleaning and testing, etc. Payment for bedding 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. If native materials are found to be suitable for backfill then storing and relocating is considered incidental. Payment for trench backfill shall be included in the unit price bid for "Bank Run Gravel for Trench Backfill". Excess and/or unsuitable excavated material will be loaded and disposed of offsite. This includes all soil, existing storm sewer pipe, and other excavated material below the subgrade. Payment to haul and dispose of excess excavated material shall be included in the unit contract price bid for "Unsuitable Foundation Excavation, Incl. Haul". Payment to haul and dispose of asphalt and concrete shall be included in the unit contract price for Removal of Structures and Obstructions. Bid Item A16: Class V Reinforced Concrete Drain Pipe 24-inch Dia. (incl. bedding) (LF) The Contractor shall provide all required Class V Reinforced Concrete Drain Pipe 24- inch Diameter for the Project, including such work as described in Special Provisions Section 7-04, and elsewhere in these specifications. Measurement of Class V Reinforced Concrete Drain Pipe 24-inch Diameter shall be per lineal foot along the invert of the pipe from the center of catch basin to the center of catch basin, or similar structure. Where the pipe does not begin or end within a catch basin, the pipe shall be measured from the ends of the pipe. Page 68 Project No.SWP 27-3531 SPECIAL PROVISIONS - Continued The unit contract price per lineal foot of Class V Reinforced Concrete Drain Pipe 24-inch Diameter 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, cleaning and testing, etc. Payment for bedding material shall be included in the unit price bid for pipe in place. Bank run ravel shall be used only if native material is found to be unsuitable for use as g Y backfill, after approval by the Owner. If native materials are found to be suitable for backfill then storing and relocating is considered incidental. Payment for trench backfill shall be included in the unit price bid for "Bank Run Gravel for Trench Backfill". Excess and/or unsuitable excavated material will be loaded and disposed of offsite. This includes all soil, existing storm sewer pipe, and other excavated material below the subgrade. Payment to haul and dispose of excess excavated material shall be included in the unit contract price bid for "Unsuitable Foundation Excavation, Incl. Haul". Payment to haul and dispose of asphalt and concrete shall be included in the unit contract price for Removal of Structures and Obstructions. Bid Item A17: Catch Basin Type 1 (EA) The Contractor shall provide all required Catch Basin Type 1 for the Project, including 1 such work as described in Special Provisions Section 7-05, and elsewhere in these specifications. 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, excavation, foundation material and compaction, loading, and all other items and work necessary to complete this item of work according to the Plans and Specifications. These structures that use temporary shims during placement shall have the shims removed and refilled with CDF at the base. Inspection of each CB/MH prior to backfill being placed, with the base material in plain sight, is required prior to final sign off. This item includes all the different types of frames and grates (standard, vaned, rolled curb, other) for Type 1 CB's that may shown on the Plans. Bid Item A18 Catch Basin Type 2—48-inch Dia. Basic to 8' (EA) Project No.SWP 27-3531 Page 69 l SPECIAL PROVISIONS t' S - Continued The Contractor shall provide all required Catch Basin Type 2 —48-Inch Diameter for the Project, including such work as described in Special Provisions Section 7-05, and elsewhere in these specifications. Measurement of Catch Basin Type 2—48-inch Dia., Basic to 8' shall be per each. j The unit contract price per each for Catch Basin Type 2 — 48-inch Dia., Basic to 8' 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, excavation, foundation material and compaction, loading, and all other items and work necessary to complete this item of work according to the Plans and Specifications. These structures that use temporary shims during placement shall have the shims removed and refilled with CDF at the base. Inspection of each CB/MH prior to backfill being placed, with the base material in plain sight, is required prior to final sign off. 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 A19 Catch Basin Type 2—Additional Height, 48-inch Dia. (LF) The Contractor shall provide all required Catch Basin Type 2 — Additional Height, 48- Inch Diameter for the Project, including such work as described in Special Provisions Section 7-05, and elsewhere in these specifications. Measurement of Catch Type 2 Additional Height, 48-inch Dia. shall be per linear foot. Catch basins in excess of 8 foot in height will be measured per linear foot for each additional foot of height over 8 feet. Measurement of catch basin heights for payment purposes will be the distance from the invert of the outlet pipe to the top of the manhole frame measured to the nearest foot. The unit contract price per linear foot for Catch Type 2 Additional Height, 48-inch Dia. shall be full compensation for all labor, materials, tools, equipment, transportation, supplies, and incidentals required to complete all work to furnish and install this item, to include but not limited to excavation, backfill, compaction, loading, and all other items and work necessary to complete this item of work according to the Plans and Specifications. Bid Item A20 Catch Basin Type 2—60-inch Dia. (EA) The Contractor shall provide all required Catch Basin Type 2 — 60-Inch Diameter for the Project, including such work as described in Special Provisions Section 7-05, and elsewhere in these specifications. Page 70 Project No.SWP 27-3531 SPECIAL PROVISIONS - Continued i Measurement of Catch Basin Type 2—60-inch Dia. shall be per each. The unit contract Yp per rice each for Catch Basin Type 2 — 60-inch Dia. shall be full P p 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, excavation, foundation material and compaction, loading, and all other items and work necessary to complete this item of work according to the Plans and Specifications. These structures that use temporary shims during placement shall have the shims removed and refilled with CDF at the base. Inspection of each CB/MH prior to backfill being placed, with the base material in plain sight, is required prior to final sign off. 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 221 Cutout of Existing 24-inch Storm Pipe (LS) The T Contractor h Con acto shall provide all required Cutout of Existing 24-Inch Storm Pipe for the Project, including such work as described in Special Provisions Section 7-04, and elsewhere in these specifications. Measurement of Cutout of Existing 24-inch Storm Pipe shall be lump sum. The lump sum contract price for Cutout of Existing 24-inch Storm Pipe shall be full compensation for all labor, materials, tools, and equipment to provide for the cutout of all existing 24-inch concrete storm pipe to properly fit all existing and proposed appurtenances with a Type 2 storm sewer catch basin. It shall also include the price of plugging and/or abandoning storm pipe. Bid Item A22 Flow Splitter Catch Basin Type 2—72-inch Dia. (EA) The Contractor shall provide all required Catch Basin Type 2 — 72-Inch Diameter for the Project, including such work as described in Special Provisions Section 7-05, and elsewhere in these specifications. Measurement of Flow Splitter Catch Basin Type 2—72-inch Dia. shall be per each. The unit contract price per each for Flow Splitter Catch Basin Type 2— 54-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, CMP control structure, baffle wall, shear gate, appurtenances, adjustments, connections to new and/or existing systems, excavation, foundation material and compaction, loading, and all other items and work necessary to complete this item of work according to the Plans and Specifications. These structures that use temporary shims during placement shall have Project No.SWP 27-3531 page 71 S PECIAL PROVISIONS - Continued O VI S the shims removed and refilled with CDF at the base. Inspection of each CB/MH prior to backfill being placed, with the base material in plain sight, is required prior to final sign off. 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 B8: Ductile Iron Water Main, 12-inch Dia., Class 52 (incl. fittings and poly-wrap) (LF) The Contractor shall provide all required Ductile Iron Water Main, 12-inch Diameter, Class 52 for the Project, including such work as described in Special Provisions Section 7-09, and elsewhere in these specifications. Measurement for furnishing and installing water pipes and fittings of the size, type and class specified will be based on the actual lineal footage measured horizontally over the centerline of the installed pipe. The unit contract price per lineal foot for Ductile Iron Water Main, 12-inch Dia., Class 52 (incl. fittings and poly-wrap) shall be full compensation for furnishing all materials, labor, equipment and supplies necessary to complete the work specified in the contract documents and plans, and shall include but not be limited to the following: • Dewatering and baker tank(if needed), • Stockpiling suitable excavated material for use as pipe bedding and trench backfill as directed or approved by the Engineer, • Furnishing, installing, laying and joining water pipes and fittings of the size, type and class shown, polyethylene encasement, special fittings, horizontal and vertical bends, vertical crosses for poly-pigging, shackle rods, temporary blow-off assemblies, and all incidentals, • Furnishing bedding materials, excavating the trench, placing and compacting pipe bedding, as shown on the plans, • Placing, storing and compacting trench backfill, • Testing, poly-pigging, disinfecting and flushing of water mains. All chlorinated water used on the project shall be de-chlorinated before discharge. • (Supplying trench backfill material is not part of this bid item.) Bid Item B9: Fusion Epoxy Coated Welded Steel Pipe, 12-inch Dia. (w/ flames)) (LF) The Contractor shall provide all required Fusion Epoxy Coated Welded Steel, 12-inch Diameter for the Project, including such work as described in Special Provisions Section 7-09, and elsewhere in these specifications. Page 72 Project No.SWP 27-3531 SPECIAL PROVISIONS - Continued Measurement for Fusion Epoxy Coated Welded Steel Pipe, 12-inch Dia. (w/flanges) and fittings of the size, type and class specified will be based on the actual lineal footage measured horizontally over the centerline of the installed pipe. The unit contract price per lineal foot for Fusion Epoxy Coated Welded Steel Pipe, 12- inch Dia. (w/flanges) shall be full compensation for furnishing all materials, labor, equipment and supplies necessary to complete the work specified in the contract documents and plans, and shall include but not be limited to the following: • Stockpiling suitable excavated material for use as pipe bedding and trench backfill as directed by the Engineer, • Removing existing end caps on existing steel casing, • Furnishing, installing, laying and joining water pipes and fittings of the size, type and class shown, field welding and coating of special flanged ends, adapters, stainless steel band casing spacers and insulators, casing end seals, shackle rods, temporary blow-off assemblies, and all incidentals, • Furnishing bedding materials, placing and compacting pipe bedding, as shown on the plans, • Placing and compacting trench backfill, • Testing, poly-pigging, disinfecting and flushing of water mains Bid Item B10: Megalug Restraint Harness Assembly for Push-on Pipe and MJ Fittings (EA) The Contractor shall provide all required Megalug Restrain Harness Assembly for the Project, .including such work as described in Special Provisions Section 7-09, and elsewhere in these specifications. Measurement for furnishing and installing Megalug thrust restraint harness for push-on pipe bells, mechanical joint fittings, and appurtenances will be based on the number of sets of Megalug harness and restraint assemblies installed. One set of restrained harness will be used for each length of push-on Tyton joint pipe length, and one set consisting of 2 retainer glands with gripping wedges shall be used for each mechanical joint fittings. Payment for furnishing and installing Megalug thrust restraint harness for push-on pipe bells, mechanical joint fittings of the size, type specified, shall cover the complete cost of providing all labor, materials, and equipment required to complete the work specified in the contract documents and plans including but not limited to installing Megalug Series 1700 Thrust Restraint Harness for ductile iron pipe push-on bells for a complete and functional system per the manufacturer's instructions and recommendations, and Megalug Series 1100 Mechanical Joint Restraint for ductile iron pipe for a complete and functional system per the manufacturer's instructions and recommendations. The quantity for this item is included to provide a common proposal for bid purposes. The i 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. Project No.SWP 27-3531 Page 73 SPECIAL PROVISIONS - Continued Bid Item B11: Connection to Existing 12-Inch Water Main (Sta. 11+00) (EA) The Contractor shall provide all required Connection to Existing 12-inch Water Main for the Project, including such work as described in Special Provisions Section 7-09, and elsewhere in these specifications. Measurement for Connection to Existing 2" Water Main Sta. 11+00 will be per each g ( ) p connection for completion in conformance with the Contract Documents. The unit contract price per each for Connection to Existing 12" Water Main (Sta. 11+00) shall cover the complete cost of providing all labor, materials, tools, equipment required to complete the work specified in the contract documents and plans, and shall include but not be limited to the following: • Dewatering (if needed), • Stockpiling suitable excavated material for use as pipe bedding and trench backfill as directed by the Engineer, • Furnishing all required pipes, fittings, adapters, couplings and incidentals as required for City's water department's personnel to perform the initial cut->n installation of valves, and fittings on the existing water main(s), • Furnishing all required pipes, fittings, adapters, couplings and incidentals as required for City's water department's personnel to perform the second and final connection of the new water line to the existing water system and to the valves installed during the initial cut-in as described above, • Placing and compacting trench backfill Note: Connection to any existing water mains shall be performed as a two part process;. 1.) Initial Cut-in of tee and valve(s) to establish line and grade and pour thrust block(s). 2.) Final connection after pressure testing and disinfection of new water main. Connection and cut shall be performed by City forces. The Contractor shall pothole, excavate, provide materials, provide supporting manpower and equipment if necessary,backfill, and patch existing roadway if necessary. Bid Item B12: Connection to Existing 12-Inch Water Main (Sta. 22+19) (EA) The Contractor shall provide all required Connection to Existing 12-inch Water Main for the Project, including such work as described in Special Provisions Section 7-09, and elsewhere in these specifications. i Page 74 Project No.SWP 27-3531 SPECIAL PROVISIONS - Continued Measurement for Connection to Existing 12" Water Main (Sta. 22+19) will be per each connection for completion in conformance with the Contract Documents. The unit contract price per each for Connection to Existing 12" Water Main (Sta. 22+19) shall cover the complete cost of providing all labor, materials, tools, equipment required to complete the work specified in the contract documents and plans, and shall include but not be limited to the following: • Dewatering (if needed), Stockpiling suitable excavated material for use as pipe bedding and trench backfill as directed by the Engineer, • Furnishing all required pipes, fittings, adapters, couplings and incidentals as required for City's water department's personnel to perform the initial cut-in installation of valves, and fittings on the existing water main(s), • Furnishing all required pipes, fittings, adapters, couplings and incidentals as required for City's water department's personnel to perform the second and final connection of the new water line to the existing water system and to the valves installed during the initial cut-in as described above, • Placing and compacting trench backfill Note: Connection to any existing water mains shall be performed as a two part process;. 1.) Initial Cut-in of tee and valve(s) to establish line and grade and pour thrust block(s). 2.) Final connection after pressure testing and disinfection of new water main. Connection and cut shall be performed by City forces. The Contractor shall pothole, excavate, provide materials, provide supporting manpower and equipment if necessary, backfill, and patch existing roadway if necessary. �. Bid Item B13: Concrete Thrust Blocking and Dead-Man Anchor Blocks (CI) The Contractor shall provide all required Concrete Thrust Blocking and Dead-Man Anchor Blocks for the Project, including such work as described in Special Provisions Section 7-09, and elsewhere in these specifications. Measurement for concrete thrust blocking, horizontal and vertical, dead-man anchor blocks will be per cubic yard for all concrete installed for thrust blocking and dead-man anchor blocks in conformance with the Contract Documents. The unit contract price per cubic yard for Concrete Thrust Blocking and Dead-Man Anchor Blocks shall cover the complete cost of providing all labor, materials, tools, equipment required to complete the work specified in the contract documents and plans, and shall include but not be limited to the following: Project No.SWP 27-3531 Page 75 SPECIAL PROVISIONS - Continued • Dewatering (if needed), • Stockpiling suitable excavated material for use as pipe bedding and trench backfill as directed by the Engineer, • Furnishing and placing concrete for vertical and horizontal blocks, dead-man anchor blocks, reinforcing steel, shackle rods, clamp assembly, anchor bolts, turnbuckles, concrete form work. Concrete material weights shall be verified by providing a copy of certified truck tickets, which will accompany each load. Wasted materials will not be included in the measurement or payment. Only materials placed within the pay limits shown will be considered for payment. Material placed outside of the pay limits shown on the plans or as approved by the Engineer will be deducted from the certified tickets. • Placing and compacting trench backfill Bid Item B14: Additional Ductile Iron Fittings (LB) , The Contractor shall provide all required Additional Ductile Iron Fittings for the Project, including such work as described in Special Provisions Section 7-09, and elsewhere in these specifications. Measurement for Additional Ductile Iron Fittings shall be per pound for the weight of additional fittings required but not specifically shown on the plans, including follower glands, bolts, and gaskets when used. The unit contract price per pound for Additional Ductile Iron Fittings shall be full compensation for all labor, materials, tools, equipment, transportation, supplies, and incidentals required to complete all work to furnish and install this item, to include but not limited to fittings, follower glands, bolts, grip rings, testing, flushing, and disinfection. Bid Item B15: Gate Valve, 12-inch (EA) The Contractor shall provide all required Gate Valve, 12-inch for the Project, including such work as described in Special Provisions Section 7-12, and elsewhere in these specifications. Measurement for Gate Valve, 12-inch assembly will be per each for each type valve installed in conformance with the Contract Documents. The unit contract price per each for Gate Valve, 12-inch shall cover the complete cost of providing all labor, materials,tools, equipment required to complete the work specified in the contract documents and plans, and shall include but not be limited to the following: • Dewatering (if needed), • Stockpiling suitable excavated material for use as pipe bedding and trench backfill as directed by the Engineer, Page 76 Project No.SWP 27-3531 SPECIAL PROVISIONS - Continued • Furnishing and installing valves, valve boxes and covers to grade, stem extensions, valve marker posts, pipe nipples, couplings, polyethylene encasement, concrete blocking, and all incidentals, • Placing and compacting trench backfill, • Testing, poly-pigging, disinfecting and flushing of new valves Bid Item B16: Fire Hydrant Assembly (EA) The Contractor shall provide all required Fire Hydrant Assembly for the Project, including such work as described in Special Provisions Section 7-14, and elsewhere in these specifications. Measurement for Fire Hydrant Assembly will be per each for each fire hydrant assembly installed in conformance with the Contract Documents. The unit contract price per each for Fire Hydrant Assembly shall cover the complete cost of providing all labor, materials, tools, equipment required to complete the work specified in the contract documents and plans, and shall include but not be limited to the following: • Dewatering (if needed), • Stockpiling suitable excavated material for use as pipe bedding and trench backfill as directed by the Engineer, • Furnishing and installing new fire hydrant assembly, standpipe, shoe, and 6-inch DI piping (up to 18 LF per hydrant run) with polywrap, Storz adapter, • Furnishing and installing shut-off valve, valve box, valve extension, • Furnishing and installing shackles, tie-rods, concrete blocking behind hydrant and joint restraints, drain rocks, polyfilm, • Adjust hydrant to finish grade and install concrete shear block, rock retaining wall; installation of CPEP culvert in ditch line, placement of concrete/crushed rock access pad, • Placing and compacting trench backfill, • Testing, disinfecting and flushing of new hydrants, • Painting the hydrants Bid Item A23: Gravel Borrow (TN) Gravel Borrow shall meet the requirements of Special Provisions Section 2-03. The Contractor shall provide all required Gravel Borrow for the Project, including such work as described in Special Provisions Section 2-03, and elsewhere in these specifications. Measurement of Gravel Borrow, Incl. Haul shall be per ton. Project No.SWP 27-3531 Page 77 SPECIAL PROVISIONS - Continued The unit contract price per ton for Gravel Borrow, Incl. Haul shall be full pay for all costs relative to furnishing, hauling, placing, shaping and compacting the material for embankment construction, as indicated on the Plans, or as otherwise required and approved in the field by the Engineer. Bid Item A24 & B17: Bank Run Gravel for Trench Backfill (TN) The Contractor shall provide all required Bank Run Gravel for the Project, including such work as described' in Standard Specifications 9-03.19, and elsewhere in these specifications. 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 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. Measurement for Bank Run Gravel for Trench Backfill shall be per ton. , 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, hauling, placing and compacting the materials as specified or as directed by the Owner. Payment to haul and dispose of excavated material shall be included in the unit bid price for Unsuitable Foundation Excavation, Incl. Haul. Payment for bank run gravel for trench backfill requires measurement from a certified scale and submittal of all tickets. 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. Bid Item A25 & B1.8: Unsuitable Foundation Excavation, Incl. Haul (CY) The Contractor shall provide all required Unsuitable Foundation Excavation for the Project, including such work as described in Special Provisions Sections 7-04, 7-05, 7-08, and elsewhere in these specifications. This item will be used when the soil in the bottom of the trench is unsuitable, and excavation is approved by the Owner. Page 78 Project No.SWP 27-3531 SPECIAL PROVISIONS - Continued i All excess and waste material removed from the site shall be disposed of at a Contractor iProvided Disposal Site per Standard Specifications Section 2-03.3(7)C. Hauling shall be included at no extra cost. Measurement of Unsuitable Foundation Excavation, Incl. Haul shall be per cubic yard by truck as measured in the hauling vehicle at the point of loading. The contractor shall provide truck tickets for each load removed. Each ticket shall have the truck number, time and date, and be approved by the engineer. 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. i Measurement may also be by physical measurement of the excavated area by the Contractor in the presence of the Owner or Engineer. Any area measured shall be recorded on the redlined plans maintained by the Contractor, and a copy shall iimmediately be provided to the Owner. The unit contract price per cubic yard for Unsuitable Foundation Excavation, Incl. Haul shall be full compensation for evaluating and testing unsuitable soil, excavating, loading, hauling and disposing of the material. Bid Item A26 & B19: Gravel Backfill for Foundation Class B (TN) The Contractor shall provide all required Gravel Backfill for Foundation for the Project, including such work as described in Standard Specifications 9-03.12 and elsewhere in these specifications. 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 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, and compacting the materials as specified or as directed by the Owner. iNo payment shall be made for costs due to over-excavation and subsequent backfill, unless the inspector determines that the over-excavation could not be avoided. Over- texcavation 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 Lbid price for Unsuitable Foundation Excavation, Incl. Haul. i Project No.SWP 27-3531 Pale 79 SPECIAL PROVISIONS - Continued The unit price will not be adjusted if the actual quantity used varies by more than 25 percent. , Bid Item A27: Cement Concrete Driveway Entrance and Access Pad (LS) The Contractor shall provide all required Cement Concrete Driveway Entrance and Access Pad for the Project, including such work as described in Special Provisions Section 8-06 and elsewhere in these specifications. Measurement of Cement Concrete Driveway Entrance and the Access Pad shall be lump Sum. The lump sum contract price for Cement Concrete Driveway Entrance and Access Pad ' 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. This item includes the concrete drive ramp and the forty lineal feet of 15-foot wide gravel access pad to service the bioswale. Bid Item A28: Cement Concrete Curb and Gutter(LF) The Contractor shall provide all required Cement Concrete Curb and Gutter for the Project, including such work as described in Special Provisions Section 8-04 and elsewhere in these specifications. 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. 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. Bid Item A29: Pervious Cement Concrete Sidewalk(SI) !r The Contractor shall provide all required Pervious Cement Concrete Sidewalk for the Project, including such work as described in Special Provisions Section 8-14 and elsewhere in these specifications. Measurement of Pervious Cement Concrete Sidewalk shall be per square yard of the completed sidewalk including bends. The unit contract price per square yard for Pervious Cement Concrete Sidewalk shall be full pay for all labor, equipment, and material necessary to furnish, form, place, and cure Page 80 Project No.SWP 27-3531 SPECIAL PROVISIONS - Continued the pervious concrete sidewalk, to include joints,joint fillers, buck outs, barricades, and ' all other items necessary for a complete sidewalk system in place. The special crushed surfacing top course to be utilized as a recharge bed beneath all ' sidewalk sections (see Special Provisions Section 8-14.2(1)) shall be paid under the unit contract price for Crushed Surfacing Top Course. Bid Item A30: Non-Pervious Cement Concrete Sidewalk(SY) The Contractor shall provide all required Non-Pervious Cement Concrete Sidewalk for the Project, including such work as described in Special Provisions Section 8-14 and elsewhere in these specifications. Measurement of Non-Pervious Cement Concrete Sidewalk shall be per square yard of the completed sidewalk including bends. The unit contract price per square yard for Non-Pervious Cement Concrete Sidewalk shall be full pay for all labor, equipment, and material necessary to forming, furnishing and placing concrete, lowering sidewalk panels for curb ramps and driveways, thickened edges,jointing and joint filler, curing, testing, barricades, reinforcing steel, end-sections, and all other items necessary for a complete sidewalk system in place. ' Bid Item A31 & B20: Crushed Surfacing Top Course (TN) The Contractor shall provide all required Crushed Surfacing Top Course for the Project, including such work as described in Standard Specifications 9-03.9(3), Special Provisions Section 4-04 and elsewhere in these specifications. ' Measurement of Crushed Surfacing Top Course shall be per ton. Measurement for Crushed 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 compaction shall be considered incidental to this item. Bid Item A32 & B21: Sawcutting (Less than 6 Inches) (LF) Project No.SWP 27-3531 Page 81 SPECIAL PROVISIONS - Continued shall meet the requirements of Special Provisions Section 2-02.3(4). ' The Contractor shall provide all required Sawcutting for the Project, including such work , as described in Special Provisions Section 2-02.3(4), 5-06, and elsewhere in these specifications. The City will allow one sawcut for the initial trench work and one sawcut for final trench patch or overlay. Any additional sawcutting will be considered incidental, and will not be measured and paid. Measurement of Sawcutting (Less than 6 Inches) 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. Extra depth for sawcutting existing concrete panels in the roadway shall be anticipated and shall be included in the unit bid price for "Sawcutting (Greater than 6 Inches)". Wheelcutting of pavement will not be measured for separate payment, but shall be included in other items of Work. The unit contract price per linear foot for Sawcutting (Less than 6 Inches) shall be full ' compensation for all materials, labor, tools, and equipment necessary to saw cut the existing asphalt concrete and cement concrete surfaces less than 6 inches deep. ' Bid Item B22: Sawcutting (Greater than 6 Inches) (LF) The Contractor shall provide all required Sawcutting for the Project, including such work 3 as described in Special Provisions Section 2-02.3(4), 5-06, and elsewhere in these specifications. The City will allow one sawcut for the initial trench work. Measurement of Sawcutting (Greater than 6 Inches) 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. Extra depth for sawcutting existing concrete panels in the roadway shall be anticipated. The unit contract price per linear foot for Sawcutting (Greater than 6 Inches) shall be full compensation for all materials, labor, tools, and equipment necessary to saw cut the existing asphalt concrete and cement concrete surfaces greater than 6 inches deep. Bid Item A33: Grind Existing Pavement (SI) The Contractor shall provide all required Grind Existing Pavement for the Project, including such work as described in Special Provisions Section 5-06 and elsewhere in these specifications. Page 82 Project No.SWP 27-3531 I SPECIAL PROVISIONS - Continued ' This item is for removing asphalt surfaces in the street by grinding in preparation for final patch placement, or to overlay damaged sections of street or parking lot. The exact area for Grinding shall be determined by the Engineer at the end of the project. Grinding shall follow the requirements Special Provisions Section 5-06, the City of ' Renton Trench Restoration and Street Overlay Requirements. The top 2 inches of asphalt shall be ground down and removed or as shown on Plans. 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 measurement for Grind Existing Pavement shall be per Square Yard (SY) area where asphalt is ground and removed measured horizontally. ' The unit contract price for Grind Existing Pavement shall be full compensation for all labor, equipment, tools, and materials required to grind the existing asphalt pavement, cleaning of loose materials, etc required to complete this item of work in conformance with the contract documents. No additional payment will be made for work necessary to correct a grind and / or overlay not performed in accordance with specifications. ' Removal and disposal of all grinding spoils shall be included in the lump sum contract price for Removal of Structures and Obstructions. Sid Item A34: Temporary Cold Mix Asphalt Concrete Patch (TN) The Contractor shall provide all required Temporary Cold Mix Asphalt Concrete Patch for the Project, including such work as described in Special Provisions Section 5-06 and elsewhere in these specifications. This item is for temporary asphalt patches in smaller areas outside of the wheel path or ' the bike lane. Permanent trench restoration shall be per City Standard Detail H 032A and as shown on the Plans or Specifications and as described under the bid item "Hot Mix ' Asphalt (HMA) Class 1/2" PG-64-22." Cold patch shall be placed, maintained (daily) and removed and waste hauled by the ' Contractor. Any patches in the street that will not have the final patch placed within 15 days after ' opening the trench shall have a Temporary Hot Patch placed. Temporary Hot Patch will be paid under the bid item for Hot Mix Asphalt(HMA). ' Measurement of Temporary Cold Mix Asphalt Concrete Patch shall be per ton. Project No.SWP 27-3531 Page 83 SPECIAL PROVISIONS - Continued Depending on site conditions, the amount of this item may vary and can be used in accessway trenching applications but must be maintained by the contractor to Trench ' Restoration Standards and Overlay Requirements per City Ordinance 5131. 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. Bid Item A35—Trench/Temporary Hot Mix Asphalt (HMA) Patching(not including ' Crushed Surfacing Top Course) Measurement for Temporary Hot Mix Asphalt (HMA) for Trench Patching shall be measured in square yards, over the completed surface of the trenches for the new storm , pipes, water mains, any crossings and water service lines. Pavement repair measurement width shall be as defined by the limit of trench patch payment shown in the Contract Documents, unless otherwise approved by the Engineer. Wasted materials will not be included in the measurement or payment. Only materials placed within the pay limits shown in the construction plans and details will be considered for payment for the specified depth. The temporary HMA patching shall be applied to the top of existing ' roadway elevation at the sawcut line and applied at the end of each work day. This item is for temporary asphalt patches. Permanent trench restoration shall be per City Standard Detail H 032A and as shown on the Plans or Specifications and as described under the bid item"Hot Mix Asphalt(HMA) Class 1/2" PG-64-22." Payment for Temporary Hot Mix Asphalt for Trench Patching will be made at the amount bid per square yards, which payment will be complete compensation for all labor, ' materials, tools, equipment required to complete the work specified in the contract documents and plans, and shall include but not be limited to the following: •Sawcutting is not included in this bid item and is included in a separate bid, removal and disposal of existing pavement is included in a separate bid also. •Furnishing, placing, and compacting crushed surfacing top course for water and ' storm trenches is included in a separate bid item. •Furnishin g, placing, compacting, and maintaining temporary' hot mix asphalt ' materials for pavement repair, berms, and wedge curbing is included. •Removal and disposal of hot mix asphalt used for temporary pavement restoration in ' preparation for final roadway overlay paving is included in the `Grind Existing Page 84 Project No.SWP 27-3531 SPECIAL PROVISIONS - Continued Pavement' bid item. Disposal of temporary hot mix asphalt at an approved facility is included in the `Removal of Structures and Obstructions' bid item. The payment price per square yard for Hot Mix Asphalt(HMA) Class 1/2" PG-64-22, shall be full compensation for all labor, materials, equipment,tools, and incidental costs necessary for placing, compacting, maintaining and constructing asphalt pavement in and along the Project including asphalt concrete driveways, traffic islands,trench patching, sealing all joints, tack coat, raising shoulder to grade, asphalt sidewalk transitions, hauling, notifications, aggregate, sweeping, utility marking and adjustment, furnishing and preparing subgrade, cleanup, and all other incidentals necessary for a complete paving system to the lines, cross-section and grades as shown on the Plans. Removal of the existing asphalt shall be included in the unit bid price for Removal of Structures and Obstruction. Bid Item A36 - H.M.A. Class 1/2" PG 64-22 Asphalt Overlay Reconstruction (not including Crushed Surfacing Top Course) Measurement for H.M.A. Classl/2" PG 64-22 Asphalt Concrete Pavement and Roadway Reconstruction not including Crushed Surfacing Top Course shall be measured in square yards, horizontally over the complete surface of the roadways, from the existing/proposed curb or edge of pavement to the centerline of roadway or as shown on the contract plans, including overlay of asphalt driveways or wedge curbing, unless otherwise approved or changed by the Engineer. Payment for H.M.A. Class 1/2" PG 64-22 Asphalt Overlay Reconstruction (not including Crushed Surfacing Top Course) will be made at the amount bid per square yards, which ' payment will be complete compensation for all labor, materials, tools, equipment required to complete the work specified in the contract documents and plans, and shall include but not be limited to the following: •Driveways as delineated in the construction plans, wedge curbing (if any), from ' existing/proposed curb or edge of pavement to the existing centerline of roadway or as shown on contract plans. •Removal and disposal of existing sub-grade materials from the existing curb or edge ' of pavement to the existing and opposite curb or edge of pavement is included in a separate bid item (see Removal of Structures and Obstructions Bid Item). ' •Furnishing, placing, and compacting crushed surfacing top course is NOT included in this bid item (see Crushed Surfacing Top Course Bid Item). ' •Furnishing, placing, and compacting hot mix asphalt materials, tack oil, conforming to the Contract Documents Project No.SWP 27-3531 Page 85 SPECIAL PROVISIONS - Continued •Removal and disposal of hot mix asphalt used for temporary pavement restoration in , preparation for final roadway overlay paving is included in `Grind Existing Pavement' bid item. •Adjustment of utilities to grade, tack coat, joint sealing using AR4000, cleanup, ' incidentals, required to complete this item of Work in conformance with the Contract Documents. No additional payment will be made for work necessary to correct an asphalt concrete patch not installed in accordance with specifications or for work necessary to correct , damages to curbs, gutters, utility structures, or other appurtenances resulting from the contractor's operations. Final grades shall be smooth and not contain any separations or cracks per City standards and final City inspections. The payment price per square yard for Hot Mix Asphalt (HMA) Class 1/2" PG-64-22, shall be full compensation for all labor, materials, equipment, tools, and incidental costs ' necessary for placing, compacting and constructing asphalt pavement in and along the Project including asphalt concrete driveways, traffic islands, trench patching, sealing all joints, tack coat, raising shoulder to grade, asphalt sidewalk transitions, hauling, ' notifications, aggregate, sweeping, utility marking and adjustment, furnishing and preparing subgrade, cleanup, and all other incidentals necessary for a complete paving system to the lines, cross-section and grades as shown on the Plans. Removal of the , existing asphalt shall be included in the unit bid price for Removal of Structures and Obstruction. Bid Item A37: Concrete Panel Repair (SY) The Contractor shall provide all required Concrete Panel Repair for the Project, including ' such work as described in Special Provisions Section 5-01.3.(4) and elsewhere in these specifications. The measurement for Concrete Panel Repair shall be per square yard. The unit contract price for Concrete Panel Repair shall be full compensation for all labor, , equipment, tools, and materials required to repair concrete panels including restoration as noted on the Plans, and other items required to complete this item of work in , conformance with the contract documents. Removal of the concrete panels shall be included in the unit bid price for Removal of , Structures and Obstruction. Bid Item A38: Restore Pavement Markings (LS) I III Page 86 Project No.SAT 27-3531 ' SPECIAL PROVISIONS - Continued The Contractor shall provide all required Pavement Markings for the Project, including such work as described in Special Provisions Section 8-22 and elsewhere in these specifications. ' 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, bike lane markers, fog line, centerlines, lane lines, traffic buttons, channelization arrows or other channelization markers, and blue fire hydrant marker buttons. Bid Item A39: Topsoil Tyne C (CI) The Contractor shall provide all required Topsoil Type C for the Project, including such work as described in Standard Specifications 8-2.3(4)C and elsewhere in these specifications. ' Measurement of Topsoil Type C shall be per cubic yard. 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 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 Special Provisions Section 8-01 and 8- 02. Bid Item A40: Seeding,Fertilizing, and Mulching (SY) Seeding, Fertilizing, and Mulching shall be as shown on the Plans and shall meet the requirements of Special Provisions Sections 8-01 and 8-02. This item shall be applied in various locations throughout the Project site as needed, and as directed by the Owner. Measurement of Seeding, Fertilizing, and Mulching shall be per square yard. 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 square yard for Seeding, Fertilizing, and Mulching shall be full compensation for furnishing all materials labor, equipment, and su pp lies 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. Project No.SWP 27-3531 Page 87 SPECIAL PROVISIONS - Continued Bid Item A41: Bioswale (LS) , The Contractor shall provide all required Bioswale for the Project, including such work as shown on the Drawings and described elsewhere in these specifications. ' Measurement of the Bioswale shall be lump sum. The lump sump contract price for Bioswale shall be full compensation for furnishing all ' materials, labor, equipment, and supplies necessary to install the bioswale including but not limited to grading, topsoil and furnishing and installing the inner bioswale plants from the top of slope to the bottom of the swale. Bid Item A42: Debris Barrier (EA) The Contractor shall provide all required Debris Barrier for the Project, including such work as shown on the Drawings and described elsewhere in these specifications. Measurement for Debris Barrier shall be per each. The unit contract price per each for Debris Barrier shall be full compensation for all ' labor, materials, tools, equipment, transportation, supplies, and incidentals required to complete all work to furnish and install this item. ' Bid Item A43: Temporary Block Wall (BL) The Contractor shall provide all required Temporary Block Wall for the Project, including such work as shown on the Drawings and described in Special Provisions Section 8-24 and elsewhere in these specifications. ' The Temporary Block Wall shall be as shown on the Plans and shall meet the requirements of these Special Provisions. Measurement of the Temporary Block Wall shall be per block. (Note: The work under this bid item includes furnishing and installing hand railing along the entire length of the , wall adjacent to Lake Washington Boulevard (approximately 112 feet) and is to be furnished as shown in this Bid Specifications Manual Standard Details section. The lump sump contract price for Temporary Block Wall shall be full compensation for ' furnishing all materials, labor, equipment, and supplies necessary to install the temporary block wall including but not limited to grading, backfill, furnishing, placement and installation of the wall, geotextile filter fabric, foundation material, related drainage material, hand railing and any other items necessary to install the temporary wall as ' stated herein and as specified on the Plans. Page 88 Project No.SWP 27-3531 ' SPECIAL PROVISIONS - Continued 1 Bid Item A44: Project Sign (LS) The Contractor shall provide all required Project Sign for the Project, including such work as shown on the Drawings and described in Special Provisions Section 1-09.7 and elsewhere in these specifications. Measurement for Project Sign shall be lump sum. The lump sum contract price for Project Sign shall be full compensation for all labor, materials, tools, equipment, transportation, supplies, and incidentals required to complete all work to furnish and install this item. Removal and disposal of the sign is included within the demobilization bid item. Bid Item A45: Television Inspection (LS) The Contractor shall provide all required Television Inspection for the Project, including such work as described in Special Provisions Section 7-04.6 and elsewhere in these specifications. ' 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 sewer pipe installed for the Project shall be inspected between all Type 2 catch basins and/or manholes. ' Inspections are not required between Type 2 to Type 1 and Type 1 to Type 1 catch basins. ' Bid Item A46: Compaction Testing(EA) Compaction Testing shall meet the requirements of Special Provisions Section 2-03.3. 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 City may direct the Contractor to perform compaction tests at specific locations to confirm that the compaction requirements are being met. Those tests will count as part of Project No.SWP 27-3531 Page 89 SPECIAL PROVISIONS - Continued the total number of tests allowed under this bid item. The Contractor will then adjust the , frequency of the remaining tests accordingly. The Owner and Contractor may mutually agree to reduce the frequency and number of compaction tests performed if it is determined that the Contractor is meeting the compaction requirements. The Owner and Contractor may mutually agree to increase the number of compactions tests under this bid item if more testing is determined necessary. ' Any increase in number will be at the unit bid price, and will be approved by the City in writing. 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. 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. Bid Item A47: Irrigation, Controller and Irrigation Meter(LS) Measurement of Irrigation, Controller and Irrigation Meter shall be per lump sum. The lump sum bid price for Irrigation, Controller and Irrigation Meter shall be full , compensation for all labor, materials, and equipment necessary to install the irrigation system including but not limited to the underground piping and spray system including heads, piping, fittings, meters, valves and accessories, connection to water meter including back flow preventor, piping, fittings, and accessories, valves, fittings and control wire, pedestal enclosure assembly including WP enclosure, electric meter, electric panel, controller, monitor, terminal box, grounding grid and associated items, excavating and backfilling irrigation system work, associated plumbing, sleeving and accessories to complete the system, flushing,testing, and adjustment. Bid Item A48: Landscape Strip Planting and Sod (LS) , Measurement of Landscape Strip Planting and Sod shall be per lump sum. The lump sum bid price for Landscape Strip Planting and Sod shall be full compensation for all labor, materials, and equipment necessary to install the landscape strip planting and sod including but not limited to sod, trees, plants, bark, excavation, fertilizer, and , maintenance of these items as described in the Specifications and as shown on the Plans. The plants inside the bioswale from the top of the slope to the bottom of the slope shall be included under the lump sum bid item `Bioswale". All other plants shall be included in the lump sum bid price for Landscape Strip Planting and Sod. Bid Item A49: Initial Soils and Foundation Exploration for Building (LS) ' The Contractor shall provide an initial wall structural pin pile analysis and design based upon existing soils information and new foundation exploration information for the !I Page 90 Project No.SWP 27-3531 SPECIAL PROVISIONS - Continued ' existing building located adjacent to Lake Washington Boulevard. Supporting subsurface exploration would provide soils bearing strength and footing information located beneath the existing wall that is within 10-feet of any soils compacted for the temporary wall. iBid Item A50: Structural Pin Pile Building Design (LS) The Contractor shall provide a structural pin pile analysis and design based upon existing ' soils information and new foundation exploration information for the existing building located adjacent to Lake Washington Boulevard. Supporting wall areas includes any wall located within 10-feet of any soils compacted for the temporary wall. iThe lump sum contract price for the design shall be full compensation for all labor, copies, etc. needed to determine a structural design by a structural professional engineer. If initial exploration of the wall footing and foundation reveals adequate support that does not require pin piles, then this bid item will not be required. Bid Item A51: Structural Pin Pile Support for Existing Building (EA) The Contractor shall provide structural pin pile support for the southwest corner of the private building adjacent to Lake Washington Boulevard. Pin piling shall include pile cap, doweling to the existing footing, all materials, excavation, clearing, grubbing, cleanup and re-vegetation with mulch and grass for any areas disturbed by this work. The exact quantity and spacing of pin piles will be determined after structural analysis and design has been completed. If the existing building has been demolished prior to building of the temporary wall, then this bid item shall not be required to be constructed. For bidding purposes, each pin pile shall be 25-feet deep, 2.5" diameter steel and spaced 2-feet o.c. The top of the pile shall be concrete capped along with 44 rebar doweled into the existing building footing. For bidding purposes. the size of the concrete cap will be 2.0 feet thick by 2.0 feet thick for the 60-foot length of the building. No earthwork or other vibrations generated from construction machinery shall be allowed to be done within 20-feet of the cap for 7 full da. sy after pile placement. The unit price per each pin pile shall be full compensation for all labor, materials,equipment, etc, needed to install the pin pile and cap for the building. Bid Item A52 & B23: Minor Changes (LS) At the discretion of the Contracting Agency, all or part of this lump sum bid item may be used in lieu of the more formal procedure as outlined in Standard Specifications Section 1-04.4 Changes. The unit contract price for Minor Changes is set in the Schedule of Prices and shall not be changed by the bidder. All work and payment under this item shall be authorized in writing by the City Project Manager or Supervisor. Payment will be determined in accordance with Standard Specifications Section 1- 09.4. Measurement of Minor Changes shall be per lump sum. 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(zero dollars). Project No.S WP 27-3531 ADDENDUM 1 Pane 91 SPECIAL PROVISIONS - Continued 1-10 TEMPORARY TRAFFIC CONTROL 1-10.1 General Section 1-10.1 is supplemented by adding the following: When the bid proposal includes an item for "Traffic Control," the work required for this item shall be all items described in Section 1-10, including, but not limited to: 1. Furnishing and maintaining barricades, flashers, construction signing and other channelization devices, unless a pay item is in the bid proposal for any specific device and the Special Provisions specify furnishing, maintaining, and payment in a different manner for that device; 2. Furnishing traffic control labor, equipment, and supervisory personnel for all traffic control labor including cones, signs, flashing arrow board; 3. Furnishing any necessary vehicle(s) to set up and remove the Class B construction signs and other traffic control devices; 4. Furnishing labor and vehicles for patrolling and maintaining in position all of the construction signs and the traffic control devices, unless a pay item is in the bid proposal to specifically pay for this work; and 5. Furnishing labor, material, and equipment necessary for cleaning up, removing, and replacing of the construction signs and the traffic control devices destroyed or damaged during the life of the project. 6. Removing existing signs as specified or a directed by the engineer and delivering to the City Shops or storing and reinstalling as directed by the Engineer. 7. Preparing a traffic control plan for the project and designating the person responsible for traffic control at the work site. The traffic control plan shall include descriptions of the traffic control methods and devices to be used by the prime contractor, and subcontractors, shall be submitted at or before the preconstruction conference, and shall be subject to review and approval of the Engineer. 8. Contacting police, fire, 911, and ambulance services to notify them in advance of any work that will affect and traveled portion of a roadway. ro 9. Assuring that all traveled portions of roadways are open to traffic during peak traffic periods, 6:30 a.m. to 8:30 a.m., and 3:00 p.m. to 6:00 p.m., or as specified in the Special Provisions, or as directed by the Engineer. Pa.-e 92 Project No.SWP 27-3531 l SPECIAL PROVISIONS - Continued 10. Promptly removing or covering all non-applicable signs during periods when they are not needed. tIf the Engineer requires the Contractor to furnish additional channelizing devices, pieces of equipment, or services which could not be usually anticipated by a prudent contractor l for the maintenance and protection of traffic, then a new item or items may be established to pay for such items. Further limitations for consideration of payment for these items are that they are not covered by other pay items in the bid proposal, they are not specified in the Special Provisions.as incidental, and the accumulative cost for the use of each individual channelizing device, piece of equipment, or service must exceed $200 in total cost for the duration of their need. In the event of disputes, the Engineer will determine l what is usually anticipated by a prudent contractor. The cost for these items will be by agreed price, price established by the Engineer, or by force account. Additional items required as a result of the contractor's modification to the traffic control plan(s) appearing in the Contract shall not be covered by the provisions in this paragraph. Traffic control and maintenance for the safety of the traveling public on this project shall be the sole responsibility of Contractor and all methods and equipment used will be subject to the approval of Owner. l Traffic control devices and their use shall conform to City of Renton standards and the Manual on Uniform Traffic Control Devices. Contractor shall not proceed with any construction until proper traffic control has been provided to the satisfaction of Engineer. Any days lost due to improper traffic control will be charged against Contractor's allowable contract time, and shall not be the cause for a claim for extra days to complete the Work. 1-10.2(1)B Traffic Control Supervisor Paragraphs 1 and 2 are revised as follows: A TCS shall be on the project whenever traffic control labor is required or as authorized by the Engineer. The TCS shall assure that all the duties of the TCS are performed during the duration of the contract. During non-work periods, the TCS shall be able to be on the job site within a 45-minute time period after notification by the Engineer. 1-10.2(2) Traffic Control Plans Section 1-10.2(2) is supplemented as follows: Project No.SWP 27-3531 Page 93 SPECIAL PROVISIONS - Continued The Contractor shall be responsible for assuring that traffic control is installed and maintained in conformance to established standards. The Contractor shall continuously evaluate the operation of the traffic control plan and take prompt action to correct any problems that become evident during operation. The Contractor shall submit a Traffic Control Plan for review and approval by the Owner and WSDOT if signs or detours affect the limited access limits. The site/project specific traffic 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. Actual work hours will be approved in the Traffic Control Plan. The Contractor shall be responsible for complying with the noise variance requirements as outlined in the Contract Documents. The Owner may revise the work hours to address traffic problems or neighborhood complaints. 1-10.3 Traffic Control Labor,Procedures and Devices Section 1-10.3 is supplemented as follows: , At the end of each working day, provisions shall be made for the safe passage of traffic and pedestrians during non-working hours. Barricades shall be reflectorized as specified in Part VI of the MUTCD, and shall be 3M diamond grade or equivalent approved by Engineer. Barricades shall also be equipped with flashers. 1-10.3(3)A Construction Signs ' Section 1-10.3(3) paragraph 4 is supplemented as follows: No separate pay item will be provided in the bid proposal for Class A or Class B construction signs. All costs for the work to provide Class A or Class B construction signs shall be included in the unit contract price for Traffic Control. 1-10.4 Measurement Section 1-10.4 is replaced with: No specific unit of measurement will apply to the lump sum item of Traffic Control. No adjustment in the lump sum bid amount will be made for overtime work or for use of relief flaggers. Page 94 Project No.SWP 27-3531 , SPECIAL PROVISIONS - Continued I1-10.5 Payment Section 1-10.5 is replaced with: Payment for all labor, materials, and equipment described in Section 1-10 will be made in accordance with Section 1-04.1, for the following bid items when included in the proposal: 1-11RENTON SURVEYING STANDARDS The following is a new section with new subsections: 1-11.1(1) Responsibility for Surveys All surveys and survey reports shall be prepared under the direct supervision of a person registered to practice land surveying under the provisions of Chapter 18.43 RCW. All surveys and survey reports shall be prepared in accordance with the requirements established by the Board of Registration for Professional Engineers and Land Surveyors under the provisions of Chapter 18.43 RCW. 1-11.1(2) Survey Datum and Precision The horizontal component of all surveys shall have as its coordinate base: The North American Datum of 1983/91. All horizontal control for projects must be referenced to or in conjunction with a minimum of two of the City of Renton's Survey Control Network monuments. The source of the coordinate values used will be shown on the survey drawing per RCW 58.09.070. The horizontal component of all surveys shall meet or exceed the closure requirements of WAC 332-130-060. The control base lines for all surveys shall meet or exceed the requirements for a Class A survey revealed in Table 2 of the Minimum Standard Detail Requirements for ALTA/ACSM Land Title Surveys jointly established and adopted by ALTA and ACSM in 1992 or comparable classification in future editions of said document. The angular and linear closure and precision ratio of traverses used for survey control shall be revealed on the face of the survey drawing, as shall the method of adjustment. The horizontal component of the control system for surveys using global positioning system methodology shall exhibit at least 1 part in 50,000 precision in line length dependent error analysis at a 95 percent confidence level and performed pursuant to Federal Geodetic Control Subcommittee Standards for GPS control surveys as defined in Geometric Geodetic Accuracy Standards & Specifications for Using GPS Relative Project No.SAT 27-3531 Page 95 SPECIAL PROVISIONS - Continued Positioning Techniques dated August 1, 1989 or comparable classification in future , editions of said document. The vertical component of all surveys shall be based on NAVD 1988, the North American Vertical Datum of 1988, and tied to at least one of the City of Renton Survey Control Network benchmarks. If there are two such benchmarks within 3,000 feet of the project site a tie to both shall be made. The benchmark(s) used will be shown on the drawing. If a City of Renton benchmark does not exist within 3,000 feet of a project, one must be set on or near the project in a permanent manner that will remain intact throughout the duration of the project. Source of elevations (benchmark) will be shown , on the drawing, as well as a description of any bench marks established. 1-11.1(3) Subdivision Information Those surveys dependent on section subdivision shall reveal the controlling monuments used and the subdivision of the applicable quarter section. , Those surveys dependent on retracement of a plat or short plat shall reveal the controlling monuments, measurements, and methodology used in that retracement. , 1-11.1(4) Field Notes Field notes shall be kept in conventional format in a standard bound field book with waterproof pages. In cases where an electronic data collector is used field notes must also be kept with a sketch and a record of control and base line traverses describing station occupations and what measurements were made at each point. Every point located or set shall be identified by a number and a description. Point numbers shall be unique within a complete job. The preferred method of point numbering is field notebook, page and point set on that page. Example: The first point set or found on page 16 of field book 348 would be identified as Point No. 348.16.01, the second point would be 348.16.02, etc. Upon completion of a City of Renton project, either the field notebook(s)provided by the City or the original field notebook(s) used by the surveyor will be given to the City. For all other work, surveyors will provide a copy of the notes to the City upon request. In those cases where an electronic data collector is used, a hard copy print out in ASCII text format will accompany the field notes. 1-11.1(5) Corners and Monuments Corner: A point on a land boundary, at the juncture of two or more boundary lines. A monument is usually set at such points to physically reference 'a corner's location on the ' ground. Page 96 Project No.SWP 27-3531 SPECIAL PROVISIONS - Continued Monument: Any physical object or structure of record which marks or accurately i references: i 1. A corner or other survey point established by or under the supervision of ( an individual per Section 1-11.1(1) and any corner or monument established by the General Land Office and its successor the Bureau of Land Management including section subdivision corners down to and including one-sixteenth corners; and 2. Any permanently monumented boundary, right of way alignment, or horizontal and vertical control points established by any governmental agency or private surveyor including street intersections but excluding dependent interior lot corners. 1-11.1(6) Control or Base Line Survey Control or Base Line Surveys shall be established for all construction projects that will create permanent structures such as roads, sidewalks, bridges, utility lines or appurtenances, signal or light poles, or any non-single family building. Control or Base Line Surveys shall consist of such number of permanent monuments as are required such that every structure may be observed for staking or "as-builting" while occupying one such monument and sighting another such monument. A minimum of two of these permanent monuments shall be existing monuments, recognized and on record with the City of Renton. The Control or Base Line Survey shall occupy each monument in turn, and shall satisfy all applicable requirements of Section 1-11.1 herein. The drawing depicting the survey shall be neat, legible, and drawn to an appropriate scale. North orientation should be clearly presented and the scale shown graphically as well as noted. The drawing must be of such quality that a reduction thereof to one-half original scale.remains legible. If recording of the survey with the King County Recorder is required, it will be prepared on 18 inch by 24 inch mylar and will comply with all provisions of Chapter 58.09 RCW. A photographic mylar of the drawing will be submitted to the City of Renton and, upon their review and acceptance per the specific requirements of the project, the original will be recorded with the King County Recorder. If recording is not required, the survey drawing shall be prepared on 22 inch by 34 inch mylar, and the original or a photographic mylar thereof will be submitted to the City of Renton. The survey drawings shall meet or exceed the requirements of WAC 332-130-050 and shall conform to the City of Renton's Drafting Standards. American Public Works Association symbols shall be used whenever possible, and a legend shall identify all symbols used if each point marked by a symbol is not described at each use. Project No.SWP 27-3531 Page 97 SPECIAL PROVISIONS - Continued i An electronic listing of all principal points shown on the drawing shall be submitted with i each drawing. The listing should include the point number designation (corresponding with that in the field notes), a brief description of the point, and northing, easting, and elevation(if applicable) values, all in ASCII format, on IBM PC compatible media. 1-11.1(7) Precision Levels Vertical Surveys for the establishment of bench marks shall satisfy all applicable requirements of Sections 1-05 and 1-11.1. Vertical surveys for the establishment of bench marks shall meet or exceed the standards, specifications and procedures of third order elevation accuracy established by the Federal Geodetic Control Committee. , Bench marks must possess both permanence and vertical stability. Descriptions of bench marks must be complete to insure both recoverability and positive identification on recovery. 1-11.1(8) Radial and Station—Offset Topography t Topographic surveys shall satisfy all applicable requirements of Section 1-11.1 herein. All points occupied or back sighted in developing radial topography or establishing baselines for station — offset topography shall meet the requirements of Section 1-11.1 herein. The drawing and electronic listing requirements set forth in Section 1-11.1 herein shall be observed for all topographic surveys. 1-11.1(9) Radial Topography Elevations for the points occupied or back sighted in a radial topographic survey shall be determined either by 1) spirit leveling with misclosure not to exceed 0.1 feet or Federal Geodetic Control Committee third order elevation accuracy specifications, OR 2)trigonometric leveling with elevation differences determined in at least two directions for each point and with misclosure of the circuit not to exceed 0.1 feet. 1-11.1(10) Station—Offset Topography Elevations of the baseline and topographic points shall be determined by spirit leveling and shall satisfy Federal Geodetic Control Committee specifications as to the turn points and shall not exceed 0.1 foot's error as to side shots. Page 98 Project No.SWP 27-3531 SPECIAL PROVISIONS - Continued i 1-11.1(11) As-Built Survey All improvements required to be "as-built" (post construction survey) per City of Renton Codes, Title 4 Building Regulations and Title 9 Public Ways and Property, must be located both horizontally and vertically by a Radial survey or by a Station offset survey. The "as-built" survey must be based on the same base line or control survey used for the construction staking survey for the improvements being "as-built." The "as-built" survey for all subsurface improvements should occur prior to backfilling. Close cooperation between the installing contractor and the "as-builting" surveyor is therefore required. All "as-built" surveys shall satisfy the requirements of Section 1-11.1(1) herein and shall be based upon control or base line surveys made in conformance with these Specifications. The field notes for "as-built" shall meet the requirements of Section 1-11.1(4) herein and submitted with stamped and signed "as-built" drawings which includes a statement certifying the accuracy of the "as built." The drawing and electronic listing requirements set forth in Section 1-11.1(6) herein shall be observed for all "as-built" surveys. 1-11.1(12) Monument Setting and Referencing All property or lot corners, as defined in Section 1-11.1(5), established or reestablished on a plat or other recorded survey shall be referenced by a permanent marker at the corner point per Section 1-11.2(1). In situations where such markers are impractical or in danger of being destroyed, e.g., the front corners of lots, a witness marker shall be set. In most cases, this will be the extension of the lot line to a tack.in lead in the curb. The relationship between the witness monuments and their respective corners shall be shown or described on the face of the plat or survey of record, e.g., "Tacks in lead on the extension of the lot side lines have been set in the curbs on the extension of said line with the curb." In all other cases the corner shall meet the requirements of Section 1-11.2(1) herein. All non corner monuments, as defined in Section 1-11.1(5), shall meet the requirements of Section 1-11.2(2) herein. If the monument falls with in a paved portion of a right of way or other area, the monument shall be set below the ground surface and contained within a lidded case kept separate from the monument and flush with the pavement surface, per Section 1-11.2(3). In the case f o right of way centerline monuments all points of curvature (PC), points of tangency (PT), street intersections, center points of cul-de-sacs shall be set. If the point i of intersection, PI, for the tangents of a curve fall within the paved portion of the right of way, a monument can be set at the PI instead of the PC and PT of the curve. Project No.SAT 27-3531 Page 99 SPECIAL PROVISIONS - Continued i For all non corner monuments set while under contract to the City of Renton or as part of a City of Renton approved subdivision of property, a City of Renton Monument Card (furnished by the city) identifying the monument; point of intersection (PI), point of tangency (PT), point of curvature (PC), one-sixteenth corner, Plat monument, street intersection, etc., complete with a description of the monument, a minimum of two reference points and NAD 83/91 coordinates and NAVD 88 elevation shall be filled out and filed with the city. 1-11.2 Materials 1-11.2(1) Property/Lot Corners I Corners per Section 1-11.1(5) shall be marked in a permanent manner such as 1/2 inch diameter rebar 24 inches in length, durable metal plugs or caps, tack in lead, etc. and permanently marked or tagged with the surveyor's identification number. The specific nature of the marker used can be determined by the surveyor at the time of installation. ' 1-11.2(2) Monuments Monuments per Section 1-11.1(5) shall meet the requirements as set forth in City of Renton Standard Plans page H031 and permanently marked or tagged with the surveyor's identification number. 1-11.2(3) Monument Case and Cover Materials shall meet the requirements of Section 9-22 and City of Renton Standard Plans i page H031. 2-01 CLEARING GRUBBING AND ROADSIDE CLEANUP 2-01.1 Description Section 2-01.1 is supplemented as follows: The limits of clearing and grubbing (construction limits) shall be defined as being the construction limit lines as shown in the Plans. Where, in the opinion of the Engineer, any trees abutting or adjacent to the limits of clearing and grubbing are damaged and require removal, the Contractor shall remove such trees. Any trees flagged by the Engineer to remain within the clearing and grubbing limits shall be left undamaged by the Contractor's operations. Any flagged trees which are damaged shall be replaced in kind at the Contractor's expense. Existing landscaping outside the construction limits, including but not limited to, sod, rockeries, beauty bark, decorative gravel or rock, bushes, and shrubbery shall be protected from damage. Page 100 Project No.SWP 27-3531 SPECIAL PROVISIONS - Continued iThe property owners shall be responsible for removing and/or relocating irrigation equipment, trees, shrubs, curbing, ornamental plants, and any other decorative 1 landscaping materials within the construction limits that they wish to save. The Contractor shall give property owners 10 days' written notice prior to removing landscaping materials. For bidding purposes the Contractor shall assume that he/she E shall remove and replace all such items. The Contractor shall submit a checklist to the City verifying notification of property owners of landscaping 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 in accordance with Section 2-01 of the Standard Specifications. Prior to the removal of the landscaping materials, the Contractor must receive approval from the Engineer to begin this work. All costs of the work shall be considered incidental to the Contract and as such merged in the various price bid. 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. 2-01.2 Disposal of Usable Material and Debris Section 2-01.2 is supplemented as follows: The Contractor shall dispose of all debris by Disposal Method No. 2—Waste Site. 2-01.5 Payment ISection 2-01.5 is supplemented as follows: Payment for all work associated with this item of work shall be under the unit contract jprice for the various bid items described in Section 1-09.14 of these Special Provisions. 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 2-02.1 Description Supplement this section with the following: The work shall consist of necessary removal and disposal of existing improvements, including asphalt and concrete pavements, sidewalks, curbs, concrete road structures, catch basins, manholes, abandoned piping, and other items necessary for the completion of the project. Project No.SWP 27-3531 Page 101 SPECIAL PROVISIONS - Continued All removal will be included under the lump sum bid price for Removal of Structure and Obstruction. 2-02.3 Construction Details 2-02.3 Construction Requirements Supplement this section 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 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 saw cuts shall be such as will accomplish the intended purpose, and will be determined in the field to the satisfaction of the engineer. 2-02.3(1)A Salvage (New Section, Project No. SWP 27-3531) Unless otherwise indicated in the Plans or Specifications, all removed items of recoverable value shall be carefully salvaged and delivered to the City in good condition, and as directed by the City. Materials and items deemed of no value by the City shall be removed by the Contractor, and shall become the Contractor's property to be disposed of at no additional cost to the City. 2-02.3(3) Removal of Pavement Section 2-02.3(3) is revised and supplemented as follows: Item "1." Is revised as follows: In removing pavement, the Contractor shall haul broken-up pieces to some off-project site. The section is supplemented as follows: When an area where pavement has been removed is to be opened to traffic before pavement patching has been completed, temporary mix asphalt concrete patch shall be required. Temporary patching shall be placed to a minimum depth of 3 inches immediately after backfilling and compaction are complete,and before the road is opened to traffic. MC cold mix or MC hot mix shall be used at the discretion of the Engineer. I Page 102 Project No.SWP 27-3531 SPECIAL PROVISIONS - Continued 2-02.3(4)A Sawcutting (New Section,Project No. SWP 27-3531) Where shown on the Plans or where directed by the Engineer, the Contractor shall make a 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 Engineer. However, even if pre- approved as a method of cutting or if the Engineer directs the contractor to utilize this method of cutting, no payment will be made for this type of work, but rather, it shall be considered incidental to the Contract bid items and no additional compensation will be allowed, and as such, merged in the various unit prices bid in the Proposal. Payment for all work associated with this item of work shall be under the unit contract price for the various bid items described in Section 1-09.14 of these Special Provisions. 2-02.3(4)B Measurement Section 2-02.4 replaces the existing section: IMeasurement for all work associated with this item of work shall be as listed for the various bid items described in Section 1-09.14 of these Special Provisions. 2-02.5 Payment Section 2-02.5 is supplemented with the following: Payment for all work associated with this item of work shall be under the unit contract price for the various bid items described in Section 1-09.14 of these Special Provisions. 2-03 ROADWAY EXCAVATION AND EMBANKMENT 2-03.3 Construction Requirements jSection 2-03.3 is supplemented with the following: Project No.SWP 27-3531 Page 103 SPECIAL PROVISIONS - 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 a City-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 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. All costs for furnishing the services of an approved testing laboratory to conduct testing shall be borne by the Contractor and included in the unit contract price for Compaction Testing. Crushed surfacing shall be compacted to at least 95% of maximum dry density using ASTM D1557. Roadway excavation shall include the removal of all materials excavated from within the limits shown on the plans. Suitable excavated material shall be used for embankments, while surplus excavated material or unsuitable material shall be disposed of by the Contractor. Earthwork quantities and changes will be computed, either manually or by means of electronic data processing equipment, by use of the average end area method. Any changes to the proposed work as directed by the Engineer that would alter these quantities shall be calculated by the Engineer and submitted to the Contractor for his review and verification. Any excavation or embankment beyond the limits indicated in the Plans, unless ordered by the Engineer, shall not be paid for. All work and material required to return these areas to their original conditions, as directed by the Engineer, shall be provided by the Contractor at his sole expense. All areas shall be excavated, filled, and/or backfilled as necessary to comply with the grades shown on the Plans. In filled and backfilled areas, fine grading shall begin during the placement and the compaction of the final layer. In cut sections, fine grading shall begin within the final 6 inches of cut. Final grading shall produce a surface which is smooth and even, without abrupt changes in grade. Excavation for curbs and gutters shall be accomplished by cutting accurately to the cross sections, grades and elevations shown. Care shall be taken not to excavate below the specified grades. The contractor shall maintain all excavations free from detrimental quantities of leaves, brush, sticks, trash and other debris until final acceptance of the Work. I Page 104 Project No.SWP 27-3531 I SPECIAL PROVISIONS - Continued Following removal of topsoil or excavation to grade and before placement of fills or base course, the subgrade under the roadway shall be proof-rolled to identify any soft or loose areas which may warrant additional compaction or excavation and replacement. The Contractor shall provide temporary drainage or protection to keep the subgrade free from standing water. Unless noted on the plans or in the Specifications, acceptable excavated native soils shall be used for fill in the area requiring fills. Care shall be taken to place excavated material at the optimum moisture content to achieve the specified compaction. Any native material used for fill shall be free of organics and debris and have a maximum particle size of 6 inches. It shall be the responsibility of the Contractor to prevent the native materials from becoming saturated with water. The measures may include sloping to drain, compacting the native materials, and diverting runoff away from the materials. If the Contractor fails to take such preventative measures, any costs or delay related to drying the materials shall be at his own expense. If the native materials become saturated, it shall be the responsibility of the Contractor to dry the materials, to the optimum moisture content. If sufficient acceptable native soils are not available to complete construction of the roadway embankment, Gravel Borrow shall be used. If subgrade trimmer is not required on the project, all portions of Section 2-03 shall apply as though a subgrade trimmer were specified. If sufficient acceptable native soils, as determined by the Engineer, are not available to complete construction of the roadway embankment, Gravel Borrow meeting the requirements of Section 9-03.14 of the Standard Specifications shall be used. 2-03.3(7)D 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. 2-03.3(19) Wet Weather Earthwork(New Section Project No. SWP 27-3531 The following items shall be followed if earthwork is to be accomplished in wet weather or in wet conditions: 1. Earthwork shall be accomplished in small sections to minimize exposure to wet weather. Excavation or the removal of unsuitable soil shall be followed immediately by the placement and compaction of a suitable Project No.SWP 27-3531 Page 105 SPECIAL PROVISIONS - Continued 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. 2. 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 i on wet sieving the fraction passing the 3/4-inch sieve. The fines shall be non-plastic. 3. The ground surface in the construction area shall be sloped to promote the rapid runoff of precipitation and to prevent ponding of water. 4. 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. 5. Excavation and placement of fill or backfill material will be observed by the Engineer, to determine that all work is being accomplished in accordance with the project specifications. All costs associated with the above items shall be considered incidental to the project and merged into the various pay items involved. 2-04 HAUL 2-04.5 Payment Section 2-04.5 is revised and supplemented as follows: All costs for the hauling of material to, from, or on the job site shall be considered incidental to and included in the unit price of other units of work. 2-06 SUBGRADE PREPARATION 2-06.5 Measurement and Payment Section 2-06.5 is supplemented by adding the following: Subgrade preparation and maintenance including watering shall be considered as incidental to the construction and all costs thereof shall be included in the appropriate unit or lump sum contract bid prices. Page 106 Project No.SWP 27-3531 PR -. ontinued SPECIAL VISIONS O C 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. The subgrade shall be recompacted to at least 95 percent of the maximum dry density in accordance with the ASTM D1557 test procedure. 2-07.3 Construction Requirements Section 2-07.3 is 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 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 project construction may be obtained from City Hydrants. To use City hydrants the Contractor shall obtain a City Hydrant Meter, and shall pay the normal deposit and fees for water use. 2-07.5 Payment Section 2-07.5 is supplemented by adding the following: The cost of water and water placement shall be included in the unit price bid for Bank Run Gravel for Trench Backfill, and other bid items where watering is used. 2-09 STRUCTURE EXCAVATION 2-09.1 Description Section 2-09.1 is supplemented by adding the following: This work also includes the excavation, haul, and disposal of all unsuitable materials such as peat, muck, swampy or unsuitable materials including buried logs and stumps. 2-09.3(1)D Disposal of Excavated Material Section 2-09.3(1)D is revised as follows: The second paragraph is replaced with: Project No.SWP 27-3531 Page 107 SPECIAL PROVISIONS - Continued All costs for disposing of excavated material within or external to the project limits shall be included in the applicable bid item contract price for the items involved. The third paragraph is replaced with: If the contract includes structure excavation, Class A or B, including haul, the unit contract price shall include all costs for loading and hauling the material the full required distance, otherwise all such disposal costs shall be considered incidental to the work. 2-09.4 Measurement Section 2-09.4 is revised and supplemented as follows: Measurement for all work associated with this item of work shall be as listed for the various bid items described in Section 1-09.14 of these Special Provisions. 2-09.5 Payment Section 2-09.5 is revised and supplemented as follows: Payment for all work associated with this item of work shall be under the unit contract price for the various bid items described in Section 1-09.14 of these 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 and gutters as required, as well as beneath the asphalt concrete pavement and the pervious cement concrete sidewalk per Section 8-14.3(3), as shown on the plans and as directed by the Engineer. 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 a City-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 of material used. For qualities less than Page 108 Project No.SWP 27-3531 SPECIAL PROVISIONS - Continued 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. All costs for furnishing the services of an approved testing laboratory to conduct testing shall be borne by the Contractor and merged in the various lump sum and unit prices listed in the Proposal. Crushed surfacing shall be compacted to at least 95% of maximum dry density using ASTM D1557. 4-04.4 Measurement Measurement for all work associated with this item of work shall be as listed for the various bid items described in Section 1-09.14 of these Special Provisions. 4-04.5 Payment Payment for all work associated with this item of work shall be under the unit contract price for the various bid items described in Section 1-09.14 of these Special Provisions. Any water added to the aggregate at the plant or in the field for placement and compaction shall be considered incidental to this item. 5-01 CEMENT CONCETE PAVEMENT REHABILITATION 5-01.3(4) Replace Portland Cement Concrete Panel This section is deleted and replaced with: Repair of concrete panels shall be per City of Renton Standard H033 and as shown on the Plans. 5-01.4 Measurement Section 5-01.4 is supplemented with: Measurement for all work associated with this item of work shall be as listed for the various bid items described in Section 1-09.14 of these Special Provisions. 5-01.5 Payment Section 5-01.5 is supplemented with: Payment for all work associated with this item of work shall be under the unit contract price for the various bid items described in Section 1-09.14 of these Special Provisions. 5-04 HOT MIX ASPHALT Project No.SWP 27-3531 Page 109 SPECIAL PROVISIONS - Continued 5-04.3(7)A Mix Design Item 2 is deleted and replaced with: 1. Nonstatistical HMA Evaluation. The Contractor shall submit a certification that the mix design submitted meets the requirements of Sections 9-03.8(2) and 9-03.8(6). The Contractor must submit the mix design using DOT Form 350-042 EF. Verification of the mix design by the Contracting Agency is not needed. The Engineer will determine anti-strip requirements for the HMA. The mix design will be the initial fob mix formula (JMF) for the class of mix. Any additional adjustments to the JMF will require the approval of the Engineer and may be made per Section 9-03.8(7). 5-04.3(8)A Acceptance Sampling and Testing—HMA Mixture Item 1 is deleted and replaced with: 1. General. Acceptance of HMA shall be as provided under nonstatistical or commercial evaluation. Nonstatistical evaluation will be used for the acceptance of HMA. Commercial evaluation will be used for Commercial HMA and for other classes of HMA in the following applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores, prelevel, and pavement repair. Other , nonstructural applications as approved by the Project Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Engineer. The proposal quantity of HMA that is accepted by commercial evaluation will be excluded from the quantities used in the determination of nonstatistical evaluation. Item 7 is deleted. �I 5-04.5(1)A Price Adjustments for Quality of HMA Section is deleted and replaced with: Statistical analysis of quality of gradation and asphalt content will be performed based on Section 1-06.2 using the following price adjustment factors: I �I Page 1 10 Project No.SWP 27-3531 SPECIAL PROVISIONS - Continued Table of Price Adjustment Factors Constituent Factor"f" All aggregate passing: 1-1/2", 1", 3/4", 1/2", 3/8" and No. 4 sieves 2 All aggregate passing No. 8,No 16,No. 30,No. 50,No. 100 3 All aggregate passing No. 200 sieve 20 Asphalt binder 52 A pay factor will be calculated for sieves listed in Section 9-03.8(7) for the class of HMA and for the asphalt binder. 1. Nonstatistical Evaluation. Each lot of HMA produced under Nonstatisical Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit contract price with no further evaluation. When one or more constituents fall outside the nonstatistical acceptance tolerance limits in Section 9- 03.8(7), the lot shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The nonstatistical tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots s or samples from the street shall be tested to provide a minimum of three sets of results for evaluation. 2. Commercial Evaluation. If sampled and tested, HMA produced under Commercial Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit contract price with no further evaluation. When one or more constituents fall outside the commercial acceptance tolerance limits in Section 9-03.8(7), the lot shall be evaluated to determine the appropriate CPF. The commercial tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the street shall be tested to provide a minimum of three sets of results for evaluation. For each lot of HMA P roduced under Nonstatistical or Commercial Evaluation when the calculated CPF is less than 1.00, a Nonconforming Mix factor (NCFM) will be determined. THE NCFM equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent. The Job Mix Compliance Price Adjustment will be calculated as the product of the NCMF, the quantity of HMA in the lot in tons, and the unit contract price per ton of the mix. If a constituent is not measured in accordance with these Specifications, its individual pay factor will be considered 1.00 in calculating the composite pay factor. IProject No.SWP 27-3531 Page 111 SPECIAL PROVISIONS - Continued The maximum CPF of a compaction lot is 1.00 For each compaction lot of HMA when the CPF is less than 1.00, a Nonconforming Compaction Factor (NCCF) will be determined. THE NCCF equals the algebraic j difference of CPF minus 1.00 multiplied by 40 percent. The Compaction Price Adjustment will be calculated as the product of the NCFF, the quantity of HMA in the lot in tons and the unit contract price per ton of the mix. 5-04.4 Measurement i Section is revised with: Measurement for all work associated with this item of work shall be as listed for the various bid items described in Section 1-09.14 of these Special Provisions. 5-04.5 Payment Section is revised with: Payment for all work associated with this item of work shall be under the unit contract price for the various bid items described in Section 1-09.14 of these Special Provisions. 5-06 NEW SECTION (PROJECT NO. SWP-27-3531) The Contractor shall place the permanent trench patch per "Typical patch for Flexible Pavement" (City of Renton Detail H 032A) within 15 calendar days after first opening the trench. The Contractor shall plan the work to place permanent trench patches throughout project construction as the 15-day period for each section of trench approaches. Any delay of the permanent patch placement is subject to the Owner's approval. An patches in the street that will not have the final patch laced within 15 days after Any p p Y opening the trench shall have a Temporary Cold Mix Patch placed. Temporary Cold Mix will be paid under the bid item for Temporary Cold Mix Asphalt Concrete Patch. Old asphalt, concrete, soil, and other excavated material shall be disposed of offsite. 11�� Payment to haul and dispose of old asphalt and other excavated material shall be included in the unit bid price for Hot Mix Asphalt (HMA) Class 1/2" PG-64-22. CITY OF RENTON TRENCH RESTORATION AND STREET OVERLAY REQUIREMENTS Amended April 4, 2005 by Ordinance 5131 SECTION 1 PURPOSE Page 112 Project No.SWP 27-3531 SPECIAL PROVISIONS - Continued The purpose of this code section is to establish guidelines for the restoration of City streets disturbed by installation of utilities and other construction activities. Any public or private utilities, general contractors, or others permitted to work in the public right-of-way will adhere to the procedures set forth in this policy. SECTION 2 DEFINITIONS Engineer: The term engineer shall denote the City project manager, inspector and/or plan reviewer, or their designated representative. SECTION 3 HOURS OF OPERATIONS Hours for work within the roadway for asphalt overlays or trench restoration shall be as directed by the Traffic Control Plan requirements and as approved by the Traffic Operations Engineer. SECTION 4 APPLICATION 1. The following standards shall be followed when doing trench or excavation work within the paved portion of any City of Renton right-of-way. _ 2. Modifications or exemptions to these standards may be authorized by the Planning/Building/Public Works Administrator, or authorized representative, upon written request by the permittee, their contractor or engineer and demonstration of an equivalent alternative. SECTION 5 INSPECTION The Engineer may determine in the field that a full street-width (edge-of-pavement to edge-of-pavement) overlay is required due to changes in the permit conditions such as, but not limited to the following: 1. There has been damage to the existing asphalt surface due to the Contractor's equipment. 2. The trench width was increased significantly or the existing pavement is undermined or damaged. 3. Any other construction related activities that require additional pavement restoration. SECTION 6 CITY OF RENTON STANDARDS Project No.SWP 27-3531 Page 113 SPECIAL PROVISIONS - Continued SECTION 9 TRENCH BACKFILL AND RESTORATION CONSTRUCTION REQUIREMENTS 1. Trench restoration shall be either by a patch or overlay method, as required and indicated on City of Renton Standard Plans #HR-05, HR-23, and HR-22 (SP Pages #H032, H032A, and H033). 2. All trench and pavement cuts, which will not be overlaid, shall be made by sawcut or grinding. Sawcuts shall be a minimum of two feet (2') outside the excavated trench width. 3. All trenching within the top four feet (4') shall be backfilled with crushed surfacing materials conforming to Section 4-04 of the Standard �. Specifications. Any trenching over four feet (4') in depth may use materials approved by the Engineer or Materials Lab for backfilling below the four-foot (4') depth. If the existing material (or other material) is determined by the Engineer to be suitable for backfill, the contractor may use the native material, except that the top six inches (6") shall be crushed surfacing top course material. The trench shall be compacted to a minimum ninety-five percent (95%) density, as described in Section 2-03 of the Standard Specifications. In the top six feet (6) of any trench, backfill compaction shall be performed in eight to 12-inch (8"-12") lifts. Any trench deeper than six feet (6) may be compacted in 24-inch lifts, up to the top six-foot(6) zone. All compaction shall be performed by mechanical methods. The compaction tests may be performed in maximum four-foot (4') vertical increments. The test results shall be given to the Engineer for review and - - approval prior to paving. The number and location of tests required shall be determined by the Engineer. 4. Temporary restoration of trenches for overnight use shall be accomplished by using MC mix (cold mix), Asphalt Treated Base (ATB), or steel plates, as approved by the Engineer. ATB used for temporary restoration may be -� dumped directly into the trench, bladed out and rolled. After rolling, the trench must be filled flush with asphalt to provide a smooth riding surface. If the temporary restoration does not hold up, the Contractor shall repair the patch within eight hours of being notified of the problem by the City. This requirement applies 24 hours per day, seven days a week. In the T event that the City determines to repair the temporary patch, the Contractor shall reimburse the City in an amount that is double the City's cost in repairing the patch, with the second half of the reimbursement to represent City overhead and hidden costs. Page 116 Project No.SWP 27-3531 I 1! SPECIAL PROVISIONS - Continued 5. Asphalt Concrete Class E or Class B shall be placed to the compacted depth as required and indicated on City of Renton Standard Plans #HR-05, HR-23, and HR-22 (SP Pages #H032, H032A, and H033) or as directed by the Engineer. The grade of asphalt shall be AR-4000W. The materials shall be made in conformance with Section 9-02.1(4) of the Standard Specifications. 6. Tack coat shall be applied to the existing pavement at edge of saw cuts and shall be emulsified asphalt grade CSS-1, as specified in Section 9-02.1(6) of the Standard Specifications. Tack shall be applied as specified in Section 5-04 of the Standard Specifications. 7. Asphalt Concrete Class E or Class B, shall be placed in accordance with Section 5-04 of the Standard Specifications; except those longitudinal joints between successive layers of asphalt concrete shall be displaced laterally a minimum of twelve inches (12"), unless otherwise approved by the Engineer. Fine and coarse aggregate shall be in accordance with Section 9-03.8 of the Standard Specifications. All street surfaces, walks or driveways within the street trenching areas shall be feathered and shimmed to an extent that provides a smooth-riding connection and expeditious drainage flow for the newly paved surface. Feathering and shimming shall not decrease the minimum vertical curb depth below four inches (4") for storm water flow. The Engineer may require additional grinding to increase the curb depth available for storm water flow in areas that are inadequate. Shimming and feathering, as required by the Engineer, shall be accomplished by raking out the oversized aggregates from the Class B mix as appropriate. Surface smoothness shall be per Section 5-04.3(13) of the Standard Specifications. The paving shall be corrected by removal and repaving of the trench only. Asphalt patch depths will vary based upon the streets being trenched. The actual depths of asphalt and the work to be performed shall be as required and indicated on City of Renton Standard Plans #HR-05,HR-23, and HR-22 (SP Pages #H032, H032A, and H033). as Compaction of all lifts of halt shall be a minimum ninety-two percent p p (92%) of density as determined by WSDOT Test Method 705. The number of tests required shall be determined by the Engineer. Testing shall be performed by an independent testing lab with the results being supplied to the Engineer. Testing is not intended to relieve the contractor from any liability for the trench restoration. It is intended to Project No.SWP 27-3531 Page 117 SPECIAL PROVISIONS - Continued 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. Catch basins and surface inlets shall be set to line and grade, approved in the field by the Owner. 7-05.2(2) Precast Concrete Catch Basins and Concrete Inlets (New Section, Project No. SWP 27-3531) 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 precast A-lok watertight connections meeting ASTM C-923 or equivalent as approved by Owner. All Catch Basins Type 2 shall have flat tops. 7-05.3 Construction Requirements Section 7-05.3 is supplemented by adding the following: All manholes shall have eccentric cones and shall have ladders. 7-05.3(1) Adjusting Manholes and Catch Basins to Grade Section 7-05.3(1) is replaced with: F Where shown in the Plans or where directed by the Engineer, the existing manholes, catch basins, or inlets shall be adjusted to the grade as staked or otherwise designated by the Engineer. The existing cast iron ring and cover on manholes and the catch basin frame and grate shall first be removed and thoroughly cleaned for reinstalling at the new elevation. From that point, the existing structure shall be raised or lowered to the required elevation. The Contractor shall construct manholes so as to provide adjustment space for setting cover and casting to a finished grade as shown on the construction plans, Manhole ring and covers shall be adjusted to the finished elevations per City of Renton standard detail BR29, SP Page B074, prior to final acceptance of the work. Manholes in unimproved areas shall be adjusted to 6 inches above grade. In Unpaved Streets: Manholes, catch basins and similar structures in areas to be surfaced with crushed rock or gravel shall be constructed to a point approximately eight inches below the subgrade and covered with a temporary wood cover. Existing manholes shall be cut off and covered in a similar manner. The contractor shall carefully reference each manhole so that they may be easily found upon completion of the street work. After ` placing the gravel or crushed stone surfacing, the manholes and manhole castings shall be Page 122 Project No.SWP 27-3531 ■ SPECIAL PROVISIONS - Continued constructed to the finished grade of the roadway surface. Excavation necessary for bringing manholes to grade shall center about the manhole and be held to the minimum area necessary. At the completion of the manhole adjustment, the void around the manhole shall be backfilled with materials which result in the section required on the typical roadway section, and be thoroughly compacted. In Cement Concrete Pavement: Manholes, catch basins and similar structures shall be constructed and adjusted in the same manner as outlined above except that the final adjustment shall be made and cast iron frame be set after forms have been placed and checked. In placing the concrete pavement, extreme care shall be taken not to alter the position of the casting in any way. In Asphalt Concrete Pavement: Manholes shall not be adjusted until the pavement is T completed, at which time the center of each manhole shall be carefully relocated from references previously established by the Contractor. The pavement shall be cut in a restricted area and base material be removed to permit removal of the cover. The manhole shall then be brought to proper grade utilizing the same methods of construction as for the manhole itself. The cast iron frame shall be placed on the concrete blocks and wedged up to the desired grade. The asphalt concrete pavement shall be cut and removed to a neat circle, the diameter of which shall be equal to the outside diameter of the cast iron frame plus two feet. The base materials and crushed rock shall be removed and Class 3000 or Commercial Portland Cement Concrete shall be placed so that the entire volume of the excavation is replaced up to within but not to exceed 2 inches of the finished pavement surface. On the day following placement of the concrete, the edge of the asphalt concrete pavement, and the outer edge of the casting shall be painted with hot asphalt cement. Asphalt Class G concrete shall then be placed and compacted with hand tampers and a patching roller. The complete patch shall match the existing paved surface for texture, density, and uniformity of grade. The joint between the patch and the existing pavement shall then be carefully painted with hot asphalt cement or asphalt emulsion and shall be immediately covered with dry paving sand before the asphalt cement solidifies. The inside throat of the manhole shall be thoroughly mortared and plastered. Adjustment of Inlets: The final alignment and grade of cast iron frames for new and old inlets to be adjusted to grade will be established from the forms or adjacent pavement surfaces. The final adjustment of the top of the inlet will be performed in similar manner Ito the above for manholes. On asphalt concrete paving projects using curb and gutter section, that portion of the cast iron frame not embedded in the gutter section shall be solidly embedded in concrete also. The concrete shall extend a minimum of 6 inches beyond the edge of the casting and shall be left 2 inches below the top of the frame so that the wearing course of asphalt concrete pavement will butt the cast iron frame. The existing concrete pavement and edge of the casting shall be painted with hot asphalt cement. Adjustments in the inlet structure shall be constructed in the same manner and of the same material as that required for new inlets. The inside of the inlets shall be mortared and plastered. Project No.SWP 27-3531 Page 123 SPECIAL PROVISIONS - Continued Monuments and Cast Iron Frame and Cover: Monuments and monument castings shall be adjusted to grade in the same manner as for manholes. Valve Box Castings: Adjustments of valve box castings shall be made in the same j manner as for manholes. NEW SECTION (PROJECT NO. SWP 27-3531) Section 7-05.3 shall be supplemented with the following: 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 watertight and may only be used for "straddle" of existing systems. Pipe connections shall also be watertight with precast A-lok connections meeting ASTM C-923 or equivalent as approved by Owner. 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. 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. 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-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. Page 124 Project No.SWP 27-3531 SPECIAL PROVISIONS - Continued 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, 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). 7-05.3(2) Abandon Existing Manholes Section 7-05.3(2) is revised as follows: Where it is required that an existing manhole be abandoned, the structure shall be broken down to a depth of at least 4 feet below the revised surface elevation, all connections plugged, the manhole base shall be fractured to prevent standing water, and the manhole filled with sand and compacted to 90 percent density as specified in Section 2-03.3(14)C. Debris resulting from breaking the upper part of the manhole may be mixed with the sand subject to the approval of the Engineer. The ring and cover shall be salvaged and all other surplus material disposed of. 7-05.3(3) Connections to Existing Manholes Section 7-05.3(3) is supplemented by adding the following: Where shown on the plans, new drain pipes shall be connected to existing line, catch basin, curb inlets and/or manholes. The Contractor shall be required to core drill into the structure, shape the new pipe to fit and re-grout the opening in a workmanlike manner. Where directed by the engineer or where shown on the plans, additional structure channeling will be required. A connection to existing item will be allowed at any connection of a new line to an existing structure, or the connection of a new structure to an existing line. No connection to existing will be accepted at the location of new installation, relocation and adjustment of line manholes, catch basins or curb inlets. Any damage to existing pipe or structure that is to remain in place resulting from the or p p p P Contractor's operations shall be repaired replaced at his own expense. - Pipe connections for storm sewers shall be watertight with pre-cast A-lok connections meeting ASTM C-923 or equivalent as approved by Owner. Project No.SWP 27-3531 Page 125 SPECIAL PROVISIONS - Continued 7-05.4 Measurement Section 7-05.4 is revised and supplemented as follows: Manholes will be measured per each. Measurement of manhole heights for payment Measurement for all work associated with this item of work shall be as listed for the various bid items described in Section 1-09.14 of these Special Provisions. Adjustments of new and existing structures and miscellaneous items such as valve boxes shall be considered incidental to the unit contract price of the new item and no further compensation shall be made. 7-05.5 Payment Section 7-05.5 is supplemented as follows: Payment for all work associated with this item of work shall be under the unit contract price for the various bid items described in Section 1-09.14 of these Special Provisions. 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS 7-08.3(1)A Trenches (Addition, Project No. SWP 27-3531) Section 7-08.3(1)A shall be supplemented with the following: Trench excavation shall include removal and waste haul 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 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) Page 126 Project No.SWP 27-3531 SPECIAL PROVISIONS - Continued 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. 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. 7-08.3(1)B Shoring (Addition, Project No. SWP 27-3531) 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. The shoring system shall be designed and constructed so as to allow full compliance with Project traffic control and work schedule requirements. Soils Information A soils investigation has been conducted for this Project and a copy of the Reports are included with the Contract Documents. Report of Geotechnical Study, by Soil & Environmental Engineers, Inc., dated March 17, 2010, was 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. Existing Utilities The Contractor shall protect existing active 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 d bracin in stages to avoid disturbances to g g g adjacent and underlying soils and damage to structures, pavements, facilities and utilities. Project No.SWP 27-353] Page 127 SPECIAL PROVISIONS - Continued i 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 provided with proper barricades, or as directed in the Traffic Control Permit. 7-08.3(1)C Pipe Zone Bedding (Addition, Project No. SWP 27-3531) Section 7-08.3(1)C shall be supplemented with the following: All references to "Standard Plan" shall be deleted, and replaced with the details shown on the Plans. Unless stated otherwise in these Specifications, pipe bedding shall conform to Class I, Il, or III per ASTM D2321. Subsequent lifts of not more than 6 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 testing. The Owner may require additional testing, or may increase or decrease 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. Unless stated otherwise on the Plans, 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. 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 during compaction. Hand compaction shall be accomplished by using a suitable tamping tool to firmly tamp bedding material under the haunches of the pipe. Care shall be taken to avoid displacement of the pipe during the compaction effort. Pipe bedding shall be considered incidental to the pipe and no further compensation shall be made. Page 128 Project No.SWP 27-3531 SPECIAL PROVISIONS - Continued 7-08.3(1)D Dewatering (New Section, Project No. SWP 27-3531) 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 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 water in the construction area, and any erosion and discharge of sediment-laden water. Any discharge into a sewer manhole shall provide proper temporary construction permits from either the City of Renton and/or King County Metro prior to discharge. These temporary permit(s) are considered part of the dewatering work. ' 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 approved by the Owner. The Contractor shall control groundwater 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 to an area approved by the Owner. The Contractor ' shall not direct discharge to a receiving creek. 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 Report 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 where dewatering is expected as well as a general discussion of methods should water be encountered in other locations. The dewatering plan shall be 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. ' Project No.SWP 27-3531 Page 129 SPECIAL PROVISIONS - Continued 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. 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 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 Page 130 Project No.SWP 27-3531 ' i SPECIAL PROVISIONS - Continued Department of Ecology in regards to the construction, use, and abandonment of 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 area restored and available for vehicular traffic per the requirements set by these Specifications and the Traffic Control Permit. ' 7-08.3(2)A Survey Line and Grade Section 7-08.3(2)A is replaced with: Survey line and grade control shall be provided in accordance with Sections 1-05.4, 1=05.5 and 1-11 in a manner consistent with accepted practices. The Contractor shall transfer line and grade into the trench where they shall be carried by means of a laser beam using 50 foot minimum intervals for grade staking. Any other ' procedure shall have the written approval of the Engineer. 7-08.3(2)B Pipe Laying—General Section 7-08.3(2)B is supplemented by adding the following: ' Checking of the invert elevation of the pipe may be made by calculations from measurements on the top of the pipe, or by looking for ponding of 1/2" or less, which indicates a satisfactory condition. At manholes, when the downstream pipe(s) is of a larger size, pipe(s) shall be laid by matching the (eight-tenths) flow elevation, unless otherwise approved by the Engineer. All pipe, fittings, etc. shall be carefully handled and protected against damage, impact shocks, and free fall. All pipe handling equipment shall be acceptable to the Engineer. Pipe shall not be placed directly on rough ground but shall be supported in a manner ' which will protect the pipe against injury whenever stored at the trench site or elsewhere. No pipe shall be installed where the lining or coating show defects that may be harmful as determined by the Engineer. Such damaged lining or coating shall be repaired, or a ' new undamaged pipe shall be furnished and installed. The Contractor shall inspect each pipe and fitting prior to installation to insure that there are not damaged portions of the pipe. Any defective, damaged or unsound pipe shall be repaired or replaced. All foreign matter or dirt shall be removed from the interior of the ' pipe before lowering into position in the trench. Pipe shall be kept clean during and after laying. All openings in the pipe line shall be closed with water tight expandable type sewer plugs at the end of each day's operation or whenever the pipe openings are left Project No.SWP 27-3531 Page 131 SPECIAL PROVISIONS - Continued unattended. The use of burlap, wood, or other similar temporary plugs will not be permitted. Where necessary to raise or lower the pipe due to unforeseen obstructions or other causes, the Engineer may change the alignment and/or the grades. Except for short runs which may be permitted by the Engineer, pipes shall be laid uphill on grades exceeding 10 percent. Pipe which is laid on a downhill grade shall be blocked and held in place until sufficient support is furnished by the following pipe to prevent movement. Unless otherwise required, all pipe shall be laid straight between the changes in alignment and at uniform grade between changes in grade. For concrete pipes with elliptical reinforcement, the pipe shall be placed with the minor axis of the reinforcement in a vertical position. Immediately after the pipe joints have been made, proper gasket placement shall be checked with a feeler gage as approved by the pipe manufacturer to verify proper gasket placement. 7-08.3(2)E Rubber Gasketed Joints Section 7-08.3(2)E is supplemented as follows: Care shall be taken by the Contractor to avoid over pushing the pipe and damaging the pipe or joint system. Any damaged pipe shall be replaced by the Contractor at his expense. 7-08.3(2)H Sewer Line Connections Section 7-04.3(2)H is supplemented by adding the following: All connections not occurring at a manhole or catch basin shall be done utilizing a pre-manufactured tee connectors or pipe sections approved by the Engineer. Any other method or materials proposed for use in making connections shall be subject to approval by the Engineer. Connections (unless booted connections have been provided for) to existing concrete manholes shall be core-drilled, and shall have an "O" ring rubber gasket meeting ASTM C-478 in a manhole coupling equal to the Johns-Manville Asbestos-Cement collar, or use a conical type flexible seal equal to Kor-N-Seal. 7-08.3(4) Plugging Existing Pipe �. The first sentence of Section 7-08.3(4) is revised as follows: Page 132 Project No.SWP 27-3531 i� SPECIAL PROVISIONS - Continued Where shown on the Plans or where designated by the Engineer, the existing storm sewer pipes shall be filled with CDF. 7-08.4 Measurement The first paragraph of Section 7-08.4 is revised as follows: ' Measurement for all work associated with this item of work shall be as listed for the various bid items described in Section 1-09.14 of these Special Provisions. 7-08.5 Payment ' Section 7-08.5 is replaced with: Payment for all work associated with this item of work shall be under the unit contract ' price for the various bid items described in Section 1-09.14 of these Special Provisions. No payment shall be made for costs due to over-excavation and subsequent backfill, ' unless the inspector determines that the over-excavation could not be avoided. Over- excavation is defined as trenching outside the maximum trench or excavation width. ' All costs in jointing dissimilar pipe with a coupling or concrete collar shall be included in the unit contract price per foot for the size and type of pipe being jointed. i7-09 PIPE AND FITTINGS FOR WATER MAINS 7-09.3(15)A Ductile Iron Pipe ' The first paragraph of Section 7-09.3(15)A is revised as follows: Long radius (500 feet or more) curves, either horizontal or vertical, may be laid with standard pipe by deflecting the joints. If the pipe is shown curved in the Plans and no special fittings are shown, the Contractor can assume that the curves can be made by deflecting the joints with standard lengths of pipe. If shorter lengths are required, the Plans will indicate maximum lengths that can be used. The amount of deflection at each pipe joint when pipe is laid on a horizontal or vertical curve shall not exceed one half of ithe manufacturer's printed recommended deflections. 7-09.3(15)B Polyvinyl Chloride (PVC) Pipe (4 inches and Over) Section 7-09.3(15)B is supplemented as follows: Polyvinyl Chloride (PVC) Pipe shall not be used for water mains and appurtenances. The title and text of section 7-09.3(17)has been revised as follows: ' Project No.SWP 27-3531 Page 133 SPECIAL PROVISIONS - Continued 7-09.3(17) Laying Ductile Iron Pipe and Fittings with Polyethylene Encasement The Contractor shall lay ductile iron pipe with a polyethylene encasement. Pipe and ' polyethylene encasement shall be installed in accordance with AWWA C105. The polyethylene encasement shall also be installed on all appurtenances, such as pipe laterals, couplings, fittings, and valves, with 8 mil polyethylene plastic in accordance ' with Section 4-5 of ANSI 21.5 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 with ANSI/AWWA C105/A21.5-93. Installation of the polyethylene encasement shall be considered incidental to the ' installation of the pipe and no additional payment shall be allowed. 7-09.3(19)A Connections to Existing Mains Section 7-09.3(19)A is revised and supplemented as follows: The Contractor may be required to perform the connection during times other than normal working hours. The Contractor shall not operate any valves on the existing system. Water system personnel will operate all valves on the existing system for the ' contractor when required. No work shall be performed on the connections unless a representative of the water department is present to inspect the work. When not stated otherwise in the special provisions or on the plans all connections to , existing water mains will be done by City forces as provided below: City Installed Connections ' Connections to existing piping and tie-ins are indicated on the drawings. The Contractor must verify all existing piping, dimensions, and elevations to assure proper fit. Connections to the existing water main shall not be made without first making the necessary arrangements with the Engineer in advance. , A two-week advance notice shall be required for each connection which requires a cutting of the existing water mains or a shut-down of the existing water mains. The City reserves the right to re-schedule the connection if the work area is not ready at the scheduled time for the connection. Work shall not be started until all the materials equipment and labor necessary to properly complete the work are assembled on site. Page 134 Project No.SWP 27-3531 SPECIAL PROVISIONS - Continued The Contractor shall provide all saw-cutting, removal and disposal of existing surface improvements, excavation, haul and disposal of unsuitable materials, shoring, de- watering, foundation material, at the connection areas before the scheduled time for the connection by the City. The Contractor shall provide all materials necessary to install all connections as indicated on the construction plans, including but not limited to the ' required fittings, couplings, pipe spools, shackle materials to complete the connections. The Contractor shall provide and install concrete blocking, polywrap the piping at the connections, backfill and surface restoration at the locations shown on the plans for the ' connections to the existing water mains. The City will cut the existing main and assemble all materials. 7-09.3(21) Concrete Thrust Blocking and Dead-Man Block ' Section 7-09.3(2 1)has been supplemented by adding the following: Provide concrete blocking at all hydrants, fittings and horizontal or vertical angle points. ' Conform to The City of Renton standard details for general blocking, and vertical blocks herein. All fittings to be blocked shall be wrapped with 8-mil polyethylene plastic. Concrete blocking shall be properly formed with plywood or other acceptable forming materials and shall not be poured around joints. The forms shall be stripped prior to backfilling. Joint restraint(shackle rods), where required, shall be installed in accordance with Section 7-11.3(15). ' Provide concrete dead-man blocks at locations shown on the plans. The dead-man block shall include reinforcing steels, shackle rods, installation and removal of formwork. Blocking shall be commercial concrete hand mixed concrete is not allowed and poured ( ) p in place. 7-09.3(23) Hydrostatic Pressure Test ( ) H Y Section 7-09.3(23) is supplemented and revised as follows: A hydrant meter and a back flow prevention device will be used when drawing water from the City system. These may be obtained from the City by completing the required forms and making required security deposits. There will be a charge for the water used. Before applying the specified test pressure, air shall be expelled completely from the pipe, valves and hydrants. If permanent air vents are not located at all high points, the contractor shall install corporation cocks at such points so that the air can be expelled as the line is filled with water. After all the air has been expelled, the corporation cocks shall be closed and the test pressure applied. At the conclusion of the pressure test, the corporation cocks shall be removed and plugged. 1 Project No.SWP27-3531 Page 135 SPECIAL PROVISIONS - Continued The quantity of water required to restore the pressure shall be accurately determined by either 1) pumping from an open container of suitable size such that accurate volume measurements can be made by the Owner or, 2) by pumping through a positive displacement water meter with a sweep unit pumping through a positive displacement , water meter with a sweep unit hand registering 1 gallon per revolution. The meter shall be approved by the Engineer. Acceptability of the test will be determined by two factors, as follows: ' 1. The quantity of water lost from the main shall not exceed the number of ' gallons per hour as listed in the following table. 2. The loss in pressure shall not exceed 5 psi during the 2 hour test period. All water used to perform hydrostatic pressure shall be charged a usage fee. Allowable leakage per 1000 ft. of pipeline** in GPH , Nominal Pipe Diameter in inches psi 6" 8" 10" 12" 16" 20" 2411 , 450 0.95 1.27 1.59 1.91 2.55 3.18 3.82 400 0.90 1.20 1.50 . 1.80 2.40 3.00 3.60 350 0.84 1.12 1.40 1.69 2.25 2.81 3.37 ' 275 0.75 1.00 1.24 1.49 1.99 2.49 2.99 250 0.71 0.95 1.19 1.42 1.90 2.37 2.85 225 0.68 0.90 1.13 1.35 1.80 2.25 2.70 j 200 0.64 0.85 1.06 1.28 1.70 2.12 2.55 *If the pipeline under test contains sections of various diameters, the allowable leakage will be the sum of the computed leakage for each size. For those diameters or pressures not listed, the formula below shall be used: The quantity of water lost from the main shall not exceed the number of gallons per hour as determined by the formula in which: L= Allowable leakage, gallons/hour N= No. of joints in the length of pipeline tested D = Nominal diameter of the pipe in inches P = Average test pressure during the leakage test, psi The paragraph stating that "There shall not be an appreciable or abrupt loss in pressure ' during the 15 minute test ep riod." is deleted. Page 136 Project No.SWP 27-3531 SPECIAL PROVISIONS - Continued ' 7-09.3(24)A Flushing and "Poly-Pigging" ' Section 7-09.3(24)A shall be revised and supplemented as follows: Sections of pipe to be disinfected shall first be poly-pigged to remove any solids or ' contaminated material that may have become lodged in the pipe. If the main cannot be "poly-pigged," then a tap shall be provided large enough to develop a velocity of at least 2.5 fps in the main.. ' The "Poly-pig" shall be equal to Girard Industries Aqua-Swab-AS, 2 lb/cu-ft density foam with 90A durometer urethane rubber coating on the rear of the "Poly-pig" only. The "Poly-pig" shall be cylinder shaped with bullet nose or squared end. The paragraph stating: "Where dry calcium hypochlorite is used for disinfection of the ' pipe, flushing shall be done after disinfection." is deleted. . Dechlorination of all water used for disinfection shall be accomplished in accordance with the City's standard detail. Water containing chlorine residual in excess of that carried in the existing water system, shall not be disposed into the storm drainage system or any water way. 7-09.3(24)D Dry Calcium Hypochlorite 1 Section 7-09.3(24)D has been replaced with: Dry calcium hypochlorite shall not be placed in the pipe as laid. 7-09.3(24)K Retention Period ' Section 7-09.3(24)K has been revised as follows: Treated water shall be retained in the pipe at least 24 hours but no long than 48 hours. After this period, the chlorine residual at pipe extremities and at other representative points shall be at least 25 mg/L. 1 7-09.3(24)N Final Flushing and Testing Section 7-09.3(24)N has been revised as follows: Before placing the lines into service, a satisfactory report shall be received from the local or State health department or an approved testing lab on samples collected from irepresentative points in the new system. Samples will be collected and bacteriological tests obtained by the Engineer. Project No.SWP 27-3531 Page 137 SPECIAL PROVISIONS - Continued Section 7-09.3(25) is a new additional section: 7-09.3(25) Joint Restraint Syste m s (New Sect i on, Project No. SWP 27-3531) I Section 7-09.3(25) is a new additional section: General Where shown on the plans or in the specifications or required by the engineer, joint restraint system (shackle rods) shall be used. All joint restraint materials used shall be those manufactured by Star National Products, 1323 Holly Avenue P.O. Box 258, Columbus, Ohio 43216, unless an equal alternate is approved in writing by the engineer. Materials Steel types used shall be: 1. High strength low-alloy steel (cor-ten), ASTM A242, heat-treated, superstar"SST" series. 2. High strength low-alloy steel (cor-ten), ASTM A242, superstar "SS" series. Items to be galvanized are to meet the following requirements: 1. ASTM A 15 3 for galvanizing iron and steel hardware. 2. ASTM A123 for galvanizing rolled, pressed and forged steel shapes. Joint restrainer system components: Tiebolt: ASTM A242, type 2, zinc plated or hot-dip galvanized. SST 7:5/8" for 2" and 3" mechanical joints, 3/4" for 4" to 12" mechanical joints, ASTM A325, type 3D, except tensile strength of full-body threaded section shall be increased to 40,000 lbs. minimum for 5/8" and 60,000 lbs. minimum for 3/4" by heat treating (quenching and tempering) to manufactures reheat and hardness specifications. SST 753: 3/4" for 14" to 24" mechanical joints. Same ASTM specification as SST 7. SST 77: 3/4" same as SST 7, except 1" eye for 7/8" rod. Same ASTM specification as SST 7. Tienut: Heavy hex nut for each tiebolt: SS8: 5/8" and 3%4", ASTM A563, grade C3, or zinc plated. S8: 5/8" and 3/4", ASTM A563, grade A, zinc plated or hot-dip galvanized. Tiecoupling: Used to extend continuous threaded rods and are provided with a center stop to aid installation, zinc plated or hot-dip galvanized. SS10: for 5/8" and 3/4" tierods, ASTM A563, grade C3. S10: for 5/8" and 3/4" tierods, ASTM A563, grade A. I Page 138 Project No.SWP 27-3531 SPECIAL PROVISIONS - Continued ' Tierod: Continuous threaded rod for cutting to desired lengths, zinc plated or hot-dip galvanized. SS 12: 5/8 and 3/4 diameter, ASTM A242, type 2; ANSI 131.1. S12: 5/8 and 3/4" diameter, ASTM A36, A307. Tiewasher: Round flat washers, zinc plated or hot-dip galvanized. SS17: ASTM A242, F436. 517: ANSI 1318.22.1. Installation Install the joint restraint system in accordance with the manufactures instructions so all joints are mechanically locked together to prevent joint separation. Tiebolts shall be installed to pull against the mechanical joint body and not the MJ follower. Torque nuts at 75-90 foot pounds for 3/4" nuts. Install tiecouplings with both rods threaded equal distance into tiecouplings. Arrange tierods symmetrically around the pipe. Pipe Diameter Number of 3/4" Tie Rods Required 4" 2 6" 2 8" 3 10" 4 12" 6 14" 8 16" 8 1811 8 20" 10 24" 14 30" (16-7/8" rods) 36" (24-7/8" rods) Where a manufacturers mechanical joint valve or fitting is supplied with slots for "T" bolts instead of holes, a flanged valve with a flange by mechanical joint adapter shall be used instead, so as to provide adequate space for locating the tiebolts. Where a continuous run of pipe is required to be restrained, no run of restrained p i p e shall be greater than 60 feet in length between fittings. Insert long body solid sleeves as required on longer runs to keep tierod lengths to the 60 foot maximum. Pipe used in continuously restrained runs shall be mechanical joint pipe and tiebolts shall be installed as rod guides at each joint. Where poly wrapping is required all tiebolts, tienuts tiecouplings, tierods, and tiewashers, shall be galvanized. All disturbed sections will be painted, to the inspector's satisfaction, with koppers bitomastic no. 300-m, or approved equal. Project No.SWP 27-3531 Page 139 SPECIAL PROVISIONS - Continued Where poly wrapping is not required all tiebolts, tienuts, tiecouplings, tierods and tiewashers may be galvanized as specified in the preceding paragraph or plain and t painted in the entirety with koppers bitumastic no. 800-m, or approved equal. Tiebolts, tienuts, tiecouplings, tierods, and tiewashers shall be considered incidental to installation of the pipe and no additional payment shall be made. 7-09.4 Measurement Section 7-09.4 is revised as follows: Measurement for all work associated with this item of work shall be as listed for the various bid items described in Section 1-09.14 of these Special Provisions. 7-09.5 Payment Section 7-09.5 is revised and supplemented as follows: , Revised Section (Project No. SWP 27-3531) Payment for all work associated with this item of work shall be under the unit contract price for the various bid items described in Section 1-09.14 of these Special Provisions. 7-12 VALVES FOR WATER MAINS 7-12.3(1) Installation of Valve Marker Post Section 7-12.3(1)has been revised as follows: Where required, a valve marker post shall be furnished and installed with each valve. Valve marker posts shall be placed at the edge of the right-of-way opposite the valve and be set with 18 inches of the post exposed above grade. The rest of this section is deleted. 7-12.3(2) Adjust Existing Valve Box to Grade (New Section, Project No. SWP 27-3531) , Section 7-12.3(2) is a new section: Valve boxes shall be adjusted to grade in the same manner as for manholes, as detailed in Section 7-05.3(1) of the Renton Standards. Valve box adjustments shall include, but not be limited to, the locations shown on the Plans. I Page 140 Project No.SWP 27-3531 t SPECIAL PROVISIONS - Continued i Existing roadway valve boxes shall be adjusted to conform to final finished grades. The final installation shall be made in accordance with the applicable portions of Section 7-12. tIn the event that the existing valve box is plugged or blocked with debris, the Contractor shall use whatever means necessary to remove such debris, leaving the valve installation in a fully operable condition. The valve box shall be set to an elevation tolerance of one-fourth inch (1/4") to one-half inch (1/2")below finished grade. 7-12.4 Measurement ■ Section 7-12.4 is supplemented by adding the following: Adjustment of existing valve boxes to grade shall be considered incidental. Measurement for all work associated with this item of work shall be as listed for the various bid items described in Section 1-09.14 of these Special Provisions. 7-12.5 Payment(Revised Section, Project No. SWP 27-3531) Section 7-12.5 is replaced with the following: Payment for all work associated with this item of work shall be under the unit contract price for the various bid items described in Section 1-09.14 of these Special Provisions. 7-14 HYDRANTS 7-14.3(1) Setting Hydrants Paragraph four and five of Section 7-14.3(1) is revised and the section is supplemented as follows: After all installation and testing is complete, the exposed portion of the hydrant shall be painted with two field coats. The type and color of paint will be designated by the Engineer. Any hydrant not in service shall be identified by covering with a burlap or plastic bag approved by the Engineer. Hydrants shall be installed in accordance with AWWA specifications C600-93, Sections 3.7 and 3.8.1 and the City of Renton Standard Details. Hydrant. and guard posts shall be painted in accordance with the standard details. Upon completion of the project, all fire hydrants shall be painted to the City of Renton specifications and guard posts painted with two coats of preservative paint NO. 43-655 Safety Yellow or approved equal. Fire hydrants shall be of such length as to be suitable for installation with connections to 6", 8" AND 10" piping in trenches 3 - 1/2 feet deep unless otherwise specified. The hydrant shall be designed for a 4-1/2 foot burial where 12" and larger pipe is shown unless otherwise noted on the plan. Project No.SWP 27-3531 Page 141 SPECIAL PROVISIONS - Continued Fire hydrant assembly shall include: cast-iron or ductile iron tee (MJ x FL), 6" gate valve (FL x MJ), 6" DI spool (PE x PE), 5-1/4" MVO fire hydrant (.MJ connection), 4" x 5" Stortz adapter, cast iron valve box and cover, 3/4" shackle rods and accessories, concrete blocks and two concrete guard posts(only if hydrants are outside of right-of-way). Joint restraint(Shackle Rods) shall be installed in accordance with Section 7-11.3(15). 7-14.3(3) Resetting Existing Hydrants Section 7-14.3(3)is supplemented by adding the following: All hydrants shall be rebuilt to the approval of the City (or replaced with a new hydrant). All rubber gaskets shall be replaced with new gaskets of the type required for a new installation of the same type. 7-14.3(4) Moving Existing Hydrants Section 7-14.3(4)is supplemented by adding the following: , All hydrants shall be rebuilt to the approval of the City (or replaced with a new hydrant). All rubber gaskets shall be replaced with new gaskets of the type required for a new installation of the same type. 7-14.4 Measurement Section 7-14.4 is supplemented by adding the following: Measurement for all work associated with this item of work shall be as listed for the various bid items described in Section 1-09.14 of these Special Provisions. 7-14.5 Payment(Revised Section, Project No. SWP 27-3531) Section 7-14.5 is replaced with the following: j � Payment for all work associated with this item of work shall be under the unit contract price for the various bid items described in Section 1-09.14 of these Special Provisions. 7-20 SIOSWALE (NEW SECTION) 7-20.1 Description This work consists of constructing a wet bioswale in accordance with these Plans and as , stated herein within these Specifications. 7-20.2 Materials Materials shall meet the details and plant listings shown on the Plans. 7-20.3 Construction Requirements , Page 142 Project No.SWP 27-3531 SPECIAL PROVISIONS - Continued 1 The wet bioswale shall be constructed in accordance with the Plans. 7-20.4 Measurement tMeasurement for all work associated with this item of work shall be as listed for the various bid items described in Section 1-09.14 of these Special Provisions. 7-20.5 Payment Payment for all work associated with this item of work shall be under the unit contract price for the various bid items described in Section 1-09.14 of these Special Provisions. 8-01 EROSION CONTROL(REVISED SECTION,PROJECT NO. SWP 27-3531) 8-01.1 Description Section 8-01.1 shall be supplemented with the following: Add the following paragraphs: 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 maintenance of all erosion control facilities necessary during the duration of this Contract. Work shall include but not be limited to the following: Storm Drain Inlet Protection • Sediment Control Fencing t • Sandbags and Hay Bales • Seeding, Fertilizing, and Mulch • Topsoil • Covering Soil with Plastic Covering • Miscellaneous Erosion Control 1 8-01.2 Materials Section 8-01.2 shall be supplemented with the following: Add the following paragraph: Filter fabric used in the Sediment Control Fencing shall be equal to Mirafi. IOOX or approved equal. Project No.SWP 27-3531 Page 143 SPECIAL PROVISIONS ROVISIONS - Continued I 8-01.3(1) General ' Section 8.01.3(1) shall be supplemented with the following: Add the following paragraphs: Preparation of Planting Area j Perform grading within Contract limits, including adjacent transition areas, to new elevations, levels, profiles and contours indicated. Provide subgrade surfaces parallel to finished surface grades. Provide uniform levels and slopes between new elevations and existing grades. i Grade surfaces to ensure drainage away from structures and to prevent ponding and pockets of surface water. Provide subgrade surfaces free from irregular surface changes ' and as follows: Rough grading: Plus or minus 0.10-foot subgrade tolerance. Rough grading shall be obtained from either blade grader, scraper operations or manually; Provide subgrade surface free of exposed boulders or stones exceeding 11/2 inches in greatest dimension; Grading around existing trees scheduled to,remain: Perform grading, within branch spread of existing trees scheduled to remain, by hand methods to elevations indicated. Cut roots cleanly to depth of 3 inches below proposed finish grade. Treat cut roots over 1 inch in diameter with asphaltic pruning paint. Fine grade topsoil eliminating rough and low areas to ensure positive drainage. Maintain , levels, profiles and contours of subgrades. Remove stones, roots, weeds and debris while spreading topsoil materials. Rake surface clean of stones 1 inch or larger in any dimension and all debris. Provide surfaces suitable for soil preparation provided under planting work. 8-01.3(1)C Temporary Storm and Surface Water Management (New Section, Project No. SWP 27-3531) The Contractor shall submit a Stormwater Bypass Plan for review and approval by the Owner. The plan shall include a method for bypassing flows around the existing storms stem P Yp g g Y that is taken out of service during construction. The Contractor shall provide a Page 144 Project No.SWP 27-3531 i SPECIAL PROVISIONS - Continued I stormwater bypass system designed for a 25-year peak flow of 10 cfs. The 2-year peak flow is estimated as 5 cfs. The Stormwater Bypass System may utilize pumps, gravity flow, or a combination of both. This item also includes temporary bypass of any flows from catch basins and other storm systems in the project area. No work is expected to be done within a stream. Discharge of by-pass flows shall be as far upstream in the creek as practical and shall be completed in such a way to not dewater the receiving waters and not cause downstream erosion problems. The Contractor shall be responsible for maintaining the bypass at all times when the existing storm system is out of service. The Contractor shall be prepared to respond immediately if a problem develops with the bypass system and flooding starts to occur. The Contractor shall provide a 24-hour contact for emergency response. The Contractor shall be responsible for all costs, damages, and claims that may result from failure of the bypass system. 8-01.3(2) Seeding, Fertilizing, and Mulching 8-01.3(2)A Topsoil Section 8-01.3(2)A is supplemented with the following: Add the following paragraph: ITopsoil shall be a mixture of 30% Pacific Garden Mulch and 70% Sandy Loam screened through a 3/8" screen. Available through Pacific Topsoils (800) 884-7645 or equivalent. 2 8-01.3 A Seeding g Section 8-01.3(2)A shall be supplemented with the following: Add the following paragraphs: H droseed mix rate 1 000 : Y ,p per s f j469 Wood Cellulose Fiber Mulch 5# Seed Mix 15# 10-20-20 Fertilizer I# Tackifier Project No.SWP 27-3531 Page 145 SPECIAL PROVISIONS - Continued When weather conditions are not conducive to satisfactory results from seeding , operations the Engineer 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. The work in any area will not be measured for payment until a uniform distribution of the I 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 t surface prior to hydroseeding. This item will be paid for separately as noted in the Proposal. Property Restoration: The Contractor shall blend the new construction into existing developed private property adjacent to the project using similar materials to those existing; e.g., seeded lawn shall be used to match into lawn areas, bark shall be used to match into planting areas, topsoil shall be used to match into garden areas, etc. There will be no separate payment for restoration of property adjacent to the project when the items used for the restoration have pay items in the contract. In that case, all cost and ' expense of restoration shall be incidental to the unit contract price of the materials used in the restoration. 8-01.3(2)B Seeding and Fertilizing Section 8-01.3(4)B shall be supplemented with the following: Add the following paragraphs: A. Lawn Fertilizer 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: Apply fertilizer 10-20-20 at the rate of fifteen (15) pounds per 1,000 square feet sod installation. i 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 Page 146 Project No.SWP 27-3531 , SPECIAL PROVISIONS - Continued I 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"). * Application after Second Mowing: When the grass is two inches high, and j after mowing, fertilize (10-20-20) at the rate of fifteen (15) pounds per 1,000 square feet. Mowing shall continue on a weekly basis thereafter until Physical Completion of the project. 8-01.3(2)D Mulching Section 8-01.3(2)D shall be supplemented with the following: Add the following paragraphs: Cellulose fiber mulch for hydroseeding 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(2)E Soil Binder or Tacking Agent Section 8-01.3(2)E shall be supplemented with the following: Tackifier to be primarily composted of guar gum. Tackifier shall be incorporated into the wood fiber in the drying process. Percentage of tackifier shall not be less than 2% or greater than 10%, with the percentage used clearly labeled on the outside of package. Tackifier rates shall be adjusted by adding wood fiber mulch with tackifier and regular wood fiber mulch to provide tackifier rates equivalent to or greater than specified. 8-01.3(2)) Miscellaneous Erosion Control (New Section, Project No. SWP 27-3531) Add the following paragraphs: The 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. Project No.SWP 27-3531 Page 147 SPECIAL PROVISIONS - Continued 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. 8-01.4 Measurement i. Section 8.01.4 shall be supplemented with the following: Add the following paragraph: Measurement for all work associated with this item of work shall be as listed for the various bid items described in Section 1-09.14 of these Special Provisions. 8-01.5 Payment Section 8.01.5 shall be supplemented with the following: , Add the following paragraph: Payment for all work associated with this item of work shall be under the unit contract price for the various bid items described in Section 1-09.14 of these Special Provisions. 8-02 ROADSIDE RESTORATION (REVISED SECTION,PROJECT NO. SWP 27-3531) 8-02.1 Description Section 8-02.1 shall be supplemented with the following: Add the following paragraph: 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 Engineer. 8-02.2 Materials I Section 8-02.2 shall be supplemented with the following: Add the following Z g Trees and Shrubs Page 148 Project No.SWP 27-3531 i SPECIAL PROVISIONS - Continued Trees and shrubs shall be as specified on the drawings and conform to Section 9-14.6., and to the American Standard for Nursery Stock ANSI Z 60.1 — 1996 for quality standards. Fertilizer 1 Tree and Shrub Fertilizer: Planting tablets for planting pits as per Section 9-14.3, as amended Trees: Four(4) 21 gram tablets Shrubs: Two (2) 21 gram tablets Groundcovers: None required. Fertilizer for Grass Areas: Initial Application: Fertilize 10-20-20 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"). Second Application: When the grass is two inches high, and after second mowing fertilizer (6-2-4) shall be applied at the rate of fifteen (15) pounds per 1,000 square feet. Mowing shall continue on a weekly basis thereafter until Physical Completion of the project. HydroMulch Wood Cellulose Fiber Mulch: Thoroughly mix mulch with seed and tackifier at the specified rates in an approved hydroseeder that utilizes a water carrying agent in accordance with section 8-01.3(2)B.1 i Tackifier: 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. Application: Project No.SWP 27-3531 Page 149 SPECIAL PROVISIONS - Continued j Apply the hydroseed mix at the following rates per 1,000 s£ Wood Fiber Mulch- 46#/1000 SF Seed Mix - 5#11000 SF 10-20-20 Fertilizer- 15#11000 SF Tackifier - 1#/1000 SF 8-02.3 Construction Requirements I Section 8-02.3 shall be supplemented with the following: Add the following paragraphs: Sod Sod shall be placed in accordance with standard horticultural practices. Dry soil shall be moistened by sprinkling prior to installation. 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. After the first mowing, 6-2-4 fertilizer shall be applied and reapplied at six week intervals. i 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 Engineer 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. Page 150 Project No.SWP 27-3531 SPECIAL PROVISIONS - Continued ' 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. i 8-02.3(2)A Chemical Pesticides Section 8-02.3(2)A shall be supplemented with the following: Add the following paragraph: No chemical herbicides will be allowed in planting or ground cover areas. 8-02.3(4) Preparation, Cultivation, and Cleanup The costs of removing all excess material and debris shall be incidental to other contract pay items. Cultivate topsoil backfill materials, including imported topsoil and soil amendment, into the existing subgrades to a minimum transition depth of 6 inches. 8-02.3(4)A Finish Grading and Topsoiling Section 4 8-02.3 A shall be supplemented with the following: ( ) pp :g Add the following paragraphs: Finish grades of planting and seeding areas shall allow for soil preparation and mulch. Finish grades shall be as follows: Planting Areas: 2 inches below all walks, curbs, and/or hard-surface edges. j Seeding reas: 1 inch below all walks curbs, hard-surface g s, edges. 1 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 A. Landscape areas shall be graded to lines, grades, and cross sections indicated. Grades shall meet the following: t1. Maximum 2:1 slope, unless otherwise indicated. 2. Smooth and round off surfaces at abrupt grade changes. Project No.SWP 27-3531 Page 151 SPECIAL PROVISIONS - Continued 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 Project Engineer immediately indicating any possible problem. Finish grades shall be inspected and accepted by the Project Engineer prior to commencing planting or seeding work. The costs of removing all excess material and debris shall be incidental to other contract pay items. 8-02.3 (10) Fertilizers Section 8.01.3(10) shall be supplemented with the following: Delete the first sentence and add the following: j Apply 10-20-20 fertilizer at the rate of 15 #/1,000 SF in seeded areas. j Fertilizer tablets for plants shall be two (2) year controlled release, 21 gram size with an analysis of 20-20-15. 8-02.3 (11) Bark or Wood Chip Mulch Section 8.01.3(l 1) shall be supplemented with the following: Delete the first sentence and add the following: Apply bark mulch to the planting beds to a minimum depth of 2 inches. 8-02.3 (16)C Lawn Installation Section 8.01.3(16)C shall be supplemented with the following: Add paragraph number four: For seeded and lawn areas fertilize these areas uniformly t a rate of 15 pounds per 1,000 Y p p square feet. 1 Page 152 Project No.SWP 27-3531 t SPECIAL PROVISIONS - Continued 1 8-02.3(17) Preparation, Cultivation, and Cleanup (NEW SECTION,PROJECT NO. SWP 27-3531) The costs of removing all excess material and debris shall be incidental to other contract i pay items. Cultivate topsoil backfill materials, including imported topsoil and soil amendment, into the existing subgrades to a minimum transition depth of 6 inches. 8-02.4 Measurement Section 8-02.4 shall be supplemented with the following: Add the following paragraph: Measurement for all work associated with this item of work shall be as listed for the various bid items described in Section 1-09.14 of these Special Provisions. 1 8-02.5 Payment Section 8-02.5 shall be supplemented with the following: Add the following paragraph: Payment for all work associated with this item of work shall be under the unit contract price for the various bid items described in Section 1-09.14 of these Special Provisions. 8-03 IRRIGATION SYSTEM 8-03.1 Description Section 8.01.3(1) shall be supplemented with the following: g �I Add the following paragraphs: Provide an underground irrigation system, complete, as shown on the plans or as directed by the Engineer. The work includes: 1. Underground piping and spray system including heads, piping, fittings, meters, valves and accessories. 2. Connection to water meter including back flow preventor, piping, fittings, and accessories. 3. Valves, fittings and control wire. 4. Pedestal enclosure assembly including WP enclosure, electric meter, electric panel, controller, monitor,terminal box, grounding grid and associated items. Project No.SWP 27-3531 Page 153 I SPECIAL PROVISIONS - Continued 5. Excavating and backfilling irrigation system work. 6. Associated plumbing, sleeving and accessories to complete the system. 7. Flushing, testing, and adjustment. 8-03.3(5) Installation Section 8.013(5) shall be supplemented with the following: ! Add the following paragraphs: Remove all rocks larger than one inch (1") from all trench backfill. Compact backfill by hand to 90% soil density. Maintain adequate soil levels as needed to achieve the required compaction requirement. Install locater tape as shown on plans for each pipe run for possible future detection search. Secure tape to top of pipe with tape before backfilling. 8-03.3(6) Electrical Wire Installation Section 8.01.3(6) shall be supplemented with the following: Add the following paragraphs: , Place all valve wiring installed under pavement and walls, or through walls, in Schedule 40 PVC conduit adjacent to the irrigation piping. PVC conduit shall: 1. Be of sufficient size to accommodate all required control wiring but not be less than 2"outside diameter. Conduit sizing shall comply with NEC. 2. Meet the installation requirements of PVC conduit per Section 8-20.3(5). 8-03.3(11) System Operation Section 8.01.3(11) shall be supplemented with the following: Add the following paragraph: For the purpose of this contract and in accordance with Section 8-02.3(12), the final inspection and the life of the contract shall coincide with the end of the first year plant establishment. 8-03.3(15) Sleeves (New Section, Project No. SWP 27-3531) Page 154 Project No.SWP 27-3531 SPECIAL PROVISIONS - Continued Provide Schedule 40 PVC sleeves for installation of the irrigation system wiring and for all mains and laterals under all new and existing walks and roadways. Minimum sleeve size shall be 4". Install sleeves under existing concrete or asphalt surface indicated to remain, by jacking, boring, or hydraulic driving of the sleeve. Remove and replace existing concrete and asphalt surfaces where cutting is necessary. Obtain Owner's permission before cutting existing concrete and asphalt surfaces. 8-03.3(16) Maintenance (New Section, Project No. SWP 27-3531) Contractor shall be responsible for guaranteeing the irrigation system for one year after all completion of project construction. Contractor, at no additional cost to the City, shall make all necessary adjustments and replacements, to ensure proper operation of the irrigation system during the one-year period. The City will assume responsibility for the systems' operation and scheduling after final acceptance. 8-03.4 Measurement Section 8.03.4 shall be supplemented with the following: Add the following paragraph: Measurement for all work associated with this item of work shall be as listed for the various bid items described in Section 1-09.14 of these Special Provisions. 8-03.5 Payment Section 8.03.5 shall be supplemented with the following: Add the following paragraph: Payment for all work associated with this item of work shall be under the unit contract price for the various bid items described in Section 1-09.14 of these Special Provisions. 8-04 CURBS, GUTTERS,AND SPILLWAYS 8-04.4 Measurement Section 8-04.4 has been revised as follows: Measurement for all work associated with this item of work shall be as listed for the various bid items described in Section 1-09.14 of these Special Provisions. Project No.SWP 27-3531 Page 155 SPECIAL PROVISIONS - Continued 8-04.5 Payment Section 8-04.5 has been revised as follows: Payment for all work associated with this item of work shall be under the unit contract , price for the various bid items described in Section 1-09.14 of these Special Provisions. 8-06 CEMENT CONCRETE DRIVEWAY ENTRANCES 8-06.4 Measurement Section 8-06.4 has been revised as follows: Measurement for all work associated with this item of work shall be as listed for the i various bid items described in Section 1-09.14 of these Special Provisions. 8-06.5 Payment t Section 8-06.5 has been revised as follows: Payment for all work associated with this item of work shall be under the unit contract price for the various bid items described in Section 1-09.14 of these Special Provisions. 8-09 RAISED PAVEMENT MARKERS 8-09.5 Payment Section 8-09.5 has been revised as follows: Payment for all work associated with this item of work shall be under the unit contract price for the various bid items described in Section 1-09.14 of these Special Provisions. 8-13 MONUMENT CASES 8-13.1 Description Section 8-13.1 is revised and supplemented as follows: This work shall consist of furnishing and placing monument cases and covers, in accordance with the Standard Plans and these Specifications, in conformity with the lines and locations shown in the Plans or as staked by the Engineer or by the Contractor supplied surveyor. 8-13.3 Construction Requirements Page 156 Project No.SWP 27-3531 SPECIAL PROVISIONS - Continued Paragraphs 2 and 3 of Section 8-13.3 is revised and supplemented as follows: The monument will be furnished and set by the Engineer or by the Contractor supplied surveyor. When existing monuments will be impacted by a project, the Contractor shall be responsible for assuring that a registered surveyor references the existing monuments prior to construction. After construction is complete, the monuments shall be re-established by the surveyor in accordance with RCW 58.09.130. 8-13.4 Measurement Section 8-13.4 is supplemented by adding the following: Measurement for all work associated with this item of work shall be as listed for the various bid items described in Section 1-09.14 of these Special Provisions. Measurement for Re-Establishing Existing Monuments will be per each monument re- established, in conformance with RCW 58.09.130. 8-13.5 Payment Section 8-13.5 is supplemented by adding the following: Payment for all work associated with this item of work shall be under the unit contract price for the various bid items described in Section 1-09.14 of these Special Provisions. 8-14 CEMENT CONCRETE SIDEWALKS 8-14.1 Description Section 8 714.1 shall be supplemented with the following: This work shall include furnishing, supplying, and constructing pervious and non- pervious cement concrete sidewalks in accordance with the Plans and these Special Provisions. I8-14.2 Materials Section 8-14.2 is supplemented with the following: 8-14.2(1)Non-Pervious Concrete Sidewalk Surface applied detectable warning patterns will not be allowed for use on this Project. All detectable warning surfaces shall be precast by Armor-Tile Tactile Systems, or Contracting Agency approved equal. Project No.SWP 27-3531 Page 157 SPECIAL PROVISIONS - Continued Concrete for sidewalks and sidewalk ramps shall be tested in accordance with Section 8- 04.3(3) of these Special Provisions. Portland Cement Type I or II conforming to ASTM C 150 or Portland Cement Type IP or IS conforming to ASTM C 595. Flyash conforming to ASTM C618 may be used in amounts not to exceed 20 percent of total cementitious material. Ground Iron Blast-Furnace Slag conforming to ASTM C989 may be used in amounts not to exceed 50 percent by weight of total cementitious material. When Class "F" Flyash is used as part of the minimum cementitious content specified on Section 301, bond strength development may be delayed and additional curing time is required. Aggregate: No. 8 course aggregate (3/8 to No. 16) per ASTM C33; or No. 89 coarse aggregate (3/8 to No. 50) per ASTM D 448. If other gradation of aggregate is to be used, submit data on proposed material to owner for approval. Air Entraining Agent: Shall comply with ASTM C 260. Admixtures: • Type A Water Reducing Admixtures—ASTM C494 • Type B Retarding—ASTM C494 • Type D Water Reducing/Retarding—ASTM C494 A hydration stabilizer can be utilized and is recommended in the design and production of pervious concrete. This stabilized suspends cement hydration by forming a protective barrier around the cementitious particles, which delays the particles from achieving initial set. The admixture's primary function should be as a hydration stabilizer; however, it must also meet the requirements of ASTM C 494 Type B Retarding or Type D Water Reducing/Retarding Admixtures. Water: Potable or shall comply with WSDOT Standard Specifications. 8-14.2(1)A Proportions (New Section) Section 8-14.2(1) shall read: Cement Content: For pavements subjected to vehicular traffic loading, the total cementitious material shall not be less than 600 lbs. per cu. yd. Aggregate Content: The volume of aggregate per cu. yd. shall be equal to 27 cu. ft. when calculated. as a function of the unit weight determined in accordance with ASTM C 29 Page 158 Project No.SWP 27-3531 SPECIAL PROVISIONS - Continued jigging procedure. Fine aggregate, if used, should not exceed three (3) cu. ft. and shall be included in the total aggregate volume. Admixtures: Shall be used in accordance with the manufacturer's instruction and recommendations. Mix Water: Mix water shall be such that the cement paste displays a wet metallic sheen without causing the paste to flow from the aggregate. (Mix water yielding a cement paste with a dull-dry appearance has insufficient water for hydration.) Insufficient water results in inconsistency in the mix and poor bond strength. High water content results in the paste sealing the void system primarily at the bottom and poor surface bond. IRecharge Bed Preparation: The top 4 inches shall be composed of crushed surfacing top course, which contains an even distribution of particle sizes with no more than 12 percent passing the#200 sieve. Construct recharge bed to ensure that the minimum required concrete sidewalk thickness is obtained in all locations. The recharge bed shall be compacted by a mechanical vibratory compactor to a minimum j density of 95 percent of a maximum dry density as established by ASTM D 1557 or AASHTO T 180.. 8-14.3 Construction Requirements This Section is supplemented with the following: Any sidewalk damaged, defaced, cracked, chipped, or determined to be of poor workmanship, in the opinion of the Contracting Agency, shall be removed, wastehauled, and replaced by the Contractor at the Contractor's expense. Damaged sidewalk shall be removed at a construction or expansion joint; sawcutting will not be allowed. Sacking, grinding, or spot repaired shall not be considered an acceptable means for repairing unacceptable sections. The Contractor shall further provide verbal and written notice (door hanger) to property owners abutting the Project identifying restricted use of these facilities, etc. This notice must be provided 1 week prior and again 1 day prior to the work being performed. 8-14.3(2)A Forms for Pervious Concrete(New Section) Section 8-14.3(2)A shall read: Project No.SWP 27-3531 Page 159 SPECIAL PROVISIONS - Continued Apply form release agent to inside face of forms before placing pervious concrete. The edge of previously placed concrete may be used as a form. Do not apply form release agent to previously placed concrete unless prevention of bond between the new and the old concrete is required. Attach spacers to forms or adjust strike off equipment to achieve required additional height (3/8 to 1/2 inch) to compensate for compaction depth of concrete to final evaluation. 8-14.3(3)A Placing and Finishing Concrete for Pervious Concrete (New Section) Section 8-14.3(3)A shall read: Truck mixers shall be operated at the speed designated as mixing speed by the manufacturer for 75 to 100 revolutions of the drum. The Portland cement aggregate mixture may be transported or mixed on site and shall be used within one (1) hour of the introduction of mix water, unless otherwise approved by an engineer. Each mixer truck will be inspected for.appearance of concrete uniformly. Water may be added to obtain the required mix consistency. A minimum of 20 revolutions at the manufacturer's designated mixing speed shall be required following any addition of water to the mix. Discharge as close to its final position as practicable and such that fresh concrete enters the mass of previously placed concrete. The practice of discharging onto the recharge bed and pulling or shoveling to final placement is not allowed. The recharge bed shall be in a moist condition when (within ± 3 percent of the optimum j moisture content as determined by the modified compaction test ASTM D1557 or AASHTO T180). Deposit concrete directly from the transporting equipment onto the recharge bed. Do not place concrete on frozen subgrade or subbase. Deposit concrete between the forms to a uniform height. Do not use internal vibrator to consolidate concrete. Spread the concrete using a come-along, short-handle, square-ended shovel or rake. Unless otherwise accepted by the Engineer in writing, the Contractor shall strike off concrete between forms using a vibrating screed. Vibration shall be shut off immediately when forward progress is halted for any reason. Page 160 Project No.S WP 27-3531 SPECIAL PROVISIONS - Continued Immediately after strike off, compact concrete to elevations and thickness specified in the Project Drawings by mean of a full-width roller that provides a minimum compactive vertical force of 10 psi. Minimize foot-traffic within plastic concrete during the spreading, strike off and compaction operations to eliminate excessive consolidation of the material. No other finishing operation other than jointing is required after compaction. Maximum placement width is 15 feet unless successfully demonstrated otherwise and accepted by the Engineer. Construct pavement to comply with the following tolerances: Thickness +3/8 inch, -1/4 inch (+10 mm, -6 mm) Surface In any direction,the gap below a 10 ft. (3 m)unleveled Straightedge-resting on high spots shall not exceed 1/2 inch(13 mm) Joints: Contraction joint depth (d= slab thickness) +1/4 inch(6 mm), -0 inch Joint width +1/8 inch(3 mm), -0 inch 8-14.3(4)A Curing for Pervious Concrete (New Section) Section 8-14.3(4)A shall read: Curing procedures shall begin immediately after the final placement operations. The pavement surface shall be covered with a minimum six (6) mil thick polyethylene sheet of other approved covering material. Prior to covering, a fog shall be sprayed above the surface when required due to ambient conditions (temperature, wind, and humidity). The cover shall overlap all exposed edges and shall be secured (without using dirt of stone)to prevent dislocation due to winds or adjacent traffic conditions. Cure pavement for a minimum of 7 days, unless otherwise specified. Jointing: Construct transverse contraction joints at maximum 15 foot intervals. � a s. Project No.SWP 27-3531 Page 161 SPECIAL PROVISIONS - Continued i Unless otherwise accepted by the Engineer in writing, the Contractor shall construct contraction joints in the plastic concrete using a roller groover. Minimum depth of contraction joints shall be 1/4 if the pavement thickness. 8-14.3(6) Testing (New Section) I Section 8-14.3(6) shall read: 8-14.3(6)A Testing for Non-Pervious Concrete (New Section) Section 8-14.3(6)A shall read: Concrete shall be tested in accordance with applicable portions of ACI. All concrete j shall meet the specified requirements for 28-day compressive strength. The Contractor shall furnish all concrete required for testing. In cases where cylinders are stored at the project site, the Contractor shall provide storage and protection for the cylinders. All concrete testing shall be done by a certified testing laboratory approved by the Contracting Agency. The frequency of testing shall be per Section 1-06. Test reports shall be reported in writing to the Engineer within 24 hours of each test. Test reports may be faxed within 24 hours, provided hard copies are mailed as well. All tests shall identify approximate test location by station and type of concrete placed (sidewalk, curb and gutter, driveway, entrance, etc.). 8-14.3(6)B Testing for Pervious Concrete (New Section) Section 8-14.3(5)A shall read: In addition to testing requirements specified in Section 1-06.2(1) Special Provisions the Contractor shall meet the following requirements. A minimum of on gradation test of the recharge bed is required every 5,000 square feet to determine percent passing the No. 200 sieve per ASTM C 117. A minimum of one test for each day's placement of pervious concrete in accordance with ASTM C29 to verify unit weight shall be conducted. Test Panels: Regardless of qualification, Contractor is to place,joint and cure two test panels, each to be a minimum of 90 square feet at the required project thickness to demonstrate to the engineer's satisfaction that in-place unit weights can be achieved and a satisfactory pavement can be installed at the site location. Test panels may be placed at any of the specified Portland cement pervious pavement placement locations. Test panels shall be tested for thickness in accordance with ASTM C42; void structure in accordance with ASTM C138; and for core unit weight in accordance with ASTM C140, paragraph 6.3. i Page 162 Project No.SWP 27-3531 SPECIAL PROVISIONS - Continued � i Satisfactory performance of the test panels will be determined by: Compacted thickness no less than 1/4 inch of specified thickness Void Structure: 15 percent minimum, 21 percent maximum Unit Weight±five (5) pcf of the design unit weight If measured void structure.falls below 15 percent or if measure thickness is greater than 1/4 inch less than the specified thickness or if measured weight falls less than five (5) pcf below design unit weight, the test panel shall be removed at the Contractor's expense and disposed of in an approved landfill. 8-14.4 Measurement Section 8-14.4 is supplemented with the following: Measurement for all work associated with this item of work shall be as listed for the various bid items described in Section 1-09.14 of these Special Provisions. 8-14.5 Payment Section 8-14.5 is supplemented with the following: Payment for all work associated with this item of work shall be under the unit contract price for the various bid items described in Section 1-09.14 of these Special Provisions. 8-21 PERMANENT SIGNING(ADDED SECTION,PROJECT NO. SWP 27-3531) 8-21.3(5) Sign Relocation Section 8-21.3(5) shall be supplemented with the following: Permanent Sign Relocation During the life of the Contract, all existing signs that are damaged or removed shall be replaced b the Contractor at no expense to the Owner. p Y p Temporary Sign Relocation Existing signs may be temporarily relocated to portable sign stands for convenience of construction, subject to the approval of the City inspector. When temporarily installed on posts, the signs shall be located as near as practical to their permanent locations and shall have a 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. Project No.SWP 27-3531 Page 163 I SPECIAL PROVISIONS - Continued All portable sign stands shall be designed to rigidly support the sign in osition without p 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. 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 sign posts shall conform to the Standard Sign Installation Plan Detail. Existing sign posts which do not conform to said detail shall be removed and wastehauled and a new sign post shall be furnished. 8-21.5 Payment Payment for all work associated with this item of work shall be under the unit contract price for the various bid items described in Section 1-09.14 of these Special Provisions. 8-22 PAVEMENT MARKING 8-22.1 Description The following item in Section 8-22.1 is revised as follows: Skip Center Line (Replacement) A BROKEN YELLOW line 4 inches wide. The broken or "skip" pattern shall be based on a 24-foot unit consisting of a 9-foot line and a 15-foot gap. Skip center strip is used as center line delineation on two-lane or three-lane,two-way highways. Double Yellow Center Line (Replacement) Two SOLID YELLOW lines, each 4 inches wide, separated by a 4-inch space. Double yellow center stripe is used as center line delineation on multilane, two-way highways and for channelization. Approach Line (New) A SOLID WHITE line, 8 inches wide, used to separate left and right turning movements from through movements, to separate high occupancy vehicle lanes from general purpose lanes, for islands, hash marks, and other applications. Hash mark stripes shall be placed on 45-degree angle and 10 feet apart. Lane Line (Replacement) I Page 164 Project No.SWP 27-3531 SPECIAL PROVISIONS - Continued A BROKEN WHITE line, 4 inches wide, used to delineate adjacent lanes traveling in the same direction. The broken or "skip" pattern shall be based on a 24-foot unit consisting of a 9-foot line and a 15-foot gap. Two Way Left Turn Line (Replacement) A SOLID YELLOW line, 4 inches wide, with a BROKEN YELLOW line, 4 inches wide, separated by a 4-inch space. The broken or "skip" pattern shall be based on a 24-foot unit consisting of a 9-foot line and a 15-foot space. The solid line shall be installed to the right of the broken line in the direction of travel. Stop Line (Replacement) A SOLID WHITE line 12, 18, or 24 inches wide as noted on the Contract plans. (Revised Section, Project No. SWP 27-3531) Supplement this section 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. 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 re ualified for use. p q 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 Moton International (Norris) Duraline-Thermoplastic Pave-Mark Corporation Pave-Mark Hydrocarbon Pave-Mark Corporation Pave-Mark Alleyd �' Project No.SAT 27-3531 Page 165 i SPECIAL PROVISIONS - Continued j *Cataphote, Inc. Catatherm ABITOL * Approved for installation In Western Washington only. 8-22.3(5) Plastic Installation Instructions Section 8-22.3(5) is revised as follows: A manufacturer's technical representative need not be present at the initial material installation to approve the installation procedure. 8-22.4 Measurement Section 8-22.45 is supplemented as follows: Measurement for all work associated with this item of work shall be as listed for the various bid items described in Section 1-09.14 of these Special Provisions. 8-22.5 Payment Section 8-22.5 is supplemented as follows: Payment for all work associated with this item of work shall be under the unit contract price for the various bid items described in Section 1-09.14 of these Special Provisions. 8-23 TEMPORARY PAVEMENT MARKINGS 8-23.5 Payment Section 8-23.5 is supplemented with the following: Payment for all work associated with this item of work shall be under the unit contract price for the various bid items described in Section 1-09.14 of these Special Provisions. 8-24 ROCK AND GRAVITY BLOCK WALL AND GABION CRIBBING 8-24.2 Materials The following item in Section 8-24.2 is revised as follows: The material for the temporary block wall shall be ecology block wall material 2' x 2' p rY gY ( 6') or equivalent as approved by the Owner. 8-24.3 Construction Requirements Page 166 Project No.SWP 27-3531 I L SPECIAL PROVISIONS - Continued Section 8-24.3 is supplemented as follows: The temporary block wall shall be installed in the location as shown on the Plans and shall be two blocks high or as necessary to contain fill in the area shown as approved by the Engineer. The block wall must not be more than four feet high. 8-24.4 Measurement Section 8-24.3 is supplemented as follows: Measurement for all work associated with this item of work shall be as listed for the various bid items described in Section 1-09.14 of these Special Provisions. 8-24.5 Payment Section 8-24.5 is supplemented as follows: Payment for all work associated with this item of work shall be under the unit contract price for the various bid items described in Section 1-09.14 of these Special Provisions. 9-03 AGGREGATES (January 5, 2004) 9-03.8(2) HMA Test Requirements Section 9-03.8(2) is supplemented with the following: ESALs The number of ESALs for the design and acceptance of the HMA shall be *** $$1$$ million. 9-03.8(7) HMA Tolerances and Adjustments Item 1 is deleted and replaced with: 1. Job Mix Formula Tolerances. After the JMF is determined as required in 5-04.3(7)A, the constituents of the mixture at the time of acceptance shall conform to the following tolerances: Project No.SWP 27-3531 Page 167 SPECIAL PROVISIONS - Continued Nonstatistical Commercial Aggregate, percent passing Evaluation Evaluation 1", 3/4", 1/2", and 3/8" sieves ±6% ±8% U.S.No. 4 sieve ±6% ±8% U.S. No. 8 sieve ±6% ±8% U.S. No. 16 sieve ±4% ±6% U.S. No. 30 sieve ±4�/a ±6% U.S. No. 50 sieve ±4% ±6% U.S. No. 100 sieve ±3% ±5% U.S. No. 200 sieve ±2.0% ±3.0% Asphalt Binder ±0.5% ±0.7% VMA 1.5% below minimum value in 9-03.8(2) VFA min. and max. as listed in 9-03.8(2) Va 2.5%minimum and 5.5%maximum These tolerance limits constitute the allowable limits as described in Section 1-06.2. The tolerance limit for aggregate shall not exceed the limits of the control points section, except the tolerance limits for sieves designated as 100%passing will be 99-100. 9-03.10 Aggregate For Gravel Base (Revised Section, Project No. SWP 27- 3531) Section 9-03.10 shall be supplemented with the following: Gravel Base material shall be free of rock fragments larger than three inches. 9-05 DRAINAGE STRUCTURES, CULVERTS,AND CONDUITS i 9-05.1(1) Concrete Drain Pipe Section 9-05.1(1) shall be supplemented with the following: , Concrete drain pipe shall be reinforced concrete pipe, Class V, and shall meet the Standard Specification 9-05.3(2). 9-05.12(3) CPEP Sewer Pipe (New Section, Project No. SWP 27-3531) Section 9-05.12(3) is a new additional section: CPEP — Smooth interior pipe and fittings shall be manufactured from high density polyethylene resin which shall meet or exceed the requirements of Type 111, Category 4 Page 161 Project No.SWP 27-3531 SPECIAL PROVISIONS - Continued i or 5, Grade P33 or P34, Class C per ASTM D1248. In addition, the pipe shall comply with all material and stiffness requirements of AASHTO M294. 9-14 EROSION CONTROL AND ROADSIDE PLANTING(REVISED SECTION,PROJECT NO. SWP 27-3531) 9-14.1(3) Topsoil Type C Section 9-14.1(1) shall be supplemented with the following: Add the following paragraphs: Topsoil shall be sandy loam. It shall be fertile, friable natural loam common to the area with a pH factor between 5 and 7. It shall be obtained from naturally well-drained areas free of admixtures of clay, subsoil, and rocks larger than 1-1/2 inches in diameter, sticks and other foreign material. 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. 9-14.1(4) Planting Soil in Bioretention Pond Bottom(New Section,Project No. SWP 27-3531) Planting soil for the bottom (below the established water line) of the Bioretention Pond shall be a 2-way mix consisting of forty percent utility sand and sixty percent compost, by volume. 1. Sand: Conform to Section 9-03.2(l). 2. Compost: Confirm to Section 9-14.4(8) 9-14.1(5) Planting Soil Backfilled Around Plant Material (New Section, Project No. SWP 27-3531) Planting Soil (3-Way Mix): Planting soil for backfilling of all plant material shall be a 3- way mix consisting of one part rotted manure,two parts sandy loam (Type C topsoil) and one part peat moss by volume. Project No.SWP 27-3531 Page 169 SPECIAL PROVISIONS - Continued 1. Manure: Shall consist of well-rotted (at least one year) unleached cattle manure not containing more than 1/3 shavings or sawdust. It shall be free of noxious weed, grass seed, roots, limbs or other foreign material and shall be thoroughly pulverized prior to use. 2. Peat Moss: Shall be Type 2, as manufactured by Canadian Sphagnum or approved equal, packaged in waterproof, non-overlaid bags, clearly labeled as to weight, manufacturer and content. 9-14.3 Fertilizer Section 9-14.3 shall be supplemented with the following: Add the following paragraphs. Fertilizer shall not have less than 4%phosphoric acid and not less than 2% potassium and the percentage of nitrogen required to provide not less than 1 pound of actual nitrogen per 1000 square feet of seeded area. Provide nitrogen in a form that will be available to the grass during the initial period of growth. Fertilizer for trees and shrubs areas shall be derived from not less than 10% available phosphoric acid and from 3%to 5%total nitrogen and from 3%to 5% soluble potash. Planting tables for tree and shrubs shall be Agriform 20-10-15 planting tablets or equivalent. 9-14.4(3) Bark or Wood Chips Section 9-14.4 (3) shall be supplemented with the following: Delete second sentence and add the following: It shall be ground so that a minimum of 95 percent of the material will pass through a 5/8-inch sieve. 9-14.4(7) Tackifier Section 9-14.4 (7) shall be supplemented with the following: Add the following paragraph: 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. Page 170 Project No.SAP 27-3531 SPECIAL PROVISIONS - Continued 9-14.6(8) Sod Section 9-14.6(8) shall be supplemented with the following: Add the following: Provide sod as follows: Mixture: 60%Perennial Turf Type Ryegrass Tara Perennial Ryegrass Dandy Perennial Ryegrass Sherwood Perennial Ryegrass 20% Hybrid Kentucky Bluegrass 20% Fescue, Spartan Hard Fescue Sod shall: • 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 I% Poa Anna(annual bluegrass). • Be not less than 10 months old and no more than 14 months old; healthy and with a dense, vigorous, well-developed root structure, non-net type, free of nylon backing. • 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 Emerald Turfgrass Farms 1-800-722-3369, or approved equal. 9-14.6(9) Seed (New Section, Project No. SWP 27-3531) Hydroseed grass seed mix shall be a blend of the following: Seed shall be 'Blue-Tag' or'Certified' quality with less than 1 percent weed content and 2- 1/2 percent inert material content. Deliver in unopened containers with mixture, weed content and inert material content plainly marked on the outside of container. Container shall be stored on site for tally. Seed mixture shall contain the following seed types by volume: �. 50% Marion Bluegrass 50% Perennial Ryegrass 9-14.7 Stacks, Guys and Wrapping Project No.SWP 27-3531 Page 171 SPECIAL PROVISIONS - Continued Section 9-14.7 shall be supplemented with the following: Delete the second :ara ra h and add the following: p g p g Provide tree ties as shown on the plans. 9-14.8 Cleaning (New Section, Project No. 27-3531) Perform cleaning during installation of the work and upon completion of the work. Remove from the site all excess materials, debris and equipment. Repair damage to any project features. 9-15 IRRIGATION SYSTEM 9-15.3.1 Automatic Controller Section 9-15.3 shall be supplemented with the following: Delete the last sentence in the first paragraph and add the following: The controller and meter shall be enclosed in a NEMA 3R weatherproof enclosure as shown on the plans. Delete the last sentence in the second paragraph and add the following: The controller and the supporting components required to properly operate the system, as required, shall be as shown on the plans. 9-23 CONCRETE CURING MATERIALS AND ADMIXTURES 9-23.9 Fly Ash (RC) Section 9-23.9 is revised as follows: Fly ash shall not be used around waterlines. 9-30 WATER DISTRIBUTION MATERIALS 9-30.1(1) Ductile Iron Pipe Section 9-30.1(1) is revised as follows: Ductile iron pipe shall be centrifugally cast and meet the requirements of AWWA C151. Ductile iron pipe shall have a cement-mortar lining meeting the requirements of Page 172 Project No.SWP 27-3531 SPECIAL PROVISIONS - Continued AWWA C104. All other ductile iron pipe shall be Standard Thickness Class 52 or the thickness class as shown in the Plans. 9-30.1(4)A Steel Pipe Section 9-30.1(4)A is revised as follows: Welded steel pipe shall comply with AWWA C213 as modified in these Specifications. The pipe shall have an interior and exterior fusion epoxy coating. The pipe shall include 100% solids, thermosetting fusion bonded, dry powder epoxy resin, Skotchkote No. 206N FBG (3M Co.) or approved equal. The epoxy resin powder shall be applied using the fluidized bed method. The thickness of the lining and coating shall not be less than 15 mils. However, coating shall not exceed 10 mils (or less per coupling manufacturer's requirement) in the grooves where mechanical grooved pipe couplings are used. Fittings shall be heated and cured in accordance with the fusion epoxy manufacturer's requirements. All surface irregularities, welds, and weld spatter shall be ground smooth. Blast all surfaces to white metal in accordance with Steel Structure Painting council Surface Preparation Specification SSPC-SP5. The lining and coating shall be pinhole free and tested with a low voltage wet sponge holiday detector. All pinholes shall be marked, repaired and retested to insure pinhole free film. The final lining and coating shall be smooth and uniform without clumping of the resin. Coating repair shall be Scotchkote 306 Liquid Epoxy Coating or approved equal. The applicator shall be approved by the manufacturer of the epoxy resin for this application. 9-30.3(1) Gate Valves (3 inches to 12 inches) Section 9-30.3(1) is replaced with: Valves shall be designed for a minimum water operating pressure of 200 PSI. Gate valves shall be Iowa List 14, Mueller Company No. A2380, Kennedy, or M&H. Approval of valves other than models specified shall be obtained prior to bid opening. All ate valves less than 12" in diameter shall include an 8" x 24" cast iron ate valve box g g and extensions, as required. Gate valves shall conform to AWWA C500 and shall be iron body, bronze-mounted > double disc with bronze wedging device and O-ring stuffing box. Project No.SWP 27-3531 Page 173 SPECIAL PROVISIONS Continued Resilient Seated Gate Valves Resilient seated gate valves shall be manufactured to meet or exceed the requirements of AWWA Standard C509 latest revisions. All external and internal ferrous metal surfaces of the gate valve shall be coated for corrosion protection with fusion bonded epoxy. The epoxy coating shall be factory applied to all valve parts prior to valve assembly and shall meet or exceed the requirements of AWWA Standard C 550 latest revision. Valves shall be provided with two (2) internal O-ring stems seals. The valves shall be equipped with one (1) anti- friction washer. The resilient gate valve shall have rubber sealing surfaces to permit bi- directional flow. The stem shall be independent of the stem nut or integrally cast. Manufacturers of Resilient Seated gate Valves shall provide the City on request that the j valve materials meet the City specifications. Valves shall be designed for a minimum water operating pressure of 200 psi. End connections shall be mechanical joints, flanged joints or mechanical by flanged joints as shown on the project plans. Resilient' Seated Gate Valves shall be U.S. Metroseal 250, Clow, M&H Style 3067, Mueller Series 2370, Kennedy. Approval of valves other than model specified shall be obtained prior to bid opening. All gate valves less than 12 inches in diameter shall include an 8" x 24" cast iron gate valve box and extensions, as required. 9-30.3(5) Valve Marker Posts Section 9-30.3(5)has been deleted and replaced with the following: The valve markers shall be fabricated and installed in conformance with the Standard Drawings. Valve markers shall be carsonite composite utility marker 0.375" x 6-0" or approved equal with blue label "water." 9-30.3(8) Tapping Sleeve and Valve Assembly Section 9-30.3(8) is revised as follows: Tapping sleeves shall be cast iron, ductile iron epoxy-coated steel, or other approved material. Page 174 Project No.SWP 27-3531 SPECIAL PROVISIONS - Continued 9-30.3(9) Blow-Off Assembly (New Section,Project No. SWP 27-3531) Section 9-30.3(9) is a new section: Permanent blow-off assembly shall be #78 Kupferle Foundry Co. or approved equal. Installation of blow-off permanent blow-off assembly shall be per City of Renton Water Standard Detail, latest revision. Pipe and fittings shall be galvanized. Blow-off assembly shall be installed at location(s) shown on the plans. Temporary blow-off assembly on new dead-end water main shall be installed at location shown on the Plans. Temporary blow-off assemblies for testing and flushing of the new water mains will not be included under this item and shall be considered incidental to the contract and no additional payment shall be made. 9-30.6(3)B Polyethylene Tubing Section 9-30.6(3)B has been modified as follows: Polyethylene pipe shall not be used. l t I Project No.SWP 27-3531 Page 175 1 1 � � 1 L 1 1 1 1 1 li 1 1 i L e � �I CONSTRUCTION PLANS Reduced. 11 x 17 Also see Full Sized Plans �I ASPHALT CONCRETE OVERLAY SAW CUT SHALL BE VERTICAL 2" MIN. AND IN STRAIGHT LINES AS CEMENT DIRECTED BY THE ENGINEER REMOVE LOOSENED TRIM CONCRETE EXISTING CONCRETE ASPHALT VERTICALLY PAVEMENT . EPDXY COATED BARS 4"DIA. X 12" LONG DOWEL BAR ® 18" ON CENTER 6" MIN. ON ALL FOUR SIDES 6., EXISTING RIGID BASE' MIN. '' 12" MIN. I 12" COMPACTED TRENCH BACKFILL COMPACTED CRUSHED SURFACING AS DIRECTED BY THE ENGINEER TOP COURSE. CUT AND PANEL REPLACEMENT DETERMINATION: FULL CEMENT CONCRETE PANEL REPLACEMENT: FOR CEMENT CONCRETE SURFACE STREETS, THE MINIMUM RESTORATION SHALL BE FULL PANEL REPLACEMENT, IF ONE OR MORE OF THE FOLLOWING CONDITIONS EXIST: (� Less than ten (10) yrs old Ten (10) yrs or older Additional Requirements Local Access without Bus Route No No Local Access with Bus Yes Yes Route Intersection (All Yes Yes Plus one panel beyond Streets) the curb return 40. Removal Yes Yes Excellent Condition (based on visual and/or Yes Yes non—destructive testing) Principal, Minor, Yes, If twenty—four (24) Yes, If twenty—four (24) Collector Arterial and square feet or more of square feet or more of all streets in CBD and any panel needs to be any panel needs to be all bus route patched patched *CDF BACKFILL MAY BE USED IN LIEU OF RESTORING EXISTING RIGID BASE AT THE DISCRETION OF. THE ENGINEER. TYPICAL PATCH FOR RIGID PAVEMENT PAVEMENT PATCHING AND RESTORATION DETAIL G�ZY p� ADOPTED CITY OF RENTON STANDARD PLANS LST DATE: 12/96 DATE REVISION I BY JAPPR'DI DWG. NAME: HR-22 SP PAGE: HO33 1 1' 2.5' 1' 1' MIN MIN F MIN MIN MIN 2" CLASS 'B'-/ FACE OF CURB OR EDGE OF PAVEMENT CENTER LINE OR *2" TO 6" CLASS `E' LANE LINE OR CLASS `B' I 6.5' MIN. �. 2" DEPTH OF GRIND OR SAWCUT AND REMOVE ' 6.5' MIN. 1'- 1' 2.5' --{ l' 1' MINIMIN MIN MIN MIN 2" CLASS `B' ACP CLASS* 6" CRUSHED SURFACING TOP COURSE CRUSHED ROCK, FLOWABLE FILL OR AS REQUIRED BY ENGINEER TYPICAL TRANSVERSE PATCH * FOR MINIMUM STANDARDS, SEE DWG# HR-05, FOR FLEXIBLE PAVEMENT SP PAGE H032 GZZY p� ADOPTED C lY OF RENTON STANDARD PLANS LST DATE:02/2005 02/2005 IMODIFIED NOTES DCV DC 07/2004 IMODIFIED NOTES DCV GZ DATE I REVISION ff JAPPR'DI DWG. NAME: HR-23 SP PAGE: H032A . LANE LINE MARKING 7'-8" STANDARD VEHICLE WHEEL PATH <3 4.5' flIN. MIN. MIN. ........... ............................................................ ............................................................................... ACP CLASS* MIN. MIN. 6" CRUSHED SURFACING 2" CLASS 'B' ` TOP COURSE 2" SAWCUT AND REMOVE EDGE OF PAVEMENT, OR GRIND, SEAL WITH EDGE OF CURB & GUTTER, AR4000W I OR CENTER OF LANE LINE 2.5' MIN. CRUSHED ROCK, FLOWABLE FILL OR AS REQUIRED BY ENGINEER *MINIMUM ACP CLASS 'E' or 'B' SHALL BE: PRINCIPAL/MINOR/COLLECTOR ARTERIAL STREETS & INDUSTRIAL ACCESS STREETS = 6" ACP CLASS 'E' or 'B'. RESIDENTIAL ACCESS STREETS — 2" ACP CLASS 'E' or 'B'. NOTE: UPON REQUEST OF ENGINEER, NEW ROADWAY PAVEMENT SECTION MAY BE DESIGNED USING AN APPROVED METHOD FOR TYPICAL LONGITUDINAL PATCH AND OVERLAY DETERMINING PAVEMENT THICKNESS. FOR FLEXIBLE PAVEMENT G1SY p� ADOPTED CITY OF RENTON STANDARD PLANS IST DATE:02/2005 02 2005 MODIFlED NOTES DCV DC 07/2004 1 MODIFlED NOTES IDGVl Gz I DW DATE REVISION G. NAME: HR-05 SP PAGE: H032 BY PPR'D 6. Tack coat shall be applied to the existing pavement at edge of saw cuts and shall be emulsified asphalt grade CSS- 1, as specified in Section 9-02.1(6)of the Standard Specifications. Tack shall be applied as specified in Section 5- 04 of the Standard Specifications. 7. Asphalt Concrete Class E or Class B, shall be placed in accordance with Section 5-04 of the Standard Specifications; except those longitudinal joints between successive layers of asphalt concrete shall be displaced laterally a minimum of twelve inches(12"), unless otherwise approved by the Engineer. Fine and coarse aggregate shall be in accordance with Section 9-03.8 of the Standard Specifications. All street surfaces walks or driveways within the street trenching reas shall be feathered and shimmed to an 9 extent that provides a smooth-riding connection and expeditious drainage flow for the newly paved surface. Feathering and shimming shall not decrease the minimum vertical curb depth below four inches(4")for storm water flow. The Engineer may require additional grinding to increase the curb depth available for storm water flow in areas that are inadequate. Shimming and feathering, as required by the Engineer, shall be accomplished by raking out the oversized aggregates from the Class B mix as appropriate. Surface smoothness shall be per Section 5-04.3(13) of the Standard Specifications. The paving shall be corrected by removal and repaving of the trench only. Asphalt patch depths will vary based upon the streets being trenched. The actual depths of asphalt and the work to be performed shall be as required and indicated on City of Renton Standard Plans#HR-05, HR-23, and HR-22(SP Pages#H032, H032A, and 1-1033). Compaction of all lifts of asphalt shall be a minimum ninety-two percent(92%)of density as determined by WSDOT Test Method 705. The number of tests required shall be determined by the Engineer. Testing hall be performed b an independent testing lab with the results being supplied to the Engineer. Testing is 9 P Y P 9 9 PP 9 9 not intended to relieve the contractor from any liability for the trench restoration. It is intended to show the inspector, and the City,that the restoration meets these specifications.. 8. All joints shall be sealed using paving asphalt AR-4000W. 9. When trenching within the unpaved roadway shoulder(s), the shoulder shall be restored to its original condition, or better. 10. T he final patch or overlay shall be completed as soon as possible and shall not exceed fifteen (15) working days after first opening the trench. This time frame may be adjusted if delays are due to inclement paving weather or other adverse conditions that may exist. However, delaying of final patch or overlay work is subject to the Engineer's approval. The Engineer may deem it necessary to complete the work within the fifteen (15)working day time frame and not allow any time extension. Should this occur, the Contractor shall perform the necessary work, as directed by the Engineer. 11. A City f Renton temporary Traffic Control Plan from Renton Transportation Engineering) shall be submitted and Y P ry ( P 9 9) approved by the Engineer a minimum of three(3) working days prior to commencement of work. SECTION 10 REMOVAL OF UTILITY LOCATE MARKINGS FROM SIDEWALKS REQUIRED The Permittee will be.required to remove utility locate marks on sidewalks only within the Downtown Core Area. The permittee shall remove the utility locate marks within 14 days of job completion. HATrench Restoration\TRS 2005.doc 4 r e. The entire traveled lane width for the length of the trench and an additional ten feet(10')at each end of the trench will be ground down to a depth of two inches (2"). A two-inch (2") overlay of Class B will be applied per City standards. 3. Potholing: Potholing shall meet the same requirements as trenching and pavement restoration. Potholing shall be a minimum of one foot (1') beyond the excavation. All affected lanes will be ground down to a depth of two inches 2" and paved not less than six d n ( ) p x an one half feet (65) wide for the entire width of the lane. Potholes greater than five feet(5) in length, width or diameter shall be restored to trench restoration standards. In all.cases, potholes shall be repaired per Renton Standard Plan # HR05 (SP Page H032). Restoration requirements utilizing vactor equipment will be determined by the engineer. SECTION 8 PAVEMENT REMOVAL IN LIEU OF GRINDING The contractor in all cases can remove the pavement in the replacement area instead of grinding out the specified two inches (2") of asphalt. Full pavement replacement to meet or exceed the existing pavement depth will be required for the area of pavement removal. SECTION 9 TRENCH BACKFILL AND RESTORATION CONSTRUCTION REQUIREMENTS 1. Trench restoration shall be either by a patch or overlay method, as required and indicated on City of Renton Standard Plans#HR-05, HR-23, and HR-22(SP Pages#H032, H032A, and H033). 2. All trench and pavement cuts, which will not be overlaid, shall be made by sawcut or grinding. Sawcuts shall be a minimum of two feet 2' v ( )outside the excavated ated trench width. 3. All trenching within the top four feet (4') shall be backfilled with crushed surfacing materials conforming to Section 4-04 of the Standard•Specifications. Any trenching over four feet (4') in depth may use materials approved by the Engineer or Materials Lab for backfilen below the four-foot 4' depth. If the existing material or other material is 9 9 ( ) P 9 ( ) determined by the Engineer to be suitable for backfill, the contractor may use the native material, except that the top six inches (6") shall be crushed surfacing top course material. The trench shall be compacted to a minimum ninety-five percent (95%) density, as described in Section 2-03 of the Standard Specifications. In the top six feet (6') of any trench, backfill compaction shall be performed in eight to 12-inch (8-12°) lifts. Any trench deeper than six feet(6) may be compacted in 24-inch lifts, up to the top six-foot(6')zone. All compaction shall be performed by mechanical methods. The compaction tests may be performed in maximum four-foot (4') vertical increments. The test results shall be given to the Engineer for review and approval prior to paving. The number and location of tests required shall be determined b the Y Engineer. 9 9 9 4. Temporary restoration of trenches for overnight use shall be accomplished by using MC mix (cold mix), Asphalt Treated Base (ATB), or steel plates, as approved by the Engineer. ATB used for temporary restoration may be dumped directly into the trench, bladed out and rolled. After rolling, the trench must be filled flush with asphalt to provide a smooth riding surface. If the temporary restoration does not hold up, the Contractor shall repair the patch within eight hours of being notified of the problem by the City. This requirement applies 24 hours per day, seven days a week. In the event that the City determines to repair the temporary patch, the contractor shall reimburse the City in an amount that is double the City's cost in repairing the patch, with the second half of the reimbursement to represent City overhead and hidden costs. 5. Asphalt Concrete Class E or Class B shall be placed to the compacted depth as required and indicated on City of Renton Standard Plans #HR-05, HR-23, and HR-22 (SP Pages #H032, H032A, and H033) or as directed by the Engineer. The grade of asphalt shall be AR-4000W. The materials shall be made in conformance with Section 9- 02.1(4)of the Standard Specifications. 3 I An asphalt paver shall be used in accordance with Section 5-04.3(3) of Standard Specifications. A"Layton Box" or equal may be used in place of the power-propelled paver. Rollers shall be used in accordance with Section 5-04.3(4)of the Standard Specifications. "Plate Compactors" and "Jumping Jacks"SHALL NOT be used in lieu of rollers. 2. Trench backfill and resurfacing shall be as shown in the City of Renton Standard Details, unless modified by the City Permit.e t Surfacing depths shown in the Standard Details are minimums and may be increased b the Engineer tY 9 P Y Y 9 to meet traffic loads or site conditions. SECTION 7 REQUIREMENT FOR PATCHING,OVERLAY,OVERLAY WIDTHS All trench and pavement cuts shall be made by sawcut or by grinding. Sawcuts or grinding shall be a minimum of one foot (1)outside the trench width. The top two inches (7)of asphalt shall be ground down to a minimum distance of one foot(1') beyond the actual outside edges of the trench and shall be replaced.with two inches (2") of Class B asphalt, per City of Renton Standards. At the discretion of the engineer, a full street width overlay may be required. Lane-width or a full street-width overlay will be determined based upon the location and length of the proposed trench within the roadway cross-section. Changes in field conditions may warrant implementation of additional overlay requirements. 1. Trenches (Road Crossings): a. The minimum width of a transverse patch (road crossing)shall be six and one-half feet(65). See City of Renton Standard Plan Drawing#HR—23 (SP Page: H032A). b. Any affected lane will be ground down two inches(2")and paved for the entire width of the lane. C. Patch shall be a minimum of one foot(1') beyond the excavation and patch length shall be a minimum of an entire traveled lane. d. If the outside of the trenching is within three feet(3')of any adjacent lane line, the entire adjacent traveled lane affected will be repaved e. An area including the trench and one foot(1') on each side of the trench but not less than six and one half feet (6.5') total for the entire width of the affected traveled lanes will be ground down to a depth of two inches(2").A two-inch (2")overlay of Class B asphalt will be applied per City standards. 2. Trenches Running Parallel With the Street: a. The minimum width of a longitudinal patch shall be four and one-half feet (4.5'). See City of Renton Standard Plan Drawing #HR-05(SP Page H032). b. If the trenching is within a single traveled lane, an entire lane-width overlay will be required. c. If the outside of the trenching is within three feet(3') of any adjacent lane line, the entire adjacent traveled lane affected will be overlaid. d. If the trenching is greater than, or equal to 30% of lane per block (660-foot maximum block length),or if the total patches exceed 12 per block,then the lanes affected will be overlaid. Minimum overlay shall include all patches within the block section. 2 CITY OF RENTON TRENCH RESTORATION AND STREET OVERLAY REQUIREMENTS Amended April 4, 2005 by Ordinance 5131 SECTION 1 PURPOSE The purpose of this code section is to establish guidelines for the restoration of City streets disturbed by installation of utilities and other construction activities. Any public or private utilities, general contractors, or others permitted to work in the public right-of-way will adhere to the procedures set forth in this policy. SECTION 2 DEFINITIONS Engineer: The term engineer shall denote the City project manager, inspector and/or plan reviewer, or their designated representative. SECTION 3 HOURS OF OPERATIONS Hours for work within the roadway for asphalt overlays or trench restoration shall be as directed by the Traffic Control Plan requirements and as approved by the Traffic Operations Engineer. SECTION 4 APPLICATION 1. The following standards shall be followed when doing trench or excavation work within the paved portion of any City of Renton right-of-way. 2. Modifications or exemptions to these standards may be authorized by the Planning/Building/Public Works Administrator, or authorized representative, upon written request by the permittee, their contractor or engineer and demonstration of an equivalent alternative. SECTION 5 INSPECTION The Engineer may determine in the field that a full street-width (edge-of-pavement to edge-of-pavement) overlay is required due to changes in the permit conditions such as, but not limited to the following: 1. There has been damage to the existing asphalt surface due to the contractor's equipment. 2. The trench width was increased significantly or the existing pavement is undermined or damaged. 3. Any other construction related activities that require additional pavement restoration. SECTION 6 CITY OF RENTON STANDARDS 1. All materials and workmanship shall be in accordance with the City of Renton Standard and Supplemental Specifications (current adopted version) except where otherwise noted in these Standards. Materials and workmanship are required to be in conformance with standards for the Standard Specifications for Road, Bridge, and Municipal Construction prepared by the Washington State Chapter of the American Public Works Association (APWA) and the Washington.State Department of Transportation (WSDOT) and shall comply with the most current edition, as modified by the City of Renton Supplemental Specifications. 1 TRENCH RESTORATION ORATION STREET OVERLAY REQUIREMENT'S- . Amended April 4 p 200 5 by Ordinance 5131 tt w z_ Q � I ry ww °lo � DIRECTION OF FLOW = w �? cy 3" a� o (MIN.) 6" MIN. 6"MIN.(TYP.) UNION (TYP.) PLAN X Q 3"M AX. 0 z co o z 0 0 6"MIN. o `b o �g o 0 TO CITY METER STACKED METER SECTION BOXES 6" MIN. FREE DRAINING GRAVEL NOTES: 1. ALL DOUBLE CHECK VALVE ASSEMBLIES (DCVA's) MUST BE LISTED ON LATEST LIST OF "BACKFLOW PREVENTION ASSEMBLIES APPROVED FOR INSTALLATION IN WASHINGTON STATE", PUBLISHED BY STATE OF WASHINGTON DEPARTMENT OF HEALTH. 2. THE OWNER/APPLICANT MUST OBTAIN A SEPARATE CITY OF RENTON PLUMBING PERMIT FOR THE INSPECTION OF THE INSTALLATION OF THE DCVA AND PIPING. THE OWNER SHALL FURNISH, INSTALL AND MAINTAIN THE DCVA AND ALL PIPING AND APPURTENANCES SHOWN ON THIS PLAN. 3. THE DCVA MUST BE TESTED BY A STATE CERTIFIED BACKFLOW ASSEMBLY TESTER AFTER ITS INITIAL INSTALLATION, AFTER REPAIRS AND ANNUALLY THEREAFTER AT OWNER'S EXPENSE. A COPY OF THE TEST REPORT SHALL BE SENT OR FAXED TO CITY OF RENTON WATER UTILITY ENGINEERING DEPT., ATTN: WATER UTILITY CROSS—CONNECTION CONTROL SPECIALIST, FAX NO. 425-430-7241. 4. DCVA AND METER BOX SHALL BE LOCATED ON PRIVATE PROPERTY AND AS NEAR AS POSSIBLE TO THE WATER METER. Y '3/4" TO 2" DOUBLE CHECK VALVE STD. PLAN — 340.8 + + PUBLIC WORKS ASSEMBLY FOR IRRIGATION OR �,— DEPARTMENT RESIDENTIAL FIRE SPRINKLER N So MARCH 2010 i 1 Where shown on the plans or in the specifications or required by the Engineer, joint restraint system (shackle rods) shall be used. ' All joints restraint materials used shall be those manufactured by - Star National Products, 1323 Holly Avenue, PO Box 258, Columbus, Ohio 43216 unless an equal alternate is approved in writing by the Engineer. 1 Materials Steel Twes' High strength low—alloy steel (car—ten), ASTM A588 heot—treated. 1 1.Tiebolt: ASTM A588, Grade B, Cor—Ten, equal to Superstar Tielbolt Installation: SST 7 5/8" for 2" and 3" mechanical joints (M.J.) with eye for 5/8" rod Install the joint restraint system in accordance with the Manufacturer's SST 7 3/4" for 4" to 12" M.J. with eye for 3/4" rod instructions so all joints are mechanically locked together to prevent joint SST 756 : 3/4" for 14" to 24" M.J. with eye for 3/4" rod separation. SST 747 : 3/4" for 4" to 12" M.J. with eye for 7/8" and 1" rod Tiebolis shall be installed to pull against the mechanical joint body and SST 778: 7" for 30" to 36" M.J. with eye for 1" rood d ' SST 757 : 3/4" for 14" to 24" M.J. with eye for and 1" rod not the M.J. follower..Torque nuts at 75-90 foot pounds for 3/4" nuts. 2.Tienut: Hex Nut Install tiecouplings with both rods threaded equal distance into ASTM A588, Grade B, Cor—Ten, equal to Superstar Tienut tiecouplings. Arrange tierods symmetrically around the pipe. ' SS8 for 5/8", 3/4", 7/8", 1" Tiebolt and Tierod Where a Manufacturer's mechanical joint valve or fitting is supplied with 3.Tiecoupling with Tiestop Pin slots for "T" bolts instead of holes, a flanged valve with a flange by ASTM A588, Grade B, Cor—Ten, equal to SuperStor Tiecoupling mechanical joint adaptor shall be used instead, so as to provide adequate SS10 for 5/8", 3/4", 7/8", 1" Tierod space for locating tiebolt. 4.Tierod: Where a continuous run of pipe is required to be restrained, no run of ' Continuous threaded rod for cutting to desired lengths restrained pipe shall be greater than 60 feet in length betwee fittings. ASTM A588, Grade B, Cor—Ten, equal to SuperStor Tierod Insert long body solid sleeves as required on longer runs to keep tierod 5512 for 5/8", 3/4", 7/8", 1" lengths to the 60 foot maximum. Pipe used in continuously restrained runs shall be mechanical joint pipe 5.Tiewasher and tiebolts shall be installed as rod guides at each joint. ASTM A588, Grade B, Cor—Ten, equal to SuperStor Tiewosher SS17 for 5/8", 3/4", 7/8", 1" round flat washer ' Pipe Test Size Pressure Number and Size of Rods Inches PSI 2 4 6 8 10 12 14 24 ' 2 250 34" 3 250 3//4" 4 250 3/4" 6 250 3/4" 8 250 3,f4" ' 10 250 314" 12 250 314" 14 250 3/4" 16 250 3/4" 18 250 3r4" ' 250 314 24 24 250 314° 33 200 3/4" 35 200 1° 42 200 1" ' 48 200 1" 2 5 Y STD. PLAN - 330:5 +a+ PUBLIC WORKS SHACKLE RODDS DEPARTMENT AND TIE BOLTS MARCH 2010 i SHACKLE RODS TYPE A BLOCKING i (TYP) R FOR 11 1/4' & 221/2' VERTICAL BENDS VB S d L z o � OpWJ i O w z Y m U^ o w O N N m = =Z O N�—Z ,F v w W z O v o �aw ¢ w U W z 2 TURNBUCKLES C o ° ow z o w ' THREAD 6" a > pz N o 0 4" 300 111/4 8 2 3/4 18 221/2 12 2t/a 24. i 6" 300 111/4 2 127 3/ 4 3/4 24 111/4 16 21/2 e / 8" 300 221/2 43 31/z 3/4 24 111/4 64 4 1 24 ° a d° ° 12" 300 221/2 125 5 36 i J R = INSIDE RADIUS OF SHACKLE ROD BEND ° ° i d d °. w ° W v ° d < m ° ° d ° ° d \ � N 1 d � o Ln SHACKLE RODS ° °d \° (TYP) R ° R ° \\/ —� d ° d \/ i S _ 2 TURNBUCKLES i TYPE A THREAD 6" 0.19*S �Ql i d d ° d ° O O d d / d d d w i ° d ° d ' Q] TYPE B BLOCKING ° d ? i FOR 45' VERTICAL BENDS . ° a Ca j N VB S ld L n c ° 44 d i 4 W z W p W 0 O CD w J d Z Z m Y 1n d. W H Y � p^ L J d.. ° d - pN mw wU U Q �1n Or N ZW W— JW Zp ="W ��W .-d. W U !Y a Q C J m 0 W N p U NZ d p W W W Z OZ Z N �O oz o O � �� ° d H O Q d ° .d 4" 27 3 6., 300 45 64 4 3/4 20 ° d [� d 8" 125 5 ° ° ° d d. a 1 30 ° S i TYPE B 0 CONCRETE BLOCKING FOR VERTICAL STD. PLAN - 330.3 PUBLIC WORKS FITTINGS DEPARTMENT MARCH 2010 i 1 11-1/4' BEND 22-1/2° BEND 45' BEND ' CAP ' TEE 90' BEND ' THRUST BLOCK BEARING AREA IN.SOUARE FEET (SEE NOTES) FOR HORIZONTAL AND DOWNWARD VERTICAL BENDS SOIL FIRM SILT OR COMPACT SAND COMPACT SAND & GRAVEL FIRM SILTY SAND 90' 45' BEND 11 1/4' g0'. 45' BEND 11 1/4' 90' 45' BEND 11 1/4' FITTING BEND TEE CAP OR PLUG & 22 1/2' BEND TEE CAP OR PLUG & 22 1/2' BEND TEE CAP OR PLUG & 22 1/2' BEND BEND BEND nWi 4" 7.0 4.2 4.2 1.7 2.9 2.1 2.1 1.0 2.2 1.6 1.6 1.0 Fn 6" 13.3 9.4 9.4 3.8 6.7 4.7 4.7 1.9 5.0 3.5 3.5 1.4 . w 8" 23.3 1 16.7 16.7 6.7 11.7 8.4 8.4 3.4 8.8 6.3 6.3 2.5 a 12" 53.01 37.51 37.5 15.0 126.5 18.8 18.8 7.5 20.0 14.0 14.0 5.6 a AREAS CALCULATED ON 300 PSI TEST PRESSURE. 3'-0" MIN. COVER FOR WATERMAIN LESS THAN 12". 4'-0" MIN. COVER FOR WATERMAIN 12" OR GREATER. MAX. HEIGHT OF THRUST BLOCK (FT) = 0.5 x DEPTH OF TRENCH MIN. HEIGHT OF THRUST BLOCK (FT) = O.D. PIPE + 1.0' P 1 PRA\ n o\Sj0�8E0 THRUST BLOCK BEARING - AREA REFERS TO THE FACE OF BLOCK MEASURED ' IN SOUARE FEET NOTES: 1. LOCATION AND SIZE OF BLOCKING FOR PIPE LARGER THAN 12"DIAMETER AND FOR SOIL TYPES ' DIFFERENT THAN SHOWN SHALL BE DETERMINED BY THE ENGINEER. 2. ALL BLOCKING SHALL BE POURED IN PLACE AGAINST UNDISTURBED NATIVE GROUND. 3. ALL POURED THRUST BLOCKS SHALL BE BACKFILLED AFTER MIN. 1 DAY. PRESSURE TESTING SHALL OCCUR AFTER CONCRETE HAS REACHED NOMINAL COMPRESSIVE STRENGTH. 4. ALL BLOCKING SHALL BE CONCRETE CL 5 (1-1/2'). 5. BLOCKING AGAINST FITTINGS SHALL BEAR AGAINST THE GREATEST FITTING SURFACE AREA POSSIBLE, BUT SHALL NOT COVER OR ENCLOSE BELL ENDS, JOINT BOLTS OR GLANDS ' REASONABLE ACCESS TO BOLTS AND GLANDS SHALL BE PROVIDED. ' Y CONCRETE BLOCKING FOR STD. PLAN - 330.2 + + PUBLIC WORKS HORIZONTAL AND DOWNWARD DEPARTMENT VERTICAL BENDS MARCH 2010 1 INTO. i A A PLAN VIE i WATER VALVE BOX LID WITH i EARS IN DIRECTION OF 2" SQUARE WATER MAIN AND WORD OPERATING NUT "WATER" CAST INTO IT ' 12` MIN. - 18" MAX. 4" CONCRETE COLLAR FOR VALVES IN PAVED AREAS 4-1/4" DIA. 12' 1/8" MIN. THICKNESS i SEE DETAIL-/ - 2 PIECE CAST IRON VALVE BOX, RICH-SEATTLE TYPE OR OLYMPIC FOUNDRY 1" STEEL LENGTH AS REQUIRED ' 1/8" MIN. THICKNESS 2-1/4" INSIDE MEASUREMENT i 2-1/4" DEPTH VALVE OPERATING NUT i SECTION A-A EXTENSION 1 VALVE OPERATION NUT EXTENSION NOTE: EXTENSIONS ARE REQUIRED WHEN VALVE NUT i .IS MORE THAN THREE (3) FEET BELOW T 3^ FINISHED GRADE. EXTENSIONS ARE TO BE A 38" MIN. MINIMUM OF ONE (1) FOOT LONG. ONLY ONE WIDTH ' EXTENSION TO BE USED PER VALVE. WHITE POST NOTE: ALL EXTENSIONS ARE TO BE MADE 62° OF STEEL, SIZED AS NOTED, AND PAINTED =I =I i WITH TWO COATS OF METAL PAINT. C'It 1 ILi -I 24" VALVE MARKER NOTES: i VALVE MARKERS SHALL BE EQUAL TO CARSONITE UTILITY MARKER VALVE MARKER POST TO BE USED FOR ALL VALVE MARKER POST i MAIN LINE VALVES OUTSIDE PAVED AREAS 1 G�z Y o� STD. PLAN — 330.1 , +O� PUBLIC WORKS VALVE BOX, MARKER & OPERATING � NZo� DEPARTMENT NUT EXTENSION MARCH 2010 13"x24" PLASTIC METER BOX EQUAL TO MID-STATES PLASTIC, y INC. BCF SERIES MSBCF 1324-18 WITH 1.75" THICK DUCTILE. CITY PRIVATE IRON DIAMOND PLATE COVER EQUAL TO MID-STATES PLASTICS, INC. MSCBC-1324-R WITH READER LID AND 2" DRILLED HOLE PIPING PIPING FOR TOUCHREAD PIT.LID (SEE DETAIL A-A) J I IN UNIMPROVED RIGHT OF J WAY INSTALL METER BOX AT ' PROPERTY LINE WITH 12" ' Li LONG COPPER TAILPIECE. w 9" MIN a I SIDEWALK d FINISH GRADE 12" MAX a� r� TOUCHREAD WATER > METER TO BE o SUPPLIED BY THE 12 z a 36' MIN COVER 7 CITY i> TYPE "K" SOFT o COPPER TUBING 22-1/2- NEW DUCTILE IRON ' WATERMAIN IF SERVICE LINE TO HOUSE IS 3/4" OR 1" TO BE INSTALLED IN THE FUTURE GALVANIZED INSTALL FORD C14-33 OR 44 FIPT PLUG x COMPRESSION COUPLING LOOP DOWN TO CENTERLINE OF WATER MAIN TO PROVIDE SLACK IN COPPER COPPERSETTER FOR 5/8"x3,4" METER: FORD SERVICE LINE TO METER, VBH72-15W-44-33G, OR MCDONALD BRASS: 21-21SWC0033, OR ' MUELLER: 3/4-B-2470-2 WITH ANGLE BALL VALVE ON INLET AND SINGLE CHECK VALVE ON OUTLET CORPORATION STOP WITH BALL VALVE. FORD COPPERSETTER FOR 1" METER: FORD VBH72-15W-44-44G, OR TAPERED THREAD (CC). QUICK JOINT McDONALD BRASS: 21-415WC0044, OR MUELLER: 1-B-2470-2 (3/4" FB1000-3-0) OR AY MCDONALD 4701B BOTH INLET AND OUTLET WITH QUICK JOINT. PADLOCK WINGS ON (1" FB1000-4-Q) OR AY MCDONALD 47016 INLET ANGLE BALL VALVE AND SINGLE CHECK VALVE ON OUTLET. ALL FITTINGS SHALL BE WITH QUICK JOINT. NOTE: ALL METER BOXES INSTALLED WITHIN CONCRETE OR PAVED DRIVEWAYS SHALL BE CAST-IRON EQUAL TO OLYMPIC FOUNDARY. EXPANSION JOINTS MUSH BE INSTALLED ON BOTH SIDES OF METER BOX. A — A DRILL 2" DIA. HOLE FOR. AMR (AUTOMATIC METER READ) TOUCHREAD DEVICE L _ 2-1/2" MIN. FROM NEAREST ' ' AND FRONT EDGE OF PIT LID F TYPICAL ' RIB NOTE: THE CENTER OF THE ,HOLE MUST BE AT LEAST 1" FROM UNDERNEATH RIBS UNLESS THE RIB SPACING ALLOWS THE NUT TO TIGHTEN AGAINST THE OPEN SIDE OF MORE THAN ONE RIB. ' Gray 3/4" AND 1" WATER SERVICE STD. PLAN - 320.1 +O+ PUBLIC WORKS DEPARTMENT MARCH 2010 MARKER MARKER MARKER I 4 TWO LANE ROAD OFFSET ON SIDE STREETS WHERE THE MARKER TO INDICATE HYDRANT IS WITHIN 20' OF A , WHICH SIDE OF STREET MAIN TRAVELED STREET, THE HYDRANT IS ON (4" FROM MARKER IS TO BE INSTALLED DOTS OR PAINTED LINE) ON THAT MAIN STREET i MARKER MARKER ' ° e FOUR LANE ROAD OFFSET FIVE LANE ROAD OFFSET MARKER TO INDICATE WHICH MARKER TO INDICATE WHICH , SIDE OF STREET HYDRANT IS SIDE OF STREET HYDRANT IS ON (4" FROM DOTS OR ON (4" FROM DOTS OR PAINTED LANE DIVIDER) PAINTED LANE DIVIDER) HYDRANT MARKERS t 7" � 4' RAISED PAVMENT MARKER TYPE 88 AB STIMSONITE TWO—WAY (BLUE) , Gtiz Y STD. PLAN - 310.3 , PUBLIC WORKS ¢ + DEPARTMENT HYDRANT MARKER LAYOUT MARCH 2010 ' FIRE HYDRANT SHALL BE COREY—TYPE EQUAL TO IOWA F-5110 OR COMPRESSION TYPE SUCH AS CLOW MEDALLION; M & H 929, MUELLER SUPER CENTURION 200, AND WATEROUS PACER WITH 6" MECHANICAL JOINT INLET WITH LUGS. 5-1/4" MAIN VALVE OPENING. TWO 2-1/2" HOSE CONNECTIONS NATIONAL STANDARD THREADS. 4" PUMPER CONNECTION CITY OF SEATTLE THREADS WITH A STORZ ADAPTOR, 4.875" SEATTLE THREAD X 5" STORZ, ATTACHED WITH 1/8" STAINLESS STEEL CABLE. 1-1/4" PENTAGON OPERATING NUT. FIRE HYDRANT TO BE PAINTED WITH TWO COATS OF PAINT. KELLY—MOORE/PRESERVATIVE PAINT No. 5780-563 DTM ACRYLIC GLOSS, SAFETY YELLOW OR APPROVED EQUAL. PUMPER CONNECTION TO FACE ROADWAY OR AS �. DIRECTED BY RENTON FIRE DEPARTMENT. FIRE HYDRANT EXTENSION TO BE USED IF REQUIRED. MIN. 18" TO 20" BEHIND BACK OF CURB OR 12" BEHIND BACK OF 3' SIDEWALK THAT IS ADJACENT TO 1 CURB 4.875" x 5" STORZ TWO—PIECE CAST IRON VALVE BOX WITH LUG 5'x5'x6" THICK CONCRETE PAD AROUND TYPE COVER. EQUAL TO OLYMPIC FOUNDRY CO. HYDRANT. FINISH TO MATCH SIDEWALK. STANDARD 8" TOP SECTION WITH REGULAR BASE �° EXPANSION JOINT AT SECTION LENGTH TO FIT. VALVE NUT EXTENSION 2'. BACK OF SIDEWALK AS REQUIRED. _ �CONCRETE SIDEWALK RAISED PAVEMENT MARKER TYPE 88—A OR PLANTING STRIP /� / STIMSONITE TWO—WAY BLUE REFLECTIVE 36" MIN COVER LL CONCRETE BLOCKING r � CONCRETE r r r� THRUST BLOCK r r MAIN LINE TEE. WITH 6" FLANGE SIDE OUTLET. 6" GATE VALVE (FL X MJ) AWWA C-509, RESILIENT SEAT 6" DUCTILE IRON PIPE, CLASS 52 CEMENT LINED, LENGTH TO FIT 2-3/4" COR—TEN STEEL TIE RODS. 16" x 8" x 4" MININUM 1/2 YARD OF 1-1/4" WASHED DRAIN ROCK CONCRETE BEARING 1' ABOVE BOOT FLANGE. PLACE 8 MIL BLOCK UNDER HYDRANT POLYETHYLENE FILM AROUND TOP AND SIDES OF GRAVEL. FIRE HYDRANT ASSEMBLY LEVEL ALL GROUND LEVEL ALL GROUND MIN 3' RADIUS MIN 3' RADIUS o 1 ONE MAN ROCK C O6 1 1 1 6" CONCRETE PAD IIP// /6" CONCRETE PAD CUT FILL ' HYDRANT LOCATION IN CUT OR FILL Y +�A �+ PUBLIC WORKS FIRE HYDRANT ASSEMBLY STD. PLAN - 310.1 A DEPARTMENT MARCH 2010 1 1 TEMPORARY 2" GALVANIZED PIPE , AND 2" GATE VALVE FINISHED GRADE ELEVATION .... �\��� �/� INSTALL 2" PLUG ON TOP BLIND FLANGE AFTER REMOVAL OF POLYPIG 3 FT MIN' COVER (10-INCH DIAMETER AND UNDER) 4 FT MIN. COVER (12-INCH DIAMETER AND OVER) NEW WATER MAIN POLYPIG ^ ^. VERTICAL CROSS FOR POLYPIGGING STATION: SIZE OF VERTICAL CROSS SHALL BE THE SAME AS SIZE OF MAIN LINE VERTICAL CROSS (MJ X FL) ONE BLIND FLANGE ON TOP OF CROSS WITH 2" TAP & 2" TEMPORARY BLOW-OFF ASSEMBLY (REMOVE BLOW-OFF ASSEMBLY AND INSTALL 2" PLUG AFTER REMOVAL OF CLEANING "POLY-PIG") ONE BLIND FLANGE ON BOTTOM OF CROSS . ONE PLUG (MJ) ON END OF CROSS CONCRETE BLOCKING ALL DEBRIS AND POLYPIGS SHALL BE REMOVED FROM SUMP OF VERTICAL CROSS BEFORE DISINFECTION OF NEW WATER MAIN , �Y - , +® �+ PUBLIC WORKS POLY PIG STATION FOR CLEANING OF STD: PLAN 300.6 DEPARTMENT WATER MAINS ��NTO� MARCH 2010 t WATER PLAN GENERAL NOTES Standard Plan No.300 ' 1. ALL WORK AND MATERIALS SHALL BE IN ACCORDANCE WITH THE LATEST EDITION OF THE CITY OF RENTON PUBLIC WORKS STANDARD SPECIFICATIONS AND SPECIAL PROVISIONS AND WSDOT/APWA STANDARD SPECIFICATIONS,LATEST EDITION AS AMENDED BY THE CITY OF RENTON. A SET OF CITY APPROVED PLANS SHALL BE KEPT AT THE JOB SITE WHENEVER CONSTRUCTION IS IN PROGRESS. A PRE-CONSTRUCTION CONFERENCE SHALL BE HELD PRIOR TO THE START OF CONSTRUCTION.THE CONTRACTOR AND OR DEVELOPER SHALL BE RESPONSIBLE FOR SECURING ALL NECESSARY PERMITS PRIOR TO CONSTRUCTION. 2. ALL EXISTING UTILITIES SHALL REMAIN IN SERVICE DURING CONSTRUCTION UNLESS OTHERWISE NOTED. THE CONTRACTOR SHALL CALL 1-800-424-5555 TO VERIFY UTILITY LOCATIONS BEFORE BEGINNING EXCAVATION. 1 3. ALL MATERIALS USED FOR THE CONSTRUCTION OF WATER SYSTEM IMPROVEMENTS SHALL BE NEW AND UNDAMAGED,AND "CATALOG CUTS"FOR ALL MATERIALS SHALL BE APPROVED IN WRITING BY THE CITY OF RENTON PRIOR TO BRINGING ANY MATERIALS ON-SITE. 4. ALL WATER MAIN PIPE MATERIALS SHALL BE CEMENT LINED DUCTILE IRON PIPE,THICKNESS CLASS 52 PER AWWA C 151 AND C - t 104. PIPE JOINTS SHALL BE PUSH-ON OR MECHANICAL JOINT. CAST IRON OR DUCTILE IRON PIPE FITTINGS SHALL BE CLASS 250 AS PER ANSI/AWWA C110/A21.10-82. ALL DUCTILE IRON PIPE AND FITTINGS SHALL BE WRAPPED WITH 8-MIL BLACK,TUBE-TYPE, POLYETHYLENE PLASTIC PER AWWA C105 STANDARDS. 5. MINIMUM COVER FROM TOP OF WATER MAINS TO FINISHED GRADE SHALL BE 36 INCHES FOR PIPE DIAMETER OF 10-INCH OR LESS AND 48 INCHES FOR PIPE DIAMETER OF 12-INCH AND LARGER. MAXIMUM COVER FOR ALL WATER MAINS SHALL BE 60 INCHES. ANY DEVIATIONS MUST BE APPROVED BY THE CITY OF RENTON PRIOR TO CONSTRUCTION. WHERE UTILITY CONFLICTS OCCUR, THE PROFILE OF THE WATER MAIN SHALL BE ADJUSTED AS NECESSARY TO CLEAR CONFLICTS AND TO PROVIDE MINIMUM COVER, PIPE DEFLECTION SHALL NOT EXCEED ONE-HALF OF PIPE MANUFACTURER'S SPECIFICATION FOR SIZE OF PIPE USED. ALL TRENCH BACKFILL SHALL BE COMPACTED TO 95 PERCENT MAXIMUM DRY DENSITY AS DETERMINED BY THE MODIFIED PROCTOR TEST METHOD(M DD)IN ROADWAYS,ROADWAY SHOULDERS, ROADWAY PRISM AND DRIVEWAYS,AND 85 PERCENT MDD IN UNPAVED ' AREAS. ALL PIPE ZONE COMPACTION SHALL BE 95 MDD. 6. CONCRETE BLOCKING FOR WATER MAINS SHALL BE DESIGNED,INSTALLED AND POURED IN PLACE IN ACCORDANCE WITH CITY OF RENTON STANDARD DETAILS AND SPECIFICATIONS AND SHALL BE INSTALLED AT ALL VERTICAL AND HORIZONTAL BENDS,FITTINGS t AND BASE OF HYDRANTS. MEGA-LUGS(OR SIMILAR PRODUCT)MAYBE REQUIRED ON ALL MECHANICAL JOINTS IN ADDITION TO CONCRETE BLOCKING. t 7. ALL NEW WATER MAIN PIPES AND FITTINGS SHALL HAVE A FOAM PIPE PIG RUN THROUGH THEM PRIOR TO BEING FLUSHED, DISINFECTED,AND TESTED. CLEANING,PRESSURE AND PURITY TESTING SHALL BE DONE IN THE PRESENCE OF AND UNDER THE SUPERVISION OF A CITY OF RENTON UTILITY INSPECTOR. THE CONTRACTOR SHALL SUPPLY,INSTALL AND REMOVE PLUGS, CORPORATION STOPS, BLOW-OFF ASSEMBLIES,AND THRUST RESTRAINT/BLOCKING FOR TESTING AND PURITY ACCEPTANCE. NO CONNECTION SHALL BE MADE BETWEEN THE NEW MAIN OR BETWEEN THE NEW WET-TAP VALVE TO AN EXISTING MAIN UNTIL THE NEW PIPING HAS BEEN FOAM-PIGGED,DISINFECTED,FLUSHED,AND PASSED BOTH PRESSURE AND PURITY TESTING. 8. NEW WATER MAINS INCLUDING SERVICE LATERALS SHALL BE TESTED AT A STATIC PRESSURE OF 150 PSI ABOVE WORKING ' PRESSURE WITH A MINIMUM OF 225 PSI TEST PRESSURE FOR 120 MINUTES WITH A MAXIMUM OF 5 PSI PRESSURE DROP DURING THE ENTIRE TEST PERIOD.UPON SATISFACTORY COMPLETION OF THE PRESSURE TEST,THE LINE SHALL BE DISINFECTED,FLUSHED, AND THEN WATER SAMPLES SHALL BE TAKEN FOR PURITY TESTING BYTHE PUBLIC WORKS INSPECTOR. 9.. THE CONTRACTOR SHALL NOTIFY THE CITY OF RENTON WATER UTILITY AND MAINTENANCE DEPARTMENTS AT LEAST 10 WORKING DAYS PRIOR TO MAKING CONNECTIONS TO THE EXISTING WATER SYSTEM.THE CONTRACTOR SHALL EXPOSE THE EXISTING WATER MAIN AND FITTINGS AT THE CONNECTION POINT BEFORE ORDERING THE NECESSARY ADAPTORS AND FITTINGS REQUIRED FOR THE FINAL CONNECTION. THE CONTRACTOR SHALL EXCAVATE,REMOVE ALL SURFACE MATERIALS,AND PROVIDE SHORING AND ALL MATERIALS REQUIRED FOR THE CITY OF RENTON TO PERFORM THE CONNECTION TO THE EXISTING WATER SYSTEM. THE CONTRACTOR SHALL PROVIDE AND INSTALL BACKFILL,CONCRETE BLOCKING,AND COMPLETE SURFACE RESTORATION. t Y STD. PLAN - 300.0 + PUBLIC WORKS DEPARTMENT WATER P GENE L. NOTES "Piro,TO MARCH 2010 t i 1 1 �1 1 t MINIMAL DISTANCE TOP SOIL NEEDED TO INSTALL BLOCKS STABLE EXCAVATION i SLOPE IN DENSE SOIL COMPACT TO DENSE AND UNYIELDING CONDITION. 1 N BACKFILL SHOULD BE PLACED AND COMPACTED 4 ° ovng AS BLOCK ARE PLACED. BACKFlLL• CLEAN, CRUSHED ROCK, MEETING THE GRADATION fine REQUIREMENTS OF SECTION 9-03.9(3) OF THE 2010 WSDOT n n lip.° o STANDARD SPECIFICATIONS. 0 e DIAMETER PERFORATED PLASTIC PIPE WITH °Opn°°°oo POSITIVE DRAINAGE TO THE NEW BIOSWALE. ALL LOOSE SOIL AT ROCKERY FOUNDATION SHALL BE OVEREXCAVATED AND REPLACED WITH COMPACTED BACKFlLL AS DESCRIBED ABOVE. THE EXCAVATION SHALL BE KEPT FREE OF WATER AND SHALL BE A MINIMUM 6' DEEP FOR ALL AREAS UNDER THE WALL. I TYPICAL WALL SECTION NOT TO SCALE i 1 DWG. NAME: WALL DET �I "BAND-IT BRACKET" OR APPROVED EQUAL 3 � I EDGE OF TRAVELED ROADWAY 30' -I 90' 3 3.. FOR REFLECTORIZED SIGNS: MOUNT FACING 3' OUTWARD IF SIGN IS WITHIN 30 FEET OF ROADWAY SIGN FACE ORIENTATION MOUNTING ON METAL POLE 2' MIN. TO EDGE OF SIGN 4"x4" PRESSURE TREATED POST 5/16"x2-1/2" GALVANIZED j LAG SCREWS WITH GALVANIZED WASHERS. i 12' 7' MIN I TYPICAL TO BOTTOM OR AS OF SIGN ! REQUIRED 30" MIN. REPLACE TO MATCH EXISTING \ADJACENT MATERIAL COMPACTED SELECT FILL MATERIAL MOUNTING ON WOOD POST SIGN MOUNTING ON SINGLE WOOD OR METAL POST RY ADOPTED . � + CITY OF RENTON ....--....._.. STANDARD PLANS N�O LST DATE:April 2004 DATE I REVISION BY tl PR'D DWG. NAME: GR01 SP PAGE:GO 10 T.a .s a .N N Q. p' G-Y. Z Z d N o,� 111 t- � ��.�� o� � s' }u1. b � A'• �7s o'.o l7 10 g LL Q Q IIS Z51 11 21 C c F- � sc:.It art 7C it mmm`$ m so � r 'o o:.maua °m ♦4 . � ru am a �� mb mg Y CK � z Ep E�� yto v�fo 0.2 Ali •� S� U� ' 4yt w� b i _ — — — � g z g � 1 z b _ znggn 0 jig Rd Of LC Pli a N d 3>r4 r ` pis ¢ >t;fl'IEl3f10MON1.A9 tiMtllq �v�oiar�avwoioswarr..r�a�r w, �'������y��.y''�.,�� - rvwwam.�r����s.+•sr a, 1 h- C :La V► � OCr wua sty O p i0 V � a ♦ 4 � if _ �d � ~ ♦ r UM Id ~ O .H 6 t• pp I F t s.•� .'�. { I g- tm zi ,tom. °tpu� r 1 _ 13gii IBWN330 IMAU gigg- 4 ' - ----4– rT ,'s�•- �— X70. 2 � 2 i� ^�F�'a ,��.a,'�r-� I Ts aniiMOw--A9NMYtl0 Lz ' i �F hI i 1 i - 'lt9�v3u��¢iMFTAYwI.WY TW L1tl � A os�•1...Y.o p o �+ Rf.LV lvecMYY MM Zen ^' Z O d o LL W O Z Y 3 <a W 2 W °{ m zm Y ¢� m m .0-2 v c m c 0 W - - - — _ o e <� v 6 _ ... _.. 90 CI !q r.. ' W o W a O H _ O cl _ m� mmBma f 6 IN F m T in N {Q'•N O UY x Y �o = mCm iV (�m Y O O 48 I. .0 �'8 A-b Ba a x aY m 9 W7 UA IN J ..__. ..... ..:._. ....._.._.._ ..._ _........ .... ........ ..__........ _.__. ....:..._ .. _.._. ..._.. _..... ....._ ...__.__._........ ---..__.—_-__—_—_._.. a n -------------- APPROACH LINE : : 0 : : :�: : : : @ : �8" 24' — 4" WHITE TYPE '1' LINE MARKERS 4" WHITE TYPE 'll.e' LINE MARKERS (REFL.) NUMBER AND LOCATIONS OF ARROW LINE LENGTH ARROW LOCATIONS R APPROACH APPROACH z 20'-50' 1 ARROW (20' BACK FROM CROSSW OR STOP BAR) 50'-125' 2 ARROWS(20' BACK & END OF PROACH LINE) 125'-300' 3 ARROWS(20' BACK, MIDWAY END OF LINE) ARROWS OVER VER 300' AT 100' INTERVALS SKIP S I A PROACH LINE 9' 15 3'� 4" W E PE 'I' W LINE M ERS 4" HITE T 'lie' E MARKERS EFL.) LANE LIN 9' 15' WHITE YPE LINE MARKE 4" WHITE TYPE LINE MARKERS (RE CHANNELIZATION MAKERS DETAIL 2Y p ADOPTED CrTy OF RENTON .......... STANDARD PLANS LST DATE:04/04 DATE REVISION I By�pwp DWG. NAME: H002 SP PAGE:HO02 I I CENTER LINES • • • • • • • • : • • • • • • • •-T 3 4" YELLOW TYPE 30' LINE MARKERS DOUBLE YELLOW CENTER LINE 4" YELLOW TYPE 'Ild' LINE MARKERS (REFL.) 9' 15' 3' 4" YELLOW TYPE 'I' LINE MARKERS SINGLE SKIP YELLOW CENTER LINE 4" YELLOW TYPE 'lid' LINE MARKERS (REFL.) I i TWO-WAY LEFT TURN ANE • • ® • • • • • • • • • • • • • �L4„ �— g' 15' 4" YELLOW TYPE 'Il INE MARKERS (REFL.) 12' 4" YEL TYPE ' ' LINE MARKERS NUMBER OF 2-WAY LEFT TURN ARRO S SPEED LIMIT 25 MPH ----- 200' O.C. SPEED LIMIT 30-35 MPH -- 250' O.C. SPEED LIMIT 40-45 MPH -- 300' O.C. CHANNELIZATION MARKERS DETAIL tiTY p ADOPTED O• CITY OF RENTON Aj q 0 LST DATE:04/04 DATE I REVISION BY APPR'D DWG. NAME: H001 SP PAGE:HO01 x .. . r mp f I;� W " A � w i t tx I ca_ to ok iv ` . flit vt O c �� fftrJ ^s r may., MIR FF. �N o DSO d',9g O li`7 W N ZZaN ice ` ' y ' T 6 �' -Za ° z my Q 4 i , pm 1 � s Aw 3 - S � t V r iF `ids S p c y;dam.a R+ Fr 4.,,s • ,�fir` °°; ��t������� �'��s` .�� ---+- – _ ----- — _.... ..... ... .._.. _ -- -- --- ._...... ................. .. - ------" ---- 'r ti � t § 01 81dtl3 IM W WAYNO .av w �r�rr�r.riaerwwrii�as d 'a-. -tA a: xi"ll f t f A Xgg`M^�- - g may.bl .. 5 �• �+ ° 0 4i� o 8ggyifl. N _ 7. 2,:. .Z FLi Q V2 32 0 Sa �II '! • �� 4 X3'^5'{ � F @ c ai.°rya 2c ovl- y W � gg� �' � k w k d'��.' i'.3��� L 3�.+2+`cr'✓i`y*'W :i Xi w � C O } ; CL Rkl I, . 4 � w �: � G` .�� �,fie 1 � L � t � yQy { r`y�•r.` 'rs,? eft.:4 sk r --- --... ........... .......... -- -- I m _'E m o m E r E as C=W Z Z ��ER Ira? s t7 Z auo r F c € a m�a m'm °mw z 2P fo o �o i w m c�� cad d 12 S o o w� s P od0 �1r� f ma I-:!Q _ m C s .Eat Em2 o a z z Z Z Y 9 ° C E�`emv m�� $ ma C1 F- ► c 1Am me p = H m m '._ F No F 1L C O m m rl� J Z t0 R Z O m Z N �> Z Z 2 C O•• r O�ul us gm Q r0) o J U o t�up1 Z U NW� 2Q QU W pJ ZF Z, G+ W k 9 w�Y U U p ono 'm ZY °wr3 fo LLW W� S2-j W °� mg4�y wp w ¢ D p_ W• � �LL U � Yill N r Z w ¢0 � 6N y ap z N6 MWA _2 J Jgo r aF0 S� p =zI aw " e xZP LLW r rw ¢ - O S LL K oLL v p s _ °w3 v a m o 0 N W�� Z f9 - W W g = 0w b r Z b F m O S� -Ay, O F W O Wa J g nZ CD_ ..._..-_ SN ...... __. ...._.. _.. .............—__-- ___.—__.____.___ ...._ ...� .... _ LL...... m...— _.._...... _._.._.......... n3aan Na3A;AS Nmwo � w Y �.fq Ymmuwanvnao�aro��.ror wu n O � owerrav Ww.w mm p m w w 0Z:3 � O a = cc R4 LU 0 4S D W ���R �vg41 a W q v+st F Do t� ° oo j 8 k o ug O F d Z X Vr c O Q m J W Cd N w J p sv � LL O h$ i UK L 01:,c a Z< € w U)•� I 4ma- 3W * E8 m c� Z a �m z �¢ r LLU..Z U) '1► -0 m m O ¢ M 9 r� E�i a .e Mm m Ud ¢ 8 � m� W vi'■ w w u0 m" '¢"z o Or F H p� f3 W Wm W m W 8 O JQQO Z O Nd WZOd j at a D �LL w ¢¢ n a z 7+w WN �y C W yGm 0 00.1 «W `jQ C O0 iC L W "° o w a Qo .¢ `o� Y z3 F Q�a¢ U a� wo Z r cV ti o 1A ¢ I O O QQY wry ac S m 4 LL 6 G O • � b O w Si w w Z rz C z w� d z z� W m N W f W J O $ f m a W W n g U V W .J Ir W aw o o O = — g � N Z_ W J O = Wxa v K � U a 3 0 q � p m 9 f Y O Y O O IL m W. w W 0 3 Q 2 MR =ow Y. o c G �-�V ■ p w U IL z 'm ig $ v s�o� a. W o 'mom z_ a co Z W S ?LL Z W ' G H LL EN W a U. p n a J e F � Y � e a S j5 <a> Namnae vM3E'A9 wVlvtla i I _. ... ............ ...__..,. .,._._.._...._..-......._..__._........._._.-..--._.._..... -- -- ----------------............----- ---- ._.._._..----� ° zoo ,» m e T N N W0 W~ G o 0 c c v m a to e o Z J 2 M c y -0Z1, -61 1(o J f t LL V C W (al l E m�m ca 'o @o x x x x rc fa ¢ OC' E�8 as = o O = mao �_ $ a w °I a JLL I- Z 3 �If �Q a m �� O S p N w oZ z LLZ Fy \I►' EO .N. O' Z N Oa W J Em ma t rn mo V 2 w mz � w IL mN N 72 N N z� °O .Z l0 O (n L m O a N o o 6 N W n tj W a 6 a w a N~ NY �-$c 0 0 e:Z a m O C N S ¢ ¢ ¢ 2 V N IL m t o`c < m N � m¢° 4...a m z5 m y LL mw m m m � W W N mZ0 Z d fd o z QQ��Q f LLN a° s O Q i ° �f°z a NO 3�QW UA U. LL m m G W -U2 d9M. WooPlx d' $ g K z a6 °w 9. o a t w � Z N n LL LL ! mo W 4 F t Y O V O O S 4 p Z W F a o z 9 It g y p W rp� Z ¢w ~$iNa O LLN O NjQNpW �� ® O O= Al ow O� dw ■ N IC md � S cc Ir ,r + d ~ z Q g + s3m � 6 '. Nr�sHnris vrai3:ae rw�vaa 11-1/4° BEND 22-1/2" BEND 45' BEND _ _" CAP'. 1 TEE 90° BEND THRUST BLOCK BEARING AREA IN SOUARE FEET (SEE NOTES) FOR HORIZONTAL AND DOWNWARD VERTICAL BENDS SOIL FIRM SILT OR COMPACT SAND COMPACT SAND & GRAVEL FIRM SILTY SAND 90' 45' BEND 11 1/4* 90' 45' BEND 11 1/4' 90' 45' BEND 11 1/4' FITTING BEND TEE CAP OR PLUG & 22 1/2' BEND TEE CAP OR PLUG & 22 1/2' BEND TEE CAP OR PLUG & 22 1/2' BEND BEND BEND N 4" 7.0 4.2 4.2 1.7 2.9 2.1 2.1 1.0 2.2 1.6 1.6 1.0 zn- 6" 13.3 9.4 9.4 3.8 6.7 4.7 4.7 1.9 5.0 3.5 3.5 1.4 w 8" 23.3 16.7 16.7 6.7 11.7 8.4 8.4 3.4 8.8 6.3 6.3 2.5 a 12" 53.0 37.5 37.5 15.0 26.5 18.8 18.8 7.5 120.0 14.0 14.0 5.6 AREAS CALCULATED ON 300 PSI TEST PRESSURE. 3•-0" MIN. COVER FOR WATERMAIN LESS THAN 12". 4'-0" MIN. COVER FOR WATERMAIN 12" OR GREATER. MAX. HEIGHT OF THRUST BLOCK (FT) = 0.5 z DEPTH OF TRENCH - MIN. HEIGHT OF THRUST BLOCK (FT) = O.D. PIPE + 1.0' FL--- J i i 4 ? a THRU I \ n aOEO E S AREA REFERS KTOETHE Q FACE OF BLOCK MEASURED IN SQUARE FEET NOTES: 1. LOCATION AND SIZE OF BLOCKING FOR PIPE LARGER THAN 12"DIAMETER AND FOR SOIL TYPES DIFFERENT THAN SHOWN SHALL BE DETERMINED BY THE ENGINEER. 2. ALL BLOCKING SHALL BE POURED IN PLACE AGAINST UNDISTURBED NATIVE GROUND. 3. ALL POURED THRUST BLOCKS SHALL BE BACKFILLED AFTER MIN. 1 DAY. PRESSURE TESTING SHALL OCCUR AFTER CONCRETE HAS REACHED NOMINAL COMPRESSIVE STRENGTH. 4. ALL BLOCKING SHALL BE CONCRETE CL 5 (1-1/2"). 5. BLOCKING AGAINST FITTINGS SHALL BEAR AGAINST THE GREATEST FITTING SURFACE AREA POSSIBLE, BUT SHALL NOT COVER OR ENCLOSE BELL ENDS. JOINT BOLTS OR GLANDS REASONABLE ACCESS TO BOLTS AND GLANDS SHALL BE PROVIDED. ti� o CONCRETE BLOCKING FOR STD. PLAN - 330.2 + PUBLIC WORKS HORIZONTAL AND DOWNWARD DEPARTMENT VERTICAL BENDS MARCH 2010 i CITY OF RENTON DEPARTMENT OF PLANNING, BUILDING & PUBLIC WORKS s'-0" 2" i t N N ,PROJECT NAME - I 2: I �SE:VfIIERIWA S ,.� � I 4" � I I � " F D;BY: CITY OF F�'ON-IJT�TY SYSTEMS I 3" .4- CRY;CONTACT: (TF�: orj 2" I I 3" 2 CONTRACTOR;. 3~ z T ~ S -1VIONTFI/YEAR TO MON IMAR, I 3" g I 4'-0"xB'-0"x1/2" EXTERIOR PLYWOOD 12" (SMOOTH BOTH SIDES, ABX) 2"x4" DIAGONAL BRACE DOUGLAS FIR STD. OR BETTER O 0 iw 4"x4"x14'-0" i, o AfVERTICAL POST 00 TREATED (TYP.) 0 t i•� NOTES: 1. PAINTING. THE FACE AND EDGES OF THE 1/2 INCH PLYWOOD SIGN BOARD SHALL HAVE ONE PRIME COAT AND TWO COATS OF EXTERIOR ENAMEL. THE POSTS, BRACES AND BACK OF SIGN BOARD SHALL HAVE ONE COAT OF PRIMER AND EXTERIOR ENAMEL THE BACKGROUND COLOR IS WHM 2, LETTER TYPES, THE LETTER TYPE SHALL BE SOLID HELVETICA MEDIUM EXCEPT THE LOGO WHICH WILL BE PROVIDED BY THE CITY. ALL LETTERS AND NUMBERS WILL BE BLACK. 3. LETTER SIZE. 4" LETTERS ARE 1/2" WIDE; 3" LETTERS ARE 3/8" WIDE; 2" LETTERS ARE 1/4" WIDE APPROVED BY: DETAIL DATE: 04/10/06 PROJECT SIGN D SHEET: 1.0 SUP JOINTS CORNERS SEE DETAIL B 6" 8' MAXIMUM RADIUS 8" SEE NOTE OF UBC SEC. 509.3 1 1/2" DIA. STD PIPE 4" MAX. 3/4" DIA' STD PIPE 4 N " \ WALKING • SURFACE SEE DETAIL A 1 1/2" DIA. STD PIPE SUP JOINTS TOP OF WALL 5" OR SIDEWALK 3" SLOPE TO DRAIN m a R v c ; 8" S2 N 4 •' l\�� NON—SHRINK CD j / GROUT ��. .�16 GA GALV. 0 3 STEEL SLEEVE " (3" DIAL) 1" DETAIL A DETAIL B i o 1 1/2" STD. PIPE { TYP. O EACH POST 3/4' SCH 40 (STD PIPE) 1/4 FOR ALL RAIL N BALUSTERS INSERTED SECTIONS S IN HOLE.AND TACK WELDED OPPOSITE TRAFFIC . ! ° 1. MATERIAL FOR PEDESTRIAN HANDRAIL SHAM BE rn HOT DIPPED GALVINIZED STEEL (ASTM 120) AS c . APPROVED BY THE DIRECTOR. V 2. PROVIDE SUP JOINTS 24 FEET ON CENTER MAXIMUM. x 7 3. MAXIMUM OF 4" CLEAR SPACE BETWEEN BALUSTERS. 4. REFER TO SPECIFICATIONS FOR ADDRIONAL J MATERIAL INFORMATION. co o RAILING z z ui DWG. NAM.E:.RAILING DET i i ASPHALT CONCRETE OVERLAY SAW CUT SHALL BE VERTICAL 2" MIN. AND IN STRAIGHT LINES AS CEMENT DIRECTED BY THE ENGINEER REMOVE LOOSENED TRIM CONCRETE EXISTING CONCRETE ASPHALT VERTICALLY PAVEMENT 3/4"DIA. X 12" LONG DOWEL EPDXY COATED DOWEL BARS BAR @ 18" ON CENTER 6" MIN. ON ALL FOUR SIDES 6" EXISTING RIGID BASE* MIN. 12" MIN 12" (-' — COMPACTED TRENCH BACKFILL COMPACTED CRUSHED SURFACING AS DIRECTED BY THE ENGINEER TOP COURSE. i 1 CUT AND PANEL REPLACEMENT DETERMINATION: FULL CEMENT CONCRETE PANEL REPLACEMENT: FOR CEMENT CONCRETE SURFACE STREETS, THE MINIMUM RESTORATION SHALL BE FULL PANEL REPLACEMENT, IF ONE OR MORE OF THE FOLLOWING CONDITIONS EXIST: Less than ten (10) yrs old Ten (10) yrs or older Additional Requirements Local Access without Bus Route No No Local Access with Bus Yes Yes Route Intersection (All Yes Yes Plus one panel beyond Streets) the curb return 40% Removal Yes Yes Excellent Condition (based on visual and/or Yes Yes non—destructive testing) Principal, Minor, Yes, If twenty—four (24) Yes, If twerity—four (24) Collector Arterial and square feet or more of square feet or more of all streets in CBD any panel needs to be any panel needs to be and all bus route patched patched *CDF BACKFILL MAY BE USED IN LIEU OF RESTORING EXISTING RIGID BASE AT THE DISCRETION OF THE ENGINEER. TYPICAL PATCH FOR RIGID PAVEMENT PAVEMENT PATCHING AND RESTORATION DETAIL �tiZY p� ADOPTED CITY OF RENTON STANDARD PLANS LST DATE:04/04 DATE REVISION BY PPR, DWG. NAME: H033 SP PAGE: H033 i�4N� z DOmw V�� Q 0 w m �On�yma D ��J n y O Z SN Oyu I 1 I I I D - \ iii y p o Z ,\- In�O�pm O O� Zo i 8v Q S � , Z 0 0 � .o, D.., m IAIN. MIN. D s ° --_ D oy O m -p IIIN. a m U3 Im, �✓ _ m$ om \i\\ CJ- -k(4 ti E � TnT C`QN om uo--�i x x v x m 3 0 0 O PLAN ISOMETRIC 12"MIN , o L/2 L II 3" 71 F-1 45° --� -- 3l4"DIA.SMOOTH BAR 4"MAX.(TYP) , PIPE COUPLING /SPOT WELD BARS TO AT LEAST 2 END VIEW CMP OR CPEP SMOOT CORREGATIONS OF METAL PIPE (TYP) INTERIOR BOLT TO CPEP SMOOTH INTERIOR PIPE. SIDE VIEW NOTE: 1. This debris barrier is for use outside roadways on pipes 36"dia.and smaller. 2. See drawing 223.10 for debris barriers on pipes projecting from driveways or roadway side slopes. 3. All steel parts must be galvanized and asphalt coated. (Treatment 1 or better). 4. CPEP-smooth interior pipe requires bolts to secure debris barrier to pipe. ~�Y o STD. PLAN - 223.00 i PUBLIC WORKS DEBRIS BARRIER DEPARTMENT MARCH 2008 L ' 5'MAX. yDRAINAGE GRATE TRIM GRATE FRAME z ¢ a d o ° p SEDIMENT AND DEBRIS d OVERFLOW BYPASS BELOW INLET GRATE DEVICE ° FILTEREDR� 1 WATER 4 4 SECTION VIEW DRAINAGE GRATE -RECTANGULAR GRATE SHOWN RETRIEVAL SYSTEM(TYP.) �. BELOW INLET GRATE DEVICE OVERFLOW BYPASS(TYP.) 1 - ISOMETRIC VIEW NOTES 1. Size the Below Inlet Grate Device(BIGD)for the storm water structure it will service. 2. The BIGD shall have a built-in high-flow relief system(overflow bypass). 3. The retrieval system must allow removal of the BIGD without spilling the collected material. 4. Perform maintenance in accordance with Standard Specification 8-01.3(15). ��Y o PUBLIC WORKS CATCH BASIN FILTER STD. PLAN - 216.30 DEPARTMENT MARCH 2008 J 'I N R z DRIVEWAYS SHALL BE PAVED TO THE EDGE OF R-O-W PRIOR TO INSTALLATION OF THE o Ey'�5�\NGRO / O AVOID CONSTRUCTION ENTRANCE DAMAGING OFF THE ROADWAY IT IS RECOMMENDED THAT THE R=25'MIN. ENTRANCE BE CROWNED SO THAT RUNOFF DRAINS OFF THE PAD OO. ?i2 i INSTALL DRIVEWAY CULVERT IF THERE IS A ROADSIDE DITCH PRESENT,AS PER CITY ROAD STANDARDS 4"-8'QUARRY SPALLS GEOTEXTILE ' 12'MIN.THICKNESS PROVIDE FULL WIDTH OF NOTES INGRESS/EGRESS AREA 1. CONDITION OF USE 1.1. CONSTRUCTION ENTRANCE SHALL BE STABILIZED WHEREVER TRAFFIC WILL BE LEAVING A CONSTRUCTION SITE AND TRAVELING ON PAVED ROADS OR OTHER PAVED AREAS WITHIN 1,000 FEET OF THE SITE. GRAB TENSILE STREBNGTH(ASTM D4751) 200 PSI MIN. GRAB TENSILE ELONGATION'(ASTM 04632) 30%MAX. MULLEN BURST STRENGTH(ASTM D3786-90A) 400 PSI MIN. AOS(ASTM D4751) 20-45(U.S.STANDARD SIEVE SIZE) 2. DESIGN AND INSTALLATION SPECIFICATIONS 2.1. HOG FUEL(WOOD BASED MULCH)MAY BE SUBSTITUTED FOR OR COMBINED WITH QUARRY SPALLS IN ARIES THAT WILL BOT BE USED FOR PERMANENT ROADS.HOG FUEL IS NOT RECOMMENDED FOR ENTRANCE STABILIZATION IN URBAN AREAS.THE INSPECTOR MAY AT ANY TIME REQUIRE THE USE OF QUARRY SPALLS IF THE HOG FUEL IS NOT PREVENTING SEDIMENT FROM BEING TRACKED ONTO PAVEMENT OR IF THE HOG FUEL IS BEING CARRIED ONTO PAVEMENT. 2.2. FENCING SHALL BE INSTALLED AS NECESSARY TO RESTRICT TRAFFIC TO THE CONSTRUCTION ENTRANCE. 2.3. WHENEVER POSSIBLE,THE ENTRANCE SHALL BE CONSTRUCTED ON A FIRM,COMPACTED SUBGRADE.THIS CAN SUBSTANTIALLY INCREASE THE EFFECTIVENESS OF THE PAD AND REDUCE THE NEED FOR MAINTENANCE. 3. MAINTENANCE STANDARDS 3.1. QUARRY SPALLS SHALL BE ADDED IF THE PAD IS NO LONGER IN ACCORDANCE WITH THE SPECIFICATIONS. 3.2. IF THE ENTRANCE IS NOT PREVENTING SEDIMENT BEING TRACKED ONTO PAVEMENT,THEN ALTERNATIVE MEASURES TO KEEP THE STREETS FREE OF SEDIMENT SHALL BE USED.THIS MAY INCLUDE STREET SWEEPING,AN INCREASE IN THE DIMENSIONS OF THE ENTRANCE,OR THE INSTALLATION OF THE WHEEL WASH.IF WASHING IS USED,IT SHALL BE DONE ON AN AREA COVERED WITH CRUSHED ROCK,AND WASHED WATER SHALL DRAIN TO A SEDIMENT TRAP OR POND. 3.3. ANY SEDIMENT THAT IS TRACKED ONTO PAVEMENT SHALL BE REMOVED IMMEDIATELY BY SWEEPING.THE SEDIMENT COLLECTED BY SWEEPING SHALL BE REMOVED OR STABILIZED ON SITE.THE PAVEMENT SHALL NOT BE CLEANED BY WASHING DOWN THE STREET, EXCEPT WHEN SWEEPING IS INEFFECTIVE AND THERE IS A THREAT TO PUBLIC SAFETY.IF IT NECESSARY TO WASH THE STREETS,A SMALL SUMP MUST BE CONDUCTED.THE SEDIMENT WOULD THEN BE WASHED INTO THE SUMP WHERE IT CAN BE CONTROLLED AND DISCHARGED APPROPRIATELY. 3.4. ANY QUARRY SPALLS THAT ARE LOOSENED FROM THE PAD AND END UP ON THE ROADWAY SHALL BE REMOVED IMMEDIATELY. 3.5. IF VEHICLES ARE ENTERING OR EXITING THE SITES AT POINTS OTHER THAN THE CONSTRUCTION ENTRANCE(S),FENCING SHALL BE INSTALLED TO CONTROL TRAFFIC. ti`tY o STD. PLAN - 215.10 G• '�' PUBLIC WORKS STABILIZED �•` + DEPARTMENT CONSTRUCTION ENTRANCE MARCH 2008 N JOINTS IN FILTER FABRIC SHALL BE SPLICED AT POSTS.USE STAPLES,WIRE RINGS,OR EQUIVALENT TO ATTACH FABRIC TO POSTS. 2'x2'BY 14 Ga.WIRE OR ' EQUIVALENT,IF STANDARD 3 STRENGTH FABRIC USED 0 FILTER FABRIC fV _�i1i=111- I=1 6'MAX. MINIMUM 4'x4'TRENCH BACKFILL TRENCH WITH ' POST SPACING MAY BE INCREASED NATIVE SOIL TO 8'IF WIRE BACKING IS USED 2°x4°WOOD POSTS,STEEL FENCE POSTS,REBAR,OR EQUIVALENT I NOTES ' 1. CONDITION OF USE 1.1. SILT FENCE MAY BE USED DOWNSLOPE OF ALL DISTURBED AREAS. 1.2. SILT FENCE IS NOT INTENDED TO TREAT CONCENTRATED FLOWS,NOR IS INTENDED TO TREAT SUBSTANTIAL AMOUNTS OF OVERLAND FLOW. ANY CONCENTRATED FLOW MOST BE CONVEYED THROUGH THE DRAINAGE SYSTEM TO A SEDIMENT TRAP OR POND. 2. DESIGN AND INSTALLATION SPECIFICATIONS 2.1. THE GEOTEXTILE USED MOST MET THE STANDARD LISTED BELLOW.A COPY OF THE MANUFACTURER'S FABRIC SPECIFICATIONS MOST BE AVAILABLE ON SITE. ADS(ASTM D4751) 30-100 SIEVE SIZE(0.60-0.15MMI FOR SILT FILM .- - 50-100 SIEVE SIZE(0.30-0.15MM)FOR OTHER FABRICS WATER PERMITTWITY(ASTM D491) 0.02 SEC^-1 MINIMUM GRABTENSILESTRENCHT(ASTM D4632) 180LBS.MIN.FOR EXTRA STRENGH FABRIC 100 LBS.MIN.FOR STANDARD STRENGHT FABRIC - GRABTENSILEELONGATION(ASTM 64632)30%MAX. ULTRAVIOLATERESISTANCE(ASTMD4355)10 11MIN: 2.2. STANDARD STRENGTH FABRIC REQUIRES WIRE BACKING TO INCREASE THE STRENGTH OF THE FENCE.WIRE BACKING OR CLOSER POST SPACING MAY BE REQUIRED FOR EXTRA STRENGTH FABRIC IF FIELD PERFORMANCE WARRANTS A STRONGER FENCE. 2.3. WHERE THE FENCE IS INSTALLED,THE SLOPE SHALL NOT BE STEEPER THAN 2H:1V 2.4. IF A TYPICAL SILT FENCE IS USED,THE STANDARD 4X4 TRENCH MAY NOT BE REDUCED AS LONG AS THE BOTTOM 8 INCHES OF THE SILT FENCE IS WELL BURIED AND SECURE IN A TRENCH THAT STABILIZES THE FENCE AND DOES NOT ALLOW WATER TO BYPASS OR UNDERMINE THE SILT FENCE. 3. MAINTENANCE STANDARDS ' 3.1. ANY DAMAGE SHALL BE REPAIR IMMEDIATELY. 3.2. IF CONCENTRATED FLOES ARE EVIDENT UPHILL OD THE FENCE,THEY MUST BE INTERCEPTED AND CONVEYED TO A SEDIMENT TRAP OR POND. 3.3. IT IS IMPORTANT TO CHECK THE UPHILL SIDE OF THE FENCE FOR SIGNS OF THE FENCE CLOGGING AND ACTING AS A BARRIER TO FLOW AND THEN CAUSING CHANNELIZATION OF FLOWS PARALLEL TO THE FENCE.IF THIS OCCURS,REPLACE THE FENCE OR REMOVED THE TRAP SEDIMENT. 3.4. SEDIMENT MOST BE REMOVED WHEN SEDIMENT IS 6 INCHES HIGH. 3.5. IF THE FILTER FABRIC(GEOTEXTILE)HAS DETERIORATED DUE TO ULTRAVIOLET BREAKDOWN,IT SHALL BE REPLACED. ~ZY � S PUBLIC WORKS SILT FENCE TD. PLAN - 214.00 DEPARTMENT MARCH 2008 Y Q m , Q SURVEY FLAGGING WIRE BALING DO NOT NAIL OR STAPLE o WIRE TO TREES 3' MIN. 10'-20' METAL ' FENCE POST 12'MIN. NOTES 1. CONDITION OF USE 1.1. TO ESTABLISH CLEARING LIMITS,STAKE OR WIRE FENCE MAY BE USED: 1.1.1. AT THE BOUNDARY OF CRITICAL AREAS,THEIR BUFFERS AND OTHER AREAS REQUIRED TO BE LEFT UNCLEAR. 1.1.2. AS NECESSARY TO CONTROL THE VEHICLES TO AND ON THE SITE. 2. MAINTENANCE AND REQUIREMENTS 2.1. IF THE FENCE IS DAMAGED OR VISIBILITY REDUCED,IT SHALL BE REPAIRED OR REPLACED IMMEDIATELY AND VISIBILITY RESTORED. 2.2. DISTURBANCE OF A CRITICAL AREA,CRITICAL BUFFER AREA,NATIVE GROWTH RETENTION AREA,OR OTHER AREA REQUIRED TO BE LEFT UNDISTURBED SHALL BE REPORTED TO THE CITY OF RENTON FOR RESOLUTION. 2.3. THE CITY MAY REQUIRED MORE SUBSTANTIAL FENCING IF THE FENCE DOES NOT PREVENT ENCROACHMENT INTO THOSE AREAS THAT ARE NOT TO BE DISTURBED. I �zY o STD. PLAN - 212.00 • PUBLIC WORKS STAKE AND WIRE FENCE DEPARTMENT ' '���Q$ MARCH 2008 12"[13mm]LETTERING BOLTHOLES-3 PLCS EQUALLY SPACED 120° uj prlTS - DRgl APART ON 23 1116"(5B6mm)DIA B.C. Q�,�. NS�, x axroaiow a` cu ti RENTON h0 0, AHEAD OF THE CURVE P Q t DRAIN (1)1'(25mm) DIA PICKHOLE COVER BOTTOM VIEW O 1 1/4"[32mm]LETTERING PLAN VIEW. 25"DIA. ( ) (3 BLT SOC. ALLEN HEAD) [635mm] I X 1.5 SS (25mm] RUBBER WASHER 3l4" '+LL [19mm] h 8 3/4" L 2 12' [222mm] [64mm] TYP COVER SECTION VIEW EON BOLTING DETAIL ' 26 1/2"DIA [673mm] 251/4'DIA [641mm] 11/16, F� N/E.(PRENE mm)DIA [27mm] GASKET j 1/4" ,,,,6" IT 6" [6mmj 1 [152mm] � [27mmj 5/8' 23 3/8'DIA CL OPEN [16mm] 4mm] 1/8" ' [3mm] 27 5/16'DIA 1/8° [694mm] [R3mm] 34 116'01A GASKET GROOVE DETAIL [867mm] NOTES FRAME SECTION VIEW ALL COVERS SHALL BE LOCKING LID PER EASTJORDAN IRON WORKS INC.No.3717C1 OR APPROVED EQUAL. ti`�Y o + PUBLIC WORKS STORM ROUND FRAME AND COVER STD. PLAN - 204.50 DEPARTMENT MARCH 2008 i .7 ,• � a MOIU 4 ��SLOT-SEE DETAIL 5" AND NOTE 1 5" s 5" a 1.. 20 O � 5" OUTFALL TU STREAM DUMP NO POLLUTANTS TOP SECTION s ' O 24" 7 OR 8 EQUAL SPACES -DIRECTION OF FLOW SECTION O 1 r2 3/4' 5/8" BOLT-DOWN SLOT DETAIL , SEE NOTE 1 NOTES , 1- Provide two slots in the grate that are vertically aligned with the holes in the frame.Location of bolt-down slots varies among different manufacturers. ISOMETRIC 2.Refer to Standard Specification 9-05.15(2)for additional requirements. 3. Unless otherwise specified,vaned grates shall be used with standard frame in the travel way,gutter or shoulder.vaned grates shall not be located ' within crossroads.Use vaned grates along rolled curbs. STD. PLAN - 204.20 G• PUBLIC WORKS RECTANGULAR .t+ P— DEPARTMENT VANED GRATE MARCH 2008 r' -stn• � 1"R m LEVEL ' HOOD 1 0 1'MIN. m 112'MIN. 6 3 OPENING HEIGHT - 4"MIN. 0 ' TOP OF GRATE SEE NOTE 3 FRAME ' DETAIL SECTION AO CATCH BASIN ,T 29'MIN. =3" (z 0.25') 1'MIN. 201/4" GRATE" 0 a SEE NOTE 4 z34"(WIDE SIDE) v (TYP.) CATCH BASIN TYPE 1 SEE NOTE 2 (TYP.) g g { =40'(WIDE SIDE) N it '•:, CATCH BASIN TYPE 1L a SEE NOTE 1 TOP VIEW SECT.C:: O FRAME DETAIL NOTES 1. The asymmetry of the Combination Inlet shall be considered when ' calculating the offset distance for the catch basin. See SECTION A. 2. The dimensions of the Frame and Hood may vary slightly among dif- ferent manufacturers. The Frame may have cast features intended 1 CURB OR CURB AND GUTTER to support a grate guard. Hood units shall mount outside of the Frame. The methods for fastening the Safety Bar/Debris Guard Rod MATCH TOP OF HOOD / to the Hood may vary. The Hood may include casting lugs. The top TO TOP OF CURB(TVP.) / of the Hood may be cast with a pattern. ' HOOD 3. Attach the Hood to the frame with two 3/4"x 2"hex head bolts,nuts, and oversize washers. The washers shall have diameters adequate SAFEOTTY BAR I DEBRIS GUARD to assure full bearing across the slots. 20".24"VANED GRATE 4. When bolt-down grates are specified in the contract,provide two FRAME holes in the frame that are vertically aligned with the grate slots. Tap each hole to accept a 5/8"x-11 NC x 2"alien head cap screw. Location of bolt-down holes varies among different manufacturers. See BOLT-DOWN DETAIL ' 5. Only ductile iron Vaned Grates shall be used. \� 6. This plan is intended to show the installation details of a manufac- tured product. It is not the intent of this plan to show the specific ISOMETRIC VIEW details necessary to fabricate the castings shown on this drawing. ti`�Y t7 STD. PLAN - 203.00 PUBLIC WORKS OPEN CURB FACE j DEPARTMENT FRAME AND GRATE �� �$ INSTALLATION DETAIL MARCH 2008 N Y K Rl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z BOND. ti�Y o STD. PLAN - 202.00 • PUBLIC WORKS CATCH BASIN INSTALLATION �j�� DEPARTMENT MARCH 2008 1 U U Q ° CATCH BASIN FRAME AND VANED GRATE(DETAIL 204.00) 'm HANDHOLD RECTANGULAR ADJUSTMENT SECTION N OR CIRCULAR ADJUSTMENT SECTION cO ` GROUT,TYPICAL(SEE NOTE 5) w U Z FLAT SLAB TOP z z � o 48-,54-,60',72'.84'OR 96' ° MORTAR(fYP.) o N STEPS R LADDER o y o Z Z �( MORTAR FILLET REINFORCING STEEL(TYPJ \ N in 12' GRAVEL BACKFILL FOR PIPE ZONE BEDDING SEPARATE BASE INTEGRAL BASE CAST-IN-PLACE PRECAST WITH RISER O'RING 12' GRAVEL BACKFILL FOR PIPE ZONE BEDDING ' SEPARATE BASE CATCH BASIN DIMENSIONS PRECAST CATCH MAXIMUM MINIMUM BASE REINFORCING STEEL BASIN FALL BASE KNOCKOUT DISTANCE I in2/ft.IN EACH DIRECTION DIAMETER THICKNESS THICKNESS SIZE BETWEEN KNOCKOUTS SEPARATE BASE INTEGRAL BASE 48" 4" 6" 36" 8" 0.23 0.15 54' 4.5" 8" 42" 8^ 0.19 0.19 gp• 5" 8" 48" 8" 0.25 0.25 72• 6" 8" 60' 12" 0.35 0.24 gq• 8" 12" 72' 12" 0.39 0.29 96" 8" 12' 84" 12" 0.39 0.29 NOTES PIPE ALLOWANCES '..No steps are required when height is 4'or less. CATCH PIPE MATERIAL WITH MAXIMUM INSIDE DIAMETER 2 BASIN ALL SOLID PROFILE The bottom of the precast catch basin may be sloped to facilitate cleaning. DIAMETER CONCRETE METAL CPSSP WALL WALL 3 - D PVCQ PVC 0 The rectangular frame and grate must be installed With the flange down. 48" 24" 30" 24" 27" 30" q, The frame may be cast into the adjustment section. 54• 30" 36^ 30" 27" 36" Knockouts shall have a wall thickness of 2"minimum to 2.5"maximum. Provide so" 36^ 42" 36^ 36 az a 1.5"minimum gap between the knockout wall and the outside of the pipe. After 72" 42 54" 42• 36" 48• 5. the pipe is installed,fill the gap with joint mortar in accordance with Standard 84" 54" 60" 54" 36" 48• Specification 9-04.3. 96" 60" 72" 60" 36" 48" All grade rings,risers,and castings shall be set in mortar in accordance with (D Corrugated Polyethylene Storrs Sewer Pipe(Std.Spec.9-0520) Standard Specification 9-04.3. 2p(std.Spec.9-05.12(1) Q(Std.Spec.9-05.12(2)) ti`�Y o PUBLIC WORKS CATCH BASIN TYPE 2 STD. PLAN - 201.00 DEPARTMENT MARCH 2008 CEMENT CONCRETE CURB AND GUTTER 3/B"PREMOLDED JOINT FILLER cR I / 5" s' f T CATCH BASIN FRAME AND GRATE GUTTER PAN (NOT INCLUDED IN BID ITEM) PLAN VIEW CATCH BASIN GUTTER PAN 2 , ' SLOPE GUTTER ER PAN DOWN TO FRAME AND GRATE - MATCH 1/2'R. R ROADWAY 6" ' SLOPE fI RECESS. TOP .•o 116 7/Z• i/2"R. R OADWAY .•p' 4 D VARIES • D ADJUSTMENT SECTION p. '•p (NOT INCLUDED IN BID ITEM) 'D• CATCH BASIN OR INLET (NOT INCLUDED IN BID ITEM) , 9 SECTION OA 6 I/z" 1/2'R. 1'R. MATCH / ROADWAY SLOPE /2"R. •D D T D p ROADWAY VARIES r SECTION OB CEMENT CONCRETE CURB AND GUTTER PLAN SHEET 1 OF 1 ALTERNATIVE PRECAST BASE SECTION V��Y o ADOPTED CITY OF RENTON STANDARD PLANS , LST DATE:04/04 DATE REVISION BY APPR'D DWG. NAME: F001 SP PAGE: FOO1 N lC m O FRAME AND VANED GRATE PIPE ALLOWANCES MAXIMUM PIPE MATERIAL INSIDE DIAMETER 30, 1a 2p, REINFORCED OR 12" PLAIN CONCRETE S+. ALL METAL PIPE 15' CPSSP 12' 5 (STD.SPEC.9-05.20) 6'OR 12' SOLID WALL PVC 15' (STD.SPEC.9-05.12(1)) PROFILE WALL PVC 15' ONE#3 BAR HOOP FOR 6'HEIGHT (STD.SPEC.9-05.12(2)1 TWO#3 BAR HOOPS FOR 12'HEIGHT ,t CORRUGATED POLYETHYLENE RECTANGULAR ADJUSTMENT SECTION STORM SEWER PIPE . 26 Seel (SFF 22, 116, J 6 NOTES #3 BAR EACH CORNER 1. As acceptable alternatives to the rebar shown in the PRECAST BASE SECTION,fibers(placed according to the Standard Specifications),or #3 BAR EACH SIDE wire mesh having a minimum area of 0.12 square inches per foot shall TOP AND BOTTOM be used with the minimum required rebar shown in the ALTERNATIVE PRECAST BASE SECTION. Wire mesh shall not be placed in the v ONE#3 BAR knockouts. ACROSS BOTTOM 2. The knockout diameter shall not be greater than 18". Knockouts shall PRECAST BASE SECTION have a wall thickness of 2"minimum to 2.5"maximum. Provide a 1.5" minimum gap between the knockout wall and the outside of the pipe. After the pipe is installed,fill the gap with joint mortar in accordance with Standard Specification 9-04.3. 3. The maximum depth from the finished grade to the lowest pipe invert shall be 5'. 4. The frame and grate may be installed with the flange up or down. The frame may be cast into the adjustment section. 5. The Precast Base Section may have a rounded floor,and the walls may be sloped at a rate of 1:24 or steeper. 6. The opening shall be measured at the top of the precast base section. #3 BAR EACH CORNER 7. All pickup holes shall be grouted full after the inlet has been placed. 18'MIN. ' #3 BAR HOOP SEE NOTE 1 ALTERNATIVE PRECAST BASE SECTION + PUBLIC WORKS CONCRETE INLET STD. PLAN - 200.30 DEPARTMENT ���p'$ MARCH 2008 STANDARD DETAILS ' i . rLElNFELOER Bright PMpit:Rlyht 50lutoru i PROJECT: S.E.E. JOB NO: 94046 I LOCATION: Unknown. Client submitted. LAB NO: 9309 MATERIAL TYPE: Shelby Tube DATE SAMPLED: 12/29/2009 SAMPLE SOURCE: HA-3 PREFORMED BY: B.Kochanski SAMPLE TYPE.: Native REVIEWED BY: J.Mason SAMPLE PREP.: Yes REVISED(Y/N)? N One-Dimensional Consolidation Using Incremintal Loading(ASTM D 2435-04) TEST SPECIMEN DATA LIQUID LIMIT: N/A PLASICITY INDEX: N/A BEFORE TEST AFTER TEST Wet w+t(g) = 200.66 Wet w+t(g) = 206.66 Dry w+t(g) = 171.56 Dry w+t(g) = 171.56 Tare Wt(g) = 50.45 Tare Wt(g) = 50.45 Height(in) = 1.00 a Height(in) = 0.13 Diameter(in) = 2.50 - Height(in) = 0.87 Moisture = 24.03% Moisture = 24.03% Wet Den.(pcf) = 116.57 Wet Den. (pcf) = 134.51 Dry Den. (pcf) = 93.99 Void Ratio 0.55 Void Ratio = 0.793 Saturation = 117.1% Spec.gray.' = 2.60 Saturation = 81.8% "Specific gravity assumed Shearing device used: Created by ICON 3.1.3;Copyright 2004,GEOTAC Vertical ress CV (psf) (fOday) I 500 0.696299 2000 1.416883 4000 1.370169 8000 0.983066 16000 0.472006 i I I i Vertical Strain versus Stress Vertical Stress-psf 10 100 1000 10000 100000 0.00 j i .00 - --- 4.00 0 c 6.00 N 8.00 10.00 12.00 S&EE Figure B-1 Job no.toot Stress-Strain Curve for Consolidation Test I APPENDIX B LABORATORY(CONSOLIDATION)TEST RESULTS I One dimensional consolidation test was performed on a Shelby-tube sample retrieved at a depth of one to three feet at HA-2 location. The soil sample was transported to our sub-contracted soil laboratory, Kleinfelder in Redmond,WA. The test results are included in this appendix. i I 1 . 1002rpt S&EE UNIFIED SOIL CLASSIFICATION SYSTEM 0 m W DESCRIPTION MAJOR DIVISIONS p; a GW WELL-GRADED GRAVELS OR GRAVEL-SAND MIXTURES, CLEAN p;. LITTLE OR NO FINES LL W • GP POORLY-GRADED GRAVELS OR GRAVEL-SAND MIXTURES, GRAVELS J �o°0W >- J a •; LITTLE OR NO FINES NO FINES) W x O z N <'5 y «N w GM SILTY GRAVELS,GRAVEL-SAND-SILT GRAVELS N w w N N O W w MIXTURES WITH FINES c� ow'< �d Diu <y GC CLAYEY GRAVELS,GRAVEL-SAND-CLAY (APPRECIABLE °< =w Z LL o MIXTURES AMOUNT OF FINES) ~_ O WELL-GRADED SAND OR GRAVELLY SANDS, 9, _< i SW LITTLE OR NO FINES CLEAN « ZZ LL N v U W W <= W W SANDS °:;o LL¢ v7 �� �W SP POORLY-GRADED SANDS OR GRAVELLY SANDS, (LITTLE OR �°—z �> w W ,-o LITTLE OR NO FINES NO FINES) 0 =N u°w p Q .0< <z SM SILTY SANDS,SAND-SILT MIXTURES SANDS Q F-=w w w U,a C) WITH FINES oa<N wo SC CLAYEY SANDS,SAND-CLAY MIXTURES (APPRECIABLE a 0 o w AMOUNT OF FINES) m ML INORGANIC SILTS,VERY FINE SANDS,ROCK FLOUR,SILTY OR °> CLAYEY FINE SANDS OR CLAYEY SILTS WITH SLIGHT PLASTICITY U) v w �U INORGANIC CLAYS OF LOW TO MEDIUM PLASTICITY,GRAVELLY J QN ui� CL SILTS &CLAYS p 5w CLAYS,SANDY CLAYS,SILTY CLAYS,LEAN CLAYS LIQUID LIMIT LESS THAN 50 0) w� 8� ORGANIC SILTS AND ORGANIC SILT-CLAYS OF LOW 0 o d u OL PLASTICITY W LL R z _ z 0d i� INORGANIC SILTS,MICACEOUS OR DIATOMACEOUS FINE _< ~ MH SANDY OR SILTY SOILS,ELASTIC SILTS zx INORGANIC CLAYS OF HIGH PLASTICITY,FAT u7 ¢~ CH CLAYS SILTS & CLAYS w W W LIQUID LIMIT GREATER THAN 50 _z cf< OH ORGANIC CLAYS OF MEDIUM TO HIGH PLASTICITY, 2 U f ORGANIC SILTS I PT PEATAND OTHER.HIGHLY ORGANIC SOILS HIGHLY ORGANIC SOILS i I I DEPTH OF STANDARD PENETRATION TEST i i DEPTH OF UNDISTURBED(SHELBY TUBE)SAMPLE 5Z DEPTH OF GROUNDWATER DURING DRILLING SOIL CLASSIFICATION CHART AND KEY TO EXPLORATION LOG S&EE I i a m BORING HA-2 tql p� Z CO J Soil Description i ML Gray and brown silt with some organics(wood debris)(very soft) I , Brown fine to coarse sand with some fine gravel, trace silt(loose)(fill) 1 , I Boring terminated at a depth of 7.5 feet on December 28,2009. Subgrade under 12 inches of water. 101 I I jr,l 1 I I I 201---'--'---' ---' Client: . Gray&Osbome i Drilling Method: 3"diameter hand auger Drilling Date: December 28,2009 Figure 4 SUE Job No.1002 Lake Wa Blvd. Storm & Water Improvement a �' � BORING HA-1 Q 3 zL E U p Q n ;c � j Soil Description 0 I I I 1 sm Dark brown silty sand with grass roots(topsoil) tM Gray silt with some organics(wood debris)(very soft) Brown fine to coarse sand with some fine gravel,trace silt(loose)(fill) I I 6 � 1 ' Gray silt with some organics(wood debris)(very soft) Boring terminated at a depth of 5 feet on December 28 2009. Subgrade under 6 inches of water. I I , 1 I' I I 1 —101 1 1 1 , � I I 20 1 Client: Gray&Osborne Drilling Method: 3"diameter hand auger i Drilling Date: December 28,2009 Figure 3 S&� 1EE Lake Wa Blvd. Storm & Water Improvement I i U BORING B-2 �14 D (Continued) N O U U (7 p m Q) J Soil Descripffon j 201 2 118 SP/ Inter-bedded layers of gray fine sand and silt with occasional organics ' a . 18 ' ML (damp)(loose/soft) I ' I I ' ' I i 1 I I I 26 I 1 118 ' 2 ' 1a 1 I 3 1 I I I -driller report easy puching tube until 28.5 feet 1 ; I sP Gray fine to coarse sand with file to medium gravel(wet)(dense to very dense) 1 , I 30 17 18 ' I 34 ' 12 I 35 Boring terminated at a depth of 31.5 feet on December 28,2009. Groundwater was encountered at a depth of 7.5 feet during drilling. I I I I I I I I I I I I 35, , I I ' I I I i I i I 40 Client: Gray&Osborne Drilling Method: 3"-ID HSA advanced by track-mount Diedrich D-50 Drill Rig Sampling Method: SPT sampler driven by 140-Ib auto hammer. Drilling Date: December 28,2009 Drilling Contractor: Holocene Drilling i Figure 2b S Job No.&1002 Lake Wa Blvd. Storm & Water Improvement a a� BORING B-2 N O U U U p m i° j Soil Description 0 3 SM Brown silty fine sand with fine to medium gravel, 8 layers of brown fine to medium sand with fine to medium gravel(pitrun) (damp)(medium dense to loose)(fill) I I I I 5 118 +Iff a7. ; 0 8 III I I ' ' 6 118 5 4 ' ; ! 4 6 I 2 118 3 4 ' 4 i i I i I Sp/ Inter-bedded layers of gray fine sand and silt with occasional organics ML (damp)(loose/soft) i = 1 3 , 18 4 116 i I 1 4 i I I , 10 2 i 18 , 4 , I I ' 15, ;8 1 1 i 18 2 I 1 I 1 � 20i_-! (Boring log continued on Figure 2b) Client: Gray&Osborne Drilling Method: 3"-ID HSA advanced by track-mount Diedrich D-50 Drill Rig Sampling Method: SPT sampler driven by 140-lb auto hammer Drilling bate: December 28,2009 Drilling Contractor: Holocene Drilling Figure 2a S&EE Job No.1002 Lake Wa Blvd. Storm & Water Improvement i v m BORING B-1 (Continued) Q)p� m a 00 2 m y p op &: 11 p Soil Description 20 a 18 ; SP Gray fine sand with silt lenses(wet)(loose) 1 2 ' -10 inches silt layer with trace fine gravel at 24 feet 2s a � 16 7 ' 19 , 17 sl= Gray fine to medium sand(wet)(medium dense) 1 30' 7 1& , 7 i 18 , i ' Boring terminated at a depth of 31.5 feet on December 28,2009. Groundwater was encountered at a depth of 5 feet during drilling. Y 35 1 40 --=-- -- -- Client: Gray&Osborne Drilling Method: 3"-ID HSA advanced by track-mount Diedrich D-50 Drill Rig Sampling Method: SPT sampler driven by 140-lb auto hammer Drilling Date: December 28,2009 Drilling Contractor: Holocene Drilling Figure lb I S&J1002 Lake Wa Blvd. Storm & Water Improvement l a BORING B-1 Q ;; Soil Description 0 1 s SM Brown and dark brown silty fine sand with some crushed rock(damp)(very loose)(fill) 1 18 2 5 i 5 ' Z , , I ML Dark gray silt with fine sand lenses,some organics(wood debris)(damp)(very soft) 6 4 ' o 18 ' = 1 Q i 16 0 , 1 18 6 i 18 s sP Gray fine sand with silt lenses(wet)(loose) 10, 4 16 4 18 , 4 3 i 18 4 decomposed wood at 19.5 feet 20,-- ----- i (Boring log continued on Figure 1 b) Client: Gray&Osborne Drilling Method: 3"-ID HSA advanced by track-mount Diedrich D-50 Drill Rig Sampling Method: SPT sampler driven by 140-lb auto hammer Drilling Date: December 28,2009 Drilling Contractor: Holocene Drilling Figure 1 a S Job No.&1EE Lake Wa Blvd. Storm & Water Improvement 1 APPENDIX A FIELD EXPLORATION AND LOGS OF BORINGS t The soil strata at the project site were investigated by the drilling of two soil test borings, B-1 and B-2 and two hand auger borings, HA-1 and HA-2 on December 28, 2009. The soil test borings were advanced by 3-inch I.D. hollow stem auger using a track-mounted drill rig. A representative from S&EE was present throughout the drilling to observe the operations, log subsurface soil conditions, obtain soil samples, and to prepare descriptive geologic dog s of the exploration. Soil samples were taken at 2.5-and i 5-foot interval in general accordance with ASTM D-1586, "Standard Method for Penetration Test and Split-Barrel Sampling of Soils". After the boring was.terminated, the borehole was backfilled with i bentonite chips. The hand auger borings were drilled with 3-inch O.D. hand auger by a field representative from our office. The hand auger boreholes were backfill with onsite soil after the drilling j was terminated. The boring logs are included in this appendix. A chart showing the Unified Soil Classification System is included at the end of this appendix. t 1 1 1002rpt S&EE 1 1 f / / /.Jell N T. G i � �./ /• // 1 ( - E& (Not-To-Scale) INTERSECTION SOUTH LINE SEC 29 �� / ` WITH WEST R/R LINE + i f •(ex ` a— �r '�n ".� a �� I NORTHERN PACIFIC RR j i ( _,` lI RIGHT—OF—WAY LJK N�2 �=B 43',9•:.'0•. ='12o.00' -M �•i„P 3E/.I i�^ �'_ ``: ,.- •ar'v�".-'�'o `�.n«u. 58.n6' --1-- fit VAC F 44 1}{/ 870£`3 °� II/I" is - ���,��j •�'�/ / "�'� �' �— _- - xm 1 � -�, is ..._ a rr c+,e r oe0� .' �' � �'� �O ". ! '�•q° '/ S A- 2228'02• S + I I 1515.92' T- 221.64' �/J L a 437.58' i Y / N 7231.788 E 8305.9 f N I /• a ^� HA-2 • �/.• � fah /,' �•� �rl ! Ilk 1 ,A�- �" ' ,✓� fe �/. / / , + P . ^.�%��.' +��`�0. n�'., / `, l •i�1 � � Ines j _ / Reference:Site plan provided by Gray&Osborne B-1 Approximate Soil Test Boring Location g Fi ure 2 S&EE Site And Exploration Plan Job no.1002 i�r HA-1 Approximate Hand Auger Boring Location i Zts,�-t` ,ityj rr77c< a j iti '_—, ,¢,� .•r ,s�"'st `t -(: r. J t a a i ° '. s�I11. tt} 4f I- i x/'67. 1 setivard -£r u - .q .1 Gy 1 i�. NUMB ��-�t..� v t -`-_x,•,,v;y� +. 6Cl��f P.Yk J '4.. - 1 .�J x 7 - r 11{ [ -� y� a MAZE s '4: h� « t 4�i r R b�v+tSE 7trrt Spa ; { k k t ti i i 1 t x lutu4as :z ��_ + 'err�f.2 �• 3(ts_.rt atu :5� .� xs�. (�/4.t tt '�. I( (7 7 roll '['-.)1 f . i ag�s'�'iE�9'� ��� Rat EST SITE €, �tti,i -_ ��^ .� _ ! ,� d •^t;, 9 Sa GSr* `�x�L el s- � Yt ': E is�.�t�1,� .r t���f t�F'� t �`Lx-{i f cl,3 (` '� 5•' �'+3�n`, `� �.. ��1'.@nnydal@ t F�t x r �try�s -r �.,x� �' ,; �y k.,...s`'x� :ti r: i4 >';r,su' iM7y�Crek n i a P '✓t b i $� s s 7P '�`'t l ,x s _{I i�Ft� a+„�� fi �� a• tr ��€ r yt Jn a3' y 31P c r { r J 1� �1 ; � - - t =`��'1 >-Y�•Y �,Q - � �.'x�rr.°�?;�� 1 �� �tf r'r . 3 �� i. z, _. � 7 s r m_ �..'-� ! Y ltat b `�c ®d e q j�3at Y yam. t) ht e a s t Pk �zJ t 1` N�r i.`It t °S f i'9 Y -f ^'Z 3vT (r^ tn�t-) { f z- ] .:�, ff t::! d cgs.rv` -3s.F i£ � R` k �C ( �. 1 1 r c Z { ` *02009.Go�e{e Man data'_�7009!.�Zib'dlet.,. I { I I f S&EE Figure 1 Site Location Map j . 5.6 ADDITIONAL SERVICES Additional services may be required during the design and construction of the project. We envision that the services may include the following: 1. Review of design plans to confirm that our geotechnical recommendations are properly implemented in the design. 2. Attendance of design meetings and provision of design support. I 3. Construction monitoring services. The tasks of our monitoring service will include the followings: 3.1 Review contractor's submittals. 3.2 Observe and approve structural fill material. 3.3 Monitor excavation and subgrade stabilization. 3.4 Monitoring of placement and compaction of structural fill. 4. Other geotechnical issues deemed necessary. 6.0 CLOSURE The recommendations presented in this report are provided for design purposes and are based on soil conditions disclosed by field observations and subsurface explorations. Subsurface information presented herein does not constitute a direct or implied warranty that the soil conditions between exploration locations can be directly interpolated or extrapolated or that subsurface conditions and soil variations different from those disclosed by the explorations will not be revealed. The recommendations outlined in this report are based on the assumption that the development plan is consistent with the description provided in this report. If the development plan is changed or subsurface conditions different from those disclosed by the exploration are observed during construction, we should be advised at once so that we can review these conditions,and if necessary,reconsider our design recommendations. i 1002rpt 9 S&)LE I For temporary excavations less than 3 feet in depth, the cut bank may be excavated vertically. For temporary excavations greater than 3 feet but less than 5 feet in depth, the cut should be sloped no steeper than 1H:1V from top to bottom. Flatter slopes for all temporary cuts may be required if seepage occurs. All permanent slopes should be no steeper than 2H:IV. Water should not be allowed to flow uncontrolled over the top of any slope. Also, all permanent slopes should be seeded with the appropriate species of vegetation to reduce erosion and maintain the slope stability. 5.4 SEISNUC CONSIDERATIONS AND HAZARDS The project site is situated within Seismic Zone 3. We recommend that Site Class D as defined in the 2006 IBC be considered for any seismic design. Due to the presence of loose sandy subsoils and shallow groundwater table,the site is susceptible to liquefaction hazards. Liquefaction is a condition when vibration or shaking of the ground results in the excess pore pressures in saturated soils and subsequent loss of strength. Liquefaction can result in ground settlement or heaving. In general, soils which are susceptible to liquefaction include saturated, loose to medium dense sands. However, recent studies show that liquefaction can also occur,in fine-grained (silty and clayey) soils during strong earthquakes. (Bray, J.D., et. al. 2004). It is our opinion that the soft subsoils at the site have a moderate to high liquefaction potential. Therefore, moderate to severe distortion to the storm line may occur. It is our opinion that post-earthquake maintenance will be a reasonable mitigation option. 5.5 CONSTRUCTION DEWATERING Depending on the season of the proposed construction, the subgrade of the proposed storm line may be dry or 6 to 12 inches below the groundwater table. We envision that if the construction occurs in the winter months, the sto»n water that is currently running in the ditch should be collected at an upstream location II and digeharge at a downstreairi location using a temporary pipe line. A temporary concrete dam may be needed at the collection point. Assuming an over-excavation depth of 12 inches below the subgrade, our flow net analyses show that a groundwater inflow of about 0.2 to 0.5 gallons per hour per lineal foot of the ditch may occur. We believe that this groundwater flow can be handled by sump pumps spaced at 50 to 100 feet along the ditch.The discharged water from the sumps will be turbid and will required sediment control before discharge. 1002rpt 8 S&EE j Catch Bash Subgrade Wet and soft soils may be encountered at the subgrade. In this event, the subgrade should be stabilized to avoid excessive structure settlement. Subgrade stabilization can include over-excavation of 12 inches and ' backfill with compacted crushed rock. Groundwater may be encountered; we anticipate that the seepage i rate will be low and the water can be handled by pumping from sumps. I 5.2 WATERLINE INSTALLATION I Trench Excavation and Backfill The excavation for the water line should encounter silty sand with gravel. The trench wall should be stable without shoring if less than 3 feet in depth. We anticipate a stable trench subgrade. As such, pipe bedding material can be placed over subgrade once the loose cuttings are removed. We anticipate that I the excavated soil can be used for trench backfill. Please note that this soil is silty in nature and thus will be moisture sensitive. Imported structural fill should be used if moisture-conditioning of the onsite soil is not practical. The criteria for the structural fill are stated above. Thrust Block Design I Concrete thrust blocks can be designed with a passive soil resistance of 200 pounds per cubic fee � P P P I equivalent fluid density and a coefficient of friction 0.5 at the base. These values include a safety factor of 1.5. i Soft silt may be present at the thrust block subgrade. This soil is susceptible to strength loss due to disturbance. If occurs, the subgrade should be stabilized to avoid excessive block settlement. Subgrade stabilization can include over-excavation of 12 inches and backfill with compacted crushed rock. I i 5.3 TEMPORARY AND PERMANENT SLOPES j When temporary excavations are required during construction,the contractor should be responsible for the safety of their personnel and equipment. The followings cut angles are provided only as a general reference: 1002rpt 7 S&EE placed closer than 10 feet, the support condition of the building foundation should be explored. The ' I exploration may include potholing next to the building. An evaluation should also be performed to assess the settlement potential that may induced by the new fill and mitigation options. Conventional solution in such scenario typically involve under-pinning the building foundations with small diameter pipe piles(pin piles). Subgrrade Preparation in Existing Ditch i l Very soft silt and loose sand are present at the bottom of the existing ditch. Prior to the placement of the pipe bedding material, the subgrade should be prepared and stabilized. We recommend that all vegetation in the fill area be removed, and the subgrade be over-excavated 12 inches. A non-woven geotextile having a minimum grab tensile strength of 200 pounds should be placed at the over-excavated i subgrade. The over-excavation should then be backfilled with 2-inch minus crushed rock. The rock should be placed in one lift and compacted by at least 3 passes of a mechanical compactor that weighs a minimum of 300 pounds. Pipe Beddn g We recommend that the pipe be bedded with at least 4 inches bedding material that meets WSDOT aggregate specification 9-03.12(3). Ditch FiII Structural fill should be used and the materials should meet both the material and compaction requirements presented below. . Material Requirements: Structural fill should be free of organic and frozen materials and can include silty sand, sand, mixture of sand and gravel (pitrun), gravel, or quarry-processed stone. Structural fill material should be approved by the project geotechnical engineer prior to use. Placement and Compaction Requirements: Structural fill should be placed in loose horizontal lifts not exceeding a thickness of 6 to 12 inches, depending on the material type, compaction equipment, and number of passes made by the equipment. Each lift should be compacted to at least 95% of the maximum dry density as determined using the ASTM D-1557 test procedures. I� i oo2rpt 6 S&EE i 4.0 LABORATORY TESTING One undisturbed, Shelby-tube sample was retrieved from the compressible silt layer at HA-2. The sample was transported to our sub-contracted soil laboratory for a consolidation test. The test results are included in Appendix B. The test results show that the silt has a moderate compression index of 7 percent(a parameter measuring the compressibility); and a moderate coefficient of consolidation of 2 ftZ/day(a parameter measuring the f speed of consolidation). I 5.0 CONCLUSIONS AND RECOMMENDATIONS 5.1 STORM LINE CONSTRUCIT ON i Settlement The subsurface soils at the existing drainage ditch have a moderate compressibility. Based on our evaluation, the new fill to be placed in the existing ditch will incur about 2 to 3 inches of ground settlement near the center line of the ditch. The time to reach the consolidation maturity will be about one to two months. Due to the variation of subsoils, the ground settlement would not be uniform along the ditch line. We estimate that a differential settlement of one to 2 inches may occur for every 50 lineal feet of the storm line. A higher differential settlement,on the order of 2 to 3 inches may occur at the north and south ends of the ditch line where the depth of fill will transition abruptly from minimal to about 5 feet. The differential settlement may cause pipe joins to distress and thus should be considered in material selections. Mitigation to such potential problem may include the use of flexible pipes and joints. The overburden from the ditch fill will also cause slight settlement on both sides of the ditch. Our i evaluations show that about 1/2 inches of ground settlement may occur along the road shoulder. We believe that there will be a sligIrt chance of ground fissures or cracks in the shoulder;however the chance of pavement damage is remote. An existing metal building is present to the east of the ditch line. To avoid adverse impacts by the new .fill, we recommend that the edge/toe of the new fill be at least 10 feet from the building. If fill has to be i 1002rpt 5 S&EE materials described in the published geologic map. From the top down, the subsurface conditions include the following strata: i I) Fill 1 Borings B-1 and B-2 encountered about 4 to 6 feet of fill; Boring HA-1 encountered about 4 feet of fill; and HA-2 did not encounter any fill. The fill consisted of silty sand with gravel. The soil is generally damp and loose. II) Recent sedimentary deposits This layer is about 20 feet in thickness and consists of very loose to loose sand with lenses or i layers of very soft silt. Trace of organics including decomposed wood was found in the deposits. III) Glacial soils This layer consists of medium dense to very dense sand with gravel. The top of this layer was found at about 30 and 28.5 feet below the ground surface at B-1 and B-2,respectively. r� i 3.4 GROUNDWATER CONDITIONS j As previously mentioned, about 6 to 12 inches of water was present in the drainage ditch at the time of four field exploration on December 28, 2009. Borings B-1 and B-2 found groundwater at about the same depth during drilling. Based on a previous study "Grouindlvater Discipline, 1-405/NE 44`f' Street Intersection, Renton, Tf/A by Shannon & Wilson". The shallowest groundwater table in the project vicinity has an average depth of j 15 feet below ground surface. We anticipate that the depth of this shallow groundwater will vary with season and precipitation. i I i 1002rpt 4 S&EE 3.2 GEOLOGY General The project site lies in the middle portion of the Puget Lowland, an elongated topographic and structural depression filled with a complex sequence of glacial and non-glacial sediments that overlie Tertiary bedrock. The soils deposited during and after the most recent glaciation dominate the surface and subsurface geologic conditions in the project area. These soils are highly interwoven by repeated sequences of deposition and mass wasting such as erosion and land-sliding. Published geologic information(Generalized Geologic Map of Northivestern King County, Washington State Department of i Natural Resources) indicates that the site area is underlain by undifferentiated sedimentary deposits (Qa). The materials include inter-fingered clay, silt, peat, sand and gravel. Previous field explorations in the project area indicate that the depth to bedrock is about 45 feet. (Seahawks Headquarters and Practice Facility, Renton, WA by Shannon& Wilson, Inc., November 14, 2006). Seattle Fault The Seattle Fault is a collective tenn for a series of four or more east-west-trending, south-dipping fault strands underlying the Seattle area. The southernmost mapped strand of the Seattle Fault is the closest known fault to the site. This thrust fault zone is approximately 2 to 4 miles wide (north-south) and extends from the Kitsa Peninsula p u s a t> ear Bremerton on the west to the Sammamish Plateau east of Lake Sammamish on the east. The four fault strands have been interpolated from over-water geophysical surveys (Johnson, et al.,, 1999) and, consequently,the exact locations on land have yet to be determined or verified. Recent geologic evidence suggests that movement on this fault zone occurred about 1,100 years ago, and the earthquake it produced was on the order of a magnitude 7.5. 3.3 SUBSURFACE CONDITIONS We explored the subsurface soil conditions along the storm line alignment by the drilling of two soil test borings, B-1 and B-2, and two hand auger borings HA-1 and HA-2. Borings B-1 and B-2 was drilled outside and near the south and north ends of the drainage ditch, respectively. Borings HA-1 and HA-2 were drilled inside the ditch. The locations of these borings are shown on Figure 2 which is included at the end of this report. Details of the field exploration and logs of borings are included in Appendix A. In general, our borings show relatively consistent conditions, and the soils encountered are similar to 1002,pt 3 S&EE i i 6. Recommendations regarding types of suitable imported fill, fill placement techniques, and compaction criteria. 7. Recommendations regarding passive earth pressures and coefficient of friction for the thrust block design. I 8. Consideration of seismic conditions and potential impacts. 9. Preparation of this written report documenting our findings and recommendations. 3.0 SITE CONDITIONS 3.1 SURFACE CONDMONS For most of the project area, a storm water drainage ditch currently flanks the eastside of Lake Washington Boulevard. The bottom of the ditch was about 4 to 6 feet below the street level. The slopes I at the west side of the ditch were covered with crushed rock and incline at about 1.5H:1 V. Flatter side slopes, ranging from about 2H:1 V in the southern portion to 5H:1 V in the northern portion are present along the east side of the ditch. At the time of our field exploration,the ditch bottom is covered with tall grass and about 6 to 12 inches of water was present in the ditch. The ditch connects to a culvert near the i south end of the project area. The ditch bottom is about 5 feet in width,except in the northern portion of the ditch where the east side slope has been flattened, the ditch bottorn becomes over 15 feet in width. i An existing,single-story,metal building is present along the east side of the ditch. The distance from the center of the drainage ditch to the building varies from about 10 to 25 feet at the south and north ends of the building,respectively. Underground utilities along the east side of the road include power and communication. Underground i utilities along the west side of the road include water, gas and an 84-inch diameter, pile-supported sanitary sewer pipe. The railroad(BNSF)embankment is present to the west of this pipe. rooarpr 2 S&EE I REPORT OF GEOTECHNICAL STUDY LAKE WASHINGTON BOULEVARD STORM&WATER IPROVEMENTS RENTON,WASHINGTON i For i GRAY& OSBORNE,INC. 1.0 INTRODUCTION This report summarizes the results of our geotechnical study for the proposed Lake Washington Boulevard Storm and Water Improvement project. A Site Location Map is shown in Figure I and a Site and Exploration Plan is shown in Figure 2,both are included at the end of this report. We understand that the project involves the installation of a storm water trunk line and a water line. The stone line will be about 900 feet in length and along the east side of the road. The majority of the line will be located in the existing drainage ditch which will be filled to the street level. As such, about 5 to 6 feet of maximum fill will be required. The new water line will be located in the road shoulder just to the west of the drainage ditch. Two thrust blocks will be required near the south end of the new water line where the line will turn west across the road. 2.0 SCOPE OF WORK The purpose of our study is to provide recommendations regarding the geotechnical component of the project. Specifically,our services included the followings: 1. Review of existing regional and local geologic information,reports,and studies relevant to the project design. 2. Performance of onsite subsurface investigations by the drilling of two soil test borings and two hand auger borings. 3: Performance of a laboratory testing program. 4. Performance of engineering analyses to evaluate the settlement potential of compressible subsoils; assessment of impacts and recommendations regarding mitigation. i 1002rpt S&EE i TABLE OF CONTENTS Section page 1.0 INTRODUCTION....................................................................................... ................................................... 1 i i 2.0 SCOPE OF WORI{........................................ I 3.0 SITE CONDITIONS............................................................................................................................................2 3.1 SURFACE CONDITIONS................................................................................................................................2 3.2 GEOLOGY........................................................................................................................................................3 3.3 SUBSURFACE CONDITIONS.......................................................................................................................3 f 3.4 GROUNDWATER CONDITIONS..................................................................................................................4 4.0 LABORATORY TESTING................................................:................................................................................5 I �. 5.0 CONCLUSIONS AND RECOMMENDATIONS.............................................................................................. 5 5.1 STORM LINE CONSTRUCITON..................................................................................................................... 5 I 5.2 WATERLINE INSTALLATION...................................................................................................................... 7 53 TEMPORARY AND PERMANENT SLOPES................................................................................................. 7 5.4 SEISMIC CONSIDERATIONS AND HAZARDS............................................................................................ 8 5.5 CONSTRUCTION DEWATERING................................................................................................................. 8 5.6 ADDITIONAL SERVICES.....................:......................................................................................................... 9 6.0 CLOSURE.............................................................................................................................................................9 FIGURE 1: SITE LOCATION MAP FIGURE 2: SITE AND EXPLORATION PLAN APPENDIX A: FIELD EXPLORATION AND LOGS OF BORINGS APPENDIX B: LABORATORY TEST.RESULTS i I 1 002rpt i S&EE S&EE SOIL&ENVIRONMENTAL ENGINEERS, INC. 16625 Redmond Way Suite M 124,Redmond,Washington 98052,(425)868-5868 March 17,2010 Mr. Barry Baker,PE Gray& Osborne,Inc. 701 Dexter Ave.N., Suite 200 Seattle, WA 98109 Report Geotechnical Investigation Lake WA Blvd Storm and Water Improvements Renton,WA Dear Barry: We are pleased to present herewith our Report of Geotechnical study for the referenced project. Our services were authorized by Gray and Osborne, Inc. and have been provided in accordance with our proposal dated December 7,2009. We appreciate the opportunity to provide our services. Should you have any questions regarding the contents of this report or require additional informaticn,please contact the undersigned. I 1 Very truly yours, �JE1yG SOIL&ENVIRONMENTAL ENGINEERS,INC. .e �a�ss — / — /0 �o,�RFcr �pv C.J.Shin,Ph.D.,P.E. �j�IVAL��G President 6V 20/� 1002rpt S&EE i - I C'ty Of Renton Planning Division REPORT OF GEOTEC.HNICAL STUDY JUJU 2 4 2810 LAKE WASHINTON BOULEVARD o STORM AND WATER IMPROVEMENTS RENTON,WASHINGTON S&EE JOB NO. 1002 MARCH 17,2010 I 1002rpc S&EE j 1 1 1 GEOTECHNICAL INFORMATION � I 1 1 i Y 1 t 1 SECTION 29 T24N R5E W.M. 28-Apr-00 Horizontal: NAD 1983/91 Meters Vertical: NAVD 4988 Meters 1832 NW Corner 28 T24N R5E Location: Found u a 2- 1/2 domed brass disc with X on 4x4 concrete post monument down 0.3'in a monument case at the constructed intersection of SE 64th Street& 116th Avenue SE. Monument: 2-1/2 IN BRASS DOME WITH [X] ON 4 INX4 IN CONC. MON, IN CASE, DN. 0.3' NORTHING: 61574.525 EASTING: 398213.258 ELEVATION: II 1833 W 1/4 Corner 28 T24N R5E Location: Found a 3/8" bronze plug and a punch mark on concrete monument post down 0.8' in a monument case at the constructed intersection of SE 72nd Street& 116th Avenue SE. Monument: 3/8 IN BRONZE PLUG & PUNCH ON CONC MON, IN CASE, DN. 0.8' NORTHING: 60761.846 EASTING: 398192.853 ELEVATION: 108.129 1834 N 1/4 Corner 32 T24N R5E Location: Found a 3/8" bronze plug with a punch mark on a concrete post monument down 0.5' in a monument case at the point of intersection of the constructed centerlines of NE 43rd Street&Jones Avenue NE (1 st road west of Lincoln V Avenue NE) approximately 1'from a guard rail, approximately 7'from the fog line at the approximate centerline of a gate in the 1-405 chain link fence. The monument has a City of Bellevue(COB) GPS station designation of 0187, and is a City of Bellevue Benchmark. Monument: 3/8 IN BRONZE PLUG W/PUNCH ON CONC MON, IN CASE, DN. 0.5' (COB- 0187,COB-BM) NORTHING: 59967.794 EASTING: 397383.176 ELEVATION: 11.411 B4-1 i SECTION 32 T24N R5E W.M. 28-Apr-00 Horizontal: NAD 1983/91 Meters Vertical: NAVD 1988 Meters I 2116 Location: Found a standard Coast&Geodetic Survey (CGS) bench mark brass disc, NGSarchive no. SY0159, stamped "N 384 1959", set in the top of a concrete post monument projecting approximately 0.3'above the ground, at Kennydale, approximately 41' northerly of the constructed intersection of Lake Washington Boulevard, Mt. View SE leading to the west and N 33rd St. leading to the east, approximately 29.5' northwesterly of the centerline of Lake Washington Boulevard, approximately 37' north-northeasterly of the centerline of Mt. View SE, approximately 32.2'southeasterly of the southeasterly rail of the Northern Pacific Railroad, approximately 81.6' northwesterly of and across the intersection from the northwesterly corner of the Kennydale Market, approximately 1.5 northerly of power pole S-ES 1/12, approximately 1.5 northeasterly of a pole supporting a railroad crossing sign and approximately 1.4'westerly of a witness post. Monument: CGS DISC IN TOP OF CONC POST MON, STA N384 NORTHING: EASTING: ELEVATION: 12.848 2186 Location: Found a standard Washington Geodetic Survey(WAGS) bench mark brass disc, National Geodetic Survey archive no. SY0161, stamped "8 A 19", set in the top of a concrete post monument buried approximately 1' below the ground, on the westerly side of Lake Washington Boulevard, approximately 3.5 miles northerly from its intersection with Bronson Way, at the crossing of a gravel road over a railroad leading to the Bardee Mill Company, approximately 189' northeasterly of the center of the crossing, approximately 3.6' east- southeasterly of the east-southeasterly rail, approximately 76'west- northwesterly of the centerline of Lake Washington Boulevard, approximately 25'south-southwesterly of a steel pipe supporting a"6"sign, approximately 12'westerly of a witness post and approximately 3.5' lower than Lake Washington Boulevard. Monument: ARCH#SY0161, CGS DISC IN TOP OF CONC POST MON, STA 8 A 19 WAGS NORTHING: EASTING: ELEVATION: 11A38 C4-4 1 2502,Z ..... ....... --- - — - --- 2776 1 +f r ,7a3 if i i rr f ,702 + 9 f F i 24. 1.8:6 4 _ . _. 1... : 8 1 3 : -- --- I 12165 +� IT 0,r , f f i C4. 32 TUN RSE NW 1/4 LEGEND CITY OF RENTON 111 1 is Horizontal & Vertical SURVEY CONTROL NETWORK 2222 MONUMENTS & BENCHMARKS ® Horizontal only " o TECHNICAL SERVICES 3333 * + PL BUILDING/PUBLIC WORKS ® Vertical only 02/114/00 4/00 Mom meat R ® 450 �� --- Renton City Limits L;;O� 1:54W 29 T24N R5E SW 1/4 i z o r C)m c_mzmomm�> III NCIp zmci o II 3-I2 mN m C z<m m T -i O -i O p 3 m Z 3 N Z m 2 N --1mC.•Z O O m m �j \\ -I N c�-+—zzm> z 'rn Zr it , I `/T ro> \`_ m m Z T D Z 3 C:7-10 I z m . o mC� -• n -- --ic�OZ3;a o D m c c,D O I e•..•.� r N m m C')Z m v:0 nizn E a m <;O m mT°� .•.. . �� .T.. T C N Z -• - � rrOGl Z n >r N n n ►'• * az �� m z N p Cb Z S 3 i m f70D0 -i Z TmN m t\� d O X7m�G7 Cn v m z m O T n C)O � N Z Z nn -nO , Z �--' -n--c O Z > --4 CO T _ J_ ,�••. Cf3.'1 O N d ♦ O o C ad � � 0 � zz 90 o rr o C:7 0 -o co z m o marked or tagged with the surveyor's 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 H031. f� E T TS_SERVER//SYS2\MAPS\83m\control\scn.doc 1-11-5 2 May 2000 t Geodetic Control Committee third order relationship between the witness monuments and elevation accuracy specifications, OR 2) their respective corners shall be shown or trigonometric leveling with elevation differences described on the face of the plat or survey of determined in at least two directions for each record, e.g., "Tacks in lead on the extension of point and with misclosure of the circuit not to the lot side lines have been set in the curbs on exceed 0.1 feet. the extension of said line with the curb." In all other cases the corner shall meet the 1-11.1(10) Station--Offset Topography requirements of section 1-11.2(1)herein. (RC) All non comer monuments, as defined in 1- Elevations of the baseline and topographic points 11.1(5), shall meet the requirements of section shall be determined by spirit leveling and shall 1-11.2(2)herein. If the monument falls with in a satisfy Federal Geodetic Control Committee paved portion of a right of way or other area,the specifications as to the turn points and shall not monument shall be set below the ground surface exceed 0.1 foot's error as to side shots. and contained within a lidded case kept separate 1-11.1(11) As-Built Survey(RC) from the monument and flush with the pavement All improvements required to be "as-built" (post surface,per section 1-11.2(3). construction survey) per City of Renton Codes, In the case of right of way centerline monuments TITLE 4 Building Regulations and TITLE 9 all points of curvature (PC), points of tangency Public Ways and Property, must be located both (PT), street intersections, center points of cul de horizontally and vertically by a Radial survey or sacs shall be set. If the point of intersection, PI, by a Station offset survey. The "as-built" survey for the tangents of a curve fall within the paved must be based on the same base line or control portion of the right of way, a monument can be survey used for the construction staking survey set at the PI instead of the PC and PT of the for the improvements being "as-built". The "as- curve. built" survey for all subsurface improvements .For all non corner monuments set while under should occur prior to backfilling. Close contract to the City of Renton or as part of a City cooperation between the installing contractor and of Renton approved subdivision of property, a the "as-builting"surveyor is therefore required. City of Renton Monument Card (furnished by All "as-built" surveys shall satisfy the the city) identifying the monument; point of requirements of section 1-11.1(1) herein and intersection(PI),point of tangency(PT), point of shall be based upon control or base line surveys curvature (PC), one-sixteenth comer, Plat made in conformance with all of section 1-11.1 monument, street intersection, etc., complete and 1-11.3(1)herein. with a description of the monument, a minimum The field notes for "as-built" shall meet the of two reference points and NAD 83/91 requirements of section 1-11.1(4) herein and coordinates and NAVD 88 elevation shall be submitted with stamped and signed "as-built" filled out and filed with the city. drawings which includes a statement certifying the accuracy of the "as built". 1-11.2 Materials The drawing and electronic listing requirements. set forth in section 1-11.1(6) herein shall be 1-11.2(1) Property/Lot Corners(RC) observed for all"as-built"surveys. Corners per 1-11.1(5) shall be marked in a permanent manner such as 1/2 inch diameter 1-11.1(12) Monument Setting and rebar 24 inches in length, durable metal plugs or Referencing(RC) caps, tack in lead, etc. and permanently marked All property or lot corners, as defined in 17 or tagged with the surveyor's identification 11.1(5), established or reestablished on a plat or number. The specific nature of the marker used other recorded survey shall be referenced by a can be determined by the surveyor at the time of permanent marker at the corner point per 1- installation. 11.2(1). In situations where such markers are 1-11.2(2) Monuments(RC) impractical or in danger of being destroyed, e.g., Monuments per 1-11.1(5) shall meet the the front corners of lots, a witness marker shall requirements as set forth in City of Renton be set. In most cases, this will be the extension Standard Plans page H031 and permanently of the lot line to a tack in lead in the curb. The TS_SERVER//SYS2VvWS\83m\control\scn.doc 1-11-5 2 May 2000 physically reference a corners location on the requirements of the project, the original will be ground, recorded with the King County Recorder. If recording is not required, the survey drawing Monument Any physical object or structure of shall be prepared on 22 inch by 34 inch mylar,record which marks or accurately references: and the original or a photographic mylar thereof • A corner or other survey point established will be submitted to the City of Renton. i 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 monument established by the General Land conform to the City of Rentods 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 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 fy all applicable marks shall satisfy a create permanent structures such as roads, PP requirements of Q 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, 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(RC) shall satisfy all applicable requirements of . Section 1-11.1 herein. Topographic surveys shall satisfy all applicable The drawing depicting the survey shall be neat, requirements of section IA 1.1 herein.All points occupied or back sighted in legible, and drawn to an appropriate scale. developing radial topography or establishing North orientation should be clearly presented baselines for station -- offset topography shall and the scale shown graphically as well as noted. meet the requirements of section 1-11.1 herein. The drawing must be of such quality that a The drawing and electronic listing requirements reduction thereof to one-half original scale remains legible. set forth in section 1-11.1 herein .shall be If recording of the survey with the King County observed for all topographic surveys. 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 TS_SERVER//SYS2\M"S\83m\control\scn.doc 1-11-5 2 May 2000 i Vertical Datum of 1988, and tied to at least one t 1-11 Renton Surveying Standards of the City of Renton Survey Control Network benchmarks. If there are two such benchmarks 1-11.1(1) Responsibility for surveys(RC) within 3000 feet of the project site a tie.to both All surveys and survey reports shall be prepared shall be made. The benchmark(s) used will be under the direct supervision of .a person shown on the drawing. If a City of Renton registered to practice land surveying under the benchmark does not exist within 3000.feet of a provisions of Chapter 18.43 RCW. project, one must be set on or near the project in All surveys and survey reports shall be prepared a permanent manner that will remain intact in accordance with the requirements established throughout the duration of the project. Source of by the Board of Registration for Professional elevations (benchmark) will be shown on the Engineers and Land Surveyors under the thawing, as well as a description of any.bench provisions of Chapter 18.43 RCW. marks established. 1-11.1(2) Survey Datum and Precision 1-11.1(3) Subdivision Information(RC) (RC) Those surveys dependent on section subdivision The horizontal component of all surveys shall shall reveal the controlling monuments used and have as its coordinate base: The North the subdivision of the applicable quarter section. . American Datum of 1983/91. Those surveys dependent on retracement of a All horizontal control for projects must be plat or short plat shall reveal the controlling referenced to or in conjunction with a minimum monuments, measurements, and methodology of two of the City of Renton's Survey Control used,in that retracement. Network monuments. The source of the 1-11.1(4) Field Notes(RC)" coordinate values used will be shown on the Field notes shall be kept in conventional format survey drawing per RCW 58.09.070. in a standard bound field book with waterproof The horizontal component of all surveys shall pages. In cases where an electronic data meet or exceed the closure requirements of collector is used field notes must also be kept WAC 332-130-060. The control base lines for with a sketch and a record of control and base all surveys shall meet or exceed the requirements line traverses describing station occupations and for a Class A survey revealed in Table 2 of the what measurements were made at each point. Minimum Standard Detail Requirements for Every point located or set shall be identified by a. ALTA/ACSM Land Title Surveys jointly number and a description. Point numbers shall established and adopted by ALTA and ACSM in be unique within a complete job. The preferred 1992 or comparable classification in future method of point numbering is field notebook, editions of said document. The angular and page and point set on that page. Example: The linear closure and precision ratio of traverses first point set or found on page 16 of field book used for survey control shall be revealed on the 348 would be identified as Point No. 348.16.01, face of the survey drawing, as shall the method the second point would be 348.16.02,etc. of adjustment. Upon completion of a City of Renton project, The horizontal component of the control system either the field notebook(s)provided by the City for' surveys using global positioning system or the original field notebook(s) used by the methodology shall exhibit at least 1 part in surveyor will be given to the City. For all other 50,000 precision in line length dependent error work, surveyors will provide a copy of the notes analysis at a 95 percent confidence level and to the City upon request. In those cases where performed pursuant to Federal Geodetic Control an electronic data collector is used, a hard copy Subcommittee Standards for GPS control print out in ASCII text format will accompany surveys as defined in Geometric Geodetic the field notes. Accuracy Standards & Specifications for Using GPS Relative Positioning Techniques dated 1-11.1(5) Corners and Monuments(RC) August 1, 1989 or comparable classification in Corner A point on a land boundary, at the future editions of said document.. juncture of two or more boundary lines. A The vertical component of all surveys shall be monument is usually set at such points to based on NAVD 1988, the North American TS_SERVER//SYS2\MAPS\83m\control\scn.doc 1-I1-5 2 May 2000 City of Renton Surveying Standards i TCity of Renton Standard Plans & Supplemental Specifications Section 1-11 Adopted December 16, 1996 Effective January, 21, 1997 TS_SERVER//SYS2\MAPS\83m\control\scn.doc t-11-1 2 May 2000 1 l SURVEY CONTROL AND MONUMENTS T l t t I I l t i T Z Renton Surveying Standards � also see City of Renton Special Provisions Section 1 -11 I zi U W maaxai�ura ri+v��o+ J gas wau,r�u 9pS m O UO U .Z? ao�u-mom iam�oyrr s 3 d $ qt m =LL! �S�,4,R 824 p;Z N r F E oo m W C7 Ia- ,mow add yd wl, w (J C T O O W Z In O r LL �, G 1a� mmL a awo o «o o �� 2. r� o B$ W > �� A E m _ 0� � m to m o 1�E4 a n a a p 2 < Q Q 0 0 u� S S S S 3 �EB j m £ m �= O S r w �c Z OZ �ID' .ELF '2 p m _z p< p e� 'g 0 tl m �z z x Y_ z m m—m =v m 9 �N �m L) 9 zE >> a m $ ° �F i �m m z3 <_ m0 oN U = 3 m0 0 0 mb W m� °mom O m m• 0 2 3 v m o Q� BOO m c O m za 0r Q C L O C S K K C Q a 00 Q a Z CD �mW C) m m � G W a m ra ��� 9. SM K 3 0W0 00 y G C LL O Up E= p S 3 S Q S W OS SC $ < 73oQ I mooc m wp �^ _ p Q W = _ n LL ; �� W d < mCL Cc W = p W ces� w + 0 i a Y O W U R ZZ O �\� 0 U z Ww 0 Z ~ 0 a 0o e . pz �3m ❑� 0 't a e fgQV/ OS m g + 036 NaisNnNs vN3a :1,E wwnvaa =CONSTRUCTIONSIGNS . 1 ' 0 � EEC• � i- ,� W20-1r-500 W20-2-500 W20-3r-500 W20-3s-500 W20-4r-500 W20-5L-500 cosD�� � � taYORK� i° r' {W.0CINOr; W20-5R-500 W20-7a W20-7-500 W21-1 W21-1a W21-1b ALL SIGNS SHOWN ABOVE CAN BE ORDERED WITH ANY OF THE FOLLOWING MESSAGES: EXAMPLE: If you wanted a sign that read 500 FT AHEAD "DETOUR 1000 FT" 1000 FT 112 MILE you would need to order a 1500 FT W20-2-1000 F E5H.1 P E/CD;'' OO F Y UK W21-2 W21-3-500 W21-4a W21-4r-500 W21-5 W21-6 MOWERS" . SLR } TRUCKS 1C+)OO P 5M ,ME W21-8 W21-9 W14-12 W20-P1 W20-P2 W20-P3 24"x 18" 24"x 18" 24"z 18" 7I i� II L representing agree to comply with all traffic regulations of the City of Renton. I shall prepare a traffic control plan and obtain City approval of that plan. That plan shall be implemented for all street and lane closures, and the plan shall be performed in compliance with the Manual on Uniform Traffic Control Devices. I shall notify emergency services twenty-four(24)hours before any street or lane closures. I understand any lane or street closures not in conformance with the approved traffic control plan and/or without notification of emergency services may result in my receiving a citation for violation of R.C.W. 47.36.200 through 47.36.220,9A.36.050 Reckless Endangerment,and other applicable State and City codes. I certify I am responsible for the project and the responsible party to be cited for violation of R.C.W. 47.36.200 through 47.36.220 or 9A.36.050 Reckless Endangerment, and other applicable State and City codes. NAME: WORK ADDRESS: WORK PHONE: WASHINGTON STATE DRIVERS LICENSE NUMBER: CATraffic OperadowkTraffic Control P1anVcpfb=1.doc I� CITY OF RENTON DEPARTMENT OF PUBLIC WORKS ItR TRANSPORTATION SYSTEMS—TRAFFIC OPERATIONS TRAFFIC CONTROL PLAN CONSTRUCTION COMPANY: APPL. DATE: ADDRESS: PERMIT j: PHONE #: ( ) E—MAIL ADDRESS: MOB./CEL. CONSTRUCTION SUPERINTENDENT: FAX : ( ) PROJECT NAME: 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 OFnCE COPY T- I have been informed of my responsibilities for traffic control and CONTRACTOR agree to comply with all traffic regulations of the City of Renton. DEV. SERVICE. WSPECTION K. KITTRICK/P. MILLER/K. GLASSY DEV. SERVICE. PLAN REVIEW K TIDTSON/A HEN INGER/1 UM/R.MORENO SIGNATURE• DATE: POLICE KENT CURRY/CLARK WILCOX RRE DAVID PARGAS/STA ill 1 K\Di Wg s\TRANSPCR.TAT\OPR[RATIO\Jm\Trofr OWotl­\UoffC Co"Pa_\tcpF .1.e.q T TRAFFIC CONTROL INFORMATION 1 WSDOT HAS PUBLISHED THE 2010 AMENDMENTS A copy of the 2010 amendment can be obtained from the following sources: 1. Downloadable in word format at http://www.wsdot.wa.gov/design/projectdev/specifications.htm for the February 2011 version. 2. Via Steve Lee at sleeCa@rentonwa.gov or by calling (425) 430-7205. The February 21, 2011 snapshot WSDOT amendment version is kept in the original bid specifications manual only. 1 i 1 1 WSDOT AMENDMENTS � 7 1 1 r t